Loading...
HomeMy WebLinkAbout05-13-2021 Airport CommissionIOWA CITY AIRPORT COMMISSION ELECTRONIC MEETING AGENDA ZOOM MEETING PLATFORM THURSDAY MAY 139 2021 — 6:00 P.M. Electronic Meeting (Pursuant to Iowa Code section 21.8) An electronic meeting is being held because a meeting in person is impossible or impractical due to concerns for the health and safety of Commission members, staff and the public presented by COVID-19. You can participate in the meeting and can comment on an agenda item by joining the Zoom meeting via the i nternet by going to: https:Hzoom.us/meeting/register/tJAvf- CqqikrG91 a DVPn i KEQG n99ZTDDZig If you are asked for a meeting ID, enter 942 8924 2119 to enter a 'Waiting Room' for the meeting. If you have no computer or smartphone, or a computer without a microphone, you can call in by phone by dialing (312) 626-6799 and entering the meeting ID when prompted. Providinq comment in person is not an option. 1. Determine Quorum 2. Approval of Minutes from the following meetings: 5 min* April 8, 2021; May 3, 2021 3. Public Discussion - Items not on the agenda 5 min 4. Items for Discussion / Action: a. FAA/IDOT Projects: 45 min i. Obstruction Mitigation 1. Phase 1 2. Phase 2 ii. Runway 7/25 Rehab East End 1. Public Hearing 2. Consider a resolution (A21-06) approving plans, specifications, and form of contract for the Runway 7/25 Runway Rehab East End project and seeking bids. iii. Runway 25 Threshold Relocation 1. Public Hearing 2. Consider a resolution (A21-07) setting a public hearing on plans, specifications, and form of contract for the Runway 25 Runway Threshold Relocation and seeking bids b. Airport "Operations" 30 min i. Management 1. Solar Power Installation project ii. Budget iii. Events 1. SCCA Autocross: April 18, June 13, Aug 15 2. Drive In Movies: May 29, June 19, August 7, October 2 c. FBO / Flight Training Reports 10 min i. Jet Air d. Commission Members' Reports 2 min e. Staff Report 2 min *The times listed in the agenda are the anticipated duration of that particular agenda item. The actual discussion may take more or less time than anticipated if you will need disability -related accommodations in order to participate in this program/event, please contact Michael Tharp, Airport Manager, at 319-356-5045 or at michael-tarp gio wa-city org. Early requests are strongly encouraged to allow sufficient time to meet your access needs. Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 2 of 755 5. Set next regular meeting for June 10, 2021 6. Adjourn *The times listed in the agenda are the anticipated duration of that particular agenda item. The actual discussion may take more or less time than anticipated if you will need disability -related accommodations in order to participate in this program/event, please contact Michael Tharp, Airport Manager, at 319-356-5045 or at michael-tarp @io wa-city ocg. Early requests are strongly encouraged to allow sufficient time to meet your access needs. Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 3 of 755 April 8, 2021 Page 1 MINUTES DRAFT IOWA CITY AIRPORT COMMISSION APRIL 8, 2021 — 6:00 P.M. ZOOM MEETING PLATFORM Electronic Meeting (Pursuant to Iowa Code section 21.8) An electronic meeting was held because a meeting in person was impossible or impractical due to concerns for the health and safety of commission members, staff and the public presented by COVID-19. Members Present: Warren Bishop, Scott Clair, Christopher Lawrence, Judy Pfohl, Hellecktra Orozco (arrived late) Staff Present: Eric Goers, Michael Tharp Others Present: Carl Byers, Matt Wolford RECOMMENDATIONS TO COUNCIL: (to become effective only after separate Council action None. DETERMINE QUORUM: The meeting was called to order at 6:00 P.M. APPROVAL OF MINUTES: The minutes of the March 11, 2021, meeting were reviewed by Members. Clair moved to accept the minutes of the March 11, 2021, meeting as presented. Pfohl seconded the motion. The motion carried 4-0, Orozco absent. PUBLIC DISCUSSION: None. ITEMS FOR DISCUSSION/ACTION: a. FAA/IDOT Projects i. Obstruction Mitigation — Tharp reported that this project is currently awaiting restoration work to begin. The trees needed for the Phase 2 portion are expected to arrive around April 15t". Before restoration work begins, a walk-through will occur to make sure everything is being taken care of. 1. Phase 1 2. Phase 2 Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 4 of 755 April 8, 2021 Page 2 ii. Runway 25 Threshold Relocation — (Orozco arrived) Tharp stated that he is asking Members to defer this resolution to a later date. Currently they are awaiting one more FAA business group to give their okay on the plans and specs so that they can go for bid. Tharp stated that he wanted to talk a bit about what all this project entails. He further explained the threshold relocation, stating that ultimately it will be a 180-foot displacement. He spoke further to the runway specifics and what will take place there. Byers and Tharp spoke further to project specifics, noting that they are trying to keep disruptions at the Airport to a minimum. Members continued to ask for further clarification of the project's scope. 1. Consider a resolution setting a public hearing on plans, specifications, and form of contract for the Runway 25 Runway Threshold Relocation, PAPI Relocation, and pavement repairs — Bishop moved to defer this resolution until a later date. Clair seconded the motion. The motion carried 5-0. iii. FY22 IaDOT Grant Applications — Tharp stated that he has some updated pricing on this now. Basically he is submitting what was submitted last year: the front parking lot expansion and the infrastructure of additional hangar space. Another possibility would be the rehabilitation of hangar A, to make the doors electric. Tharp added that if State dollars are not available for this project, he would still like to go ahead and work with City Streets and Public Works to get the parking lot expansion completed. b. Airport Operations Management 1. Solar Power Installation project — Tharp stated that the subcommittee met a few weeks ago to walk through the RFP a bit. He has also been in contact with Public Works to see if they can work together as they also complete a solar power project as well. ii. Budget — Tharp noted that there are only a few months left in the current fiscal year, with the new year beginning July 1, 2021. Over the last fiscal year, there has been around $100,000 cash support received from various COVI D relief grants. This has helped with various expenses around the Airport. i i i. Events — Tharp stated that nothing has been formally planned yet, other than the autocross group, starting in a few weeks. The pancake breakfast folks have made contact, but nothing has yet been decided there. 1. SCCA Autocross: April 18, June 13, August 15 C. FBO / Flight Training Reports i. Jet Air — Matt Wolford shared monthly maintenance reports with Members. Highlights included a lot of spring maintenance, as winter ends and spring begins. The viewing area has seen some updating as well. Jet Air is continuing to stay busy with charters, maintenance, and flight training. Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 5 of 755 April 8, 2021 Page 3 d. Commission Member Reports — The issue of meeting in person again was brought up. Members noted if they had been fully vaccinated yet or not. It was suggested that Tharp check with the City to see what their policy is on this. Goers added some input, noting that having a public meeting with public also present may be an issue. Orozco noted that she is currently in Indiana and will not be back in Iowa City until later this summer, so she would still like to be able to join meetings through Zoom. A blended approach to meetings in the future was also discussed, with Members agreeing they would like to see this. Tharp will check with City Hall to see what their COVID reopening approach is at this time. e. Staff Report — Tharp stated that he spoke to IT at City Hall about having video/ presentation capabilities for the conference room. It should run around $1,900 for this, with the City will pay for a portion of it. Tharp noted that he may possibly be out a few days following his second Moderna COVI D vaccination on the 21 st, due to possible side effects. Tharp also spoke to a special meeting that may be needed, if FAA approval comes through, in regards to the deferred resolution. SET NEXT REGULAR MEETING FOR: The next regular meeting of the Airport Commission will be held (tentatively) on Thursday, May 13, 2021, at 6:00 P.M. in the Airport conference room, and via the Zoom meeting platform. ADJOURN-- Pfohl moved to adjourn the meeting at 6:45 P.M. Orozco seconded the motion. The motion carried 5-0. CHAIRPERSON DATE Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 6 of 755 April 8, 2021 Page 4 Airport Commission ATTENDANCE RECORD 2021 TERM o 0 0 0 0 00 o to j o j j j o 0 0 0 Co j to W o 00 N O N j j 00 NAME EXP. iv iv N N N N N N N N N N N \ N Warren 06/30/22 Bishop X X X X X O/E X X X X X X X X Scott Clair 06/30/23 X X X X X X X X X X X X X X Christopher 07/01/21 X X X X X X X X X X X X X X Lawrence Hellecktra 06/30/24 NM NM NM X X X X O/E X X X X X X/E O rozco Judy Pfohl 06/30/22 X X X X X X X X X X X X X/E X Key. X = Present X/E = Present for Part of Meeting O = Absent O/E = Absent/Excused NM = Not a Member at this time Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 7 of 755 May 3, 2021 Page 1 MINUTES IOWA CITY AIRPORT COMMISSION MAY 3, 2021 — 6:00 P.M. ZOOM MEETING PLATFORM DRAFT Electronic Meeting (Pursuant to Iowa Code section 21.8) An electronic meeting was held because a meeting in person was impossible or impractical due to concerns for the health and safety of commission members, staff and the public presented by COVID-19. Members Present: Warren Bishop, Christopher Lawrence, Judy Pfohl, Members Absent: Scott Clair, Hellecktra Orozco Staff Present: Eric Goers, Michael Tharp Others Present: RECOMMENDATIONS TO COUNCIL: (to become effective only after separate Council action None. DETERMINE QUORUM: The meeting was called to order at 6:00 P.M. ITEMS FOR DISCUSSION/ACTION: a. FAA/IDOT Projects i. Runway 25 Threshold Relocation — Tharp noted that they had received final FAA comments regarding the runway threshold and rehabilitation projects and he was asking the Commission to set public hearings on the projects for the regular meeting to be held on May 13. 1. Consider a resolution (A21-04) Setting a public hearing on plans, specifications, and form of contract for the Runway 25 Threshold Relocation — Bishop moved, and Lawrence seconded the motion. Motion carried 3-0 (Clair, Orozco absent) 2. Consider a resolution (A21-05) Setting a public hearing on plans, specifications, and form of contract for the Runway 25 Threshold Relocation — Bishop moved, and Pfohl seconded the motion. Motion carried 3-0 (Clair, Orozco absent) ADJC)URN-- Pfohl moved to adjourn the meeting at 6:03 P.M. Bishop seconded the motion. The motion carried 3-0. Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 8 of 755 May 3, 2021 Page 2 CHAIRPERSON DATE Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 9 of 755 May 3, 2021 Page 3 Airport Commission ATTENDANCE RECORD 2020-2021 TERM o 0 CA 0 M 0 -4 ftl� 0 00 o Co j o j j j o 0 0 0 4 0 V1 Q co \ \ j Q CO W o 00 N O N 4 j j 00 W NAME EXP. \ Warren 06/30/22 Bishop X X X X X O/E X X X X X X X X X Scott Clair 06/30/23 X X X X X X X X X X X X X X O/E Christopher 07/01/21 X X X X X X X X X X X X X X X Lawrence Hellecktra 06/30/24 NM NM NM X X X X O/E X X X X X X/E O/E O rozco Judy Pfohl 06/30/22 X X X X X X X X X X X X X/E X X Key. X = Present X/E = Present for Part of Meeting O = Absent O/E = Absent/Excused NM = Not a Member at this time Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 10 of 755 Prepared by: Michael Tharp, Airport Manager, 1801 S. Riverside Dr. Iowa City, IA 52246 (319) 350-5045 Resolution number: Resolution approving plans, specifications, form of contract, and estimate on cost for "Runway 7/25 Rehabilitation East End"' project at the Iowa City Municipal Airport Whereas, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above -named project was published as required by law, and the hearing thereon held. Now, therefore, be it resolved by the Iowa City Airport Commission that: 1. The plans, specifications, form of contract and estimate of cost for the above -named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above - named project shall be in the amount of 10% (ten percent) of bid payable to the Iowa City Airport Commission. 3. The City Clerk is hereby authorized and directed to post notice as required in Iowa Code section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builders of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above -named project are to be received by the City of Iowa City, Iowa at the Office of the City Clerk, at the City Hall, before 3:00pm on the 3rd day of June, 2021. At that time, the bids will be opened and announced by the City Clerk or her designee, and thereupon referred to the Iowa City Airport Commission for action upon said bids at its next regular meeting, to be held at the Terminal Building, Iowa City Airport, 1801 S. Riverside Drive, Iowa City, Iowa, at 6:00pm on the 10th day of June, 2021, or if said meeting is cancelled, at the next meeting of the Airport Commission thereafter as posted by the City Clerk. Passed and approved this day of Chairperson Attest: Secretary WIZIPA Approved by City Attorney's Office It was moved by and seconded by the Resolution be adopted, and upon roll call there were: Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 11 of 755 Ayes Nays Absent Bishop Clair Lawrence orozco Pfo h I O cal n N a LO W y LO ~ 2 Oy ry CJ a Zap Q LL �\ `F W fn W w�9 ❑ VWI r J t4 °C -^ w }� � �aa" F LU SY. = g* w� ,�.r W J W LL LU W=W H /mod [8 L.L Z Q W 4 z in C O > d p a d # O LE� d J LR In w �y0ca �= LJ `n w O f� W O +nEff +d 7 mom ~ m o uw ~ C.i 4 H W J V W d _ zLn < n °,coo to r tin =aLU a� c ar ZI II F- F— U Lu y rf � y m W S Ln 4 " W N P7 r•I $ J N S e[ C} C3 O w —j 0 0 U u � Tye fmllllswt0Ln 4�,�'r .� IL r*4 l+ O JT> LL LL x o>= Ln 00 N V o'- r N CD �' niy r Q J ""i� , LL ai cri U - o Q _- rlD J}S u7 T /y py m is •. y tr •.' 4 .y� � ti ` � � � � � �C�yy 3 6 LU �. z F� oz z Ln o 2 O � 2 � w m LUO sn H o � � p � en ' Z ou o�C w�Cc mU' � I'- I-, Q o` Z < sA- �LLz�¢G d a •. zoo a� z o=Q� t, d�a a�� LUO " — W - H n w m F•- V} � W � � cn F 8C� � 1� W UC.Mw F}"_ J — ...�r mW W V 0 w �., ¢ O a4ua � � ,,_73 c,a� 4w Eni ,riii iaaaf5}5 -hp rcgFy5ynI aE-AquiM lulorpuArAi w-,( pwuasa ZTION uo71o9O N W ~ d' Z LLQ Z 0 W N7 LLJ I--w W J cc w ❑ U Z Z W U d� U V f Q 2 W W rL ix J L a � 2 _ wu7 m '" } J d a w D H LU❑� W Z VY ¢ U H r r M W V W ❑ J 11 r a W H = a - X V V~ H V L++ S V a Z CL - �+' J z Z W V - $` W Z<� III V tr w a� d W - f LL �dwW D W OC 3 z Ln ¢ ,�•Lu H l - -p' W C + VLU a OC Z 9 } 2 LU vi $ C, O v - - _i - - 4 d LL ❑ � O v p W a oc 9 q : Q S LLJ _j o p z V7 cr d U Q O a , W q - Q IK Lu LL W Q p D _ - - $ �. - a � Z Lu A - > ZLLJ z r , a q w Zd C❑ W v 7 a 2 r ° 7, 2 ~ OwC 2 - 7 awc G4 G s - v5 kD = ~ m vi . - 1pV - LU LU W ❑ Z 2 � CE r v W pLL� Qa �- $ W U d 1:J � Z H Z r W 23�aZ�}{ W - - 4- O o— wa S ~ � ❑ V; � ;2 $ •� - wz 0 2 O Z' + d W r J ❑ a W o W sc W ~Z � 2 M P W W pp W ¢ UOl ;d W LL w J < p L=j z L7 LL21 U10d z g ❑U�rZ' LU w •$ � J O U� m z 0o i = e q W n w LL _ M w �H > 1f17 NlbS Hid] a NRN X p �+ a u b a J �❑ � =u1 LL z o z uu ^ram Q W CL q a� a a 0 �= 4A z U Z dCL d a W U� [[ O - V7. L1' CL �_� - V� _❑ Qur o o a m c ¢ [J H w 2 �a a m Z d" < W z D O 2 0-a a a z5 vai } z v~_s x 4= = _Z r F— O w v, Lw U? m Ln Z W Lu o 2 fl v .• _ O z O r `., 717 H x ono mL]z O a� kD ¢ W m J W ac WI J W 5 Q d 2 {Y _ O Q lz La a' ko W Ch VI ❑ � 0 T•L X z J LL .tad z 4 D 4 �w ❑ Fq J Z W Of> Q a o w m W � °� 0 o lw o Z W ❑ m in W d (D w (- U r1 C7 r W W Z Z LL ¢ m v.' Z� •p n 41� W wl7 v 4W Z W w U J Q W ❑W Z ry, R aO u�i uu F= d W U 2 Q ? - C2C W m W Gw 4_ n i.1 - a9, � W Q0 I.L Z J �} 9 Liw -. a J i $ O Z �/y 2 2 _ a OLLC ¢ . v uj � , C3cn LLJ ¢ w W b $ 2wm K Ln ¢ $ Q � t'7 o . , z mz C7 x ? rD W W w d Z ry tr pLL - d m 7 2 ¢ � W - � 2w $ Cc q r~/tl = •LU [dJ� < y� m 2 {�.{ J ❑ 9 d UD �L $ tr z w woes LL d lf'I W m ¢ C V LL V Q q LU U CD V W Z x 0= z m = 7 _~ _ 2ZZ � - W a a } CC Lin LU J m 0 -x c�oWo z 0 .a� a W $ - U Z r m m s [1�1121]A��13��}•�8=1 ¢ g w 7 A. ° ti oQr d LLcdC�dd d d Q .e - ._ • - LU cc 0 0 Z U D W VI W W LA m LL a..' G G H �a20a 0 b 4 �a O❑ O uL uu �8t�7� L�7a�'}LLp V W Z W W W W_ W Q W 0 J L7 2 CLH � W $' ,tr - - J J �y o J 14 C Fla HFQH4�7 uy ❑ W W N W Z _ CL G _ W - W W ¢ rdr 1f13 MtfS Hid](] NIW„Z> ¢ '$ J u a sl 2u d V m 4 c .❑ J, a �� mF m� Q - v = 2 -'- � d� U d 2¢Ln d 2 U H =W d W Oz L7 V' V Q LA 2 F Q � w r LA W Vj �!'; �f'; Lr} rl fl4 Ln - W H a r ti r m ¢ Z • •OE } } } LL W � � un V) 1 2 Z ¢ > V1 10 w a Z p a a w LA W LJ � 0 � - V � LL � ° a / _ �.i H yJ U - v Z w -. tr O L^ 2 Ln t Y LLP d � $ = u J ❑ W G � J W Y LLJ kn z CC in ❑ b � ~ ~ o CL _ � ~ 1 W r ?K $ w -a o w>a� .V W D W D Oc ❑ W `'. W W - ..$ Q' P WLLJ W 9 H- O W 2 ea b u ❑ cc U. l LL k- u. z W 4!} W UL 0 La W LLJ 'may Z CC - •$.-. 4J J W CL p V r� rry• J 0 0 W W ~ H 4,7 $- 4 z �' p, w W 14 !R S b � < Q J U Z z W W L1 �Wj w w J = ~ ` J b - - Ln W rL fm - ❑ LLA Ln 4 v e-1 W U � dQ - O 2 m r-F N do V'i l4 I� W r WY 80:IZ:TT IZ6iISIS 2mP'I6'JCISZn[ UM geWM lulof Pu315e3 SZ-1 tl10Y345ISlliiS1171h7b'II Pau 'Say g481M IN SLdL H Sul hluayy •g uo}log M S w � cc d � W W� Z W U � ��� y�j� .•i rl l W H O W H OC � O W W H r {C � ¢ W LL Ln � W � = U~iF � Z m w Z = �� � Z Q� Q�� oC� {F5 Z Y d J �❑� O �OW ��� a W w W� w 4 W� w� G �¢N � W0� x zr �r a Lr, W � � � ? Ln � M ��= [[ J � 1 � W � w W� Lh J � W � ¢ � � W Q � w O LL_ � a4r d �4= O ❑� G�} u7 JZ H W � � ❑ J H-� � Q � Z � Z ❑ � ❑ } } � J O � L � J J �ii 2 � � � d d = ^4 � = 2 � Q L� _ ❑ d � J W J2 ❑ '^ty � O L> �+ z� ❑ � � Zr � � Zr [[ O �y �H W � ¢ OC d W Z � �d U M1.J Z � = dL} H W 06 �.0 W �,� W � L--I ❑ � W W Z � � �� m a ❑ � Z WI w W � Q H- � ❑ W W w W � S ❑ W w W � W 00 ill � W � W uL � � � � � ❑ � � � V1 +Y W J � lf5 W �i j' . W/�y� VA ❑ r a U � V} � Lf1 W a� LI} V d� 4h ��'n^ d� V = V} ❑ W an d N m r! `.. �� m J W W Z m � W � J W ~ ��r d = w � � L:] ❑ � m Z � J O Z m � C J O � V � Z � J d QU � � J LU ��Q � 0 � � W W � � V} Q H N ,�j,� � W ❑ � {2f� � U? L} W � W�L1 Ci w O � � u] � W � ¢ � ❑ � Z � W W l3 � � � � � r � � ❑ Q Z � W g � � W 2 � ❑ L/1 � � � � m (n � Z S� LL 4i1 � � W d � VI V � uS � wry J ✓1 V Z � r1� O =�� W oWc � _} D 2� W � 0 � Lil H � V U Z � rl a Z a O 2 W r rry � u-7 W R M a w� w W W o a - 00 r RO_7� rF ,ri dud a W T mw w wed rm �� _ Q eii ��_ add ? Q QWw� TN W = i C7 �'oLWF 2 0, oe w a '^ U l7 � u ae � w = Lj El .~m Q-) w axe' Q �d p mz p ¢ �F p a d�Vj L(-) D�a �Sj4. � -La6:J z ~ Q i7a w z f� J In O a d~ q a d ~ O z? p a w O d w a d w~ 2= •� z} a2 � �� 0 �qQw a d �� pwaY s Z a p. u°G ❑ d H d Q } b J 7 p W F W g R d 4 W w 1-- z W F wa fnir o � W� s z m� o o a x z O�p ai a z T F d d a o x F 3 a Q p a 3 Y x p W o w 2 cc QO Z Fir p¢0 �a2 w 2_{S] oa r �Om ;q m Ftr d WW g wx (6 4]F Q dVd }ZA Zmol _ �i. dd QSj li �..i0 [n 4 O 2 �Z) W Q W_W Qg uJ W=F cC3w� 47 � d3 g 2K0 F W WO �Z. Y F-o _Z �pZ d ac mrc W- d H _JO O wa�Z o �.i a i„ 0a�++3e C w M+n c.j � '^ ���m ��Z- p �+ "iu �� gw [r z w W = O❑ � C9,n s�� x sn oOLLd � ❑ W � N � u � rr� tl � � � � 2 � � � � $ � H a w �a7 V 0 �d� W 'n 4 wi7 S]� z2 K d 4 ¢ cr- z z x d 22G F-m�=� w�q p a ¢a 2 ma �� j V¢ ud d p O ' � y� a O a b u[ 1S 2 d N 2� d Z } F ,1 a w w aG � w U � d = a } W N7 7 m Q W F LD - 41 C4 � 6 p _ w NS to = :,, 4 fC tar ri 4 O 1 2 N 2 [[ } W W Lo d <} 7d ZQ x W z LA} Q Z. O c.i J m s m g 4 U S Z �2 d x7 u�i O,n �4 O a a� O � a d zd� � qua * � s w qd oa F_W d�0 w W2 aZI- 3 wW Ln J W (j W O iy J V U J 2 d d d a �. } 2 q i yi C7 U 0} -0 d _ aC W x w� ��y s �_ ur r � ,U,� i"., u°�i q�� W �_ ry i J C'+E .5gFdµ d �5..7 o z F W d �m 4 �wa Yw } ady a � � �{ F~¢- HZ d �g -, d.Q W a a~ S � d 2 62 ❑ �a F dFNW C Q ' s o fl H C flax ❑, ,,, o rc = o. o a w p ,,, a 2 +d+ a+ Flo w � � J 00 F Asa "F� � sae O F d o �, Sc c, Wes' �� ��3a a ' d �� wFF� d w w in0 ❑2 a ug7Zw O Z r w V oC7 c� ✓r w D .r+ a_u'.7 V R r2 w'xm�1 22wH d0 d 4 2wa6 Z,If �w a {+a of G2 � x Zw W L7 a W W x } p d O Q 2 4 p W� :j w O 2 J J J W Q u S m N i- z d Q D -'n ¢ w m R O F. d fC LI.1 m < � .0 0 5 a �c.� w, W Oa qd¢ bw wm w aiF u ac$ wd vxiccL-k 1Lu r m `t a`� W r^ LL W W ° r oe�y w ❑ z r a' z �� rc d `� [Y-= xw7 Z pS F-d wrdrF 4r z �_ ,�i F a 4 m 7 0 W F T F m s g w F y x r d P d F W p� - Z �r FwOFf,Zr` xw•M F d O d 04JQ� w U W 26 w dr Q F Vl vW+1Y W V OC q = ❑_1 w �u W •- �++ d } d w 2 a5 m d L]a` 4 Yv�arw d Sry4 d w d rq + L11 � d a ❑ G �JdZ � ¢�" � � U2�' O � µ' a 0 s �+.7Q w� amFF�`Y �d � i� �� Qua a� Q �D /�'� -O C cc WdW DJ #w�U W WdO W 4#Q W vp V' UC} Few W Q r J 4aF Y� J4 �[w� d Q� L W w 11 L7 z U uC U 4i a l7 a- d tr a d V' 2 P w w d O of 4.+ p U �y •y tti g _ �- 0 $a w N a dd W pp sad a3 ww F02 =dUCJZ QU. �u Z w_ �J x2 ZQ a O 251 ,nw d,n Oi¢ Sw Sao a'+iws W d} } O- Q ¢d ao w, W- � wd �^}d �vw U. �ry 010 W m x7- �¢ � L'7� rS11 tx' M -wm �� d rw ae �w .6 feze 0. W'r c.n� o L9d d W 1JFd in Gd *"q Z ?r [r 2 ud .Zld �w r� Q F fi Mil,., J J4 d0a ¢aad � o M, 0m-v- sZ "-' O rs ZM m Wu 2 a aL'} �Q` 4 ,„aZd Z z m a Ana +++sp w 4 vt Q F- w a S 4J W �'fl LIW 2 J W -M `i,'u d Z Q� ,� ulda d ¢ Oa u Ow 59ti w C� ,n Z Odw ocEd3u '^� ¢ aaarr Z�d2 dx ao "' `-' �L7 ,,, u, z r W Z V1 W Q Q 2 2 W []' w d Z Y CC mw Opw to o r_+w n ,x d �- +r x rc V7 9C �a = W u�., Wi �T CJa F-a 4J ¢F- ¢ w� d } � 3Q P ¢d- p'r }ttawW w2+-L7 a au+ n zy� ?vr o ? }�d o a $ o zx c� ��� �`a� "edcw W adC= xo_va s F {n ¢� a x x O 47 2d_F W d [C...i G Dq r mod: d �Ffl d • ■ s Q • ■ d • Z ■ = • m ■ a3��t�- qua ,a„moW=mow ° �a z� �a �p�_ 6w � emu, �OL'i O w u CL CLoWc � dm 2� ¢ Oa Sin[- a zFF�q a ++U � ¢r +_ w2d w W �s� QW �S�r se Zw Q4�r �w3' a p 2d W qa_ z� vd'�C�.i 7 OdW a u 'W-i✓` ¢�Z r ry Z a h�w� d xq= Q aL3a ,v d ¢ q 2C F Z K W d ��•J aC� OC4 az Z �W an j❑ W wl w2 O Ff u o Q W va u uo- sue... ma r- m 'nw z4d oe,4 W p q vodda opw aim grad D .�z�Y4fl ❑F a xu �w emu Z= cK w v,x d _ a wp q wud zzFF ��rm� Wxm ,,,� z �y zz�z m $ _¢ W vr� z zwd W ¢vfZ F W dd4 wQ rG-"� dwd0 JCc ui n yF-O °� �]yz ..+ �d Os uW Z 4 d� r O dg- a ZF- d°Gt7 ems= ¢s�F M d dw d p✓r �Fd m a R wF= U4�g O s �z rcq c.+d O zs� d� �+ U..r4 d wq Oc- uw UC7W w ++1,_, a. 0a a r aZ ov a Wa 20 m W o 2 sec z Zz� ya�{{32 -{yqF dJ "i [/r�y/7 a za'+'vi' '-0' i"7 xZ Ci7 u2 O 2 �i a�=w Z U W W Z Q g H O W w V 2 W U_ ❑ li W d 4i r tkf Q 0 0 W Q W W r d Z Z d O K CC J Z Dwl W 41J Q Q a� �� o �J� =az �x x aQ o s iW sago= LL0Q =x qa is xEaa mow^ d# = J =oo=w � Qw G Li Ica rxa� HdQ4 a oz }du p mar F- F F-�. F- b s� d❑ �M dad ❑ a� a as Fx-GO W X 4i! VFl J j W Q = a W Q a:w u+ C ¢ o .� ni r+S �ri rw m a 6 x a� +a U�. v ,d r: o 14 , rr ry w�� oLLa g } U �H- f ❑ ul m Z 1p- •. d LD C U OIn uj < ... �. W Q J < In W 43) - _ 0 d w _ J }' Q 4%1 � W r w x � w mH La z Lu r J� CC UU w� U 0 x y� ,I c6 O } C7 ul 7 ❑ LLj z Li IT MFZ VVV . 1 N V Jr } }Q1Sllf 5 • In rN i G I� W ~ CD .,1i -5 Lu U W d 4 W y H O M + � J Mu} pp # f p i J A f • In LL xo u cc 76 z 0 z coo V ve m a O - t z _. / Iy z_ �'s = �•+ :3- Il H y ❑ Z J - w � J CL 44 LL f."1 41 u w ❑ rl N a o O M Cl �" a �.�y W ❑ W W w %D ,D w w la `1 iW {n • AOS x w N u'1 N m m N ,I W • I 5 W f/] �i n7 ry rl co cm co ^I co L; M1 M1 rw M1 r. M1 M1 x 1 ■ I U LL tm 1 r S m 41 � H M1 w �r pp u5 lb n u7 v a rfy +�f Q C 0 0 0 0 0 m 0 f31 W U ofU U H -D w to m w LD -D ri u I ■i [ti en It en m NAM% _ W Yi+�Fi�Ri�ilcaa�f5l5'WFfF3fi$Z2IkOE]}9271a111ulofR�#Ise352-,(�11k�7�c'-[52�iiS��L'IA]'dl�iH Ra+Wa&N s;,taly pY iOZ Oul Vla" IR uo11080 . I I � � � LO- p LO X1.11AUVI ��� i I•, � sir I I II ----- � I � � I I I LU Ln � I I r Ia ''�.• I I 7-1 Ln 4 I I r I I I I I I I �_ CL U w I I LU I I I I I I I I I I I w 2 w -----------T -- & I I I I I LLI — 1I I I I L---------- I I--- I I I • I I II I I I II I I I I I I I I I { I I I I ' I ' I � l w 6 I w it I I I I 4I jCL a' L6C, I I 6W0i I I I I I I I I I C3 1 -$_a .� I I I I 'IO •• riyY I A.V?A XV1 agiYOUNYOV I I AV114 XV.L C 4 I I I I I W � ' I I I I �•. � �I I I I I J I • I F I I moo r � W wCl �LL I I I I I II W I F`a L7 o ❑❑ W F�Ln �� I J 4 W a am W Lam Z� J �a x I I I I I I I I I I �x1 11 I jl �� *•�C � 4 �� LA mm � I I I it I I�� I - a� G I I I I •- I II ,� x�WW �❑ I _ I I tW Cc � I I l I I 1 1 1 �5' ! I r I I +d I w u J I I I CE CL LA C I I I I I I ~ a a z i II I ,ell A I I k} I I vnIo:t1]22•'rt:'N±•w� 01 ZQlk•}_2 4.•"�iW4:'�1W11�J'+��.4 P-M K14,01 W•C7fz•A-~!m W1MC3 Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 16 of 755 IOWA CITY MUNICIPAL AIRPORT REHABILITATE RUNWAY 7/25 (EAST END) OPINION OF PROBABLE COSTS Wednesday, May 5, 2021 Item No. Description Unit Price Quantity Extension 1 MOBILIZATION LS $ 10,000.00 1 $ 10,000.00 2 TRAFFIC CONTROL LS $ 5,000.00 1 $ 5,000.00 3 PAVEMENT REMOVAL SY $ 35.00 105 $ 3,675.00 4 CRUSHED AGGREGATE BASE COURSE, 6 IN. THICK SY $ 10.00 105 $ 1,050.00 5 PORTLAND CEMENT CONCRETE PAVEMENT, 8 IN. THICK WITH GROOVING SY $ 245.00 105 $ 25,725.00 6 SPALL REPAIR WITH GROOVING SF $ 160.00 15 $ 2,400.00 7 JOINT SEALANT LF $ 2.00 33,815 $ 67,630.00 Opinion of Estimated Construction Cost: Design Engineering: Construction Engineering: Subtotal Engineering: TOTAL OPINION OF IMPROVEMENT COST $ $ $ $ $ 115,480.00 19,300.00 13,700.00 33.9000.00 148,480.00 H:\IACYIA\T51122513\3_Design\A_Calculations\Rwy 7-25 East End Joint Rehab\Copy of 122513_OPC - clb.xlsm Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 17 of 755 Prepared by: Michael Tharp, Airport Manager, 1801 S. Riverside Dr. Iowa City, IA 52246 (319) 350-5045 Resolution number: Resolution approving plans, specifications, form of contract, and estimate on cost for "Runway 7/25 Threshold Relocation" project at the Iowa City Municipal Airport Whereas, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above -named project was published as required by law, and the hearing thereon held. Now, therefore, be it resolved by the Iowa City Airport Commission that: 1. The plans, specifications, form of contract and estimate of cost for the above -named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above - named project shall be in the amount of 10% (ten percent) of bid payable to the Iowa City Airport Commission. 3. The City Clerk is hereby authorized and directed to post notice as required in Iowa Code section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builders of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above -named project are to be received by the City of Iowa City, Iowa at the Office of the City Clerk, at the City Hall, before 3:00pm on the 3rd day of June, 2021. At that time, the bids will be opened and announced by the City Clerk or her designee, and thereupon referred to the Iowa City Airport Commission for action upon said bids at its next regular meeting, to be held at the Terminal Building, Iowa City Airport, 1801 S. Riverside Drive, Iowa City, Iowa, at 6:00pm on the 10th day of June, 2021, or if said meeting is cancelled, at the next meeting of the Airport Commission thereafter as posted by the City Clerk. Passed and approved this day of , 2021 Chairperson Approved by Attest: Secretary City Attorneys Office It was moved by and seconded by the Resolution be adopted, and upon roll call there were: Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 18 of 755 Ayes Nays Absent Bishop Clair Lawrence O rozco Pfohl 2 { LOLO a W ZW x } a z `` ~ wimO O 0 z CIL 0 = U' it =If U' 2 k � � 3 � Z = N W F * z J13 4 K - 2 j�} .�j R F+ v W �� N 6W w �_ m W J LLj g Uj IA Ln 7 r NIP ha aO y aOrOrnOaO rnd - _ Q �Sfy37ti 5 ■ y y J u 0 rvt k qIL 0 NIP Ln OLD Hwy 218 s �. ' d LL 1 JL_ CLk x po CD Ln It, r—L >= ad s _ I + 1 L..n < 5 •J Fn , 0-9 IF _rna E u q Zhd < LU oz !2- LU + 0 ff+ _ f f 1W CL W 2 LL w. 0 a W ao a b E 10- � Q. H W o _ r� idyl UO QO zo ,ram 1 Q z _ m W z ■t uu..II; 2 0 0� z W Cb tN � F 43 C U0 W v 00 � LLILLA �- qv J ,Nr, m W LL LA LA M W W ail a s IM I`Iua I= F � �N J W a G W r Ill � �� 4747u�i r}{ dit iti n. vv im l`.=i f..'N-'ir 44 _V..'4L III WV.'.. I R, I�:.'�ryu WL"KIdPQW'EZW'- 4F"79-LPJQ - r - Si � � � p LL � p Il � � W � � � k � ¢ ff Y ¢ � 11 J J J ❑ �J ❑ ❑ 'F' J• J � � IyJ _ � � J � � u � W ��'� � OC W � _ J.I � � w � J W m J W m J W m J w � J W m _I W m J WF LL ¢ _ ✓: w m J Lrl W W � � II'S W m J W J � �. � /Waay� 1J W� � W ¢ W W W '� ■wy � W � w � �y � � � � • W W � W W L(� L(� O N qp �_ J cr W 2 w; w H LU W L" N G d 4 UU Lil Lf 4 ■ s Y r N t� N F +�•'� E N ra o _ � o � y; -rya E 41 'fin c 4 { W Zhd <�! mob _ W W W � � 1,1 LU W m E C = O +Jl �' z -4J W 47 L? 00 z sc ii J L ¢ - a a _ i 4 # LL Lf5 Li LL o 6 CA ry c J � ry CE �i rlpj_ I_�IC.X��� p�yy,y Sl�lq F•4'L24L'�'•L ir�y � �4og5 LEx Li L EX & cc 4 Li Lai cp m 14 IM C 0 Ln LLt z LLJ P. Ln z LL F> M i i z 1�d m� � r1 y 4l Yl � � VLL'7 L�I'I w � m J I=F ]:I II�h S2� � Wm � p u M W= z g N O J F � ryxH LO LO 1 1 d 01 L.1.1 m Ln O w u W J _ I DCd z m 47 W 1JY, oz Ed_9,.r}04y�� wuf_ Q i L � ❑Do 1!'1 ❑ D IW il'1 J VI �i i7i ri {LU ❑ U W_ W 0 W W i W 2Z z. W Lzj V Il.l WILJ4La+�O4x�' � R 13 FFy WE 4 Z. W Q aa {{y at ~Ta.l4=F u M a ¢ 4 i i� 2 x 25 a m R¢1_A} z t `, r W r 47� CI GI� YJ MIX ~ ¢ J I ~ �J ,cr k4 F ¢ � o } J Il me u G 2 x = 2 � K¢�x� � W w y a c - S J x W La o� va Mu W§�R FA 9 a i IVA .Al � d ri / LLI ff# l r� h.r � I 0 vi J ✓1 W � C3 m CE Ile z LLI 63 LA W LLP L ¢ O LL CC Y4cc LU -b L= = iQ Ld-— CC 2 S S LLJ JE z z D` Q b W w 3 & W ` Ir `4 J Q LA 1`❑_, W b ~ L 4!'1 8 9 E J N r4 `� 8 8 S I JI 11 �1 1 LA S.6 4 � d } _ W ¢La ~�W F pp y a a �j�� W �Y'} x. irk � � W W h� � � W � ❑ �� 57 ju m W rt li ¢ 0 rSr � J u a } W W g r W Nil IM9 d $� W a t o ." �¢ 8 a V:3 a� a � T O� Ec o�p Wms � W w K 4 WW !jam WEg� C6d o x a^ mp 4t Ina : K. z o+l lC Km r q ra Q y� f33j� ��j1 qs YIs LJ g2 '•' L7� W G1+' O OS }�F 0� J � } IJ ` ¢ K ey L{} W W - z +} la � u W W m x4.1 F— V Z F m W � jK QQii � rrILLLwF �1 4 � W x O! {� 1� W � � � � Y W a�� R Ifl T 4 a ¢ F J S IL rt .,m W x� 4+r' w 'u yk�� 4Wa�2221 m$ p 13.4 � � L � 1� � 6 � � � � = F II����''}}�� � W � K S pR �} � S�rWJJ i x: L�•Mr ¢ 4 ~ 4 C 4 rT� i 6 6 Y F H V 1ra IVy I �' J d 'y3 2 Y� F VI WL R W cr � W } LL/ W J �G W 1W� DTI 5 � w ¢VZ xa¢ s2 1+�m n �Wi� JS1 3O �Ky lil 3 ''}}j{� I'{ 11�L1 I!F 1r IL — S 1_ i W IL J i hhFF�••.J''�4Lr4Lr 3 x W¢ WW W¢ T'} W it m 4 I L d J ¢ o p~ 4 0 S S J ❑� F m }~ W a x J Z d O y'' + 41 -� "r W u — 4 7 E rn � r u L=,1 9 J IY - - � F W = W rC J S la yJ ¢ {'Y % K m FF F F rrF¢ s r¢j err �Zr ��F++ {¢ y81 W 8 { K� }- l r� lu ry ¢ I.J V W F�L•�1L� d — WY' Q �;J K } mF = uJi �� y+� W 5d �•+ �+ ❑� �� W—�+^�yQ Z 2� x: �� ry w� ris x: 1^ ¢ vs LJ J 'yam IGrt 3i 4rF Grr •��{� �� m �a� �~ ut W Q #�u Oxg 3 �� zg �a ~� ¢ C. r ly~_� yr Lr} I.J� IL ��1 y�11 til --E rF� S fffLCL W r IiiLl W 6 'C n .�G _ �.�.� mw K � }4K -C F �? Ku Ky $ ri � O!k �,�'n � � g '•' K 1 1 "� 0 N �I O N M (c� G a) .ri yi s I r+ a J ;-° �i ,'-', �i r'`''•, +�•a. ,'`•, `+ L'� �u m vl IF r zh V F jrw-Q1`� 7'5 wry' + ~• } - f F OLD HW%e 218 S 0 G 5 E ��� `I. 711ok _ { ¢ 1 i f u 1 f �4 ff � 5 % % 5. ex - J -17 f, /41? .+ i 41 5- r� LL 5L F 5 + /aI� ¢ - i 1 A/ 5k • 1 AM % mom a *4 N r' + �+ F. li'J '4 Jy7�- #yam •,S�L Lam•• � •}y-� 3 J N w In i+ wr rY rY m m r- T m• T — — no ar — — ar m r+ rY ry m m irr m m yr iv rl m ry ¢ ry m a Lo m ,1 ry ry c m m r r m r m a 3 m m m ry ry ,1 ,1 ar iLr m m m m m E.•i f•i m 4 Y•} L6 M1 m T •„1,1 y r' L: J r4 W ❑ ❑ W W L = H 119 'o J W LL ,- W F J W �' z � �C{ W K W K z J i- a 2 W W ~ 'L' ILY W } Y.I - Q �yy y r /LLP�Ly IJ ] I�G • M '-' uyt O w N r If7 Wl .Q W V5 = d 4;, � � z z W 16 F � r1` F W Im J Cj�iJ�m - S.J -z m J dW0ddW0 a wBC� J� J V � ii W W M W# I a IIRYY777 %q �• Q /LJL y� `�` W W i 1 Fz Lry q� W �}`+1 H a m +J u0L.id5� ��d�W� z W � fl _ K ~ Y.I..I �y � 0:: � � id U ¢ W ¢ Q J , y yI CU �r���7�r-� �x z ri r,i f4 4 ' 4j m � rr W LL. Z� 8 4 � 4 w� ^�s� = w O M1 M-1 IX W v �M wO i.7 ff W r*00J FG !..i d `r❑W .zFn� Z LJ W 2 41rW� d OCR ¢ } MO In i'qG}i ul H'' ¢ zLLI ju F _ �Jm_ IA W IM %0, - r 3 2 t; L" �; 4 .9 � � W {ii 1:5 = J W 3 J F a - W g W+ WW - W uC—C k w m w=ate �,x W L. I..i J ' W }� d w N F 4 U' i. ' ['Y V LL {xl r rrr,,,���,�,�� J 2- la Y, •❑� W - ae yrl dt In { � � _ +} J S 3 J a 1 -1 WW 8 } U m .i + 4.7 W i' '~' � 1 w� "i p aU'lrc O= .,, =¢~x��� ❑�F a�E+ z O O ❑ w'jW F • �06-0000 4 "' k �r J 1�• J+��t ~-L; LZ VMO U/4LW 0 =❑❑ Z) z�JLJ�W W �W W¢W I s¢¢ w¢2 �aG10 w w uJn Er A 2 W W W w W 2 K 06 4 4 4 k 41• MR - - ! *Pp � OLD fiwY 218 5 �Li� _ _, -0 k '44 55L, , may" 75 $ { 1 ff 5 O k 4 %5 '� M40// j, i L � Jir f i F � ti % +f J 4 . F { I 15 T f ff %% 55 J { ti f A F •� _ a .',L 5 5 5 i• s {� R T f 34 _ A SF1 J {lf}r r ' a - 'L � y •Y• % n r 4'L 5��,'S f t � ' c a a F- YLn y f}f 5 x i L� F Z rC6'1 Y4 T I cc 2 < 9 0 Uj Cc LL N 4.M Q � 4 � Z L�J di �. LL.P V W w 2 � W t, W vl lJ J �• J Q � CL M I Q GL cc r Z O W �. J w x uP 69 F d � Lj F J W ILVor4� l� z N W LLP 4 0 .7 W J a 8 ca Lu M � J LL ELI W LIA LLJd a m W. ��� x� K'.Il } K 4 G J¢ ckr 162 gar J z � .� �� oVC a M+Ih O mti 8C 8 W MD ID 3: 9 z Lj V # m WUd HO 4~ zz 1�1 W Www uI �_�_ d �m 'Fm p !-0 W # W S J W J� � W {� S 4} � W Be � z aC aC J y J W Y Y J J !f fC S.J EL Lei m CC W �_ Y `t m m 'f yI Q W Q {Qa�1 = x J W ❑ a O" 6 W d2 ¢m M m d0 �,� �l wi4Jd�H� 2dZ �6Wn9RO � � L^2 Lo Z4 ��y__ rL qjrl u lW � z 4 W W 3- 60 �y V W <, �4j4 d4 Wry W UZO 2 xx,,. sl ��+W }}}W, �a 3 L.1'1 LI'S r • ~ ,�i, J } } 1/1 LLJ yllJj y,J J ❑ W ,IZ f if 9-0 L<•,� ¢ Z<!t rrl rvxa afc arc � �a�e d d LL "4 br Q x u;F�u+ W a W x � V' z �vW, El i i k i i M■ i � M i - L 8 op, 5 ' 4 — - a -FPO - y rrN N-,� > .. # 555 N g5�_ { f 5 �5 I fJ f� ,}f ff � y w 5� '''S k4p y is 'S X _4 4 �% 5554f n 5 5 g # p %{i } E} 'L IL~• 4c ; off f 4t' Z) •I��� � -Jt'�' 1 i.r fff{ +� I a.W o o h � D� ■6.1 F � 4 i 5� f L L �'i1._t � rlip 7. 7. ct �. ID L a s T• ! J L A J r 5 - rl 1�L f L T ' OL ¢ 1� 1 � fC �,' �'•' 5 a' '% ' 4 ,!£ 5 ` iF rp i ,I f y� 55 # r 5 S m 4 'S ry `J ffll l � 5 ! 5 AL "7.4 S 5 • p 55 bit&f 55' 7N L off 5 5 5 5 5 5 s rt 5 rM1 55L 5'L 5 r L �yy ft" 4 L z Ir CL ix Q _ a J 4 < = m i z u UKt I Q LU Ln r 7�11 IL 4.M co d 4 � Z ,OL � LU 7 L H O C) N CID _j (6 < I I.LJ c; 0 ~ < J LU 6d r Q w �{ W cc �4 in dn U <+}� D_LM � 2 ICL z uj �j co z w f 3 ICL rffl w 4 � J ,'n-i W W W UJ ~ — 1 J J ozmw w clCD $ W � � A MeJe 'a •I� — Z J I, I F 0 a� u 1 p o E N � o � y; _rya E 41 'fin � c z ~�4 rA Zhd oz W LU Lu � s W ihl 4 +V c F � 0 > z � TI Ij 1 u z .09 e .EV _ �Z n�iLir ni51 i Q il l7 Li N C * z a 2 i in tt .y-,i ••,i i; r.}.'.'vul I.:i f..'N-'ir yq _y�..Yl�:' WV.'..I:{.I�:.'�ryu „H PN'�7'•aySl�lgWp'�24L'7u 3rtix'73J'�4og5 E 7 k LU U.P M 2 �«s � § a S§K / % -cE 2k £�# 2 2 )W§ z q 0 D C. / 31 2 ƒ CL U 2 7 LU Er- 2 � 6u « « § � 2 J � � Z \ - mow& � � � / r _E �Ud § � / ° 9'� § ■ 2 � . . | � |r \ \ 75 §o � � / K FE«-J� � �f /k§ +IE 2 Zhd oz t- LU � o � � .- : � � - � � k � � ƒ 0 / . \ \ � q b 2 K � « � Qcc -A 2 n V k 0 � 3 \ 2 U � 2 � m 4 Lai _ 7 2 0LLJ LLJ CL � _• � ZR- � � � � � 9'n � ! . � ® '� �]� � K . 7 - § . f 9 WE %j Zhd \� 2 .. . 0 z LU _ §%§ . .� r --§ � k 2 q � 5 e am�,mu.a�ca— m a�s�. mamm:,w, LO LO o = f� rZ Z m f h 9 wi ZI.. y J J Z]Q �` w❑ L.L '3T1� d - z 4`J 0 W � •�•.•y. _ :•y W �_ J r II,JJO� a EDO z� toIF5 m �' � W cc J pp �wlla� pa O '47� 2 W + vJ w W 2. M :3 w W s C '� J Uj [L' Z a p 5 S Ln H m BE �. %OliF Q mo w= H m m �..M M f V w F U W' u'1 = 2 W Z W 4 F z < m_ M Y k y r d� d� A!rIj�1 w W~ 4 < 9.1 5� W W �! J J bLD T s 91 4 � J W < } Z /a/'yey � 1z, 1 J�� y� }"` Yl � w w � hz Z= I rL Y Y; 7 Y u 8 W Ulie W � VJ } r SIi� fi r y k i W ¢� r wu S 1 wI -tea f I 1 8 ~ 6 z X 4 = W ~~ • I f� I �r •f ' cW -w r. DZ . w w 4 1�4 5 }� dn m F J 4 W � J 1 } 7 i - f - F}-y 65 r z J J LL - l� O 0 Z W tj �,■�l�, , F I i W m Q� LLJ <� I� ~ is < z S 3 i W es W g i b S r yJ � �_ =1J qSW wL L� J} LJ vi LP C C LS9 m Q CL) 2) �y J VI a. W W � r'*� 5 j W a w r w f . I Y I r '�} 2 m � � h 1 fLLf•yy ,� J 4.f L W La � � � W � Q � � 1 G n9 ~ f�•y Y � J � ~ 8=m i 4 i w m W W �i -M W W i..i1 _ •� S:} O �}J Y ff--55 64 08 w W z d ✓=i z r O ern• ~ /Gy z W i- Z r N Y FZ z �4 ~� „rA N M Y q J y` W �'^5f�•� A,r- '� r Y 9q 'f t - Z u � Q 4'1rJXI E RZ4 W tL l W U w S W OGCW w 3 W W x tj r J IiaWi � J � 1-1 � iY � � In z SJ'S � � � a w � +••1 cN G W �F�{{ W W 8J W 3 W= i W sC oz I- W= Q W GL F u O41C W W Yi d � W z cl E O 5J'S T, Y} a I13 . ~ 4"} ,-y ,-y F W LL ywI 4..1 � m VI W W ❑ ^J 0 S LW H zH:� S {IE W z S Zhd w oz a M LU DIP W z d W zo Up -Z _ +�Z 9$ ❑� aG7 a QIw wO q F = wLW O O x L z s iCa = z ~yy �� w ceul�JD # w W 0. W F � {LU y %n � Ln 46 cc Lo it i+ rLW zj C15 015 Q ij LLJ r l Wli �� zW i O ❑ ❑ =J 0 fyy J aF � � � ��y N +rt �Wm S � w � � a i 4 }�" LL _ ` a � N � z J 1�1 I W Lzu w f1T 1 ,LJL w Z 2�j-w Y LLk 2 4a � z � ot w J Y nl r J LU Cdki1 2 <Lai Or D m = �y,I J .ZT D uV.I a V Li 06 7 J W W>- d�� 9 O �1}++1 * J ; m W W Z Ln 1CL m jam'} O �_ L.f �y ` r '3 8 „4 + fJ' _ W 1Eq8 4J C W 4N %e:z D ZX 17�+� Z H m W =Z J mom_ mr �2 TM _ x � Z VY ' z, Z J =yy {�J m NZi 1�1 4� W o fW-y AYr■IfYG*f m 4'F w r I- tJ u w LL D WI ,a [jyfLo Q + O zi 4 Z J em EE iv Ii=k -V 401E I.ii.Fi"O-!Ir 9qWV-4LE:' PN'�"•a►JSI+IgIh WYN �2GL I:{. 11:.',ry l} 11N xt3rtix'7�'�4og5 r,4 LO LO R 0 00 N ' N *. , ca lN3r#3AVd TM 3M = i LA T UJ J ❑ tc w Icc T 1 w w Cc TLr.�LA-(] Ml' MUMS .tt w w FJ 11 LA z IN II - 3= gg r4 — oC 8//Jyy T J F F T ii 1I �' I z w 0 6 m W M :5 OC U Jt W J uze 7 Z ~ram tF c�� ■ x;1� J 2 La No z O z0. ti �Jtog dW o u W L W .. 5 z W �n ' -7. 4y a u 4 LLI kk yI V� III I' O — r- Ovo- — F W '{ +'E E G �M V 7 rIro� ILA � 2 L T y { W Ldi *W 4 W L; J z _ L Zhd O 8J h LLL...LLL m M 80 z W ad CEr Lx LU coed X w Cl W J IJ W = I in W L L9 J W Z r�ry LEI ~ W O ❑ {=rj # is � J - W J W LU W = a 4 W S� Y! it PN'�7'.aySl�lgWp'�24L'7u 3rtix'73J'�4og5 iro = m m LO I- F I m 4 MA �I a — LIN E — a AIA N_ UPIE o� y y y y 4 F (6 EL LLI Lm 11 I w? GGGGV)ki a l 31 .dam I � jotCL i J 4 UziI I 1�€ WZ5 C cc to L 2 WR I !Alkg _ a I ZQ I I I Fti ID L I 1 113 4c .L I ••. 1 I I LJ LR v I I K j Di uz r rn N a I Z x4 4 l rx c+ , J I •- Fl- �• IA c _ � ------ --- a m a J I in� tt fl m y 'I f !R N W W W I -a W _ f! I Zft: �Q� F Lti ~ f� 1%1 g D I rr+41E o C o � r � 7. W ee g u El{OC Z u I�� 'in 'M f 'dAl. DE W U j LL 8 r } � ry F15 I . { 4 1 1 413 W °�` I � W r 1 LJ W P 3 L I I aW q � W W u m - u W Zhd 0 z Q� ++ a{ I 'a z J s - I tJ tJ coed W e ** • ' Y � W L J 5 z J G7 W U K z .i F W W j W V4 54 J �yLP S+ flD fl0 Ln MIL T T 4 I� _ W ~ Y • ' � fz F III...LLL 1 � LD hd � f4 ❑ � � J � � T•I '-I ■-1 LP ru I I J I 1 I � i z �W}=i1 W +LU O y-+ - S W 1 = �i ,may }C W ❑ W Oa� '� L j m C W W W IWi Cc Ul d0 lil F fL• Ill = z 4 4 2� a LLJ ° W J {Gy a t.. 74 }•a W ■ iy ace Ez uj Ln Er ocLU �q y� z W F W <z up Lu O m w J IP- �' Z W U z 'It 0 y 74. = a _ Id J Q} ui RE IILP z_I ' If, lb:m Iy�'f/I S LL J I J r W r` T Lr z fC Ir i V = ❑ ❑ Q J �? ' r rI r i +TF W a li 7 F D 4..r 0 f� 0- it } �G � ' l ❑ i � x du w ' z a = T L.r N � z W J ' f l ■ y f � W _ 1:3 I.w Cc ix � a QCc � LA X in9 LU CA ku 5i LL s r x S W �" W r ❑ Zk N &°f �!a: S7 CD2 w 8 irl N z y # w IIA w M W ¢ J iJ i4 � I'm, GrJ LA L � � f e � sic # • } 1�5+ 13 } +7 �i CL Z u ~ v E 97 Ex CD (3)Pi? +� •y `� 111• y� �,y� , LZi Ir 10 �Y` "• ' F u T La N,i C", Vz pq L Z . Zhd Z qx 0 z Z � z LU Qix S OE U. VP J H _ 0 t Q d � � O -0� L7 R m m — �y 1 ' W +-♦0 z LM T+ VP J U z v T T } S Q U Z ti g x cr 13 � o =o r � r '� oe cc_#— m< t7 a � CM3 z a W z VP 4W.! EE 4 41 LA ix � EC — 5 5 O W TL 6 u U L Ln iw WV-LLE, kUV.'.. I R, 11:.'.VkL �1� a 47 � u Q LO u LO ❑ m 0 W 0 M (6 a u WI z 0 0 Q W J � CL � W LU N iMI itiCL J d_ Q Z TL Ln f } / FARS 659.17' FROU RM TH�ESHOLD tiff O N- M ILL! W � Try I i� rd Y4 12 I +~"c u kp 0 y,fti�N j. LL'rr I wz I I i+I ��m C ~aT WE I :a 1 rxr Rniv rfsx "F2 eiR L , rl M= : Rur FjNZ : RpR LD W o ae ay r z a r, �_ _ T_• y z � _ wLLP Zhd 0 z q; Q a Ir Ti � SJ { T W K W LU N a pir irI Lk R4`. RiL R4L ilL ASA � � R�L � a { x �iS iSi +Si Is-;�Si 0 I i I z z W F r•. � I _ I II ❑ b- ❑W � LL 4 1 Z J Ial �� I 3K �n W 136 I LLI u 0 - F 4ir Q W J� d rd z I. �Z s_ W Wr K W �c WOG I I ' '• 1 1 a CC VLLI � q W r 5 y��y R W W V•' ~ W 3 Flll r ~ n z LLI a Z 16 12 V EL 00 m � qDFi iDFi � aFfl ipFi - - - - - - - - - - - - - - - - - - - - ipFi - - - - ipF4 - - - ROK M4 I►OF4 hUA WA RAfJY MUU : MCIi Rail Rni+. k W v 110 _ r ~ O � W Ir W co z S N m 1 J D W_ J r � ~ I J C6 Q w H C3Ul < LLI cc J J .� U � J J CC IWY rrRR Y Zz Z Ir Ic T ft! { re J W W Wl � � rr 4 � W S ix 23 z CD CC 08 = LL M! IA �G Q � W � Q Y Q _ 4l v W 'i O E 2 A o � v as 1 T F � Z—WOO 4 WE p�ey3e { * W 4 Sd Zhd 0 z t- LU t rg o :E LL li 1 1:z i. W J z i Z LD � J J L+5 � W W r � � r r r IY! ru W IY W 5 5 ❑ a rr z z ao- as ao Q U 2 J J W � LO LO r` 0 M M N � a LL Z CL i Vf �C 2 W" q w Lu K J Ir � V w; W W w LU O c W�-m �W L 0 Li up i d wa Z O W F '� y °; t w W } I I w=� L i I W J !E w = h w # I I C m I i 3off.04 :z- up Mw E6�-M i . I I � W �~ I I � W J �a• _ _ +� � r•y Yw 4W I I w� x � I f 2 It K I f ir 3 0 I? D D 43 I I I I I I I � � I � � I _� I I I d Q o _ cl 1 W J SS 1 � Cc,i 893 - i oe "61 ir N 2 M n x ti y W N 2 Q fcc Y ID - 0 W S_ ae� cc, _ � IL Y � t� f Le } 5�11 W H Tr I IF uh � � � � � aW wQ a 2 c u 'vim ��� � cl 'a �_pqY Wa he I'��iu WE LU W W G d a Lit■ r ' ' NEt =' LL 3C FL Zhd 0 z LU 0 I I � I I El 1 I I � � I I fL I I a �r 2 I I w 2-W W¢ rQj i I fwL I I # I I 30 LA � I I I I I , I I I , I I � I I 4 I , I I J J G QQ # #_ X z z ¢ W IE W LW W W W w w # _ W W W z J +YJ y N. I .. 1 1: r. },,, ,vll iii{F i'.: r rl::':+..sir 44 -v..yL I:{.I I N.,.vkL Ii H LL I w Q I U 1�7g N01i:)nbiSN00 -80! 03nSS1 Q r � Z Y a o Z ? m e o r z O o °y s o S O m N Z ¢ r z se m r o oZ 04 _ Cc-P c: Z. o xz ~ ��° LJo �< s F"z � y mWN o O w r crn � I�� N w p (� O Q U r Li <En °y r Q � O� O 0 r° LU L[] Q N �� Qr �8 N o m �0y w z �y f� E- z Q < W > a Q w r... z z cM cM LJ_ v o =) LL wz � oEL J W Q Cn LU �� DU Q UJ U� a � Qo oU- jEo z oo a wo ryF- Qo U� wcn wF- =w v) w w= U) U) ww i U) i P@N c� o ed�a uN� co co 0 w ILL I w o N cM CO 00 '6P"19-Z00-I"d-O OSV/A *103 Nap U i�naiswo� =aos o3nss� Q WLn z o E• o v z ro y VI t7 2 s ° F r°y a Ln m s °Z; N Q o N a d Q z 0 o 0 F -- az V) O w = cn �— 0 �Q 1►i � � ° s = V1 _ zm ¢ w p w= -i V) O X ro . o �N IL) w z¢ w- cam, o °ya o ° CD Z M� U x¢ o uj sa LL VIO W J En Oil o VL o z , ; � 0 o p w o ro Z a �- w V) o w r V1 > W wO LT. a < w °s 2 ZQ r W 3 W S yIn N f O U CO w° z a E• tl� Z z O In o Z a Z v c� o F-La.. V?0 C a CD a Q W Z N O Q O Q V7 O LL W Z mV O LZ ~U U) W Q U) W U J W Ln Z Q 10 o LL 0 0 Q a z Z Q cr U 0 H LL .~ cr O Q O O U Z W Z ¢ O Q cr z w 3 m 7 Z W Q OU lai 2 J O cr O 0 O r i J > S F Ld Q w w V Q W H U c - 0 //1 ) j w W w z u a w J = a a o 0 o w w m in a w w J a U v w¢ w 0 z N .. c9 O O ^ O a i V1 O w w 2 N z K 0 -- w w w a > > a x w N w a a s o w W a 0 O LL w z �,/ O W m O o: L) J J v o LU Vt - Ul v U a D Q H W 2 J - O cr H- 0 O 0 z Q 0 z Z W O Q J Z H Z Z - Q H Q O J J H x c w ¢ c3 w c z cc - o: W z m Z W O - W Q W Q Q LL W- Q O H W VI J V) O O Q O 3 J 7 U •--• K c� V U a: ¢ 0 0 O v O w U Q V1 Q Q O W 7 ^ ^ Z C� Q Q a x� O Z z a a o m J K z- z K w w a LL- O- U 2 0 O W W 0 W J O H- H J J Q z z O Z m •--• Ln z Vt U > J J r^ O> F O a x c� c� 0>- c; S K,< w K - M U W z- W W H M U 0 LL W L.L. Q 0 O O i- W Q z J i O H 0 VL z G U O O w w 2 LL a H J W Q O V Q z W W •--• 7 Q o v z V V 2 0: V Z LL a LL 0 a O V V W r Z LL N W V Z O W V V) W O Q Q Q Q o O H LLJ 0 - z J - � - J¢ W J- ed =d >> � 4J z LL w m < 2 LJ z J m O Q O H O O V1 H z 2 O T O r Z V1 W a 0 W J O a V z z J a W 0 0> > J � o O U M U 0- w J� Z W Q- m 0 0 0 z O z o LL - O Q z 0 0 0 O O H- H 7 W- W- z H H- z z z w z Q x w H H J Z w- H Q - w w VI V1 -> W W 1• � 0 x¢ ¢ Q 0 > LL W > Q O - Q O H W J W VI 3 3 U V) 0 LL O V1 J Q W W O- Q 2 3 �-• V V1 X 7 O 7 W O> O W 2 2 Q^ •--• H H V W W a' D: w m z 0- H 0 0 0 W W O O D> O J z H 0 V V X z O H H ✓t w 3 3 x x^ -aaoow-¢zJxJmwaowaaz--oa-WoomaooWWaoowwmc.1x Q Q Q m co l..1 L) D O O W W W LL 0 0 0 0 0 0 =- J J J �� z z z o a a a a. a x T 3 •-• 0 3 w W V W m W^ •--• •--• W H •--• 2 2 2 V J z VI z z 2 w� 2 X x a J J G` H H Q z xoxaa>zoW--2 a a a o: a o: ✓t N N N H H H H H O > > ; i H N W W I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I = W 0 u(.>o ✓) a (3 0 r `" 0 w - z 0 V) o a v x z y r w a a o LL ID \ 0 c.1 w- 3" 2 x \\ LL LL z m x o w= o a- w- U a 0 0 0 Vt a a a m co U v Cl 0 o w w L� LL 0 0 0 0 c> 0 x- J J J 2� z z z o a a a a a J v� a i o a o x� a a o LL o 2 v K > o w� N c.1 x a� m u o 0>- - 11\ LL \ a a a¢ a s VL Vt V1 V1 �����>>> 1c � X W n J ) w WW 0 = O Q J J J V) J U V) F- rW/i ) Lil J ~ �V) LLI .. o J O J Q N Q z (r OZ W Z Z Z F O J 0 0 0 Q O J z •- \ C� � o v J p a a\ a Q J j 0 Q W 0 J O Z (!I J O z w Q LL_ D Z J Q O~ Z U N a - Z Z) Z) a 01 Z Z m o 2 LOU O (/j F- O a= w u } Z I >- cr c5 , O O Z a 3 >- d a of O V) U 0 (D 0 z LLI F- m Z O O O Z Z JO O O Q U� Z X W W W�� Z Q D O Z O[ 3 3 Z J 2 a N Z Z O -- O J (n J a a o o U 3 0 0 C/) J z a F- W LU Cr Z 0� Z m�� O z Z = z vn o 0 0", o o <a V) Z) cr O a Z O o a 0 a w w w a of Z z Z O a > a CL= a o o~ a Z Z 2 o a w w w w Q d OC Oc OC J O z z z_ Q ry 0 z J Q z J J J J J J J J m m m m m m m m m fD J CO m fJ M Id, to (o n w 01 O �_ N_ M_ O O O O O O O O O O O O O O O O O O O O O O D d d D D D d a CL CL a d o O O O O O O O O O O O O O a a a a a a a a a a a a a 3 3 3 3 3 3 3 3 3 3 3 3 3 N M 11* LO W ti co _ LL w o c� m I Q -b-l-A WEI Wtl BL:ff9 Zl �BPS'Z00-Idtld-4.OStlMLZOZZL J z O LL 0 r a LLI W s u,- J ^ al x a -Z LL a-x -q W r olq!F om W _Zo r x 0 o o • 7 N J a {a 4.) xa1 O 0= {} 0 r xxR Ir m w x � s¢ w Mr^ oa 1nx -q r •^ r �w ^ o U- m: 2 I,W W co- �-q at V x o'-LL '- r -qZ I- W '+ O C) {} co Z O r r.0 O J� -r r J W J OOW CO Or S {} W m f� a2x-q mS J -i ^al rwwn_ {}1-OaO "Z � Zr Ld 1--LLI Z Z� 0 Z '+�-+ -+ r r x W W OZ 2 �r -q LdZ'+ 0 a� u,W r a m2 caw r ^-q LLI ;I CIO LLIx ales J ;O r z J m ax M WwW-qW � LL J w; Ld = � ^ ar a mmraJ o JLL o a r awo x x W J 1n x - nor^ Jo x Q J a- ^ 0) Wrr�- o x x s 0 -ZV ca Wmalm x a aI V,SW 2-+ O If,W O �-+� IZ m coW13-q ar '+ dIqW r Wm J J{aoa Z IL WZr a �{} 0 r�--�=m ,[ Zf4 -q=2Ld �3: a a xa1J r w O =-qrr 0 ,r Jor 0 a w wr w w cao r orc-Z m W J^ a^ �z 7, xxria a 0 ^Wao W xmax ax moL" Jm Z r xm a -Zao-a �o r r wr J -An O � as to V= ac) a1 aaSJ J � ^ ta�oa W xr S w o1,1 ro xw r wLL In a o=m�c� wx r WrEr� LL u,w M.Ir tM1cv -q Ld �a at W -Z-Zolr, In a^ a1 W al a J r131iZ Ld= c) r ^ WJ4� {a0 SO2 2 O • X r' o r m2x -ZJ a ofWlq r LLIrrro r qSm ca r^an M. a Sr =wZ L6 c3uto^^ JMW V M-Ld a w x �WW x 0 o-q aJ x^a am ^ o cal o o�mow r JW �^�� 0��--� m Ih 3� LL 2 ZlhS ax Wa J N dO2 � '+ Ld a WLLa O 2S1.a SJ� - r W QrQO1.? Q moxa r ro o . wx U- C, x 1r,• 0 r �o rcm oW � LLu LCI W So r o ^o o SCw � W JO Ja a ^ mm r2, ^ aN m aZ x- J JW-Z W -Z ma- oV1O� al0 Wsco co -Zt+-Zo L..) Ld xo r ow a Ld=o x a1 m: -'- x�zLLDa Does a as ow WJ or n_ a -ZIr,Z 0 I LLf4 ^r Wa- ZZr^ �{} --Z CD Jo4.) cm -Z �� al Z r� Ir WxJt+a oil- rrnm taxW asc M. r� -Zw ca corIqWw wx I wJ nx � •rr 0 Wc) -9 ZaW W ^oxAr Wes, a c�� J w^ -Z= m rwo x a JaW4u, W LLS malmw rm ar3 z a1a'-w� "Z �1 mt41i a are o rar �Iq WW M. a-1,-=0 Z WW3r U• Ir,r Z W Ja Nm Zln�r= 0 W W x2 w w^ coo Sa a^ m xo w -q Ir,2 rr dr3- o rx Wa ao oW Ev alp ^li 2 LW- ^ -9 Itl ca A ra ox wm x _o J LLI Ld If, M-j {� �O �+� Ir O oaf Z •ZI.}Z k =- =,qt+a R^k m '+WZ A� taw^x-q ax-q as ^aloes CO LLI WI m rr wo aw ZZJ^� C•Q� -qZ xa Ja cot+ LiM kO t+�r coal -Z V, LL -Z aW ^ `Z •,q W Wt.)x-Z a^ If,J If, 2 1?a �W LLIGIL IrS ZOco d J =,X •Ir cnma -qW r2 mW It7 Irn_000- LLI =Joa-x OR^ oW xalo WN as xr co �s '+Q a C, �r-Z OW xrrr r x� CDr inV, wren x L+0 Ldc4r Z xWtd aloo a'0 c�4�r Slq CDxoLLa1 ox rLdL lLdr= ^m x oMal aW ra= Wor-Z= rnW xuo� Jmr oo st s Ld C) -Zm CD-i- Ir,o I t) ca LLJ= r^ {}W�� dZ L,a� r cord 4 ^r• aoa 0 r AMC) a� ^wx ^�wa-r LLr J� to- OW Wma a-Z m^ILW om 0U• mw i 00-Z'+ LdW xnr mwu '+ at —1-9 V, Iz WZ =xm W2 Li z JZ I OWZ Jaa LLX Wr Wco WW '+W R^ liz �7 Zax Jco�W SW -11w � WW SS=4 WJ S2q WJ aoW= k7 4a+aru ro-z as roru 0C) rrro ma LLWmW4.) rm I W 0 m LA 130 U co a- X p N C7 C O N 06 co C >' of Q cC f af ai 'y o co n o U Ln -t maa ®■ �L~i L) W cn24 � HxH C}CC > 4. # LLI -q bf�CL M:0 US -Ld cc C3 L� Ic xxCDLJ]I--cc H cr 1 0 V} ~~C3WJa: 3'W 04H d _ y CC 4 W CC c�1�a�-'W z <0 3: Lfi 4x3E-0 HOC max z Ld U SPCCCC CC CC V) m 1 O JZGAl - 7� d4 � Wd CCV) fl2W;ZJ f3LU 4121121W C �w^w ACC LA OH CS CS) ^CC zV)JC. �0 -4- -im 4� O=1(Dx <EL 3c LLI �W 4 C€ W M CC ZW >- V, OLLImc?3;{? QO JJV] CCU r Ir LLJ � Z Ld J H a- C.CSCC2- a H 4 4 x CC mmxt7 Hd LLI _ .0=1H4-Scn HH ZOMcA^a Cam ���� w]-1 4 •WW24 W� CCO�W 04 3E it-iC3-J bCJ CLZ#2 mm OZ Er HOW HW]Ld HvSW {j x V) V}2 OW0.0 0bCD- Ld" - WTI ui W I W LO W I W V w1wre Li x I � M I M I HxOFLJ U= 4}�{[[}}4SV 0 Ifa{V 4}�[{}CVCV L%nr IL'1 + r + I- N -j [,rj Ld W 12 HQ [ H H _ �HH � 2 W LU WW W LL CJ WLL a >In 4-) CD J r U LdOEE N N F - LLI W u a H3- W I- a Ira C:) r ?r�0 16- o r Cdob cq 4{} f+l " r �-Lulm �� 0 I - IL QH= EL Lri a N J O O -=F- =1 O 1- O t H Ld LL 0-4 LLI a: Iru CL CC W� � Q O �M 0 Cs 1 0 CD-rr,O = cfmLL1 = ;Tc_> IY I` wf` I O� 0 JC*- 0 �� C7 O l�-kZia _ �J 0 WJrL 4? ":I:'M ?n 4D C7 N F - =4CC - I tiN I Li WIC} W � I I W I I L) = c?i17c� = L2 m � I I � N91 �ilkll+t� k143 Q3f1>i91 � � •, LLIR 7 4 zxo Al N p rr19 g 1..� a W LLd d Wes W)B LLI f64 Ldv • is w JF a x a1 W tm xi z 0 r 0 {rl LV � cc r 2 a ql m wom rt u HI i - J C[�� � a L7Z a^ 4 a W� HLLJ= �4 a W) W x Et E-' � r cez a m CL CD Q z ILy�Cc �W =t" W QaJ = = 4 w94 O '� H Cf 'RFly+ CL . J ig }�f'..�' _O [{[5' S.t 3 cox Jl PU- L o aa} $ 3z LL zw n a z ,•q � ca � L LJ J � gI 21 W w l QV o zWzQ�r1 _W at7 �W J rJV1 m LLI 5 [-4 E- CL <D V) { J CD 0 -1 LLJ2 zWz tiZLLI vJ UHwqlr V _� W cc� Q, a � La a w ~ cz � � I L I..L LL cn =tea- i� w • m m �o o Wa1" K] -.W# " owJ W VI a� r�a G Y-I n_a= Z} "w m a m Z m W > >O Ja= W a H n_WLL wr6m• am ovm- J H i] J in n_ u VI W) Ld 07 - I I 1 W C = 8 W Ewa a 9 W SJJ=F 7- e �I � VI -i1 -z W 11P jSUF- +8y a CCC-- aR 608 WQ r Q .t zzo'� cn �NL2 a� W W� r rQJ � 4 ~Z V H 4 6�l � woLLLa _ �iEVa 4 m IL 4 m V 13 - CL j r II I W � r r �w w W W a oue2� a a a j i f� b Jam" O : '- W W 5- } CL � :� o 0 co�0 O O J J I I Z I 1 ; J x LL O LU o=a m m W Ld c0ea¢1-'- -1 { in r9 w f I + w Ld iaW �m �' �' Ln I y + S r G+J W _j W C] Ld J ly W m 1 1 I 5 v tIct i } H Q s x 2 r r r 5 CSr � W ui W w w w o a a o Ld v h j x� O 4 J J J J y f r- F- yJlt fl W W J Da 2 W W #� ~ t > O z H O O m I7 __ _________._ y� L�1r11ox 73 ZN I r W W u H L` f�l m in J O W Ld-j o ff ff o "} M I H n I u s Cy w "' U- '� 0Wm 0 0 _ a QCD F- B—C I �J a LL. f C) W (� d �C: =:- D =3 : z z z I [.�77 d da LLI LLI w W U. C. {} L7 w a a � J # ix x x W W W a x x x I.- I- +� w wo LLI � LL w W LL W a a yr rI1 r5 " Lo } ia1 n Lao= x x^oo r3 N m_•ar r J #-jJ J CD W 991 al O Ld ¢ = xVarr J^VI Y} r w o o rta � err r�J J Z a+�C•co a Jta uLa la J0 � - n n 911La0 m MUM Ir 0000 IiLLLL W H _ _ _ Q Q a 0r O r r J - rat r U', r+5 1=04 4 Ca 4°O w ~i+5 p 1=044 ~ 2 rh Zr Zm ZLn 0444 J rat ryy QAl QN Va Va VI n LLIQQ11 # W 2w CLI ZZZ Z CL o {a {� {{a 3c3c3c 3c = 2= x= 3--Z 'q�� Z X u�i { J-Z J4 J� mcca Ir o w ;CD L oaa a i a www w LLI _ _LU Ld Ld Z CLZ W3 9LZ Va Va VIn �r HH 77 p i.iJ -E C.J c ty.1 � u-j 4 r GF rah 1 r Gf OOE 1 r Gf oOE w r 0 x w w 0 A Y � i T i w r7' 0 z in I 1 C I LL I Lu z J4411Nfitl --0- 3ff ]' k LM1fj I ' Y LJ__1 I 0 I I I IL _ LLI I I H { 1 I IL 0I—L I � I L) II ' LJ I 1 4 I W - 1 I 0 LU LLI I x j 0 J � r I �J I LL] LL = a_ yip l��I I i_ LLI LLJ MIL I LL a' JuLL W r C) o o IT I I 3 � rLLJ 0 I I ' C) LLI cn LLI i xma = LLI LLI LJ = LLI LLI 7— LLI cn W ❑ I 0 a � J J w� J } �d B H m Rw �S� i rWn� oll Cn M~ I ~ M3 �0 ft: O Oi]WaJ I n p I �3 �� 00 r 7 W fC � OW �y i W Or j LU j z IuF�d1W3 y '• J W W �,8 a m t O�� �� d c)J wot r a M2�cm oz I W # z J LLJ 22LLJ �s OgOC� y- WO�� _y � 8LLJ `y1' ��yy ae~ I 2 lonL lunoL �� w-qz -iRIn �ca ae ,--j H ' �JIOIy� La '••'FAY fL 4 C+1 1,7�5Iw J /' �WZ�WJ W Wlpy�� -C ed0 D- �} a G Gf c'S uri OWW2df #` �O LJ 40H �3 N= - H GS I+i 'r` m xW 01-6 6-2Ck r-i �ww wNM mz�w a $iw `moo NIiIL Nll IL {n�- A A ch w W� n O W Ww zs co 0# LL - df H IL-L p �O� W�J� H]�[J � J ll.li Wr W WQ M LE o aw pm aw WLol i Ln cnw T mac NW ou J r----------------- W II I UJ — I co d I ° I II � I I ❑ram �- ----,�� I -0 7<r C�) I ,e .w•--.•a M•u .ia a hlall:711�11'�VO¢ ll�i U389 E w r as ~ Lrl T %%z n CD CL Q Cl I M c W 0 LL NW a I "" W W E-r— I�Lol � ��a 11I jam Qa � — — — p -0¢ a 99 Zz— wwl �j� d=LDYC_ F��, w Is Ll BLS 5W mopp "'HH LL W T Z Lo Q W� I 4�m 4 c�• rD J� I I I z �- '�} �-1 �.o S c 1r7 Udf cl -rl �T T ' �ddee r-� OIL 0IL i §-T Lu �W w �LO w J �18 m® LU � I Y + I J <D cf)a u� I Ld w F ul L I LAw EL -u I I I ~ 123 I r 48 ZLL NO W o J9*4 V a � J r r I I i 5 i i i y M1� I I I � � i •� � b � d 41' i M1a _ r W 9 {} y CD V) y5 � aOp� d 4 � i wr .i5 - m way w L a Min _ - dix Lx- 4 44^ WE r J J� � m WE x� J xa {}� _� mW Jix mW 0 11J �i xaJ N_ aZ,3 a 0 x jLr xIA EES �2 [•.Dm� L- I w o 1 0 1 1pk, -we wi• raids uptr$i Vft aye Noionaiswo, woi 03nsso U © ■ 1--x >.< WW w 07 J> H J UO' 7o mz a we 0V� LLJWo_ a zx OJY JUfO Z VVI1- U<VI WVIHWLJQ HC Ea FKLL) Z UO• J (Aa-Z LU-COL = \z - oo a(flu N3Q NUU a N X - (.7 Z (:3 z / U 7 z I( LLl �! m J HW Hm HW Z 70 O xJ ZLL xJ U U H HH ^ a O < 2LU Nx HZ W JO'1 Z I "'0 I K m 7 G O WH Ox _ - W O O L0F LL Q(U ]0 OU - <Z LL J Z 77 W O S O o _ O J Z H LL W z w a -V - J O a Vt O U N N - F " 0 ■ MEN J Q H V> x O C20 < 0 m S Z zz to < LL O K Q� J 4 r7 '�. Z W K J W WOW rn a O a U x w 0 .(n J 0 Z20 O •+-o VI Z aJ ¢ cn �W 0-00 LL 1-E 00 0 z >-WO I w a_ wa w H 0 xW- LLZ W Jo IL «z = w mz a: w •HK< - > J- - JU< to H K OK F-O_ F z WW•<U HN O aN O QO cV I- • .dM W Or3ZZ WW K < p Zak 1 V a -LLF w£ Inw o< ;w 0- LL> S -so o z w >¢-- 0 H !2w0L� o K a ow oU O - > JH 0 x w w z O W Q0< U x- < Wm= -V} o10�LL < -.1w ovv 1 w 0 <WJ<Z 0❑ Z<WZN- V>W m w Q O K 2 ZLL<WO .-ooxa 1 2 x x U> r w LU o<zxU fC ZU uoo O WW Z QJZ O H K -V>O< VI LL HW a x (A H 7 oz< o VI za; W S J 2K -X Q J2� Z F �--� W SON .«-LL O Zz U dU W O QrH>H rcw x-tea O w 7UzUx(AWO N UH WOz z 0 -;C7WN O 3 2 O J 31-LL < < O 14 U M- Z W Q WW > Q 7 mK W V> H 0 > Z �LL a O -H YH $ Z 0 xH z - W <7><V FC . WLL- <0 U 7{ <W r2 J�Z 7 H zKQrA- M U xVl O VIW F WW O K Lu-ea:=KO xZVIv�Z>W WZ aW -10 • 0 < Z LL W F•+d\ QmH �--� mQ JW QWV O z U FW >--LL W MV O 1- -1Z Sm Z O o z21-<Q -WOK J wo--- (N LLJ z U J 7"Z;W w a W 2 LL m > . HY UW F OWzOlWtl - 2 ZO JK CDW O 7Za a xON<Wx 2 HJ <z JJ7 a_J x MWODLO w 30M^JIOW < VW J<r � J 02W w _ x(n zoao -W OK Z W> OJ LL (noUUm cn �� - -xv) o a w o- LU w W LLN CC<2 < LLV)- U m F-OOO X VVIOWNZWJ O So Wa O Z z Tx_ x< WJ �w iico< X o x zr rOrmJ x rN In I, xz w 0 >-0- r z F <zx<aV> < U - < (nw N < w 0 > w z ow�c� <Jx z oKw mo z>� - 0 Inowwm a F H Q w TZO >I- V>K W <LA -(/1 m So VILLz K Q o I- JLL <- cr2awLL JV> Q 000 z oQ7 w W 7WV10 z o OWZKOO< 2< H< ^Ji VI 0 <2 Hm-0 W H 13 US WCO 1-2 WL0 > 2 Y x H - I 7 2W W< NW U V-xL�V1 N�2 X H<U L�VI ¢2� - J3 CULL~~ 4 a7=awo Wes- 0 0 a 2z ova � w Z om7K� o oln Kzwwu a ZLL( Jo z<o z m r0 I-J ooz z w x VI J W � 7 <o MV2< ZW 2N �--�> Zw x7-�U< W wo - 7W < <K N r aW w F H -S •<HXWZJ J o OF 0 J - 7V><V)O-m F [[cc77 z Z2xKKOa J 2z z- LL -a O J V1> MZMZ7W z 7. O H N J< }¢ JWU �"- V>z <Kx �-U zQ xww WW- -ODU J OU- <O N O < ZZ O R0Q H U U L00 i0i LLZ K ¢ I-2; Z -L.l> ¢J 2 ¢L.l N-VI- O r>; Z 0 zozoww - -< w0 axe < <n U z�z�a� £ o X JucL<<ovx� Vt H x xV <U - •: w 040<-� u H L�- o� ox <O -V7 HJ a �- x J <0 <0 �W< Liz 0w ax 0 zK WWLL LD 0 2 0 ZH ow 3 J o � HLL z 7-0 7 azV> wo 0 WU -0-0 w H <U' J✓1Z W < - (-) HJ -Z xW U CJ- HZHZou xZwW-�2 zw U< I- w 7 Z- U7U7Nz x 0•+>Z<Z�V>V> O W�--M 7V Qw00 NK J\ LL, -� F OwL��w >- >- z mx� So m -o x as zLLZLLO(r YJOZzo •¢¢ ¢ H HJ ooxH W 0 00 z Z OW O X x- - O¢> OO J- Z N W Z¢ 1 NO 7 Z 0000 W - 070 U J 0 -1 > K�ZO In m LLV> ul> -U�oz U ZO LLm z Z KO 000 <Z WO -ZH WO HH HOH mu w a-o cr OHm2 JJ_ U< Z< H 3mrM L>Wu>r- W < zm 70 r I -In 0 r-ti JZ> J 2WO O OWLLS Z U Z WHWH rD u, H '>C W••WLLJ--HH O VIKW -O wwow WW Z Z- JZJZZZ U H - FmHO<ZHV>V> 2 a�--� HW KU Q >m �--� O mWmWOW H AI O Wow X-=< r LL <I- =< W7 0 -o -z-z- SMw 0 WWW JJ �ln- O< WLU KJ Z HS ('1a(�a V1O F � O U I U� K0-JJ J< WH_U ZF K 092 0_ 1 7 « Z-Z--Z H O <7Q7V7 Z 7V WK 00 00 002< W VIN UV7 LLJHW Z-Z7XH-O 7 W 7V W� U N OVOJ-ZW.r �O � Za 0- 00- OW K O< Sow0wo V � O U<UOi Wx« Ow NON Ii0 12H; H� 0 Jx ( wl-woo F C Z - N M o C� .i W LA (D 1- W Ol - 9l /l 6 At/l 6 ------ ------T------ q 0 I I I I I I r a I � I I I I r x I--zm? ' K1, ^ N JOB Uf d I xo x I ¢ 3 J cr I a M U C7 rr I I I I I I I I o b II d 1 > II a II i II --I--- i F -I-- 0 I I II I a ----- AlI------ •- --�1 ---- 1�1 II 1�1 I I iji II i� CID Ds .,Z-,l it I iji I I I ItI III _ o_ r a d Q o o.. w > O W N W~ ~ WQ o a W am a a x o V) a WW 11 Oa # a oZ � m U- ccz w7 z WO co Kn oo x = K7 U < x LD U < J V m o � 07 Z - J O S (.� - O W oaa az o a o ,. ao \O O K x a0 K WU Nm (.3 N W J NU 1 0 Ll- O (n LU J VO a z< -L(J W K K _ 7 x - U� V1 V> W J LL W K (noa c> z x o z - LL Z � 2 N v U a 0�<U^ Kw.. x - JJ 03z1>) WU x 3 LL W KO<W V><O J < K OVI WJ<0 ;LLK m W 3 V OJ ¢QUZ •dK0 a -i (roLLJw 1-ov (/) J w < xzx(n 7Jz C/) LL V> No H-U- ZLL< Q O f- •xvw „Z O w J--------- - - - --- - ----- O a - - u (-) o a Of o w r a O ~o W WW W H WW LLLLW z 4 0 a: LU 0- < (.J 7LLI a7 a o x v> a -1 = Ut = OV> 0 0 LL -1H- 7 LL N- NU- HLL F3 O_ / V W;V o OO H o Z O W0: WO <z } K <: 0 7 UO Ua O x O L) QW Z Wx W W W 0-N VOVS Y¢ W ? J O 00 z< UJ z K Q J / US Y< m J U N zU VWK F¢ z WI K - Z�(O N �F H2W 2 0Lu U UOW a N- V iF 7 P (00 viz �o K (AID <lz a o z m I w 1n o(A ow = LU I i(n 10100 P M Ji J a ♦-.+..- ♦ -. a- 9 _ I _ Jj- s , ' I. ♦' I'♦ n 1 < b a-14 1 '-•l a♦ - i ` I I.a G- o i.a i `a' S' 4 < I I ML -W-14 O 1 ♦ q - -41 .. �' I c o I .< • 91 I •. 7 w ♦ ' ` ` '' t' Q I L' , 1- H I4 1 C - 'll4, J Oz ��• ilk c O mJ 0 �p6 (A zo iJ (n <z LLIr w < < H U ZH uW a x � j I �2 �o " I I I 7 Q J 01• ll•i O WLL � m Q Z 0 o W Oas oU .z< oLL Jz — H W fi I K< 0 xa c a- ir U O o ° I H E< F 11, 4 W U z �a O O F m• aV) J3 a o 00- K O F oz z N m�Zl H U) W Qo 5 14 me h w a (r ❑ w \ Y a z W ~ x < W 0 o a- crm a� EL 2 L.l J 0-0 0 SM� KVI atOZ U O >z: <- U WO QO Z U W h coo< U O JO cr > 0 2 a cr < < -vK c0¢ K mU V m Iw W Z N xK0 VO 0 L�;< S ll- (r (= LLIZ C >W F z so L0 ; a7 3 a W3's o� o ¢z ¢ va0 -Cx •W- \O X o = \OK LU OU< v(..1 LLI NCO N N MUu N -N ZO: LL.I U I m N J Q f- W 0 w J J w Q Q Elf v D U o Elf � o V) z CU Z D _O LLJ L.L � (I) 0 IL Lu z CO U O IL ~U U)w J n Q U) W 0 I11 O `� IL N�N I1 L.I. L.I. QO I) IL Z �Q /'O O !^ I1 V ) w0 w � V) E r C) m � f2 � w I•-•I••I Q • v / 1 W z w U) Lu O C-' w o W W 3 W ~ F- U) J z Q o r- 00 Ull"W" "-0 iE•�QO•aKo•0 �5L YA3 LLI # u o- 0 a m _ � � � 7 m -mil z y0J - �- F 3 _ 4'I = Q W AN r N �� � r H 4 IIy�JJN � LO ff: z O t- J J W&1:5 J O Z W � m L(i G d z li �H = COL} J a[ L, Q6 0: r S a W L4 Q• r O {} 0 K L4 r F•I Z W z o f xsc woe x €-, e W C7 -J U-qm m �W -JJ W ,m. I w m m eta= # Ex a.ma '< O %} � T s a � �% 3C wi�'a � 0 E- EI —' CC r o KEL a w d r Lb D ww a fd L7 C7 [,p a- f+ m J fC x fC x LJ woe w f: w F ,_, < O 1qZ W S Ir O li OF r ZLLJ m � = LL o x 0 O wow tit) -Z m m r `Z �� J � { n i� ~ L��1 m w l-C w 1I--Ia r #isr 2- L} —1 r� � r L5 H m d 8f1 H L� w w w x do- # 04 LdCD y LYJ { x a fa4Ld —W SLY mLLL r J i--i LdW Aux rc �x �= �w cl J w n a m • J N x IIJ or -zo J I!} x E- xvI a J w # w wo J •� L4 a LL W w LL -1 r r a LL xJ =L7 _ W N H 0 J K S S 0_ O CJ = W- R' R d N O C} R^0_ H 71 2U• W� 4riSJ QF•I o- a t+ U. w on i 1~AJH 26 mw sc�43� _ E' U' 8 YI } W W W 0_N LL W W �--�J IL 6---� JJ LSd W 3 N I� Ey � CV C G IE LLI�WI JWJ YI de J a 3 LBd H �H JW dW - H IR � z �--� 8 LL Z ON 8 z6 r WI W Or UI� ~ ~� _� fC Of U'}W C3 L4 m �'�} W � W H 4 - fC O m t3 m �{} 00 4F Ir-j 0 � � � µl � N � m = - CO fL L'1 O ' W J yI,a11 R'71 yr d VJ l-.0 W S E- � I I Y�rI _+ m WL7 S 4Z 4 4 a8 i"i �2 � W -� }2�`�f � �W i,W �W�H �5 �'� W � � I[ � � M O rZ s ed HW xLI 0 WW fCfl L`J LA= H- NGdfHS WH W� i i! S+I U FJ7 r- 4U• cr n +2 WW iX •d+JWJ WG8 WH -E d sa f:C) O Q m� �i.7 JW6. NOL f: •}d L3 UiWZ dW =L8 I a ra a o wL> � �W mr L�r Z= o ><r -M W W of 3a r r� r0yy,lIa y1 Ir r a-m IrEr xa _W J o { LLJ �� 4 W CSS J7W rW W W� LLLL Jb _� W Al j� s r n C -CW OW ww�Ln fcr _�+ O - fCLSx� x� xd o o w xm Lim J Ld w� LAM Ox li U5 �x Wx ti tt J x u xwoL� RM O L4 w - -Zw C ; } ' CE UvI zA a w-i ••rmx xa Ccz 0 LOJIr. xx xr o F m I..L L.L r Wr wi o w rswo IL� "Iw a rtDr= �t� x 60 a +{ � m l'-z w = I01__y=Z I -re Ir ya�W =0=r I��I� I I I J r s Ba N M-I- Ill ka 0 4d0 Z o r ClLL I mzw J I - �- ------ - I rim w ffj OL _ EE &4 T I y� �A ' r m r7 _ w3 UJI LJJ --� 2fl0 xo =-ILA In I rZ _i____ �zc3 �x �J- LJ I Ww {={ LLB I T U) LLI 0 {? 'r f W �r' �a x o ` w w LLB z W I L�erx D II1'1' I LLJ I ¢ ix n Pa LL,U ESLd r � a W k mxt -CO! % IZ m Ld VI KA� J ZLL ZJ e}x QJ Ia SJ cz O N C O N 0CIO M C � CD I -a Q L Q J F • WO 4fi 0_0= s o = w _ v4� w L5 v4 r,a H axn wIrnU DEX owe Z r or oa a 4 -dX M V n L] s — w� ww -iu m ^i ,F X�J z 8 fC Nd�e C29S �LLI � LLJ � g r� ^ F N 00 X�J[ ~ -q� ' �dfW I NW 8W L[yyt�� 1.}3E W I �--� Ir 7cr y¢�¢W vi aW IiS a �x LLJ- G0 z3c X{}V W I d� W Q� � cl m 4N aD --� yl rLL WUF } S Ifl CvJ- " NLL L"A W au xx :3W a9a? ixch Ld H fi J ao to m }I tv m a d U aW� �i ' IL � 8 c p 00 m Lu y#J X2p�W I��J . F 3. OtY� �2 3{NLJ5 W TdeO iE {JmN y1_ -d 3� LLIrfl rx� r a-9a mL7 u W O K WI w jD HILLS m NI �LLJL}y8 fL7 Wes+ � 2 aW� 1 G {LLJ { ��o x 2k tv a O O W Cri H W J W I J m W Lfl J J 0: z g 62 U rta � 0 w W fLH ww W MCe! UFa w - d3 rmm J fY r _ ca J � _ n V WI-- � a 6-IL N _ � J W J U '+z Ludt-0Ls�� t =% is LU d{ CF-E{}d}L} i.J zT ! O=rm omc 4 L7�CJ'�UtLJ' d00 X {m } � S4 NJIW LL I ma= I I I z arV cJ J 201 I O I 9q V z d s J j CJ L,=x EE - Z may} JWz J 89 -C N LL K LL z I �D Ld m � Em J IE z ff0i LL Ww Ln I LD m ED7 0 1 m IQ mmi 0 I t5 t d in c� xy o i5 J I T Ir =u- 1� P9 o ❑ ry = MT Ir w i\IL Cr J L m W - Z3<A ^ W � 117 - CO E W R 4 _ o 3c r d F- O r w n t �•�•) � J J [[fi� J ❑rnJJp� 7 W W m ¢ a- df Cl 'F- � NF-Li, G MS6 J �B13SS M O��H�SH3SC w L< co 40 cr IaL Z cr— C r xLg r w 0 I I WE U E J w Ir � x U r V) {� I..L c+ x r valve #W2J 4'1 N44 LLI W LU #4 r u c+ rnw Ld rn W F- _ � Lu ua KA Z _'� w 9 CiCD iw w vUi wi 0aLLr -- =wIr C s �7 L-r a-.w xt Ld I;q a UP w 4.5Ld ix cl aw J 4#c+¢x cc U;�o o vi 00 CE a 3s W 0 L 0 ul N LL. z r 2 {Jf� naLLI F- >'1J �.S rEN x I i Q 1 1 z Ld N x kt] I, T r N = rr N m W U'7 q i� 1 a LLI IL i � Il1yz FaN QQ Va L) 4 Nilt(C? J ra1# LU tvrq Z M-" FIZ CD �4L II r J I 5 w � = I U Im �x w Ir -qX -•-- LA -� o J ko c,Im In - a W cxs � -CL W a W LdW = C3 LdIra f: Ira a- LdIfj d x J c+x r x I d W{} wm2 --Wd mY- a-CI�qW r}Irdw w C~gyp Ldr+a- x -.1 Ir, OWdW W V1da� =WSJ a I �04 2N:3 r0 r w Ld OEM HOW nrS JWd OLL #rlra= 31fl d'�4�0 _ n I J R'2 #rF'SU } dWr mo LLIU��W J tSJ rye �j J �+ #T 3 LdWU ,A Jae -C cc w �6-0 Wy Wr -- LULL EIJ + Ira � � L? 0 cm 171 =N �Lr�rLLmS W W M: cc cl LL Wn -El.-J~ 2 Odx w �}S .0-1�OCLd r W 9d-3 x 2-&J-1 W }�L Z -1 W DJO� 2rr Ix SLna. WC}a =-qS 0ErO -MM w Ox a ry r w J c+ � a x r J x J Z Ld-j J • Y. S.7 J d W !�J '+ crJm -q ZW J J r o a m ka W-q M:Inn �z {s d R' oe r vl J S hC y W 310 w -Z U a x r Uor T r =a wx n a� J ��x J-O 2 v z� r xJa J aaw wcX.9 x wo zr w r - x -q r R'J • x M: Ld C M J � XX rJ0 r LL W Vi r U r J Fri U LL z J I. - ME o�w o o r =w o i mil O =a CJ 0vv r {'y O rx O J JW� w anW = x I L.Z O O • 5? w U 2 r m z _ M W a 2 Can rU aIw 0 o w 13ow x x = ¢= a ¢ax wax CD 2 JCD MW 7 CD LL=CD 2 r -? Wr Jr R'm n ce Y. r W9.W m Lt O Cc CD � G VI m O 2 Um M:cc 2= LLa- OJ SLLI LdSW m r0 vc J z O 9'I z 0 LL I z I-z J CD � wCD U ZW - ^mX Iz C Cul d 2 S S.F a -Z + r rJ Vat JCL S J m U 1=�W � r # a J Va r Ya Va o Vi W r J Ld w x 991 w q� 41Ior xm u ow a9r = • JS,t x M=Xw M:-q1a IXwa w oe 2a� wa =.ium X do � n z W O J W J = 7 J EDJ = w —.ar w LD LL a m J,n a J is J o- a1 m iv '�d x 9r w �C w0 �-Z m M.w vt cUL m w=xJ �0 OS a� wane 0Z � qi �JIL xvl mrOLJ J VI W LF ^ �+ W 9'1 O = =0 W d W'+ # 2YiW OCf J •r1..1 0� mW Za= W Jr � -J ccc= J=p Ld � a Ewa r, x u = In r ca ul 991 �# o-q s �x Ewa w o C, C � .0 x �a� q woe r=o 7.w -qr rJ4 mJ alo+c a- . J ca ql = r2 w r r o x w c7 x S a J m o-i rIa- # i �w JS.F3c t W S Vi J m r 4 w J= w V w lz � o Ira J w 1'-� w l7 Z wan a Jn � w oe ¢ =J i] r�� x xm a _ �rn rn 0 w a LLI I WaJ ow�- Ow �-Z o x r� =• r c=-<, x4z rx m �r U=w U vt •=w w x r=m DUO- r ww ww row a "'� Ira IJr x� a fir# a cede S x Oroe � xZ {%J oar c mw" a vwi wIr a i ClL Jr IMI-Ir U as q LL, � J •m -j- q rw Ir cece v I wax Z U= a r Inw �= a 11rc � ,,,yyyyyyl��� rIWL wx wx r0D MLL" w �a a a _Crz 0z w ioc '+W 00 •m0 =L.L oe 9'I#z W � �=m"E ZO x--�L Vi R' as gym= waoo =57 �. J W '+JrJ '+c7 r =a O r {y M J sr= d t3 � d n Ira Ld ly H W x ae va'- LLd L, m -U i H LL 2 9 Id3J LL, W3 GD= W } a W J 4] d M. JO[A I Z O 2 � � J J I I � fri J I ___-_-_____LLJ rTs---� ---------------W =< --I LLJ�o m w rl�---------- I Inca.- L_-- WT W ul � �I I w IU fiz-j-J z 09q`' r r� ---------- I 1 N i i Wd~� I ' COC) 4 W 4 JU z m I - - II � I W u1 z I W a: ca Ir} 3 + I L7 m W -q O Ow = �a �OJ �a 4-LU of w tsa x - ti xo ~0 dr}LO 2cam �{30 a- U- {}LL uSIJ .8 � dWr} Wv VJJW = Jm ,{ JJ00 TJ Y.aO J fL I I Ill mod} 0LLj lC rdW UrraW W5J q fy #ate LL, Ld9 Uxn x {SWd JHHd u r�R^ _ O{}W mJae W OrrJ O_ O JW fC I=��L I IL UWm Oe co 4# �OeM 0.MCLS �xd IhEx W Cl I W I < 0 LO L(- T r,- L rr W — M t Li 5 w co ClL {y II1 LL rr r) I..L rr <0 0 LL EIL L LJ 0 T C) - '� W LU = w w LJJ ( ) �+ LJJ �L j1J1 �ff••tr��� �J w J O Q r W H 0 3 try W 3E Q � H r CL ,ar� U co d O N C O — N 0 M c C � CD I -a Q LL W a J4 4 dC 3- z O m to J Q o m O H t3 H i t3 u J { N J fC H z 3O wCA -C f3 "E -fO 11-011- z W z13m -qf:x xLLJ rw �x� ra 4- �+ J} Y5 - JO fEJ -Zfs W W dC w I- x w - 2 I- r I .1 dC W W a W Z17 r I• L*m q1:3=31 JW RI W x ZJt zO uw 1+i �W�[ iJ = to 2c 3 aa- 4 W d5� 2 4 Z Ix W J � oA O m 2- - ELLJ W O {7W H x 47{} 't31zz H 1- m: I XY. JSG W-Z wLd ii W ZCe. 8a H Wm 21 W {; O 8R' a J O { {} r W m 41 W Q D- ZW':r z Nrww i�CE J• xd7C Ju 9 9 I, J w� t xd3 CD�� c3� ao .0�x a as ZOJ } WdY R'#4 � L7 �r�W�"�W aw mQ�il @LI � W a L5 dem �mx CDax xL. J ww v1 ^ .1 I 7 W u -xW r ax x zxJ in �rFt 031 W'F WY. q -C +z z -0 a I- r2 m:r¢�JJ roW mW H I cc LpLI 4 4 Z Er Er Q m ao �J L7 W-q{} r}J {1 m KX -Jqi W VF z0 7 K A IL � vl � 11 N O z W Q �7 -1L�I�tSW~t5 W i7 H J J W dL W to W t IM 2 4 J J { J J -C a 4 Z fY l+} fL -1 IA Irk xW IA W CC }� 2 LL� 11 0 S �J t]f W L] dL cAQ to 4 L7�az J+4 Z I--qOCF J WW=O0 ix a -Z2 0= rML"ko -10 JCD dm �Fxd�r �d dV1� �,W R'QW W •F {} Wrrn {}lh r 4j�Q 4 0 ., R' 3W yF��~ a O -Z I ZL rH is vi W y4'+I�2W w4 JW W g� it d5� 4t5J# dCM W w- 4.} 2- rA fC COo u4 E Of J S C:-W •+x 7 N 3-1 ii O f:z O m dY N r LA xt�aa v10 t.)m �c x oaa �w 822 ma == G= =J {}J J xm� m a2 �aor �—=-C. mim 00 C*0 � �Cc - -- gun ¢ W a ; 0 O 1-. V1 O w W J{} 6A m a J O zO r'+ 1-17a d 17-q = O W YI z u w# z u u H �W b� n@ 3�9IL- OLczJ xm xm 0. CD aM=ELD a-1 zr rd u �--� u W JW J Q s W31 0 Ls0Ix Q'+ J yFQ,� �S W Q ww }LLJ W r 0 4 HfC t, {W O-q LL Q x +..+ Q� cc z OJ m0 m{}4 W ate+ W .. {} .... Z IA O 0 a ff N W {,F {} Vt - - R^'+r 1.} EE-q cc zJr J Oz m-qY. WLLt1 JLb 4 J { d] WL7W EE + m - J { Lt. Wr r tat H O r {.F u J NJ CO -C R^ {} -q W z {s 00 cn a. W R^'+ Z C) 0 #rWL� rM QW [*R^CY� x'+J�r mf11L CLJ) W 1.4 JUmt77-.)� JJW W J a 7 a J Ll '+ J � MCC 4z- m -qHQ W pQ�H c. d C.) � W W LLd z 4i fl c? u r w LLd LL �+ Z r N M] Lcl 0 1- 130 m C.{� r N m r � o rz w wo �r D u r %L 0 t16- 6 .n C O 4 N C.i m O ad r M] hko r1 3 rn w p m � m m r- to wn r O L 13 z 4 a W w W W a W = w x o m w Q TCC: Ix W CO J n J ■ { CL W W VI C7 O CO �' J i L r" fsl �dl r O < Im LL. H ��-yy AWE o a Z r J J m m w 0 z E♦ 0 w a 0 w 0 c Li O ! + LD � 0 EU z W W L7 f�0 mxW = Ui = I # L. t� 7 r NM} m �7 r Q } xr -E .0 H R -10 z �IZI � > Lip a w i to t di Ewa Bowe p[C� a 1{i k a L ry � IIF m r I W V H101L711lI1�Vop � U3'89 - ..- � 3 W W rr J J ~ T 4 d0 4�+ x J J WJ W W QO W z z ia CL u n� cs m N. N m -Z - m J J {} w W w d u Q ix cl r M D4 r Ld W Vp W LL - LL LL. r 4 CO 4 � W W _ AOU RF >C =1 Ld r �� N r > co 7 9 O ry I rW w r ES w u in m CE C ;F o� 1 r} z x w r � 4 N f�✓� J LL dY O W CL z Q d-0 LLJ r LLI r) r a a r { r] Ln MOl O V) W �Ld H JLE It A. 0H Cl � � ix H Em HST J824 LEI Ld h0FG U o�cs �m W r W� 0 � of � LLJ El o J � t � Q z J m — ztC w � � W �w- Oc IIM O> J H 3 CC—OCD U Ld cawac� w �w I w Z J w ! a: O LtJ 11I ¢ Ch x O r N to � to 4P t� to th � r r J � �? �• H W ft m m J OTO d0 W r W mi m dds {d W J 0W-E � to r r ILIIL CL tZd� �r �V w� N �u W 8 2 CD LL W U I WuDnaiSNOD =aos OMSSi U a O I 3 0� 0 w Z O Q M (D LL Z O U U t 3 (n a O Q U V Q N a 61 w J m 00 O_ O 00 cp Y O mm � V) V) to N Z Z Z Z O O O O U U U U L..I LLI LLI LLI 0 N V) V) O (1•) 0 O O Q Q Q Q (n Ln J J J J Q (n CL (L w LLJ LLJ LLI af 0_ m m O O O O °D O Oo li o o (o Z O N J J J J O M O7 Q Q Q Q _ O O Q Q Q (n 0 0 In Q Q Q J J J J J J Z CL r- U (p t Lf) O O 0- � O O O Ur) o V (v O O a EL O O Q C� LL Z O U S v 3 N a Q U U Q S J C6 61 LLJ J m Q 00 O O l!7 00 cp Y O (n Q cn 0 w J Q U CL 06 M LLJ J m Q 00 0 O In 00 (D Y O O m Q LLI 0Oa O O O O O O O O mJ JCO z w Z z Z Z Z z p LLI w o 0 0 0 LLI LLI w w J LLI LLJ W W LLI W Ld W W W O 0_ cr 0_ (if cr- (Y- W (Y- w w U C, CD C7 U 0 CD } m O W LLI Q J -i Z z r r r r r r r r O LL zV) O U Df O J (n vOi o r WCif z J LLIOLU O a 30 U) o LLJ O > O z O z �z M > J Y Y J CL M LD N z Ln Z_ M1 J -100 U W LLJ cV 2 2 0_' N O O cr-O O O 0^ af w of Z Z M Z I Z O O LLI LLI LLI LLI O - - O a In N N ,n 0 Ul Z(f) Z � U U m 00 00 00 ZLL) OLLI O Z 0 0 d d d F- z z � � � ~r zr z w w M N - (n0 >O >LL) (n 3 3 Q Q Q Q Q U U U U O O S z _ 2 Of Q LLI a w Of d a_ J J J J F- L Df L ofLLJ F- Q U 9 N r') d (n CO (D t\ 00 LLI Q O O O O O O O O O L UU p Q Q Q Q Q Q Q Q Q LLin a a a a a a a a Q LLJ W N CV N N N N N (V N Iq LL a z cl s a o Q 0 Or O .. (U J� O D W O z U z 3Q O LL w z X LU ~ z O - v ° u z LL LL 0.< c0 �o ooa rUx V, W J Q 2 J - w t J= Z m HLL LO �--� (G¢ J Z �- _j O ¢H OW r z mQH� r(7> F-- } W r > W NW yQ z-a .+ LU r woo a ¢ LL L, ao(n w aw a¢ ^ 0 - it 7 _ U) a J z z�z -U� z7r OZJ , - a CL ut - 0 a as W ¢V1 a� a WLU CDF- z OW(D �¢ - W 7 rJ W r x0J MUa V,¢V, o W J w J vo Ld ¢p w xLWa ~ D raQ LL ¢ - ~ aaa a ;� ox ) z 7J VO m= �o o LL 0 Wl--- -aLu x oar = '' i ¢ ov vo Zp a z r LLJ W¢ J 0 O Z o>Q 7 LU W a -Ja �, a - Jr W v¢- ¢ U z¢ na oU mw U- c Z ca zw z r 0_c0 raz aa� J r awo W r v W >W -im 000 O r > o W V, a; 0 w Nx Z (n > > 7Ww a Z VI W W V) w i 0 ¢ V O J r O J - W ¢O7 - 0 (n fn a Ld#913 Y ax wo r =Z U ra z z -O (wi, w r a ¢ a rJ0 (n z zWOJ -MC.la r z Ir O LU m � a U LLJ m �rI ¢ oW UJ o� N ¢ > w a a yr c0 w v - UW r Vf z ¢ a r a r ZOU O �r z o LU a N a-jo x LL^ > z ON QN o xr a Ox of w >o M0002 rz r V) r V) - �co O ¢- o •- 3 a z 0 0J¢ (n F-0 0 - r w oa Ln a a m o J >LL a zJ x a J W w d J ul 0- J r J w a JWx - zr - r o- wo U •rz IrU w r7 00 V) a-- LL- a co LU v x z wr x o -Ja rrao: Uazw W>o0- a_7-0 o z - a W W J z ^ w Vo z- 7 LLo (n Q LL v a (n 0 x a amr o 0Z as w LLn CA i Vxi ~ O �(nr N no z 0: wU c20 co +a z- ro w LU(n~ U a¢ V') ?ate- o .x to a ~ o c0 0- oao r�D a: >- J z LL w .a .. >- wr `•' w o J Wrnw V co J a' wa V m w a U a z LL O(Dlall w x LL wc0 Z of V)-j o WLI ¢ LLJLL LU •r0•� a�O� zr> LA _ �°0o x �- V)LLI Q 0_J Z (3 a a a 0 0 0_ ¢ z Wa O ~ - o_ d f - 2 LLJ r- - V,a W x V, z w r 0 •0_- 1 V,VI r z 2 r O O r a Z W Q W Z V Z ~ - - W V, J •• V)¢Q 0 aW 3 J O } J Z J0m _" � rr O a- r (n a O aaJ W - Ur > NO O Wr z W xa a m r - W 0- LU ¢ V)Z <0 as W ut ¢ LL O W O LL 2 W rV, m Vl a->V) dLLJ> JV) O Z O Wu.ILLW Jx x 3V,r _ VJW z rap O O O iVlf O V)7 w O vV)z z O 0 W >J NO) a Wr x rW W LLJ J LLJ I r0 ZV, r O Q W r - LL¢ cr VQ oo OT W CL 2 N .. N r a a cw) 0 o r z z .. aa>- zo o "� o 0 0_ - w a w Z - Y r J W ¢ - a O WLL; r O^ U V J O r a_ W LL V,Oz - OI- O 0a- W z LL V x 7 7 V1 OOQ Z - J O O r J Q0 J� toa_ Z a 0 ¢ W Q Uz Z Z O O U 0 r J ¢ U 0w O 0Z W 00 U V1 - Z Vt U WO O_0: N KO a LU - Ox o 7V, wv O^ JlA • V) W -W a KV, WOU V) 2 a LD zw rOZ Z O_V ra WO LL CaJ LL 0 �O 0z N Q - W ¢ ^¢ W N7 i 0 LU x(CI- r .- n mar U aV) ZWdW -J r NO]LJ -axw VrrV) U O pa- O w r o J>o ¢ maO 0_ aJx w V) CL V) ¢ -VIW O-_j r Om U 7 o O ¢ 0_ W ¢ 00 I ¢V, O- LL a ¢U Wa. O ¢W ox r 2 O - Qrr r _ ^W J d Z W LL VI r'S r rJ > a > ; x > UU a U J r a r 0 x 70 J UOJ 2Z OZ J V, ¢ 0 W 0- U)¢r J ¢a a - a O z O ¢ ar Q M� -0 r V xV/r r _ r¢ at V) .1 CL O¢Z ; J OOW JVI rr a- L,-tn ^ r2 zz; rJ -a ZLL W 7 D: ..Y O Z N W2rx z-a- W 2 zrLL 03 O rO> 1 W 7 M ¢UO^ W ¢rJ J O co W J m a `•'Z r W� (o¢ a O LL-Z r W V1LL - LL z ; 7 x JZW N �Q ZO ¢ M O O O (� O r -� Z r - J r LLJ O- ?� r V r r J z ¢ ¢ ..WJ 7 W - Q Q O O dxV a D. Vlr �a(n a Z Cc EL O_ LLIQZ .. U- p - O a- z UJ W d In Wm x ML,ZLLJ ¢V,-O O ¢•+ WWN ¢¢>W a ¢7 LL ~ Ja�Wo p CL V) ~ Y O O 0)Q r¢ tnO Z �a QO W a_ HLL -0 J z ¢ J LL Z W LL ar U <C, zZ 0_Y W O (..l• J w ¢ 0- 41 0. �2 U aU a a W ¢ a ut rZ CL LU w r x z Oao W 2 x ut O Vl Wx W - a-¢r J 0_F- 0J a^ ZLL0 w 0_z I,.1 N x 7 mww xQ r rV) a a: W ¢ o oz 0.7 J 0 •0_ I WVZ Uzo .O-U O ZJ-V, m WaxO = rz - 3a O m - i¢ ¢ w _ Q J J Q I- 7 V, Orn x W^O ZW 0C.1 a - Z o J .. Jrw r Jf Ox w a a - w w O rN x U -r JO Ul V) ¢ O U . WJr 0 WW F-¢ z a Z V1 O r AID xa r 2V1 QO =Q a '" a _ ¢ ~~� V) r U rCl - ~ •� �LL r. 1 - 0 W 0 z V) LL>- W Jm- O¢ Z ¢ Z• U O- - Zx 0 3 J Joo LLo LLo 7 rn as a z ; -c0 �+ m o- 0 ra z .. 0 7 w-z a -x zLL r LL V, W (nLL ¢ J 10 U - U a)a •• a: O w J ¢ zr(.� r O- 3Z¢ W ^ r JN Nr0 V a O J Z xJ OZO z r VWV O W W- U I x V)L> r -z I OLL•• LL -LLZ LLa Q O V1W (.5 LA > -a 0 rV 7 r z LU (nc0 Z w W- Vt ocr zdV,K ;. Ww rrrr WW>a rr¢ a oo_z,v zo- a l �6i r•+ w F 1 U=(wn W J-aJ 0 OrU O <JCL W- LL7 x ut WaWrO c� 0LL2 r 2 WrW 0 Nr r o-z-w r O 0C7tA = W (D ¢ W W to V) U .z. r r W r2CO0 JrV 7 aNVt LLN¢ LU LU O¢a -Ox of oa O (.5 Ln Z (nO1� J Z00 Wa a: W Q 7 1 W -W J x O x -coo x� 2(J 2 .... V 2 V r . r . LL 2r r CO J D¢ rz OW F- ^ F- z Z V, W O r. a -r r LL ut - LU Z I ¢ W - wr U) LLZ Orr Oi rZ I W (3>- ]C > O 7 x r� V,LL-a r U- V1 I Zm U W - 0 r aN ax a _ W '--' Q CC r Ut W J r¢J 2 a-ZO V)O N N r 30 0- 0_ L) r U 1 JtD UU r W-O NZ z r2 2 2 aW LU 0 Z O Q w¢W 1 O ZO W O ¢7 ¢ O ¢ ¢ ra, a:-x W rO- dO `+ W•-� '••' OV) r r d O V) Crar Q -WO. 0.0 r Zr M r V) 0 V, W W zm O Z za Oa ¢ Q Z- z I Z ¢ Z (r •+2 VVLL N Qza OJ O_¢ r i O a ZZO Z ZO 7¢ z O rNa O -V) V> a rW Q3 r aVl WOVI Q mV) JJ- J 7W Jx J U• ¢ ra,- a •+0 Q r LLO JO V) Za ;JW Z O O-W - UW J32 x J rr O ar Q ¢W V V) O Z 7W a ar V COa ¢ U (n a CD > v� V,a O ¢0] Q Z¢JW OaWJ -r¢CO r00_a U r WJo aaZZ V1-a- Zr --a- z Z73 - 1 0 Z rx OW¢V) V, LLDW> C,LLW Za x O>WJ V 0= a 1 w r r JWO - WO. C] ; 'Woo x V, WO]-r¢ V,000a (L � zJ - W-W a 0 rOCa a Jx V, x U r 3 VI 0_ - O a LDZ- Z- a�WO ¢z OWO rLLa- LLV, r•+W W0¢ V) ¢ <O W U r(N QQ,+i ¢xx _ - D. rZ ra 1 VIW -J MW V, Cr -O 7 rr 7 Ja -- W ra 00_ Z O rz V V 0 O r O ¢¢ Or ZZOI a� Vr VO - LL as Z Z z W a W U(:l ZZ OVA Z J - - - ¢ J ¢ •-�Q OQ1�.1 U COO 00 �0 Oz ii V - JD. Y Y Y J z¢ zJ z O- WW Z a07 U U V r Q Vt as Z •-� Vf; ¢ rr W rZ a a Q 7 r J 20- Zav Z r¢ V) V) m r V) d d O_ 0_ V, O U ¢ ^ ¢ W V ZO » - - Z> Z Z W Z Z O Wz xVl 20 aLLJ a _ -LL V,N Q ut -CO m O ¢ - .. r Z- ;oa 3 r OOZ ; -W- O¢ N N N rV3 -1 LLI 7 - a Ocr < O W - - - N W) c Q Q 0 (D (D to U a 0 LL¢ rn m m m o; a+ Ci 0; o+ a, a+ m J 2F Q>-O a V ar V r0 J - -z C�WW D: 3a EO¢ r V1 - 0 V W zNJ W O-r ¢-- J -a axa LLI OK 3rLL "! Q to to M ai (V Wr xz rW U ¢ Z •.W - WLL Z rLL ¢ O- Q zO ; rrxQ rrrw a V1K Jr 7 Jt7Jo a7aw rO^V CAzzo ZOZD: -U-d n 0; Q ¢V)JJV V 'iJ^r a- O¢-;- tea; ; O aJ Ntn Z O7aZZ Oc a:r ; aaQaJ aaaar J 0 LL -N M = r 2 J O z - 3 J O LL LLJ x r r Oa 7xw QJr co a x¢ QUW JWW 0 -N 00 = U- I W I U I m Q Z O "' 10 LL Z �V iLL �w �U wV �w O Q O LL V J I..L O � VJ 0 I..L w V ) /2 w V J w_ �w�/� �/� VJ VJ ww 2 w U) Cfl Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 43 of 755 CITY OF IOWA CITY RUNWAY 7/25 THRESHOLD RELOCATION OPINION OF PROBABLE COSTS Wednesday, May 5, 2021 Item No. Description Unit Price Tot. Est. Quantity Total Price 1 CONSTRUCTION SURVEY LS $ 8,000.00 1 $ 8,000.00 2 MOBILIZATION LS $ 20,000.00 1 $ 20,000.00 3 TRAFFIC CONTROL LS $ 10,000.00 1 $ 10,000.00 4 REMOVE RUNWAY EDGE AND THRESHOLD LIGHTS EACH $ 200.00 40 $ 8,000.00 5 REMOVE PAPI SYSTEM SET $ 12,500.00 1 $ 12,500.00 6 REMOVE REIL SYSTEM SET $ 2,500.00 1 $ 2,500.00 7 REMOVE PAVEMENT MARKING SF $ 2.00 20724 $ 41,448.00 8 PAVEMENT MARKING, SOLID WHITE, WITH BEADS SF $ 2.00 1 49635 $ 99,270.00 9 PAVEMENT MARKING, SOLID YELLOW, WITH BEADS SF $ 2.00 1276 $ 2,552.00 10 PAVEMENT MARKING, BLACK OUTLINE, NO BEADS SF $ 2.00 13915 $ 27,830.00 11 CRUSHED ROCK BASE, 4 IN. THICK (PAPI ACCES ROAD) SY $ 12.00 350 $ 4,200.00 12 CONCRETE PAVEMENT, 5 IN. THICK (PAPI ACCESS ROAD) SY $ 50.00 350 $ 17,500.00 13 TRENCHING FOR ELECTRICAL CONDUIT LIN FT $ 2.00 5874 $ 11,748.00 14 ELECTRICAL CONDUIT, 2" BORED IN PLACE LIN FT $ 30.00 700 $ 21,000.00 15 NO. 8 AWG, SKV, L-824, TYPE C CABLE, INSTALLED IN TRENCH, DUCT BANK OR C LIN FT $ 1.80 6434 $ 11,581.20 16 NO. 6 AWG, SOLID, BARE COUNTERPOISE WIRE, INSTALLED IN TRENCH, INCLUDI LF $ 1.80 5874 $ 10,573.20 17 NON -ENCASED ELECTRICAL CONDUIT, 2" PVC/HDPE, IN TRENCH LIN FT $ 2.50 5874 $ 14,685.00 18 ELECTRICAL HANDHOLE, L-867, SIZE B EACH $ 800.00 29 $ 23,200.00 19 L-861 RUNWAY LIGHT, BASE MOUNTED EACH $ 1,200.00 23 $ 27,600.00 20 L-861E THRESHOLD LIGHT, BASE -MOUNTED EACH $ 1,200.00 8 $ 9,600.00 21 L-861SE THRESHOLD LIGHT, BASE MOUNTED EACH $ 1,400.00 8 $ 11,200.00 22 L-880 PAPI SYSTEM, COMPLETE, INSTALL FAA FURNISHED SYSTEM SET $ 40,000.00 1 $ 40,000.00 23 L-8491 REIL SYSTEM, COMPLETE, IN PLACE SET $ 15,000.00 1 $ 15,000.00 24 25 $ 449,987.40 ALTERNATE A No. L. Description Unit Price Tot. Est. Quantity Total Price Al PAVEMENT MARKING, SOLID WHITE, WITH BEADS SF $ 1.50 14,969 $ 22,453.50 A2 PAVEMENT MARKING, BLACK OUTLINE, NO BEADS SF $ 1.50 2,643 $ 3,964.50 A3 A4 $ 26,418.00 Opinion of Estimated Construction Cost: $ 449,987.40 Design Engineering: $ 40,000.00 Construction Administration: $ 34,000.00 City Administration $ 1,000.00 Subtotal Engineering: $ 75,000.00 TOTAL OPINION OF IMPROVEMENT COST $ 524,987.40 H:\IACYIA\T51122513\3_Design\A_Calculations\Rwy 25 Threshold Relocation\122513_OPC_V2.xlsm Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 44 of 755 Request for Proposals (RFP) for Solar Energy Development Services For: Iowa City Airport Commission At 4W Iowa City Municipal Airport, Iowa City, Iowa RFP Published and Advertised: May 17, 2021 Pre -Response Meeting: May 24, 2021 RFP Responses Due: June 3, 2021 Anticipated Interviews: June 10, 2021 Anticipated Selection for Negotiations: une 10, cucl Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 45 of 755 Table 1. Introduction 2. 3. 4. of Solicitation and Response Process 2.1 Project Description 2.2 Project Scope 2.3 Specifications and Other Conditions 2.4 Role of the Commission 2.5 Responsibilities of the Contractor Solicitation and R 3.1 Pre-Respc 3.2 Question. 3.3 Submissic 3.4 Selection Terms of Proposa 4.1 Evaluatioi 5. RFP Procedures 6. qw Appendices 6.1 Specificat ft 6.2 Response Form Template 0 Contents Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 46 of 755 1. Introduction Awarding Authority: Iowa City Airport Commission Address: 1801 South Riverside Drive Iowa City, IA 52246 Contact Person: Michael Tharp, C.M., Airport Manager Email: michael-tharp@iowa-city.org Telephone: (319) 356-5045 The Iowa City Airport Commission (the "Commission," or the "Awarding Authority") seeks qualifications, from qualified, interested parties (individually a "Respondent" and collectively the "Respondents") with one Respondent ultimately selected to serve as a contractor ("Contractor"), to size, design, procure, install, test, and commission a solar photovoltaic (PV) power generating system(s) ["PV System(s)"] at the Iowa City Municipal Airport, Iowa City, Iowa. The project shall be a Solar Power Purchase Agreement (SPPA), where the selected Respondent shall develop, install, own, operate, and maintain the system on airport property as defined in this RFP, and the Airport Commission will commit to purchase of the system's electric output for a period as defined later in this RFP. 4V Respondents to this RFP are required to demonstrate qualification in identifying, assessing, planning, designing, installing and maintaining solar power electric generation facilities. The Respondent shall also be required to submit qualifications of any entity with which it intends to subcontract all, or any work associated with the solar installation(s). The Commission looks favorably on Respondents that demonstrate experience of successfully providing solar installations in Iowa. The Commission may cancel this RFP or may reject in whole or in part any and all Proposals if the Commission ow determines that cancellation or rejection is in its best interesI it 2. General Information 2.1 Project Description & JR Through this RFP, the Awarding Authority intends to enter into one or more Solar PV installation Agreements. q& Specifically, the purpose of this RFP is to solicit qualifications from Respondents to size, design, procure, install, test, commission, and provide maintenance services for solar photovoltaic (PV) power generating system(s) ("PV System(s)") at the Iowa City Municipal Airport in Iowa City, Iowa. The system is anticipated to be installed on roofs of existing hangar buildings as shown in Appendix Item 6.1, which is an aerial of the development area on the airport. The system will be sized sufficiently to provide power for the Airport utilities, as well as buildings leased to the University of Iowa - Operator Performance Laboratory and Jet Air, Inc. The Commission aims to move as quickly as practicable and identify, through this RFP, the most qualified Respondent that: (1) meets the needs of the Commission; (2) demonstrates a thorough understanding of current or pending Iowa solar energy policies, legislation, and/or regulation, to include but not limited to, state solar net metering rules; (3) understands Iowa City permitting and zoning regulations; and (4) can demonstrate successful implementation of comparably sized projects with municipal or other non-residential Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 47 of 755 entities, in MiclAmerican Energy service territory. 2.2 Project Scope The minimum scope proposed by the Commission for this RFP are roof -mounted PV systems with the estimated PV system for each project, indicated in the table below: Site Address Est. PV System Capacity 1801 S. Riverside Drive Iowa CityMunicipal Airport p p TBD kW DC Iowa City, Iowa The financial aspects of the project shall be based on the following SPPA speci • Power Purchase Timeframe: 20 years from system on-line • Power Purchase Commitment: 166,AA • Power Cost: • System at End of Term: As proposed by Respondent Equipment becomes Property of Airport 2.3 Specifications and Other Conditions Respondents shall acknowledge conformity with the required specifications and other conditions set forth. Any exceptions shall be noted and explained in Responses. The Iowa City Airport Commission Selection Committee shall review Responses for substantial conformity with all specifications and other conditions set forth in this RFP. 2.4 Role of the Commission To facilitate the Contractor in the execution of the Project(s), the Commission will endeavor in their best ability to: IL • Provide reasonable access to the relevant airport -owned properties and buildings, as necessary, to obtain data (whether required or reasonably requested by the Contractor); • Grant the Contractor sufficient access and occupancy rights to undertake the Project at the premises. • Provide access for the assessment of sites and, for those sites selected for development, the installation, maintenance, and ongoing operation of the System; 4L • To the extent reasonable and appropriate, provide information/assistance to the Contractor in securing any emaining permits for the Project, including but not limited to local board approvals; and • Cooperate with t e VContractor to the extent reasonable and appropriate on remaining issues with respect to site assessment, access, and facility construction and interconnection. 0 Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 48 of 755 2.5 Responsibilities of the Contractor The Contractor is responsible for designing, procuring, installing, testing, commissioning, and maintaining solar power electric generation facilities ("PV System") with guaranteed on -site electricity generation at one or more of the Iowa City Municipal Airport sites (hangar roofs) identified in this RFP. In addition, the Contractor will be responsible for: • Evaluate utility billings for proper sizing of solar power system • Evaluate existing hangar buildings for structural capacity to handle additional dead loads of installed system, including all solar panels and mounting structures/hardware. Limit proposed solar installations to existing hangars that will not require modification, or Contractor is responsible for required modifications. 10 W • Complete a glare analysis of system as designed by Contractor, including location of panels, size and number of panels, orientation of panels, and reflectivity of proposed panels. Glare analysis, when completed by Contractor, shall be submitted to the Commission and the FAA for FAA approval prior to start of construction. If glare analysis requires modification of proposal for approval by FAA, modifications are the responsibility of the Contractor. • Secure all required Utility and PUC permits and approvals; local permits will be obtained by the Commission in cooperation with the contractor. • Protect the integrity of roofs that are attached or systems are placed thereon; • Implement the project without interfering with ongoing landside or airside activities at the project sites; 'k.& • Secure an assurance of net metering eligibility, per Iowa Department of Public Utilities, at no cost to the Commission; "T • All other responsibilities, as outlined in the executed agreement. 3. Solicitation and Response Process 3.1 Pre -Response Meeting Prior to the due time and date for Proposal responses, the Commission will conduct a "pre -proposal" meeting to allow a tour of the site on the airport, pose questions, and discuss concerns/issues. Any responses to questions or modifications to the proposal requirements following said meeting shall only be valid as formalized via addendum to the RFP (see paragraph 3.2 below), and verbal responses at the meeting shall not be considered a formal response. IV 3.2 Questions All questions and inquiries concerning this RFP must be submitted in writing no later than the date and time provided on the cover of this RFP. Inquiries will not be answered directly. The Commission will issue an addendum via the City of Iowa City Website https://www.icgov.org/purchasing-bids , which will address written questions submitted by the deadline. This and other addenda will be posted on the City of Iowa City website. It is the responsibility of the Respondent to check City of Iowa City website prior to the submittal deadline to ensure that the Respondent has received all addenda issued by the Awarding Authority. 0 Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 49 of 755 3.3 Submission of Responses Respondents shall submit: one (1) single -file electronic copy (via email to michael-tharp@iowa-c), of its Proposal according to the requirements set forth for the format described herein, including completed copies of Appendices 6.2 — 6.3. Completed Proposals shall be submitted to the contact below by the time and date noted on the cover page of this RFP: Michael Tharp, C.M. Airport Manager, Iowa City Municipal Airport 1801 S. Riverside Drive Iowa City, IA 52246 Phone: 319-356-5045 ext. 2 Email: michael-tharp@iowa-citv.orgg Each response will be reviewed for completeness, and incomplete responses may be rejected without further consideration. Respondents shall use the prescribed format to indicate their experience and qualifications and explain their responses. The Commission reserves the right to waive any and all irregularities and formalities in the selection of the Contractor for this project. � 3.4 Selection of Contractor and Contract Execution The Commission will assemble a Selection Committee to evaluate and rank all Proposals based on the criteria listed in this RFP. Top candidates will be identified based on written Proposals. .W& Following selection of a top -ranked Contractor, within 30 days, the Commission and the selected Contractor will negotiate an agreement based on the proposal and which the Commission determines is fair, competitive, and reasonable. In the event the Commission and the top -ranked Contractor are unable to reach an Agreement acceptable to both parties the Commission will attempt to reach an Agreement with the second -ranked Contractor. The Commission reserves the right to discard the process and begin an independent process of it oosing at any point during the review process. 1# 0 Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 50 of 755 4. Terms of Response The Selection Committee will review each Proposal prior to the selection process for completeness and relevance. A response will be considered complete if it includes all the Minimum Required Items from the table in Section 6.2. Each section or subsection of complete responses will be evaluated individually for completeness and to determine the most advantageous option for the Commission. The Selection Committee reserves the right to select the Respondent that provides the most responsive and responsible response, which best meets the needs of the Commission, considering the Respondent's qualifications, submittal quality, experience and relevance. 4.1 Evaluation Criteria "Ib link Complete Proposals will be evaluated in terms of the reasonableness of the claims and commitments made, the completeness of the information provided, conformance with the requirements of and the instructions provided in this RFP, and the Respondent's ability and willingness to satisfy and to exceed the specifications and conditions set forth in this RFP. 4r' Although the Selection Committee will consider all factors which reflect on each Respondent's ability to meet the Commission's goals, significant evaluation emphasis will be placed on the following: (1) Cost of power purchases as defined above, (2) Respondent's understanding of the current solar policy and regulatory context in Iowa; (2) Demonstrated performance capability of the Respondent and its team to successfully complete PV projects. FL The following evaluation criteria will be used to score proposals: Item Jr Scoring Weight • Cost of Power per kW Hour 40% o Pricing Methodology • Management & Performance Capabilities 15% o Project Team Capabilities o Project Team Structure and Roles o Local Presence LJ o Demonstrated Expertise of Personnel • Experience & Project References 15 o Permitting o Construction & Testing o Service & Maintenance o Experience with Governmental Agencies o References • Project Approach 15% o Level of Effort Required by Commission o Quality of Products o Time for Performance of Contract o Agreement • Method of Guaranteeing Electricity Generation 15% o Monitoring, Measurement, & Verification o Conformance with Current Standards of Federal Energy Management �age Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 51 of 755 5. RFP Procedures Modification or Withdrawal of Proposals: Any Proposal may be withdrawn or modified by written request of the Contractor, provided such request is received by the Commission at the above e-mail address prior to the due date for Responses. Cost of Response Preparation: The Commission does not assume liability and will not reimburse any costs or expenses incurred by any Contractor (whether or not selected) in developing responses to this RFP. References and Disclosure of Information: Submission of a Proposal shall be deemed permission to the Iowa City Selection Committee to make inquiries concerning the Respondent to any persons or firms deemed appropriate by the Selection Committee. The Contractor's submission of a Proposal shall be deemed acknowledgement that it is familiar with the Iowa Right to Know Law and is bound thereby. Disclosure of any information provided by any Contractor in connection with this RFP shall be in strict accordance with the laws and regulations regarding such disclosure pursuant to RSA 91-A accept as exempted under RSA 91-A:5. Cancellation of Procurement. The Commission may cancel this RFP, or may reject in whole or in part any and all Proposals if the Commission determines that cancellation or rejection is in its best interest. If the Commission elects to make an award, the Commission will shall negotiate a contract with the Respondent that the Commission considers to be the most qualified per the evaluation criteria herein at a price that the Commission determines to be fair, competitive and reasonable. If the Commission is unable to negotiate a satisfactory contract with the selected Respondent at a price the Commission determines to be fair, competitive, and reasonable, negotiations with Ithat Respondent' shall be formally terminated. The Commission shall then undertake negotiations with the next most qualified Respondent, and so on, until either an agreement is reached or the Commission cancels the RFP. The Commission is under no obligation to enter into a SED pursuant to this RF 14 i r Late, Incomplete, or Unresponsive proposals: Commission will not review late proposals and reserves the right to deem any proposal as unresponsive. Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 52 of 755 6. Appendices This section contains the following appendices: 6.1 Airport Layout Indicating Hangars with Potential for Solar Installation 6.2 Utility billings from Iowa City Airport, Jet Air, and Operator Performance Laboratory To be completed by Respondent and submitted with Response: 6.2 SDecifications and Other Conditions Checklist Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 53 of 755 6.2 Specifications and Other Conditions Checklist The Iowa City Airport Commission Selection Committee shall review all Proposals for substantial conformity to the specifications and other conditions identified below. Proposals and/or the PV agreement may contain additional services or terms, but the Selection Committee reserves the right to consider Proposals and proposed agreements void if they do not substantially conform to the specifications and conditions outlined below. If Respondents (or their financing parties) have any exceptions to the specifications and other conditions, please: (1) describe the exception(s) and any proposed alternative; and (2) explain the need for the exception in writing and attach the response to their response. %e Specifications and Other Conditions Accepts (Y/N) The Commission shall negotiate a price with the selected Respondent at compensation which it determines is fair, competitive, and reasonable. The price proposal shall include a 01 breakdown of cost structure and other price data for each proposed solar PV system. The selected Respondent shall disclose additional price data as required by the Agreement. Subject to successful negotiations, the selected Respondent (the Contractor) and the Commission will enter into an agreement, and the Contractor shall design, procure, install, test and commission, a solar PV system with guaranteed on -site electricity generation at the project site(s). The selected Contractor is responsible for obtaining all necessary permits and approvals for the Project(s) excluding local permits. The Contractor shall provide all technical information necessary to enable the Commission to submit local permits, including but not limited to Electrical and Site Plan if applicable. The Commission reserves the right to require the posting of an assurance, in a format acceptable to the Commission, to cover some or all of costs associated with Contractor default. .�d IL The installation must follow all local, state, and federal codes and standards, including all recent additions to the Iowa Building and Electric Codes. The Contractor will use a method for computing the actual generation and Guarantee of Generation that is wholly consistent with the letter and intent of the most recent version of the U.S. Department of Energy, Federal Energy Management Measurement and Verification Guidelines (FEMP Guidelines). The Contractor will be responsible for interfacing with the local utility company for all matters required for the interconnection to the grid (e.g., metering, protection, extension of distribution lines for connecting the solar facility to the grid). The Contractor will lead efforts to apply for interconnection and net metering (Interconnection Service Agreement, etc.) at no cost to the Commission. The Contractor, subcontractor(s), and employees for the project shall possess certifications and/or licenses as required by the State of Iowa. Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 54 of 755 Specifications and Other Conditions Accepts (Y/N) The Contractor agrees not to discriminate against any employee or applicant for employment, to be employed in the performance of the agreement, with respect to hire, tenure, terms, conditions, or privileges of employment, or any matter directly or indirectly related to employment, because of age, sex, race, color, religion, national origin, or ancestry. The Contractor shall be fully responsible to the Awarding Authority for the acts and omissions of its subcontractors and of persons either directly or indirectly employed by the Contractor, as it is for the acts and omissions of persons directly employed by it. Nothing contained in this Agreement shall create any contractual relation between any subcontractor and the Awarding Authority. The Contractor shall perform its obligations hereunder in compliance with any and all applicable federal, state, and local laws, rules, and regulations, including applicable licensing requirements, in accordance with sound engineering and safety practices, and in compliance with any and all reasonable rules of the Commission relative to the premises. The Contractor shall be responsible for obtaining all governmental permits, consents, and authorizations as may be required to perform its obligations hereunder. The Contractor shall use only new, unused equipment. The Contractor shall provide a Data Acquisition System (DAS) with real-time access to production data. The Contractor shall provide certificates of insurance listing the Commission as additionally insured in the coverage and amounts: i • Commercial Liability: $1,000,000 / occurrence bodily injury and property damage $2,000,000 general aggregate • Commercial Umbrella Liability: $1,000,000 each occurrence, $1,000,000 aggregate In addition, the Contractor shall provide Builders Risk insurance at the value of the project(s) and proof of Workers Compensation Insurance. 1% i Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 55 of 755 6.3 Response Form Template Respondents are encouraged to provide a response that specifically addresses each of the items below in the order that they are listed. The Iowa City Municipal Airport looks favorably upon responses that provide thorough, detailed responses and follow the format below. Executive Summary Provide an executive summary introducing the Respondent and all known subcontractors. i. Cost of Power per kW Hour (40%) a) Proposal shall include cost of power to Airport over the life of the contract, including: a. Initial Costs and Length of Initial Time -Frame for Power Supply ►b. Escalation Proposal Following Initial Time -Frame c. Costs at End of Contract Period (if applicable) K '44 '44 d. Describe any other factors that demonstrate how your project team and approach will provide the best value to the Commission. ii. Management & Performance Capabilities (15%) 11W a) Describe the general reputation and performance capabilities of the project team and explain how these characteristics translate to providing a PV system that best meets the Commission's goals for this project, as outlined in this RFP. b) Provide a list of entities that comprise the project team, including all known subcontractors, and identify each party's role. L c) Provide the number of full-time personnel employed by the Respondent and approximate number of personnel to be providing services. or -m'* d) Describe the Respondent's proximity to the Iowa City Municipal Airport, and how this will influencethe Respondent's ability to perform the required services. A" e) Provide resumes of key project team members. i i i i. Experience & Project References (15 % ) a) Describe relevant project team experience in and capabilities to provide the services requested in this RFP. Summarize the relevant experience of the party(ies) responsible for the following: a. Design &Engineering b. Permitting 'OF c. Installation d. Operations &Maintenance e. Energy Data Monitoring &Reporting b) For the party(ies) responsible for design work, describe their experience designing projects similar in scope to this project. c) Describe the experience Respondent has had with roof -mounted solar photovoltaic and battery storage installations, particularly on municipal or commercial buildings. d) For the party(ies) responsible for permitting work, describe their experience permitting projects similar in scope to this project. e) For the party(ies) responsible for installation work, describe their experience installing projects similar in scope to this project. Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 56 of 755 f) For the party(ies) responsible for the maintenance of the PV system(s) over the life of the system, describe their experience maintaining projects similar in scope to thisproject. g) Identify the number of MW (DC) capacity the respondent has developed: (1) in total,and (2) in Iowa. If providing numbers for more than one firm on the team, provide numbers per firm. h) Provide detailed project information for five (5) reference projects of comparable scope to this project that Respondent has implemented within the last five (5) years. If possible, please highlight any examples of roof -mounted projects with Iowa municipalities. For each reference project, please provide the following: a. Location b. System capacity c. Current status (pre -construction, in construction, operation,etc.) d. Customer name and contact information. It is understood that the Awarding Authority may contact any or all of the above references regarding the project and personnel performance as part of the RFP submittal review process. iv. Project Approach (15%) a) Please prepare a preliminary project approach with thefollowing: a. System capacity (kW DC) b. Estimated output (kWh), Year 1 c. Describe the design considerations the Respondent has used to maximize the expected amount of solar electricity produced for each site, including equipment selection, shading, spacing, azimuth, tilt and inter -row shade spacing. d. Discuss proposed the mounting system. 4 b) What engineering studies will the Respondent, if selected, conduct to design the system and prepare a price proposal? Summarize the level and depth of the information and resources that will be required of the Commission during the engineering studies. c) Discuss the quality of the system components that the Respondent anticipates using in any PV System installed pursuant to this RFP. Discuss available warranties, insured warranties, etc. for all major system components, including solar modules, inverters, automated reporting system, and mounting system, anticipated to be used for this project. d) Statement on Time for Performance of Contract 4L a. Briefly summarize the estimated timeline for any project(s) to be developed pursuant to this RFP, including the duration of the contract. e) Agreement hEV a. Provide a preferred template agreement for the Commission's consideration. v. Method for Guaranteeing Electricity Generation (15%) Note: Methods for monitoring, measurement, and verification of guaranteed energy shall conform to the most recent Performance Measurement & Verification Protocol (IPMVP) and standards established by the Federal Energy Management Program of the U.S. Department of Energy. a) Describe preferred methodology for setting a guaranteed output (e.g., guaranteed output=100% of expected annual output). b) Describe Respondent's standard measurement and verification procedures, including reporting frequency, reconciliation methods, and timing. N U n O C O N 06 c� m� (D M Q � 0 m -gin 0 E U 5 O 0- Q b) E-0 O O U) U U U rl >1 r N N b) N -H -r1 �-_i m co �5 r-d r--� N U > m Q 4-4 N N -H U �A N d1 d1 r-I -H N O O U > �-4 CO >1 �-1 w 01 �3) �7) U Q) U) r-d r-1 H (1� M (Y) a-) 4- ) r� ## rl rl �-4 �4 O O 0 �-4 �4 0 U U -P U-) U) N co U] U c0 Ln 0 (7) b) �l >1 rl a-) a-) > Q ��i 4HU U)U) N O N co co rl rl N N co N N r-I co Q �rl I2�Qz h I4QL4 W N N r-I M M Ln Ln O 1731 L- M Ln Ln LO d1 d1 d1 O O M M L� 00 LO [- [- m N Cam] LO Q0 r- LO 61 r-I Ln Ln Ln M M Ln U1n U-) Ln U-) M U1n Ln Ln Ln N N Ln Ln Ln Ln Ln N Ln N N N N N N N N N N N N N N N N N N N N N Q0 l9 M M (n 6) 6l LO dl M kD LO =d =d N N N O O r-I O N d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 O O O O O O O O O O O O O O O O O O O d1 d1 M M O O O O O O O O O O O Ln O O O 0 0 O O cM M L- L- Ln 0 Ln Ln O 0 0 O O O O Ln . O . O . O . . � o 0 . Ln . Ln . . . . . . Ln . 'D . LO . O . . 0 0 . . CD CDCDM . . . M M Ln a) d1 d1 N N L� L� 00 d1 N N CDM M LO LO d1 d1 CO r� r� r� r-I M M Ln Ln N N r� N N Q0 �10 N (N CA U) N N � U) U �A r� U -H p� CL4 4-) r-L4 I2L4 PL4 I2L4 I2L4 QL4 CL4 I4 a4 I4 I4 > l N>> > l U)> Fl 0 > > > >> N> > F 9 r� -r-1�� � �� � p H Fd U' H F1 4-) H H Pi Z�7) H H H E-i H E-i rl H O 0 O 0 O U 0 0 O O E-i p O Pi P rl Pi N p rl p p O O 000 >iO NO CD CD T�O 00 O UO E-i CD E-i +-) ,--1 p �l C r I =d =1 Pi r I r--� r--� p C r--� CD -H fM 0 rl � N Lz �D CD �D U �D r-I �D U rd =1 �D =d =d =1 �D �-I r-I �D 4-)N O O NCN 0 -HN 0 isN O NN O MN NN 0 �5N 0 ZTN -rlO U O -r1O O U �-IO U r, CD U (L)00 U O O O U 4-)O U �O U) (N U O ro(NN U 4-)N U -rIN U U)NN U SIN N(N U UN U -H (N 0 -o U) r-I F:� U fc:� +-) F:� �5 F N F F:� +-) Q -H N c� 4-4 Q 0 -H M W � � 0 � � (24 4-) 0 co G) O Q, 00 O O 00 O 00 O O 0 75 +� 4-) 4H 4-) �A N �A N 0 fx 0 � H � Cd-0 H U) H Q-4rl 0 �-I 75 � N 4� a� > Q 0 f� II M M �-4 �-4 �-1 N co co 0 O W O p N �D N m OOrn O O r-] O O r-I O O O 000 000 Q0Q0 F-I- 0 �O W O U) f:4 Of:�w NW�l N p COWS M(4pQ OOdlol �T-1 7-1 T-1 �T-1r-dr-1 O O O O Ln Ln 0 0 CO 0000 Q0Q0 C-F- N N d1 d1 N N N M 00 00 7--1 O O O r I r-I O N N I d1 d1 61 r-I � O O rIN N MO r I r-I N N I m 00 N N m m H Ln� O O M M d1 d1 N N r I r-I H d1 d1 00 �D �D Qx rx rx O 0 w w 0 W W E-i E-i U) U) �C 00 a a U U UU H H H Q Q H CD41 OW CD O �� M C-X C)Mm r--i9 QQ 00 Q 00 Q co x N E-i FG MH MH MOO d141 pp ,ZT ;:31 qT��-D �1--D MU) CD 0) CD 0) Or- CD Q0 00 r-� r-1 r-] r I r-� 0 0 r I Ln �V--1 r-I M r-I M r-I Ln in r 100 LO l9 O O O O O O O O O M M CO CD coo 0000 00 CD 00 Q0 Q0 00 O O N Ln O rn 0 W (x O� (,,I, O �D N x d" U d1 U) OM rIN X--l00 O O Lnr--] CO O Q0 I- r- O M M Q9 0l m H f< U H f< Or1 M x O N d1 O in r-I O r-I O O O Lnr--� 00 O Q0 r- N U n 0 c o N 0 m� C M Q � o m a) U o 0- Q N to -H a) r-1 rd FC II bi > I I s~ b� rI rI II • rl H O O a) N I I 04 F-q r--I r I r- d Qy a rd LH Q LH w II -- Z -P ls� N 1 (D (D I I O O U a) O O U U II H �-q co U � r II a�3) Cf) a o 4 U �5 a II t!) O Q r I I I W co �4 H I I A a F:� F:� FC II I I N O 6l O O O r- rn r- Ln cn (n I I P- m Urn Ln Urn m in Ln I I Y N Ln Ln in N in Ln I I U N N N N N W I I x II U I I II II II N N N N N N N II cn Qo Qo o (o N � � � � � M � r � II II � 0 0 0 0 0 0 o II II Ln o 0 0 0 0 0 0 in to r- P- Qo Qo Qo I I Ln O O O O O O O LO LO M M M II O O O O O O in in I 61 I I 00 d" O d" O O l— l— I— � 00 00 (N m o m Ln cn QQ QQ U � N cn a) Ln cn �-4 N II U I I 41 U) I I a �-4 Q 4 I I -QR4 R4 a4 R4 T�a4 R �a4 II F �-4 N Q 11 �l �5> > l > co> l (t> q U> l �> � II M� a)� x� g �� g � a 11 }I E-1 a4 H H p H Ei U H P H EA M H P H �; pi II E-1 O O I O -H O �-I O rl O O 11 p Gz p U E-i �> p a) E-i a) p O p II a o o o �-Io -Wo -Wo 4-)(D EA 11 a E� rI d � p ,—I p a) p �5 �I Ei r, � p rI o 11 r� U Q -H U p I I I �D U � �:) �� �D ( �D � II O -SIN N O >lN O b)N O ON O N O UN �D o II W U �-lo o U �-]o U r, CD U Uo U o U -Ho O Ln 11 >-I U 4-J CN N U N N U -H Cal U N U �4 N U LH C, l U co 11 O E-1 O U II � II O II a a o 0 0 0 0 0 0 11 H O II H �•i II U GQ �� II II OH II Ha o 0 11 O U 00 II H o o o I I >-I O o 00 0 o I I E-I W I �o I I I I H o � � I I U H O H Ln Q0 N O N Cal II -- rl O M I O I I I I rl N Cal Cal II N H Lo T-I H I H H H II o I I N l � II O O E-1u I I O rl P 41 O 41 �D O O II U > H > fa4 H H II rl W W W � II N l U f� O U U II o 41 a a U II N H H H • • a Q o rx o rx rx o AO CD F--q off o,--� CD 41 off off II .. OA Qom w cn �w Nx E-g �F II M HZ oF:� o �I�4 �p o o II rl pC N > U in p in U in O �-o p m W� �Q F::� �W d, F::� cn0 �-o41 �W II �[--D �pq �U) ��-D �[--D 11 N E-1 I I 0 0� r- oko oc- CD -I oQo oQo II Non �� � �cn �� �N �Icn �dn II �04 WO �Io o 7-100 �o �C- 7-100 7-100 II o �U CD CD 0 00 00 CD —I CD CD 0o II rl b U Ln r--] � cn� cn� ins ins ins II 00 0 0 00 0 00 0 0o 0 00 0 0o o I I Q co E� a) co U N co a) a) C7 I N Q4 C4 O W N U n O C O — N 06 C1r) a) m Q O m CD E50 U > Q Q r-I O � UW >1 N 7 r-I O a bl N O W o W U' r-I Q O N E♦ W U� A W P4 O U Z W E♦ N N H E♦ A a a a s 04 N W E� A � E♦ 04 H Q I w0 O p I E♦ HW U �H O� r-I -P O p .. 0 M O •• P4 r-I r-I a$4 Q • rl N N O o Cl) N N H rl O O o O LO-P U%J0 O r r- Ul rl - r-I N 0-4 -P O Q -r-I 0 7-1 Ln 00 Qo F- o\° o\° o\° o\° o\° o\° N 0 0 0 o M M Q0 F- 0 0 Qo Ln Ln O O M 61 OC) Ln rl rl I N O O O 61 N O O O O rl 00 M O O O O N O Ul O d1 N (Y) N o W Ln 00 M M N rl O (N U I I d1 LO 6l d1 4-) M rl =4k r 00 =1 N N d1 d1 CD I I I N � U1P MPPPP O N O O O CD E-i O W Q� �d1M[-O Lod1 6lOL0 rl O M O O O O p O U W �-I W W W W Ln rl Ln M i- rl N d1 M rl 11 N rl o W H fl� N fy f:� C4 #t=##�������#t-- 0� =N-- W O > >Q�Of4fxfZfxn",f: fzDx zfxQ�fxQx0� x �� O QQL4 HU �UU� U� U� U� U� UUCJUUUUUU �U CD m 5�W ICrll<f::� f:::� fz:�f<������F� F� f::� f:::� �f< I W N M a b� co O O O dl 00 O O O O rl rl L- O O O l- O O d1 (N O L- O Ln (N M d1 N d1 M I I N I Q w O O O O O O W O O 1731 O fl� to O O O I U N G) Ln U) d1 l� H I N U) E-i o F::� o 0 0 0 0 w �D u Ln rl N rl [� d1 rl Ol 61 O O N O O O O N O O M O O d1 M O O O O O 44 I w w w w C:) 44 FI-4 44 FI-4 44 FI-4 fs- FI-4 F14 FI-4 F14 F14 F14 F14 F14 FI-4 F14 W N rn WW ff) W41�WWWWWWWWWWWWWWWWW r- (y (y I N O CDLn I O O O O O O O O O O O O O O O O O O O O O . O L� . . O O O O O O O O O O O O O O O O O O O O . . . . . . . . . . . . . . . . . . . . O CD00 LnMLnOOOOOOOOolOOMCDG)LS)OO O o to Ln M Ln m m ,o m and -o M Lo dl LO Lo d1 o-) dH M o-) to O M I I rl rl rl rl rl rl rl rl rl N rl rl rl rl rl rl rl N rl rl I I I I I I I I I I I I I I I I I I I M N I U) QL4 H 12L4 a-) Z H PQ z M M 04PQ PQ f�Q PQ flQ PQ PU f� PQ f� PQ �4 PQ PQ PQ PQ PQ F14 U L 0 U O (o O O rl O �-I rl N O r--A fx ��-d����������������,� U� N N N N N N N N N N N N N N N N N N N N N N N N o r-I (o o 0 Z7 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r-i N (o rl Ul N NN r NNNNNNNNNNNNNNNN(NNNN c \ U) r1 N fy \ \ H \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ \ �-I N N �-4 Ln Lo a) o-) LO Ln Ln Ln Ln Ln Ln L17 L1) Ln Ln Ln Ln Ln Ln Ln Ln Ln N r--A U U N -I CD rl O O rl rl rl rl rl v--I rl rl rl rl rl rl rl rl rl v--I rl v--I \ Ul Ul \\ r I \\\\\\\\\\\\\\\\\\\\ N d1 r I r I (o d1 d1 1;11 d1 1;ZT d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 1:11 d1 d1 d1 d1 d1 CD H O O O O O O O O O O O O O O O O O O O O O O m 00 Lo to Ln d1 00 00 00 00 00 00 CO 00 CO 00 00 00 00 00 00 00 00 O N O O O O OLo O rINO1OOO000OOOOOOOOOOO O Lo rl O O O Md1 O NNNMMMMMMMMMMMMMMMMM r--I O m m rl rl 00 N 00000000000000000000 rl d1 M Ol rl N d1 d1 N d1 d1 d1 d1 d1 d1 d1 d1 1:ZT d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 d1 M O Lo Lo 00 00 00 00 0000000000000000000• M M M M (Y) M 0 00 00000000000000000000 O rl O O O O rl rl O rl rl rl rl rl rl rl rl rl rl rl rl r-I rl rl rl rl rl rl rl O N O O O O N N O N N N N N N N N N N N N N N N N N N N N Ln O Ln Ln Ln Ln CD CD Ln OOOOOOOOOOOOOOOOOOOO CO N 00 00 00 00 NN 00 NNNNNNNNNNNNNNNNNNNCIA Qo Qo Qo Qo Qo klo C- r- r- r- r- r- a� U m n O C O — N 06 c1r) c� a) m Q N O m CD E50 U > CL Q N 'o O � UW a� >1 N r-I O atyl N O W H aH w rx O rl A �7 x o ZD) N T� I H W iJ� m 00[-l0 x 610N W�IONLf�Nd-' LnMM IT CD --ILn --im m P-LnLnITCDM[- NNO0cn(nrl A W Ncn NLncncNLnoo rILn DP-LnNd"cncncnm --iLn--icnrld"�.DL()[-�-Dd"c')d"Nd"LnNrI�-pN�-p Lnd"NN FA Nfxf�fxf�fxFI4 �fZP�f�P�f�P�f�P�f�P�P�P�fxP�f�(xf�P�f�P�f�P�fZP�f�P�f�P�f�P�f�P�f�P�fxP�f� b� C7 -rl �7 C7 �7 C7 C7 W b� C7 C7 C7 �7 � �7 C7 C7 C7 C7 C7 C7 C7 C7 �7 �7 C7 �7 C7 C7 C7 C7 C7 C7 C7 C7 C7 �7 C7 �7 C7 C7 C7 C7 C7 C7 �7 O y4��C��C� h U x�Ox�I:iQ�I:ix�I:ix�I:i x�I:ix�I:ix�I:ix�I:ixI:i Z W E♦ U A E♦ A E-i WW N N E-� W cn Q cnp a� a wEn a� H� 04 a� a w zo �H 0 H pG F14 FT4 F14 FIA fs-I FZ4 FZ4 44 FZ4 44 FE4 44 FE4 Fs-4 Fs-4 FT -A Fs-4 FIA Fs-4 Fs-4 Fs-4 Fs-4 Fs-4 Fs-4 Fs-4 w Fs-4 FT -A Fs-4 44 Fs-4 44 Fs-4 Fs-4 44 FZ4 4-1 FI:A 4-1 FI:A 4-1 FI-4 44 Fs-4 44 FZ4 44 HA t7a wwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwwww rxrxrxrxrxrxrxrxrxrxrxrxrxrzrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrxrx t�� a� O 00000000000000r-00000000000000000000000000000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 10 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 $ H Ord rnOoCD, rnOCD, rrnloOrn00010000dl zi,Lnrn000rnOOco, Lr,0000Ls,00000rnOCD, CD, CD, CD, O HQ TLnrld'0110M zTCDCD�TOOLn1omrn -o mNcoN zT Q0 M 1O ;T 1D 0) d-' M Ln CD 0) m M Q0 m m Q0 Q0 IT Q0 C) M m10�.O rl cn rl rl rl rl cn r1 10 Ln rI N N lD rl rl rl r1 00 10 Cn rl rl rl rl rl rl rl CA N Q0 N rl rl N rl rl rl rl rl rl rl N N rl rl rl w o I I I I I I I I �I I I I I I I I I -.I I I I I I I I I I I I I I I I I I I I I I I I I I I I OH I H I I HW U �H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H H � PQ PQ pQ f� PQ f� PQ �4 PQ PQ PQ PQ IYl PQ PQ f� PQ f� PQ PQ PQ PQ PQ PQ pQ (� PQ f� PQ � PQ PQ IYl PQ IYl PQ PU f� PQ f� PQ �4 PQ PQ PQ PQ PQ O N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N �Q O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O rl +1 00 00 co 00 co 0o co 0o 00 00 00 00 00 00 co 00 co 00 00 00 00 00 00 00 00 00 co 00 co 00 00 00 00 00 00 00 co 00 co 0o 00 00 00 00 00 00 00 O p 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 cM O •• a., (N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 � � a $4 N dI d-' d-' d' d-' d' d-' d-' d IZZ31 q ' d-' dI d-' d' d-' d-' d-' d-' d-' dI d-' dI lz31 qT I:zl dq I:zT qT d' d-' d' dI d-' dI d-' d-' d-' d-' d' d' d-' d-' d-' dI d1 IZII O•rl 000000000000000.00000000000000000000000000000000• r-I 444 N N O O O O O O O O O O O O CD CD O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O Cl) O rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl rl N N H O N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N O 0 0 Ln 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 �i w U O 00 N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N N (N N N N N N N N N N (N N N N U') 4-) U 9 to O r 14r N U n _O C O — N 06 C1r) m a) m Q � O m E 150 oa) U;> Q Q M 'o O 0\0 0\0 0\0 0\0 0\0 0\0 rl E♦ A o Ln o m o P- U W rn +� H w cn Ln o m >-d> o m >-I �d >1 N Lrn o c- c- l �--q o c- �l l r-I O N rl rl rl rl rl 04 bl N N W41 w Ww -- O 4141 w w w O W N O O 11-0 ;�: � d" ;�: O O P I4 E-1 O LO 00 H H (n H O O H H W >1 PQ PQ PQ PQ PQ O Ch C d1 Qo rl Q Ln rl d T rl rl Ln rl O rl rl I N N m cn O P� P4 C4 C4 P" N W N H N N N N N E-1 U U) v) �5 O r� o O r� W U� -T rl N 9�,D M cN w w w y-I Ln O O O d' d-' O d' O O d-' d1 Q W LoM1-1a4NNLnUUU N O O O 00 O O O O 00 000 U������ �� U� U� U H U� U� U� H H H Q0 Uu O FC5�FCw5 F: 5P PQPQ#t-- F:C 5C 5:C5C 17 U ��rl �rlO�ii �ii�iiuu u �ii W ww Z �4 W ro Ej p EA b) O 00 x O o O O o (Y') o O E-1 O Ln U Ln rn M o (n Q N N O rl Ln E♦ I (n Ln � I Q � � � WW �D �D �D w 44 44 Q E-1 W O O N L- O rl W W 00 QQ c- O dy U) Ch 7-1 O O r� 00 L rn HA U H" N >� H rn P� � �o 0 N � 5� E♦ N W � Cl) o E-i o E�-i o 0 0 0 Q U) E-1 W �-D O CD H " E-� E-1 a Wz H En x E-1 a �] u a� E♦� � �� p l rl rl d-' Ln N N N N N w r-I Ln d" d" (' [— (n m L— a O Ol 00ri OBI O OBI O O N O N m N d" d" F- d" O r-I d" d" E� w CD(� 00 (r,) cn kJo CD CDC- CD CD III CD CD LC) �H H a f� FT-4fs-4 f� fs- FI-4 F1 44 F1 44 F-4 w � w 44� w 4400w � w w E-1A C7a wwwwwwwwwww w Oo ww ww w ww >w O 000000000000 O 00 00 Ln Ln 000000000000 Ln I-Ln 00 $ H O� Ln�0000000000 �� 00 CD0000 HQ r-I OL00L0LO0-)0l(5)L00-)10 m d3' 01 L�l� N d' rl rl rl rl rl rl rl rl rl rl I c'') [� 1:11 d-' Ln N N 440 I I I I I I I I I OEM Nd' NN I I I E♦ HW U �H �HHHHHHH , , ,HH -P 124 -O P4(14 rl ��-D PQPQPQf�PQPQPQPQPQPQaM z U) zz > (d zP4 0�7�7C7�7�7�7�7C7�7C7�CC7 N U U) UU rI P4124 r� 124 (d �-I 124124 r--� T-1 r--d T-1 U) r--� r--� NNNNNNNNNNNN �j N NN rl NN > N > r NN 000000000000 f:�, O O 00 rl 00 �-I O -P H 00 �NNNNNNNNNNNN N N U NN �5 NN (o N H NN rl \\\\\\\\\\\\ F-j \ \\ w \\ �-] \ > - \\ ,c� Ln Ln Ln Ln Ln Ln Ln O O O (,n ('') (n �-I rl 0-) Ol (n O G) N -P 0-) (n rlrlrlrlrlrlrlrlNNNNN -H rl N ON ON O Z7 rl ON -H \\\\\\\\\\\\ �5 \ -C� \\ �-4 \\ \ �-_i co \\ 71 qT d-' 11 ZZ31 31 d1 di d' di 1� di 1� ia di -W l:ZT di N d1 di N d1 O N dI d1 (IQ 000000000000 41 o O CD CD (2L4 CD CD E-i o r-1 �I! CD CD rl 4-) 00 00 00 00 00 00 00 O rl N 00 Ol 0l 00 rl O rl O O rl O p O O O O O O O OL-[-[-COL0 O N O 7--lL0 O O d" O O d"C� • • O O (n (n (n (n (Y) (n (n Ln Ln Ln Ln [- O (n O O 00 O rl Lo O rl O O rl l0 cn O •• P4 N000000000000 (M O m 00 O 00 O O Ln rl 00 r-I r-I a $4 N 11 d-' Z31 d1 ;31 d 'T d1 'T d1 'T d1 (\l d' d1 d-' IZII rl d1 d-' (Y-) d1 d-' rI IZII d1 O•rl 000.0000000000 CO O 00 CD CD rl 00 rl O rl N 00 r-I r-I w cn (n N N CD CD o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O U) O rl rl rl rl rl rl rl rl rl rl rl rl O rl O rl rl O rl rl O rl O O rl rl N N E-1 r� r� l %' �r.�r.�������r.r. � � � �� � r.� 7-1� � ter. a O N N N N N N N N N N N N O N O N N O N N O N O O N N r-I to O 00 Ln000000000000 Ln O Ln 00 Ln 00 Ln O Ln Ln 00 -.4 r4 Uo 00 NNNNNNNNNNN CO N 00 NN 00 NN 00 N CO 00 NN 1n +1 U Q0 Qo Q0 Qo �o �o �o N U m n O C O — N 06 c7 m _0 Jr- >, m Q � N o m a4 U > Q Q r-I -P O i`I .. 0 M O •• P4 � r-I a$4 Q • rl N N O O to N N H 04 O p4 rl rd O O O LO-P U� O 14 r- -Y -Y o\° o\° o\° o\° o\° o\° o\° o\° o\° o Ln o 0 0 O � �-1 l Co �l 00 �--q F- [--q l � [--q l r o WW W W WW WW LO H H M H O H d' H H (n H H Ln O O O • pQ pq pq Pal m O LO r-I Ln d' O m LO O m r-I r-I N r-1 d" r-1 O r-1 r-I Ln r-I r-I d" d" r-I Ln II II II II CD II II N II II M o r-1 N N N N N N N N M l— L— l— M r- M l— O r-1 r-1 r-1 O r-1 O r-1 O d-' d' O d' O d' O qT d-' O qT d' O O O O O 00 O O O O O 00 O 00 O O O O • II II II II II II II II 5�5 �F::� O O O Ln M Ln O O O d" L� O Ln Q0 Ln O O O LO bl M (n CN 0� r-I r-I al d" cn r-I dI M r-1 7-1 6> 61 CO O M d" 00 CD d" cn d" 00 r- r-I Lfn N O1 r-I d' r-I L� 0 0 0 0 0 0 0 0 0 N I T-17 rIr-A �7--1 N N N N N N N N O r-1 r-I r-1 O r-1 O r-1 [- d" d" LO d" d' d" 0> d" d" c- d" d" � O LO O O O O d' O M O d' O O M O O c- r-1 O d' =1 N Ol =1 1:11 =1 O w w w w � w w w w ww w w wW ww �f:4 f2� f2� N N L� O O Ln CO I' CO CD Ol M m00 OM Ln Ln r-I dl 00 M Q0 O =1 7-1 =A 7-1 N M CO M N r-I N N O r 1 (24 Q� U C4 rl Q� U) R -1 121-4 r-L4 r, (21-4 H (2L4 121-4 CL4 a a U) 0 r-1 r-1 > --I r-I r� r-I r� LH r N N N �I N N N N N 0 � CD 0 U) CD CD CD Q ��1 CD C i-A r N N N r-I (N N (N N N 121-I Q \\ H \ -H 0-)M M Q U) mM fl� �-4 r ON N N ro N ON (y ON N R \\ 4-4 \ U) \ U \\ W ---- \ d-' d' - H di - H d' H di d1 121-4 di d-' Q 00 F-q O Q O w 00 H 00 F::� O F- O r-1 r-1 r-1 O r-1 O r-1 d" L- O [- O c- O d" [- O d" c- O O c r-1 Q0 O LO O �10 O 7--1 �10 O r-1 Q0 Cam] 00 LL o o M CD o 7--1 0 o r-1 0 0 0 o c d' d-' r-1 dI 7--1 d-' N dI d-' M d-' d-' N N LC .1 00 N O N O N 00 N 00 M (Y) C'' r IZII lz�31 IZII � d 00 0 0 00 00 D r-1 7--1 O 7-1 O r-1 O 7-1 7-1 O r-1 7--1 O O c r- D NN O N O N O NN O NN O O c 0 0 Ln O Ln O Ln 0 0 Ln 0 0 Ln Ln Lr D NI (NJ 00 CNI 00 (NJ 00 N (NJ CO N (NJ CO CO Cc D Qo Q0 Qo Q0 Qo Q0 �lc N U m n O C O — N 06 c7 m _0 Jr- >, m Q � O m E54 U > Q Q L O � UW co >1 N r-I O atyl N O W H aH o w th r-I Q O N H �i C� W cn Q w U a z� O F3 U Z W U Q C� N N H H Q a as 04 a §c w HQ U GA p 04 H Q I w0 OH H� HW U �H \ cn ap cn wH H� I-� ZO H p� c9 a H a O� r-I -1 O p .. p M O •• P4 � r-I a$4 O • r1 N N o O cn N N H 04 O p4 b O o0 w U o LO-P U� O 14 r- -Y -Y -Y 61, o\° o\° o\° o\° o\° o\° o\° o\° o\° M M M M M O O O T--I CV Q0 CO O F- r-I d" d" d" d" d" • NNNNN O Q0 r-I CD rl 00 M M M M M r-I CO dI' r-I O CO L— N N N N N i-n r-I N r-I 0 0 0 0 0 0 0 0 o C) O O O O O O O O CO M . O . Ili . O . L� . rl . CV . CM . . LO . 11n O L— i-n O N CID L— M 61 O M r-1 t-n r-I r� O N I M d' N I N N N N N 0 0 0 0 0 N N N N N r1 r-I r-1 r-I r-d O O O O O O O O O O N N (N N N O O O O O O O O O CD d1 dI' d' dI' d-' • o0000 O O O O O O O O CD N O O O O O O O O N C4 Q9 . . . . . . ��1 L— r-I CO M CD N i-n O r-I U-) di O 00 m M �-1 �-1 �-1 �-1 �-1 L— O (N CO O L� �D m u u u u u • • • • • • QYQi xC4 i r-1 i-n i-n d" W W W W W N WWWWW UUUUU H H H H H O i-n O O N Q9 O O 0) r-I Qx Qx Qx Qx Qx o � i-n o M F- � o r-A M W41W41W O M O r— r-I co O M r-I r� i-n (n i-n m O m QQQQQ r-I r-I N d-' N O Ln O O O O O O O d" O N Ln O � I � I N uuuuu u � rnrnrnrnrn N d" MMMMM O O O O O O O O O O N �19 O O 6l r-I r-I r-I r-I r-I r-I r-I O O O O M [� O r-I N M 00000 O Ln N O L— r-I CO O cn r-I Ln M Ln a� C) � � � � � r-I r-I ,W/ lYi N i-nr-Id1ML0 � l—mi-nMlo L-n M T O -P R -P r u U) H U (I is 10 co � O N 0 �0 W F--q x u F O O O O c LSn QQ CO r-I C\ 0 0 0 o c Q0 Q0 Q0 F- M M M M Or d' d-' d' d-' d 0 0 0 o c r-1 r-1 7--1 r-1 r- r-I r-1 r-I r-I r- O O O O c Ln Lf� i-n i-n Lf co co co 0o a �o Qo Qo Qo k1c N 04 rl p'MQ' HHHHaH1 a) O LZ$ N N N rl NNNNN U] -W O U OOOOC) N N rl NNNNN -rl � r-I � MMMMM �I N U NNNNN O \ N \\\\\ O a--) dl r_,-I d-� d-� T dT d MO W M CD W 00000 (n Lc) Ln Lc) Ln Ln r-1 O O [� O r-1 r-I r-1 r-I r-� d-' O r-I Ln M k-0L0Q9L0Q9 O N O O O O O O O O M ('') M O M 0000• d-' d-' di d' 0 0000• 0 0 o r-1 0 r-I 7-1 r-I r i r-I O O O N O N N N N (N U-) LC) Lf-) O Ln OOOOO CO CO 00 N 00 NNNNN Qo Qo �o Qo I--C- r- N U n o c o — N m 06 C� _0 A Jr- Q � o m E 154 o a) U;> CL Q kold I -Y O O�O O\O M M M O\O O\O O\O Ln Ln O\O O\O �T O L� O\O M rl E♦ A Q0 d" d" d" Q0 O CO O O m O M M [- Cal 00 UW NNN Q0k Q0P-m rl +� H Wcn rn o MMM M 1:11 �i-n Q0 T--� Lf) U-) Lf) M >1 N C— N N N L� klo m Ln Ln rl O Tn Tn Ln �10 N r-I O N N rl N N N a1 tyl N O W Ln O Ln O O O O P 4 E-1 [- O m N O -H O 0 O Ch oo Q co M Ln QQ rn N rl Q M 00 6l m N 1-16 c- V--1 O U r1 Ln O rl oo 7--1 d1 -H W. 0 I N > �:5 N U U) rl rl rl - r-I io io F4 N N N a4 N N N H OOO UtoU U �Y NNN -H N-H E-I E-i ri rl ri N �> U > Cd W c!� O O N N N O O O rI U O O �4 H �-I O Q W O w O d-' dI' d-' O O O rl -H O O N N N O N ()0 O O O U> 0 0 M �-I M 1-a W >1 �-4 N U b) b) b) U N rl Un rl -H O rI rI rI f� rl > rl rl rl +) (0 +-) Ori rl ri H rl -H rl O H O O Z QQ m (IQ N rl U O U 4-) W PQ Uo U - FC �C �:5 >1 -P -H a-) 0-0-0 w w 4-4U U)to N -H-H-H u u NN NCoN rl Ln CD Ln O O f2� (2� O 1- 121-4�121-4 O W N CD CD p� OO �, O k-0 L- CD � � U) cn O 0 E'1 N CDI C) rl LC) � �_� I-- LnIx � Ln I � U Ln Ln CD QQ c-f�Q Q0 w rW r- 0) [i (n 0 A (N W W W U�U > E♦ �2 � � � ,� O W W 41 W E-i E-i Pi H Pi �4 U) U) W 5C 00 aka w UUU UU H W H H H Q Q rTI, AE1 ri Q0 (xlx(x M O 00 M I:ZT U W W rn M w w w O 00 00 Ln di F:� U) Ch O rl Ol M m U) O Ln Q Q x > d1 Q Q Q N O N O N r T" rl rl x N o HHH O O OO r--A EiWEi U N P4 o N CD rl hh mhU) M H � � N N W \ C0 O O O d" O d" O O O O A U)E-1O o wccn �i `i H xxx xx xxx x E-1a ��� >� >>> > aP4 E♦� u u O rnrnrn �� OQQO M a rd r� rl N N 0 0 ri LC) ri N w Cn M m d" d" LC) LC) LO 00 Q0 OD a O O O O O O O M O M O rl rl rl rl M rl O rl 00 rl rl M 6l rl rl rl d' rl E-1 W 01 M O O O O N L- N 00 O O I n � O O O d1 O rn M CD r� ,�-1 (� H a w QQQ ; w w � Q Q � � E-1A P. w N w N w N �� r� 7--i Iz > > > rx rx >> > > > > a04 O O O1Mc- CO 00 00 000 O O LC) Lo LC) rl O LC) O O O O O §EW.1 04 N rl L-� M rl M rl I1' 0 0 0 LC) HQ MOM O d' OOdi MOM d' rl rl rl rl rl � N WO O E-1 I H HW U �111-1 co U U H U) 121-4 U H H H m m 4-) H H N H H H H Q� (2L4121-4(2L4 > PQ > m U 121-4r (4a4a W U� -H H rl C4 �D � r--1 r--� N w NNN -H Cal rI N O NN O rl NNN N N rl O O O O -P O O u O O O O O O H N t7 NNN �D N �D (N NN a4 pQ NNN N -H \ rl \\\ \ \ N \\ \\\ 4H Ln H M M M �-I T--1 ',4 r--] U) rl rl rl �-I rl N Ln U 00 O 4--) N N N N N N N �5 0 0 co N O rl rl �5 O co \\\ \ 4-) \ 4-4 \\ U -Ci \\\ �-4 m di N N dI' co d1 N dI' d1 O +-) di dl di 4-) 'zT ,-a O x 000 (n O O QZ 00 Fl O 000 Cn O rl 4-) Ln Ln Lr) Lc) (n M L-) Ln N Q0 N 00 O p O [� O rl rl rl O [� O [- O N N O O N 00 00 O Ln • • O Ln O c- Q0 Q0 Q0 00 Lf) G) LC) O rl rl rl rl rl M d-' N N cM O •• R.1 o O o 000 CD O o O ,H 00 ri CD 000 CD CD r-I � a $4 CC) � Oo ��� Co � 00 � Co �� Co N ���T N O•rl M O M 000 (Y) O M O Cn 00 M d" 000 d" O r-I r-I w N N O O O O O O O O O O O O O O tri O rl O rl rl rl O rl O rl O rl rl O O rl rl rl O rl N N E1 r� r� r� rd P4 9 O N O NNN O N O N O CA (N O O NNN O N O O O Tn O Ln O O O Ln O Ln O Ln O O Ln Ln O O O Ln O 00 N 00 N1 N (NJ Co CNI 00 (NJ Co N (NJ Co Co N (NJ CNI 00 N LO 4 U Q0 Qo Q0 Qo Q0 Qo Q0 Q0 N U m n o c o — N 06 C1r) m 1= m Q � O m E 154 oa) U;> CL Q O o\o i-n o\o m N o\o o\o O o\o 0\0 6> o\o o\o o\o rl E♦ A ll Q0 Cal [- V--A d" i n M O M M Ln U W Q0 QQ N F- QQ H a cA M in N in M C co in V--A Cam] Ln co M (n >'1 N L-) 00 L-) N 00 O L-) [� Cam] Ln O1 00 r--A r--I O N r-A N r-A N T--A Cam] r--A a� N O W o in r--A oo i-n E♦ 1-� E♦ oo U) N 0) m 00 M O Ch in d1 -P N r-i Q \ Qo in 4-) i-n co M rl Q Q0 Q0 U O m (D m d" T--A I:T L- H �10 (0 d1 m U isn cN rl 14 • O H . . . 1 O . > H N > d1 rl Q, r N r-I -Ho r� N N +� N O N rl O ,4 4-) ro -P H N r rl N rI U �ww E♦ Q- Q W U� o o o o \ o 0 0 o O o 4" L" A W o o b) o o bT o o o CD 4-)o 00 O U O-rl O 1-a rl [--q H H 41 Iy 4-� Q, 4-4 �-A p( UO (D U Q, �-A O al Pal -P 4-) Z i-n W to -r1 o O c fo O N I_C) F::P a Ol co G) N N l- O N O rI ff) E-I r I d" O N r- M d" Q0 U d' O M O FC Ln m oo rA 0 rA 00 M H U C- r I M M H 61 N Q T--I O � (x m 00 00 r-1 �i LO E♦ F-1 r1 W E-i M O N W >H FC > 0 H > U (� a W a A EI F- U M 041 �10 1x rn N 0 0) M M WW o 41 C- lU Ln rn H � � F-q N rn U) Ch Ln w rn o GU rn I:ZT Ln > N F4 Ln U> r I Ln p 01 r I U N � M M N F� �4 F� � al H E♦ W � Cl) o 0 0 0 0 0 0 0 0 A a� H E-1 a aP4 E♦Q > > > > > O Ln F- 1731 QQ � N a o IZZ31 r--A Ln IZII =N-- W o 0 0 0C) o W f� 0 0 0 0 o h 1-� � rl M r-A 7--A ;z3l 7--A rn N T--A rn M W M 000 E-1 91a o o F- oo �n rn o � F- o N rn � ��� Ln l9 r I r I Ol CD Ol d' �n >'1 U H Q QQ Q Q w www E� A t7 a N Ln Ln rn w w w w > > > M > M > (y (y (x (y U GA G�i I�j O Ln O O O O N Ln Ln O Ln OO O O CD CD EW.1 O�i O OO CD L d� MLnQ0 H Q 00 O d3' O 7--A N O M w 0 • O E-1 N rA Ln I H HW U ,H r I rl N V I rl H f24 H H �4 H (y U O H H H O (2L4 as N I a rl a >w 4-) O cz F� FC U F� (1) 4-) N C-D m C7 0 u U > U r I rl 7--A r-I rl �-I 7--A H N r-I I �--I 7--A �-I r I 7--A r I L6 N co NN N U) N N O N N N(NN O U O O O O 4-) O 000 N rl NN > N N 0 4-) N N N N \ �I \\ �-A \ 0� \ r� \ N \\\ rl N 4-) N O �-4 N N rl N �-4 O U) O O O 4--) r I U r I N N U) r-I 41 r I N > M I (n M (n rd \ N \ \ �-4 \ O U) \ -P \ U) \ \ \ N d rl 1:11 di 4 dT $:i N IT 41 -H dI p d' 1;11 di x O W 00 0 O Un FA O 0 U O H 000 rl 4-) Q0 Q0rI QQ Q0 P- QOC- O O p O oo O 00 d" O O 00 O O o0 O O O O r I r I N •• O M M to M Lo 00 M M M rI M M O O N 0101 01 cn O •• R.1 O o O oo O O o O T-1 o N r--A o 7--A o00 rl rl p4 p N d-' N d1 IZII M Ln 31 Ln Ln T Ln kl.O d1 Lo IZII d1 1;11 O•rl IZZ31 o oo lzz:ll o Izzli Izzli o Izzli Izzli o oo• rl rl W ' d1 d-' d' d-' d-' d1 d-' d' N N o 0 0 0 0 0 0 0 0 O O t!) o r--A o �r--A o o 7--A o o T--1 o o T--A o ��T--A N N EI 7--A 7--A 7--A 7--A 7--A T--A 7--A � 7--A�� 7--A 7--A � � � 7-1 � � � ��� o � p4 O N O IN IN O O N O O Cal O O N O NNN rl (d O 0 0 Ln O O O Ln O Ln Ln O Ln Ln O Ln O O O .i W U o 00 N 00 N N 00 00 N 00 00 N 00 00 N 00 (N N N Ul 4-) U i `o Qo Qo Qo Qo Qo Qo klo Qo o r 14 � r- r- r- r- r- r- r- � N U m n O C O — N 06 c7 m _0 Jr- >, m Q � N o m E54 U > CL Q c0 'd O � UW >1 N r-I O a bl N 0 W W O (� N � � O N 14 H �i E♦ W cl� A W U O 17 U Z W U Q C� QH WW N N cn H W cnp Q a� � wcn O a a� a W ZO �H Lh H fy HQ c�a a UGA 0§c � p 04 H Q I w0 OH p HW U �H r-I -P O p .. p M O •• P4 � r-I a$4 O • r1 N N O O to N N H 04 O p4 b O o0 w U o LO-P U� O 14 r- 61, o\° o\° o\° o\° o\° o\° o\° o\° o\° Ln . O . . C\] . OO . O1 . 61 . O . r` . O . [� O co CO N Ln Ol i dy O 0o O di oo m Ln Ln O v) T-1 W C7 O O O Ln O W (Yi M L0 N O O Ln O O m r` UF:� CM N O d' O x O N m 7--1 5 C U CO d-' LO N 00 L d" x M T-I O M N U W E-i (n W �I � O N O H O W (y N cn U H w to � Q W Q, U W O O O a) O O 44 O O 0 O O U O H O H O O �, O O O O O B1 O CD CD FC, CD U1 CDm CDp-I F • • F-q • H • H U H 121-4 f2L4 -H FC 9 4-4 r-L4 4-4 �ii �rl 121-4 (21L4 121-4 FC O O U FC 9 FC O O O Ln O r` IZII 00 O O O O 0) cy' LO r- G) LO O . O . . . . ('') . O . I . d" . . L0 O CM L0 00 dl L0 N 00 Cal d-' d" r- T-I Cal T-I T-1 O 00 N q:T N 00 k N N .--I N rl �I r` LO Ln m N T-I O1 O �I M QQ O Ln O N � d" N r` N M d-' d' 00 Ln N rI N N O O O O O O O O O O r-I O T-1 F- O Q0 Ln 00 rn N �-1 7--] l rn �l O �I � LO M F:� LO O FC, F::� Ln O E-1 N p Ln p d-' N N T--1 di �I �l 7--] ('M d-' w w w w � w � w � w d' W 00 W W W Q0 W L W N W rl (x (x (x N (y (x N O O O O M 00 N M (n M �I Ln 00 N d' (n 00 7I �I CA N a) H a- ) U rI 4-) �4 r--A U) (1) N co P-4 O �I N LH U \ � P-4 O H I M I E-i di E� H O H Ln O N O M m QQ T--I O r--I Q0 IZII Q0 IZZ31 CD O O r--1 O O N O Ln O Ln 00 N 00 �o Q0 r` 4-) -14 N -14 (d U) H U H H U (x H U H 'ci H a) ( c U (1) u U UU a) U U U w �I rI rI U U6 '> N N N �I H N �-4 N (y N � O 0 0 (o 'Ci O (o O O - rl N O W N N a) N 'C� N a) N ] O O (1) O O O O U O H M 4 (n M rl > O O \ \ rl -P \ a) \ \ �-4 -(:� IZII -H a) a) d O 121-4 a O O U O f3-4 O > O w Ol M d-' 00 00 00 �I O O NN O O N O N O N Ln l Ol O O Ol Ol N Ll� Ol r- m CO Ol Ln O N M 0 0 ('M M O M O M O O r O Izzli 00 Izzli q:11 O Izzli CD O Izzli r lz:31 IZII IZII Izz:31 IZII qzjl O 00 O O O r-i O O �r-i O O 7-1 O T-1 O V--� O d T--1 T--1 7--] T--1 7--] N O O NN O O N O N O N O O LC) Ln 00 LC) Ln O Ln O Ln O Ln D NI CO CO N (NJ CO 00 N1 00 (NJ 00 CNI 00 DI Q0 Q0 Q0 �o Q0 Q0 Q0 N U m n O C O — N 06 c7 m a) m Q � O m E54 U > Q Q ON O � UW >1 N r-I O a� N O W H aH O w Ch r-I Q O 4 N H �i E-� W U� A W U a z� O 17 U Z W U A E♦ N N H H A a a as 04 a W �H (� HQ U GA §3 H OA w0 OH I H� HW U �H \ Cn ap wH h H� I-� ZO H fy c9 a H a O� r-I -P O p •• O M O •• P4 � r-I a$4 Q • rl N N O O to N N H 04 O p4 rl rd O O O w U O LO-P Uilo O 14 r- -Y -Y -Y -Y o\o o\o o\o o\o o\o o\o O o\o o\o O o\o o\o 01 O O O N O O i-n O Q0 M O O O QQ F— Q0 F— O O (M [— i-n O O [� [� O O CV i-n O O �I V--A N V--A rl O O O O i-n i-n O i-n O m M O O O N O LO EA O L— O m N O O M m d' O m O O [— r--I m [� �I O m M O N N O O O O O O O O O O O 0 0 0 0 0 0 o o H o 0 0 rx w U O U ro E-i rl O +� a H (� O O O O I_C) I_f) f:::� O Ln O O1 M O O O 00 O LO O N O m N . . . . . . . . . . O l0 d" B SI d" O m L� L� LO N �I W �D O a H x O U U H O O (n 00 O O QY d1 (Y, d' O O IS) O [— 00 W r--d F— H m N i-n E� O � 0 0 0 0 0 0 0 0 0 0 0 N i-n 00 �I O O O M 00 O O r--I �I dl �I di O O Lf� O L— 00 O �I C— O Ol N Ln Q Q 00 co U �5 rl U) H a � a N rl N 75 N f::� LZ (y O U 4-) - N �-4 H N -P N F-� o (0 o rl N rl O N �; N N N �-I U \ \ U U 00 �-4 �-4 CN Q rI rI U) 4-) U O N N �I rI 'Fl, -cll \ 4-A O r I d' 41 41 d1 41 O o O O o 41 o Q0 O O O O O I- O O 00 O N �I N �I N �.0 Lf� r- M N T--1 O O T--1 r--A o O O o O 0l N d-' Ln Lf� d1 �I �10 1:11 L— d" i-n i-n i-n i-n O QQ l9 O LO 0 0 0 0 0 0 0 r--1 o o r-i o O O O O O N O O N O 00 CD OD CO 00 N 00 00 N CO Q0 Q0 Q0 �o �o Q0 Q0 Q0 I- � C- I- C- I- c- I- N U m n O C O — N 06 c7 m c m Q � O m a4 U > CL Q o� ,-I O � UW a� >1 N rI o a N O W O w A O N H �i E-� W u) A W U G4 O h U Z W H U A H JH N N H H A a a as 04 a W �H0 HA U al §3 p 04 H Q I wO Op I H� HW U:H � Cl) ap wH h H� ZO H a 013, H a O� r-I -P o �4 •• O M O •• P4 r-I $I O • rl N N O O Cl) N N H rl O O O w U O LO-P U%JO o a r- 0\0 0\0 0 0\0 0\0 0\0 0 o M Oo I- o 0 0 Ln M M 0 0 Ln M �I V--A C\� r-I (n M M Lf� O lO lO 61 61 O CM rl O O O L- O d" d" O V--I r-I M l0 I -P I N (D U) O O O O O O O H O O O - r-I r� M M CM Ln O l0 l0 m O O M 9 L� L� O Ln l0 T-I i-n N 0 H U H O O (Y F- Q0 O H r-I O O d' l_0 LO W o O O O O u Q0 Ln co O O O ,--1 F- Q0 O O r-I O O d' l_0 l0 l0 M Ln N U? 0 Ln 0 00 l0 IZT 0 Ln co �o I- 4-) (x H N d 12L4 4-4 �-4 (o O U) w N U) O -H (D N U) N co r-� U) U O �-I �-4 4 dl O - r-I� 75 -1 CDC W CL4 Q0 Co 0 0 0 r M o 7--1 rn O N N N di Ol 61 61 O LO l_0 LO r IZ:T O r-i o 0 0 N O O O O Ln Ln LC) N 00 00 00 Q0 �-o Q0 r- F- r- o\° o\° Ln Ln I I N N AIM 61 6l L- LO lO l0 d" r-I O O CO m M M l0 6l N N I N O O CD CD O O CD CD . . N N 61 I- (y) �1610 lO lO N Ln m lO lO O O L-- l0 l0 O L-- lO lO mcn d"l_OO r-I 7--� CO F- M r-I Lf� M M 00 00 M M I M M OM l_0 LO N 00 d-' d' CO (N U) .. w �I rl LC) I- U� N N l:T Q0 M (y) W I (2L4 x W U] Ln Ln oL W I- [- O N Ln Ln o':z3l . •1 w Co 00 rn > w w 0 00 00 O 00 W 00 00 N O 00 00 00 F- I N N d-' r- l0 l0 W M M U I �W U �C U) co Q pQ W W �C �DM pq�DQ ww QFM4 �D >a W �D H (x W w Q W W �--l�4 C4ucn F::� 0 � H FA E-i H 9 > 00 (� �I!W pp 12L4UP� O - r-I 4- ) fo N Q 0 4-) +-) O O Q �a4 r-I -H O 0 p p LO LO ti 4- O Q0 (1) cu n 4-1 N U C6 n CO O N 06 c� c6 Q � om Fo =a U a) 0- Q H V rl O � o atyl N 0 E� O H r-I CN N M O r-i r-I N N O O N N CD5 P4 O w LO4-) O0 4 zo H p� H a O� co N p O Q fo E-i N fo U N m r. I N O (2L4 w w O W Airport Commission Agenda & Info Packet Meeting Date: May 13, 2021 Page 70 of 755 PROJECT MANUAL Rehabilitate Runway 7/25 (East End) Iowa City Municipal Airport Iowa City, Iowa FAA AIP #: 3-19-0047-030-2021 BOLTON & MENK Real People. Real Solutions. SECTION 00005 —CERTIFICATION PROJECT MANUAL for Rehabilitate Runway 7/ 5 (East End) Iowa City{ Munficlipall Airport Iowa City, Iowa FAA AIP ##: -1-0047-0 0-20 1 I hereby certify that this engineering document was prepared by me or under 5.5 io my direct personal supervision and that I am a duly licensed Professional Engineer under the laves of the State of Iowa. Date, 51512021 CA R L L_ --=; Li BYE RS Carl L. Byers, P.E. 1 845 License No. 1284S .- y renewal date is December 31, 2021 • . Pages or sheets covered by this seal: C)A Entire -fir Iowa City Municipal Airport i T51.12251 CERTIFICATION April 201 PAGE 00005-1 J BDI ton & M E n k, I n r-. 2019, All Rights R HIE rued Intentionally Left Blank Iowa City Municipal Airport i T51.12251 CERTIFICATION April 201 PAGE 00005- J BDI ton & M E n k, I n r-. 2019, All Rights R HSE rued SECTION 00010 - TABLE OF CONTENTS Rehabilitate Runway 7 5 (East End) Iowa City Municipal Airport CONTRACT DOCUMENTS. - PROJECT MANUAL: Introductor Information, Bidding Requirements, Contract Forms and Conditions of Contract 00005 - CERTIFICATION PAGE 00010 - TABLE of CONTENTS 00200 - INSTRUCTIONS TO BIDDERS FOR CONSTRUCTION CONTRACTS 00210 - ELECTRONIC/DIGITAL DOCUMENT. 00410 - BID FOR 00411 - CERTIFICATION OF NEON -SEGREGATED FACILITIES 0041 — DISADVANTAGED EN. I N ESS ENTERPRISE UTI LI ZATION 00413 - BUY AMERICAN CERTI FICATE 00417 - DIBE LETTER OF INTENT 00418 - DBE CERTIFICATE OF GOOD FAITH EFFORT 00430 - BID BOND Boy 20 - AGREEI TENT BETI EEN OWN EFL AND CONTRACTOR 00550 - NOTICE TO PROCEED 00610 - PERFORMANCE BOND 00 6 0— PAY ENT BOND FAA Special Provisions SUPPLEMENTARY PROVISIONS WAGE RATES Part 1— FAA GENERALCONTRACT PROVISIONS Section 10 — DEFI NITION ELF TERMS Section 20 — PROPOSAL REQUIREMENTS AND CONDITION Sect i on 30 — AWAR D AN D EXEC UTI ON OF C.0 NTRACT Secti on 40 — SCOPE OF WORK Sect i on SQ — CONTROL OF WORK Section 60 — CONTROL OF MATERIALS RIAL Section 70 — LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC Section 90 — E ECUTION AND PROGRE S Section 90 — MEASURE M ENT AND PAYMENT TechnicalSpecifications: FAA Tech nica I Specifications Part 2 — GENERAL CONSTRUCTION ITEM C-105 — M OBI LIZATI ON Part 3 - SITEWORK P-101— PREPARATION/REMOVAL of EXISTING PAVEMENTS P-15 2— EXCAVATION . UBGRADE, AN o EI IBAN KMENT Iowa City Municipal Airport — T51.12251 TABLE OF CONTENT April 201 PAGE 00010-1 J BDI ton & M E n k, I n r-. 2019, All Rights R HIE rued Part 4—BASE COURSES P-209 — CRUSHED AGGREGATE BASE COURSE Part? — RIGID PAVEMENT P-501 — CEM ENT CO N CRETE PA EM ENT Part 9— MISCELLANEOUS P-605 —JOINT SEALANTS FOR PAVEMENTS DFLA I NG5 ( UNDER SEPARATE COVER)., 4 sheets numbered GO.01 through inclusive, dated March 2021, and with each sheet bearing the following general title: Rehabilitate Runway 7/25 j East End) Iowa City Municipal Airport APPENDICES O N.STRU TI ON .SAFETY AN D PH A I NG P LAN ( SPP) FAA A.C. 15a/537a-2 — OPERATIONAL SAFETY ON All RPORTS D U R I NG CON STRUCTI0N ****END OF SECTION**** Iowa City Municipal Airport i T51.12251 TABLE OF CONTENT April 201 PAGE 00010- J BDI ton & M E n k, I n r-. 2019, All Rights R HIE rued NOTICE TO BIDDER Rehabilitate Runway 7/2-5 (East End) Iowa City Municipal Airport Iowa City, Iowa Time and Place for Fi liniz Sea led Proposals. Sealed bids for the wo rk corn prising th a re pa i r or i mprovement as stated below must be fi led before 3,00 P. M. C DST on Th u rsday, a u n e 3, 2021, at the office of th e City Clerk, City H al I, 410 East Washi ngton Street, I o a City, iA 5 2240. The ti rye of receipt s ha I I be determi n ed by the offi cia I clock rya i ntai ned by the City Clerk, and the Airport Comm iss i onxs d aterrn inati on of the time of receipt shall govern, If City Hall is closed to the public due to the health and safety concerns from COVI D-1 , sealed bids may still be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City Hall, 410 East Washington Street, Iowa City, Iowa, and upon arrival telephone the City Clerk at (319) 356-5043. Time and Place Sealed Proposals Will he Opened and Considered. Sealed proposals will be opened and bids tabulated at 3:00 P.M. CD T on Thursday, Duna 3, 2021, City Hall, 410 East Washington Street, Iowa City, IA 52240, with t he resu Its bei ng repo rted to th e I owe City Ai rport Co rn mission at its nn acting to be held at 6,00 P. M. CD T on Thursday, June 10, 2021, at which time the Airport Commission may take action on the proposals submitted or at such time as may then be fixed. If City Hall is closed to the public due to the health and safety concerns from COVID-19., the bid opening will be held virtually. if this meeting is determined to be held virtually., information for this meeting will be distributed by Bolton & Menk to prospective bidders on the Project plan Holders List through QuestCDN. The Iowa City Airport Commission reserves the right to reject any or all bids, to waive informalities or technicalities in any bid, and to enter into such contract, or contracts, as it shall deem to be to the best interest of the Iowa City Airport Cornir-rission. Time for Commencement a nd Corn pletiori of Work. Wo rk on th e i m prove merit sha I I co immense u pon a pprova I of the contract by the Airport Commission and as stated in the Notice ee to Proceed. All work under the Contract must be substantially co r n plete ire tern (10) working days for the Ease Bid. Liquidated damages as set forth In Section 00500 Contract. Pre -Bid Me . A pre -bid r n eeti rig wi I I be h eld o n ii ne via M icrosoft Tea ms on Monday, May 24, 2021 at 10:00 A'M. CD T. please use the link or call -in number/conference ID below to see and/or hear the pre -bid meeting. 1. Microsoft Teams Meeting Link: https://bit.Iy/3aZAh rnQ a Call, 612-4 8- 778, Conference I D 653 108 13 # Bid Security. Each bidder shall accompany its bid with bid -security, as defined in Iowa Code Section 26. , as security that the successful bidder wiII enter into a contract for the work bid upon. The bidder's security shalI be in an amount equal to five percent (5%) of the total a m nu rat of the bid. The bid shall contain no condition except as provided in the specifications. If the bidder fails to execute the contract and to furnish an acceptable performance and payr n e nt bored or provide a Certificate of Insurance within tern (10) days after acceptance of the bid by the City, the bid security may be forfeited o r cash ed by t he City as i iq u idated da mages. Contract Documents. Copies of the project documents are available for a price of 25 per sat. This fee is refundable, provided the plans and specifications are returned complete and in reusable cord iti on, and they are returned within fourteen (14) calendar days after the award of the project. Please make your check payable to Bolton & Menk, Inc. and email codarrapidsCcObniton mcnk,cn m for further instructions. Complete digital project bidding documents are available at w-vvw_hnitan-nwn k.corn or You may view the digital plan documents for free by Iowa City Municipal Airport— T51.122513 NOTICE TO BIDDER April 201 PAGE 00100-1 J Pal ton & M E n k, I n r. 2019, All Rights R HIE rued entering Quest ##7817620 on the ebsite's Project Search page, Documents r n ay be downloaded for $0.00. Please contact e t 1. rn at - -fi r i n _q u e� tc d o ,corn for assistance in free rn a mbersh i p registration, viewing, down I oad -Ing, and working with this digital project information. Preference of Products and Labor. By virtue of statutory authority, a preference Sri I l be given to products and provisions grown and coal produced within the State of Iowa, to the extent lawfully required under Iowa statutes. Banes Tara Exe n ption Certif cater. The bidd e r s ha I I not i nclud a sa les tax in the bid. The I o ar City Ai rport Co m mission will distribute tax exemption certificates and authorization letters to the Contractor and all su bcuntra ctur5 who are id a ntif led. The Contra ctor and su bcont racto r may rya ke copies of th e tax a emptio n certifi cater a n d provide a copy to each supplier providing construction materials. These tax exemption certificates and authorization letters are applicable only fur this -specific project under the Contract. Award of Contract. All proposals submitted In accordance with the instructions presented herein will be subject to evaluation. Bids may be held by the Iowa City Airport Commission for a period not to exceed ninety (90) days from the date of the bid opening for the purpose of conducting the bid evaluation. Th e Own er wil I base the a s rd of contra ct u pon the I n est aggregate s u m proposal sub m itted fro m those bidders the Owner confirms as being responsive and responsible. The right is reserved, as the Iowa City Airport Com i-n iss i an may require, to reject any and all bids and to waive any inforr n al ity in the bids received. Prospective Bidders are hereby advised that award of contract ifs contingent upon the owner receiving Federal fu nd ing assista nce u nder th e Ai rport I mprovement Progra r n. Federal pr oWsions This project is subject to the following Federal provisions, statutes and regulations: Equal Employment Opportunity - Executive Order 11246 and 41 CFR Part 60: The Bidder's attentio n is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment opportunity Construction Contract Specifications" set forth within the supplementary provisions. The successful Bidder shall 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 emp I ogees a re treated d uri ng errs ploym a nt without rega rd to thei r ra ce, col o r, religion, sex, or nation a I origi n. Goals for Minority and Female Participation — Executive Order 11246 and 41 CFR Part 60: 1. The 131id dens attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract pecifi cations" set forth within the supplementary provisions, 2. The g0a Is and timetables for minority and female pal rtiCi patiOn, eXp ressed in percentage terms for the contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Timptnhlav Goals for minority participation for each trade: 1.5 Goals for female participation ire 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 geographical area where the work is actually performed. With rega rd to th is secu nd a rea, the cc ntractor a I so is su bject to the goals for both its Federa Ily i nvolved a nd non - federaIIy involved construction. Iowa City Municipal Airport— T51.122513 NOTICE To BIDDERS April 201 PAGE 00100- J BDI ton & M E n k, I n r-. 2019, All Rights R HIE rued Certification of Non- eareeated Facilities — 41 CFR Part 60: A certification of Non -segregated Facilities must be submitted prior to the award of a federally -assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. Contractors receiving federally assisted construction contract awards exceeding $10,000, which are not exempt from the provisions of the Equal Opportunity Clause will he required to provide for the forwarding of the notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. The penalty for making false statements in offers in prescribed in 18 U.S.C., 1001, Disadva ntaged Business Enterprise — 49 CFR Part 6: The cc ntractor sha I I carry out a ppl icab le requ ire m ents of 49 CFR Part 26 in award and administration of this DOT -assisted contracts. In accordance ith 49 CFR Part 26.45, the sponsor has established a contract goal of 3.6 Participation for small business concerns owned and controlled by certified socially and economically disadvantaged enterprise (DBE). The bidder shall make and document good faith efforts, as defined in Appendix A of 49 CFR Bart 26, to meet this established goal. Davi.s#Bacon Act, as amended — 29 CFR Part 5: The Contractor is required to comply with wage and labor provisions and to pay minimum wages i n accordance with the current schedule of gage rates established by the United States Department of Labor. Debarment, 5usperrsion, Ineligibility and Voluntary Exclusion — 49 CFR Part 29: The bidder certifies, by submission of a proposal or acceptance of a contract, that neither it nor its p ri nci pals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily -excluded from participation in this transaction by any Federal department or agency. Individuals or companies listed in the General Services Administration's "Excluded Parties Listing Syste rr" will not be considered for award of contract. Foreign Trade Restriction — 49 CFR Part 30 Th e Bid d er a n d Bid d er's s u hcontra ctors, by su brinission of a n off er a nd/or execution of a contra ct, is req u ired to certify that it: a. Is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United .Mates Trade Representative (U TR ); h. Has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is Dinned or controlled directly or indirectly by e ne or more citizens or nationals of a fa reign country on said list; c. Has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. 13uy American Certificate — Aviation Safety a nd Ca paMcity Act of 1990: This contract is subject to the "'Buy American Preferences" of the Aviation Safety and Capacity Act of 1990. Per Title 49 U.S.C. Section 50101, all steel and manufactured Products installed under an AI P assisted project must be produce in the United States unless the Federal Aviation Administration has granted a formal waiver. As a con dition of hid respon s iveness, Kidd ors rn ust cord plete a n d su h mit as pa rt of thei r proposa I th e enclosed Buy Am e ri ca n certification. Bidd e r must i nd inate wh eth er it irate n d s to meet Buy Armor[ ca prefe rences. by only i n sta I I i ng stee I and man ufactu red prod ucts prod used with th a U n ited State of America; or if it i nten ds to seek a permissible waiver to the Buy America requirements. Iowa City Municipal Airport— T51.122513 NOTICE TO BIDDER April 201 PAGE 00100-3 J BDI ton & M E n k, I n r-. 2019, All Rights R HIE rued PROJECT DESCRIPTION: Rehabilitation of runway 7/25 east end paverr ent, including panel replacement, joint sealing, and spall repairs, The Notice is given by order of the Iowa City Airport Commission. Warren Bishop, Chairman, Iowa City Airport Cora m issio n Iowa City Municipal Airport— T51.122513 NOTICE TO BIDDER April 201 PAGE 00100-4 J BDI ton & M E n k, I n r. 2019, All Rights R HIE rued NOTICE F PUBLIC HEARING Rehabilitate Runway 7/25 (East End) Iowa City Municipal Airport Iowa Cityr Iowa Public Hearing on Proposed Contract Documents and Estimated Costs for Repair or Improvement. A public hearing will he held by the Iowa City Airport Commission on the proposed contract d ocu nnents (plans, specifications a n d form of contract) and esti rated cost for the improvement at its meeting at 6:00 R.M. CD T on Thursday, May 13, 2021, in the meeting room of the Airport Terminal, Iowa City MunIcipal Airport, 1801 S. Riverside Drive, Iowa City, IA52246, If the meeting is held electronically, it will be held via Zoom Meetings. Information for joining the meeting will be posted on the meeting agenda, PROJECT DESCRIPTION: Rehabilitation of runway 7/ 5 east end pavement, including panel replacement, joint sealing, and spall repairs. At said hearing, the Airport Commission will consider the plans, specifications, proposed form of contract, and estimated total cost for the project, the same now being on file in the office of the City Clerk, reference to which is made for a more detailed and complete description of the proposed improvements, and at said time and place the said Airport Commission will also receive and consider any objections to said plans' specifications, estimate of cost, and form of contract made by any interested party. This notice is given by order of the Airport Commission of the City of Iowa City, Iowa and as provided by law. Nell ie I . Frueh l in , City Clerk Iowa City Municipal Airport i T51,12251 NOTICE of PUBLIC HEARING April 201 PAGE 00105-1 V040413 f�) Balton & Menk, Inc. 2-D113, All Rights Res-ErvE!d Intentionally Left Blank Iowa City Municipal Airport i T51,12251 NOTICE OF PUBLIC HEARING April 201 PAGE 00105- V040413 f�) Balton & Menk, Inc. 2-D11J, All Rights Res-ErvE!d IN TRU TI ONS TO BIDDER Rehabilitate Runway 7/25 (East End} Iowa City Municipal Airport Iowa City, Iowa The work comprising the above referenced project shall be constructed in accordance ith the FAA Standard Specifications, and as further modified by the supplemental specifications and special provisions included in the contract documents. The terms used In the contract version of the documents are defined In said Standard Specifications. Before submitting a bid, please review the requirements i n these specifications. Please be certa i n th at a I I dacu me nts have been corn pleted properly as fai lu re to co m plete and sign a I I docu meats a n d to cam ply with the requirements listed below can cause a submitted bid not to be read. ARTICLE 1- BID SECURITY 1,01 The hid security must be in the m[nimur-n ar-nount of 5% of the total bid arnount including all add alternates (do not deduct the amount of deduct alternates). 1,02 Bid 5ecu rity other than said bid bond shall be in accordance with Chapter 26 of the lava Code, 1.03 Bid security shall be in the form of a cashier's check or certified check drawn on a state chartered or federally chartered bank; or a certified share draft drawn on a state chartered or federally chartered credit union; or a bidder's bond with corporate surety satisfactory to the City of Iowa City, hereinafter called the "Jurisdiction". 1.04 The bid band must be submitted on the enclosed Bid Bond farm as no other bid bond forms are acceptable. Al I sign atu res on th e bid bond must be on i na I signatu res i n i n kr electronic, cop i es, or fa c i mi I e (fax) of a ny signature on the bid bond is not acceptable. =1� � I� �1tJF iI[� [ ��:I � �fs1 s1►I� I� rI11VA4126.1I1] 04:� .01 The proposal shall be sealed in an envelope, properly identified as the Proposal with the project title a n d name and address of the bidder. The bid security shall be sealed i n a separate envelops 'identified as the "Bid Security" and attached to the outside of the bid proposal envelope. The Proposal and Bid security shall be deposited with the Jurisdiction at or before the time and at the place provided in the Notice to Bidders. It is the sole responsibility of the bidder to see that its proposal is delivered to the Jurisdiction prior to the time for opening bids along with the appropriate bid security. Any proposal received after the scheduled time for the receiving of p ra posa Is will be returned to the bidder unopened and w I I not be considered. 2,02 The following documents shall be completed, signed and returned in the Proposal envelope. The bid cannot be read if a ny of t hese d ocu ments a re omitted fro rn th a Propo-sa I envelope. A, PROPOSAL — Complete each of the following parts: - Part B — Acknowledgment of Addenda, if any have been issued; - Part C — Bid Items, Quantities and Prices - Part F — Additional Requirements; - Part G — Identity of Bidden Iowa City Municipal Airport i T51,122513 INSTRUCTIONS TO BIDDER April 201 PAGE 00200-1 V040413 f�) Balton & Menk, Inc. 2-D1% All Rights Res-ErvL!d 2,03 Sign the proposal. The signature on the pro p05a l and all proposal attachments must be an original signature in ink signed by the same individual who is the Company Owner or an authorized Officer of the Company; copies or facsimile of any signature will not be accepted. 2,04 Documents must be submitted as printed., No alterations, additions, or deletions are permitted, If the Bidder notes a requirement in the contract documents which the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify{ the Engineer i n writing. The Engineer will issue any necessary interpretation by an addendum. FAR droll *M IGM 001 f roUL=1 �I�� ������I�����I�] am:1 #twill MX,'� 3.01 The work is located in the City of lowa City. Work on the improvement shall commence upon approval of the contract by the Airport Commission and as stated in the Notice to Proceed. All work under the Contract must be substantially complete as stated in Section 00500 Contract. Liquidated Damages will be assessed as detailed in the stated in Section 00500 - Contract. 3.02 Community Events. Successful bidder it l be required to coordinate with the owner and accommodate the owner's requirements for the following list of events: N/A 3.03 Coordination with Other Contractors. Progress of th e work m ay be affected by word i nati on of other wo rk bei rig perfe rm ed by the Owner or eth er Contractor, and the Contractor shall Investigate such a possibility and make allowances therefor. Should th e Contractor su sta i n a ny d amagle th rough a ray act or e m ission of a ny other Contractor havi rig a Cc ntract with the Owner, the Contractor shall have no claim against the Owner for such damage, but shall have a right of action against the other Contractor to recover the damages su sta i reed by reason of the acts and omissions of such Contractor. If, through acts of neglect on the part of the Contractor, any other Contractor or any subcontractor shall suffer loss or damage Dn their work, the Contractor agrees to settle with such other Contractor or subcontractor by agreement or arbitration, if such other Contractor or subcontractor will so settle. If such other Contractor or subcontractor 5UeS the Owner on account of any damage alleged to have been so sustained, the Owner shall notify the Contractor who shall defend and hold ha rnn less the Owner at such proceedings at the Contractor's expertise and if any judgment against the owner arises therefrom the Contractor s ha I I pay o r sati* it, i n cl u d i rig a II attorneys fees a n d court costs wh ich may accrue aga i nst t he Owner. Work schedules for all contracts may have to be adjusted to maintain airport operations. There shall be no adjustments in price or completion time for the work sched u I e adjustments to maintain airport operations 3.04 Each successful bidder it I be required to furnish a corporate surety bond in an amount equal to 100% of its contract price. Said bend shall be issued by a responsible surety approved by City of Iowa City and shall guarantee the faithful performance nce of the contract, the terms and conditions therein contained, the prompt payment of a II matoria I a n d I a hor, p rotoct a nd save h arm I ess City of logo City frorn cla i ms a nd da rn ages of any kind caused by the operations of the contract, and shall also guarantee the maintenance of the improvement caused by failures in materials and construction for a period of one (1) year from and after acceptance of the work. Iowa City Municipal Airport i T51,122513 INSTRUCTIONS TO BIDDER April 201 PAGE 00200- V040413 f�) Balton & Monk, Inc. 2-D11J, All Rights Res-ErvE!d 3,04 The City of Iowa City, in accordance with Title VI of the Civil R ight5 Act of 1964, 78 Stat. 252, 42 U, . C� 2 000d to 0Ood-4 and title 49 Code of Federal Begu I ati ons, Department of Transportation, Subtitle A, Office of the Secretary, Bart 21, Nondiscrimination i n Federally -assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that with any contract entered into p u rsua rat to th i5 aldverti 5ement, mi n ority busi ness enterprises wi I I he affo riled fu I I opportu n ity to submit bids in response to this invitation and will net be discriminated against on the grounds of race, color, or national origin in consideration for an award. ARTICLE 4 - PREFERENCE OF PRODUCTS AND LABOR 4.01 In accordance with Iowa statutes, a resident bidder shall be allowed preference against a nonresident bidder from a state or foreign country provided that state or foreign country gives or requires any p ref eren ce to bidders f turn th at state or foreign coy, ntry. TIC is i n cI ud es, but is not I im ited to any prefe ren ce to bidcl a rs, th e i impos iti on of a ray type of la be r force p refere n ce, or any oth er fora of preferentia I treatm ent to bidders or laborers from that state or foreign country. The preference allowed shall be equal to the preference given or required by the state of foreign country in which the nonresident bidder is a resident. In the instance of a resident labor force preference, a nonresident bidder shall apply the same resident la be r force preference to a pu h I is i m p rovement i n th Is state as wou Id be req u i red i n the construction of a public improvement by the state or foreign country in which the nonresident bidder Is a resident. If it is determined that this may cause denial of federal funds which would otherwise be available, or would otherwise be inconsistent with requirements of any federal law or regulation, this resident bidder preference shall be suspended, but only to the extent necessary to prevent denial of the funds or to eliminate the inconsistency with federal requirements. 4,02 Buy America Preference As a matter of bid responsiveness, Bidder must indicate within their proposal hove they intend to comply with the Buy America preferences established by Title 49 USC 50101. The bidder may choose to certify it will comply with Buy Arnerica preferences by Daly installing steel and rn anufactured products that are 100 made in the United States; or the bidder may choose to certify that they cannot fully comply with Buy America preferences and thus requests a waiver to Buy America preferences. A bidder that certifies they will rn eet Buy America preferences by requesting a waiver also agrees to prepare and submit a formal waiver request and the associated component cost calculation if selected by the owner as the bidder Frith the apparent low bid. The successful bidder must submit their formal waiver request and component cost calculation to the owner merit h in the timefra m e prescribed on the Buy America certif [cation. 4.03 Disadvantage Business Enterprise (DBE) The requirements of 49 CF R part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the logo City Airport Commission, IA to practice nondiscrimination based on race, color, sex or rational origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to all bidders, including those who qualify as a Disadvantaged Business Enterprise. Th e Own e r has esta blished a D BE contra ct goa I of 3.6 percent (3.6 ) for th is contract. The Kidd er/ ffero r shall make good faith efforts, as defined in Appendix AF 49 CFR part 26, to subcontract 3.6 of the dollar value of the prime contract to certified DBE firms as defined i n 49 CFR Bart 26., All bidders shall submit the following Information with their proposal on the forms provided: A. The names and addresses of DBE firms that wIll participate it the contract, Iowa City Municipal Airport i T51,122513 INSTRUCTIONS TO BIDDER April 201 PAGE 00200-3 V040413 f�) Balton & Monk, Inc. 2-D11J, All Rights Res-ErvE!d B. A description of the work that each DBE fi rr n will perform; C. The dollar amount of the participation of each DBE firm participating; D. Written documentation of the Bidder/Offeror's com nnitment to use a DBE subcontractor whose participation it su bm its to meet the contract goal; E. Evidence of good faith efforts undertaken by the bidder, as described in appendix A to 49 CF R Part b. The successful Bidder will be required to provide written confirmation from the participating DBE fi rr ns verifying their intent to participate as in the project, This written confirmation shall be su b rn itted prior to execution of the contract. 4,04 Good Faith Efforts (DB E) (No DBE Goa I for this project Bidder rust demonstrate that they node good faith efforts to achieve par-ti ci patio n with DBE firms. This requires that the bidder show that it took all necessary and reasonable steps to secure participation by certified DBE firms. The owner will not consider mere pro fauna efforts as a goad faith effort. Actions constituting evidence of good faith efforts are described in appendix A to 49 CFR Part 26. Such actions include but are not limited to, A. Soliciting DBE participation through all reasonable and available means This nnay include public advertisements and phone calls/faxes to known certified DBE firms. B. Consult State Department of Transportation office to obtain a list of certified DBE firms. C. SelectIng portions of work th at i n creases th e li kel ih ood that D BE firms w l I be avai la ble to pa rticipate D. Provid ing D BE f i rrn s with cuff ici ent i nformation and ti me to re i ew th e project pla ns a nd specifi cation s F E. DacurrientIng all contacts with DBE firms. This includes name, address, phone number, date of contact and record of conversation/negotiation. ARTICLE 5 -TAXES 5,01 The City will issue a sales tax exemption certificate and authorization letters to the Contractor and all subcontractors for all materials purchased aced on the project. Tax exemption certificates are applicable only for the specific project for which the tax exemption certificate is issued. 5,02 The Contractor shall provide a listing to the City identifying all appropriate subcontractors qualified for use of the tax exemption certificate. The Contractor and subcontractors may make copies of the certificate and provide to each supplier providing construction material. 5,03 Income Tax-, Al uccessf u I Bid d er- is subject to pa rr) e nt of I ova income tax 0 n i ncome f ro m this work in a mounts prescribed by law. B. If successful bidder is a non -Iowan partnership, individual or association, Bidder shall furnish evidence prior to execution of contract that bond or securities have been posted Frith the Iowa Department of Revenue in the amount required by later. ****END OFSECTION"" Iowa City Municipal Airport i T51,12251 INSTRUCTIONS TION TO BIDDER April 201 PAGE 00200-4 V040413 f�) Balton & Menk, Inc. 2-D11J, All Rights Res-ErvE!d ITEMS TO BE SUBMITTED WITH THE BID Rehabilitate Runway 7/25 (East End) Iowa pity Municipal Airport Iowa City, Iowa FAA AIP #: 3-19-0047-030-2021 Iowa City Municipal Airport— T51.122513 PROPOSAL April 201 PAGE 00410-1 VC140413 f Balton & Menk, Inc. 2-D1aJr All Rights Flees-Ervud Iowa City Municipal Airport— T51.122513 PROPOSAL April 201 PAGE 00410- VC140413 f Balton & Menk, Inc. 2-D1aJr All Rights Flees-Ervud SECTION 00410 - PROPOSAL Rehabilitate Runway 7/ 5 (East End) Iowa City Municipal Airport Iowa City, Iowa PROPOSAL-.- PART A - SCOPE The Iowa City Airport Commission, hereinafter called the "J u risd i ctio n has reed of a qualified contractor to complete the work comprising the below referenced repair or improvement. The undersigned Bidder hereby proposes to complete the work comprising the below referenced repair or improvement as specified i n the contract documents, which are officially on file with the Jurisdiction, in the office of the City Clerk, at the prices hereinafter provided in Part C of the Proposal, for the innprovemerts on Rehabilitate Runway 7/ 5 (East End). PROPOSAL-. PAIN B -ACKNOWLEDGMENT ESE ADDENDA The Bidder hereby acknowledges that all addenda become a part of the contract documents when issued and that each such addendum has been received a r d utilized in the preparation of this bid. The Bidder hereby acknowledges receipt of the following addenda by inserting the number of each addendum in the blanks below: ADDENDUM NUMBER ADDENDUM NUMBER ADDENDUM NUMBER ADDENDUM NUMBER and certifies that said addenda were utilized in the preparation of this bid. PROPOSAL: PART — BID ITEMS AND QUANTITIES D N IT BI D PRICE CO NTRACT : The B i d der must provide th n U n it Bid P rice, th e Total Bid Price, any Alternate Prices, and the Total Construction Costs on the proposal Attachment: part C— Bid Items and Quantities. I n case of discrepancy, the Unit Bid Price governs. The quantities shown on the Proposal Attachment: Part C — Bid Items and Quantities are approximate only, but are considered sufficiently adequate for the purpose of comparing bids. The Total Construction Cost shall be used only for the comparison of bids. The jurisdiction shall only use the Total Con struction Cost fu r d eterm i n ing the sufficien cy of th e bid secu rity. SEE INCLUDED PROPOSAL ATTACHMENT Iowa City Municipal Airport- T51.122513 PROPOSAL April 201 PAGE 00410-3 VC140413 f Balton & Menk, Inc. 2-D1aJr All Rights Flees-Ervud PROPOSAL: PAIN D —GENERAL The Bidder hereby acknowledges that the Jurisdiction, in advertising for public bids for this project reserves the right to: 1. Reject any or all bids. Award of the contract, if any, to be to the lowest responsible, responsive bidder; and 2. Reject any or all alternates in determining the items to b included in the contract. Designation of the lowest responsible, responsive bidder to be based on comparison of the total bid only, not including any alternates; and 3. Make such alterations in the contract documents or in the proposal quantities as it determines necessary in accordance with the contract documents after execution of the contract. Such alterations shall not be considered a waiver of any cond iti ores of the contract documents, and shall not invalidate any of the provisions thereof; and 4. The BIDDER acknowledges that the OWNER has established a contract Disadvantaged Business Enterprise goal of 3.6 for this project. The BIDDER acknowledges and accepts the requirement to apply{ and document good faith efforts, as defined in Appendix A, 49 CFR Fart 26, for subcontracting a portion of the prime contract to certified Disadvantaged Business Enterprises (DBE), as defined in 49 CFR part 26 for purposes of m Ceti rig the Iowa City Municipal Airport's established goal. The BIDDER, in complying with this requirement, proposes parti ci patio n by Disadvantaged Business Enterprises as stated on the attached forms.r "Utilization Statement," and ''Letter of Intent"; and 5. The BIDDER, by submission of a proposal, acknowledges that award of this contract is subject to the provisions of the Davis -Bacon Act. The BIDDER accepts the requirement to pay prevailing wages for each classification and type of worker as established in the attached wage rate determination as issued by the U n ited States Depa rement of La bor. The BI DD ER fu rther ackn owledges and accepts their req u i rement to incorporate the provision to pay the established prevailing wages in every subcontract agreement entered i nto by the Bidd e r u ri der th is p roject. Th e Bi d der here by agrees to 1. E rater i nto a co ntraetl if th is p ruposa I is se I ected, i n the fur+m a pproved by the a u risd ietion, provide proof of registration with the Iowa Division of Labor i n accordance with Chapter 91C of the Iowa Code, and furnish a performance and payment bond; a n d 2. Forfeit hid security, not as a penalty but as liquidated damages, upon failure to enter into such contract a n d/or to furnis h sa id bond; a rid 3. Commence the work upon written Notice to Proceed; and 4. substantially complete the work on or before as detailed in Section 00500 — Contract; and 5. Pay liquidated da l rages for noncompliance [th said completion provisions at the rate detailed in Section 00500 — Contract for each working day thereafter that the work remains incomplete. PROPOSAL: PART E — NON -COLLUSION AFFIDAVIT The Bidder hereby certifies: 1. That this proposal is not affected by, contingent on, or dependent on any other proposal submitted for any improvement with the Jurisdiction; a n d . That no individual employed by the Bidder has employed any person to solicit or procure the work on this project, nor will any employee of the Bidder make any payment or agreement for payment of any compensation in connection with the procurement of this project; a n d Iowa City Municipal Airport— T51.122513 PROPOSAL April 201 PAGE 00410-4 VC140413 f Balton & Menk, Inc. 2-D1aJr All Rights Flees-Ervud 3, That no part of the bid price received by the Bidder was or will be paid to any person, corporation, firm, association, or other organization for so I iciti ng the bid, other than the payment of their normal compensation to persons regularly employed by the Bidder whose services i n connection Frith the construction of the project were in the regular course of their duties for the Bidder; and 4. That this proposal is genuine and not collusive or sham; that the Bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidder or person, to submit a shares hid or to refrain from bidding; and 5. That the bid has not in any romannerr, directly or indirectly, sought, by agreement or collusion, or communication or conference, with any person, to fix the bid price of the Bidder or of any other- bidder; and 6. That a I I state ments i n th is proposal are true, a nd 7. That the individual(s) executing this proposal have the authority to execute this proposal on behalf of the Bidder. PROPOSAL: PART E — ADDITIONAL REQUIREMENTS The Bidder hereby agrees to comply with the a dditi ona I requirements listed below which are included in this proposal and identified as proposal attachments - The following documents are attached to and made a part of this Bid: 1, Bid Guaranty in the form of a completed Bid Bond in the amount of 5% (five percent) of the a r n punt bid. 2. Completed DBE forms "Utilization Statement" and "Letter of Intent". . Evidence of good faith efforts required by 49 CFR part 26, Appendix A. If proposed DBE goal is met, submittal of evidence of good faith efforts is not required. 4. Evidence of B I DDE R'S q ua I if ications per the req ui rernent5 of the I n tructions-to-Bi dder5. 5. "Buy American" forms, Iowa City Municipal Airport— T51.122513 April 201 VC140413 f� Balton & Menk, Inc. 2-D1aJr All Rights Flees-Ervud PROPOSAL PAGE 00410-5 PROPOSAL: PART G - IDENTITY F BIDDER The Bidder shall indicate whether the bid is submitted by a/are: ❑ Individual, Sole Proprietorship ❑ Partnership u Corporation ❑ Limited Liability Company ❑ Joint -venture; all parties must join -ire and execute all documents n Other The bidder shall enter its Public Registration Number __ _ -- issu ed by the Iowa Bonn missioner of Labor Pursuant SectIon 91 .5 of the Iowa Code. Fai I ure to p rovid a so id Registration Number shall result in the bid being read under advisement. A contract will not be executed until the Contractor Is registered. Bidder Signature By Name (Print/Type) Title Street Address City, State, Zip Code Telephone Number Type or print the name and title of the company's owner, presidents CEO, etc. if a different person than entered above Name Title NOTE: The signature on this proposal must be are original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. Iowa City Municipal Airport i T51.12251 April 201 PROPOSAL PAGE 00410-6 VO4a413 fD Balton K Munk. Inc. 2DD, All Rights Reserved UTILIZATION STATEMENT Disadvantage Business Enterprise The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner. (Please mark the appropriote box) The bidder/offeror is committed to a minimum of DBE utilization on this contract. The bidder/offeror, while ► nable to meet the DBE goal of 3,6 , hereby commits to a minimum of DBE utilization on this contract and also submits documentation, as an attachment demonstrating good faith efforts (GFE). The undersigned hereby further assures that the information included herein is true and correct, and that the DBE firm (s) 1 i sted herein have agreed to perform a commercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this statement may be made without prior approval from the Civi I Right Staff of the Federal Aviation Administration, Bidder'.s/Dfferor's Firm Name Sign atu re Date DBE UTILIZATION SU M A R Contract Amount D BE Amount Contract Percentage DBE Prime Contractor X 1.00 OA DBE Subcontractor X 1.00 _ DBE Supplier 0.60 = Q DBE Manufacturer X 1.00 = Total Amount DBE DBE Goal Note; If the total proposed UBE participation is less than the established DBE goal, Bidder most provide written documeltation of the good faith efforts -as required by 49 CFR Part 26, Iowa City Municipal Airport i T51.12251 April 201 PROPOSAL PAGE 00410-7 VO4a413 fD Balton K Munk. Inc. 2DD, All Rights Reserved Iowa City Municipal Airport i T51.12251 PROPOSAL April 201 PAGE 00410- VO4a413 fD Baltan K Munk. Inc. 2DD, All Rights Reserved Bidder/Offer DBE Firm: LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each 013E firm) Name - Add ress: City DBE Firm: Address: City; State: State: DBE Contact Person: Narne: Phone: Zip; Zip: DBE Certifying Agency: Expiration Date Each DBE Firm shall submit e vrden-ce (s uch as a ph o toropy) of their certifico 600 s to tus. Classification: E]Prime Contractor 1:1 Subcontractor El Joint Venture 1:1 Manufacturer 1:1 Supplier Work item(s) to be performed by DBE Description of Work Item Quantity Total The bidder/offeror is corn mitted to utilizing the above -named DBE firm for the work described above. The e ti rrl ated participation Is as follows: DBE contract amount: Percent of total contract: AFFIRMATION: The above -named DBE firm affirms that it wIll perform the portion of the contract for the estimated dollar value as stated above. (Sign ature) (Trtle) Note: In the event the bidder/offeror does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. Iowa City Municipal Airport i T51.12251 April 201 PROPOSAL PAGE 00410- VO4a413 fD Balton K Munk. Inc. 2DD, All Rights Reserved Iowa City Municipal Airport i T51.12251 PROPOSAL April 201 PAGE 00410-10 VO4a413 fD Baltan K Munk. Inc. 2DD, All Rights Reserved All bidders must submit Mit the following completed form to the governmental body requesting bids per 75 Iowa Administrative Code Chapter 156. Bidder Status Form To be completed by all bidders Part Please answer "Yes" or "No" for each of the following: F-1 Yes F-1 No my company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). F-1 Yes F-1 No My company{ has are office to transact business in Iowa. F-1 Yes ❑ No my company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No my company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this p raj ect . F-1 Yes F-1 No my company{ is not a subsidiary of another business entity{ or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If yo u a ns ered "No" to on a or more q u estio ns above, you r compa ny is a non -reside nt bidder. Please comp I ete Pa rt5 C and D of th i5 form., To be completed by res i dent bidders Part B y company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: to Address: (rnrn/dd/yyy) Dates: to Dates: (mm/dd/yyy) to City, State, Zip - Address: City, State, Zips Address: City, State, Zip. You may attach additional sheet(s) if needed. To be completed by non-resident bidders Part 1. N a m e of home state or fore ijRn cou ntry cer)nrted to the Iowa Secreta ry of State: . Does your company's home state or foreign country offer preferences to bidders who are residents? El Yes [:] No 3 • If you answered if Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. Your may attach a d ditiona I sh eet(s) if need ed. To be completed by all bidders Part D certify that the statements made on this document are true and co rn plete to the best of nny knowledge and I know that my failure to provide accurate and truthful information may be reason to reject my bid. Firm Name - Signature: Date. Iowa City M u n ieipa l Airport - T51.122513 April 201 V04041� O 8oltan & M-r-i1k. IiK. 201Y. Al Rights Pc��eived PROPOSAL I9��4:[oil]21Fto] 51 Iowa City M u n ini pa I Airport — T51.122513 PROPOSAL April 201 PAGE 00410-12 V04041� O 8oltan & M-r-i1k. IiK. 201Y. Al kIghts Pcrived R H E ET: AUTHORIZATION TO TRANSACT BUSINESS Th is worksh eet m ay be used to hel p cam p lete Pa rt A of t h e Resid a rat B i dde r Status fo rm . If at least one of the fol lowing describes you r bu s i nessl you a re a uth o rued to t ra rasa ct busi ness in Iowa. [—]Yes F-] No My business is currently registered as a contractor with the Iowa Division of Lobar. F]Yes F-1 No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. [—]Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes F]Yes ❑N o My business is an active corporation with the Iowa Secretary of Mate and has paid all fees required by the Secretary of State, has filed its mast recent biennial report, and has not filed articles of dissolution. F]Yes ❑ No fly business is a corporation whose articles of incorporation are filed 'in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. F]Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this skate and the statement has not been canceled. F]Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. F]Yes F-] N o My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. [—]Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority it has been approved and no notice of cancelIat on has been filed by the limited partnership or the limited liability limited partnership. F]Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. F-]Yes F-] No My busi mess is a limited liability com pang whose certificate of organizatlon is filed ire a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revolved or canceled. Iowa City M u n ini pa l Airport — T51.122513 PROPOSAL April 201 PAGE 00410-13 V04041� O 8oltan & M-r-i1k. IiK. 201Y. Al Rights Pc��eived Iowa City M u n ini pa I Airport — T51.122513 PROPOSAL April 201 PAGE 00410-14 V04041� O 8oltan & M-r-i1k. IiK. 201Y. Al kIghts Pcrived BUY AMERICA WAIVER REQUEST Title 49 U.S.0 Section 50101 (b) FOR AIRFIELD DEVELOPMENT PROJECTS FUNDED UNDER THE AIRPORT IMPROVEMENT PROGRAM Type of Waiver Request: The b i d der may request a waiver subject to the provisions of Section 50101(b)( ) or Sectlon 50101(b)(4). The b i d der may not request a waiver under Section 50101(b)(1) or Section 50101(b)(2). Bidder is hereby advised that the Owner's approval with the bid der"s waiver request is Contingent upon FAA approval. The bidder must select one of the following applicable waiver provisions: 11 Section 0101(b)( ): Bidder hereby requests a waiver to Buy America preferences based upon Section 50101(b)(3) for the equipment identified below, The bidder certifies that % of the cost of components and subcompor eats comp ris i rg the equ i pment a re prod uced i n th e U n ited States a nd that fi rya I assern bly occu rs withi n th e U n ited States. (Bidder m us aftoch a cop y of the componen t cost calculation table) Equipment- 0 Section .50101(b) (4). Bidder hereby requests a waiver to Buy America preferences based upon Section 50101(b)(4). Th a b i d der asserts q rovis ion of d o mesti c material i r creases the cost of the overall I project by more th a n 25%. (Note: This type of waiver is very rore) Certification Signature: In accordance with Section 50101(b), we request a waiver to the Puy Arneri ca provisions based on the above certification and attached documentation. Bidder's Firm Nome Signature Dote Iowa City Munic1pal Airport — T51.122513 PROPOSAL April 20 1 PAGE 00410-15 V04041� O 8oltan & M-r-i1k. IiK. 201Y. Al kIghts Pc��eived 1.1 Instructions for Section 50101(b)(3) Waiver: 1, "Equipment" in Section 50101 shall mean the following: .a} Individual type "L" items (Airfield Lighting Equipment) as listed in FAA Advisory Circular 150/5345-53. b) Individual bid ite1­115 as E�5ta bllshe l within FAA Advisory Circular 150/5370-10. The bid item application mny not be applied for the type "L r it, ms I1Sted in AC 150/-5-345-53. -c) A waiver request may only add ress one specific equi pment item. Submit separate requests for each equipment itern for which a waiver. d) items listed under the Nationwide Waiver do not require further review. please refer to the following webpage- hup: //wwvv. faa.pov/airports/aip/procurement, federal_contract_provisions/rnedis/buy_american—waiver,Xls 2. The bidder m u t bate the FI_5_ percentage upon the value that results from completing a component cost calculation to ble sirni la r to the attached format. Bidder shall avoid mere pro forma efforts to establish the waiver request percentage. The Bidder rnu!st submit the component cost calculation table as an attachment to the waiver request- 3- Components/subcomponents are the material and products composing the "equipment 4, The final assern bly of the AIP-funded "equipment" must be within the USA (Section 50101(b)(3)(8)). Final assern bly is the substantial transformation of the components and sub -components into the end product. 5. All steel used in the "Equipment" must be produced in the United St8tes, 6. The buy American requirements -apply to all tier contractors and subcontractors_ All contractors/subcontractors are required to provide appropriate documentation that indicates origin of manufacturer and percentage of domestic made product, 7. The bidder is hereby advised there is no implied or expressed guarantee that a requested waiver will be issued by the Federal Aviation Administration �FAAj. Less than 60 USA component/subcomponent proposed for this facility CANNOT be waived. Products made with foreign steel are not eligible for a waiver. 1.2 1 n st rustic n s for Section 5D1O lib ){4} Waive r: 1. The 25% cost increase waiver is rarely applicable. Consult Owner before making this request. 1.3 North America Free Trade Act (N AFTA) The NAFTA does not apply to the Al P. Products a rid material made in Canada or Mexico must be considered as foreign made products. Iowa City M u n ini pa I Airport — T51.122513 PROPOSAL April 201 PAGE 00410-16 V04041� O Soltan & M-ei7k. liK. 201Y. All Fights Pcseived LLI .A W z tn 0 z LLI 0 CL 2 0 u 4.� cu CL C3 Ln 4— k 4- #.r Ln cu Un C3 CIL Ln 4 0 6 cu C) rz +-j .ti u cu +44 4— rz 4-4 Ln Cl r3 4-; L? ' VL-, L 0� r QL +-0 cr Ln Q " 4� tz �3 Lim, a - +61 +_ �u E Z ft Qj -4Z Q r �Z:; _ �'u L` L a. z Q. w U.) Q Ln k L +M61.6, fu cs Qj I 94 Ln Ln o.j Ln kn 4.a J F� Ln L , d41 i CL .CL cr ui I5 b.M CL E 0 LA E u CLP 13 M 4— LA Rw ai cu CL E 0 u ai Lol 0 z 0 LL uj L) w 2 D co BUY AMERICA CONFORMANCE LISTING Title 49 U.S.0 Section 50101 (b) FOR AIRFIELD DEVELOPMENT PROJECTS FUNDED UNDER THE AIRPORT IMPROVEMENT PROGRAM • Preparation of a Component Cost Calcufation Table is riot necessary for equipment fisted on the FAA notionoI fisting; conlr'[�ct pro vfS�'on bred a buy arrericc rvvasvor. I-S Bidder sh o 11 su b m it o listing of equ ip men t it p roposes to ins to 11 on the proje ct Mat iS inclU ded 00 the cV ire 0 t Notional Buy Americon conform once fist. This fist may be submitted folio wing award of the contract. Equipment Type I fume of M a nufacturer I Product Number I Certification Signature: Bidder hereby certifies that the above listed equipment, which we propose for installation con the subject project, are on the current National Buy America Conformance list on the website listed above, hereby certify the above information is accurate and complete. Bidder's Firm Name Dote Signature Iowa City Municipal Airport -T51.122513 PROPOSAL April 201 PAGE 00410-1 VO4a413 fD Balton K Munk. Inc. 2DD, All Rights Reserved Intentionally Left Blank Iowa City Municipal Airport -T51.122513 PROPOSAL April 201 PAGE 00410- 0 VO4a413 fD Baltan K Munk. Inc. 2DD, All Rights Reserved Rehabilitate Runway 7 5 (East En � Iowa City Municipal AMrpr t Iowa City, Iowa PROPOSAL ATTACH M ENT. PAIN C — BID ITEMS AND QUANTITIES This is a UNIT BID PRICE CONTRACT. The bidder must provide the Unit Bid Price, the total Bid Price, and the Total Bid Amount; in case of discrepancy, the U nit Bid Price govern . The Quantities shown on the Proposal Attachment: Part C — Bid Items and quantities are approximate only, but are considered sufficiently adequate for the purpose of comparing bids. The Jurisdiction shall only use the Total Base Bid Amount for comparison of Wid . BASE BID: PATCHING, SEALING, AND SPALL REPAIR ITEM ITEM QUA TITY EST. UNIT UNIT PRICE TOTALCOST 1 MOBILIZATION 1 LS $ $ 2 TRAFFIC CONTROL 1 LS $ $ 3 PAVE MENIT REMOVAL 105 5Y $ $ 4 CRUSHED AGGREGATE BASE COURSE, 6 IN. THICK 105 5Y $ $ 5 PQRTLAND CEMENT CONCRETE PAVEMENT, 8 IN. THICK 105 SY $ $ WITH GROOVING 6 SPALL REPAIR WITH GROOVING 15 LF $ $ 7 JOINT SEALANT 33,815 LF $ $ TOTAL —BASE BID Fs TOTAL BASE BID (Wriltten Format): MOTE: IT IS U N DE RSTOO D THAT TH E ABOVE CLUANTITI ES ARE E TI MATED FOR TH E P U P POSE 0 F TH 15 B I D. ALL CLUANTITI ES ARE SUBJECT TO RE I ION BY THE DI TRICT AS (VOTED IN FAA PAIN 1 — G ENERAL CONTRACT PROVIS1ON S, SECTION 40 —SCOPE OF WOR K, PARAGRAPH 40-2. Bidder Name Iowa City MunIcipal Airport -T51.122513 PROPOSAL April 2021 PAGE 00410-1 VO4CI413 (D Bolton & Mi2nk, Inc. 2-D19, All Rights Fees-Hrved Intentionally Left Blank Iowa City MunIcipal Airport -T51.122513 PROPOSAL April 2021 PAGE 00410- VO4CI413 (D Bolton & Mi2nk, Inc. 2-D19, All Rights Fees-Hrved BID BOND Rehabilitate Runway 7 5 (East End) Iowa City Municipal Airport Iowa City, Iowa KNOW ALL BY THESE PRESENTS: That we, I as Principal, and as Surety, are held and firmly bound unto, Iowa city Airport Commission as Obligee, (hereinafter referred to as "the Jurisdiction"), in the penal I su r n of dollars lawful money of the United States, for which payment said Principal and Surety bind themselves, their heirs, executors, administrators' successors, and assigns jointly and severally, firmly by these presents. Th e con dition of the a bove o bligati on is such that wh a reas the Princi pa I has su bm itted to th e J u rind iction a certa i n proposal, in a separate envelope, and hereby made a part hereof0 to eater into a contract in writin r for the folIowin p ro jest: Rehabilitate Runway 7/ 5 ( East End) The Surety hereby stipulates and agrees that the obligations of said Surety and its bond shall he in no way impaired or affected by any extension of the time within which the Jurisdiction may accept such bid or execute such Contract; and said Buren{ does hereby waive notice of any such extension. In the event that any actions or proceedings are initiated with respect to this Bond, the parties agree that the venue thereof shall be Johnson County, Mate of Iowa. If legal action is required by the Jurisdiction against the Surety or Principal to enforce the provisions of the bond or to collect the monetary obligati un incurring to the benefit of the Jurisdiction, the Surety or Principal agrees to pay the Jurisdiction all damages, costs, and attorney fees incurred by enforci ng a ny of the p rov sions of th i s Bon d. Al I rights, powers, a nd remed ies of the J u rind iction h e reu rider sha I I be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Jurisdiction, by later. The Jurisdiction may proceed against u rety for any amount guaranteed hereunder whether action is h ro ught aga inst Pri ncipa N or wh ether Principal I i s joi ned in any s uch a cti on or action s o r not+ NOW, THEREFORE, if said proposal by the Principal be accepted, and the Principal shall enter into a contract with Jurisdiction in accordance with the terms of such proposal, including the provision of insurance and of a bond as may he specified in the contract documents, with Eood and sufficient surety for the faithful performance of such contract, for the prompt payment of labor and material furnished i n the prosecution thereof, and for the rya i me rya n ce of said improvements as may be required therein, then this obligation shall become null and void; otherwise, the Principal sha I I pay to the J u rind i ctio n th e ful I a mou rat of the bid bond, together with cou rt costs, attorn eyxs fees, a rid a ray other expense of recovery. Iowa City Municipal Airport i T51.12251 BID BOND April 201 PAGE 00410-1 VO11510 fD Balton K Mvnk, In{. 2DD. All Rights Reserved Signed and sealed this day of F 0 SURETY: PRINCIPAL-. Surety Company By Signature Attorney-in-Fact/Officer Name of Attorney-In-Fact/Officer Company Name Cc rn pa ny Address City, State, Zip Code Bidder By Signature Name (Print/Type) Title Address City, State, Zip Code Company Telephone Number Telephone Number NOTE: All signatures on this bid bond must be original signatures in ink; electronic, copies or facsimile of any signature will not be accepted. This bond must be sealed with the Surety's raised, embossing seal or official adhesive seal, The Certificate or Power of Attorney accompanying th is bond m ust be va lid on its face a nd sealed with the Surety"s raised, embossing seal or official adhesive seal. Iowa City Municipal Airport i T51,122513 RID BOND April 201 PAGE 00410- VO11510 fD Balton K Mvnk, In{. 2DD. All Rights Res ervE!d ITEMS TO BE EXECUTED AFTER AWARD OF CONTRACT Rehabilitate Runway 7/25 (East End) Iowa pity Municipal Airport Iowa City, Iowa FAA AIP #: 3-19-0047-030-2021 Iowa City Municipal Airport i T51.12251 CONTRACT April 201 PAGE 00500-1 VO11510 fD Balton K Monk, In{. 2DD. All Rights Res ervE!d Iowa City Municipal Airport i T51.12251 CONTRACT April 201 PAGE 00500- VO11510 fD g.Dltcin K Mvnk, In{. 2DD. All Rights Res ervE!d CONTRACT Rehabilitate Runway 7/25 (East End � Iowa City Municipal Airport Iowa City, Iowa THIS CONTRACT, made and entered into at this day of � by and between the Iowa City Airport Commission, hereinafter called the "Jurisdiction", and , hereinafter called the ''Contractor''. Th e Contracto r here by agrees to corm plete the work comp ris i rig th a Beha b i litate Runway 7/ 5 ( East End) as specified i n the contract docu meats, which are off i cia Illy on file with the J urisd icti un, i n the office of the City} CIe rk, City of i owa Cityx 410 East Washington Street, Iowa City+ IA 52240. This contract includes all such contract documents. All work under this contract shall he constructed in accordance with the FAA Standard Specifications, and as further modified by the Special Provi si ons, Technical Specificatlons and Supplemental Specifications included i n said contract dOCUMent.S and the Contract Attachment which is attached hereto. The Contractor further agrees to complete the work in strict accordance with said contract documents, and to guarantee the work as required by law for the tine required in said contract documents after its acceptance by the Jurisdiction. This contract is awarded and executed for completion of the work specified in the contract documents for the hid prices shown on the Contract Attachment; Bid Items and Quantities which were proposed by the Contractor in its Proposa I su hmitted in accordance with the Notice to Bidders and Notice of Public Hearing for the fDl lowing project: Rehabilitate Runway 7 5 J East End) The Contractor agrees to perform said work for and in consideration of the Jurisdiction's payment of the hid amount of dollars ( ), which amount shall constitute the required amount of the perforr n ante and payment bond. The Contractor hereby agrees to commence work as stated in the written Notice to Proceed; and substantially complete the work in accordance with the following contract provisions; CONTRACT PROViSIONS A. Completion Date 1. This project is a 10 working days (for Base Bid only) based contract. B. Liquidated Damage L Pair liquidated damages for noncompliance with said completion provisions in the amount of 500 (Five Hundred dollars) for each working day the work remains incomplete. C. Maintenance Bond & Warranty 1. To remedy any and all defects that may develop in or result from work to he performed under the Contract within the City of Iowa a City, from the date of acceptance of the work under the Contract, by reason of defects in workmanship or m ateria Ns used in construction of said workr 2. Shall also guarantee the maintenance of the improvement caused by failures in materials and construction fur a period of 1 year from and after acceptance of the work. Iowa City Municipal Airport i T51.12251 CONTRACT April 201 PAGE 00500-1 VO11510 fD Balton K Mvnk, In{. 2DD. All Rights Reserved D. Biel Quantity Revisions 1. Al I q ua ntities a re estimates a nd s u bject to revision by the J u rind i ctio n. 2, Quantity changes that do not materially change the character of the work to be performed 0 a I I be evaluated as specified i n FAA Part 1 — General Contract Provisions, Sect —Ion 40 — Scope of fork, pa ragra ph 40-. Such cha ages with i n I i mits i n that section sha I I not affect the u n it price bid. CONTRACTOR'S CERTIFICATIONS A. The Contractor understands and agrees that all certifications made by the Contractor within the Proposal shall apply under this Agreement as if fully rewritten herein. The Contractor further certifies the following; 1. Certification of Eligibility (29 CFR Part 5.5) a. By E ntering i nto th i s co ntract, th e CONTRALTO R ce rtifies th at neither he 0 r s he n or a ny person or firm who has an interest in the CONTRACTOR' firm i s 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); b. No part of this contract shall be subcontracted to any person or firm -ineligible for award of a Government contract by virtue of Section 8(a) of the Davils- Bacon Act or 29 CFR 5,12 (a )(1); c. The penalty for ,Hoping false statements is prescribed in the U.S. Criminal Code 18 L .C. . Certification of Nonsegregated Facilities (41 CFR Part 60,1.8) a. The federally -assisted construction CONTRACTOR, certifies that it does not maintain or provide, for its employees, any segregated facilities at any of its establishments and that it does not permit its employees to perform their services at any location., under its control, where segregated facilities are maintained, The BIDDER certifies that it will not maintain or provide, for its employees, segregated facilities at any of its establishments and that it will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Bidder agrees that a breach of this certification is a violation of the Equal Opportunity Clause, which is to be incorporated in the contract. As used in this certification, the term "segregated facilities" means any waiting roams, work areas, restrooms, and washrooms, restaurants and other eating areas, ti meclock5, locker ruoms and other storage or d res i ng areas, parking lots, drink -I ng fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated on the bas i s of ra cer color, rel igion , or nation a I origin beca use of habit, loca I custom, o r a ny other reason. The Bidder agrees that (except where it has obtained Identical certifications from proposed subcontractors for specific time periods) it will obtain Identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal opportunity Clause and that it will retain such certifications in its files. Iowa City Municipal Airport i T51.12251 CONTRACT April 201 PAGE 00500- VO11510 fD Balton K Mvnk, In{. 2DD. All Rights Reserved W ITN ESS W H EREOF, the parties hereto have executed this instrument, ire triplicate on the date first shown written. JURISDICTION: Iowa City Airport Commisison CONTRACTOR: B: Warren Bishop, Carnmission Chair (Seal) FITTEST: Eric Goers Attorney, Iowa City Airport Commission Iowa City Municipal Airport i T51.12251 By: Contractor's Contact Name Contractor's Title Street Address City, State, Zip Code Telephone CONTRACT April 201 PAGE 00500-3 VO11510 fD Balton K Mvnk, In{. 2DD. All Rights Res ervE!d Intentionally Left Blank Iowa City Municipal Airport i T51.12251 CONTRACT April 201 PAGE 00500-4 VO11510 fD g.Dltcin K Mvnk, In{. 2DD. All Rights Res ervE!d CONTRACTOR PUBLIC REGISTRATION INFORMATION to be Provided Bye All Contractors: The Contractor shall enter its Public Registration No. issued by the Iowa a Commissioner of Labor pursuant to Section 91C. 5 of the Iowa Code. 2, Out -of -.State Contractors: A. Pursuant to Section 91C,7 of the Iowa Code, an out-of-state contractor, before commencing a contract in excess of five thousand dollars in value in Iowa, shall file a bond with the division of labor services of the department of workforce development. The contractor should contact 515 - 2-4 =5 71 for further information. Prior to contract execution, the Jurisdictional Engi nee r may forward a copy of this contract to the Iowa a Department of Workforce Development as notification of per d i rig con stru ctio n work. It is the contractor's res pony i bi I ity to comp Iy with sal d Sectio n 91C. 7 before cam menc ng th Is work. B. Prior to entering into contract, the designated low bidder, if it is a corporation organized under the laws of a state other than Iowa, shall file with the Jurisdictional Engineer a certificate fro rn the Secretary of the State of Iowa showing that it has complied with all the provisions of Chapter 490 of the Code of Iowa, as amended, governing foreign corporations. For further information contact the Iowa Secretary of State Office at 15- 1-5204. Bond No. Name of Surety NOTE: All signatures on this contract must be original signatures in ink; electronic, copies or facsimile of any signature will not be accepted. CORPORATE ACKNOWLEDGMENT State of SS County On this day of , 0 before rne, the undersigned, a Notary Public in and for the State of —�—�, pe rsona I ly a ppeared _ — and �—� � to me known, who, being by me d u ly sworn, d id say th at they a re the and , respectively, of the corporation executing the foregoing instrument; that (no seal has been procured by) (the seal affixed thereto is th e sea I of) th e corporatio n; th at sa Id instru m ent was sign ed (a nd sea led) on beha If of the corporati on by auth ority of this Board of Directors; that and acknowledged the execution of the instrument to be the voluntary act and deed of the corporation, by it and by them voluntarily executed. (Votary Public ire and for the State of y commission expires Iowa City Municipal Airport i T51.12251 00 CONTRACT April 201 PAGE 00500-5 VO11510 fD Balton & Mvnk, In{. 2DD. All Rights Reserved PARTNERSHIP ACKNOWLEDGMENT State of County Ss On this day of __� 2-0 —, before me, the undersigned, a Notary Public in and for the State of personally appeared to m e personally known, who being by me duly 5w o rn., d i d say that the pe rson Is one of the partn e rs of , a pa rtn ershi p, a rid th at th e i ristru meat was signed on behalf of the partnership by authority of the partners and the partner acknowledged the execution of the instrument to be the voluntary act and deed of the partnership by it and by the partner voluntarily executed Notary public in and for the .state of y commission expires INDIVIDUAL ACKNOWLEDGMENT State of County Ss 200 On this day of , 2 0 before me, the undersigned, a Notary Public in ai n d for the State of --------____, personally appeared — and and to me known to be the identical person(s) named in and who executed the foregoing instrument, and acknowledged that (he) (she) (they) executed the instrument as (his) (her) (their) voluntary act and deed. Notary Public in and for the Mate of y commission expires [II&I111t4$111Fs1:J14If&*Q 01111:7s1►VOIT4I�401617ilriI aiI�I 11a 0 111 .Mate of County S5 0, On this —� day of _--�—_—_? 20—, before me a Notary Public in and for said county, personally appeared to me personally known, who being by me duly sworn did say that person is of said r that (the seal affixed to said instrument is the seal of said OR no seal has been procured by the said) and that said instrument was signed and sealed on behalf of th e said by authority of its managers and the said acknowledged the execution of said i nstru merit to be the voluntary act and deed of said by it vol u nta rile{ executed. Notary{ Public in and for the Mate of y commission expires Iowa City Municipal Airport i T51.12251 01 CONTRACT April 201 PAGE 00500-6 VO11510 fD Balton & Mvnk, In{. 2DD. All Rights Res ervE!d CONTRACT ATTACHMENT: ITEM 1: GENERAL -NONE CONTRACT ATTACHMENT: ITEM : BID ITEMS AND, QUANTITIES THIS ONTRA T IS AWARDED AND EXECUTED FOR COMPLETION OF THE WORK PE I FI ED IN THE CONTRACT DOCUMENTS FOR THE BID FENCES TABULATED BELOW AS PROPOSED BY THE CONTRACTOR IN ITS PROPOSAL SUBMITTED IN ACCORDANCE WITH NOTICE TO BIDDERS AND NOTICE OF PUBLIC HEARING. ALL QUANTITIES ARE SUBJ ECT TO REVIS ION BY THE JURI IDICTION. THE JURI IDICTION RESERVES THE RIGHT TO ADJUST QUA NTITIE A NECESSARY TO MAXIMIZE FUNDS BUDGETED FOR THIS PROJECT AS DOTED IN SECTION 00500 — CONTRACT. Iowa City Municipal Air port i T51.12251 CONTRACT April 201 PAGE 00500-7 VO11510 fD Balton & Mvnk, In{. 2DD. All Rights Res ervE!d Intentionally Left Blank Iowa City Municipal Airport i T51.12251 CONTRACT April 201 PAGE 00500- VO11510 fD g.Dltcin K Mvnk, In{. 2DD. All Rights Res ervE!d PERFORMANCE BOND Bond Number PRINCIPAL f Legigl Name and Business Address ISTATE OF INCORPORATION U FE ET (L egal Name and Business A ddress) P E N AL S UfICI OF B 0 N D (Expressed fn words ood numerals) OBLIGATION CONTRACT DATE KNOW ALL PERSONS BY THESE PRESENTS, that the above named PRINCIPAL, hereinafter referred to and called CONTRACTOR, and the above rya m ed SURETY hereby bind themselves unto the Iowa City Airport Commission,, Iowa City Municipal Airport, 1801 Riverside Drive,, Iowa City, Iowa 52246, as 0 BLI G E E, herei n afte r referred to a n d ca I led OWN E R, i n t he pena I s u m stated a bove, i n lawfu I rmoney of th a United States of America to be pa id to OWN E R. For payment of the penal su m, use biro d ou rselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. HEREA , CONTRACTOR has entered into the written contract agreement hdentlfled hereina bove with the OWNER for the following p ro jest: Project Narne: Rehabilitate Runway 7/ 5 (East End) Proj ect Location : Iowa City M urn icipai Ai rport, Iona City, Iowa which said contract and associated contract documents, including any present or future amendment thereto, i s incorporated herein by reference and is hereinafter referred to as the Contract. ■� [ I] k 1 [8� iV O, TH E RE FO RE, TH E CO N DITI ON ESE TH 15 0 BLI GATI ON is such that, if CONTRACTOR sh all i prom ptly a nd fa ithfu I ly perform all undertakings, covenants, ternn sr conditions and agreements of the Contract during the original terra of the Contract and any extensions thereof that are granted by the OWNER, rith or without notice to the SURETY, and during the period of any guarantee or warranties required under the Contract, and if CONTRACTOR shall perform and fulfill all undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of the Contract that hereafter are ma d er then this o bligati on sha I l be vo i d; oth er ise it sh all I rema i n ire fu I l force a n d effect su bject to the fol lowi rig add iti o n all conditions: 1. SURETY, for value received, hereby stipulates and agrees that no change, extension of time, modification, omission, addition or change in or to the Contract, or the work performed thereunder or the specifications accompanying the sane, shall in any moray affect the SURETYFS obligation on this bond; and SURETY hereby agrees to waive notice of any and all such extensions, modifications, omissions, alterations, and additions to the terms of the Contract, work or specifications. 2, Whenever CONTRACTOR sha I I be a nd decla red by the OWN ER to be i n default under the Contract, the Surety shall prom ptly and at the IJRETY'S expense remedy the default by implementing -one or more of the following actions.- a- Arrange for the CONTRACTOR, with consent of the OWNER, to perform and complete the Contract; or ba H nderta ke to perform and com plete the Contract itself, th rough its a6ents or through independent contractors; or c. Obtain Bids or negotiated proposals from qualified contractors acceptable to the OWNER for a contract for performance and completion of the Contract; arrange for a contract to be prepared for execution by the OWNER and the contractor selected with the OWNER'S concurrence, to be secured with performance and payment bonds executed by a qualified surety{ equivalent to the Bonds issued on the Contract; and make available as work progresses (ever) though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceedi n& Iowa City Municipal Airport — T51.122513 PERFORMANCE BOND April 2021 PAGE 00610 - 1 VO11510 fD Balton K Mvnk, In{. 2DD. All Rights Reserved including other costs and damages ages for which the Surety may be liable hereunder, the penal Bunn of the bond_ The terry "balance of the contract price"r as used in this paragraph, shall mean the total amount payable by OWNER to CONTRACTOR under the Contract and any amendments thereto, disbursed at the rate provided in the original contract, less the a mount properly Ira i d by OWN E R to CONTRACTOR. da With written consent of the OWNER, SURETY may waive its right to perform and complete, arrange for completion or obta i n a new contractor a rid with roasona blo prom ptn oss, i nvestigato and d etermine the a mount the SU RIETY is lia ble to the OWNER and tender payment therefor to the ONE R_ 3. CONTRACTOR and SURETY agree that if in connection with the enforcement of this Bead, the OWNER is required to engage the services of an attorney, that reasonable attorney fees incurred by the OWNER, with or without suit, are in addition to the balance of the contract price. 4. No right of action sha I I accrue on this Bead to or for the u se of a ny person or corporation other than the OWN ER named herein or the successors or assigns of the OWNER. WITNESS In witness whereof, this instrument is executed this the day of + 20_ INDIVIDUAL PRINCIPAL; Company Name: Signature: Name and Title: CORPORATE PRINCIPAL: ATTEST~ Corpc)rate Name: Signature: Signature: Name and Title: Name and Title: (Affix Corporate Seal) SURETY: ATTEST: Surety Name: Signature: Signature: Name and Title: Name and Title: (Affi x Seal) (Attach Power of Attorney) OWNER ACCEPTANCE The OWNER approves the form of this Performance Bend. Date: Signature: Name and Title: ATTEST: Signature: Name and Title: (Affix€ Sea I) PERFORMANCE BOND PAGE 00610 - Iowa City Municipal Airport — T51,122513 April 201 VO11510 fD Balton K Mvnk, In{. 2DD. All Rights Reserved PAYMENT BOND Bond Number PRINCIPAL f Legigl Name and Business Address ISTATE OF INCORPORATION S LR R ET Y (L egal Name and 8 usi ress A ddress) P E N A L S U M 0 F B 0 N D (Expressed in words and numerals) OBLIGATION CONTRACT ELATE KNOW ALL PERSONS BY THESE PRESENTS, that the above named PRINCIPAL, hereinafter referred to and called CONTRACTOR, and the above named SURETY hereby bind themselves unto the Iowa City Airport Commission., Iowa City Municipal Airport, 1801 Riverside Drive, Iona City, Iowa 52246, as OBLIGEE, hereinafter referred to and called OWNER, i n the Renal sum stated above, in lawful money of the United States of America to be paid to OWNER. For payment of the penal sum, we bind ourselves, our heirs, executors, adm i n istretors, successors and assigns, jointly and severally, firmly by these presents. WHEREAS., CONTRACTOR has entered into the written contract a reern ent identified hereina bove with the OWNER for the following project: Project Name; Rehabilitate Runway 7/ 5 (East End) Project Location : Iowa City Municipal Airport, Iona City, Iowa which said contract and associated contract documents, i nel ud i ng any present or future amendment thereto, is incorporated Mere i n by reference and is hereinafter referred to as the Contract. CONDITION N O , TH ERE FOR E. TH E CON DITI ON OF TH IS LAB LI GATI ON is such that, if CC NTRACTOR sha II pro m ptly ma Ice payment to a employees, persons, firms or corporations for all incurred indebtedness and just claims for labor, supplies, rnateria Is and se rvices furnis hed for or used i n con necti on with the perfo rm a nce of th e Co ntract' th e n th is o b I iBat i on s ha II be void, otherwise it shall remain in full force and effect subject to the following additional conditions: 1. CONTRACTOR and SURETY indemnify and hold harmless the OWNER for all claims, demands, liens or suits that arise from performance of the Contract a SURETY, for value received, hereby stipulates and agrees that no change, extension of time, modification, omission, addition or change in or to the Contract, or the work performed thereunder or the specifi cation s accu ran pa nyi ng th a same, shall In any moray affect the SURETY'S obligation on this bond; and SURETY hereby agrees to waive n uti ce of any and all such extensions, modifications, omissions, alterations, and additions to the terms of th e Co ntract, work o r s pecification s. B. No final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. 4. The a rrl ou nt of this bond shall be reduced by and to the extent of any payments made in good faith hereunder. 5. Amounts owed by the OWNER to the CONTRACTOR under the Contract shell be used for the performance of the Contract and to satisfy claims, if any, under any Performance Bend. By the CONTRACTOR furnishing and the OWNER accepting this Bond, they agree that all funds earned by the CONTRACTOR in the performance of the Contract are dedicated to satisfy obligations of the CONTRACTOR and the SURETY under this Bond, subject to the OWN ERf S priority to use the fu nds for the corn pletion of th a pro j ect. Iowa City Municipal Airport — T51.122513 PAYM ENT BOND April 2021 PAGE 00620 - 1 VO11510 fD Balton & Mvnk, In{. 2DD. All Rights Reserved WITNESS n witness whereof, this instrument Is executed this the day of + 20_ INDIVIDUAL PRINCIPAL: Company Name: Signature: Name and Title: CORPORATE PRINCIPAL: ATTEST: Corporate Name: Signature: Signature: Name and Title: Name and Title: (Affi x Corporate Seal) SURETlx: ATTEST: Surety Name: Signature: Signature: Narrma and Title: Name and Title: (Affix Seal) (Attach Power of Attorney) OWNER ACCEPTANCE The OWNER approves the forrn of this Payment Bond. Date: Signature: Name and Title: ATTEST: Signature: Name and Title: (Affix Sea I) PAYMENT BOND PAGE 00620 - Iowa City Municipal Airport — T51,122513 April 201 VO11510 fD Balton K Mvnk, In{. 2DD. All Rights Res ervE!d FAA SPECIAL PROVISIONS Rehabilitate Runway 7/25 (East Ends IowaGty Munici pal Airport T51,122513 FAA AIP No. 3-19-0047-030-2021 Iowa City, IA Iowa City Municipal pal Airport Rehabilitate Runway 7/ 5 (East End) Intentionally Left Blank Iowa City Municipal Airport Rehabilitate Runway 7/ 5 (East End) SUPPLEMENTARY PROVISIONS PART A -FEDERAL CONTRACT PROVISIONS FOR CONSTRUCTION AND EQUIPMENT CONTRACTS APPLICATION OF REFERENCES ALL REFERENCES MADE HEREIN TO "CONTRACTOR", "BIDDER ?$I AND "OFFEROR" SHALL PERTAIN TO THE PRIME CONTRACTDR. ALL REFERENCES MADE HEREIN TO if SUBCONTRACTOR" SHALL PERTAIN TO ANY AND ALL 5UBCONTRACTC)R5 UNDER CONTRACT WITH THE PRIME O NTRA CTOR OR A SUBCONTRACTOR. ALL REFERENCES MADE HEREIN TO "CONSULTANT-! SHALL PERTAIN TO ARCH ITECT/E N DINE ER (/E) UNDER CONTRACT WITH THE SPONSOR. ALL REFERENCES MADE HEREIN TO "SUBCONSULTA NT" SMALL PERTAIN TO ANY AND ALL SUBCONSULTANTS UNDER CONTRACT WITH THE / E. ALL REFERENCES MADE HEREIN TO "SPO N OR�l AND "OWNER" SHALL PERTAIN TO THE STATE, CITY, AIRPORT AUTHORITY OR OTHER PUBLIC ENTITY EXECUTING CONTRACTS WITH THE PRIME CONTRACTOR AND/OR THE E. PROVISIONS APPLICABLE TO ALL CONTRACTS ACCESS TO RECORDS AND REPORTS...................................................................................................... BUY AM ERI AN PREFERENCE................................................................................................................ IVIL RIGHTS — G FNERAL........................................................................................................................ IVI L R I G HT — TITLE VI ASS D RA N E.................................................................................................... DISADVANTAGED BUSINESS ENTERPRISE.............................................................................................. 6 ENERGY CONSERVATION REQUIREMENTS ............................................................................................ 7 FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL M IN IMU M WAG E).................................................. 7 OCC U PAT I0NAL SAFETY AND HEALTH ACT OF 1970............................................................................. 8 RIGHT TO INVENTIONS........................................................................................................................... SEISMIC S AFETY.. TAX DELINQDENCY AND FELONY CON V I CT10N TRADE RESTRICTION CERTIFICAT IE 9 VETERAN'S PRE 10 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $2.,000 CO PELAND "'ANTI- I BACK' ACT ....ii.i.ii.i.ii.i.ii.i.ii.i.ii.i.ii.i.ii.i.ii.i.ii.i.ii.i.ii.i.ii.i.ii.i. i i. a i i. a i f. i. i f. i. i f. a i f. a 11 DAVIS-BACON REQUIREMENTS ........ f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. 11 Page 1 of 30 Revised June 1, 2018 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $3500 0116111ZY= Or:1911Q Nklyli I IFA PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $10,000 AFFIRMATIVE ACTION REQUIREMENT.................................................................................................17 EQUAL EMPLOYMENT OPPORTUNITY(EED) ........................................................................................18 PROCUREMENT OF RECOVERED MATERIALS......................................................................................24 PROHIBITION OF SEGREGATED FACILITIES..........................................................................................24 TERMINATIONOF CONTRACT ..............................................................................................................25 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $25,000 DEBARMENT AND S U S REN S 10 7 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $100,000 C 0 N T RA CT W 0 R K H 0 U R S A NIA SA FETID STAIN DA RD S ACT RE Q UI REI TENT7 LOBBYING AND INFLUENCING FEDERAL LM PL YLL........... .....man. ....&...........,....,.........-h.....i*........... 28 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $150,000 BREACH F CONTRACT TERMS . f. i.. f. i.. f. i.. f. i I. f. i I. f I i I I f I i. I f 1 i. 1 f. i.. f. i.. f. i,. f. i,. f, i,, f, i., f, i., f. i.. f. i.. f. i.. f. i,. f, i,, f, i., f, 29 CLEAN AIR D TER POLLUTION CONTROL . f.... i.... i.. .. f. i.. f. i.. i. i.. f. i.. f. i.. i. i.. i. i. , f. i.. f. i.. i. i.. f. i.. f, i. , i, i. , i. 29 Page 2 of 30 Revised June 1, 2018 PROVISIONS APPLICABLE TO ALL CONTRACTS ACCESS TO RECORDS AN D R E Pa RT Reference: 2 CFR § 200.3332 CFR § 200.3361 and FAA Order 5100.3 The Contractor m ust maintain an acceptable cost accaunting system. The Contractor agrees to provide the Owner, the Federal Aviation Administration, and the Comptroller General of the United States or any of their duly authorized representatives, access to any books, documents, papers, and record s of the Contractor, which are d 1 redly pertinent to the specific contract for the purpose of mal i ng audit, examination, excerpts and tra nscriptions. The Contractor agrees to rnaintain a II boobs, records and reports required under this contract for a period of not less than three gears after final payment is made and a I I pending matters are closed. RN A ERI AN PREFERENCE Reference: 49 USC § 50101 The Contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goads used in AIP funded projects are produced in the United States, unless the Federal Aviation Administration (FAA) has issued a waiver for the product; the product is listed as a n Excepted Article, M ate ria 10 r Suppler in Federal Acquisition Regulation subpart 5.108; or Is 1 ncIuded 1 n the FAA Natlonwide Buy Amerrican Waiver Issued I Ist. Bidder or Offeror rust complete a nd submit the Buy America certification included herei n with their hid or offer. The Owner will reject as nonresponsive any lid or offer that does not include a completed Certificate of Buy American Compliance. CIVIL RIGHTS — GENERAL Reference: 49 USC § 47123 The Contractor agrees that it will 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 f or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision hinds the Contractor and subcontractors f ram 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. CIVIL RIGHTS —TITLE VI ASSURANCES Title V1 Solicitation Notice Th e Sponso r, i n acco rda n ce with the p rovi si ons of Title VI of th e Cirri I Ri ghts Act of 1964 (78 Stat. 2520 42 U.S.C. 000d to 0OOd-4) and the Regulations, hereby notifies a I I bidders or offerers that it will affi rm ative ly ens re that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will he afforded fall and fair opportunity to submit bids in Page 3 of 30 Revised June 1, 2018 response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for are award. ompHance with Nondiscrimination ReQuirements During the performance of this contract, the Contractor, for itself, its assignees, and successors in i nte rest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor (hereinafter includes onsultants) will comply with the Title VI List of Pertinent Nondiscrimination nation Acts and Authorities, as they may be amended from time to time, whichare herein incorporated by reference and made a part of this contract~ . 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 rational origin n 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 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: I n a l l solicitations, either by competitive bidding., or negotiation made by the Contractor for work to be performed under a subcontract I i n cI ud i rg p roc u rem e rats of rate ri a Is, or leases of equipment, each potential subcontractor or supplier will he 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 corinpIia nce 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 fu rnish the informatio n, the Corntractor Sri I I 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. 5. Sanctions for Noncompliance: In the evert 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 determ i rye to be a ppropriatef irncl uding, 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. . Incorporation of Provisions: The Contractar 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 Page 4 of 30 Revised June 1, 2018 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 req ue t the Sponsor to enter into are y litigation to protect the interests of the sponsor. In addition, the Contractor may request the United States to enter into the e litigation to protect the interests of the United States. Title V1 List of Pertinen t Nondiscri inat on A cts 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 seq., 78 stat. 252). (prohibits discrimination on the basis of race, color, rational origin); 49 C FR Part 2 1 (Non-d i trim ination In Federa II -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); ection 504 of the Reha biI itation Act of 1 7 ., (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 7; 0 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 1997, (PL 100- 09), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimi nation Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms 11 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 a re Federal l funded or riot); Titles II and III of the Americans with Disabilities Actof1990, 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. §§ 1 131 — 12 1 ) as irn plement d by U.S. Department of Transportation regulations at 49 CF R parts and 3; • The Federal AviationAdministration's Non-discrimination statute (49 U.S.C. § 471 3) (prohibits discrimination on the basis of race, color, rational origin, and sex); Executive order 12898, Federal Actions to Address Environmenta I Justice in Minority Populations and Low -Income Populations, which ensures non-discrimination against minarity populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Page 5 of 30 Revised June 1, 2018 Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes di scri ruination beca use of I'lmited Eng l ish prof icienc (LE P). To ensure corn pIiance with Title V1, you must to ke reasonable steps to ensure that LE persons have meani ngfuI 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 discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). DISADVANTAGED BUSINESS ENTERPRISE Reference: 49 CFR Part 26 Solicitation Lanquoge (Protect Goal) Information Submitted as a mutter of bidder responsiveness: The Owner's ward of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR § 6.53. s a condition of bid responsiveness, the Bidder or Off e-ror must submit the folio i ng information with their proposal on the forms provided herein: 1} The names and addresses of Disadvantaged Business Enterprise I 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 tatement from Bidder or Offeror that attests their commitment to use the DBE firm() listed under (1) to meet the Owner's project goal; 5) If Bidder or Offeror carp riot meet the advertised project DBE goal; evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix to49CFR Part 26. Inform atit) n submitted as a matter of bidder responsibil : The Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR 6.53, The successful Bidder or Offerar must provide written confirmation of participation from each of the DBE firms the Bidder or offeror lists in its commitment within five (5) days after bid opening. 1) The names a rid addre-s-ses of Disadvantaged Bus ine5-s 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 fronn Bidder or Offeror that attests their commitment to use the DBE firms) listed under (1) to meet the owner's project goal; and .5) If Bidder or Offeror can not meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offerorasdescribed in appendix to 49 CFR part 26. Page 6 of 30 Revised June 1, 2018 Roc elGender Neutral The requirements of 49 CFR Part 26 apply to this contract. It is the policy of the Owner to practice nondiscrimination based on race, color, sex or national origin in the award or performance of this contract. Tine Owner encou rages participation by all fi rrns q ua I'i fying u nder this solicitation regardless of businesssize or ownership. `on trod Assurance ( .13) The Cont ractor+ or subco ntr+actor shall not discri minate on the basis of race, color., nartionaI 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 U.S. Department of Transportation -assisted contracts. Failure by the Contractor to carry out these requ i rements is a material breach of this contract, which may result in the termination of this contract or such other rernedy as the Owner deems appropriate, which may include, but is not limited to: 1) Withholding monthly progress payments; 2) Assessing sanctions.; 3) Liquidated damages; and/or 4) D'I sq ua I'l fying the Contractor from future bidding as non -responsible. Prompt Po meat t . ) The Prime Contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than thirty (30) calendar days from the receipt of each payment the Pri me Contractor receives from the O mer. The Prime Contractor agrees f urther to return retainage payments to each subcontractor within thirty (30) ca lendar days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referrenced tine frarne may occur on IV for good cause foI lowing written a ppr ovaI of the Owner. This clause applies to both DBE and non -DBE subcontractors. ENERGY CONSERVATION REQUIREMENTS Reference: 2 CFR § 200 Appendix II(H) Contractor and Subcontractors) agree to comply with mandatary standards and policies relating to energy efficiency as contained in the state energy conservation plan issued incompliance with the Energy Policy and Conservation Act (42 U.S.C. 6201 et seq). FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM AGE) Reference: 29 USC § 201, et seq. I I contracts a n d s u bco nt racts t h at resu It fro m th i s so I icitati on i nco rporate by reference the provisions of 29 CFR Fart 2 01 f the Federal FairF Labor Standards Act (FL )f with the same force a nd effect as if given in full text., The FL sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers. The Contractor has f u I I responsibi I its{ to monitor corn pliance to the referenced statute or regulation~ The Cont racto m ust add ress are r` claims odisputes that arise fronn this requi r` rement directly with the U.S. Department of Labor — Wage and Hour Division. Page 7 of 30 Revised June 1, 2018 OCCU PATIO NAL SAF ETY AND H EALTH ACT OF 1970 Reference: 20 CFR Part 1910 All contracts a nd subcontracts that result from this soIicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. The employer rust provide a work environment meat that is free from recognized hazards that may cause death or serious physical harm to the employee. The employer retains full responsibility to monitor its compliance and their subcontr actor's compliance with the applicable req uirernents of the ccupationa l Safety arnd Health Act of 1970 (20 CFR Part 1910). The employe must address are claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor — Occupational Safety and Health Administration. RIGHT TO I NNE NTI 0 N Reference: Z CFR § 200 Appendix II(F) and 37 CFR §401 Contracts 0r agreements that i n c I u d e the perforrna nce of ex perirnenta I, developmental f or research work must provide for the rights of the Federal Government and the Owner in any resulting invention as established by 37 CFR Part 401, Rights to Inventions Made by Non-profit Organizations and Small Business Firms under Government Grants, Contracts, and Cooperative Agreements. This contract incorporates by reference the patent and inventions rights as specified withi n i n the 3 7 CFR §401.14. Contractor must include this requirement in all sub -tier contracts involving experimental, developmental or research work. EISM IC SAFETY Reference:49 CFR Part41 The Contractor agrees to ensure that all work performed under this contract, including work performed by subnontrador f conforms to a building code standard that provides a level of seismic safety substantially equivalent to standards esta blished by the NationaI Ear-thqual e HaZard5 Reduction Program (NEHRP). Local building codes that model their code after the current version of the I nternationaI Building Code (I RC) meet the H EH RID equivaIency Ieve I for seismic safety. TAX DELINQUENCY AND FELONY CONVICTIONS Reference: Sections 415 and 416 of Title IV, Division Lofthe Consolidated Appropriations Act, 2014 (Pub. L. 113-7 ) and DOT Order 4200.E The Contractor certifies: 1) It is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid i n a timely manner pursuant to are agreement with the authority response blo for I I tiro the tag liability. tag delinquency i and unpaid Federal tag Iia bi I ity that has bee-n assessed, for which a I I judicial and administrative remedies have been exhausted, or have lapsed, and that is not bei rig paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. Page 8 of 30 Revised June 1, 2018 2) It is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. A felony conviction is a conviction within the preceding twenty four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined i n a sections of the U.S. code that spec if ica I ly clan ifies the offense as a felony and conviction of a n offense that is classif ied as a felony under 18 U.S.C. 55 { The Contractor agrees to incorporate the above certification in all lower tier subcontracts. TRADE RESTRICTION CERTIFICATION Reference: 49 USC § 50104 and 49 CFR Part 30 By s ubmi ssion of an offer, the Offeror certifies that with respect to this soIicitation a nd any resultant contract, theOfferor: 1 Ns 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.); 2) has not Knowingly entered i nto a ny contract or su bcontract far this project with a person that is a citizen or national of a foreign country included on the list of countries that discs m"Inate against U.S. f firms as published by the U.S.T. R; a rid 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the U. .T.R. Th i s ce rtificatio n co ncerns a rn atter wit h i n t h e j u ri sd icti on of a n agency of the U n ited 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 subcantractors 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 i n accordance with 49 CFR 30.17, no contract sha II be awarded to a n Offeror or subcontractor-. 1) whoisowned or controlled by one or more citizens or nationals of a foreign countr included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. or 2) whose subcontractors are awned 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. .T.l . list - Nothing contained in the foregoing sha II be construed to require esta blishment of a system of records in order to render, Mn good faith, the certification required by this provision. The know ledge Page 9 of 30 Revised June 1, 2018 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 resuIting frorn this soIicitation, it wiI I incorporate th is provision for certification without modification in in a II lower tier subcontracts. The Contractor ma rely on the certif ication of a prospective su bcontrar-tor that it is not a f irrn from a foreign country included on the list of countries that discriminate against U.S,, firms as published by U. .T*11, 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 determ ined that the Contractor or su bcontraCtor knowingly rendered are 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 Federal Aviation Ad r i nistrationi VETERAWS PREFERENCE Reference: 49 U5C § 47112(c) In the employment of labor (excluding executive, administrative, and supervisory positions, the Contractor and a II su b-tier contractors must give preference to covered veterans as defi ned within Title 49 United States Code Section 47112. Covered veterans include Vietnam-er-a veterans, Persian u If veterans., Afghanistan -I raq wa r veterans, disc bled vetera ns* a nd srnaI I business concerns (as defined by 15 U.S.C. 6 ) 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. Page 10 of 30 Devised June 19, 2018 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $2.pOOO CO PELAN D ` ANTI -ICI C BAC P ACT Reference: 2 CFR § 200 Appendix II(D) and 29 CFR Parts 3 and 5 Contractor nnust comply with the requirements of the Copeland "Anti -Kickback" Act (18 U.S.C. 874 and 40 U,S. . 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 gages paid to each employee performing on covered work during the prior week. Owner must report any violations of the Act to the Fede ra I Aviati o n Ad min i st ratio n. DAVIS-BACON REQUIREMENTS Reference: 2 CFR § 200 Appendix II(D) and 29 CFR Part 5 1. Minimum oe Gj 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 ar rebate an any account except such payroll deductions as are permitted by the Secretary of Laber 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 be ha If of laborers or mocha nits a re considered wages pa id to such laborers or mechanics, subject tothe provisions of paragraph (1)(iv) of this section; also, regula r contributions made or costs incurred far more tha n a weekl period (but not less often than quarterl ) underr pla nsf f unds, or programs which cover the particular weekl y period, a re 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 ro ided * n 9 CFR Part 53(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the ti me actually worked therein: Provided that the employer's payroll records accurately set forth the time spent in each classification ire which workis 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 tires by the Contractor and its subcontractors at the site of the work in a prominent and accessible place here it can easily be seen by the workers. (H) (A) thru (D) (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 Page 11 of 30 Devised June 19, 2018 the contract Shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determ ination; 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 ors the class if ication and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be seat 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 thirty (30) days of receipt and so advise the contracting officer or will notify the contracting officer within the thirty (30)-day period that additional timeis necessary. (C) I n the event the Contractor, the laborers., or m ec h a in ics to be em plo ed i n the classification, or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (includiing the amouint designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized rep resent-ative, wi I I issue a determination within thirty (30) days of receipt and so advi-se the contracting officer r Sri I I notify theco ntratinffier within the thirty -d period that additir�al titre i 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. Ov) If the Contracto r does n of ma ke pa ng a nts to a tru stee or other t h i rd pe rson, the Co ntra ctor may consider as pant of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under 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. With Page 12 of 30 Revised Jove 19, 2018 The Federal Aviation Administration or the Sponsor shaI I u pon its awn action a u pan written request of an a utharized representative of the Department of Labor- withhold or cause to be �tlhld fromthe Contractor under this antr`atrany other Federal contrawith tl� same Prime Contractor, or any other Federally -assisted contract subject to Davis -Bacon prevail i ng 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, Includi rig a pprentices, trainees, and hell pers, em played by the Contractor or any subcontractor the f u I I a mount 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, tale such action as may be necessary to cause the suspension of any fu rther payment, advance, or guarantee of funds until such violations have ceased. f Payrolls and basic record (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 th ree years thereafter far all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and saris I secu rity nurn be of each such worl er; his or her correct classification* hou rly rates of wages paid (including rates of contri butians or costs a ntici pated far bona f ide f ringe benefits or cash equivaIents thereof of the types described i n 1(b)(2) (13) of the Davis -Bacon Act); daily and weekly number of hoursworked- deductions made- and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 53(a)(1)(1) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under plan or program described in section 1(b)( )(13) of the Davis -Bacon Act, the Contractor shall maintain records that show that the roan mitm nt to provide such benefits is enfarcea ble, that the plan or program is financially responsible, and that the plan or program has been communicated in writingtothe laborers ormechanics affected, and that show the costs anticipated or the actual casts incurred in providing such benefits. Contractors employing apprentices or trainees under approved pro rams sha I I magi ntai n 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. {iiJ (A) thru (D) (A) The Contrastar shalI submit wee I l for each wee k in whish a ny contract worI is performed a copy of all payrolls to the Federal Aviation Administration if the agency is a panty to the contract, but if the agency is not such a party, the Contractor will submit the payrolls to the a ppIicant, Sponsor, or Owner, as the case may be, far transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely al I of the information required to be maintained u nder 29 CFR 5.5(a)(3)(i), except that full soda I security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number far each erg pla ce (e.g. the last four digits of the employee's sar- ial security number). The required weekly payroll information may be submitted in any fora desired. Optional Farm H— 47 is available for this purpose from the Wage c and Hour Division Web site at_https: //www. d o 1. hd forms h347 i nstr. htm or its successor site. The prime Page 13 of 30 Revised June 19, 2018 Contractor is responsi ble for the subm ission of copies of payroI Is by al I subcontractors Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, a nd shall provide them upon request to the Federal Aviation Ad m inistration if the agency is a pa rty to the contract, but if the agency is riot such a party, the Contractor wil I submit them to the a ppIicant, Sponsor, or Owner, as the case may be., for transmission to the Federal Aviation Administration, the Contractor., or the Wage and Hour Divi ion of the De pa rtment of Labor for purposes of a n investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a Prime Contractor to require a su bcontractor 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 b the Contractor- or subcontractor or his or her agent who pars or supervises the payment of the persons employed under the contract and shall certify the following: (1) 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)ji) and that such information is correct and complete; (2) Each laborer and mechanic (including each helper, apprentice and trainee) employed on the contract during the payroll period has been paid the full weekly gages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the fall gages earned, other than permissible deductions as set forth in Regulations 29 CFR Part ; (3) Each laborer or mechanic has been paid not less than the applicable wagerates and fringe benefits or cash equiva le nts for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The week ly su b m iss ion of a pro pe rly executed ce rtif i cati o n set f o rth o rs the reverse s id e of Optional Form W H- 47 sha II satisfy the requ i rement for subm ission of the "Statement of ompliance" required by paragraph (3)(15)(B) of this section. (D) The falsification of any of the above certifications may subject the Contractor or subcontractor to ci i I or cri m i n a I prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code, (ii i) The Contractor or subcontractor shaI I make the records required under paragraph (3) (i) of this section avaiIable for i nspection, copying or trainscription by authorized representatives of the Sponsor, the Federal Aviation Administration, or the Depa rtment of Labor, a nd shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fair to submit the required records or to make them available, the Federal agency may, after written notice to the Contractor, Sponsor, Applicant, or Owner, tale such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to su bruit 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 Page 14 of 30 Revised June 19, 2018 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 A ppre ntices h i p Agency reco n ize d by the Bu rea u, o r if a perso n i s em plo ed i n h i s or her first ninte (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 j ou rn e rnen 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 Iisted on a pa ral I at an a pprentice 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 determ i nation 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 pail 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 registe red, th e rati os a n d wage rates (expressed i n perce rota ges of the j o u me r na n's ho u rly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice m ust be paid at not less than the rate specif ied in the registered prerarn 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 pro ram. If the apprenticeship prograrn 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 applica ble a pprentice classification, fringes shall be paid in accordance with that determination. In the evert the Bureau of Apprenticeship and Training or a State Apprenticeship Agency recognized by the Bu reau, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applica ble predetermined rate for the work performed until an acceptable program is approved. (H) Trainees Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the pre determi ned rate for the work performed unless they are em plo ed pursua nt to and ndi idea I ly registered in a program which has received prior approva I, evidenced by formal certification by the U.S. Depa rtrnent of Labor, Employment and Training Ad mini tration. The ratio of trainees to journe rnen on the joh site sha II not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee m ust be paid at not less than the rate specified in the a pproved 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 Page 15 of 30 Revised June 19, 2018 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 that provides for less than full f ri nge benef its for apprentices. Any emplo ee listed on the payroll at a trai nee rate that is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable gage 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 he permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (Fii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity rith the equal employment opportunity requirements of Executive rder 11246, as amended, and 29 CFR part 30, .. Co p}ronce with Copeland Act Requirements The Contractor shall comply with the requirements of 29 CFR Fart 3, which are incorporated b reference in this contract. . Subcontracts The Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) a nd such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in a ny Io er tier subcontracts. The Prime Contractor ShaI I be responsi ble for the compliance by a ny subcontractor+ or Iowe r tier subcontractor with a I I the contract clauses in 29 FR Part 5.5. . Contract Termination. Debarment breach of the contract cla uses 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 5,1 . . Compi an e with Davis -Bacon and Related Act Requirements All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. . Disputes Concerning Labor Stondards Disputes arising out of the Iabor sta nda rds 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 ire 2 9 CFR Pa its 5, 6 a rid 7. Disputes within the mea ning of th is clause i n c I u d e 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 Page 16 of 30 Revised June 19, 2018 (i) By entering i nto this contract, the Cvntractor certifies that neither it (no r 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). (H) AID 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 basis -Bacon Actor 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $3,500 DISTRACTED DRIVING Reference: Executive Order 13513 and DOT Order 3902.10 In accordance with Executive Order- 13513, "Federal Leadership on Reducing Text Messaging While Dri in " (10/1/2009) and DOT 0 rder 3902.10 "Text Me sagin g 1 hile Drivin " (12/30/2009), the Federal Aviation Administration encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging hi I dri i ng when performing work related to a grant or sub -grant, Ire su pport 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 w hi I drivi ng motor vehicles while performing work activities associated with the project. The Contractor m ust include the su bstance of this clause i n all sub -tier contracts exceeding $3,500 and involve d riving a rotor veh1*cle ire performance of work activities associated with the project. PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $10.,000 AFFIRMATIVE ACTION REQUIREMENT Reference: 41 CFR Part 0-4 and Executive Order 11246 1. The Bidder-s or Offeror"s attention is ca I led to the 11 Equal Opportunity lau ear a nd the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. . The goa Is anal timetables for rn i n ority a rid 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: Goal: oals for minorityparticipation for each trade: 2.00% oals for female participation in each trade: 6.9% Page 17 of 30 Devised June 19, 2018 These goalsare applicable to all of the Contractor"5 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 a rea, the Contractor also is subject to the goa Is for both its federally involved and nor -federally involved construction. TheContractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its 'Impl mentation of the Equa 1 0 ppo r-tu n ity Clause, specific aff1 rmati e action obligations required by the specifications set forth in 41 CFR 0-4. (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, a nd ire 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 mi no rity or female employees or trai pees from Contractor to Contractor or f turn 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 he measured against thetotal work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance programs (OFCCP) within tern (10) working days of award of any construction subcontract in excess of 10,000 at a ny tier for construction work under the contract resulting from this solicitation, The notification shall list the name, address, and telephone n u m be r of the s u bco nt racto r; employeridentification n u rn ber of the su bco ntra cto r; 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: State County City Iowa Buchanan Independence EQUAL EMPLOYMENT OPPDRTUNITY (EEO) Reference: 2 CFR 200, Appendix I I ( ), 41 CFR § 60-1.4.p 41 CFR § 60-4.3, and Executive Order 11246 Equal Opportunity Clause During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against a ny employee or applica rat for errs ployment beta use of race, coIorF religion., sex., or rational oryigi n. The Contractor will tale affirmative action to ensure that applicants a re employed f a nd that em plo ees 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. Page 18 of 30 Devised June 19, 2018 (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 agreeme nt or other contract or understand i rig, a notice to he provided advising the said labor union orworkers' representatives of the Contractor's commitments under this section and shall post copies of the notice ire conspicuous places available to employees a nd applicants for employment. (4) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 19155, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The Contractor will furnish a I I 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, a nd gill permit access to his hooks, records, and accounts by the admini tering agency and the Secretary of Labor for purposes of investigation to ascertain Compliance with such rules, regulations, and orders (6) In the event of the Contractor's noncom pliance with the nondiscri m ination cla uses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may he declared ineligible for further Government contracts or federally assisted construction contracts in accorda nce with procedures authorized in Executive Order 11246 of September- 24, 1965, and such other sanctions may be i m posed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by ru Ie, regulation, or ord er of the Secreta ry of Labor, or as otherwise provided by Ia . (7)The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of pars ra phs (1) through (7) in every su bcontract or pu rcha se Order unless e em pted by rule , re uIation , or ord ers of the Secretar of Labor i ssued pu rs uarat to section 204 of Executive order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance- Provided, however., that in the evert a Contractor becomes i nvolved i n{ a r is th reatened with, I it iati on with a su bco ntra star o r ve nd or as a resu It 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. Standard Feder oI Eaual Em jo lo vm en t Ouj9ortuni tv Constraction Can tract Suec ficatian 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; bi "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 Federa I social security n u m be used on the Employer's Quarterly Federal Tax Return{ U.S. Treasury Department Form 941; d. "Minority" includes - Page 19 of 30 Revised June 19, 2018 (1) Black (all) persons having origins in any of the Black African racial groups not of Hispanic origin)- () Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South merican, or other Spa nish culture or origin regardless of race)- () 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 India n or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membersh i p and participation or corn m unity identif ication). W heneve r the Contractor, or a ny subcontractor at a ray tier, subcontracts a portion of the worl involving any construction trader it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goa Is for minority and fema le participation and which is set forth i n the so Ncitations from which this contract resulted. . If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved b the U.S. Department of Labor in the covered area either individually or through are 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 u nions participating ire the Pla n. Contractors shall he able to demonstrate thei r participation i n and compliance with the provisions of a ny such Hometown Plan. Each Contractor or subcontractor participating in are approved plan is individually required to corn ply with its obli ations under the EEO clause and to rake a good faith effort to achieve each goal under the Pla n ire each trade ire which it has employees. The overaII good faith performance by other contractors or subcontractors to a rd a goaI ire are approved Pla n does riot excuse a ny covered Contractor's or subcontractor's failure to tale good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided i n paragraphs Ta through 7.p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors perrfo rm i ng constructio n work i n a geo ra ph ica I a rea whe re they do n of have a Fe de ra I or fe de ra I l assisted construction contract shall apply the minority and female goa Is established for the geographical area where the workis being performed. Goalsare published periodically in the Federal Register in notice form, and such notices may he obtained from any Office of Federal Contract CompI is rice Programs office or from Fed era I procurement contracti ng officers. The Contractor is expected to rake substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of ancollective bargaining agreement nor the failure bra union with whoa 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. . In c)rd er for the non -working ing training hours of apprentices and trainees to be courted in meeting the goals, such apprentices and trainees shall he employed by the Contractor during the training Page 20 of 30 Revised June 19, 2018 period and the Contractor shall have made a corn mitment to employ the apprentices and trainees at the co pletion of their tra i n i ng, subiect to the a s ila biI ity of employme nt opportunities. Trainees s h a I I be tra i ned pursuant to training programs a ppro ed by the U.S. Department of La bor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The eva I cation of the Contractor's compIiance with these specifications shaI I be based u pon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully and small 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 a II foremen, superintendents$ a rid other 0n ite supervisory or personnel are aware of and carry out the Contractor's obligation to maintain -such a Drying environment, with specif is attention to rni n ority or female individuals world ng at Such sites O r i n s uc h faci I iti es. b+ Establish and maintain a current list of minority and female recruitment sources{ provide rittr� 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 ferrule off -the -street applicant and minority or female referral from a union, a recruitment source, or comet unity or a nization and of ghat action was taken with respect to each such individua I. If such individual was seat to the union hiring hull for referral and was not referred back to the Contractor by the u nion or, if referred, not em plo ed by the Contractor, this shaI I be documented in the file withthe reason therefore along with whateveradditional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Co ntra ctor ha s a co I lect i e ba r a i n i ng a gree ment has n of refe rred to the Co ntra ctor a m i n ority person or ferrule seat 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 a ndor participate in training progra runs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's em plo ment reeds, especially those programs funded or approved by the Depa rtment of Labor. The Contractor sha II 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 pubIicizi ng it in the company ne spa per, annual report, etc.; by Specific review of the policy with all management personnel and with a I I minority a rid fema le 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. . 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, Page 21 of 30 Revised June 19, 2018 termination, or other employment decisions including specific review of these items with onsite supervisory person reel such as su perirntendents.$ general foremen, etc., prior to the vitiation of construction work at any job site. A written record s lull be made a nd maintained identif i n the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Dis errs irate the Contractor's EEO policy externally by including it in any advertising in the news media$ specifically including m Ii n ority a nd ferrule news media, and providing written notif 1cation to a rid discussing the Contractor's EEO policy with other contractors a rid 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 recruitrnnt and training organizations serving tlentr`actr' recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for a pprenticeshi p 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 he 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.. I . Validate all tests and other- selection requirements where there is an obligation to do so under 41 CFR Part 60- . I. Conduct., at least annually, are inventory and evaluation at least of all minority and female personnel, for pro motiona I opportun ities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assign '''eats, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and e m pI o m a nt re lated act iviti es to ens u re that th e EEO poll icy a nd the Co ntra ctor's o bl i gati ons under these -specifications are being carried out. n. Ensure that a I facilities and compa ny activities are non -segregated except that separate or single user toilet and necessary changing facilities shaII be provided to assure privacy between the sexes. of Document and maintain a record of all solicitations of offers for subcontracts from 'minority and ferule construction contractors and suppliers, including circulation of solicitations to rn i n ority and fema le Contractor associations and other busi res!s 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. . Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (7.a through 7.p). The efforts of a Contractor association, joint Contractor union, Contractor commun its{,, or other si m ila r groups of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7.a through 7.p of these specifications provided that the Contractor actively participates in the group, mares 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 Page 22 of 30 Revised June 19, 2018 program a re reflected in the Contractor's m i n ority and fema I workforce participation, makes a good faith effort to meet its individual goals and timeta bles$ a rid 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 are 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 emplo meat opportunity a nd to to ke affi rmati ve action for al I minority groups, both rule and female, and all women, both minority and non - minority. Consequently, if the particular group is employed in a 5ubstantially disparate manner (for example, even though the Contractor has achieved its goa Is for women generally) f the Contractor may be i n violation of the Executive Order if a specific minority group of women is underutilized. 10. The Contractor shall not use the goals a nd timetables or aff irmarti e action standa rds to discri m inate against any person because of race, calor, religion, sex, or national origin. 11. The Contractor shall not eater 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 pena Ities for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed nr ord Bred pursuant to Executive Ord er 11246, a S aMended f a rid its implementi rig regulations, by the Office of Federal Contract Com pl iance Progra ms. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11 46f as amended. 13 � The Contractor, ire fulfilli ng its obli ations under these specifications{ shall implement spec if is affi rm ative a cti on steps, at lea st as a to nsi e a s th os a sta nd a rds presc ri bed i n pa ragra p h 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 im plementing regulations, or these specificationsf the Director shall proceed in accordance with 41 F R 60-4. . 14. The Contractor shall designate a responsible officia I to monitor a I I employment related activity to ens u re that the co m pa n y E EO pol i cy is be i rig cap rrid o ut* to s u brn it re ports rl ati ng 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 nurnber, 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 fora-, 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 Work Employment Act of 1977 and the Community Development Block rant Program). Page 23 of 30 Revised June 19, 2018 PROCUREMENT OF RECOVERED MATERIALS Reference: 2 CFR § 200.3221 40 CFP Part 2471 and Solid Waste Disposal Act Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposa I Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Pa rt 247. 1 n the pe rforma rice of th is contract a n d to t h e extent pra ct ica b le, the Co ntra ctor a rid subcontractors are to use products containing the highest percentage of recovered materials for items designated by the Environ menta I Protection Agency ( EPA►) under 40 C FR 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: https://www.epa.gov/sm m/eam prehens ive-procurement-gu id e I i nes-construction-products 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. PROHIBITION OF SEGREGATED FACILITIES Reference: 41 CFR § 60 (a) The Contractor agrees that it does not a rid wiII not maintain or provide for its ern plo ee any segregated facilities at a ny of its a ta b I is hments# and that it does riot a rid wiII not permit its employees to perform their services at a ray location under its control where segregated fad Iities are maintained, The Contractoragrees thata breach of this clause isaviolation of the Equal Opportunity clause in this contract. (b) "Segregated facilities," as used in this clause, means any waiting morns, work areas, rest morns and wash rooms., restaurants and other eating areas., time clocks, locker rooms and other storage or dreS5i ng areas, parking lots, dri nl i ng fountains, recreatian or entertainment areas, transportation, and housing foci I iti es provided for ern ployees that are segregated by explicit directive or are ire fact segregated on the basis of race, color, religion, sex, or national origin because of written or ora I policies or employee custom. The terra does riot include separate or single -user rest rooms or necessary dressing or sleepi ng a real provided to assu re 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. Page 24 of 30 Revised June 19, 2018 TERMINATION OF CONTRACT Reference: 2 CFR § 200 Appendix II(B) and FAA Advisory Circular 150f 5370-1D, Section 80-09 Ter motion for Convenience Xonstruction & EauiD '?ent Contracts The Owner may terminate this contract in whole or in part at any time by providing written notice to the Contractor. Such action may he 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 b 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 rn ust irn rued lately disconti nue work as specified i n the written notice. . 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. 6. Ta ke a ction as d i rested by t h e Owner to protect a rid pres erve pro perty a n d wo rk re Iated to this contract that Owner will take possession. Owner agrees to pay Contractor for: 1) completed and acceptable work executed in accordance with the contract documents prior to the effective date of termination; 2) documented expenses sustained prior to the effective date of termination in performing work and furnishing la hor, materials, or equipment as required by the contract d ocu rn ents in connection with uncompleted work; 3} reasonable and substantiated claims, casts and damages incurred in settlement of terminated contracts with Subcontractors and Suppliers- and 4) reasonable and substantiated expenses to the Contractor directly attributable to Owner's termination action Ow finer gill not pay Contractor for Ioss 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 later or under this contract. Termination for Default ( onstruc�r��� Section 0-09 of FAA Advisory Circular 150 5370-10 establishes conditions, rights and remedies associated with Owner termination of this contract due to default of the Contractor. Termination for Default (Equipment) The Own er may, by written notice of default to the Contractor,, terminate all or pa rt of this Contrar-t if the Contractor: Page 25 of 30 Revised June 19, 2018 1. Fails to commence the Work under the Contract within the time specified in the Notice- to - Proceed; 2. Fa iIs to ma adequate progress as to endanger performance of this Contract ire accorda rice Frith its terms; 3. Fails to make delivery of the equipment within the time specified in the Contract, including a ray O ner a pp roved e tension ; 4. Fails to comply with material provisions of the Contract; 5. S u bmits certif icat ons made under the Contract and as pant of th eir proposa I that incl ude false or fraudulent statements; or . Becomes insolvent or declares bankruptcy; If o rye o r m ore of th e stated events occu r, t h e Owne r wi I I give n of ice i n writ i ng to the Co ntra ctor and Surety of its intent to terminate the contract for ca use. At th e Ow ner's discretion, the notice may allover the Contractor and Surety an opportunity to cure the breach or default. If wit hi n ten (10) days of th e receipt of notice, the Contractor or Surety fails to rem t h a breach or default to the satisfaction of the Owner, th e owner has authority to acqu i re eq uipment by other procurement action. The Contractor rill he 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, s u ch Burn as the Owner determines to be ne-cessar to protect the Owner against Ions because of Contractor default. Ow n e r Sri II riot terminate the Contractor's right to proceed with the Work under this clause if the delay i n completing the work a rises from unforeseeable ca uses beyond the control a nd 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 Breather events that substantially exceed normal conditions for the location. If, after term iryadon of the Contractor's right to proceed, the Oarner d eterm ines that the Contractor a s not in defa u It, o r the at the del ay was a cusar bi e, the rights a n d o bl i ati ons of the pa rt ies w i I I be the same as if the Owner issued the termination for the convenience the Dinner. The rights end remedies of the Owner in this clause are in addition to any other rights and remedies provided by lair or under this contract. Page 26 of 30 Revised June 19, 2018 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $25.,000 DEBARMENT AND SUSPENSION Reference: 2 CFRPart 1 0(Subpart ), 2 CFR Part 1200, DOT Order 4 00.5 Certification of Bidder O erer 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 departrnent or agency from participation in this transaction. Certification of Lower Tier Contractors Regarding Debarment The successful Bidder, by administering each lower tier subcontract that exceeds $25,000 as a Mco prod transaction}r, must verify each lower tier participant of a "covered transaction" under the project is net presently debarred or otherwise disq uelif ied f rorn participation in this fed era II assisted project. The successful Bidder will accomplish this b: 1, Checkin the System for Award Mana gement at website: https: .s,-.im.gov. , Col Iecting a certif ication statement similar to the Certificate Regard i ng Debarment and Suspension (Bidder orOfferor), above. . Inserting a clause or condition in the covered transaction with the lower tier contract If the Federal Aviation Adrninistration (FAA) later deterrni ryes that a Iowe r tier participa nt fa Ied 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, includingsu5pension and debarment of the non -compliant participant. PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $100,000 CONTRACT WORK H U RS AND SAFETY STANDARD ACT RE UIREMENT Reference: 2 CFR § 240 Appendix II (F) 1, Overtime Requirements. o Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or rnecha nics shall requi re or permit any such laborer or mechanic 'Including atchmen and guards, in any workweek in which he or she is employed on such work to warp i n excess of forty ho u r5 in such workweek r. nIess such laborer or rnechan is receives co m pen sati o n at a rate not I ess tha n on e a rid one -ha If ti me s t h e has is rate of pay for a hours worked in excess of forty hours in such workweek. .Violation; Liability for Unpaid Wages; es; 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 Iiablo for the unpaid wages. I n addition, such Contractor and subcontractor shall be liable to the United States (in the case of work dune under contract for the District of Columbia or a territory., to such District or to such territory), for Page 27 of 30 Revised June 19, 2018 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 sung of 10 for each calendar day on which such 1*ndi ideal 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 pa raraph (1) of this clause. 3, Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration (FAA) or the Owner shall upon its own action or upon written request of are a uthorized re p rese ntative of the Department of Labor withhold or cause to be ith�h� 11, 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 a ny other FederaIl -assi ted contract su bject to the Contract Work H ou rs a nd Saf et Standards Act, which *Is held by the same Pri me Contractor, -such sums as may be determined to be necessary to satisfyany liabilities of such Contractor or subcontractor for unpaid wagesand liquidated da ma es as provided ire the clause set forth ire paragraph (2) of this clauSe. 4, Subcontractors. The Contractor or subcontractor shall insert ire a ny su bcontracts the clauses set forth in pa rag raph s (1) through (4) and also a clause requi ring the subcontractor to 1 ncIude these clauses i n any Iowe r tier subcontracts. The Prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth i n paragraphs (1) through (4) of this clause* LOBBYING AND INFLUENCING FEDERAL EMPLOYEES Reference: 31 U.S.C. § 1352 — Byrd Anti -Lobbying Amendment, 2 CFP part 200, Appendix II(J), and 49 CFR part 20, Appendix CERTIFICATION REGARDING LOBBYING The Bidder or Offeror certifies by signing and submitting this hid 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 a ny person for infIuen 'i ng or attem pt'in g to influence a n officer or employee of an agency, a Member of Congress, an officer a em p10 ee of Congres5, or are employee of a ember of Congress ire con nection with the a s rd i ng of any Federal contract, the ma ki rig of any Federal grant, the makl*ng of any Federal loam, the entering into of any cooperative agreement} and the a ten ion., continuation, rene alf 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 Fed era I contract, gra nt, Ioain. or cooperative agreement, the u ndersigned shall complete and submit Sta nda rd Form-LLL, Tisclosure 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 Page 28 of 30 Revised June 19, 2018 under gra nts, Ioan5, and cooperative agreements) and that a I I sub -recipients sha II 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 iron posed by section 135 2, Title 31, U.S. Code. Any person who fails to f ile 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. PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $150,000 BREACH OF CONTRACT TERMS Reference. 2 CFR § 200 Appendix Ili ) 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 Contractor written notice that describes the nature of the breach and corrective actions the Contractor must undertake in order to avGid termination Gf the contract. Owner reserves the right to withhold payments to Contractor until such ti rn a the Contractor corrects the breach or the Owne-r e-lects to terminate the contract. The owner's notice wi II identify a specific date by which the Contractor must correct the breach. Owner may proceed with termination of the contract if the Contractor fails to correct the breach by dead it a indicated in the Ow ner-s notice. The duties and obligations imposed by the Contract Documents and the rights and remedies av ailable thereunder are ire addition to, a nd not a Iimitation of, any duties, obl i ations, rights and remedies otherwise imposed or available by law. CLEAN Al R AND WATER PEA LLUTI ON CONTRO L References: 2 C FR § 2 00 Appendix II (G) Contractor agrees to comply with a I I a pplicai ble standa rds, orders, and re p, lations issued pur ua nt to the Clean Air Act (42 U. S. C. § 740r7 71q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1 51-1 7). 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. The Contractor agrees to incorporate the above certification in all lower tier subcontracts that exceed $150,000. Page 29 of 30 Revised June 19, 2018 PAGE INTENTIONALLY LEFT BLANK Page 30 of 30 Revised June 19, 2018 PREDETERMINED WAGE RATE General Decision Number: IA20210028 — 01/01/ 0 1 Superseded General Decision Number: IA20200028 State: Iowa Construction Types: Heavy and Highway Counties: Adair, Adams, Allamakee, Appanoose, Audubon, Benton, Black Hawk, Boone, Bremer, Buchanan, Buena Vista, Butler, Calhoun, Carroll., Cass, Cedar, Cerro Gordo, Cherokee, Chickasaw, Clarke, Clay, Clayton, Clinton, Crawford, Dallas, Davis, Decatur, Delaware, Des Moines, Dickinson, Dubuque, Emmet, Fayette, Floyd, Franklin, Fremont, Greene, Grundy, Guthrie, Hamilton, Hancock, Hardin, Harrison, Henry, Howard, Humboldt, Ida, Iowa, Jackson, Jasper, Jefferson, Johnson, Jones, Keokuk, l ossuth, Lee, Limn, Louisa, Lucas, Lyon, Madison, Mahaska, Marlon, ,Marshall, Mills, Mitchell, Monona, Monroe, Montgomery, Muscatine, O'Brien, Osceola, Page, Palo Alto, Plymouth, Pocahontas, Polk, Potta atta m iex Po wreshiek, Ringgold, Sac, Shelby, Sioux, Story, Tara, Taylor, Union, Van Buren* Wapello, barren, Washington, Wayne, Webster, Winnebago, Wiruneshiek, Woodbury, forth and Wright Counties in Iowa. EXCLU DES OTT COUNTY HEAVY AND HIGHWAY CONSTRUCTION PROJECTS Note: Under Executive Order (EO) 1 6-5, an hourly minimum wage of $10.95 for calendar- year 2021 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 EO, the contractor must pay all workers in any classification listed on this gage determination at least $10.95 per hour (or the applicable wage rate listed on this gage determination, if it is higher) for all hours spent performing on the contract in calendar year 2021. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear- on this wage determination{ the contractor ,must Pay workers in that classification at least the gage rate determined through the conformance Process set forth in 29 CFR 5-5(a)(1)(ii) (or the EO minimum wage rate,if it is higher than the conformed wage rate). The EO minirnurn wage rate will be adjusted annually. Please rote that this EO applies to the above -mentioned types of contracts entered into by the federal government that are subject to the Danis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Related Acts} including those set forth at 29 CFR 5.1(a)( )-(80). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. I Iod if icati o n Number Publication Data 0 01/01/ 0 1 * U I 0 0-001 10/18017 Iowa City Municipal Airport FAA SPECIAL PROVISIONS Rehabilitate Runway 7/ 5 (East End) WAGE DATES — PAGE 1 Rates Fringes CARPENTER & PI LEDRI ERR EIS ZONE E i i. i .. i. i f. i i. i .. t. i i. i i. i .. i .. i .. t. i i. i .. f. i i. i i. i 1 4. 08 ZONE 2 ............................ 14.0 ZONE 3 ............................ 6.7 ...................... 14.0 ZONE 4 ......................... 26. .5..........t.....t... 11*50 ONE 5** ........+.+.....+..+.... 5,15 ..+.......+..+.....+.. 9,90 CONCRETE FINISHER ONE 1............................ .1 ...................... 7.40 ZONE ............. ........... +.. i 10 ..+..+.ii.+............ r Y40 ZONE 7.40 zONE 4 .......................+. 25.45.................... 6+40 + N E 5 ii.i•.•+.i+.ii.i•.•+.ii.ii•+.• 24,40 ..i..+.ii.+.•+.ii.ii.i 6.40 ELECTRICIAN (STREET AND HIGHWAY LIGHTING AND TRAFFIC SIGNALS) ONE 1p 2P AND 3 ............ 5.05 ...................... 5 6.80 ZONE 2 +75.++f....a,+fffa;+f 6a80 ZONE5 ............................ 1.60 ...................... 6.80 IRONWORKER (SETTING OF STRUCTURAL STEEL) ONE 1 i+.+........................ 1i50 ..+................... 10.90 ZONE 10-90 ZONE 3 ............................ 9.41...................... 11.20 ZONE 4 ......................... S 27. 5..........t,....t,.. 9+90 ZONE 5** ......... .*.... ,#,.+.+., 5,50 ..+..+.,+.+..+.,-F„#.. 9.45 LABORER ONE 1t 2 AND PUPA.................. .75...................... .6 GROUPAA ................ 6.1 ...................... 9.6 GROUP B .................. 1. ...................... 9.6 R O U P ■ ................. 18.82... ........... i + . i + ■ + 9 . 68 ZONE 4 GROUP A ................ 21. 7.................... 9+0 GROUP R ................ 19. 5................a,.. 9+0 GROUP 9.08 FAA SPECIAL PROVISIONS Iowa City Municipal Airport WAGE DATES — PAGE 2 Rehabilitate Runway 7/ 5 (East End) Bates Fringes ZONE 5 GROUP A.... ..Y Y+ Y. i Y. i! F a Y i a Y+ Y! i Y i i! f Y!+! i i Y i i! i 7 Y V 3 GROUP 7.63 RO U P .................. 18.42 ...................... 7.63 POWER EQUIPMENT OPERATOR ZONE 1 GROUP A .................. .55 ...................... 14.90 GROUP V . i i. f .. i. i i. i i. F .. i .. i .. i. i i. f .. i. i i. i i. i 14.90 GROUP l Y+ l+ l Y i Y l+ Y i+ l+ l Y ' Y I Y+! l i Y l+ l+ Y l+ l Y i Y l+ l i ' 14,90 GROUP D .................. .50 .......... a........... 14.90 ZONE GROUP 14-90 ROUP B .................. 30.25 ...................... 14.90 GROUP 7,70..+..+..i.+..+.ii.ii.f 14.90 GROUP D .,+..........+.... 7.70 ...............,..,... 14l90 ZONE 3 GROUP A .................. 9.70 ...................... 4.65 GROUP B . 7d 90.....a..i.+..i.ii.ii.• 4.65 GROUP 24,65 GROUP D .................. 6. 0..........a........... 4.15.5 ZONE 4 R O U P A ................ 31.05 .................... 12.50 GROUP B 291p9loipqip*#.Pqpqipt#.Pipq.4..t##,P$ 12*50 GROU P C................. 27.8 ■...tr..........*a m a , 1 *50 GROUPI) ................ 27. .................... 12.50 ZONE 5 GROUP 10.70 GROUP B .................. 6. ...................... 10.70 GROUP 5d 5..r..+.a+.f..+.dial*.• 10.70 GROUP D .................. 4. 5 ............... ...$ 10,70 TRUCK DRIVER (AND PAVEMENT MARKING bRIVERf SWITCHPERSUN) ZONE l .. . .......... Y Y+ Y ...... + Y Y ' 4, 4 5 Y Y+ Y................... 11.15 ZONE 11.1-5 ZONE 3 ............................ 24.45 ...................... 11.1s ZONE 4 ......................... 24.45 ......... .t,...lt,.. 6+95 ZONE 5 ............................ .50 ...................... .95 Iowa City Municipal pal Airport FAA SPECIAL PROVISIONS Rehabilitate Runway 7/ 5 (East End) WAGE BATES - PAGE 3 ZONE DEFINITIONS ZONE 1: The Counties of Polk. Warren., and Da IIas for all Crafts, and Li ran County Carpenters only. ZONE : The Counties of Dubuque for all Crafts and Linn County for al I Crafts except Carpenters. ERNE : The Cities of Burlington, Clinton, Fort Madison, Keokuk, and Muscatine (and abutting municipalities of any such cities). ZONE 4: Story, Black Hawk, Cedar, Jasper, Jones,, Jackson, Louisa, Madison, and Marion Counties; Clinton ou rat (except the City of Clinton), Johnson County, Muscatine County (except the City of Muscatine), the City of Council Bluffs, Lee County and Des Moines County. ONE 5: All areas of the state not listed above. LABORER CLASSIFICATIONS - ALL ZONES GROUP AA — Milled p i pel aye r (sewer, grater and conduits) and to n n eI laborers; Asbestos abatement worker) (Zones 1, 2 and 3). GROUP A — Carpenter tender on bridges and box culverts; curb machine (without a seat); deck hand; diamo nd & core drills; drill operator on air tracs, wagon drills and simiIa r drills; form setter/ tringman on paving work; gunnita nozzleman$ joint sealer kettleman; laser operator; po derman tender; po derman/blaster; saw operator; {pipelayer (serer* water, and conduits); sign erector*; tunnel laborer- asbestos abatement worker (Zones 4 and 5)), sign erector. GROUP B — Air-, gas, electric tool operator; bane hammer; carpenter tender; caulker; chain lawman; compressor (under 400 cfm); concrete finisher tender; concrete processing materials and monitors; cutting torch on demolition,, drill tender; dumpmen; electric drills; fence erectors; form line expansion joint assembler; form tamper; general laborer; grade checker; handling and placing metal mesh, dowel bars, reinforcing bars and chairs; hot asphalt laborer; installing temporary traffic control devices; jackhammerman; mechanical grouter; painter (all except stripers); paving breaker; planting trees, shrubs and flowers; poorer broom (riot self-propelled); power bugg man; rakers; rodman (tying reinforcing steel); sandblaster; seeding and mulching; sewer utility toprnan/bottom man; spaders; trey or or stretch erma n on pre or post tensioned concrete; string a n on re/surfacing/no grade control; swinging stage, tagline, or block and tackle; tampers; tirnbarr an- tool room r7nan and checkers.; tree climber; tree groundma n; underpinning and shoring caissons over twelve feet deep; vibrators; walk behind trencher; walk behind paint stripers; walk behind vibrating compactor; grater pumps �under three inch); work from bosun chair. ROU P C - Sca le weigh person; traffic control/flagge r., s u rve i I la n ce o r ran o n itor; water ca rrie r. POWER EQUIPMENT OPERATOR CLASSIFICATIONS - ALL ZONES GROUP A — All terrain (off road) forklift; asphalt breakdown n roller (vibratory); asphalt layclown machine# asphalt plant; asphalt screed; bulldozer (finish); central mix plant,, concrete pump* crane; crawler tractor puI ling scraper; d irectionaI drill (60,000 (Ibs) puIIback and above); dra line and power shovel; dredge engineer; excavator (over 2- cu. yd. ); front end loader (4 cy and over); horizontal boring machine; raster mechanic; milling machine (over 350 hp); rotor grader (finish); push cat; rubber tired backhoe (over Y2 cu. yd.); scraper (12 cu. yd. and over or finish); Self-propelled rotary mixer/road reclaimer; sidebroo m tractor; slipform portly rid concrete pager; tour or push boat; trenching machine (Cleveland 80orsimilar) FAA SPECIAL PROVISIONS Iowa City Municipal Airport WAGE DATES — RAGE 4 Rehabilitate Runway 7/ 5 (East End) GROUP R - Articulated off road hauler, asphalt heater/planer; asphalt material transfer vehicle; asphalt roller; belt loader or similar loader; bulldozer (rough); churn or rotary drill; concrete curb machine; crawler tractor pulling ripper, disk or roller; deck hard/oiler; directional drill (less than 60,000 (Ihs) puIIback)- distributor; excavator (1 2 cu. yd. and under); form riding concrete paver; (rant end loader (2 to less than 4 cu. yd+)- group equipment greasers mechanic; milling machine (50 hp. and less); paving breaker; portland concrete dry batch plant.; rubber tired backhoe (1/2 cu. yd. and under) f scraper (under 12 cu. d.) f screening, washing and crushing plant (mobile, portable or stationary); shoulder- machine; skid loader (I cu. yd. and over); suhgrader or trimmer; trenching machine; water wagon on compaction. GROUP C — Boom & w1nch truck-- concrete spreader/belt placer; deep wells for dewatering-- farm type tractor- (over 75 hp.) pulling disc or roller; forklift; front end loader (under 2 cu. d.)- motor grader (rough); pile hammer power unit; pump (greater than three inch diameter); pumps on well points; safety boat; self-propelled roller (other than asphalt); self-propelled sand blaster or shot blaster, water b I ante r o r stri pi ng grin der rem ove r; skid loa der (u n der 1 c u. yd. ); truck mou rated post d river. GROUP D— Boiler; compressor; cure and texture machine; dow box; farm type or utility tractor (under 75 hp.) pulling disk, roller or other attachments; group greaser tender; light plants; mechanic tender; mechanical broom; mechanical heaters; oiler; pumps (under three inch diameter); tree chipping machine; truck crane d river/oiler. * * CARPENTERS AND RILEDRIVERMEN., or IRONWORKERS (ZONE 5) Setting of structural steel; any welding incidental to bridge or culvert construction; setting concrete beams. * ADDED CRAFT- SIGN ERECTER WELDER - 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 EO, 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 he 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 life family to the employee) who is a victim of, domestic violence, sexual assault, or stalling. Additional 'Information on contractor requirements and worker protections under the EO is available at www,,dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may he added after award only as provided 'in the labor standards contract clauses (9 FR 5#5 (a) (1) (11)). The body of each gage determination lists the classification and gage rates that have been found to he prevailing for the cited type(s) of construction in the area covered by the wage determination. The Iowa City Municipal Airport FAA SPECIAL PROVISIONS Rehabilitate Runway 7/ 5 (East End) WAGE DATES — PAGE 5 Classifications are listed In alphabetical order of identifiers"" that indicate whether the Part'lcular rate i a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate ( weighted union average rate). Union Date Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""V""' or ""UA"" denotes that the union classification and rate were prevailing for that classification in the survey. Example; PLUM019 -005 07 01 014. PLUM is are 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 019 .Thene tnumber,005 inthe example, is an internal number used in processing the wage deterrn i natio n. 07/01/ 014 'is th e effective d ate of the m ost cu rrent negotiated rate, whil ch in this a arrl pie is July 1, 014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement JCBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "" U "" 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: U L 01 -007 5 13 014. SU indicates the 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 are based. The next number} 007 in the example, is an internal number used in producing the wage determination. 5 13/ 014 indicates the survey com pl etion date for t he cl assif ications a n d rates u n der t hat i d ent ifier. Survey gage rates are not updated and remain in effect until a new survey is conducted. Union Average Fate Identifiers 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: UA-OH-0010 0 9 014. UAVG indicates that the rate is a Freighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the gage determination. o / 9/ 014 indicates the survey completion date for the classifications and rates under that identifier. A U AVG rate gill be updated once a year, usually in J a nua ry of each year, to reflect a weighted average of t he cu rrent negotiated RA rate of t he u n io n Iota Is fro rn wh ich the rate i s based. FAA SPECIAL PROVISIONS Iowa City Municipal Airport WAGE DATES — PAGE 6 Rehabilitate Runway 7/ 5 (East End) WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the ratter? 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 surrey program. If the response from this initial contact is not satisfactory, then the process described in .) and .) should be followed. With regard to any other ratter not yet ripe for the formal process de crl bed here, initial contact should be with the Branch of Construction rage Determinations. Write to: Branch of Construction Wage Determination Wage and Hour Division U.S. Department of Labor 00 Constitution Avenue, N.W. Washington, DC 20210 ,) If the an -serer to the question in 1.) is yes, then are interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Dart 1.9 and 29 CFR Part 7). Write to: age and Hour Administrator U.S. Department of Labor 00 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party"s position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the d m i ni strative Review Board (forme rly t he Wage Ap pea Is Boa rd ). Write to: Administrative Review Board U.S. Department of Labor 00 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Beard are final. END OF GENERAL DECISION Iowa City Municipal Airport FAA SPECIAL PROVISIONS Rehabilitate Runway 7/ 5 (East End) WAGE DATES — PAGE 7 Intentionally Left Blank FAA SPECIAL PROVISIONS Iowa City Municipal Airport WAGE DATES — RAGE 8 Rehabilitate Runway 7/ 5 (East End) 1 /21/ 018 AC 150/53 70-10H Part I — General Contract Provisions Section 10 — Definition of Terms W hen 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 he defined as follows -, Paragraph Tara Definition Number 10-01 AASHTO The American Association of State Highway and ransportation Officials. 10-02 Access Road The right-of-way., the roadway and all improvements constructed thereon connecting the airport to a public roadway. 10-03 Advertisement A public announcement, as required by local law, inviting bids for work to be performed and materials to he furnished. 10-04 Airport Airport means are area of lard or water which is used or intended to he used for the landing and takeoff of aircraft; n appurtenant area used or intended to he used for airport buildings or other airport facilities or rights of gray; airport b Ildl ngs and facilities located in any of these areas, and a 10-05 Airport Improvement A grant-in-aid program, admI nistered by the Federal Aviation Program (AIP) Administration (FAA). 10-06 Air operations Area ( O ) The term a i r operations a rea (AOA) sh a I I m ea n a ray a rea of he airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft.. Are air operation area shall include such pared or unpaged areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or iron. 10-07 Apron Area where aircraft are parked, unloaded or loaded, fueled and/or serviced. 10-08 ASTIVI International (ASTIVI) Formerly known as the American Society for Testing a n d Materials (ASTM). Section 10 — Definition of Terms Section 10 —1 AC 150/ 5370-1OH 12/ 1/ 018 Paragraph Term Defini#ion Number 10-09 Award The Own er*s notice to the successful bidder of the acceptance of the submitted bid. 10-10 Bidder Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-11 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 -gray together with all airport buildings and facilities located thereon., 10-12 Calendar Day Every day shown on the calendar. 10-13 Certificate of Analysis (COA) The COA is the manufacturer's Certificate of Compliance (COC) including all applicable test results required by the specifications. 10-14 Certificate of Compliance The manufactu refs certification .stating that materials or (COC) a sse rn bl ies fu rn i s hed fu I ly co m ply with the req uirements of the contract. The certificate shall be signed by the manufacturer's authorized representative. 10-15 Change Order A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing he basis of payment and contract time adjustment, if any, r work within the scope of the contract and necessary to complete the project. 10-16 Contract A written agreement between the Owner and the Contractor that establishes the obligations of the parties including but not limited to performance ofwork, furnishingoflabor, equipment and materials and the basis of payment. The awarded contract includes but may not be limited to: dvertise meat, Contract form, Proposal, Performance bond, payment bond, General provisions, certifications and representations, Technical Specifications, Plans, Supplemental Provisions, standards 'incorporated by reference and issued addenda. 10-17 Contract Item (Pay Item) A specific unit of work for which a price is provided in the contract. 10-18 Contract Time The number of calendar days or working days, stated in the propo a I, 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. Section 10 - 2 Section 10 — Definition of Terms 1 /21/ 018 AC 150/53 70-10H Paragraph Term Definition Number 10-19 Contractor The individual! partnership,. firm, or corporation primarily liable for the acceptable performance of the work contracted nd 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. 10-20 Contractors Quallity Control The Contractors QC facilities in accordance with the (QC) Facilities Contractor Quality Control Program (Q P). 10- 1 Contractor Quality Control Details the methods and procedures that will be taken to Program (CQCP) athat all materials and completed construction required by the contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or von do rs. 10-22 Control Strip A demonstration by the Contractor that the materials, equipment, and construction processes results in a product meeting the requirements of the specification. 10-23 Construction Safety and The overall plan for safety and phasing of a construction Phasing Plan (CSPP) project developed by the airport operator, or developed b he airport operator's consultant and approved by the irport operator. It is incI uded in the invitation for bids and becomes part of the project specifications. 10-4 Drainage System The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the irport area, 10- 5 Engineer The individual! partnership, firm or corporation duly uthori ed by the Own e r to be res ponsi ble fo r e ngi neeri ngr inspection, and/or observation of the contract work and acting directly or through an authorized representative. 10-6 Equipment II machinery, together with the necessary supplies for upkeep and maintenance; and all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10- 7 Extra Work An item of work not provided for in the awarded contract a previously modified by change order or supplemental agreement, but which is found by theOwner's Engineer or Resident Project Representative (RPR) to be necessa r to complete the work within the intended scope of the contract ps previously modified. Section 10 — Definition of Terms Section 10 — 3 AC 150/ 5370-1OH 12/ 1/ 018 Paragraphs Term Definition Number 10-28 FAQ The Federal Aviation AdmInistration. When used to designate a person, FAA shall mean the Administrator or heir duly authorized representative. 10- 9 Federal Specifications The federal specifications and standards, commercial item descriptions, and supplements, amendments, and indices prepared and issued by the General Services Administration. 10- 0 Force Account a. Contract Force Account - A method of payment that dresses extra work performed by the Contractor on a time and material basis. bt Owner Force Account - Work performed for the project by the Owner's employees. 10- 1 Intention of Terms Wh en ever, i n th ese specifications or o n the p la ns, th e words "directed," "required," 'permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall he understood that the direction, requirement, permission, order, designation, or prescription of t h e Engineer and/or Resident Project Representative (RPR) is intended; and similarly, the words "approved,YP Ftacceptable, iisatisfactory, M or words of like Jim port, shall mean approved by, or acceptable to, or satisfactory to the Engineer and/or RPR, subject in each case to the fins I determination of the Owner. ray reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard hall he interpreted to include all general requirements of he a nti re sectio n, .specification ite m, or cited sta nda rd t hat may he pertinent to such specific reference. 10- 2 Light! ng A system of fixtures providing or controlling the light sources used on or rear the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminati rig devices used on or near the irport or to aid ire the operation of aircraft larding at, taping off from, or taxiing on the airport surface. 10-33 Major and N71 rnor Contract A major contract item shall be any item that is listed i n the Items propose I, t he tota l cost of whi c h is eq ua l to o r g reate r th a n 0% of the totsI amount of the a s rd contract. AlI other items shall be considered minor contract items. Section 10 - 4 Section 10 — Definition of Terms 1 /21/ 018 AC 150/53 70-10H Paragraph Tara Definition Number 10- 4 Materials Any substance specified for use in the construction of the contract work. 10- 5 Modification of Standards Any deviation from standard specifications applicable to (MOS) material and construction met hods i n accordance with FAA Order 5300.1. 10-36 Notice to Proceed (NTP) A written notice to the Contractor to begin the actual coat ra ct wo rk on a previ ous ly agreed to d ate. If a p pI ica bI e, he Notice to Proceed shall state the data on which the contract time begins. 10-37 Owner The tern `Owner" shall mean th e pa rty of the first part or the contracting agency signatory to the contract, Where the errs "Owner" is capitalized in this document, it shall mean airport Sponsor only. The Owner for this project is the logs City Airport Commission, Iowa City, Iowa. 10-38 Passenger Facility Charge Per 14 Code of Federal Regulations (C F R) Part 158 and 49 (PFC) U n ited States Code (U C) § 40117, a P FC is a ch a rge iron posed by a public agency on Passengers enplaned at a commercial service airport it controls. 10- 9 Pavement Structure The combined surface course, base course(s), and subbase course(s), if any, considered as a single unit. 10-40 Payment bond The approved form of security furnished by the Contractor and their- own surety as a guaranty that the Contractor will pay in full all bills and accounts for materials and labor used i n the co nst ru ctio n of the work. 10-41 Performance bond The approved form of security furnished by the Contractor and their own surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-42 Plans The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and h e work to he d o rye a rid wh i chi a re to be co nsi dered as a part of the contract, supplementary to the specifications. Plans may also he referred to as 'contract drawings.' Section 10 — Definition of Terms Section 10 — 5 AC 150/ 5370-1OH 12/ 1/ 018 Paragraph Term Dafini'tion Number 10-43 Project The agreed scope of work for accomplishing specif i c airport development with respect to a particular airport. 10-44 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. 10-45 Proposal guaranty The security furnished with a proposal to guarantee that the bidder will eater into a contract if their own proposal is accepted by the owner. 10-46 Quality Assurance (QA) Owners responsibility to assure that construct -ion work completed complies with specifications for Payment. 10-47 Quality Control (QQ Contractor's responsibility to control material(s) and construction Processes to complete construction in accordance with project specifications. 10-48 Quality Assurance (QA) An a uthori zed representative of the Engineer and/or Inspector Resident Project Representative (PP R) assigned to make all necessary inspections, observations, tests, and/or observation of tests of the work performed or being performed, or• of the materials furnished or being furnished by the Contractor. 10-49 Quality Assurance (QA) The official qua I ity assurance testing laboratories of the Laboratory Owner or such other laboratories as may be designated b he Engineer or RPP. May also he referred to as Engineers, Owner's, or QA Laboratory. 10-50 Resident Project The individual, partnership, firm, or corporation duly Representative (RPR) authorized by the Owner to be responsible for all necessary inspections, observations, tests, and/or observations of tests of the contract work performed or being performed, or of he materials furnished or being furnished by the Contractor, and acting directly or through an authorized representative. 10-51 Runway The area on the airport prepared for the landing and takeoff of aircraft. 10-52 Runway Safety Area (RSA) A defined surface surrounding the runway prepared or suitable for reducing the risk of damage to aircraft. see the construction safety and phasing plan (PP) for limits of the RSA. Section 10 - 6 Section 10 — Definition of Terms 1 /21/ 018 AC 150/53 70-10H Paragraph Term Definition Number 10-53 Safety Plan Compliance beta i Is how t he Co ntracto r wi I I co m ply with the CS PP. Document (SPCD) 10-54 Specificationspart of the contract containing the written directions and requirements for completing the contract work. Standards or specifying materials or testing which are cited in the contract specif [cations by reference shall have the same force and effect as if included in the contract physically. 10-55 Sponsor A Sponsor is defined in 49 U C § 4710 (4) as a public agency t hat su bm its to the FAA for a n Al P gra nt$ o r a private Owner of a public -use airport that submits to the FAA are application for an AIP grant for the airport. 10-56 Structures Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; u nderdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; navigational aids- buildings- vaults{ and, other manmade eatu res of the a i rport that m ay be enco u ntered i n t he wo rk and not otherwise classified herein. 10-57 Subgradehe soil that forms the pavement foundation. 10-58 Superintendent The Contractor's executive representative who is present on he work during progress, authorized to receive and fulfill instructions from the RPR, and who shall superv1se and direct he construction, 10-59 Supplemental Agreement A written agreement between the Contractor and the Owner that establishes the basis of payment and contract time adjustment, if any, for the work affected by the supplemental agreement. A supplemental agreement is required if: (1) i n scope work would increase or decrease the total amount of the awarded contract by more than 25% (2) in scope work would increase or decrease the total of any major contract item by more than 5%; (3) ork that is not within the scope of the originally awarded contract; or (4) adding or deleting of a major contract item. 10-60 5 u rety The corporation, partnership, or individual, other- than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 10- 1 Taxilane A taxiway designed for low speed movement of aircraft between aircraft pa rking areas and terra i naI areas. Section 10 — Definition of Terms Section 10 — 7 AC 150/ 5370-1OH 12/ 1/ 018 Paragraph Term Definition Number 10-62 Taxiway The portion of the air operations area of an airport that has been designated by competent airport authority for movernent of aircraft to and from the all rport's runways, aircraft parking areas, and terminal areas. 10-63 Taxiway/Taxillane Safety A defined surface alongside the taxiway prepared or suitable Area (TSA) for reducing the r1sk of damage to an aircraft. See the construction safety and phasing plan (PP) for limits of the TSA. 10-64 Workhe furnishing of @I I 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. 10-65 WorkIng dad A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of he Contractor may proceed with regular work for at least six (6) Fours toward corn pletion of the contract. W lien 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 irk gill be considered as working days. 10-66 Omer Defined terms None for this project; END OF SECTION 10 Section 10 - 8 Section 10 — Definition of Terms 1 /21/ 018 AC 150/53 70-10H Section 20 — Proposal Requirements and Condftions 0-01 Advertisement (Notice to Bidders). The Owner, or their authorized argent, shall publish the advertisement at such places and at such tunes as are required by local law or ordinances. The published advertisement shall state the time and place for submitting sealed proposals; a description of the proposedwork; instructions to bidders as to obtaining proposal forms, plans, and specifications; proposal guarantor required; and the caner-s right to reject any and all bids. If the Owner prequalifies blidders, they shall publish the advertisement at such places and at such times as are required by local law or ordinances, 20-02 Qualificat1on of bidders. Each bidder shall submit evidence of competency and evidence of financial respon sli bil I ity to perform the work to the Owner at the time of hid opening. Evidence of competency, unless otherwise specified, shall consist of statements covering the a bidder's past experience on similar work, and a list of equipment and a list of key personnel that would be available for the work. Each bidder shall furnish the Owner satisfactory evidence of their financial responsibility{. Evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidders fins ncial resources and liabilities as of the last calendar year or the bidder's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether their financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall q u a I ify the public accountant's statement or report to reflect the bidder's true financial condition at the time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that they are prequalifiad with the State Highway Division and are on the current "bidder's list's of the state in which the proposed warp is located. Evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports specified a bove. 20-03 Contents of proposal forms{ The Owner's proposal forms state the location and description of the proposed construction; the place, date, and time of opening of the proposals; and the estimated quantities of the various items of work to he performed a rid materials to be furnished for which unit bid prices are asked. The proposal form .states the time in which the work must be completed, and the amount of the proposal guaranty that must accompany the proposal. The Owner will accept only those Proposals properly executed on physical forms or electronic forms provided by the Owner. Bidder actions that may cause the Owner to deem a proposal 'Irregular are given in paragraph 0-09 Irregular ,proposals lob i I i nation i s limited to 10 percent of the tota I p ro jest cost. A prehid conference is planned for this project to discuss as a minimum, the following items: Material requirements;Submittals; Quality Control/Quality Assurance requirements; the construction safety and phasing plan including airport access and staging areas; and unique airfield paving construction requirements. Insert the time, date, and place of the meeting. The prebid conference is riot mandatory., Section 20 — Proposal Requirements and Conditions Section 20 — 1 AC 150/ 5370-1OH 12/ 1/ 018 0-04 Issuance of proposal forms. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder if the bidder is in default for any of the following reasons; a. Failure to comply with any prequalification regulations of the Owner, if such regulations are it d, r th r i included� in the proposal as a requirement for bidding, b. Failure to pair, or satisfactorily settle, all bills due for labor and materials on former contracts in fo rce with th a Owner at the t it a the Owner issues t he p roposa I to a p rospective b idde r. c. Documented record of Contractor default under previous contracts with the Owner. d. Doc u rye nted record of u nsati sfactory pro rk a n previous co ntrracts with th a Own a r+ 0-05 Interpretation of estimated proposal quantities. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly, or by implication, agree that the actual quantities involved will correspond exactly therewith-- nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will he made only for the actual quantities of wort performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as provided in the Section 40, paragraph 40-0 1 Alteration of Work and Quantities,, without in any way invalidating the unit did prices. 0-06 Examination of plans, specifications, and site. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans, specifications, and contract forms. Bidders shall satisfy themselves to the character, quality, and quantities of work to be performed, materials to be furnished, and to the requirements of the proposed contract. Submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied to conditions to be encountered in performing the work and the requirements of the proposed contract, plans, and specifications. For this project, rf investigation was completed.F;r.-M. aqnldf e4 eF 1� 110pr� FlbqckWr �4 F L I I %.A 16 e ILA %, I F —r ILA PLr -0 %A I I %.A %.r %— III 1%.fl Nq V V I q %-r %. 1 9 1%— 1 1 9 1 %.r 9 %A %A — %A I r I L. I I S P f f FMAFHO f OF 841141%amr-YE! 1 r + + r 0-07 Preparation of proposal, Bidder shall submit their proposal on forms furnished by the owner. All blank spaces in proposal forms, unless explicitly stated otherwise, rust be correctly filled in where i nd icated fo r each a n d every itern for wh ich a q ua ntity is given. The b Ndde r shy a I I state th e p rice (written in ink or typed) both in words and numerals which they propose for each pay item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. The bidder shall correctly sign the proposal in ink. If the proposal is made by an individual, their name and post office address must be shorn. If Trade by a partnership* the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the e proposal shall give the name of the state where the corporation was chartered and the name, titles., and business address of the president, secretary, and the treasurer. Anyone signing a proposal as are agent shall file evidence of their authority to do so and that the signature is bi nding upon firm or corporation. Section 20 - 2 Section 20 — ProposaI Requi rements grid Conditions 1 /21/ 018 AC 150/53 70-10H 20-08 Responsive and respon i ble bidder* A responsive bid conforms to all significant terms a n d conditions contained in the Owner's invitation for bid. It is the Owner's responsibility to decide if the exceptions taken by a bidder to the solicitation are material or not and the extent of deviation it is Tilling to accept. A responsible bidder has the ability to perform successfully under the terms and conditions of a proposed procurement, as defined in 2 CFR § 200-318(h). This includes such matters as Contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. 20-09 Irregular proposals. Proposals shall be considered irregular for the following reasons; a* If the proposal is on a form other than that furnished by the Owner, or if the nerfs form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in t h e case of a uth orized a lte rn ate pay item s, fo r wh i ch t he b idd e r is not req u i red to fu rn ish a u n it price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by the Owner. f. If the applicable Disadvantaged Business Enterprise information is incomplete. The Owner reserves the right to reject a ny irregular proposal and the right to waive tech nica Iities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 0-10 Bid guarantee. Each separate proposal shall be accompanied by a bid bond, certified check, or other specif ied acceptable collateral, i n the amount specified ire the proposal fora. Such bond, check, or collateral, shall be made payable to the Owner. 0-11 Delivery of proposal. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by nail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No propo-sal will be considered unless received at the place specified in the advertisement or a-s modified by Addendum before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened 20-12 Withdrawal or revision of proposals. A bidder may withdraw or revise (by withdrawal of o n e proposal and submission of another) a proposal provided that the bidder's request for w1ithdrawal i received by the Owner in writing or by email before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-13 Public opening of proposals. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by wmitten or telegraphic request) or received after- the time specified for o pe n i rig bid s s ha I I be retu reed to th a bid d er u reopen ed. Section 20 — Proposal Requirements and Conditions Section 20 — 3 AC 150/ 5370-1OH 12/ 1/ 018 0-14 Disquai ification of bidders. A bidder shall he considered d i sq u a I ified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name* b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated b the Owner as a qualified bidder. c. If the bidder is considered to he in "default' for any reason specified i n paragraphs 0-04, Issuance of Proposal Forms, of this section. 0-15 Discrepancies and Omissions. A Bidder who discovers discrepancies or omissions with t h e project bid documents shall immediately notify the Owner's Engineer of the matter. A bidder that has doubt as to the true meaning of a project requirement may subrnit to the ner"s Engineer a written request for interpretat cn no Inter than seven (7) calendar days p n 0 r to bid oper ing. Any interpretation of the project hid documents by the Owner's Engineer will he by written addendum issued by the Owner. The Owner iI I not consider any instructions, clarifications or interpretations of the bidding documents in any manner other than written addendum. .101 axe] &1 :1111 [D] 0 IP441 Section 20 - 4 Section 20 — ProposaI Requ1 remeats grid Conditions 1 /21/ 018 AC 150/53 70-10H Section 30 — Award and Execution of Contract 30-01 Consideration of proposals. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit bid price written in words shall govern. Until the award of a contract is made, the Owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified i n Section 20, paragraph 0-09, Irregular Proposals. b; If the bidder is disqualified for any of the reasons specified Section 20, paragraph 0-14, Disqualification of Bidders. In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the bast interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the Owner's best interests. 30-02 Award of contract. The award of a contract, if it is to be awarded, h a I l be made within Sixty (60) calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. If the Owner elects to proceed with an award of contract, the owner w i I I make award to the responsi ble bidder whose bid, conforming with all the material terms and conditions of the bid documents# is the lowest in price. For AI P contracts, unless otherwise specified in this subsection, no award hat I be made until the FAA has reviewed the Owner's recommendation to make such award in accordance with 2 CFR 200.324. 30-03 Cancellation of award. The Owner reserves the right to cancel the award without I is b i I ity to th e bidder, except return of proposal guaranty, at any time before a contract has been fully executed by a l l parties and is approved by the Owner irl accordance with paragraph 0-07 Approve} of ontract. 30-04 Return of proposal guaranty. All proposal guaranties, except those of the two lowest bidders, will be returned immediatelyimmedlately after Owner has made a comparison of kids as specified in the paragraph 0-01, Consideration of ProposaI5. Proposal guaranties of the two lowest bidders wIll be retained by the Owner until such time as an award is made, at which time the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the Owner rece ives th a cunt ra ct bo nd s as .specified in pa ma re p h 0-0-5, Requirements of Con tract Bonds. 30-05 Requirements of contract bonds. At the time of the execution of the contract, the -successful bidder shall furnish the owner a surety bond or bonds that have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractors performance of the work. The surety and the form of the band or bonds shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a surer equal to the full amount of the contract. The Owner shall require separate performance and payment bonds in the full amount of the awarded contractf Section 30 —Award and Execution of Contract Section 30 —1 AC 150/ 5370-1OH 12/ 1/ 018 30-06 Execution of contract. The successful bidder shall sign ( execute) the necessary agreements for entering into the contract and return the signed contract to the Owner, along with the fully executed surety bond or bonds specified in paragraph 0-05, Requiremeots of Contract Bonds* of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. 30-07 Approval of contract. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the contract In accordance with local lags or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the Owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 Failure to execute contract. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the period specified in paragraph 0-06, Execution of ontroct, of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidated damages to the Owner. END OF SECTION 30 Section 30 - 2 Section 30 —Award and Execution of Contract 1 /21/ 018 AC 150/53 70-10H 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 the right to make such changes in quantities and work as may be necessary er desirable to complete} in a satisfactory manner, the original intended work. Unless otherwise specified in the Contract, the Owner's Engineer or RRR shall be and is hereby authorized to rule, in writing, such ire -scope alterations in the work and variation of quantities as rn ay be n ece sa ry to com p lete th a wo rk, provided s uch action d oes n of re prose rat a sign ifica rat cha n e i n the c ha racte r of t he work. For purpose of this section, a significant change in character of work means: any charge that is outside the current contract scope of work; any change (increase or decrease) in the total contract cost by more tha n 5%; or a ny c ha rge i n the tots I cost of a ,moor co ntract ite m by m o re tha n 2 5%. Work alterations and quantity variances that do not meet the definition of significant change in character of work shall net invalidate the contract nor release the -surety. Contractor agrees to accept payment for such work alterations and quantity variances in accordance with Section 90, paragraph 90- 0, Compensation Jon A honed Q uan fides. Should the value of altered work or quantity variance meet the criteria for significant change in character of work, such altered work and quantity variance shall be covered by a supplemental agreement. Supplemental agreements shall also require consent of the Contractor's surety and separate performance and payment bonds. 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 co pletion. Refer to the following website for applicable federal contract provisions for procurement and contr acti ng u nder All R+ +r i D/proc u re ment/federa I contract i) roy"Isia 40-03 Omitted items. The Owner, the Owner's Engineer or the R P R may provide written notice to the Contractor to omit from the work any contract item that does not meet the definition of major contract item. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate arty Other contract provision or req u i rement. Should a contract item be omitted or otherwise ordered to be non -performed, Contractor shall be paid fo r a l l work performed towa rd corn p let o n of s uch ite rn prio r to the d ate of the o rd er to om it suc h ite rn. Payment for work performed shall he in accordance with Section 90, paragraph 00-04, Po meat for- m ttedIter s. 40-04 Extra work. Should acceptable completion of the contract require the Contractor to perform an item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, Owner may issue a Charge Order to corer the necessary extra work., Change orders for extra work shall contain agreed unit prices for performing the charge order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the RPR's opinion, is necessary for completion of the extra work. Section 40 — Scope of Work Section 40 —1 AC 150/ 5370-1OH 12/ 1/ 018 When determined by the RPR to be ire the owner's best interest, the RPR may order the Contractor to proceed with extra work as provided in Section 90, paragraph 90-05, Poyment for Extra Dark. Extra work that is necessary for acceptable comp let i o n 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 Section 10, paragraph 10-59, Supplemental Agreement. If extra work is essential to maintaining the project critical path, RPR may order the Contractor to commence the extra work under a Tine and Material contract method. Once cuff icient detail is available to establish the level of effort necessary for the extra work, the Owner shall initiate a charge order or supplemental agreement to cover the extra o rk. 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. The Contractor shall maintain traffic in the manner detailed in the Construction Safety and Phasing Plan (C PP). a* It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas (AOA) of the airport with respect to their own operations and the operations of all subcontractors as specified in Section 80, paragraph 0-04, Limitation of Operotion.5. 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, frorn, and upon the airport as specified in Section 70, paragraph 70-150 Con tractor{s Responsibility far Utility Service and Facilrtie-5 of OtherS. b. With respect to their 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 in accordance with the construction safety and phasing plan (5PP) and the safety plan corn pliance document (5PCD). c. When the contract requires the maintenance of an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for ire the contract, plans, and specifications, the Contractor sh all keep the road, street, or highway open to a I I traffic and shaII provide maintenance as may be required to accommodate traffic. The Contractor, at their expense, shall be responsible for the repair to equal or better than preconstruction conditions of any damage caused b the Contractor's equipment and personnel. The Contractor shal I furnish f 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) (http://mutcd.fhwa.dot.gov/), 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. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway., 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. Section 40 - 2 Section 40 — Scope of Work 1 /21/ 018 AC 150/53 70-10H 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 Resident Project Representative (RPR) shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall he immediately determined by the RPR in accordance with the provisions of the contract. Except as prop i ded in Section 40, pa ragra p h 40-07, Rights in and Use of Moterials Found in the Work, it i s intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of thework) shall be used in the work as otherwise provided for in the contract and shall rem in the property of the Ow ner when so used ire the work. 0-07 Rights In and use of materials found in the work. Should the Contractor encounter any material such a (hut 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 em hankment, the Contractor may at their own option either: a. Use such material in another contract item, providing such use is approved by the RPR and is in conforma n ce with the contra ct s Res ificati o ns a p p I ica ble to su ch use; or, b. Remove such material f turn the site, upon written approval of the RPR; or c. Use such material for the Contractors own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor Irish to exercise option a., b., or c., the Contractor shall request the RRR's approval in advance of such use. Should the RPR approve the Contractor's request to exercise option a., h., 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 their expense, such removed or excavated material it h 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 RPR 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 their own 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 renovaI is provided for in the contract, plan , or specifications. 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 a rid 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 sion of the property Owner. END OF SECTION 40 Section 40 — Scope of Work Section 40 — 3 AC 150/ 5370-1OH 12/ 1/ 018 Intentionally Left Blank Section 40 - 4 Section 40 — Scope of Work 1 /21/ 018 AC 150/53 70-10H Section.50—Control of Work 50-01 Authority of the Resident Project Representative (RPR)+ The RPR has final authority regarding the interpretation of project specification requirements. The RPR shall determine acceptability of the quality of materials furnished, method of performance of work performed* and the manner and rate of performance of the work. The RPR does not have the authority to accept work that does not conform to 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 co ntract, p la n s, o r specification s. If the RPR finds the materials furnished, work performed, or the fi nished product not within reasona bly close conformity with the plans and specifications, but that the portion of the work affected will, in their opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, the RPR will advise the Owner of their determ i nation that the affected work be accepted and remain in place. The RPR 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. Changes in the contract price must be covered by contract change order or supplemental agreement as applicable. If the RPR 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 RPR's written orders. The term itreasonablyclose conformity P? hall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The terra shall not be construed as waiving the RPR'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 RPR's opinion, such complia rice is essential to provide are acceptable finished portion of the work. The terra "reasonably close conformity" is also intended to provide the R P R with the authority, after consultation with the Sponsor and FAA, to use sound engineering judgment in their determinations to accept work that is not in strict conformity, but will provide a finished product equal to or better than that required by the requirements of the contract, plans and specifications. For Airport Improvement Program (AIP) contracts,, the Owner must Deep the FAA advised of the Engineer's determinations as to acceptance of work that is not in reasonably close conformity to the contract, Plans, and specffications. All change Orders, supplemental agreements., and contract modifications must eventually be reef a ed by the FAA. Unless specifically requested by the FAA, the Owner does not have to obtain prior FAA approval for contract charges except for the Buy American revile , if required. However, if are Owner proceeds with contract charges without FAA approval, it is at the Owner's risk. The RPR will not be responsible for the Contractor's means, methods, techniques, sequences, or p roved u res of con structio n or t he safety preca ution s i n i dent the reto. Section 50 — Control of Work k Section 50 —1 AC 150/ 5370-1OH 12/ 1/ 018 .50-03 Coordination of contract, plans., and sped# cat"lon . The contract, plans, specifications, and a I I referenced standards cited are essential parts of the contract requirements. If electronic files are provided and used on the project and there is a conflict between the electronic files and hard copy plans, the hard copy plans shall govern. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited advisor{ circulars (ACs); contract general provisions shall govern over plans, cited standards for materials or testing, and cited s; plans shall govern over cited .standards for materials or testing and cited A s. If any paragraphs contained in the Special Provisions conflict with General provisions or Technical Specifications, the Special Provisions shall govern. From time to time, discrepancies within cited testi rig 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 RPR for an interpretation and decision, and such decision shall he final. Th e Co retractor sh a I I not to Ise a dva ntage of a ray a p pa rent error o r ern ission o n the p la n s o r specificatio ns. In the event the Contractor discovers any apparent error or discrepancy, Contractor shall immediately notify the Owner or the designated representative in writing requesting their written interpretation a n d decision. 50-04 List of Special Provisions. Supplementary Provisions Part A — Federal Contract Provisions for Construction and Equipment Contracts 0 Federal Wage Fates Predetermined Wage Rate IA 0 1-00 — 0110112021 50-05 Cooperation of Contractor. The Contractor shall be supplied with fire hard copies or an electronic RDF of the plans and specifications. The Contractor shall have available on the construction site at all tires one ha rdcopy each of the plans and specifications. Additional hard copies of plans and specifications may he obtained by the Contractor for the cost of reproduction., The Contractor shall give constant attention to the work to facilitate the progress thereof, and shall cooperate with the RPR and their inspectors and with other Contractors in every way possible. The Contractor shall have a competent superintendent on the work at all tines who is fully authorized as their agent on the work. The superintendent shall he capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the RPR or their authorized representative. 50-06 Cooperation between Contractors. The Owner reserves the right to contract for and perform other or additional work on or rear the work covered by this contract+ W hen se pa rate contracts are let within the Iimits of any one project, each Contractor shall conduct the work 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 their own contract and shall protect and hold 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 Iimits of the same project. Section 50 - 2 Sectisn 50 — ControI of Work 1 /21/ 018 AC 150/53 70-10H The Contractor shall arrange their work and shall place and dispose of the materials being used to not interfere with the operations of the other Contractors within the limits of the same project. The Contractor shall join their work with that of the others in are acceptable manner and shall perform it in proper sequence to that of the others. 50-07 Construction layout and stakes. The Engineer/RPR shall establish necessary horizontal and vertical control, The establishment of Survey control and/or reestablishment of survey control shall be by a State Licensed Land Surveyor. Contractor is responsible for preserving integrity of horizontal a n d vertical controls established by Engineer RPR. In case of negligence on the part of the Contractor or their employees, resulting in the destruction of any horizontal and vertical control, the resulting costs will be ded ucted as a liquidated damage against the Contractor. Friar to the start of construction, the Contractor will check all control points for horizontal and vertical accuracy and certify in writing to the RPR that the Contractor concurs with survey control established for the project. All lines, grades and measurements from control points necessary for the proper execution and control of the work on this project will be provided to the RPR. The Contractor is responsible to establish all layout required for the construction of the project. Copies of survey rotes will be provided to the R P R for each area of construction and for each placement of material as specified to allow the RPR to make periodic checks for conformance with plan grades, alignments and grade tolerances required by the applicable material specifications. Surveys will be provided t the pre r t mm nci rig work items that cover or disturb the survey staking. Survey(s) and notes shall be provided in the following forrnat(s): Electronic. This shall be applicable to all survey(s) throughout these specifications. Laser, GPS, String line, or other automatic control shall be checked with temporary control as necessary. In the ease of error, on the part of the Contractor, their surveyor, employees or subcontractors, resulting in established grades, aIi nment ur grade tolerances that do not concur with those specif ied or shown on the plans, the Contractor is solely responsible for correction, removal, replacement and all associated costs at no additional cost to the Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses. The cost shall be included in the price of the hid for the various items of the Contract. 50-08 Authority and duties of Quality Assurance ( ) inspectors+ QA inspectors shall be authorized to inspect all work done and all material furnished. Such QA inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. QA inspectors are not authorized to revolve, alter, or walve any provision of the contract. DA inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for theContractor. QA Inspectors are authorized to notify the Contractor or their representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question u rail such issues carp be referred to the RPR 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 RPR 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. Section 50 — Control of Work Section 50 — 3 AC 150/ 5370-1OH 12/ 1/ 018 If the RPR requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extrawork.; 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 pa its rear oved wi I I be at th e Contra cto rxs epe nse. Provide advance written notice to the RPR of work the Contractor plans to perform each week and each day. Any work done or materials used without written notice and allowing opportunity for inspection b the RPR rnay be ordered removed and replaced at the Contractor's expense. should the contract work incI ude 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 pa rty to t he co ntract, a rid sh a I I i n no way i rite rfere with t he rights of the pa rties to t h is co retract. 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 RPR as provided in paragraph 50-0f Conformity with Plans and . peci icotions. 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 Section 70, paragraph 70-14, Con tractor"s Responsib lrt lor Work. No removal work made under provision of this paragraph shall be done without lines and grades having been established by the RPR. Work done contrary to the instructions of the RPR, work done beyond the lines shown on the plans or as established by the RPR, except as herein n specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply with any order of the RPR made under the provisions of this subsection, the RPR will have authority to cause unacceptable work to be remedied or removed and replaced; and unauthorized work to be removed and recover the resulting costs as a liquidated damage against the Contractor. 50-21 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 orequipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to are 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, at their own expertise, shall be responsible for the repair to equal or better than preconstruction conditions of any damage caused by the Contractor's equipment and personnel. Various measures such as videotape or photographs may be required to document existing conditions prior to start of construction. Construction traffic should be Dept off airport pavements to the extent possible. Section 50 - 4 Section 50 — ControI of Work 1 /21/ 018 AC 150/53 70-10H 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, withadequate equipment and forces so that the work is maintained in satisfactory condition at all times. n the case of a contract for the placing of a course upon a course or su bgrade previously constructed, the Contractorshall 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 i n 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 paragraph 50-1 , Maintenance urinq Construction, the RPR shall immediately notify the Contractor of such nor coo p ka nce. 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. Mould the Contractor fail to respond to the RPR'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 recovered as a liquidated damage against 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 RPR to make final inspection of that unit. If the RPR finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, the RPR 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 RPR and Owner will male are inspection. If all construction provided for and contemplated by the contract 'is found to be complete in accordance with the contract, plans, and sped.ications, such inspection shall constitute the final Inspection. The RPR 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 RPR will notify the Contractor and the Contractor shall correct the unsatisfactory work. 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 RPR will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 Claims for adjustment and disputes. If for any reason the Contractor deems that additional compensation is due 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 RPR in wrliting of their 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 RPR is not afforded proper opportunity by theContractor 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 RPR has kept account of the cost of the work shall not in any gray be construed a proving or -substantiating the validity of the claim. When the work on which the claim for additional Section 50 — Control of Work Section 50 — 5 1150/ 5370-1OH 12/ 1/ 018 com pen cation i s based h as been co rrn pleted, the Contra cto r sha 11, within 10 ca I e n d a r I a s, su h it a written claim to the RPR who will present rat it to the Owner for consideration in accordance with local lags arordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute fina payment based on Iifferences in melrem ent or com potations. 50-1 .l Value Engineering Cost Proposal. This section shall not be used are this project. + + + F + + + lc!lnr- er nelud ng but net til to I I IIIart r + type, 1 i r3�rr Ir r rt r ti e s rs I I T A REes. rq Epil i iRMIff mm, 0it i i i IN !! 11011111M.0111 i i i i i i walim i i i• i i i i i i i i i i�Mm I I I I ggi�p� i i i ALi i i i i i i i i i a i i ■ i s IN, i ! i i i i i i i i i i i i i i i i T i i ! i i i i i i i i i i i i ii i i MM i i i i i i i i i i Am i i i. i i i i i �1@M i i i i i i O11 N M i i i ! ■ i i i i i i i i A.i t ii i i i i i i i i t i ! i i i i ii i i i i i i i i dill i 1i i !Mrm M.. 3 i i i t 3 i Ig i i i F T T T * F ! i i i ! ! t i i i i i i i i i W.MM i i i i i a i MM. i i i i i i IN i t i i i t i i ■ i i i i ii i MM i1 i i i i i _011i t i iM33RL�W3i F * i i i i M+ i _� v + i + i r T f f t i i ` i III IJOILT T T T T i i 3 T T T T T i Section 50 - 6 Secticn 50 — Control of Work 1 /21/ 018 AC 150/53 70-10H i i i i i i F i ■ i i i■ ; i i ■i i i i i i J i i ii i i i i i i ! T ! 7 i !• 7 7 !•0 ILVMW MW WA w i i i W ■ U i i ■ ■ i i W i i 0 i i T J i i i i i i i J ■ i i i i i i i i i oni ■ i i i i i i i i R.ft- ! i i i i ■! i ■ iPON ! i ! WIVAi i i i i i i i i i; i i i i Z T' T' i T ! i ' ! ! i i i J 3 i i ■ 3 ■ i i L a i i i 3 i i ■ i 3 i i i i t i ■ 3 i !• � � i ! ! �ii i i 0 i Him IIi i i i i ■ i i M.,vMwLwA KNE111"i i i i T ! � ii i aT!i iW.. i 1g." 11.1. i i i1�.i i i i i f i i ii i i i iIffil@11i1.1 i i i i i ■ i i i i i f i ■ i i i i i i i i i i i i i i i i i ■ i i i i i i i i i i i i i i i i • i i i i i i i ■ i i i i i ■ i i E i i i i i i i J i i i i ■ i i i i i i i i i i i i i i i i i i i i i i i i i i i i i i ii i i i i + * R T T f i � bi� P. i 1-11%. + iJ11i i i i i i i i i i• 3 i i i 3 i i i i i i i i i i i i i i i i i i i i i i i i i i i ! i i T i * i A. 01- +10-+i U ii i i i i 11 3 T T T' T T' T T T T' T T i i i A I Jr i i 3 i # i.- !• ! T i i i t i i i i T ! ! !• T T T T ! T T T' T' f T 3 T 3 T ! T T T ! T T i J i i i i i i i i i i i i i i Ji i i i i+ i 3 3 i i i i i i i ! i t i i ii i + JY f T T T T i i i+ i i ; + i i 3+ i i i W+ i i i i■ 3 � i+ lIIIIIItVIWAN t�l�i ■■■l�l1'■J■�J T��T7■■LRT,■■L��1t�i'Jll*4�i��L.�J�■■SwL4���i�J ■J.R�T,LR��J■l�■■L+ T• END OF SECTION 50 Section 50 — Control of Work Section 50 — 7 AC 150/ 5370-1OH 12/ 1/ 018 Intentionally Left Blank Section 50 - 8 Sectisn 50 — Conarol of Work 1 /21/ 018 AC 150/53 70-10H 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 he new (as compared to used or reprocessed). in order to expedite the inspection and testing of materials, the Contractor shall furnish documentation to the RPR as to the origin# composition, and manufacture of all materials to he used in the work. Documentation shall he furnished promptly after execution of the contract but, in all eases, prior to delivery of such materials. At the RPR's option, materials may be approved at the source of supply before delivery. 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 meets the requirements of the pecif i cations; and is listed in AC 150/5 45-5 , Airport Lighting Equipment Certificotfoo Program and Addendum, that is in effect on the date of advertisement. 0-02 Samples., tests, and cited specifications. All materials used in the work shall he inspected, tested, and approved by the R PR before incorporation in the work unless otherwise designated. Any work in which untested materials are used without approval or written permission of the RPR shall be performed at the Contractor's risk. Materials found to he unacceptable and unauthorized will not be paid for and, if directed by the RpR, shall he removed at theContractor's expense. Unless otherwise designated, quality assurance tests will he made by and at the expense of the Owner in accordance with the cited standard methods of ASTIVI, American Association of State Highway a n d Transportation Officials (AASHTO), federal specifications, Commercial Item Descriptions, and all other cited methods, whick a re current on the date of advertisement for bids. The testing organizations performing on -site quality assurance field tests shall have copies of al referenced standards on the construction site for use by all technicians and other personnel. Unless otherwise designated, samples for quality{ assurance will he taken by a qualified representative of the RRR. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of a I I tests will he furnished to the Contractor's representative at their request after review and approval of the i PR. A copy of all Contractor QC test data shall he provided to the RRR daily, along with printed reports, in are 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 Rp R showing all test data reports, plus an analysis of all results sho ring ranges, averages, and corrective action taken ors all faili ng tests. 60-03 Certification of com pliance/analysis (COC/COA). Th e R P R may pe rm it t he u se, p ri or to cam p I i rig and testing, of certain materials or assemblies when accompanied by manufacturers COC stating that such materials or assem blies f uIly comply with the requirements of the contract. The certificate shaI I he signed by the manufacturer. Each lot of such materials or assemblies del vered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. The COA is the manufacturer's COCand includes all applicable test results. Section 60 — Control of Materials Section 60 —1 AC 150/ 5370-1OH 12/ 1/ 018 Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to b i n conformity with contract requirements will be subject to rejection whether in place or not., The forrn and di tribution of certificates of compliance shall be a s approved by the RPR, When a material or assemb ly is specified b "brand name or equal" and the Contractor elects to furnish the specified "or equal,"' 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 alto: a. Conformance to the specified performance, testing, quality or di rn en s ion a I requirements; and f b. suitabi I ity of the material or assembly for the use intended in the contract worl. The RPR shall be the sole judge as to whether the proposed "or equal" is suitable for use in thework. The RPR reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 Plant inspection. The RPR or their authorized representative may inspect, at its source, any pecif ied material or a sern bly to be used in the work. Manufacturing plants m ay be inspected from time to tine 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 orassembl + Should the RPR conduct plant inspections, the following conditions shall exist+ a. The RPR shall have the cooperation and assistance of the Contractor and the producer with whom the Contractor has contracted for materials. b. The RPR 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 RPR, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Place office or working space in a convenient location 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 RPR shall h ave the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 En inner Resident Project Representative (RPR) field office. An E ngi n ee r/R P R fie I d offi ce is not required. 60-06 Storage of materials. Materials shall he .stored 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 RPR. 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 and/or C PP* the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the RPR. Private property ty shall not be used for storage purposes without wrlitten permission of the owner or lessee of such property. The Contractor shall male all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the RPR a copy of the property Owner"s permission. Section 60 - 2 Section 60 —Control of Materials 1 /21/ 018 AC 150/53 70-10H All storage sites on private or airport property shall be restored to their origi n a I condition by the Contractor at their 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 assembler from the site of the work, unless otherwise instructed by the RPR., 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 R P R has appro ed its use in the worl . 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 -furnished materials shall be rude available to the Contractor at the location specified. All costs of handling, transportation from the specified location to the site of work, storage, and i n taIIing Owner -furnished materials shaII be included ire the unit price bid for the contract item in which such Owner -furnished material is used. After a ny Owner -furnished material has been delivered to the location specified, the Contractor shall he repo nsil for a n demurrage, u rr d a rna f loss, or deficiencies that mayoccurduring the Contractor's handling, storage, or use of such owner -furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the owner in making good such loss due to the Contractor's handling, storage, or use of Owner -furnished materials. END OF SECTION 60 Section 60 — Control of Materials Section 60 — 3 AC 150/ 5370-1OH 12/ 1/ 018 Intentionally Left Blank Section 60 - 4 Section 60 —Control of Materials 1 /21/ 018 AC 150/53 70-10H Section 70 — Legal Regulations and Responsibility to Public 70-01 Lars to he observed. The Contractor shall keep fully informed of all federal and state lags, 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 their 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 errs p Ioee. 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 o rk. 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 pr ide 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 he obliged to pay by reason of an infringement, at anytime durinE 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 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) must be shown on the plans and is indicated as follows: 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 RPR. 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 b others whether or not such work by others is listed above. When ordered as extra work by the RPR, 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 he entitled to male any claim for damages due to such authorized work by of hers or for a ny del ay to t he wo rk resu It! ng fro m su ch a uth o rued work.. 70-05 Federal Participation. The United States Government has agreed to reimburse the Owner for some portion of the contract costs. The contract work Is subject to the inspection and approval of duly authorized representatives of the FAA Administrator+ No requirement of this contract shall be construed Section 70 — Legal Regulations and Responsibility to Public Section 70 — 1 AC 150/ 5370-1OH 12/ 1/ 018 as making the United States a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 Sanitary., health, and safety provisions. The Contractor's warksite and facilities shall comply with applicable federal, state, a rid locaI req uirerr ents for heaIth, safety and sanitary provi sicns. 70-07 Public convenience and safety. The Contractor shall control their operations and those of their 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 aircraf-k and vehicular traffic with respect to their own operations and those of their own subcontractors and all suppliers in accordance with Section 40, paragraph 40-05, maintenance of Traffic, and shall limit such operations for the convenience and safety{ of the traveling public as specified in Section 80, paragraph 80-04, Limitation of Operations. Th e Co retractor sh a I I rem ove or co ntrol d e bri s a n d ru bbi s h resu It i ng from its work operations at freq u ent intervals, and upon the order of the RPR. If the RPR determines the existence of Contractor debris in the work site represents a Lazard to airport operations and the Contractor is unable to respond in a prompt and reasonable manner, the RPR reserves the right to assign the task of debris removal to a third part and recover the resulting costs as a liquidated damage against the Contractor. 70-08 Construction Safety and Phasing Plea (CSPP). The Contractor shall complete the work In accordance with the approved Construction Safety and Phasing Plea (C PP) developed in accordance with AC 150 5 70- , Operational Safety on Airports During Construction. The CSPP sheets are on sheets J.01 through J,03 of the project pleas, and are also included as an Appendix to these project specifications. 70-09 Use of explosives. The use of explosives i s not permitted on this project. 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/RPR 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 conduct ire 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 beery 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 their expense, such property to a condition similar or equal to that existing before such damage or injury was done, b repairing, or otherwise restoring as may be directed, or the Contractor shall make good such damage or injury in are acceptable manner. Section 70 - 2 Section 70 — Legal Regulations and Responsibility to Public 1 /21/ 018 AC 150/53 70-10H 70-11 Responsibility for damage claims. The Contractor shall indernnifV and hold harmless the Enginee r/RPR and the Owner a rid their officers, agents, and ernployees f turn a I I 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 thework; 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 are 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 their own 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, their own 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 with heId 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 Openi ng sections of the worm to traffic. If it i s necessa ry for the Co ntra cto r to corn p lete Po rtions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such "phasing" of the work must be specified below and indicated on the approved Construction Safety and Phasing Plan ( P P) and the project plans. When so specified, the Contractor sh a I I com p lete such portions of th e wo rk o n or before th e d ate specif ied o r a s oche r i se s pecif i ed. PHASING IS ADDRESSED IN DETAIL IN THE CONSTRUCTION SAFETY AND PHASING PLAN (C PI ), LOCATED AS AN APPENDIX ITEM IN THIS SPECIFICATION. THE MOST CURRENT ENT ERSI O N OF AX, 150/5370- ,, OPERATIONAL 5AFETY ON AIRPO DURING CONSTRUCTION,. 15 AN APPENDIX ITEM IN THIS SPECIFICATION. Upon completion of any portion of work listed above, such portion shall be accepted by the Owner In accordance with Section 50, paragraph 50-14, Portial Acceptonce, No portion of the work may be opened by the Contractor until directed by the Owner in writing. Should it become necessary to open a portion of the work to traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the RPR, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at their expense. The Contractor shall make their 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. The Contractor m ust conform to safety standards contained in AC 1 0 S 3 70-2 and the approved CSPP. Section 70 — Legal Regulations and Responsibility to Public Section 70 — 3 AC 150/ 5370-1OH 12/ 1/ 018 Contractor shall refer to the plans, specifications, and the approved CRP to identify barricade requirements, temporary and/or permanent markings, airfield lighting, guidance signs and other safety requirements prior to opening up sections of work to traffic., 70-14 Contractor's responsibility for work. Until the R RR's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with Section 50, paragraph 50-14, Partiol Acceptance, the Contractor shall have the charge and care thereof and shall tale 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 occas ion ed by a ray of t he a bove ca uses befo re f ina I accepts n ce a rid s ha I I bea r t he e pe nse t hereof 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 enerny 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 their own 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, seeds n , 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 Contractoes responsibility for utility service and facilities of others. As provided in paragraph 70-04, Restoration of Surfaces D .5turbed by Others, the Contractor shall cooperate with the owner of any public or private utiI ity service, FAA or N O A} or a uti I ity service of a mother government agency that may be authorized by the Owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control 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/or~ in the contract documents. 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. Section 70 - 4 Section 70 — Legal Regulations and Responsibility to Public 1 /21/ 018 AC 150/53 70-10H 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 their plan of operations. Such notification shall be in writing addressed to "The Person to Contact!' as provided in this paragraph and paragraph 70-04, Restorutron of Surfaces Disturbed By Others. A copy of ea c h motif ication s ha I I be give n to th e R P R. 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 are 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 Owners 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 he 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 Contractors commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the RPR. The Contractor's failure to give the two days" notice shall he cause for the owner to suspend the Contractor's operations in the general vicinity of a utility service or fa ci l it . Where the outside limits of an underground utility service have been located and staled on the ground, the Contractor shall he required to use hand excavation methods within 3 feet (1 m) of such outside imIts 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 RPR and shall tale all reasonable measures to prevent further damage or interruption of service. The Contractor, in such everts, shall cooperate with the utility service or facility owner and the RPR continuously until such damage has been repaired and service restored to the satisfaction of the utility or facilityowner. 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 mon i es due or which may become due the Contractor, or their own Surety. 70-15.1 FAA facilities and cable runs. The Contractor is hereby advised that the construction l mIts of the project include existing facilities and buried cable rums that are owned, operated and maintained by the FAA. The Contractor, during the execution of the project work, shall comply with the following: NO FAA -OWNED FACILITIES ARE KNOWN IN THE PROJECT AREA. a. The Contractor shall permit FAA maintenance personnel the right of access to the project work site for purposes of inspecting and mai retaining a II existing FAA owned facilities. b.The Contractor shall provide notice to the FAA Air Traffic organization (TO)/Technicarl Operations/System Support Center (SSC) Point -of -Contact through the airport Owner or manager a minimum of seven (7) calendar days prior to commencement of construction activities in order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages. Section 70 — Legal Regulations and Responsibility to Public Section 70 — 5 AC 150/ 5370-1OH 12/ 1/ 018 C1. If execution of the project work requires a facility outage, the Contractor shall contact the FAA Point -of -Contact a minimum of 72 boors prior to the time of the required outage. d. Any damage to FAA cables, access roads, or FAA facilities during construction caused by the Contractor's equipment or personnel whether by negligence or accident will require the Contractor to re pa i r o r repl ace the d a maged ca bles, access road, or FAA faci lities to FAA r-eq u1i rear e nts.Th a Co rare ctor shall not bear the cost to repair damage to underground facilities or utilities improperly located by the FAA. e. If the project work requires the cutting or splicing of FAA owned cables, the FAA Point -of - Contact shall be contacted a minimum of 72 hours prior to the time the cable work commences. The FAA reserves the right to have a FAA representative on site to observe the e splicing of the a cables as a can it io n of acceptance. All cable splices are to be accomplished in accordance with FAA specifications and require approval by the FAA Point -of -Contact as a condition of acceptance by the Owner. The Contractor is hereby} advised that FAA restricts the location of where splices may be installed. If a cable spl ice is sha I I fu rn ish a rid i nsta I I a s ufficient lengthy of new ca ble t hat e lirn i nates the a need for a ray s pl ice. 70-16 Furnishing ri ht oaf-r ay. The Omer 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 I is bility of public officials. I n ca rry i ng o ut a ray of th e contra ct provi s io ns o r i n exercisi ng any power or authority granted by this contract, there shall be no liability upon the Engineer, RPR, their authorized representatives, or any officials of the Owner either personally or as are official of the Owner. It is u nde rstood that i n su chi m atte rs t hey a ct so lely as agents a n d rep rese ntat Ives of t he 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 real acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the e work, nor shall the Owner be precluded or stopped from recovering from the Contractor or their surety, or both, such overpayment as may be sustained* or by failure on the part of the Contractor to fulfill their obligations under the contract. A waiver on the part of the Owner of are breach of any part of the contract shall not be held to be a waiver of a ny 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 tale necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, asphalts, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70- 0 Archaeological and historical findings. Unless otherwise -specified in this subsection., the Contractor is advised that the site of the work is not within i'1 any property, district, or site, and does not contain any building, structure, or abject listed in the current ,National Register of Historic Places published by the United States Department of interior+ Should the Contractor encounter, during their operations, any building, part of a building, structure,, or object that is incongruous with its surroundings, the Contractor shall immediately iately cease operations in that location and notify the RPR. The RPR will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume operations or to suspend operations as cii rected. Section 70 - 6 Section 70 — Legal Regulations and Responsibility to Public 1 /21/ 018 AC 150/53 70-10H 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 are appropriate contract change order or supplemental agreement as provided in Section 40, paragraph 40- 04, E tro Work., and Section 90, paragraph 90-05$ Payme t for Extra Work. If appropriate, the contract change order or supplemental agreement shall include an extension of contract time in accordance with Section 80, paragraph 0-07, Determination and E ten5ion of Contract Time. 70- 1 Insurance Requirements. Insurance requirements shall meet the requirements of the City of Iowa City, Iowa, as noted below: 1.01 Insurance Requirements A. The Contractor shall purchase and maintain insurance to protect the Contractor and the Jurisdiction against all hazards herein enumerated throughout the duration of the contract. Said insurance. shall be provided by an insurance company or companies, "admitted" or "non - admitted" to do lousiness ire the State of Iowa, having an A.ICI. Best rating of no less than "B+ " B. "Insurance," "insurance policy," or "insurance contract" when used In these specifications shall have the same meaning as "insurance policy" and "insurance contract'' under logo Code Section 507 B. 2. All insura nce required by this section sha I I provide coverage on an occurrence basis, not are a claims -made ba-sis, and the person or other entity shall provide evidence of such coverage through an "insurance Policy," "contract of insurance," or "certificate of insurance" that clearly discloses ors its face coverage on a n occurrence basis. I nsurance coverage required for hazardous materials abatement includ i rig removal of lead, asbestos, PCB"s, or the lifer may be provided on a claims -made basis when it is demonstrated to the satisfaction of the Jurisdiction that occurrence coverage is not reasonably available. C. Except for workers compensation insurance, the Contractor shall purchase and maintain such insurance as will protect the Contractor and the Jurisdiction as set forth below, which may arise out of or result from the Contractors operations under the contract, whether such operations be by the Contractor, its subcontractors or consultants, suppliers, third parties, or the -agents, officers, or employees of any of them. In addition, the Contractor shall purchase and maintain workers compensation insurance to cover its ernployees. 1 _ WorkersCompensation: A standard Workers Compensation policy approved for use ire the State of Iowa shaII be is ued with the foIlow i ng coverages. a_ Statutory Benefits cover-Ing all employees injured on the job by accident or disease as prescribed by Iowa Code Chapter 85., b_ Employers Liability insurance with the following 1 i nits: Bodily injury by accident $500,000 each accident Bodily injury by disease $500,000 each accident Bodily injury by disease $500,000 policy limit 2. orr mercla I General Liability Insurance: No less comprehensive and no more restrictive than the coverage provided by a standard form Commer6al General Liability Policy (ISO CG 0001 or its equivalent) with all standard exclusions with minimum limits shown below covering claims for damages because of bodily injury, personal injury, or damage to property that occur on the premises under contract or arise out of the operations in performance of the contract. Any Section 70 — Legal Regulations and Responsibility to Public Section 70 — 7 AC 150/ 5370-1OH 12/ 1/ 018 additional exclusions shall be identified on the Certificate of Insurance and shall be subject to thereview and approvaloftheJurisdiction. General Aggregate Limit $2,0001000 Prod ucts' o m p leted Operations Aggregate Limit 210001000 Personal and Advertising Injury Limit 1,O001000 Each Occurrence Limit Fire Damage Limit (any one fire) 1000 OO 50�000 ed Ica I Da mage Li rn it (a ny on e pe rso n) $5,000 This insura rice roust include the following features; a. Coverage for all premises and operations. The policy shall be endorsed to provide the Designated Construction Project(s) General Aggregate Limit Endorsement ( ISO CG 2503or its equivalent). b. Personal and advertising injury. e. operations b -independent contractors. d. Contractual liability coverage. If work to be performed by Contractor includes construction or demolition operations within 50 feet of any railroad property} and affecting any railroad bridge or trestle, tracks, roadbeds, tunnel, underpass, or crossing, then such policy will include a Railroad's Contractual Liability Endorsement ( ISO CG 2417 or its equivalent). e. Cove rage for demolition of any building or structure, collapse, explosion,, blasting, e cavatic n, a rid da m age to pro pe rty be law th e su rface of t he gro u rid (XC U coverage). f. Any feI low em plo ee exclusions shall be deleted as it applies to ma nagerial a rid .supervisory employees. q. The policy shall not contain a total or absolute pollution exclusion. Coverage shall be provided far pollution exposures arising from products and completed operations. h. Products and completed operations shall be maintained for the duration of the work; and shall be further maintained for a minimum period of time after final acceptance and payment if required in the Special Provisions. i. Contractual liability coverage will also include contractually assumed defense costs in addition to policy limits. j. In lieu of including the Jurisdiction as an additional insured on the Contractor's Commercial General Liability Insurance, the Jurisdiction, at its option, may require the Contractor to provide an Owner's Protective Liability Policy by Special Pravlsion, or may alloy the Contractor to provide an Owner's Protective Liability Pollcy by Change Order. If an Owner's Protective Liability Policy is provided, the minimum coverage, limits, and exclusions shall be as shown above; and theContractor's premium cost of obtaining such insurance shall be considered incidental to the work and shall not be subject to reimbursement by the Jurisdiction. Section 70 - 8 Section 70 — Legal Regulations and Responsibility to Public 1 /21/ 018 AC 150/53 70-10H .. Automobile Liability Insurance: Covers all owned, non -owned, hired, and leased vehicles with a m1nim um combined slingle limit of $1,000,000 per accident covering claims for damages because of bodily injury, personal Injury, or damage to property that arise out of operations in performance of the contract. The insurance must include contractual liability coverage. Any fellow employee exclusion shall be deleted. The policy shall provide Auto Cargo Pollution Endorsement (ISO CA 99 48 or its equivalent), if required in the special provisions. 4, Railroad Protective Lia bi I it , If required by the Jurisdiction by special provision, or by an affected rai I road, the Contractor shall procure and maintain Railroad Protective Liability Insurance naming the railroad as the insured with minimum limit for bodily injury and property damage (lability of $2,000,000 per occurrence, $6,000,000 aggregate, or with such other limits as the railroad shall require. The original of said policy shall be furnished to the railroad and a certified copy of said policy shall be furnished to the Jurisdiction prior to are construction or entry upon the railroad easement premises by the Contractor. 5. Urn brella/Excess Insurance: At the Contractor's option, the limits specified in Section 1070, 3.021 ) 1, 20 3 may be .satisfied with a combination of primary and Umbrella/Excess Insurance. At the Jurisdiction's option, the m i ni rnum insurance limits specified above may be increased by special provision. This increase may be satisfied with a Combination of primary and Umbrella/Excess Insurance, 6. Additional Insured Endorsements: Except for Workers Compensation, the insurance specified shall: a. Include the Jurisdiction as are additional i nsu red, per Section 1070, 3.O6� B; and b. Be primary to and not in excess of or contributory w1th any other insurance available to the Jurisdiction. 7. Reference to ISO: Wherever the terra "ISO" appears in these specifications, any subsequent equivalent ISO fora or non -I 0 equivalent fora may be used. 21.02 Contractor's Indemnity — Contractual liability Insurance A. To the extent covered by the standard insurance forms listed in Section 1070, 3.0 , the insurance shall include contractual liability{ insurance to cover all indemnification and hold harmless agreements and provisions in the contract documents, including the following provision. B. To the fullest extent permitted by law, the Contractor shall defend indemnify, and hold harmless the Jurisdiction a r d its officers, agents, ernplo ees, and consultants from a r d against all claims, damages, losses, and expenses, including but not limited for attorneys fees, arising out of or re5ulti rig from the performance or prosecution of the work by the Contractor, its subcontractors, agents, or employees; or arisingarisIng from any neglect, default, or mismanagement or omissions by the Contractor, its -su bcontractors or consu Itants, suppliers, third parties, or the agents, officers, or employees of any of therm In the performance of any duties imposed by the contract or by la rd provided any such claim, damage, loss, or expense: 1is attributable to bodily injury, -sicl ness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including economic damages and the less of use resu It i rig therefrom, and Section 70 — Legal Regulations and Responsibility to Public Section 70 — 9 AC 150/ 5370-1OH 12/ 1/ 018 . is caused In whole or in part by any act or omission of the Contractor, its subcontractors or consultants, suppliers, third parties, or the agents, officers, or employees of any of them, or anyone for whose acts any of therm may be liable, regardless whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of -indemnity that mould otherwise east as to any party or person descri bed in t h is su b ectiona C. In any and all claims against the Jurisdiction or the Eng-ineer or any of their agents, officers, errs pIoyees, or consu Itants by any emplo ee of the Contractor, its subcontraMrs or con ultant , suppliers, third parties, or the agents, officers, or employees of any of them, or anyone for whose acts any of them may be liable, the indern nification obl igation under this subsection shall not be limited in anyway byany limitation on the amount or type of damages., compensation, or benefits payable by or for the Contractor or any subcontractor underworkers' compensation acts, disability benefit acts, or other employee ben efltacts. D. The obligations of the Contractor under this subsection shall not extend to the liability of the Engineer, the Engineer's agents, employees, or consultants, arising out of: 1. the preparation or approval of maps, drawings, opinions, reports, surveys, charge orders, design standards, or specifications-- or 2. the giving of or the failure to give directions or instructions by the Engineer, the Engineer's agents, em pIo ees, or consu Itants. provided the preparation or the gaging or failure to give directions or instructions is the sale proximate cause of the 'injury or damage. E, If any litigation on account of such claims shall be commenced against the Jurisdiction, the Contractor, upon notice thereof from the Jurisdiction, shall defend the same at its sole cost and expense; and the record of any judgment rendered against the Jurisdiction on account of such claims for damages shall be conclusive as against said Contractor and entitle the Jurisdiction to recover the full amount thereof, with interest and cost, and attorneys fees incurred by said Jurisdiction, whether the J urisdiction paid such amounts or not. 21.03 Contractor's Insurance for Other Losses; Ufa aver of Subrogat1on A. The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tOOls D ned by the mechanics; or any tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, its subcontractors or consultants, suppliers, third parties, or the agents, officers, or employees of any of them; or to any shed or other temporary structures, scaffolding and stagings, protective fences, and bridges belonging to the contractor, its subcontractors or consultants, suppliers, third parties, or the agents, officers, or employees of any of them, not covered by the Jurisdiction's Builders Risk Insurance. Section 70 - 10 Section 70 — Legal Regulations and Responsibility to Public 1 /21/ 018 AC 150/53 70-10H B. Contractor shall cause each of its subcontractors, consultants, suppliers, third parties, or the agents of any of them, to carry Insurance sufficient to cover all Ions to such materials, tools, motor vehicles, grid equipment, All insurance carried by the Contractor, or Its subcoritractaf5, consultants, suppliers, third pa rties or the agents of any of them, covering risk of Ions or damage to materials, tools, motor vehicles, and equipment used in the performance of the Work, , shall provide a waiver of subrogation against the Jurisdiction. To the extent that any subcontractors, consultants, suppliers, th ird pa rties or the agents of any of them, do riot provide such coverages, any urn i nsured loss sha II be the sole responsi bi lity of the Contractor. 1.04 Property Insurance A. When stated In the special provisions, the Jurisdiction shall purchase and maintain property insurance, a. k.a. Builder's Risk Insurance, In the amount of the initial bid amount, or in an amount equal to the estimated value of actual bui Idi rig construction, whichever is less, as well as applicable modifications thereto for the entire work at the site on a replacement cost basis. Such property insurance shall be maintained, unless otherwise provided in the contract documents or other -wise agreed in writing by all persons and entities who are beneficiaries of such insurance, until final acceptance of the work by the Jurisdiction. The insurance shall include i nte rests of the Jurisdictions the Contractor, su beentractors, and sub -subcontractors in the work. This property} i nsu rance covering the wo rk w i I I have a deductible of $5,000 for each occurrence, or as stated in the special previsions, which will be the responsibility of the Contractor. B. Property insurance shall be on are all-risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including, without d uplicat!Dn of CDveragel flood and earthquake, theft, vandal ism, malicious mischief, collapse, falsework, temporary bus Ids rigs and debris removal, including demolition occasioned by enforcement of any applicable legal requirements, and shall cover reasonable compensation for the Jurisdiction's services and expenses required as a result of such insured Ions. Coverage for other perils shall not be required unless otherwise provided in the contract documents. C. Unless otherwise provided in the contract documents, this property insurance shall corer portions of the work stored off the site, after written approval of the Jurisdiction, at the value established in the approval, and portions of the work in transit. Coverage for work stored off the site and in transit wil I be not less than 10% of the policy amount. x x insureds-.- E. Loss of Use Insurance: The Jurisdiction, at the Jurisdiction's option, may purchase and maintain insurance to insure the Jurisdiction against loss of use of the I urisdiction's property{ due to fire or other hazards, however caused. In the event the Jurisdiction purchases such Insurance, the Jurisdiction shall waive all rights of action against the Contractor for loss of use of the Ju risd iction's property, including consequential losses due to fire or other hazards, however caused. Section 70 — Legal regulations and Responsibility to Public Section 70 a 11 AC 150/ 5370-1OH 12/ 1/ 018 F. If the Contractor requests in writing that insurance for risks other than those described herein or for other special hazards be included in the property Insurance policy, the Jurisdiction shall, if possible, include such insurance, and the cast thereof shall be charged to the Contractor by appropriate change order. G. If during the project construction period, the Jurisdiction insures properties, real or personal or both, adjoin i rig or adjacent to the site by property insurance under policies separate from those i n uri ng the project or if after final acceptance, property insurance is to be provided on the completed project through a policy or policies other than those in -Suring the project during the construction period, th e J urisdiction shall waive a I I rights accord i rig to the terms of Section 1070, .051 I, for damages caused by fire or other perils covered by this separate property insurance. All separate policies shaI I provide this wa iver of subrogation by endorsement or otherwise. H. Before an exposure to lass may occur, the Jurisdiction shall file with the Contractor a copy of each policy that includes insurance coverages required by this .section. Each policy shall contain all generally applicable conditions, definitions, exclusions, and endorsements related to this project. Each policy steal I contain a provision that the policy will not be cancelled or allowed to expire until at least 30calendar days prior written notice has been given tothe Contractor. I. Waivers of Subrogation, The Jurisdiction and Contractor waive all rights against (1) each other and any of their subcontractors, sub -subcontractors, agents, and employees, each of the other, and () the Jurisdiction's consultants, separate contractors, if any, and any of their subcontractors, sub -subcontractors, agents, and employees, for damages caused by fire or other perils to the extent covered by property insurance obtained pursuant to this section or other property insurance applicable to the work, except such rights as they have to proceeds of such insurance geld by the Jurisdiction as fiduciary. The Jurisdiction or Contractor, as appropriate, shall require of the Jurisdiction's consultants, separate contractors, if any, and the subcontractors, sub -subcontractors, agents, and employees of any of them, by appropriate agreements, written where legally required for validity, similar waivers each in favor of other parties enumerated herein. The policies .shall provide such waivers of subrogation by endorsement or otherwise. A waiver of subrogation shall be effective as to a person or entity even though that person or entity would otherwise have a duty of indemnification, contractual or otherwise, did not pay the insurance premium directly or Indirectly, and whether or not the person or entity had an insurable interest in the property damaged. J. A loss insured under the Jurisdiction's property insurance sha I I be adjusted by the Jurisdiction as fiduciary and made payable to the Jurisdiction as fiduciary for the insureds, as their interest may appear, subject to requirements of any applicable mortgagee clause and of Section 1070, 3.05, K. The Contractor shall pay subcontractors their shares of insurance proceeds received by the Contractor, and by appropriate agreements, written where legally required for validity, shall require subcontractors to make payments to their sub- subcontractors in a similar manner. I . The Jurisdiction as f iduciary sha I I have power to adjust a rid settle a loss with insurers un less one of the parties in interest shall abject in writing within five calendar days after occurrence of lass to the Jurisdiction's exercise of this power; if such objection be made, arbitrators shall be chosen according to Section 1040, 1.10, D, provided one arbitrator shall be appointed by the Ju risd ictiarnx one by the party i n interest making abjection, and the third to be appointed by the two arbitrators thus chosen, Arbitration shall thereafter proceed as provided in Section 1040, 1,10, E through G. The Jurisdiction as fiduciary shall, in that case, make settlement with insurers according to the direction of such arbitrators. If distribution of insurance proceeds by arbitration is required, the arbitrators will direct such distribution. Section 70 - 12 Section 70 — Legal Regulations and Responsibility to Public 1 /21/ 018 AC 150/53 70-10H L. Partial occupancy or use of the work shall not commence until the insurance company or companies provided property insurance have consented to such partial occupancy or use b endorsement or otherwise. The Jurisdiction and the Contractor shall take reasonable steps to obtain consent of the insurance company or companies and shall, without mutual written consent, tale, no action with respect to partial occupancy or use that would cause cancellation, lap -se, or redo on of insurance. M. Installation Floater, Under contracts where the Jurisdiction does not provide Builders Risk Insurance, the Jurisdiction may by special provision require the Contractor to provide coverage under an "Installation Floater' covering all materials, fixtures, equipment, and -supplies provided for the job. Such insurance shall be on are "all risk' form in an amount equal to the maximum value of such materials, equipment, ar supplies covered on the job site, off -premises at are temporary storage location, or in transit. The Installation Floater covering the equipment shall have a maximum deductible no greater than $5,000 for each occurrence, which will be the responsibi I ity of the Contractor. 21.05 Endorsement Naming Jurisdiction as an Additional Insured / Cancellation of and Material Change / Governmental Immunities Endorsement A- All I iabiIity i nsurance poI icier the Contractor is required to provide pu rsuant to th is Section 1070, Part 3 - Bonds and I nsurance shall be by endorsement name and designate the Jurisdiction as are additional insured. B, The Additional Insured Endorsement shall include the following provisions: The Jurisdiction, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees, and volunteers, and all its officers, agents, and consultants, are named as Additional Insureds with respect to liability arising out of the Contractor's work and services performed for the Jurisdiction. This coverage shall be primary to the Additional Insureds, and not contributing with any other insurance or similar protection available to the Ad&tioral Insureds, whether other available coverage by primary, contributing, or excess. The Additional Insured Endorsement shall be included on all Commercial General Liability, Automobile Liability, and Umbrella/Excess Insurance policies. C. The Cancellation and Material Charge Endorsement shall include the following provisions: Thirty calendar days advance written Notice of Cancellation, Non -Renewal or Reduction in Insurance coverage and/or Limits, and 10 calendar days written Notice of Non-payment of Premium, shall be seat to the Jurisdiction at the office and attention of the Certificate Holder. This endorsement supersedes the standard cancellation statement on the Certificate of Insurance to which this endorsement is attached. This Cancellation and ,Material Change Endorsement shall be included on Insurance policies required by the SU DAS Standa rd pecif!cation s. D. All liability policies that include the Jurisdiction as an additional insured shall include a Governmental Immunities Endorsement, pursuant to Iowa Code Section 670.4, which endorsement shall include the following provisions: 1, Non a fiver of Government Immunity-. The insurance carrier expressly agrees and states the purchase of this policy and including the Jurisdiction as an Add itiora I I nsu red does not wa ive Section 70 — Legal Regulations and Responsibility to Public Section 70 a 13 AC 150/ 5370-1OH 12/ 1/ 018 any of the defenses of governmental immunity available to the I urisdictio n Linder Iowa Code Section 670.4as it now exists and as It may beam dedfromtimetotime. Claims overage: The insurance carrier further agrees this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under Iowa Code Section 670.4 as it now exists and as it may be amended from time to time. . Assertion of Government Immunity: The Jurisdiction shall be responsible for asserting are defense of governmental Immunity, and may do so at any time and shall do so upon the timely written request of the insurance carrier. Nothing contained in this endorsement shall prevent the carrier from asserting the defense of governmental immunity on behalf of the Jurisdiction. 4_ Non -Denial of Coverage; The insurance carrier shall not deny coverage or deny any of the rights and be nef its accrui ng to the J urisdiction u rider th is policy far rea On5 of gave rn m e nta Immunity unless and until a court of competent jurisdiction has ruled in favor of the defenses) of governmentaI irnrnu n ty asserted by theJu rind iction. . No other Change in Policy: The Insurance carrier and the Jurisdiction agree the above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. This Government Immunities Endorsement shall be included on all insurance policies that include the J uri5diction as Additional Insured, E_ All liability policies purchased In the Jurisdiction's name shall include a Governmental Immunities Endorsement, pursuant to Iowa Code Section 670.4, which endorsement shall Include the following provisiorns- I , Bon a fiver of Government Immunity: The insurance carrier expressly agrees and states the purchase of this policy does not waive any of the defenses of governmental immunity available to the Jurisdiction under Iowa Code SectIon 670,4 a it now exists and as it may be amended from time to time. . Claims Coverage. The insurance carrier further agrees this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under Iowa Code Section 670.4 as it now exists and as it may be amended from time to time. 3. Assertion of Government Immunity: The Jurisdiction shall be responsible for asserting any defense of governmental Immunity, and may do so at any time and shall do so upon the timely written request of the insurance carrier. Nothing contained in this endorsement shall prevent the carrier from asserting the defense of governmental immunity on behalf of the Jurisdiction. 4. Non -Denial of Coverage: The insurance carrier shall not deny coverage or deny any of the rights and benefits accruing to the Jurisdiction under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental irr mu n1ty asserted by the Jurisdiction. Section 70 - 14 Section 70 — Legal Regulations and Responsibility to Public 1 /21/ 018 AC 150/53 70-10H No Other Change in Policy: The insurance carrier and the Jurisdiction agrees that the above preservation of governmental immunities shall not otherwise change or alter the coverage available under th is policy. This Government Immunities Endorsement shall be included in all In5ura nce Policies in the Jurisdiction's name. 1.06 Proof of Insurance A. The Contractor shall, prior to the Jurisdiction's approval and execution of the Contract, provide to the Jurisdiction a certificate or certificates of insurance evIdencing all required insurance coverages as required in this section 1070, Part B — Beads and Insurance, utilizing the ACORD certificate form, or eq uiva lent, required by the Jurisdiction. The Certificate of Insurance requirement may be satisfied witha blanket certificate. B, The Descrl ption of Operations on the Certificate of Insurance for the work must state either: 1) Blanket certificate of coverage of all work, services, or projects with the Jurisdiction, or ) Identify the specific project by name and project number. The Contract wil I not be submitted for approval execution by the Jurisdiction until all certificates of insurance are correct and have received staff approval. C. The Cancellation statement on the Certificate of Insurance shall be superseded by the ancellation and Material Changes Endorsement, which shall be attached to the certificate. D, All endorsements required for the work shall be attached to the appropriate Certificate or Certificates of Insurance and shall be, on the face thereof, listed byname. E, If an Owner's Protective Policy is provided, the policy with appropriate endorsements shall be submitted to the Jurisdiction. The Contract will not be submitted for approval and execution b the Jurisdiction until the Owner's Protective Policy and all certificates of insurance are correct and have received staff approval. 1.07 Notification In Evert of Lialb IIty or Damage A. Upon the occurrence of any event, the liability for which is herein assumed by the Contractor, the Contractor agrees to forthwith notify the Jurisdiction in writing of such happening, which notice shall give the details as to the happening, the cause as far as can be ascertained, the estimate of Ions or damage done, the names of witnesses, if any, and stating the amount of are claim, B_ In the event the Jurisdiction has or obtains actual Knowledge of any event that may result in a claim, the I is bil ity for which is herein assumed by the Contractor, the Jurisdiction agrees to notify the Contractor of such evert within a reasonable period of time after acquiring knowledge thereof; provided however, the Jurisdiction shall have no duty to inspect the project to obta i n knowledge ledge of such everts; and provided further the Jurisdiction's failure to so notify the Contractor shall not relieve the Contractor of any I lability or obligation herein assumed b the Contractor. END OF SECTION 70 Section 70 — Legal Regulations and Responsibility to Public Section 70 a 15 AC 150/ 5370-1OH 12/ 1/ 018 Intentionally Left Blank Section 70 - 16 Section 70 — Legal Regulations and Responsibility to Public 1 /21/ 018 AC 150/53 70-10H Section 80 — Execution and Progress 0-01 Subletting of contract.. The Owner i I I not recognize any subcontractor on the work. The Contractor shall at all tires 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 Resident Project Representative (RPR). The Contractor shall perform, with his organization, an amount of work equal to at least Twenty -Five percent (25%) of the total contract cost. Should the Contractor elect to assign their 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. The Contractor shall provide copies of all subcontracts to the RPR 14 days prior to being utilized on the project. As a minimum, the information shall include the fol to i ng: Subcontractor's legal company name. * Subcontractor's legal company address,, including County name. • Principal contact personrs name, telephone andfaxnumber. Complete narrative description, and dollar value of the work to be performed by the subcontractor. 0 Copies of required insurance certificates in accordance with the specifications, 0 Minority/ non -minority status. 80-02 Notice to proceed (NTIP). The Owners notice to proceed will state the date on which contract time commences. The Contractor is expected to commence project operations within tern (10) days of the NTP date. The Contractor shall notify the R P R at least 24 hour i n advance of the time contract operations begins. The Contractor shall not commence any actual operations prior to the date on which the notice to proceed is issued by the Owner. For this project, NTP will not be issued until the Contractor has received all equipment needed for the project so they may proceed without delay. 80-03 Execution and progress. Unless otherwise specified, the Contractor shall submit their coordinated construction schedule showing all work activities for the RPR's review and acceptance at oast 10 days prior to the start of work. The Contractor's progress schedule, once accepted by the RPR, ill represent the Contractor's baseline plan to accomplish the Project in accordance with the terms and conditions of the Contract. The RPR will compare actual Contractor- progress against the baseline schedule to determine that status of the Contractor's performance. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the RPR'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 RPR at least 24 hours in advance of resuming operations. The Contractor shall not commence any actual construct -Ion prior to the date on which the NTP is issued by the One r+ Section 80 — Execution and Progress Section 80 — 1 AC 150/ 5370-1OH 12/ 1/ 018 J f x + The Contractor shall maintain the work schedule and provide are update and analysis of the progress schedule on a trice 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+ 0-04 Limitation of operations. The Contractor shall control their operations and the operations of their subcontractors and all suppliers to provide for the free and unobstructed movement of aircraft in the air operations areas (AO) of the airport. When the work requires the Contractor to conduct their operations within an AOA of the airport, the work shall be coordinated with airport operations (through the RPR) at least 48 hours prior to commencement of such work. The Contractor shall not close an AEA until so authorized by the RPR and until the necessary temporary marking, signage and associated lighting is in place as provided in Section 70, Pa ragra p h 70-0 , Construction Safety and Phasing Plan (CSPP) 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 AC); and immediately{ obey all instructions to resume work in such AOA. Failure to maintain the specified communications or to obey instructions shall he cause for suspension of the Contractor's operations In the AOA unti satisfactory} conditions are provided. The areas of the AOA identified in the Construction Safety Phasing Plan (CSPP) and as listed below, cannot he 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: CLOSED AREAS AND LIMITATIONS IN ANY GIVEN AREA ARE ADDRESSED IN DETAIL IN THE CONSTRUCTION SAFETY AND PHASING PLAN (CSPP)., LOCATED AS AN APPENDIX IN THIS 5PECIFIG4TIDN. The Contractor shall be required to conform to safety standards contained in AC 150 5 70- 0 Operational Safety on Airports During Construction and the a pproved CSPP. 0-04.1 Operational safety on airport during construction. All Contractors' operations shall be conducted in accordance with the approved project Construction Safety and Phasing Plan ( PP) and the Safety Plan Compliance Document ( PCD) and the provisions set forth within the current version of AC 150/5 70- . Operational Safety on Airports During Construction, 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 SPCD that d eta i Ii 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 as -sure compliance with the safety plan measures. Section 80 - 2 Section 80 — Execution and Progress 1 /21/ 018 AC 150/53 70-10H The Contractor 'i's responsible to the Owner for the conduct of all subcontractors lit employs on the project. The Contractor shall assure that all subcontractors are rude aware of the requirements of the CSPP and SPCD and that they implement and ma al I accessary measures. No deviation or modifications may he made to the approved CSPP and SPCD unless approved ire writing by the Owner and coordinated with the FAA. The necessary coordination actions to review Contractor proposed modifications to are approved CSPP or approved SPCD can require a significant amount of time. 0-05 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 si illed work shall have sufficient experience in such work and in the operation of the equipment required to perform the worksatisfactorily. 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 RPR, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the RPR, be removed immediately by the Contractor or subcontractor employing such person, and shall not be employed again in any portlan of the work without approval of the RPR. Should the Contractor fail to remove such person or persons, or fail to furnish suitable and sufficient personnel for the proper execution of the work, the RPR 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 5atisfactory quality of work. Equipment used on any portion of the work shall not cause injury to previously completed work, adjacent property, or existing airport facilities due to its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed i n 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 otherwise authorized by the RPR. If the Contractor desires to use a method or type of eq u i pment oth e r tha n specif ied i n t he cc) retract, the Co ntractor may req u est a utlhority f rom the IMP R 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 male the charge. 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 RPR determines that the work produced does not meet contract requi reanent , the Contractor shall discontinue the use of the substitute method or equipment and shall complete the rem aiinin work with the specified methods aind equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the RPR may direct. No change will be made in ba-sis of payment far the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this paragraph. Section 80 — Execution and Progress Section 80 — 3 AC 150/ 5370-1OH 12/ 1/ 018 0-06 Temporary suspension of the work. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods the Owner may deem necessary, due to unsuitable weather, or other conditions considered unfavorable for the execution of the work, or for such time 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 evert 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 reirn burled for actual money expended on the work during the period of shutdown. No allowance will be rude for anticipated profits. The period of shutdown shall be computed from the effective date of the written order to suspend work to the effective date of the written order to resume the work. Claims for such compensation shall be filed with the RPR within the time period stated in the RPR's order to resume work. The Contractor shall submit with their own claim information substantiating the amount shown on the claim. The RPR will forward the Contractor's claim to the Owner for consideration in accordance with local lags or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather or for any other delay provided for in the contract, plans, or specifications. If it beco rnes nece sa ry to su pen d wo rf for a n i nd of 1 n ite pe riod, the Contractor sha I I sto re a I I mate ri a in such manner that they will not become an obstruction nor become damaged aged 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 far traff is on, to, or from the airport. 0-07 Determination and extension of convect time. The ti me for completion (stated as number of Calendar Days, number of Working Days, or based on a specified Completion Date) shall be stated in the proposal and contract and shall beknown astheContractTime. If the contract time requires extension for reasons beyond the Contractor's control, it shall be adjusted as follows: 0-7*1 Contract time based on Working Days. Contract time based on working days shall be calculated weekly by the Resident Project Representative (RPR). The RPR will furnish the Contractor a copy of their weekly statement of the number of working days charged against the contract time during the week and the number of warping 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 ha nge Orders or Supplemental Agreements covering ExtraWork). The weekly statement of contract time charged is based on the fallowing considerations: (1) Time will be charged for days on which the Contractor could proceed with scheduled work under construction at the time for at least six (6) hours with the normal work farce employed on such items. When normal work force is a double -shift, use 12 Fours, and when the normal work force is on a triple -shift, use IS Fours. Conditions beyond the Contractor's control such as strifes, lockouts, unusual delays in transportation, temporary suspension of the scheduled work iterns under construction or temporary suspension of the entire worl which have been ordered by the Owner for reasons not the fault ofthe Contractor, shall not be charged agai rest the contract tirne- 42j The RPR will not make charges against the contract time prior to the effective date of the notice to proceed. (3) The RPR will begin charges against the contract time on the first working day after the effective date of the notice to proceed. Section 80 - 4 Section 80 — Execution and Progress 1 /21/ 018 AC 150/53 70-10H (4) The f PR will not male charges against the contract time after the date of final acceptance as defined in Section 50, paragraph 50- 14, Final Acceptance+ (5) The Contractor will be allowed one (1) week in which to file a written protest setting forth their own objections to the RPRls weekly statement. If no objection is filed within such specified time, the e weekly statement shall be considered as acceptable to the e Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the section 20, paragraph 0-05, Interpretation of Estimated Proposal Quantities. Should the satisfactory co m pletic n of the co ntract req u i re pe rforma nce of work i n greater q ua ntities th a n those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. 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 paragraph 0-07 f Determination and Extension of Contract Time) the sum specified in the contract and proposal as liquidated damages (LD) will be deducted from any money due or to become due the Contractor or their- own 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 erg i neeri ng servi cos that wi I I b i ncu rred by the Ow nor shou I d the Contra ctor fa i i to corms pl etc th e work in the time provided in their contract. Schedule Liquidated damages Cast Allowed Construction Time Phase 1 $500 /Working Day 10 Working Days Project Closeout (Punchlist Items �z50 j Calendar Day Start Date is Final Inspection — 21 and Documentation) Calendar Days The maximum construction time allowed for all Phases will be the sum of time allowed for individual schedules but not more than 10 (Thirty) Working Days for the Base Bid (to Substantial Completion, not including Project Closeout). Liquidated Damages are predicated on total Working Days. The Engineer will coordinate issuing the NTP with the Contractor to ensure they have time -sensitive equipment prior to NTP. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, ill in no way operate as a waiver on the part of the Owner of any of its rights under the contract. 80-09 Default and termination of contract. The Contractor shall be considered in default of their contract and such default gill be considered as cause for the Owner to terminate the contract for an of the following reasons, if the Contractor: a. Fai l s to begi n the work u nde r the cunt ra ct w ith i n the ti me s pecifi ed i n th e N otice to P roceed, or b. Fails to perform th e 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 su ch work a s may be rejected as u matte pta b le a rid u nsuita ble f or d. Discontinues the execution of the a work., or Section 80 — Execution and Progress Section 80 — 5 AC 150/ 5370-1OH 12/ 1/ 018 e. Fails to resume work which has been discontinued within a reasonable time after notice to do o, or f. Becomes insolvent or is declared bankrupt, or Corr mits any act of ba n kru ptcy or insolvency, or g. Allows any final judgment to stand against the Contractor unsatisfied for a period of 10 days, or h. Isla lies a n a sirs m ent for the ben of it of cred ito rs, o r i. For any other cause what never, fails to carry on the work ire a n acceptable manner. Should the Owner consider the Contractor in default of the contract for any reason above, the Owner shall 1 rr mediate Iy give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor ire default and th e Own e r-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 RPR of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full poorer and authority without violating the contract, to take the execution of the work out of the hands of the Contractor. The Omer 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 are agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the RPR 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. 0-10 Termination for national emergencies. The Owner shall terminate the contract or po rt i o n 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 Prey i dent 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 iterns of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the Intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shorn by recei pted bills and actual cost records at such points of delivery as may be designated by the RPR. Termination of the contract or a portion thereof shall neither relieve the Contractor of their responsibilities for the completed work nor shall it relieve their surety of its obligation for and con tern i rig a ny j ust cl a i m a nisi ng o ut of the work performed. Section 80 - 6 Section 80 — Execution and Progress 1 /21/ 018 AC 150/53 70-10H 80-11 Workr ., storage area and sequence of operations. The Contractor r �ha I I � ��� i n approval from the RPR 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 work in accordance with the approved CSPP and SKID. GI 1XIIAltai 111DO I:i1] Section 80 — Execution and Progress Section 80 — 7 AC 150/ 5370-1OH 12/ 1/ 018 Intentionally Left Blank Section 80 - 8 Section 80 — Execution and Progress 1 /21/ 018 AC 150/53 70-10H Section 90 — measurement and Payment 90-01 Measurement of quantities. All work completed under the contract will he measured by the RPR, or their authorized representatives, using United States Customary Units of Measurement. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will he those methods generally recognized as conforming to good engi nee ring practice. Unless otherwise specified, longitudinal measurements for area computations will he 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 ill be the neat dimensions shown on the plans or ordered in writing by the RPR. 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 he measured parallel to the base or foundation upon which such items are placed. 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+ When requested by the Contractor and approved by the RPR in writing* material specified to he measured by the cubic yard (cubic meter) may be weighed, and such Freights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will he determined by the RPR and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Measurement and Payment Terms Tern Description Excavation and I n computing volumes of a cavation f the average end area method will be used Embankment Volume unless otherwise specified. Measurement and The terra 'ton" will mean the short tarp consisting of 2,000 pounds (907 m) Proportion by Weight ht avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, independently certified scales by competent, qualified personnel at locations designated by the RPR,, If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid r. H o eve r$ ca r we ights wi I I n of be accepte hle for rate ri a I to be passed through mixing plants. Trucks used to haul material being paid for by weight shall he weighed empty daily at such times as the RPR directs, and each truck shall hear a plainly legible identification mark. Section 90 — Measurement ent and Payment Section 90 —1 AC 150/ 5370-1OH 12/ 1/ 018 Term Description Measurement by Materials to be measured by volume in the hauling vehicle shall be hauled in Volume approved vehicles and measured therein at the point of delivery. Vehicles for his purpose may be of an -sizeort peacceptableforthematerialshauled, provided that the body is of such shape that the actual contents may be readily and accurately determ ined. All vehicles shall be loaded to at least their water level capacity, and a II loads shall be leveled when the vehicles arrive at the point of delivery. Asphalt Material Asphalt materials will be measured by the gallon (liter) or ton (kg). When measured by volume, such volumes will be measured at 60¢F (16" ) or will be corrected to the vol u rrn e at 60O F (160C) using TM D1 50 for asphalts. Net certified scale weights or weights based on certified volumes in the case of rail shipments wilI be used as basis of measurement, subject to correction when asphalt material has been last from the car or the distributor, basted, or otherwise not incorporated in the work. When asphalt materials are shipped b ru ck or transport, net certified weights by volume, subject to correction for loss r faarning, wilI I be used for computing quantities. Cement rCeirrient will be measured by the tarp (kg) or hundredweight (km). Structure Structures will be measured according to neat lines shown on the plans or a a Itered to fit f iel d cored ition s . Timber 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. Plates and Sheets The thickness of plates and galvanized sheet used in the manufacture of co rrugate d meta I pi pe, m eta I plate pi pe cu Iverts a rid a rches, a nd m eta I cri bbi ng ill be specified and rneasur-ed in decimal fraction of inch. Miscellaneous items When standard manufactured items are specified such as fence, wire, plates, rolled shapes pipe conduit, etc.* a rid these items are identified by gauge, unit eight, 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 Scales must be tested for accuracy and serviced before use. Scales for weighing materials which are required to he proportioned or measured and paid for b eight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Platform scales shall be installed and mail ntained with the platform level and rigid bulkheads at each end. Scales shall be accurate within 0.5% of the correct weight throughout the range of use., The Contractor shall have the scales checked under the observation of he RPR 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 0.1% of the nominal rated capacity of Section 90 - 2 Section 90 — Measurement and Payment 1 /21/ 018 AC 150/53 70-10H Term Description he scale, but riot lass than one pound (454 grams). The use of spring ba lances will not be permitted. I n the event inspection reveaIs the scales have been Uoverweighing" (indicating more than correct weight) they w I I be immediately adjusted. All materials received subsequent to the a last previous correct we! ght i rig-accu racy test will be red used by t he percentage of a rror i n excess of 0.5%. 1 n the evert inspection revea Is the scales ha ve been under -weighing (indicating less than correct weight), they shall be immediately adjusted. No additional payment to the Contractor will be allowed for materials previously weighed and recorded. Beams* dials, platforms, and other scale equiprnent shall be so arra aged that the operator and the RPR can safely and conveniently view therm. gale installations shall have available tern standard 50-pound (2- Ism) weights for sting the weighi rig equipment or suitable weights and d evices. for other approved equipment. I costs in connection with furnish7ing, in taIli ng, certifying, testing, and maintaining scales; for furnishing check Freights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included i n the unit contract prices for the various Items of he project. Rental Equipment Rental of equipment will be measured by time in hours of actual working time and necessa ry trave 1 i rig time of the equipment ithi n the limits of the work. Special equipment ordered in connection with extra work will be measured as agreed in the change order or supplemental agreement authorizing such work as provided in paragraph 90-05 Poymentfor Extra Work. Pay Quantities 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 paym ent for su ch s pecif is portion of th e work Sri I I be ma d e, u n less th e d i m erg s io n-s of sa id portio ns of the pro rk shorn on the pl a ins a re revised by th e RPR. If reprised dimensions result in an increase or decrease i n the quantities of such work, the final quantities for payment will be reprised in the amount represented by the authorized changes in the dimensions. 90-02 Scope of payment. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials} for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the execution thereof, subject to the a provisions of Section 70, paragraph 70-1 , No Waiver of Legal Rights. 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 eI5e here in the contract, plans, or specifil cations. ecti o n 90 — Mea u rement a nd Pal e nt Section 90 — 3 AC 150/ 5370-1OH 12/ 1/ 018 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 Section 40, paragraph 40-0 , Alteration of Work and Quantities, 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 heir own unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 Payment for omitted items. As specified in Section 40, paragraph 40-03, Omitted Items, the RPR shall have the right to omit from the work (order nonperformance) any contract item, except major contract items., in the hest interest of the Owner. Should the RPR emit or order nonperformance of a contract item or portion of such item from thework, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the RPRfs 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 RPR's order mill be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided{ the Contractor shall be reimbursed for all actual casts incurred for the purpose of performing the omitted contract item prior to the date of the RPR's order. Such additional costs incurred by the Contractor must he 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. 90-0.5 Payment for extra work. Extra work, performed in accordance with Section 40, paragraph 40-04, Extra Work, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the antra work. 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 RPR, of the value of the work performed and materials complete and in place? in accordance with the contract, plans, and specifications. Such partial payments may also 'Include the delivered actual cost of those materials stockpiled and stored in accordance with paragraph 0-07, Parent for Materiols on Hord. No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars. a. From the total of the amount determined to be payable on a partial payment, % (five percent) of such total amount will be deducted and retained by the Owner for protection of the Owner"s interests. Unless otherwise instructed by the Owner, the amount retained by the Owner will be i n effect u nti l the fi na I payment is made except as follows: (1) Contractor may request release of retai rage on work that has been partially accepted by the Owner in accordance with Section 50-03} Contractor must provide a certified invoice to the RPR that supports the value of reta image held by the Owner for partially accepted work. (2) In lieu of reta inage, the Contractor may exercise at its option the establishment of are escrow account per paragraph 90-0 . Section 90 - 4 Section 90 — Measurement and Payment 1 /21/ 018 AC 150/53 70-10H b. 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. Contractor must provide the Owner evidence of prom pt a rid full payment of r ta 1 r age held by the prime Contractor to the subcontractor within 30 drys after the subcontractor'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. c. When at least 95 of the work has been completed to the satisfaction of the RPR, the RPR shall, at the owner's discretion and with the consent of the surety, prepare estimates of loth the contract value and the cost of the remaining work to be done. The Owner may retain an amount not less than t is the contract lug restimated t, whichever is greater, of the work remaining to he dome. 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 he entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered b approved change orders or supplemental agreements, except when such a cess quantities have been determined by the RPR to be a part of the final qua ntity for the item of work in question. No partial payment shall hind 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 paragraph 90-09, Accepto ce and Final Payment. 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 foes the Owner may be compelled to pay in discharging any such lien or claim. 90-07 Payment for materials on hand. Partial paVment5mav be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled ire a manner acceptable to the RPR at or on an approved site. b. The Contractor has furnished the RPR with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the RPR 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 stored or stockp Il od. e; The Contractor has furnished the Owner evidence that the material stored or stockpiled is insured against loss bV damage to or disappearance of such materials at any time prior to use in the work. ecti o n 90 — Measu rement a nd Pa lme nt Section 90 — 5 AC 150/ 5370-1OH 12/ 1/ 018 It is understood and agreed that the transfer of title and the e Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of their responsibility for furnishing and placing such rn aterla Is 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 mate ri a I s o r the contra ct price for the co ntract ite rn i n wh ich the m ateria I is i me nded to be u sed . No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear a I I costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this paragraph. 90-08 Payment of withheld funds. At the Contractor's option, if an Owner withholds retarinage in accordance with the methods described in paragraph 90-06 Partiol Payments, the Contractor may request that the Owner deposit the reta i nage into an escrow account. The Owner's deposit of retain age i nto an escrow account is subject to the following conditions: a. The Contractor shall hear 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 certif icates of deposit as are acceptable to the owner and havi rig 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 Section 50, paragraph 50-15, Final Acceptance, the RPR wIll prepare the final estimate of the items of work actually performed. The Contractor shall approve the RPR"s final estimate or advise the PPR 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 b change order or supplemental agreement. The Contractor and the RPR 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 RPR's final estimate. If, after such 30-day period, a dispute still exists, the e ontractormay approve the RPR'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 Section 50, paragraph 50-16, laims o-r Adjustment and Disputes. After the Contractor has approved, or approved under protest, the RPR-'s final estimate, and after the RPR's receipt of the project closeout documentation required in paragraph 90-11, Contractor Final Project Docu emotion, 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 render the provisions of the contract. All prig 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 Section 50, paragraph 50-16, 0cfims for Adjustments and Di5p tes, or under the previsions of this paragraph, 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. Section 90 - 6 Section 90 — Measurement and Payment 1 /21/ 018 AC 150/53 70-10H 90-10 Construction warranty, a. In addition to 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. b. This warranty shall continue for a period of one year from the date of final acceptance of the work, except as noted. If the e Owner takes possession of any part of the work before final acceptance, this warrant{ shall continue for a period of one year frorn the date the Owner tales possession. However, this will not relieve the Contractor from corrective items required by the final acceptance of the project work. Light Emitting Diode erg fitting diode (LED) light fixtures, with the exception of obstruction lighting, must be warranted by the manufacturer for a minimum of four (4) years after date of installation inclusive of all electronics. c. The Contractor shall remedy at the Contractor's expense any failure to conform, or any defect. In addition f the Contractor shall remedy at the Contractor's expense any damage to Owner real or personal property, when that damage is the result of the Contractor's failure to conform to contract requirements; or 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 Contractors 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 an failure, defect, or damage. f. If the Contractor fails to remedy any failure, defect{ or damage within 14 days after receipt of notice, the Omer shall have the right to replace, repair, or otherwise remedy the failure} defect, or damage at the Contractors expense. . 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 f (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. h. This warranty shall not limit the Owner's rights with respect to latent defects, gross mistakes, or fraud. The Owner and Engineer shall perform a warranty inspection with the Contractor approximately three (a) months before the end of the one year warranty period. 90-11 Contractor Final Project Documentation. Approval of final payment to the Contractor is contingent upon completion and submittal of the items listed below. The final payment will not he approved until the RPR approves the Contractor's final submittal. The Contractorshall. 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 f i real cleanup in accordance with Section 40, paragraph 40-0 $ Finn} Cleanup. ecti o n 90 — Mea u rer ent. a nd Pal e nt Section 90 — 7 AC 150/ 5370-1OH 12/ 1/ 018 d. Complete a I I punch list iterns identified during the Final Inspection. e. Provide complete release of all claims for labor and material arising out of the Contract. f. 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. . Whan applicable per state requirements$ return copies of sales tax completion forms. h. ICI a n ufactu rer's certif i ratio ns for a I I item s i nco rpo rated i n the work. L All required record drawings, as -built drawings or as -constructed drawings. j. Project Operation and Maintenance (O&M) Ianual(s). k. Security for Construction Warranty. I. Equipment commissioning documentation submitted, if required. END OF SECTION 90 Section 90 - 8 Section 90 — Measurement and Payment Part 2 — General Construction Items Item -105 — Mobilization 105-1 Description} This item of work shall consist of, 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. 105-2 Mobilization limit. ob i l ization shall be limited to 10 percent of the total project cost. 105-3 posted notices. prior to commencement of construction a ct Iviti es, the Contractor must post the following documents in a prominent and accessible place where they may be easily viewed by al employees of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor: Equal Employment Opportunity (EEO) Easter 'Equal Employment Opportunity is the Law" in accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as amended; Davis Bator~ Wage Poster ( H 132 1) - DOL "Noti ce to Al I Ern p Io ee " Poster; a nd Ap p I ica bl a Davis-Ba co n Wage Rate Determination. These notices rust remain posted until final acceptance of the work by the Owner. 105-4 Engineer/RPR field office* An Erg ineer/RPR field office is not required, METHOD OF MEASUREMENT 105-5 Bads of measurement and payment. Based upon the contract lump sum price for "Mobilization" partial payments [ I l be allowed as follows: a. With fin pay request, 5%. b. When 5% or more of the original contract is earned, an additional 5%. c. When 50% or more of the original contract is ea reed, an additional 40 . d. After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as req u i red by Sectic n 90, pa ragra ph 90-11 f Contractor Final Project Documentation, th e f i rya 1 10%. BASIS OF PAYMENT 105-6 payment will be made under: Item -105 ,Mobilization — per Lump Burn IO A CITY MUNICIPAL AIRPORT - T51.122513 C-105 MOBILIZATION April 2021 PAGE - 1 •',E] Bel ton F. M P. n k, I n c. 2011). Al l R ights Rasp rved REFERENCE The publications listed below form a part of this specification to the extent referenced. The publications a re referred to with i n the text by t he basic d esign ation on I y. Office of Federal Contract Compliance Programs (OFCCP) F ecutive Order 11246, as amended EEO -P E-1— Equal Employment Opportunity is the Law Poster United States Department of Labor, Wage and Hour Division ( HD) 1 H 1321— Employee Rights under the Davis -Bacon Act Poster END OF ITEM -105 IO A CFFY MUNICIPAL AIRPORT - T51.122513 C-105 MOBILIZATION April 2021 PAGE - •',E) Bal ton F. M P. n kr I n c. 2011). Al l R ights Rasp rved Part 3 — 5itework Item P-101— Preparation/Removal of Existing Pavements DESCRIPTION 101-1 This item shall consist of preparation of existing pavement surfaces for overlay, surface treatments, removal of existing pavement, and other miscellaneous items. The work shall be accomplished in accordance with these specifications and the applicable plans. EQU I PIVIENT AND MATERIALS 101-2 All equipment and materials shall be specified here and in the following paragraphs or approved by the Resident Project Representative (RPR). The equipment shall not cause damage to the pavement to remain in place. CONSTRUCTION 101- .1 Removal of existing pavement. The Contractor's removal operation shall be controlled to not damage adjacent pavement structure, and base material, cables, utility ducts, pipelines, or drainage structures which are to remain under the pa ern ent. a. Concrete pavement removal. Full depth saw cuts shall be made perpendicular to the slab surface. The Contractor shall saw through the full depth of the slab including any dowels at the joint, removing the pavement and installing new dowels as shown on the plans and per the specifications. Where the perimeter of the removal limits is not located on the joint and there are no dowels present, the perimeter hall be saw cut the full depth of the pavement. The pavement inside the say cut shall be removed by methods which will not cause distress in the pavement which is to remain in place. If the material is to be wasted on the airport site, it shall be reduced to a maximum size of 30 pounds (14 kg). Concrete slabs that are damaged by under breaking shall be repaired or removed and replaced as directed by the RPR. The edge of existing concrete pavement against which new pavement abuts shall be protected from damage at all times. Spall and underbreak repair shall be in accordance with the plans. Any underlaying material that is to remain in place, shall be recompactad and/or replaced as shown on the plans. Adjacent areas damaged during repair shall be repaired or replaced at the Contractor's expense. c. Repair or removal of Base, Subbase, and/or Subgrade. All failed material including surface, base course, subbase course, and subgrade shall be removed and repaired as shorn on the plans or as directed by the RPR. Materials and methods of construction shall comply with the applicable sections of these specifi cations. Any damage caused by Contractor's removal process shall be reps i red at the Contractor's expense. IOWA CITY MUNICIPAL AIRPORT — T51.122513 P 101— PREPARATION/REMOVAL OF EXISTING PAVEMENT April 2021 PAGE - 1 •',E) Bel ton F. M P. n kr I n c. 2011). Al l R ights Rasp rved 101-1 2 Preparation of joints and cracks prior to overlay/surface treatment, Remove a I I vegetation and debris from cracks to a minimum depth of 1 inch (5 mm). If extensive vegetation exists, treat the specific area with a concentrated solution of a water -based herbicide approved by the RPR. Fill all cracks greater than 1/4 inch (6 mm) wide) with a crack sealant per MIT I D66 0. The crack sealant, preparation, and application shall be compatible with the surface treatment/overlay to be used., To minimize contamination of the asphalt with the crack sealant, underf ill the crack sealant a minimum of 1 inch (3 mm), not to exceed Y4 inch (6 mm). Any excess joint or crack sealer shall be removed from the pavement surface. Wider crack (over 1- 1/2 inch wide (38 mm)), along with soft or sunken spots, indicate that the pavement or the pavement base should be repaired or replaced as Mated below. Cracks and joints may be filled with a mixture of emulsified asphalt and aggregate. The aggregate shall consist of limestone{ volcanic ash, sands or other material that will cure to form a hard substance. The combined gradation shall be as shown in the followingtable. Gradation Sieve Size Percent Passing Na 4 (4.75 mm) 100 Na. 8 (2.36 mm) 90-100 No. 15 (1.18 mm) 55-90 No. 30 (600 µm) 44-60 No. 50 (300 µm) 25-42 Na. 100 (150 gym) 15-30 Na. 200 (75 pm) 10-20 Up to 3% cement can be added to accelerate the set time. The mixture shall not contain more than 20% natu raI sand without a pprovaI in writing from the RPR. The proportions of asphalt emulsion and aggregate shall be determined in the field and may be varied to facilitate construction requirements. Norma Il , these proportions will be approximately one part aspha It eM ul iOn tO fiVe parts aggregate by volume+ The material shal I be poured or placed into the joints or crack and compacted to form a voidless mass. The joint or crack shall be filled to within +0 to -1/8 inches (+0 to -3 m M) of the surface. Any material spilled outside the width of the joint shall be removed from the pavement su rface prior to constructing the overlay. Where concrete overlays a re to be constructed, only the excess joi nt m ateria l on th a pa ve ment su rfa ce a nd vegetation i n t he Jo i nts n eed to be re moved. 101- .3 Removal of Foreign Substances/contaminates prior to remarking. Removal of foreign substances/contaminates from existing pavement that will affect the bond of the a new treatment shall co ni t f reml f rubber, fuel spills, oil, crack -sealer, at least 90 of paint, and other foreign substances from the surface of the pavement. Areas that require removal are designated on the plans and as directed by the RPR in the field during construction. Chemicals, high-pressure grater, heater scarifier (asphaltic concrete Daly), cold milling, rotary grinding, or sandblasting n may be used. If chemicals are used, they shall comply with the state's environmental protection regulations. Removal methods used shall not cause major damage to the pavement, or to any structure or utility within or adjacent to the work area. Major damage is defined as charging the properties of the pavement, removal of asphalt causing the aggregate to ravel f or removing pavement over 1/8 inch (3 mm) deep. IOWA CITY MUNICIPAL AIRPORT - T51.122513 P 101- PREPARATION/REMOVAL OF EXISTING PAVEMENT April 2021 PAGE - •',E] Bal ton F. M P. n kr I n c. 2011). Al l R ights Rasp rved If it is deemed by the RPR that damage to the existing pavement 'is caused by operational error- such a permitting the application method to dwell in one location for too long, the Contractor shall repair the damaged area without compensation and as directed by the RPR. Removal of foreign substances shall not proceed until approved by the RPR* Water used for high-pressure water equipment shall be provided by the Contractor at the Contractor' 5 expense. No material shall be deposited on the pa errant shoulders, All wastes shall be disposed of ire areal indicated in this specification or shown on the plans+ 101- .4 Concrete spa II or failed asphaltic concrete pavement repair. _ . 1 101110. "IMM 1111. + i i ii +i i i i i IN i ii i . i i i i+ i s i i i i WEI i i a i i i i . i omm! . pjb ME i i i i i i i + i i ia i +i i IN i i i i i ii 3 i i i a i i i ii i 3 i i i i i i i i i i a. i i tt i t11i i s i i i * 0 0 T Ar J. i i i i i 1 . i 1 1 IN Al 1 ll! i i . i i i i i i i i i i. . i i i i i i i . i - - a EMEAWMREIi i+ a �Mm ime i i i i i i i i+ i i i i i i J i i i i i iIINNI f * T ! T r T T T + i i, f i 3 it i i i i i■ if it 3 i i. i, i i + i i i, T.iii��■r�s�■��J■aws*.■��a�■a.s+swa�iai*����Raa+��+�.i ■ i + i i i i i i i i i i i i i i i i i ■ i i i i i t i IL- ANN ANN LEE f T f i 3 i i i i a t i W i 3 i i t i i i t i 3 i 3t i 3 i ■ i i 3 3 i 3 i 3 i MI 'I'll 11, ''1 L "m IL.P!.ILWM 0IN IN IIf T + i + We IM mirs, i i i+ i i t i i 3 i t ii i ii i; i• ■ i+ i i+ + i; i i i i+ ! T MW NE141-M! + 0-111 p i i + i i, i i i 3 i■ i ■ i+ i i i + i i i i i i i i, f * f f W i i it i• t t iANN .6111 + i i } W NO �a77■�'��wEL���Y=iaa�a�a.0NL IM i■awl■�t��l Ll a7i-M Noma�■■Li L;■�a!■�S�■■■a=3'i3al-Is'i'ia�.■ ■■so■RLwANL!■��■�+■L��wY=i�a�a�aw spa Ali �t1� ■ r ■ i+ i i i i i i * i + i+ i,11 i + i i i + + i+ i i• ■ i ! f ! ! W s w a i i a+ ; a i; t a i i.■ a a i a + +. a t. a s a i i a t t .. 3 a i a iV t. iV . i .+ a Z a i .- z 0 i a r a - i i .r a s . "011110111_ . . a .r _. a a i r+ i i ! ! i i ! ! W i mill i�ml i . i i + i i a i i i+ i i i i i iM-! i i i a N-vlim i i . i a 1.10.0 i 3 i a a i + i i ! f i i i M- IN t N i a i + i i i i+ i i i i i i i a i i i. i i INf i f i + i i i i i i • +i i 3 i it i a i+ a 3 i i . 3 i i i3 i i i i i i i i i i i3 i i a i i i i i i i i i i i i i3 ■ i i i i r i i i i i i i i + + a i+ N it I MR i + + ii i + i i i i i i i i i T f T T * f T T 3 T T T T T 3 T T T T f i IOWA CI-FY MUNICIPAL AIRPORT - T51.122513 P 101- PREPARATION/REMOVAL OF EXISTING PAVEMENT April 2021 PAGE - 3 •',E) Balton F. M p n k, Inc. 2019, All Rights Rasp rvL-d 101- .7 Maintenance. The Contractor shall perform all maintenance work necessary to keep the pavement in a satisfactory condition until the full section is complete and accepted by the RPR. The surface shall be Dept clean and free from foreign material. The pavement shall be properly drained at all times. If cleaning 'is necessary or if the pavement becomes disturbed, any work repairs necessary shall be performed at the Contractor's expense. 101-3.8 Preparation of Joints in Rigid Pavement prior to resealing, Prior to application of sealant material, clean and dry the joints of all scale, dirt, dust, old sealant, curing compound* moisture and other foreign matter. The Contractor shall demonstrate, in the presence of the RPR, that the method used cleans the joint and does not damage the joint. 101- . .1 Removal of Existing Joint Sealant. All existing joint sealants will be removed by plowirigor use of hand tools. Any remaining sealant and or debris will be removed by use of wire brushes or offer tools as necessary. Resaw joints removing no more than 1/16 inch (2 m m) from each joint face rn rn ed iatelly after sari ng, fl ush o ut joi nt with grater a rid other tool s as neces a ry to co rn pletelly rem ove the slurry. 101-3.8.2 Ueaning prior to sea I i rig. Immediately before sealing, joints shall be cleaned by removing any rema1n1ng Iaitance and other foreign material. All low cuff lc*1ent tine to d ry out joints prior to sealing. Joint surfaces will be surface -dry prior to installation of sealant. 101- . .3 Joint sealant. Joint material and installation will be in accordance with Item P-605. T T * T 3 T T T t i i i 3 W i i 3 i i i i i a i a i J i i i i i i i i i 3 i i t i i i i i i i i i i i i i i i i i i i i i i i T T T T T TE rrAV1 Rqt LT T T T f f T IOWA CFFY MUNICIPAL AIRPORT — T51.122513 P 101— PREPARATION/REMOVAL OF EXISTING PAVEMENT April 2021 PAGE - 4 •',E) Bel ton F. M p n kr Inc. 2019, All Rights Rasp rved T.W0i r i i i i i s i i i 3 i i i i i i i i 3 i i OMNI i i i i i i i10.1111 � iM.-I, r3 � 3--1!* i 3 i i T' ! T � T � T' ! 7 T Tiipilp ILE i Blip. Ii i ! i i0III MaI i i i i i ! i 11111111... i i M. 1-11111 i i i4 i i 4 i Jti i i * i f i i i f AL E i a i i! i ii i E i i @ i . i+ II■ _ * ! ii ! a i i i i ! i E ii ! i i t a i i i i METHOD OF MEASUREMENT 101-4;1 Pavement removal. The unit of measurement for pavement removal shall be the number of square yards (square meters) removed by the Contractor. Any pavement removed outside the limits of removal because the pavement was damaged by negligence on the part of the Contractor shall not be included in the measurement for payment. No direct measurement or payment shall he rude for saw cutting. Saw cutting shall he incidental to pavement removal. Dowel bar installation shall he incidental to pavement re nova I. 101-4.2 Joint and crack repair. Payment for joint and crack repair will be paid as part of specification section P-605. BASIS OF PAYMENT 101-5.1 Payment. Pa me rat sh a I I he m ade at co retract u n it p rice fo r th le u n it of measu re ent as specified above. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of the material and for all labor, equipment, tools, and incidentals necessary to completethi item. Item P 101-5.1 Pavement Removal - per Square Yard REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic de i nat[an only Advisory Circulars {pC} AC 150/5 0-6 Guidelines and Procedures for Maintenance of Airport Pavements. IOWA CI-FY MUNICIPAL AIRPORT — T51.122513 P 101— PREPARATION/REMOVAL OF EXISTING PAVEMENT April 2021 PAGE - 5 •',E] BDI ton F. M p n kr Inc. 2011), All Rights Rasp rvL-d ASTM International (A:5TM) TM D6690 Sta n d a rd Specifi vatic n fo r Joi nt a rid Gravy Sea la nts, Hot Appi ied, fo r Concrete and Asphalt Pavements . ILI1 NX612114L10 to) � IOWA CI-FY MUNICIPAL AIRPORT — T51.122513 P 101— PREPARATION/REMOVAL OF EXISTING PAVEMENT April 2021 PAGE - 6 •',E) Bal ton F. M P. n kr I n c. 2011). Al l R ights Rasp rved Item P-15 — Excavation, Subgradex and Embankment DESCRIPTION 152-1.1 This item covers excavation, disposal, placement, and compaction of all materials within the limits of the worl required to construct safety areas, ru nways, 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. 15 -1. 2 Classification. Al I m ateria I excavated sha I I be cla s if i ed as def i ned be I oar: a* U nclassified excavation. LJ ncla ssifi ed excavation sh a I I consist of the excavation a n d d i s posa I of a I I material, regardless of its nature w hick is not otherwise classified and pail for under one of the following items. b. Drainage excavation. Drainage excavation shall consist of all excavation made for the primary purpose of drainage and includes drainage ditches, such as intercepting, inlet or outletditches- temporary levee construction; or any other type as shown on the plans. c. Borrow excavation. Borrow excavation shall consist of approved material required for the core struct ion of embankments or for other portions of the work in excess of the quantity of u a b Ie materia available from required excavations. Borrow material shall be obtained from areas designated by the Resident Project Representative (RPR) within the limits of the airport property but outside the normal 1 im is of necessary grading* or f rom areas outside the a rport boundaries. d. Other. 152-1.3 Unsu ita ble excavation. U n u ita b le mate ri a I sha I I be d ispo ed i n design ated wa ste a real as sh ow n on the plans. Materials containing vegetable or organic natter., such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material suitablefor topsoil maybe used on the embarkment slope when approved by the RPR. CONSTRUCTION METHODS 152- ,1 General. Before beginning excavation, grading* and embankment operations in any area, the area shall be cleared or cleared and grubbed in accordance with Item P-151. The suitability of material to be placed in embankments shall be subject to approval by the RPR. All unsuitable material shall be disposed of in waste areas as shown on the plans. All waste areas shall be graded to allow positive drainage of the area and adjacent areas. The surface elevation of waste areas shall be specified on the plans orapproved by the RPR. When the Contractor's excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued and the RPR notified per Section 70, paragraph 70- 0. At the direction of the RPR, 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. IOWA CITY MUNICIPAL AIRPORT — T51.122513 P-152 E cA ATION, SU BGRADEF AND E M BAN KMENT April 2021 PAGE - 1 •',E) Bel ton F. M P. n kr I n c. 2011). Al l R ights Rasp rved Areas outside the limits of the pavement areas where the top layer of s i I has become compacted b hauling or other Contractor activities shall be scarified and disked to a depth of 4 inches (100 mm), to loosen and pulverize the soil. Stores or rock fragments larger than 4 inches (100 mm) in their greatest dimension will not be permitted in the top 6 inches (15O mm) of the subgrade. 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 therms or provide temporary services. When such facilities are encountered, the Contractor s h a I I notify the RPR, who shal l arrange for their removaI if necessary. The Contractor, at their own expense, shall satisfactorily repair or pay the cost of all damage to such facilities or structures that may resu It f roan a ny of th e Contractor's operation s d u ri ng t he period of t he contra ct. a. Blasting. Blasting shall not be allowed. 152-2.2 Excavation. No excavation shall be started until the work has been staked out by the Contractor and the R P R has obtained from the Contractor, the survey notes of the elevations and measurements of the ground surface. The Contractor and RPR shall agree that the original ground lines shown on the original topographic mapping are accurate, or agree to any adjustments made to the original ground lines. Al I a real to be excavated sha I I be strip ped of vegetatio n a n d topsoi I. To p o i I sh a I I be stockpi led fo r f utu re use in areas designated on the plans or by the RPR. All suitable excavated material shall be used in the formation of embankment, subgrade, or other purposes as shown on the plans. All unsuitable material shall be disposed of as shown on the plans. The grade shall be maintained so that the surface is well drained at all times. When the volume of the excavation exceeds that required to construct the embankments to the grades as indicated on the plans, the excess shall be used to grade the areas of ultimate development or disposed as directed by the RPR. W hen the volume of excavation is riot sufficient for constructing the ernbarnkments to the grades indicated, the deficiency shall be obtained from borrow areas. a. Selective grading. When selective grading is indicated on the plans, the more suitable material designated by the RPR 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 Iocation f it shall be stockpiled In approved areas until it can be placed. The more suitable material shall then be placed and compacted as specified. Selective grading shall be considered incidental to the work involved. The cost of stockpiling and placing the material shall be included in the various pay items of work involved. 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 (00 mm) below the subgrade or to the depth specified by the RPR. Muck, peat, matted roots, or other yielding ,material, unsatisfactory for subgrade foundation, shall be removed to the depth specified. l nsuitable materials shall be either disposed of at locations shown on the plans or disposed off the airport. The cost i incidenta1 to this item. Th is excavated mate rial shaII be paid for at the contract unit price per cubic yard (per cubic meter) for unclassified excavation. The excavated area shall be backfi I led with s u ita bl a materia I o bta i n ed f ro m the grad i ng o perations or borrow a real a nd corn patted to s pec ified densities. The necessary backfi I l 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. Undercutting will be paid as unclassified excavation. IOWA CITY MUNICIPAL AIRPORT — T51.122513 P-152 E CA ATION, SU BGRADEF AND E M BAN KMENIT April 2021 PAGE - •',E) Bel ton F. M P. n kr I n c. 2011). Al l R ights Rasp rved c. Over -break, over-brea k including slides, is that portion of any rnateri a I displaced or loosened beyond the finished work as planned or authorized by the RPR. All over -break shall be graded or removed by the Contractor and disposed of as directed by the RPR. The RPR shall determine if the displacement of such material was unavoidable and their own decision shall be final. Payment will not be made for the removal and disposal of over -break that the RPR determines as avoidable. Unavoidable over -break will be classified as "Unclassified Excavation." d. Removal oval of utilities. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by the Contractor as indicated 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 RPR. All foundations thus excavated shall be ba ckfi l led with suitable material and compacted as specified for embankment or as shorn on the plans. 152- .3 Borrow excavation. Borrow areas are not required. 152- ,4 Drainage excavation. Drainage excavation shall consist of excavating drainage ditches including intercepting, inlet, or outlet ditches; or other types as shown on the pleas. The work shall be performed ire sequence with the other construction. Ditches shall be constructed prig 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 RPR. All necessary work shall be performed true to final line, elevation., and cross-section. The Contractor shall maintain ditches constructed on the p ro jest to th e req u i red c ross-section a nd sh al I kee p them f ree of de bri s or ohstructio ns u nti I the project i s a cce pte d . 152- .5 Preparation of cut areas or areas where existing pavement has been removed. In those areas on which a subbase or base course is to be placed, the top 12 inches (00 mm) of subgrade shall be compacted to not less than [ 100 % of maximum density for non -cohesive soils, and 95% of maximum density for cohes ive -so i is as d oterm i reed by ATM D69 . As u sed i n t h is spec if i cat io n, "no n-coh esive" s h a l l mean those soils having a plasticity index (PI) of less than 3 as determined by ASTI I D4318. 152-2,,6 Preparation of embankment meat area. All sod and vegetative matter shall be removed from the surface upon which the embankment is to be placed. The cleared surface shall be broken up by plowing or scarifying to a minimum depth of 6 inches (150 mm) and shall them be compacted per paragraph 15 - .10. Sloped surfaces steeper than one (1) vertical to four (4) horizontal shall be plowed, stepped, benched, or broker up so that the fill material will bond with the existing material. When the subgrade is part fill and part a cavation 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 f ill. o direct payment shall be made for the work performed under this section. The necessa ry clearing and gru bb i ng a n d the qua ntity of excavation rem oved wi I I be pa i d f or u nde r th e respective item s ofwo rk. 15 = .7 Control Strip. The first half -day of construction of subgrade and/or embarkment shall be considered as a control strip for the Contractor to demonstrate, in the prose rice of the RPR, that the materials, equipment, and construction processes meet the requirements of this specification. The sequence and manner of rolling necessary to obtain specified density requirements shall be determined. The maximum compacted thickness may he increased to a maximum of 12 inches (300 mm) upon the Contractor's demonstration that approved equipment and operations will uniformly compact the lift to the 5pe ifled density. The RPR must w itness this demonstration and approve the lift thilckness prior to fall production. IOWA CITY MUNICIPAL AIRPORT — T51.122513 P-152 E cA ATION, SU BGRADEF AND E M BAN KMENIT April 2021 PAGE - 3 •',E) Bel ton F. M P. n kr I n c. 2011). Al l R ights Rasp rved Control strips that do not meet specification requirements shall be reworked, re -compacted, or removed and replaced at the Contractor"s Contractor"expense. Full operations shall not begin until the control strip has been accepted by th e RPR. The Contractor shal l use the same equipment, mate rialsx and construction methods. for the remainder of construction$ unless adjustments made by the Contractor are approved in advance by the RPR. 152-2.8 Formation of embankments. The material shall be constructed in lifts as established in the control strip, but not less than 6 inches (150 mm) nor more than 12 inches (00 mm) of compacted thickness. When more than one lift is required to establish the layer thickness shown on the plans, the construction procedure described here shall apply to each lift. No lift shall be covered by subsequent lifts until tests verify that compaction requirements have been mat+ The Contractor shall rework, re -compact and retest any material placed which does not meet the specifications. The lifts shall be placed, to produce a soil structure as shown on the typical cross-section or as directed by the RPR. 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 due to rain, freezing, or other unsatisfactory weather conditions in the field. Frozen material shall not be placed in the embankment nor sh7al I 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 lift -shall be within *2% of optimum moisture content before rolling to obtain the prescribed compaction. The material shall be moistened or aerated as necessary to achieve a uniform moisture content throughout the lift. Natural drying may he accelerated by blending in dry material or - manipulation alone to i ncrease the rate of ova poratio n. The Contractorshall make the necessary corrections and adjustments in methods, materials or moisture content to achieve the specified embankment density. The Contractor will tale samples of excavated materials which will be used in embankment for testing and develop a Moisture -Density Relations of Soils Report (proctor) in accordance with ASTM D69 /D 1557. new proctor shall be developed for each soil type based on visual classification. Density tests will be taken by the Contractor for every 3.,000 square yards of compacted embankment for each lift which is required to be compacted, or other appropriate frequencies as determined by the RPR. If the material has greater than 30% retained on the 3/4-inch (19.0 mm) sieve, follow AASHTO T-1 0 Annex Correction of ma i mum dry density and optimum rxnoisture for oversized particles. Rolling operations shall be continued until the embankment is compacted to not lass than 100% of maximum density for non -cohesive soils, and 5 of maximum density for cohesive soils as determined by A T I D69 . U nder a I I areas to be paved* the embankments shall be compacted to a depth of 12 inches and to a density of not less than 95 percent of the maximum density as determined byASTM D698. As used i n t h is specifi cation, " non -co fees ive" s ha I I rn ea n th ose soi Is havi ng a p lasti city i nde (RI) of less tha n 3 as determined by A TM D4318. On all areas outside of the pavement areas, no compaction will be required on the tap 4 inches (100 mm) which shall be prepared for a seedbed in accordance with Item T-901. IOWA CITY MUNICIPAL AIRPORT — T51.122513 P-152 E CA ATION, SU BG RADEF AND E M BAN KMENT April 2021 PAGE - 4 •',E] Bel ton F. M P. n kr I n c. 2011). Al l R ights Rasp rved The in -place field density shall be determ i reed in accordance with ASTM D1556/A TM 6938 using Procedure A, the direct transmission method, and A TI I D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated In accordance with ASTM D693., The Contractor's laboratory shall perform all density tests in the RPR Is presence and provide the test results upon completion to the RPR for acceptance., If the specified density is not attained, the area represented b the test or as designated by the RPR shall be reworked and/or re- compacted and additional random tests ma d e. Th is proced u re s ha I I be fo I lowed u nt i I the specified density is reach ed. Compaction areas shall be kept separate, and no lift shall be covered by another lift 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 lift is placed. Lift placement shall begin in the deepest portion of the embankment fill. As placement progresses, the lifts shall be constructed approximately parallel to the finished pavement grade line. When rock, concrete pavement, asphalt pavement, and other embankment material are excavated at approximately the same time as the subgrade, the material shall be incorporated into the outer portion of the embankment and the subgrade material shall be incorporated under the future paved areas. Stones., fragmentary rock, and recycled pavement larger than 4 inches (100 mm) in their greatest dimensions will not be allowed In the top 12 inches (300 mm) of the subgrade. Rockfill shall be brought up in I lift5as specified c;r as directed by the RPR and the firer material shall be used to fill the voids forming a dense, compact mass. Rock, cement concrete pavement, asphalt pavement, and tither embankment material shall not be disposed of except at places and in the manner designated on the plans or by the RPR. When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in lifts of the prescribed thickness without crushing, pulverizing or further b rea ki ng down the pieces$ such material may be placed in the embankment as directed in lifts not exceeding 2 feet (60 cm) in thickness. Each lift shall be leveled and smoothed with suitable equipment by distribution of spalls a n d fi ne r fragm ents of roc k. Th e lift sh a l l not be constru cted a bove a n el erration 4 feet (1.2 m) below the finished subgrade. There will be no separate measurement of payment for compacted embankment. All costs incidental to placing in lifts, compacting, discingf watering, mixing, sloping, and other operations necessary for construction of embankments will be included in the contract pricefor- excavation} borrow, or other items. 152- .9 Proof rolling. The purpose of proof rolling the subgrade is to identify any weals areas in the subgrade and not for compaction of the subgrade. Both before start of embankment, and after compaction is cormspleted f tha su b rade area shaII be proof roIIed with a 20 ton (18. 1 metric ton) Tandem axle Dual Wheel Dump Truck loaded to the legal limit with tires inflated to 100 psi it the presence of the IMPR, AppIy a minimum of 75 coverage, or as specified by the IMPRf under pavement areal. A coverage i defined as the application of one tire print over the designated area. Soft areas of subgrade that deflect more than 1 inch (5 m) or sho permanent deformation greater than 1 inch (5 rr m) shall be removed and replaced with suitable material or reworked to conform to the moisture content and compaction requirements. in accorda rice with these specif ications. Rem ova I and replacement of soft areas is incidental to this item. IOWA CITY MUNICIPAL AIRPORT — T51.122513 P-152 E cA ATION, SU BGRADEF AND E M BAN KMENT April 2021 PAGE - 5 •',E) Bal ton F. M P. n k, I n c. 2011). Al l R ights Rasp rved 152- .10 Compaction requirements. The ubgrade under areas to be paved shall be compacted to a depth of 12 inches (00 mm) and to a density of not less than 100 percent of the maximum dry density a determined by ASTASTM D1557/D698., The suhgrade in areas outside the Iim its of the pa ement areas ShaII be compacted to a depths of 12 inches (300 mm) and to a density of not less than 95 percent of the maximum imur density as determined by ASTM D 9+ The material to he compacted shall be within ± % of optimum moisture content before being rolled to obtain the prescribed compaction (except for expansive soils). When the material has greater than 30 percent reta i reed on the inch (19.0 mm) sieve, follow the methods in AST I D6 g ASTM D 15 57 or procedures in AASHTO T1 0 Annex for correction of maximum dry density and optimum moisture for oversized particles. Tests for moisture content and compaction will he taken at a minimum of 1,000 S.Y. ofsubgrade. All quality assurance testing shall bedone b the RPR. The in -place field density shall he determined in accordance with AST 1 D1556/ 5T I D69 8 using Procedure A, the direct transmission method, and ASTI I D6938 shall he used to determine the moisture content of the material. The machine shall be calibrated in accordance with ATM D6938 within 1 months prior to its use ors th is contract. The gage shall be field sta ndardized daily. Maximum density refers to maximum dry density at optimum moisture content unless otherwise specified. If the specified density is not attained, the entire lot shall he reworked and/or re -compacted and additional random tests made. This procedure shall be followed until the specified density is reached. All cut -arid -fill slopes shall he u n ifo rm IV dressed to the slope, cross-section, and alignment shown on the plans or as directed by the RPR and the fi nished suhgrade shall he maintained. 152- .11 Finishing and protection of sub rode. Finishing and protection of the suhgrade is incidental to this item. Grading and compacting of the subgrade shall be performed so that it will drain readily. All low areas, holes or depressions in the suhgrade shall he brought to grade. Scarifying, hlading, rolling and other methods shall be performed to provide a thoroughly corn patted suhgrade shraped to the Iines and grades shown on the pla ns. All ruts or rough places that develop in the completed suhgrade shall he graded, rer compacted, and retested. The Contractor shall protect the subgrade from damage and I i m it hauling over the finished subgrade to only traffic essential for construction purposes. The Contractor shall maintain the completed course in satisfactory condition throughout placement of uhsequent layers. No su bbase, base, or surface course shall be placed on the subgrade until the subgrade has been accepted by the RPR. 152-2.12 Haul. All hauling will be considered a accessary and incidental part of the work. The Contractor shall include the cost ire 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. The Contractor's equipment shall not cause damage to a ny excavated surface, compacted lift or to the suhgrade as a result of hauling operations. Any damage caused as a result of the Contractor's hauling operations shall he repaired at the Contractor's expense. The Contractor .shall be responsible for providing, maintaining and removing any haul roads or mutes within or outside of the work area, a nd shoal I return the affected areas to their former condition, unless otherwise authorized in writing by the Owner. No separate payment will he made for any work or materials associated with providing, maintaining and removing haul roads orroutes. IOWA CITY MUNICIPAL AIRPORT — T51.122513 P-152 E CA ATION, SU BGRADEF AN D E M BAN KMENT April l 2021 PAGE - 6 •',E] Bel ton F. M P. n kr I n c. 2011). Al l R ights Rasp rved 152-2,13 Surface Tolerances. In those areas on which a subbase or base co u rse i s to be placed, 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 rr m), reshaped and re -compacted to grade until the required smoothness and accuracy are obtained and approved by the RPR. The Contractor shall perform all final smoothness and grade checks in the presence of the RPR. Any deviation in surface tolerances shall be corrected by the Contractor at the Contractor's expense. a. Smoothness. The finished surface Shall not vary more than +/- J inch (12 mm)when tested with a 12-foot t3.7-mj straightedge applied parallel with and at right angles to the centerline. The straightedge shall be moved continuously forward at half the length of the 12-foot (3.7-m) straightedge for the full length of each line an a 50-foot (15-m)grid. h. Grade. The grade and Brawn shall be measured on a 50-foot �15-m) grid and shall be within+J- O.aSfeet (15 mm) of the specified grade. On safety areas, turfed areas and other designated areas within the grading limits where no subbase or base is to placed, grade shal I not Crary more than 0.10 feet (30 mm) from specified grade. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshapinE. 15 # ,14 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. Stockpiles shall be located as shown on the plans and the approved CSPP, and shall not be placed on areas that subsequently will require are excavation o r ern ba n I meat f i 11. If, 1 n th e j udgrne rat of th e RPR, it is practica I to place th a sa Ivaged topsoi at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further re -handling. Upon com pletio n of grading operations, stockpiled topsoil shall be handled and placed as shown on the plans and as required in Item T-905. Topsoil shall be paid for as provided in Item T-905. No direct payment will be rude for topsoil under Item P-15 + METHOD OF MEASUREMENT 152-- .1 Measurement for payment .specified by the cubic yard (cubic meter) shall be computed b th e average end areas of design cross sections or the comparison of digital terrain model ( DTI I) surfaces for computation of neat I i ne design quantities. The end area is that bound by the original ground line established by field cross -sections and the final theoretical pay line established by cross -sections shown on the plans, subject to verification by the RPR. IOWA CITY MUNICIPAL AIRPORT - T51.122513 P-152 E cA ATION, SU BGRADEF AND E M BAN K I LENT April 2021 PAGE - 7 •',E] Bel ton F. M P. n kr I n c. 2011). Al l R ights Rasp rved 152- #1 The quantity of unclassified 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 qua ntit of material used for purposes other than those directed. 152- .2 The quantity of embankment in place shall be the number of cubic yards (cubic meters) measured in its final position. On this project, thisthIs item shall not be paid for separately, but is included only to specify preparation of disturbed subgrade during pavement removal. Work required to prepare the ubgrade for replacement of granular base and pavement shall be included in the bid item for "Pavement Removal" which is included for payment in section P-101} 152-3.3 Stockpiled material shall not be paid measured for payment In the stockpile position+ N/A this project BASIS OF PAYMENT 15 -4.1 Unclassified excavation payment shall be made at the contract unit price per cubic yard (cubic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and i ncide rota 15 necessa ry to corn p lete the item 15 -4. 2 For emba nkment in place, payment shall be made at the contract grit price per cubic yard (cu bic meter). This price shall be full compensation for furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.3 Stockpiled material shall be paid for on the basis of the number of cubic yards (cubic meters) measured in the stockpiled position. Payment will be node under: Item P-152-4.1 Unclassified Excavation — N/A this project. REFERENCE The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. American Association of State H i hway and Transportation Officials (AA HTO) AASHT T-1 0 Standard Method of Test for Moisture -Density Relations of Soils Using a 434- (10-Ib) Barr mer and a 457-mm (1 -i n.) Drop TI I International (A TI I) ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-Ibf/ft3 (600 kN-m/m3)} TM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand -Cone Method A TM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Sail Using Modified Effort (56,000 ft-Ibf/ft3 (2700 kN-ran/m3)) IOWA CITY MUNICIPAL AIRPORT - T51.122513 F-152 E CA ATION, SU BGRADEF AND E M BAN KMENT April 2021 PAGE - •',E] Bel ton F. M P. n kr I n c. 2011). Al l R ights Rasp rved A TM D6938 Standard Test Methods for Ire -Place Density and Water Content of Soil and Soil -Aggregate by Nuclear Methods (Shallow Depth) Advisory Circulars (AQ AC 150/5 70-2 Operational Safety on Airports During Construction Software Software FAARFIELD FAA Rigid and Flexible Iterative Elastic Layered Design U.S. Department of Transportation FAA RD-76-66 Design and Construction of Airport Pavements on Expansive Soils END OF ITEM P-15 IOWA CFFY MUNICIPAL AIRPORT - T51.122513 P-152 E CA ATION, SU BGRADEF AND E M BAN KMENT April 2021 PAGE - •',E] Bal ton F. M P. n kr I n c. 2011). Al l R ights Rasp rved Intentionally Left Blank IOWA CFFY MUNICIPAL AIRPORT - T51.122513 P-152 E CA ATION, SU BGRADEF AND E M BAN KMENT April 201 PAGE - 10 •',E) Bal ton F. M P. n kr I n c. 2011). Al l R ights Rasp rved Part 4 —Base Courses Item P- 09 — Crushed Aggregate Base Course DESCRIPTION 09-1.1 This item consists of a base course composed of crushed aggregate base constructed on a prepared course in accordance with these specifications and in conformity to the dimensions and typical cross -sections shown on the plans. MATERIALS 0 - .1 Crushed aggregate base. Crushed aggregate shall consist of clean, sound, durable particles of crushed store or crushed gravel and shall be free from coatings of clay, silt, organic material, clay lumps or balls or other deleterious materials or coatings. The method used to produce the crushed gravel shall result in the fractured particles in the finished product as consistent and uniform as practicable. Fine aggregate portion, defined as the portion passing the No. 4 (4.75 ) sieve shall consist of fines from the coarse aggregate crushing operation. The fine aggregate shall be produced by crushing stone or gravel that meet the coarse aggregate requirements for wear and soundness. Aggregate base material requirements are listed in the following table. Crushed Aggregate Base Materiel Requirements Material Test I Requirement I Standard Coarse Aggregate Resistance to Degradation Loss: 45% maximum ATM C131 Soundness of Aggregates by Loss afte r -5 cycles: 12% m ax" u rn u i rig ad i u m su lfate - Use of�d�urr� Sulfate or or-1��n�aium using iurx�sulfate g magnesium ��� TI��I C88 Magnesium Sulfate Percentage of Fractured M inimurn 90% by weight of particles with at least two Particles fractured faces and 100% with at least one fractured face DTI D5821 Flat Particles, Elongated 10% maximum, by weight, of flat, elongated, o r flat and Particles, or Flat a n d elongated particles TI ��� 1 Elongated Particles Clay lumps and friable Less than or equal to 3 percent ASTM C142 particles Liquid limit Fire Aggregate Less than or equal to 25 A TIVI D4 1 Plasticity Index I Not more than five (5) 1 ASTM D4318 1 The area of each face shall be equal to at least 75% of the smallest raid -sectional area of the piece,, When IO A CITY MUNICIPAL AIRPORT — T51.122513 P-209 CRUSHED AGGREGATE BASE COURSE April 2021 PAGE - 1 •',E) Bal ton F. M P. n kr I n c. 2011). Al l R ights Rasp rved two fract u red fa ces a re co ntigu o us? t he a ngl a between the pla nes of f ractu res sh a II he at least 30 degrees to count as two f ract u red faces. 2 A flat particle is one haying a ratio of width to thickness greater than five (5); an elongated particle is one haying a ratio of length to width greater than fine (5). 09- .2 Gradation requirements. The gradation of the aggregate base material shall meet the requirements of the gradation given in the following table when tested per ASTM C 117 and A TI I C136. The gradation shall be well graded from coarse to fire and shall not vary from the lower- limit on one sieve to the high limit on an adjacent sieve or vice versa. Gradation of Aggregate Base Sieve Size Design Range Contractor's Final Job Control Grading Percentage by Weight gradation Band Talerancesi Passing (Percent) 2 inch 100 0 (50 mm) 1-1/2 inch 95-100 ±5 (37.5 mm) 1 inch 70_95 +g (25.0 mm) 3/4 inch 55-85 ±8 (19.0 mm) No. 4 30-50 ±8 (4.7 5 mm) No. 402 10-30 ±5 425 m No. 2002 0-5 ±3 (75 µm) The "Job Control Grading Bard Tolerances for Contractor's Final G radation" in the table shall be applied to "Contractor's Final G radation" to establish a job control grading barrel. The f u I I tolerance still applies if application of the tolerances results in a job control grading band outside the design range. 2 The fraction of material passingthe No 200 (75 µm) sieve shall not exceed two-thirds the fractionpassing the No 40 (425 pm) sieve. 0 - , 3 Sampling and Testing. a. Aggregate base materials. The Contractor shall take samples of the aggregate base in accordance with A T I D75 to verifV initial aggregate base requirements and gradation. Material shall meet the requirements in paragraph 09- .1. This sampling and testing will be the basis for approval of the aggregate base quality requirements. IO A CFFY MUNICIPAL AIRPORT - T51.122513 P-209 CRUSHED AGGREGATE BASE COURSE April 2021 PAGE - •',E) Bal ton F. M P. n kr I n c. 2011). Al l R ights Rasp rved b. Gradation requirements, The Contractor shall take at least two aggregate base samples per day in the presence of the Resident Project Representative (RPR) to check the final gradation, ampling shaI be per ATII D75. Material shall meet the requirements in paragraph 09-.. The samples shall be taker from the ire -place, un-compacted material at sampling points and intervals designated by the RPR. 0 - ,4 Separation Geotextille., Not used. CONSTRUCTION METHODS 09-. 1 Control strip. The first half -day of construction shall be considered the control strip. The Contractor shall dernonstrate., in the presence of the RPR, that the materials, equipment, and construction processes meet the requirements of the specification. The sequence and manner of rolling necessary to obtain specified density requirements shall be determined. The maximum compacted thickness may be increased to a maximum of 12 inches (300 mm) upon the Contractors demonstration that approved equipment and operations will uniformly compact the lift to the specified density. The RPR mu-st witness this demonstration and approve the lift thickness prior to full production. ontro I stri ps that d o n of meet specifil cation req u i reme nts sh a I I be reworked . re -corms patted or removed and replaced at the Contractor's expense. Full operations shall not continue urati I the control strip has been accepted by the RPR., The Contractor shall use the sane equipment, materials, and construction methods for the remainder of construction, unless adjustments made by the Contractor are approved by the RPR. 209-3.2 Preparing underlying sub rode and/or subbase. The underlying subgrade and/or subbase shall be checked and accepted by the RPR before base course placing and spreading operations begin. Re- proof rolling of the su bgra de or proof rolling of the subbase in accordance with Item P-15 ., at the Contractor's expense, may be required by the RPR if the Contractor fails to ensure proper drainage or protect the subgrade and/or subbase. Any ruts or soft, yielding areas due to improper drainage conditions, Mauling, or any ether cause, shall be corrected before the base course is placed. To ensure proper drainage, the spreading of the base shall begin along the centerline of the pavement on a crowned section or on the high side of the pavement with a one-way slope. 209-3.3 Production. The aggregate shall be uniformly blended and, when at a satisfactory moisture content per paragraph 09- .5, the approved material may be transported directly to the placement. 09# .4 Placement. The aggregate shall be placed and spread on the prepared underlying layer b spreader boxes or other devices as approved by the RPR, to a uniform thAness and width. The equipment shall have positive thickness controls to minimize the need for additional manipulation of the material. Dumping from vehicles that require re -handling shall not be permitted. Hauling over the ur compacted base course shall not be permitted. The aggregate shall meet gradation and moisture requirements prior to compaction. The base course shall be constructed in lifts as established in the control strip, but not less than 4 inches (100 mm) nor more than 12 inches (oo mm) of compacted thickness. When more than one lift is required to establish the layer thickness shown on the plans, the construction procedure described Mere shall apply to each lift. No lift shall be covered by subsequent lifts until tests verify that compaction requirements have been reset. The Contractor shall rework, re -compact and retest any material placed which does not meet the specifications at the Contractor's expense. IO A CITY MUNICIPAL AIRPORT - T51.122513 P-209 CRUSHED AGGREGATE BASE COURSE April 2021 PAGE - 3 •',E) Bel ton F. M P. n kr I n c. 2011). Al l R ights Rasp rved 0 - .5 Compaction. I rn rr ed iately after corn pl etion of t he sprea d i ng operation 5, com pact each I aye r of the base course, as specified, with approved compaction equipment. The number, type, and weight of rollers shall be sufficient to com pact the material to the required density within the same day that the aggregate is placed on the subgrade. The field density of each compacted lift of material shall he at least 100% of the maximum density of laboratory specimens prepared from samples of the subbase material delivered to the aobsite. The laboratory peci erg shall be compacted and tested in accordance with ASTIVI D1557 D69 . The moisture content of the material during placing operations shall be within ±2 percentage points of the optimum moisture content as determined by A TI I D698. Maximum density refers to maximum dry{ density at optimum moisture content unless otherise specified. 09- ,6 Weather limitations. Material shall not be placed unless the ambient air temperature is at least 407 (4'C) and rising. Work on base course shall not be conducted when the subgrade or subbase is wet or frozen or the base material contains frozen material. 09- .7 Maintenance. The base course shall be maintained in a condition that will meet all specification requirements. When material has been exposed to excessive rain, snow, or freeze -thaw conditions, prior to placement of additional material, the Contractor shall verify that materials still meet all specification requirements. Equipment may be routed over completed sections of base course, provided that no damage results and the equipment is routed over the full width of the completed base course. Any damage resulting to the base course from routing equipment over the base course shall be repaired b the Contractor at the Contractor's expense. 209-3.8 Surface tolerances. 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 b the RRR. 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 lager. 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. Thestraightedge shall be maned continuously forward at half the length of the 12-foot (3.7-m) straightedge for the full length of each line an a 50-foot (15-m) grid. b. Grade. 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. 09- , 9 Acceptance sampling and testing. Crushed aggregate base course shall be accepted for density and thickness on an area basis. Two tests shall be made for density and thickness for each 1200 square yd (1000 r ). Sampling locations will be determined on a random basis per A TIVI D3665 a. Density. The Contractor's laboratory shall perform all density tests in the RPR's presence and provide the test results upon completion to the RPR for acceptance. Each area shall be accepted for density when the field density is atleast 100 of the maximum density of laboratory specimens compacted and tested per ASTIVI D69 . The in -place field density shall be determined per ASTIVI D1556 or A TIVI D6939 using Procedure A, the direct transmission method, and A TI I D6938 shall be used to determine the moisture content of the material. The machine shall be IO A CITY MUNICIPAL AIRPORT - T51.122513 P-209 CRUSHED AGGREGATE BASE COURSE April 2021 PACE - 4 •',E) Bel ton F. M P. n kr I n c. 2011). Al l R ights Rasp rved calibrated in accordance with A TM D693 . If the specified density is not attained, the area represented by the failed test rust be reworked and/or recorn patted and two additional random tests made. This p roved u re sh a I I be fa l lowed until the s pecified de nsity is rea shed, Maxin um density refers to maximum dry density at optimum moisture content unless otherwise pecif i ed. b. Thickness. Depth tests shall he made by test holes at least 3 inches (75 mm) in diameter that extend through the base. The thickness of the base course shall be within +0 and -11 inch (12 mm) of the specified thickness as determined by depth tests token by the Contractor in the presence of the RPR for each area. Where the thickness is deficient by more than 1/2-inch (12 mm), the Contractor shall correct such areas at no additional cost by scarify[ rig to a depth of at least 3 Inches (75 mm), adding new material of proper gradation, and the material -shall be blended and recom pa cted to grade. The Contractor shall re pla ce, at h i s. ex pence, ba se m ateria I wh a re de pth tests have bee n to ken. METHOD OF MEASUREMENT 09-4.1 The quantity of crushed aggregate ba-se course will be determined by measurement of the number of square ya rds of material actually constructed and accepted by the RPR as corn plying with the plans and specifications. Base materials shall not be included in any other excavation quantities. 09-4.2 Separation geote the shall be measured by the number of square yards of materials placed and accepted by the RFR as complying with the plans and specifications excluding seam overlaps and edge anchoring. BASIS OF PAYMENT 0 -5.1 Payment .shall be made at the contract unit price per square yard for crushed aggregate base course. This price shall befall compensation for furnishing all materials, for preparing and placing these materials, and for all labor, equipment tools, and incidentals necessary to complete the item. 0 -5.2 Payment shall be made at the contract unit price per square yard for separation geote tile. The price shall be full compensation for furnishing all labor-, equipment, material, anchors, and incidentals Payment will be made under: Item P- 09-5.1 Crushed Aggregate Base Course, 6 in. Thick — per Square yard REFERENCE The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) A TM C 9 Standard Test Method for Bulb Density ("'Unit Weight) and Voids in Aggregate A TI I C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate IO A CITY MUNICIPAL AIRPORT — T51.122513 P-209 CRUSHED AGGREGATE BASE COURSE April 2021 PACE - 5 •',E] Bal ton F. M P. n kr I n c. 2011). Al l R ights Rasp rved A TM C117 Standard Test Method for Materials Firer than 75-4rn (No. 00) Sieve In Mineral Aggregates by Washing A TM C131 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Impact i n the Los Angeles Machine TM C136 Standard Test Method for Sieve or Screen Analysis of Firm and Coarse Aggregates TM C142 Standard Test Method for Clay Lumps and Friable Particles in Aggregates A TM D75 Standard Practice for Sampling Aggregates A TI I D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft- I bf/ft (500 Ill-m/m ) ) A TM D1556 Standard Test Method for Density and Unit height of Soil in Place by the Sand -Cone Method A TM D1557 Standard Test Methods for Laboratory} Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft (2700 N-r /m3)) A TI I D 167 Standard Test Method for Density and Unit Weight of Soil in Plane by the Rubber Balloon Method A TM D 419 Standard Test Method for Sand EquivalentValue of Soils and Fine Aggregate A TI I D 665 Standard Practice for Random Sarn pIirig of Con traction M ate r•ials A TM D4318 Standard Test Methods for Liquid Limit, Plastic Limit, and Plasticity Index of Soils A TM D4643 Standard Test Method for Determination of Water Content of Soil and Rock by Microwave Oven n Heating TM D4751 Standard Test Methods for Determining Apparent opening Size of a eoteti le A TM D4791 Standard Test Method for Flat Particles., Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate A TM D5821 Standard Test Method for Determining the Percentage of Fractured Particles i n Coarse Aggregate A TI I D6938 Standard Test Method for In -Place Density and Water Content of Soil and Soil - Aggregate by Nuclear Methods (Shallow Depth) A TI I D7928 Standard Test Method for Particle -Size Distribution (Gradation) of Fine - Grained Soils Using the Sedimentation (HVd ro meter) Analysis American sso iati orr of State Highway and Transportation Officials (AASHTO) M288 Standard Specification for Geosynthetic Specification for Highway Applications IOWA CITY MUNICIPAL AIRPORT - T51.122513 April 2021 END OF ITEM P-0 P-209 CRUSHED AGGREGATE BASE COURSE PAGE - 6 •',E] Bal ton F. M P. n kr I n c. 2011). Al l R ights Rasp rved 1 /21/ 018 AC 150/53 70-10H Pala 7 — Rigid Pavement Item P-501— Cement Concrete Pavement DESCRIPTION 501-1.1 This work shall consist of pavement composed of cement concrete without reinforcement (except for specified areas shown on the plans) constructed on a prepared underlying surface in accordance with these specifications and shall conform to the lines, grades, thickness, a rid t pi ca I cross - sections shown on the pleas. The terms cement concrete, hydraulic cement concrete, and concrete are interchangeable i n this specification. For PCC patching on this project, an Iowa DOT approved mix may be used, at the Contractor's discretion, in I ieu of mix design testing requirements in this section, with the following added requirements for the Iowa DOT mix: * A R t sti rig requ i rements as noted in the follo i rig pa ragraphs (501- f 1,,a) shall I be met * Coarse aggregate shall meet Class 3i Durability requirements of Iowa DOT specifications • Compressive strength shall wrest a minimum of 4s.000 psi when tested at 28 days MATERIAL 501- ,1 Aggregates. a. Reactivity. Fine and Coarse aggregates to be used in PC on this project shall be tested and evaluated by the Contractor for alkali -aggregate reactivity in accordance with both A T I C1 60 and T I C1567. Tests must be representative of aggregate sources which will be providing material for production. ASTM C1260 and ASTM C1567 tests may be run concurrently. (1) Coarse aggregate and fine rye aggregate shall be tested separately in accordance with A T I 1 60, however, the length of test shall be extended to 28 days (0 days from casting). Tests must have been completed within 6 months of the date of the concrete mix submittal. () The combined coarse and fire 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 the expansion does not exceed 0.10 at 28 days, the proposed combined materials will be accepted. If the expansion 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. (3) If lithium nitrate is proposed for use with or without supplementary cerne ntitiou s materials, the aggregates shall he tested in accordance with Corps of Engineers �COE) o roc rete Research Division (CRD) C662 In lieu of A TI I 1-57f If lithium nitrate admixture 'is used, it shall be nominal 30% ±0f5 weight lithium nitrate in grater. If the expansion does not exceed 0+10% at 28 days, the proposed combined materials will be accepted. If the expansion is greater than 0.10 at 28 days, the aggregates i I I not be accepted unless adjustrnernts to the combined materials m i tune can reduce the expansion to less than 0.10% at 28 days, or new aggregates shall be evaluated and tested. P-501— Cement Concrete Pavement P-501-1 AC 150/5370-1OH 12/ 1/ 018 b. Five aggregate, Gradling of the fine aggregate, as delivered to the mixer, h a I I conform to the requirements of ASTM C33 and the parameters identified in the fine aggregate material requirements below. Fine aggregate material requirements and deleterious limits are shown in the table below. Fine Aggregate Material Requirements Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate Loss after 5 cycles: 10% maximum using Sodium sulfate - or - 15% maximum using magnesium sulfate ASTM Sand Equivalent 45 minimum ASTM D 41 Fineness Modulus (FM) 2.50 FM 5 3.40 ASTM C136 Lira its for Deleterious ubsta aces i n Fire Aggregate for Concrete Clay lumps and friable particles 1.0% maximum ASTM C14 Coal and lignite 0.5 o using a medium with a density of Sp. Gr. of 2.0 ASTM C123 Total Deleterious Material 1.0% maximum c. Coarse aggregate. The maximum size coarse aggregate .shall he one inch. Aggregates delivered to the mixer shall he clean, hard{ uncoated aggregates consisting of crushed stone, crushed or uncrushed gravel, air-cooled iron blast furnace slag, crushed recycled concrete pavement,, or a combination. The aggregates shall have no known history of detrimental pavement staining. Steel blast furnace slag shall not be permitted. Coarse aggregate material requirements and deleterious limits are shown in the to kyle below; gashing m ay be required to meet aggregate requirements. Coarse Aggregate Material Requirements Material Test Requirement Standard Resistance to Degradation Loss: 40 ma imurn ASTM C1 1 Soundness of Aggregates by Loss after 5 cycles. l es. 1 � maximum m um ,sin Sodium � g Use ofSodium Sulfate or sulfate - or - 1% maximum using r�an��iur sulfate ASTIR Ma�esi urr� sulfate g Flat, Elongated f or Flat and % maximum, by weight, of flat., elongated, or flat Elongated Particles and elongated particles at 5-1 for any size group ASTM 1 � Bulk density �f slag Weigh not less than 70 pounds per cubic foot ASTM 9 (1.12fl c u meter) r g hip ) D-cracking (Freeze Thaw)Thaw)3 Durability factor 95 ASTM C666 1 A flat particle is one having a ratio of width to t h ick ness greater than fire (5).; an elongated particle is one having a ratio of length to width greater than fire (5). P-501 - 2 P-501— Cement Concrete Pavement 1 /21/ 018 AC 150/53 70-10H Only rep u i red if slag is specified. 3 Coarse aggregate may only be accepted from sources that have a 20-year service history for the same gradation to be supplied with no history of D-Cracking. Aggregates that do not have a 0-yea r record of service free from major repairs (less than 5 of slabs replaced) in similar conditions without D-cracking shall not be used unless the material currently being produced has a durability factor greater than or equal to 95 per ASTM C666. The Contractor shall submit a current certification and test results to verify the aggregate acceptability. Test resu Its will o n ly be accepted from a State Department of Transportation (DOT) materials laboratory or are accredited laboratory. Certification and test resu Its hich are not dated or which are over ore (1) year oId or which are for dIfferentgradations will not be accepted. The amount of deleterious material ire the coarse aggregate sha II not exceed tha following limns Limits for Deleterious Substances in Coarse Aggregate Deleterious material ASTM Percentage by Mass Clay Lumps and friable particles ASTM C142 1.0 Material finer than No. 200 sieve (75 µm} ASTM C117 1.01 Lightweight particles ASTM C123 using a medium with a density of 5p. Gr. of 2.0 0.5 7 Chert bless than 2.4Q Sp Gr.} ASTM C123 using a medium with a density of Sp. Gr. of 2.40} a.1 3 1 The limit for material finer than 75-im is allowed to be increased to 1.5% for crushed aggregates consisting of dust of fracture that is essentially free from clay or shale. Test results supporting acceptance of increasing limit to 1.5% with statement indicating material is dust of fracture must be submitted with Concrete mix, Acceptable techniques to characterizing these fines include methylene bIue adsorption orX-ray diffractionanaIysi , hert a n d a ggregates with I e s t ha n 2.4 specif is gravity. The limit for c he rt may be increased to 1.0 percent by mass in areas not subject to severe freeze and thaw. d. Combined aggregate gradation. This specification i s targeted for a combined aggregate gradation developed following the guidance presented in United states Air Force Engineering Technical Letter (ETL) 97-5: Proportioning Concrete Mixtures with Graded Aggregates for Rigid Airfield Pavements. Base the aggregate grading upon a combination of all the aggregates (coarse and fine) to be used for the mixture proportioning. Three aggregate sizes may be required to achieve an optimized combined gradation that will produce a workable concrete mixture for its intended use. Use aggregate gradations that produce concrete mixtures with Drell -graded or optimized aggregate combinations. The Contractor shall submit complete mixture information necessary to calculate the volumetric components of the mixture. The combined aggregate grading shall meet the following requirements: (1) The materials selected and the proportions used shall be such that when the Coarseness Factor (CF) and the Workability Factor (WF) are platted on a diagram as described in paragraph 501-2.1d(4) below, the point thus determined shall fall within the parallelogram described therein. P-501— Cement Concrete Pavement P-501— 3 AC 150/5370-1OH 12/ 1/ 018 (2) The C F shall he determilned from the following equation: CF = (cumulative percent retained on the 3j8 in. �9.5 mm) sievej(100) / (cumulative percent retained an the No. 8 (2-36 mm) sieve) (3) The WF is defined as the percent passing the No. 8 (2.3 6 mm) sieWe based on the combined gradation. However, WF shall be adjusted, upwards only, by 2.5 percentage points for each 94 pounds (42 kg) of cementitious material per cubic meter yard greater than 564 pounds per pubic yard (335 kg per cubic meter)_ (4) A diagram shall be plotted using a recta regular scale with W F on the Y-axis with units from 20 (bottom) to 45 (top), and with CF on the X-axis with units from 80 (left side) to 30 (right side). On this diagram a parallelogram shall be plotted with corners at the following coordinates ( F-7 5 f F- ), (CF- 75, 1 F-40), ( F-451 WFa .5 ), and ( F-451 } F-44.5), If the point determ reed by the intersection of the computed CF and WF does not fall within the above parallelogram, the grading of each size of aggregate used and the proportions selected shall he changed as necessary. The point determined by the plotting of the CF and F may be adjusted during production ±3 WF and ±5 CF. Adjustments to gradation may not tale the paint outside of the parallelogram. e. Contractors combined aggregate gradation. The Contractor shall submit their combined aggregate gradation using the following format: Contractor's Combined Aggregate Gradation Sieve Size Contractor's Concrete mix Gradation (Pe rcent passi rig by wei ht) inch (50 mm) 1-1 inch (37.5 mm) � 1 inch (25.0 mm) 3 4 inch (19.0 mrn) 1 inch (12.5 mm) � 3/8 inch (9.5 mm) No. 4 (4.75 rnm) No. 16 (1.1 mm) No. 100(150[im) 501- , 2 Cement. Cement shall conform to the requirements of A TI I C1SO Type I, or ASTM C595 for Blended Types I P or IS. F-501 - 4 P-501— Cement Concrete Pavement 1 /21/ 018 AC 150/53 70-10H .501-2.3 Cementiflous materials, a. Fly ash. Fly ash shall meet the requirements of ASTM 0518, with the exception of loss of ignition, where the maximum shall be less than 6 . Fly ash shall have a Calcium Oxide (CaO) content of less than 15% and a total alkali content less than 3% per ASTM C311. The Contractor shall furnish the previous three most recent, consecutive ASTM I 61 reports for each source of fly ash proposed in the concrete mix, and shall furnish each additional report as they become available during the project. The reports can be used for acceptance or the material may be tested independently by the Resident Project Representative (RPR). Ia s C fly ash shall not be used on this projbect. b. Slag cement (ground granulated blast furnace ( GBF)). Slag cement shall conform to ASTM C9 9, Grade 100 or Grade 120. Slag cement ent shall be used only at a rate between 5% and 5 5% of the total cementitieus material by mass. c. Raw or calcined natural pozzolan. Natural pezzol a n shall be raw or calcined and conform to ASTM C618, Class N, including the optional requirements for uniformity and effectiveness in controlling Alkali -Silica reaction and shall have a loss on ignition not exceeding 6%. Class N pozzolan for use in mitigating Alkali -Silica Reactivity shall have a total available alkali content less than 3%. d. UItrafine f IV ash and ultrafine pozzolan. UItraFine F IV Ash (U FFA) and U Itra Fire pozzolan (U FP) shall conform to ASTM C61 , Class F or N, and the following additional requirements: ( 1) The Strength activity index at 28 days of age shall be at least 95% of the control specimens. (2) The average particle size shall not exceed 6 microns. 501- .4 Joint seal. The joint seal for the joints in the concrete pavement shall meet the requirements of Item P- 05 and shall he of the type specified in the plans. 501- .5 Isolation joint filler. Pre o Ided joint filler for isolation joints shall conform to the requirements of ASTM D1751 or ASTM I D1752 and shall he where shown on the plans. The filler for each joint shall he furnished in a slingle piece for the fall depth and width required for the joint, unless otherwise specified by the RPR. When the use of more than one piece is required for a joint, the abutting ends shall he fastened securely and held accurately to shape by stapling or other positive fastening means satisfactory to the RPR. .501- .6 Steel reinforcement. Reinforcing shall consist of welded wire steel fabric (epoxy -coated) conform i ng to th a req u i rem eats of ASTM A185. Welded wire shal I be f urnished in f lat sheets only. .501- .7 Dowel and tie bars. Dowel bars shall he plain steel bars conforming to ASTM A615 and shall be free f roan bu rd ng o r of her deformation restri cti ng sl i ppa ge i n the cons rete. a. Dowel Bars. Before delivery to the construction site each dowel bar shall be epoxy coated per ASTM I A107 , Type 1. with a coating thickness after curing greater than 10 mils. Patched ends are not required for Type 1 coated dowels. The dowels shall be coated with a bond -breaker recommended b the manufacturer. Dogrel sleeves or inserts are not permitted. Grout retention rings shall be fully circular metal or plastic devices capable of supporting the dowel until the groat hardens. b. Tie Bars, Tie bars shall be deformed steel bars and conform to the requirements of ASTM A615. Tie bars designated as Grade 60 in ASTM A615 or ASTM A706 shall be used for construction requiring bent bars. 501-2.8 Water. Water used in nixing or curing shall be potable. If water is taken from other sources considered non -potable, it shall meet the requirements of ASTM C1602. P-501— Cement Concrete Pavement P-501— 5 AC 150/5370-1OH 12/ 1/ 018 .501-2.9 Material for curing concrete. Curing materi a Is shall conform to one of the following specifications: a. Liquid membrane -forming compounds for curing concrete shall conform to the requirements of ASTM C309, Type 2e Class A. or Class R. b. White polyethylene film for curing concrete shall conform to the requirements of ASTM C171. c. White burlap -polyethylene sheeting for curing concrete shall conform to the requirements of ASTM C171. d. Waterproof paper for curing concrete shall conform to the requirements of ASTM C171. 501- .10 Admixtures. Ad m i to res sly a I I co nfo rm to the fol lowing specif i cation s; a. Air-entra'ln*ln admixtures. Air -entraining admixtures shall meet the requirements of ATM C260 and shaII con sistentl entrai n the air content in the specified ranges under fiald conditions. The a ir- entrainIng agent and any water reducer admixture shall be compatible. b. Water -reducing admixtures. rater -reducing admixture shall meet the requirements of ASTM 494, Type A, B, or D. c} Either admixtures. The use of set retarding and set -accelerating admixtures shall be approved by the RPR prior to developing the concrete mix. Retarding admixtures shall meet the requirements of ASTM C494, Type A. B� or D arnd set-accelerati rig admixtures shall meet the requiremennts of ASTM C494, Type C. Calcium chloride and admixtures containing ca Iclum chloricle shall not be used+ d+ Uithium Nitrate, The lithium admixture shall be a nominal 30% aqueous solution of Lithium Nitrate, with a density of 10 pounds/gallon (1. Q, and shall have the approximate chemical fora as shown below: Uithium Admixture Constituent Limit Percent by Mass) LiNO3 Lithium Nitrate} 30 ±0.5 544 Sulfate Ion) 4.1 (max) Cl Chloride Ian} 0.2 (max) Na (Sodium Ian) 4.1 (max) K {Potassium Ion} 0.1 (max) The lithium nitrate admixture dispensing and m i ing operations shall he verified and certified by the ithium manufacturer's representative., 501- .11 Epoxy -resin. All epoxy -resin materials shall he two -component materials conforming to the requirements of ASTM C881, Class as appropriate for each application temperature to be encountered, except that ire addition, the materials shall meet the foI Iowing requi rements: a. Material for use for embedding dowels and anchor bolts shall be Type IV, Grade 3. b. Material for use as patching materials for complete filling of spalls and ether voids and for use in preparing epoxy resin mortar shall beType 111, Gradeasapproved. c. Material for use for injecting cracks shall be Type IV, Grade 1. P-501 - 6 P-501— Cement Concrete Pavement 1 /21/ 018 AC 150/53 70-10H d., Material for bonding freshly mixed Portland cement concrete or mortar or freshly mixed epoxy resin concrete or mortar to hardened concrete shaII be Type V, Grade as approved. 501-2.12 Bond Breaker. Not required. LGOR IS IY 4UT,1f*+ 501- .1. General. No concrete shall be placed until an acceptable concrete mix has been submitted to the RPR for review and the RPR has taken appropriate action. The RPR's review shall not relieve the Contractor of the responsibility to select and proportion the materials to comply with thissection. 501- .2 Concrete Mix Laboratory. The laboratory used to develop the concrete mix shall be accredited in accordance with ASTM C1077. The laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for developing the concrete mix rust be included in the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be subm itted to the RPR prior to start of construction. 501-3.3 Concrete Mix Proportions. Develop the mix using the procedures contained in Portland Cement Association (PCA) publication, "Design and Control of Concrete Mixtures." Concrete shall be proportioned to achieve a 2-day flexural strength that meets or exceeds the acceptance criteria contained in paragraph 501- .6 for a flexural strength of 650 psi per ASTIVI C7 . The minimum cementitious material shall be adequate to ensure a workable, durable mix., The minimum cem ent itio us material (cement plus fly ash, or slag cement) -shall be 517 pounds Per cubic yard. The ratio of water to cementitious mate ria l f including free surface moisture on the aggregates but not i ncluding moisture absorbed by the aggregates shall be between 0. 38 — 0.45 by Freight. Flexural strength test specimens shall be prepared in accordance with ASTIVI C192 and tested in accordance with ASTIVI C78. At the start of the project, the Contractor shall determine an allowable slurp as determined by ASTIVI C143 not to exceed 2 inches (50 mm) for slip -fora placement. For fixed - form placement, the slump shall not exceed 3 inches (75 mm). For hand placement, the slump shall not exceed 4 inches (100 mm). When the flexural design strength in paragraph 01- .3 is to be accepted on the basis of compressive strength, the following procedure establishes the correlation between com pressure and fIexuraI strength for the concrete rr-rix. Each concrete mix gill require a se pa rate correlation. Cylinders/Beams a. Fabricate all beams and cylinders for each mixture from the same batch or blend of batches. Fabricate and cure all beams and cylinders in accordance with ASTIVI C19 f using 6 x 6-inch (150 x 150 mm) steel bea m forms and 6 x 1 -inch (150 x 300 mm) single -use cylinder forms. b. Cure test beams from each mixture for 3, 7$ 14, 29 and 90-dayflexural tests-- three () beams to be tested per age. c. Cure test cylinders from each mixture for 3, 7* 14, 28 and 0- day compressive strength tests; three () cylinders to be tested per age. d. Test beams in accordance with A TI I C7 x c I i n d er i n accordance with ASTIVI C 9. P-501— Cement Concrete Pavement P-501— 7 AC 150/5370-1OH 12/ 1/ 018 e. lasing the average strength for each age, plot all results on separate graphs for each /c versus: 0 -d ay flexu ra I strength 0 7-d ay fleu ra I strength 0 14-day flexural strength 0 -day flexural strength 0 3-day compress ive stre ngth 0 7-day compressive strength 0 14-d ay com p re live stre n th -day compressive strength f. From the above expected strengths for the selected mixture determine the fol low'i ng Correlation Ratios: (1) Ratio of the 14-day compressive strength of the selected mixture to the -day flexural strength of the mixture (for acceptance). (2) Ratio of the 7-day compressive strength of the selected mixture to the -day flexural strength of the mixture (for Contractor 0,C control). g. If there is a change in materials, additional mixture design studies shall be made using the new materials and new Correlation Ratios shall he determined. h. No concrete pavement shall he placed until the Engineer has approved the Contractor's mixture proportions. The approved water-cementitiou s materials ratio shall not exceed the maximum value specified. The results of the concrete mix shall include a statement giving the maximum nominal coarse aggregate size and the weights and volumes of each ingredient proportioned on a one cubic yard (meter) basis. Aggregate q uantities shall be based on the mass in a saturated su rface d ry condition. If a change in source(s) is made, or admixtures added or deleted from the mix, a new concrete mix must be submitted to the RPR for approval. The RPR may request samples at any time for testing, prior to and during production, to verify the quality of the materials and to ensure conformance with the applicable specifications. 501- .4 Concrete Mix submittal. The concrete mix shall he submitted to the R P R at least [ 30 ] days prior to the start of operations. The submitted concrete mix shall not he more than 180 days old and must use the materials to he used for production for the project. Production shall not begin until the concrete mix is approved in writing by the RRR. Each of the submitted concrete mixes (Le, slip form, side form machine finish and side form hand finish) shall he stamped or sealed by the responsible professional Engineer of the laboratory and shall include the fol lowing items and quantities as a minimum - Certified material test reports for aggregate in accordance with paragraph 501- .1. Certified reports must include all tests required; reporting each test, test method, test result, and requirement specified (criteria). P-501 - 8 P-501— Cement Concrete Pavement 1 /21/ 018 AC 150/53 70-10H •Combined aggregate gradations and analysis; and including plots of the fine aggregate fineness modulus. * Reactivity Test Results. • Coarse aggregate quality test results, including deleterious materials. • Fine aggregate quality test results, including deleterious materials. • Mill certificates for cernent and supplementaI cemantitious materials. 0 Certified test results for all admi tures, including Lithium hlitrate if applicable. 0 Specified flexural strength, slurp p, and air content. * Recommended proportions volurnes for proposed mixture and trial water- cementitious materials ratio, including actual slump and air content. 0 Flexural and compressive strength summaries and plots, including all individual beam and cylinder breaks. 0 Correlation ratios for acceptance testing and Contractor QC testing, when applicable. 0 Historical record of test results documenting production standard deviation, when applicable. 501- , 5 Cementitious materials. a. Fly ash. When fly ash is used as a partial replacement for cement, the replacement rate shall be determined from laboratory trial m fixes, and shall he between 20 and 0% by weight of the total cementitious material. If fly ash is used in conjunction with slag cement the maximum replacement rate shall not exceed 10% by weight of total cementitious material. 1b. Slag cement (ground granulated blast furnace ( B F)). Slag cement may he used. The slag cement, or slag cement plus fly ash if both are used may constitute between 25 to 55 of the total cementitious material by weight. c. Raw ar calcined natural pozzolan. Natural pozzolan may he used in the concrete mix. hen pozzolan is used as a partial replacement for cement, the replacement rate shall be determined from laboratory trial mixes, and shall he between 20 and 30 by weight of the total cementitious material. If pozzolan is used in conjunction with slag cement the maximum replacement rate shall not exceed 10 by Freight of total cementitious material. d. UItrafine fly ash (UFFA) and ultrafine pozzolan (UFP). UFFA and UP may he used in the concrete m ix with the RFR's approval. When UFFA and U F P is used as a partial replacement for cement, the replacement rate shall be determined reed from laboratory trial mixes, and shall be between 7% and 16% by weight of the total cementitious material, 501- .6 Admixtures. a. Air -entraining admixtures. Air -entraining admixture are to be added in such a manner that will ensure uniform distribution of the agent throughout the hatch. The air content of freshly mixed air - entrained concrete shall be based upon trial rni es with the materials to be used in the work adjusted to produce concrete of the required plasticity and workability. The percentage of air in the mix shall be 5.5%. Xir content shall be determined by testing in accordance with ATM C 31 for gravel and stone coarse aggregate and A T I C173 for slag and other highly porous coarse aggregate. The Ern i near must specify the appropriate air content for the exposure level for the project location at the maxi mum aggregate size specified i in pa ragraph 501- .1(c)t P-501— Cement Concrete Pavement P-501— 9 AC 150/5370-1OH 12/ 1/ 018 Recommended Air Content (Percent) Exposure Level Maximum Size Aggregate inch (m ) 2 inch 1-1 inch I *Inch 4 inch 1/2 inch % .5 4.9% Moderate 4.0% 4.5% 4.5% 5.0% 5.5 Severe 5.5% 0�4 r i i i i i f i i i i i i i f ilip 1 i i i i ii i i f i 111111 M.. i i i i i i QN111 iIMAINKImm i i i ■ iWJhMf i i 3�r'f�J��l�l�l�'i'aJ1J�Jl ��= l ��1t7 �� �JL i! t� �Ji 13 �i11■� Jai i� 4�J L�JIl��# 2. Moderate exposure - Service in a climate where freezing is expected but where the concrete i I I ri of he cont'i n ua I ly ex posed to mol stu re o r free water fo r long pe nods prio r to f reezi ng a nd w'I I I not he exposed to deicing agents or other aggressive chemicals. i i i ii i i i i i i ii i i i f f _ i - i M.. i 11111��M. NIII MI i i i i i b. Water -reducing admixtures.Water-reducing admixtures shall he added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements. Tests -shall he conducted with the materials to be used in the work, in accordance with ATM C494. c. Other admixtures. Set controlling, and other approved admixtures shall he added to the mix 'in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements. Tests shall he conducted with the materials to he used in the work, in accordance with ASTM C494. d. Lithium nitrate. Lithium nitrate shall he added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements in accordance with paragraph 501- .10d . CONSTRUCTION METHODS 501-4.1 Control Strip. The control strip(s) shall he to the next planned joint after the initial 250 feet of each type of pavement construction (slip -form pilot lane, slip -form fill-in lane, or fixed form). The Contractor shall demonstrate, in the presence of the RPR, that the materials, concrete mix, equipment, construction processes, and quality control processes meet the requirements of the specifications. The concrete mixture shall he extruded from the paver meeting the edge slump tolerance and with little or no finishing. Pilot, fill-in, and fixed -fern control strips will he accepted separately. Minor adjustments to the mix deign may he required to place an acceptable control strip. The production mix will he the adjusted mix design used to place the acceptable control strip. Upon acceptance of the control strip by the RPR, the Contractor must use the same equipment, materials, and construction methods for the remainder of concrete paving. Any adjustments to processes or materials rust he approved in advance by the RPR. The acceptable control strip shall be paid for in accordance with paragraph 501-6.6. P-501 - 10 P-501— Cement Concrete Pavement 1 /21/ 018 AC 150/53 70-10H 501-4.2 Equipment, The Contractor is responsible for the proper operation and maintenance of all equipment necessary for handling materials and performing all parts of the work to meet this specification. a. Plant and equilp ent, The plant and mixing equipment shall conform to the requirements of A TM C94 and/or ATM C685. Each truck mixer shall have attached in a prominent place a manufacturer's nameplate showing the capacity of the drum In terms of volume of mixed concrete and the speed of rotation of the mixing drum or blades. The truck mixers shall be examined daily for charges in condition due to accumulation of hard concrete or mortar or wear of blades. The pickup and thro over blades shall be replaced when they have worn down 4 inch (19 mm) or more. The Contractor shall have a copy of the manufacturer's design on hand showing dimensions and arrangement of blades in reference to original height and depth. Equipment for transferring and spreading concrete from the transporting equipment to the paving lane in front of the finishing equipment shall be provided. The equipment shall be specially manufactured, self-propelled transfer equipment which will accept the concrete outside the paving lane and will spread it evenly across the paving lane in front of the paver and strike off the surface evenly to a depth which perm its t he pager to o pe rate eff icient I y. b. Finishing equipment. (1) Slip -form. The standard method of constructing concrete pavements shall he with an approved slip -form paving equipment designed and operated to spread,, consolidate, screed, and finish the freshly placed concrete in one complete pass of the machine so that the end result is a dense and homogeneous pavement which is achieved with a minimum of hard finishi n . The paver -finisher shall be a heavy duty, self-propelled machine designed specifically for paring and finishing highs quality concrete pavements. (2) Fixed -form. On projects requiring less than 10,000 cubic ya rds of concrete pavement or irregular areas at locations inaccessible to slip -form paving equipment, concrete pavement may he placed with equipment specifically designed for placement and finishing using stationary side forms. Methods and equipment shall be reviewed and accepted by the RRR. Hand screeding and float finishing may only be used on small irregular a real as allowed by the RPR. ct Vibrators. Vibrator shall be the internal type. The rate of vibration of each Vibrating unit shall be sufficient to consolidate the pavement without segregation or voids. The number, spacing, and frequency shall he as necessary to provide a dense and h u rna a neu us pavement and meet the recommendations of American Concrete Institute ( CI) 309R, Guide for Consolidation of Concrete. Adequate power to operate all vibrators shall be available on the paver. The vibrators shall be automatically controlled so that they shall be stopped as forward motion ceases. The Contractor shall provide an electronic or mechanical means to monitor vibrator status. The check on vibrator status shall occur a minimum of two times per day or when requested by the RPR. Hand held vibrators may only be used in irregular areas and shall meet the recommendations of ACI 09R, Guide for Consolidation of Concrete. d. Concrete sags. The Contractor shall provide sawing equipment adequate in number of units and power to complete the sawing to the required dimensions. The Contractor shall provide at least one standby saw in good working order and a supply of saw blades at the site of the work at all times during saw i ng operations. P-501— Cement Concrete Pavement p-501-11 AC 150/5370-1OH 12/ 1/ 018 e. Fixed forms. Straight side fixed forms shall be made of steel and shall be furnished in sections not less than 10 feet (3 m) in length. Forms shall be provided with adequate devices for secure settings o that when in place they will withstand, without risible spring or settlement, the impact and vibration of the consolidating and finishing equipment. Forms with battered top surfaces and bent, twisted or broken forms shall not be used. Built-up forms shall not be used, except as approved by the RPR+ The top face of the form shall not Crary from a true plane more than 1/8 inch (3 mm) in 10 feet (3 m), and the upstanding leg shall not vary more than 1/4 inch (6 mm). The forms shall contain provisions for locking the ends of abutting sections together tightly for secure setting. Wood forms may be used under special conditions., when approved by the RPR. The forms shall extend the fuI I depth of the pavement section. 501-4.3 Form setting. Forms shall be set to line and grade as shown on the plans, sufficiently ire advance of the concrete placement, to ensure continuous paving operation. Forms shall be set to withstand, without visible spring or settlement, the 'Impact and vibration of the consolidating and finishing equipment, Forms shall be cleaned and oiled prior to the concrete placement. 501-4.4 Base surface preparation prior to placement. Any damage to the prepared base, subbase, a n d subgrade shall be corrected full depth by the Contractor prig- to concrete placement. The underlying surface shall be entirely free of frost when concrete is placed. The prepared grade shall be moistened with water, without saturating, immediately ahead of concrete placement to prevent rapid loss of moisture from concrete. Bond breaker shall be applied in accordance with 501- .1 . 501-4.5 Handling., measuring, and batchiing material. Aggregate stockpiles shall be constructed and managed in such a manner that prevents segregation and 'Intermixing of deleterious materials. Aggregates from different sources shall be stockpiled, weighed and batched separately at the concrete batch plant. Aggregates that have become segregated or mixed with earth or foreign material shall not be used. All aggregates produced or handled by hydraulic methods, and gashed aggregates, shall be stockpiled or binned for draining at least 12 hours before being batched. Store and maintain all aggregates at a uniform moisture content prior to use. A continuous supply{ of materials shall be provided to the work to ensure continuous placement. 501-4.6 Mixing concrete. The consrate may be mi sd at the work site, in a cent raI m ix plant or in truc mixers. The mixer shall be of an approved type and capacity. Mixing time shall be measured from the time all materials are placed into the drum until the drum is emptied into the truck. Allconcrete shall be mixed and delivered to the site in accordance with the requirements of A TI I C94 or ASTIVI C685. Mixed concrete from the central mixing plant shall be transported in truck mixers, truck agitators, or non- agitating trucks. The elapsed time from the addition of cementitious material to the mix until the concrete is discharged from the truck should not exceed 30 rninutes when the concrete is hauled in non - agitating trucks, nor 90 minutes when the concrete is hauled in truck mixers or truck agitators. In no case shall the temperature of the concrete when placed exceed 90' F (32'C). Retem peri ng concrete b adding water or by other means will not be permitted. With transit mixers additional water may be added to the batch materials and additional (mixing performed to increase the slurp to meet the specified requirements provided the addition of water is performed within 45 minutes after the initial m i i ng operation s a n d p rovided th e water cem ent it i ous ratio specified i s not exceeded. P-501 - 12 P-501— Cement Concrete Pavement 1 /21/ 018 AC 150/53 70-10H 501-4.3 Weather L11mitations on mixing and placing., No concrete shall be mixed, placed, or fi n i shed when the natural light is insufficient, unless an adequate and approved artificial lighting system is operated, a. Cold weather.. Unless authorized in writing by the RPR, mixing and concreting operations shall be discontinued when a descending air temperature in the shade and away from artificial heat reaches 40'F (4V and shall not be resumed until an ascending air temperature in the shade and array from artificial heat reaches 3 5 0 F ( ° )+ The aggregate shall be free of ice, snow, and frozen lumps before entering the mixer, The temperature of the mixed concrete shall not be less than 50OF (10" ) at the time of placement. Concrete shall not be p laced on froze n mate ri al no r sha I I froze n aggregates be used i n th e concrete. When concreting is authorized during cold weather, grater and/or the aggregates may be heated to not more than 1.50"F (660C). The apparatus used shall heat the mass uniformly and shall be arranged to preclude the possible occurrence of overheated areas which might be detrimental to the materials. Curing during cold weather shall be in accordance with paragraph 501-4.1d. b. Hot weather. Duri rig periods of hot Breather when the maxi m u m daily air temperature exceeds 857 (30-0Q, the following precautions shall betaken. The forms and/or the underlying surface shall be sprinkled with water immediately before placing the concrete. The concrete shall be placed at the coolest temperature practicable, and in no case shall the temperature of the concrete when placed exceed 90'F (32'C). The aggregates and/or mixing water shall be cooled as necessary to maintain the concrete temperature at or not more than the specified ma irnurn. The concrete placement shall be protected from exceeding an evaporation rate of 0.2 psf (0.98 I g/m per lour) per hour. When conditions are such that problems with plastic cracking can be expected, and particularly if any plastic cracking begins to occur, the Contractor shall immediately tale such additional measures as necessary to protect the concrete surface. If the Contractor"s measures are not effective in preventing plastic cracking, paring operations shall be immediately stopped. Curing during hot weather shall be in accordance with paragraph 501-4. 13e. c} Temperature management program. Prior to the start of paving operation for each day of paving, the Contractor shall provide the RPR with a Temperature Management Program for the concrete to be placed to assure that uncontrolled cracking is avoided. (Federal Highway Administration H IPERPAV is one example of a temperature management program.) As a minimum, the program shall address the following items: (1) Anticipated tensile strains in the fresh concrete as related to heating and cooling of the concrete material. (2) Anticipated weather conditions such as ambient temperatures, wind velocity, and relative humidity; and anticipated evaporation rate using Figure 1-, PA, Design and Control of Concrete Mixtures. (3) Anticipated timing of initial saw i rig of joint. (4) Anticipated number and type of saw-s to be used. P-501— Cement Concrete Pavement P-501-13 AC 150/5370-1OH 12/ 1/ 018 d. Baia, The Contractor shall have available materials for the protection of the concrete during inclement weather. Such protective materials shall consist of rolled polyethylene sheeting at least 4 mils (0.1 mm) thick of sufficient length and width to cover the plastic concrete slab and any edges. The sheeting may be mounted on either the paver or a separate movable bridge from which it can be unrolled without dragging over the plastic concrete surface. When rain appears imminent, all paving operations shall stop and all available personnel shall begin covering the surface of the unhardened can Crete with the protective cove ri rig. 501-4.8 Concrete Placement. At a ny po i nt i n cons rete co nveva n ce, the free ve rti ca I d rop of the co n Crete from one point to another or to the underlying surface shall not exceed 3 feet (1 m){ The finished concrete product rust be dense and homogeneous, without segregation and conforming to the standards in this specification. Backhoes and grading equipment shall not he used to distribute the concrete in front of the paver. Front end loaders i I I not be used. All concrete shall he consolidated without voids or segregation, including under and around all load -transfer devices, joint assembly units, and other features embedded in the pavement. Hauling equipment or other mechanical equipment can be permitted on adjoining previously constructed pavement when the concrete strength reaches he a compressive essive strength of 3,100 psi, based on the average of four field cured specimens per 2,000 cubic yards (1,530 cubic meters) of concrete placed. The Contractor must determine that the above minimum strengths are adequate to protection the pavement from overloads due to the construction equipment proposed for the project. The Contractor shall have available materials for the protection of the concrete during cold, hot and/or inclement weather in accordance with paragraph .501-4.7. a. Slip -form construction. The concrete shall be distributed uniformly into final position by a self- propelled slip -fora paver without delay. The alignment and elevation of the paver shall be regulated from outside reference lines established for this purpose. The paver shall vibrate the concrete for the full width and depth of the strip of pavement being placed and the vibration shall be adequate to provide a consistency of concrete that will stand normal to the surface with sharp Drell -defined edges. The .sliding forms shall be rigidly held together- laterally to prevent spreading of the forms. The plastic concrete shall be effectively conMlildated by internal vibration with transverse vibrating units for the full width of the pavement and/or a series of equally placed longitudinal vibrating units. The space from the outer edge of the pavement to longitudinal unit small not exceed 9 inches (23 cm) for slipform and at the end of the dowels for the fill-in lanes. The spacing ofinternal units shall be uniform and shall notexceed 18 inches (0.5 m). The terra internal vibration means vibrating units located within the specified thickness of pavement section. The rate of vibration of each vibrating unit shall be sufficient to consolidate the pavement without,, segregation, voids, or vibrator trails and the amplitude of vibration shall be sufficient to be perceptible on the surface of the concrete along the entire length of the vibrating unit and for a distance of at least one foot (30 cm). The frequency of vibration or amplitude should be adjusted proportionately with the rate of travel to result in a uniform density and air content. The paving machine shall he equipped with a tachometer or other- suitable device for measuring and indicating the actual frequency of vibrations. The concrete shall he held at a uniform consistency. The slip -form paver shall be operated with as nearly a continuous forward movement as possible and all operations of mixing, delivering, and spreading concrete shall be coordinated to provide uniform progress with stopping and starting of the paver held to a minimum. if for any reason, it is necessary to stop the forward movement of the paver, the vibrator and tamping elements shall also be stopped immediately+ No tractive force shall be applied to the machine, except that which is controlled from the mach ine. P-501 - 14 P-501— Cement Concrete Pavement 1 /21/ 018 AC 150/5370-10H When concrete is being placed adjacent to an existing pavement, that part of the equipment which is supported on the existing pavement shall be equipped with protective pads on crawler tracks or rubber - tired wheels on which the bearing surface is offset to run a sufficient distance from the edge of the pavement to avoid breaking the pavement edge Not more than 15% of the total free edge of each 500-foot (150 r n) segment of pavement, or fraction thereof, shall have an edge slump exceeding 1/4 Inch (6 mm), and none of the free edge of the pavement shall have are edge slump exceeding 3/8 inch (9 mm). (The total free edge of 500 feet (150 m) of pavement will be considered the cumulative total linear measurement of pavement edge originally constructed as nonadjacent to any existing pavement; that is, Soo feet (150 m) of paving lane originally constructed as a separate lane will have 1,000 feet (300 m) of free edge, 500 feet (150 m) of fill-in lane will have no free edge, etc.). The area affected by the downward movement of the concrete along the pavement edge shall be limited to riot more then 18 inches (0.5 m) frorn the edge. When excessive edge slump cannot be corrected before the concrete has hardened, the area with excessive edge slump will be removed the full width of the slip form lane and replaced at the expense of the Contractor as directed by the RPR. b. Fixed -form construction. Forms shall be drilled in advance of being placed to line and grade to accom m od ate tie ba rs / dowel ba rs where these a re spec If i ed. Immediately in advance of placing concrete and after all subbase operations are completed, side forms shall be trued and maintained to the required line and grade for a distance sufficient to prevent delay} in placing. Side forms shall remain in place at least 12 hours after the concrete has been placed, and in all cases until the edge of the pavement no longer- requires the protection of the forms. Curing compound shall be applied to the concrete immediately after the forms have been removed. Side forms shall be thoroughly cleaned and coated with a release agent each time they are used and before concrete is placed against them. Concrete shall be spread, screed, shaped and consolidated by one or more self-propelled machines. These machines shall uniformly distribute and consolidate concrete without segregation so that the completed pavement will conform to the required cross-section with a minimum of hared ork. The number and capacity of machines furnished shall be adequate to perform the work required at a rate equal to that of concrete delivery. The equipment must be specifically designed for placement and finishing using stationary{ side forms. Methods and equipment shall be reviewed and accepted by the RPR. Concrete for the full paving width shall be effectively consolidated by internal vibrators. The rate of vibration of each vibrating unit shall be sufficient to consolidate the pavement without segregation, voids, or leaving vibrator trails. Power to vibrators shall be connected so that vibration ceases when forward or backward motion of the machine i5 stopped. c. Consolidation. Concrete shall be consolidated with the specified type of lane -spanning, gang - mounted, ounted, mechanical, immersion type vibrating equipment mounted in front of the paver, supplemented, in rare instances as specified, by hand -operated vibrators. The vibrators shall be inserted into the concrete to a depth that will provide the best full -depth consolidation but not closer to the underlying material than 2 inches (50 mm). Vibrators shall not be used to transport or spread the P-501— Cement Concrete Pavement P-501-1 s AC 150/5370-1OH 12/ 1/ 018 concrete. For each paving train, at least one additional vibrator spud, or sufficient parts for rapid replacement and repair of vibrators shall be maintained at the paving site at all times. Any evidence of inadequate consolidation (honeycomb along the edges, large air pockets, or any other evidence) or over -consolidation (vibrator trails, segregation, or any ether evidence) shall require the immediate stopping of the paving operation and adjustment of the equipment or procedures as approved by the RIB R. If a lack of consolidation of the hardened concrete is suspected by the RPR, referee testing may be required. Referee testing of hardened concrete will be performed by the RPR by cutting cores from the finished pavement after a minimum of 24 hours curing. The RPR shall visually examine the cores for evidence of lack of consolidation. Density determinations will be made by the RPR based on the water content of the core as taken. en. A T I C642 shall be used for the determination of core density in the saturated -surface dry} condition. When required, referee cores will be taken at the minimum rate of one for each 500 cubic yards (382 m ) of pavement, or fraction. The Contractor shall be responsible for all referee testing cost if they fail to meet the required density. The average density of the cores shall be at least 97% of the original concrete mix density, with no cores Laving a density of less than 96% of the original concrete mix density. Failure to meet the referee tests will be considered evidence that the minimum requirements for vibration are inadequate for the job conditions. Additional vibrating units or other means of increasing the effect of vibration .shall be employed so that the density of the hardened concrete conforms to the above requirements. 501-4.9 Strike -off of concrete and placement of reinforcement. Following the placing of the concrete, it shall be struck off to conform to the cross-section shown on the plans and to an elevation that when the concrete is properly consolidated and finished, the surface of the pavement shall be at the elevation hewn on the plans+ When reinforced concrete pavement is placed in two layers, the bottom layer shall be struck off to such length and depth that the sleet of reinforcing steel fabric or bar mat may be laid full length on the concrete in its final position without further manipulation. The reinforcement shall then be placed directly upon the concrete, after which the top layer of the concrete shall be placed, struck off, and screed. If any portion of the bottom layer of concrete has been placed more than 30 minutes without being covered with the top layer or if initial set has taken place, it shall be removed and replaced with freshly mixed concrete at the Contractor's expense. When reinforced concrete is placed in o n a layer, the rei nforcem ent may be positioned i n adva nce of cons rete p lacement or it m ay be p I aced i n plastic concrete by mechanical or vibratory means after spreading, Reinforcing steel, at the time concrete is placed, shall be free of mud, oil, or other organic matter that may adversely affect or reduce bond. Reinforcing steel with rust, mill scale or a combination of both will be considered satisfactory, y, provided the minimum dimensions, weight, and tensile properties of a hard wire- brushed test specimen are not less than the applicable A T 1 specification requirements. 501-4.10 Joints. Joints shall be constructed as shown on the plans and in accordance with these requirements. All joints shall be constructed with their faces perpendicular to the surface of the pavement and finished or edged as shown on the plans. Joints shall not vary more than 1/ ainch (1 mm) from their designated position and shall be true to line with not more than 1/4-inch (6 mm) variation in 10 feet (3 m)f The surface across the joints shall be tested with a 12-foot (3 m) straightedge as the feints are finished and any irregularities in excess of 1/4 inch (6 mm) shaII be corrected before the concrete has hardened. All joints shall be so prepared, finished, or cut to provide a groove of uniform width and depth as shown on the plans. P-501 - 16 P-501— Cement Concrete Pavement 1 /21/ 018 AC 150/53 70-10H a. Construction. Longitudinal construction joints shall be slip -formed or formed against side forms as shown in the plans. Transverse construction joints shall be installed at the end of each days placing Operations and at any other points within a paving lane when concrete placement is interrupted for more than 30 minutes or it appears that the concrete will obtain its initial set before fresh concrete arrives. The installation of the joint shall be located at a planned contraction or expansion joint. If placing of the concrete is stopped, the Contractor shall remove the excess concrete back to the previous planned joint. b+ Contraction. Contraction Joints shall be 'Installed at the locations and spacing as shown on the plans. Contraction joints shall be installed to the d i men ions required by forming a groove cr cleft ire the top of the slab while the concrete is still plastic or by sawing a groove into the concrete surface after the concrete has hardened. When the groove is formed in plastic concrete the sides of the grooves shall be finished even and smooth with are edging tool. If an insert material is used, the installation and edge finish shall be according to the manufacturer's instructions. The groove shall be finished or cut clean so that spalling will be avoided at intersections with other joints. Grooving or savoring shall produce a slot at least 1/8 inch (3 mm) wide and to the depth shown on the plans. c. Isolation (expansion). Isolation joints shall be installed as shown on the plans. The premolded filler of the thickness as shown on the plans, shall extend for the full depth and width of the slab at the joint. The filler shall be fastened uniformly along the hardened joint face with no buckling or debris between the filler and the concrete interface, includi rig a tem po ra ry filler for the sealant reservoir at the top of the slab. The edges of the joint shall be finished and tooled while the concrete is still plastic. d. Dowels and Tie Bars for Wints (1) Tie bars. Tie bars shall consist of deformed bars installed in joints as shown on the plans. Tie bars shall be placed at right angles to the centerline of the concrete slab and shall be spaced at intervals shown on the plans. They shall be held in position parallel to the pavement surface and in the middle of the slab depth and within the tolerances in paragraph 501-4.10(f.). When tie bars extend into an unpaved lane, they may be beat against the form at longitudinal construction joints, unless threaded bolt or other assembled tie bars are specified. Tie bars shall not be painted, greased, or enclosed in sleeves. When SHIP- form operations call for tie bars, tiro -piece hook bolts can be installed. () Dowel bars. Dowel bars shall be placed across J'oi rats In the proper horizontal and vertical alignment as shown on the plans. The dowels shall be coated with a bond -breaker or other lubricant recommended by the manufacturer and approved by the RPR. Do reli bars at longitudinal construction joints shall be bonded in drilled holes. () Placing dowels and tie bars. Horizontal spacing of dowels shall be within a tolerance of ± 4 inch (19 mm). The vertical location on the face of the slab shall be within a tolerance of ±1 inch (12 mm). The method used to install dowels shall ensure that the horizontal and vertical alignment will not be greater than 1/4 inch per feet (6 mm per 0.3 m), except for those across the crown or other grade change joints. Dowels across crowns and other joints at grade changes shall be measured to a level surface. Horizontal alignment shall be checked perpendicular to the joint edge. The portion of each dowel intended to move within the concrete or expansion cap shall be wiped clean and coated with a thin, even film of I ubricating oii or Iight grease before the concrete is placed. Do wets shall be instal Ied as specified in the foIlo ing subparagraphs. P-501— Cement Concrete Pavement P-501-17 AC 150/5370-1OH 12/ 1/ 018 (a) Contraction joints. Dowels and tie bars in longitudinal and transverse contraction joints within the paving lane shall be held securely in place by means of rigid metal frames or basket assemblies of an approved type. The basket assemblies shall be held securely in the proper location b means of suitable pins or anchors. Do not cut or crimp the dogrel basket tie wires{ At the Contractor's option, dowels and tie bars i n contraction joints may be installed by insertion into the plastic concrete using approved equipment and procedures per the parer manufacturer's design. Approval of installation methods will be based on the results of the control strip showing that the dowels and tie bars are installed with{ n specified tolerances as verified by cores or non-destructive rebar location devices approved by the RPR. (b) Construction joints. Install dowels and tie bars by the cast -ire- place or the drill -and - dowel method. Installation by removing and replacing in preformed holes will not be permitted. Dowels and tie bars shall be prepared and placed across joints where indicated, correctly aligned, and securely held in the proper horizontal and vertical position during placing and finishing operations, by means of devices fastened to the forms. (c) Joints in hardened concrete. Install dowels in hardened concrete by banding the dowels into holes drilled into the concrete. The concrete shall have cured for seven (7) days or reached a minimum compressive strength of 3100 psi before drilling begins. Holes 1/8 inch (3 mm) greater in diameter than the dowels shall be drilled into the hardened concrete using rotary{ -core drills. Rotary - percussion drills may be used, provided that excessive spalling does not occur. Spalling beyond the limits of the grout retention ring will require modification of the equipment and operation. Depth of dogrel Dole shall be within a tolerance of ±1/2 inch (12 mm) of the dimension shown on the drawings. On completion of the drilling operation, the dogrel hole shall be blown out with oil -free, compressed air. Dowels shall be bonded i n the drilled holes using epoxy{ resin. Epoxy resin shall be injected at the back of the hole before installing the dogrel and extruded to the collar during insertion of the dowel so as to completely fill the void around the e dowel. Application by buttering the dowel will not be permitted. The dowels shall be held in alignment at the collar of the bole by means of a suitable metal or plastic gout retention ring fitted around the a dowel. e. Sawing of joints. Sawing shall commence, without regard to day or night, as soon as the concrete has hardened sufficiently to permit cutting without chipping, spalling, or tearing and before uncontrolled shrinkage cracking of the pavement occurs and shall continue without interruption until all joints have been sawn. All slurry and debris produced in the sawing of joints shall be removed by vacuuming and washing. Curing compound or system shall be reapplied in the initial saw -cut and maintained for the remaining cure period. Joints shall be cut in locations as shown on the plans. The initial joint cut shall be a minimum 1 inch rnrn) wide and to the depth shown on the plans. Prig to placement of joint sealant or seals, the top of the joint shall be widened by wring as shown on the plans. 501-4.11 Finishing. Finishing operations shall be a continuing part of placing operations starting immediately behind the strike -off of the paver, Initial finishing shall be provided by the transverse screed or extrusion plate. The sequence of operations shall be transverse finish{ ng, longitudinal machine floating if used, straightedge finishing, edging of joints, and then texturing. Finishing shall be by the machine method. The hand method shall be used only on isolated areas of odd slab widths or shapes and in the event ofa breakdown of the mechanical finishing equipment. Supplemental hand finishing for machine finished pavement shall be Dept to an absolute minimum. Any machine finishing operation which requires a ppreciable hand finish i ng, other than a moderate amount of straightedge finishing, shall he immediately stopped and proper- adjustments made or the equipment replaced. Equipment, mixture, P-501 - 18 P-501— Cement Concrete Pavement 1 /21/ 018 AC 150/53 70-10H and/or procedures which produce more than 1/4 inch (6 rnm) of mortar -rich surface shall be immediately modified as necessary to eliminate this condition or operations shall cease. Compensation shall be made for surging behind the screeds or extrusion plate and settlement during hardening and care shall be taken to ensure that paring and finishing machines are properly adjusted so that the finished surface of the concrete (not just the cutting edges of the screeds) will be at the required lire and grade. Finishing equipment and tools shall be maintained clean and in an approved condition. At no time shall water be added to the surface of the slab with the finishing equipment or tools., or in an other gray. Fog (m ist) sprays or other surface applied finishing aids specified to prevent plastic shrinkage cracking, approved by the RPR, may be used in accordance with the manufacturer's requirements. a. Machine finishing with sI ipform pavers. The sl i pform parer shall be operated so that only a very minimum of additional finishing work is required to produce pavement surfaces and edges meeting the specified tolerances. Any equipment or procedure that fails to meet these specified requirements shall 1 m mediate Iy be repl a ced or modified as necessa ry. A se If -propel led n o n- rotat N rig p i pe f I oat may be used while the concrete is still plastic, to remove minor irregularities and score marks. Only one pass of the pipe float shall be allowed. Equipment, mixture, and/or procedures which produce more than 1/4 inch (6 mm) of mortar -rich surface shall be immediately modified as accessary to eliminate this condition or operations shaII cease. Remove excessive slurry from the surface with a cutting straightedge and wipe off t he edge. Any sl u rry wh ieh does ru n dove n the ve rti ca I edges s ha I I be i rr med iatelly removed by h a rid, using stiff brushes or scrapers. No slurry, concrete or concrete mortar shall be used to build up along the edges of the pavement to compensate for excessive edge slump, either while the concrete is plastic or after it hardens. b. Machine ne finishing with fixed forms. The machine shall be designed to straddle the forms a n d shall he operated to screed and consolidate the concrete. Machines that cause displacement of the forms shall be replaced. The machine shall make only one pass over each area of pavement, If the equipment and procedures do not produce a surface of uniform texture, true to grade, in one pass, the operation shall be immediately stopped and the equipment, mixture, and procedures adjusted as necessary. c. Other types of finishing equipment. Clary screeds, other rotating tube floats, or bridge deck finishers are not allowed on mainline paving, but may be allowed on irregular or odd -shaped slabs, and rear bui I d i rigs or trench drains, subject to the RPR1s approval. Bridge deck finishers shall have a minimum operating weight of 7500 pounds (400 g) and shall have a transversely operating carriage containing a knock -down auger and a minimum of two immersion vibrators. Vibrating screeds or pans shall be used only for isolated slabs where hand finishing is permitted as specified, and only where specifically approved. d. Hand finishing. Hand finishing methods will not be permitted, except under the following conditions. (1) in the evert of breakdown of the mechanical equipment, hand methods may be used to finish the concrete already deposited on the grade and () in areas of narrow widths or of irregular dimensions where operation of the mechanical equipment is impractical. e; Straightedge testing and surface correction. After the pavement has been struck off and while the concrete is still plastic it shall be tested for trueness with a 1 -foot (3.7-m) finishing straightedge sprung from handles capable of spanning at least one -Ralf the width of the slab. The straightedge shall be held in contact with the surface in successive positions parallel to the centerline and the whole area gon a eve r from one s ide of t he s la b to t he othe r, as n ecessa r. Adva nci rig s ha I I he in su ccess i ve stages of not more than ore -half the length of the straightedge. Any excess water and la ita nce in excess of 1 inch (3 mrn) thick shall be removed from the surface of the pavement and wasted. Any depressions shall p-501— Cement Concrete Pavement p-501-19 AC 150/5370-1OH 12/ 1/ 018 be immediately filled with freshly mixed concrete, struck off, consolidated, and refinished. High areas shall be cut down and ref ini hed. Special attention shall be given to assure that the surface across joints meets the smoothness requirements. Straightedge testing and surface corrections shall continua until the entire surface is found to be free from observable departures from the straightedge and until the slab conforms to the required grade and cross-section. The use of long -handled wood floats shall be confined to a minimum, they may be used only in emergencies and in areas not accessible to finishing equipment. 501-4.12 Surface texture. The surface of the pavement shall be finished as designated below for a l l newly constructed concrete pavements. It is important that the texturing equipment not tear or unduly roughen the pavement surface during the operation. The texture shall be uniform in appearance and approximately 1 16inch (2 mm)in depth. Any imperfections resulting from the texturing operation shall be corrected to the satisfaction of the R P R. a. Brushy or broom finish. Shall be applied when the water sheen has practically disappeared. The equipment shall operatetransversely across the pavement surface. b. Burlap drag finish. Burlap, at least 15 ounces per square yard (555 grams per square meter),, will typically produce acceptable texture. To obtain a textured surface, the transverse threads of the burlap shall be removed approximately one foot (30 cm) from the trailing edge. A heavy buildup of grout on the burlap thrreads produces thre des red wide sweeping longitude naI striations on the pavement surface. c. rtificlal turf finish. Shall be applied by dragging the surface of the pavement in the direction of concrete placement with an approved full- width drag made with artificial turf. The leading transverse edge of the artificial turf drag will be securely fastened to a lightweight pole on a traveling bridge. At least 2 feet (o cm) of the artificial turf shall be in contact with the concrete surface during dragging operations. Approval of the artificial turf will be done only after it has been demonstrated by the Contractor to provide a satisfactory texture. one type that has provided satisfactory texture consists of 7,200 approximately 0+ 5-i nth -long polyethylene turf blades per square foot., 501-4,13 Curing., Immediately after finishing operations are completed and bleed water is gone from the surface, all exposed surfaces of the newly placed concrete shall be cured for a 7-day cure period in accordance with one of the methods below. Failure to provide sufficient cover materlaI of whataver kind the Contractor may elect to use, or lack of water to adequately tale care of both curing and other requirements, shall be cause for immediate suspension of concreting operations. The concrete shall not be left exposed for more than 1/2 hour during the curing period. When a two -saw -cut method is used to construct the contraction joint, the curing compound shall be applied to the saw -cut immediately after the initial cut has been made. The sealant reservoir shall not be sawed until after the curing period has been completed. when the one cut method is used to construct the contraction joint, the joint shal I be cured with wet rope, wet rags, or wet blankets. The rags{ ropes, or blankets shall he Dept moist for the duration of the curing period. a. Impervious membrane method. Curing with liquid membrane compounds should not occur until bleed and surface moisture has evaporated. All exposed surfaces of the pavement shall be sprayed uniformly with white pigmented curing compound immediately after the finishing of the surface and before the set of the concrete has taken place+ The cu6ng compound sh all not be applied during rainfa Il+ siring compound shall be applied by mechanical sprayers under pressure at the rate of one gallon (4 iter) to not more than 150 square feet (14 sq )+ The spraying equipment shall be of the fully atomizing type equipped with a tank agitator+ At the time of use, the compound shall be in a thoroughly mixed condition with the pigment uniformly dispersed throughout the vehicle. During application the compound shall be stirred continuously by mechanical means. Hand spraying of odd widths or shapes P-501 - 20 P-501— Cement Concrete Pavement 1 /21/ 018 AC 150/53 70-10H and concrete surfaces exposed by the removal of forms will be permfitted. When hand spraying is approved by the RPR, a double application rate shall be used to ensure coverage. Should the film become damaged from any cause, including sawing operations, within the required curing period, the damaged portions shall be repaired immediately with additional compound or other approved means. Upon removal of side forms, the sides of the exposed slabs shall be protected immediately to provide a curing treatment equa Ito that provided for the surface. b. White burlap -polyethylene sheets. The surface of the pavement shall be entirely covered with the sheeting. The sheeting used shall be such length (or width) that it will extend at least trice the thickness of the pavement beyond the edges of the slab. The sheeting shall be placed so that the entire surface and both edges of the slab are completely covered. The sheeting shall be placed and weighted to remain in contact with the surface covered, and the covering shall be maintained fully saturated and i n position for seven days after the concrete has n placed. c. later method. The entire area shall be covered with burlap or other water absorbing material. The material shall be of sufficient thickness to retain water for adequate curing without excessive runoff. The material shall be Dept Bret at all times and maintained for seven (7) days. When the forms are stripped, the vertical walls shall also be Dept moist. It shall be the responsibility of the Contractor to p revent porgy d i rig of the cu ri rig grater o n the su bba e. d. Concrete protection for cold weather. Maintain the concrete at a temperature of at least 50O F (10T) for a period of 7 hours after placing and at a temperature above freezing for the remainder of the 7-day curing period. The Contractor shall be responsible for the quality and strength of the concrete placed during cold weather; and any concrete damaged shall he removed and replaced at the Contractor's expense. e{ Concrete protection for hot weather. Concrete should be continuous moisture cured for the entire curing period and shall commence as soon as the surfaces are finished and continue for at least 24 hours+ However, if moisture curing is not practical beyond 24 fours, the concrete Surface shall be protected from drying with application of a liquid mein bra rye -form i rig curing compound while the surfaces are still damp. Other curing methods may be approved by the RPR. 501-4.14 Removing forms. Unless otherwise specified, forms shall not be removed from freshly placed concrete until it has hardened sufficiently to permit removal without chipping, sparlling, or tearing. After the forms have been removed, the sides of the slab shall be cured in accordance with paragraph 501-4.13. If honeycombed areas are evident when the forms are removed, materials, placement, and consolidation methods must be reviewed and appropriate adjustments made to assure adequate consolidation at the edges of future concrete placements. Honeycombed areas that extend into the slab less than approximately 1 inch (25 mm), shall be repaired with an approved grout, as directed by the RPR. Honeycombed areas that extend into the slab greater than a depth of 1 inch (25 mm) shall be consid r d a d f tive work and shall be removed and replaced ire accordance with paragraph 501- 4,19. 501-4.15 Saw -cut grooving. If shown on the plans, grooved surfaces shall be provided in accordance with the req u i rements of Ite rn P-62 1. 501-4.16 Sealing jai rats. The joints in the pavement shall be sealed in accordance with Item P-605. P-501— Cement Concrete Pavement P-501— 21 AC 150/5370-1OH 12/ 1/ 018 .501-4#17 Protection of pavement, The Contractor Shall protect the pavement and its appurtenances against both public traffic and traffic caused by the Contractor's employees and agents until accepted b the RPR. This shall include watchmen to direct traffic and the erection and maintenance of warning signs, lights, pavement bridges, crossovers, and protection of unsealed joints from intrusion of foreign material, etc. Any damage to the pavement occurring prior to final acceptance shall be repaired or the pavement replaced at the ContractorIs expense. Aggregates, rubble, or other similar construction materials shall not be placed on airfield pavements. Traffic shall be excluded from the new pavement by erecting and maintaining barricades and s i 6 ns until the concrete is at least seven (7) days old, or for a longer period if directed by the RPR. in paving intermediate lanes between newly paved pilot lanes, operation of the hauling and paving equipment will be permitted on the new pavement after the pavement has been cured for seven (7) days} the joints are protected} the concrete has attained a minimum field cured flexural strength of 450 psi (3100 k Pa ), and the slab edge is protected. All new and existing pavement carrying construction traffic or equi pment shaI I be kept clean and spillage of concrete and other materials shall be cleaned up immediately. Damaged pavements shall be removed and replaced at the Contractor's expense. Slabs shall be removed to the full depth, width, and length of the -slab. 501-4.18 Opening to construction traffic. The pavement shall not be opened to traffic until test specimens molded and cured in accordance with A5TM C 1 have attained a flexural strength of 450 pounds per square inch (3100 psi compressive strength) when tested in accordance with ASTIVI C7 (or ABTA C39 for compressive strength). If such tests are net conducted., the pavement shall net be opened to traffic u nti 1 14 days after t he co ncrete was pla ced. Rri o r to ope n i ng th a pavem ent to co nstru cti o n traffic, all joints shall either be sealed or protected from damage to the joint edge and intrusion of foreign materials into the joint. As a minimum, backer rod or tape may be used to protect the joints fror-r-r foreign matter intrusion. 501-4.19 Repair, removal, or replacement of slabs. New pavement slabs that are broken or contain crack or are otherwise defective or ► nacceptable as defined by acceptance criteria in paragraph 501-6. hall be removed and replaced or repaired, as directed by the RPR, at the Contractor"s expense. Spalis along joints shall be repaired as specified. Removal of partial slabs is not permitted. Removal a n d replacement shall be full depth, shall be full width of the slab, and the limit of removal shall be normalto the paving lane and to each original transverse joint. The RPR will determine whether cracks extend full depth of the pavement and may require cores to be drilled on the crack to determine depth of cracking. Such cores shall be have a diameter of 2 inches (50 mm) to 4 inches (100 m m), shall be drilled by the Contractor and shall be filled by the Contractor with a well consolidated concrete mixture bonded to the galls of the hole with a bonding agent, using approved procedures. Drilling of cores and refilling holes shall be at no expense to the Owner. Repair of cracks as described in this section shall not be allowed if in the opinion of the RPR the overall condition of the pavement indicates that such repair is unlikely to achieve an acceptable and durable finished pavement. No repair of cracks shall be allowed in any panel that demonstrates segregated aggregate with an absence of coarse aggregate in the upper 1/8 inch (3 of the pavement surface. a. Shrinkage cracks. Shrinkage cracks which do net exceed one-third of the pavement depth shall be cleaned and either high molecular weight methacr late (Hf WM) applied; or epoxy resin (Type IV, Grade 1) pressure injected using procedures recommended by the manufacturer and approved by the RPR. Sandblasting of the surface may be required following the application of H MWM to restore skid P-501 - 22 P-501— Cement Concrete Pavement 1 /21/ 018 AC 150/53 70-10H resistance. Care shall be taken to ensure that the crack is not widened during epoxy resin injection. All epoxy resin injection shall tale place in the presence of the RPI . Shrinkage cracks which exceed one- third the pavement depth shall be treated as full depth cracks In accordance with paragraphs 501-4.19b and 501-19c. b. Slabs with cracks through interior areas. Interior area is defined as that area more than 5 inches (150 mrn) from either adjacent original transverse joint. The full slab shall be removed and replaced at no cost to the Owner, when there are any full depth cracks, or cracks greater than one-third the pavement depth, that extend into the interior area. c. Cracks close to and parallel to joints. All full -depth cracks within 6 inches (150 mm) either side of the joint and essentially parallel to the original joints, shall be treated a follows., (1) Full depth cracks and original joint not cracked. The full -depth crack shall be treated as the new joint and the original joint filled with an epoxy resin. L Full -depth crack. The joint sealant reservoir fcr the crack shall be formed by sawing to a depth of /4 inches (19 mm), ±1 16 inch (2 mirn), and to a width of 5 inch (16 mm), ±1 inch (3 mm). The crack shall be sawed with equ1 pment specially designed to follow randorn crack. Any equipment or procedure which causes raveling or spalling along the crack shall be modified or replaced to prevent raveling or spallin . The joint shall be sealed with sealant in accordance with F-605 or as directed by the RIPR. H. ri irwall joint. If the original joint sealant reservoir has been sawed out, the reservoir and as much of the lower saw cut as possible shall be filled with epoxy resin, Type I, Grade 2, thoroughly tooled into the void using approved procedures. If only the original narrow saw cut has been made, it shall be cleaned and pressure injected with epoxy resin, Type IV, Grade 1} using approved procedures. }here a pa raIIeI crack goes part way across paving lane and then intersects and follows the original joint which is cracked only for the remained of the width, it shall be treated as specified above for a parallel crack, and the cracked original joint shall be prepared a rid sealed as orrigi rally designed. () Full I depth cracks a rid original joi nt cracked. If th era is a ny pl a ca i n the la ne w i dth wh a re a parallel crack and a cracked portion of the original joint overlap, the entire slab containing the crack shall be removed and replaced{ d. Removal and replacement of full slabs; Make a full depth cut perpendicular to the slab surface along all edges of the slab with a concrete saw cutting any dowels or tie -bars. Remove damaged slab protecting adjacent pavement from damage. Damage to adjacent slabs may result it removal of additional slabs as directed by the RPR at the Contractor's expense. The underlying materia I sha II be repaired, re -compacted and -shaped to 0rade. Dowels of the size and spacing specified for other joints in similar pavement on the project shall be installed along all four (4) edges of the new slab in accordance with paragraph 501-4.10d. Placement of concrete shall be as specified for original construction. action. The joints around the new I a b shall be prepared and sealed as specif ied for original construction. P-501— Cement Concrete Pavement p-501— 23 AC 150/5370-1OH 12/ 1/ 018 e. Spa I is along joints. (1) Spalls less than one inch wide and less than the depth of the joint sealant reservoir, shall he filled with joi rat sealant material. (2) spalls larger than one inch and/or deeper than the joint reservoir, but less than Y2 the slab depth, and less than 25% of the length of the adjacent joint shall be repaired asfollows. L dale a vertical saw cut at least one inch (5 m) outside the spalled area and to a depth of at least 2 inches (50 mm). Saw cuts shall be straight lines forming rectangular areas surrounding the spalled area. H. Remove unsound concrete and at least 1 inch (12 mm) of visually sound concrete between the saw cut and the joint or crack with a light chipping hammer. i i i. Clean cavity with high-pressure water jets supplemented with compressed air as needed to remove all loose material. iv. Apply a prime coat of epoxy resin, Type III, Grade 1# to the dry, cleared surface of all sid es a nd botto m of the cavity, e ce pt a ray joi rat face. v. Fill the cavity with low slurp concrete or mortar or with epoxy resin concrete or mortar. vi. An insert or other bond -breaking medium shall be used to prevent bond at all joint faces. vii. A reservoir for the joint sealant shall be sawed to the d1mensions required for other joints, or as required to be routed for cracks. The reservoir shall be thoroughly cleaned and sealed with the sealer specified for the joints, (3) $palls deeper than 112 of the slab depth or spalls longer than 5% of the adjacent joint require replacement of the entire slab. f. diamond grinding of Concrete surfaces. Diamond grinding shall be completed prior to pavement grooving. Diamond grinding of the hardened concrete should not be performed until the concrete is at lust 14 days old and has achieved full minimum strength. Equipment that causes ravels, aggregate fractures, spalls or disturbance to the joints will not be permitted. The depth of diamond grinding shall not exceed 1/2 inch (13 mm) and all areas in which diamond grinding has been performed will be subject to the final pavement thickness tolerances specified. Diamond grinding shall be performed with a machine specifically designed for diamond grinding capable of cutting a path at least 3 feet (0.9 m) wide. The saw blades shall be 1/8-inch (-mm) wide with sufficient number of flush cut blades that create grooves between 0.090 and 0.130 inches (2 and 3.5 mm) wide; and peaks and ridges approximately 1/32 inch (I mm) higher than the bottom of the grinding cut. The Contractor shall determine the number and type of blades based on the hardness of the aggregate. Contractor shall demonstrate to the RPR that the grinding equipment will produce satisfactory results prior to making corrections to surfaces. Grinding will be tapered in all directions to provide smooth transitions to areas not requiring grinding. The slurry resulting from the grinding operation shall be continuously removed and the pavement left in a clean condition. Al grinding shall be at the expense of the Contractor. P-501 - 24 P-501— Cement Concrete Pavement 1 /21/ 018 AC 150/53 70-10H CONTRACTOR QUALITY CONTROL (CQC) 501-5.1 Quality control program. The Contractor sha I I develop a Qu a I ity Cunt rol Progra m i n acco rda n ce with Item -100. No partial payment will be made for materials that are subject to Specific quality control requ rements without an a pproved quality controI program. 501-5.2 Contractor Quality Control (CQC). The Contractor shall provide or contract for testing facilities in accordance with Item -100. The RPR shall be permitted unrestricted access to inspect the Contractor's QC facilities and witness QC activities. The RPR will advise the Contractor in writing of any noted def1*61enciesconcern ingthe QC facility, equipment, suppl1es, or~testingpersonnelandprocedures. 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. 501-5.3 Contractor QC testing. The Contractor shall perform all QC tests necessary to control the production and construction processes applicable to this specification and as set forth in the CQCP. The testing program shall include, but not necessa ri l be limited to, tests for aggregate gradation, aggregate moisture content, slump, and air content. A QC Testing Plan shall be developed and approved b the RPR as part of the CQCP. The RPR may at any time, notwithstanding previous plant acceptance, reject and require the Contractor to dispose of any batch of concrete mixture which is rendered unfit for use due to contamination, segregation, or improper slurp. Such rejection may be based an only visual inspection. In the event of such rejection, th7e Contractor rn ay tale a representative sample of the rejected material ire the presence of the RPR, and if it can be demonstrated in the laboratory, in the presence of the RPR, that such material was erroneously rejected, payment will be made for the material at the contract unit price. a. Fine aggregate. (1) Gradation. A sieve analysis shall be made at least twice dally ire accordance with ASTM C136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt () Moisture content. if an electric moisture meter is used, at least two direct measurements of moisture content shall be made per week to check the calibration. If direct measurements are made ire lieu of rasing an electric meter, two tests shall be made per day. Tests shall be made in accordance with TI i C70 or ASTIVI C566. (3) Deleterious substances. Fine aggregate as delivered to the mixer shall be tested for deleterious substances In fine aggregate for concrete as specified in paragraph 501- .1b} prior to production of the control strip, and a minimum of every 30-days daring production or more frequently as necessary to control deleterious substances. b. Coarse Aggregate. (1) Gradation. A s i eve analysis shall be made at least twice daily for each size of aggregate. Tests shall be node ire accordance with ASTM C136 from randomly sampled material taken from the d isch a rge gate of storage bi ns or f ro m th e co nve or belt. () Moisture content. If an electric moisture meter is used, at least two d i rest measurements of moisture content shall be made per week to check the calibration. If direct measurements are made ire lieu of using an electric meter, two tests shall be made per day. Tuts shall be made in accordance with TII C566. P-501— Cement Concrete Pavement P-501— 25 AC 150/5370-1OH 12/ 1/ 018 (3) Deleterious substances. Coarse aggregate as delivered to the mixer shall be tested for deleterious su testa aces in coarse aggregate for concrete as specified in paragraph 501- .1c1 prior to production of the control strip, and a minimunn of every 0-days during production or more frequently as necessary to control deleterious substances. c. Slump* One test shall he made for each suhlot. Slump tests shall he performed in accordance with ASTM C143 from material randomly sampled from material discharged from trucks at the paving site. Material samples shall be taken in accordance Frith AST I C172. d. Air content. One test shall be made for each s u blot. Air content tests shall be performed i n accordance with ASTM C231 for gravel and store coarse aggregate and A Ti I C173 for slag or other porous coarse aggregate, from material randomly sampled from trucks at the paving site. Material sam ples Shall be taken ire accordance with ASTM C17 . e; grit weight and field. One test shall be made for each sublot. Unit Freight and yield tests shall he In accordance with ASTM C13 . The samples shall be taken in accordance with ASTM C172 and at the same time as the air content tests. f. Temperatures. Temperatures shall be checked at least four times per lot at the job Site in accordance with A T i C1064. a Sntaa&lamr�tPr n� '.-trt i+rs #rwr 'rw fr+rwl in, i i i i ININ i i i i ME i 11111 + a IN i 1.11, i i F i 1 1.1 IN WN III i i i i i i i L I i i i i i i M ! + i W p I ii i i i i +.00. a + i i i i i i i i i i i a 3 Ii i i i i WL a i 3 i i a i i i i W i i t i i iWREEL JIMMMNEW i i i i i i 3 i i i ! i i t i i i IN i tt i i i �3 i i i ■ i i i i i 10-110 ■ INi i i i i i i i i i i i i i i ■M01 3i a i i i i i t i i i i i i i t i i i i i i i t i i it i i t t i i i i t i i a i i i. i i i i i i i i i t ! i i i i t i i i i i• i i i i i i i ��M i i�Mp i f * * * 7 ! i ; Al i i i ! i i i i i f L L N i T i i i i i T i M i "WW s Wqr HOW i a i! i 01 a INNER !N-1111 i 1111 i i i as i • a i i i i � ■ i i i i i ■ i 1111 1 iVILE i 1r i i i i ■ i i i i - - i ■ i i ! i - i i i1111 i .rX i i i ■ i i i i i i i i a i W i IINN ill 111111 1 1 I i 1111. i I i ! i i i a a i a a a a! a9.6 i INi f a ii + t i a6 it M_mb&_ffAX4LWJFrM,1+ ; i i i i i i i 3 it i i; i f 11—M i i i 3 i i iil 3 i i i ; i i i driIddi; 1 ! ! 11 1111111! ! !1 ! 7 ! ! ! ` ! ! E i ! i i ill 11 W i t t i i i i i i i i i i i iC-1 I i i ! i _oil! WWMW1 i i i i P F i 0.1 i i i ■ ! i i +IL i ! i P-501 - 26 P-501— Cement Concrete Pavement 1 /21/ 018 AC 150/53 70-10H i 1.1i f f - - m-- Ei i dLi i i i i i iF i i i 3 i i iP.M. ■ i i 111111.11 i i 11111M.- i � i i i i i i i i i i AMEM-MI AdIi IM-A, f i i+ i i i *E ILIVL�=3A11r h. Grade. Grade will be evaluated prig to and after placement of the concrete surface. Measurements will he taken at appropriate gradelines (as a minimum at center and edges of paving a ne) and longitudinal spacing as shown an cross -sections and plans. The final surface of the pavement will not vary from the grardeline elevations and cross -sections shown on the plans by more than 1 inch (12 mm) vertically and oft feet (30 mm) laterally. The documentation will be provided by the Contractor to the RPR within 48 fours, or no later than by the end of the following working day. Areas with humps or depression that that exceed grade or smoothness and that retain water on the surface must be ground off provided the course thickness after grinding is not more than 1/2 inch (12 mm) less than the thickness specified on the plans. If these areal cannot be corrected with grinding then the slabs that are retaining water must be removed and replaced in accordance with paragraph 501- 4.19d. Grinding shall be in accordance with paragraph 501-4.1 f. All corrections will be at the Contractors expense. 501-5.4 Control charts. The Contractor shall maintain linear control charts for fine and coarse aggregate gradation, slump, and air content. The Contractor shall also maintain a control chart plotting the coarseness factor/workability factor from the combined gradations in accordance with paragraph 501- ,1d, Control charts shall he posted in a location .satisfactory to the R P R and shall he Dept up to date at all times. 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, or Specification ling its, 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 during production indicates a potential problem and the Contractor is not taking satisfactory corrective action, the RPR may halt production or acceptance of the material. a. Fine and coarse aggregate gradation. The Contractor shall record the running average of the last five gradation tests for each control sieve on linear control charts. Superimposed on the control charts shall be the action and suspension limits. Gradation tests shall be performed by the Contractor per ATM C136. The Contractor shall tale at least [ two ].samples per lot to check the final gradation. a m pl i ng _5ha I I be per A TM D75 from th e f I owi ng aggregate strew m o r conveyor belt. P-501— Cement Concrete Pavement P-501— 27 AC 150/5370-1OH 12/ 1/ 018 b. Slump and air content., The Contractor shall maintain linear control charts both for individual measurements and range (that is, difference between highest and lowest measurements) for slump and air content in accordance with the following Action and Suspension Limits. c. Combined gradation. The Contractor shall maintain a control chart plotting the coarseness factor and workability factor an a chart in accordance with paragraph 501- .1d. Control Chart Limits' Individual Measurements Control Parameter Action Limit Suspension Limit Gradation' Coarseness Factor (CF) ±3.5 ± Workability Factor (WF) +2 ± Slump +0.5 to -1 inch +1 to -1.5 Inch fir Content ±1.5% ± .0% 1 Control charts shall developed and maintained for each contr oI parameter indicated. Control charts shall be developed and maintained for each siege size. Action and suspension limits shall he determined by the Contractor. 501-5.5 Corrective action at Suspension Limit} The CQCP shall indicate that appropriate action shall be taken when the process is believed to be out of control. The C CP shall detail what action will be taken to bring the process into control and shall contain sets of rules to gauge when a process is out of control. As a minimum, a process shall he deemed out of control and corrective action taken if any one of the following conditions exists. a. Fi ne and caa rse aggregate gradat i o rr. When two consecutive ave rages of five tests a re o utsi d e of the suspension limits, immediate steps, including a halt to production, shall be taken to correct the grading. b. Coarseness and Workability factor. When the CF or WF reaches the applicable suspension limits, the Contractor immediate steps 1 including a halt to production, shall he taken to correct the CF and WF. c. Fine and coarse aggregate moisture content. Whenever the moisture content of the fine or coarse aggregate charges by more than 0. 5%, the scale settings for the aggregate botcher and water hatcher shall he adjusted. d. Slump. The Contractor shall halt production and make appropriate adjustments whenever- (1) one paint falls outside the Suspension Limit line far individual measurements (2) two points in a row fall outside the Action Limit line for individual measurements. P-501 - 28 P-501— Cement Concrete Pavement 1 /21/ 018 AC 150/53 70-10H e, Air content. The Contractor shall halt production and adjust the amount of air -entraining admixture whenever: (1) one point falls outside the 5uspension Limit line for individual measurements 0R (2) two points in a row fall outside the Action Limit line for individual measurements. MATERIAL ACCEPTANCE 501-6.1 Quality Assurance (OA) Acceptance sampling and testing. All acceptance sampling and testing necessary to determine conformance with the requirements specified In this section, with the exception of coring for thickness determination, will be performed by the RPR. The Contractor shall provide adequate facilities for the initial curing of beams. The Contractor shall bear the cost of providing initial curing facilities and coring a rid filling operation , per paragraph 501-6.5b(1). The samples will be transported while in the molds. The curing, except for the initial cure period, will be accomplished using the immersion in saturated lime water method. During the 24 hours after molding, the temperature immediately adjacent to the specimens roust be maintained in the range of 0'to o°F (16" to 7T), and Ions of moisture from the specimens mast be prevented. The specimens may he stored in tightly constructed wooden boxes, damp sand pits, temporary buildings at construction sites, under wet burlap in favorable weather, or in heavyweight closed plastic hags* or using other suitable methods, provided the temperature and moisture loss requirements are met. 501-6.2 Quality Assurance ( ) testing laboratory. Quality assurance testing organizations performing these acceptance teas will he accredited in accordance with ASTM C1077. The quality assurance laboratory accreditation must he current and listed on the accrediting authority's website. All test methods required for acceptance sampling and testing must he listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods will be submitted to the RPR prig to Mart of construction. 501-6.3 Lot size. Concrete will he accepted for strength and thickness on a lot basis. A lot will consist of a days production not to exceed 2,000 square yards. Each lot will be divided into approximately equal sublots with individual sublets between 400 to 600 square yards. Where three suhlots are produced, they will constitute a lot. Daily pours of small areas (short runs and/or radius areas) shall be considered as one su blot if less than 500 square yards. Dail{ pour sizes shall be broken into sublots as defined below: Daily Pour (SY) Sublets 0 — 500 1 501 - 1QQD 2 1001-1500 3 1501- 2040 4 Where one or two sublots are produced, they will he incorporated into the previous or net lot. Where more tha n one plant is si m u Ita neo u s ly producing concrete for the job, the lot sizes will apply separately for each plant. P-501— Cement Concrete Pavement P-501— 29 AC 150/5370-1OH 12/ 1/ 018 501-6#4 Partial lots. When operational conditions cause a lot to he terminated before the specified number of tests have been rude for the lot or for overages or minor placements to he considered a partial lots, the fol low i rig procedure will be used to adj u t the lot size and the number of tests for the lot. Where three su blots have been produced, they will constitute a lot. Where one or two sublots have been produced, they will be incorporated into the next lot or the previous lot and the total number of u hl ots Sri I I he used i n th e acre pta nce criteria ca Icu lati o n, t hat is, n=5 or n=6. 501- .5 Acceptance Sampiling and Testing. a. Strength. (1) Sampling. one sample will he taken for each s u blot from the concrete delivered to the j o b site. Sampling locations will be determined by the RPR in accordance with random sampling procedures conta i ned i n ATM D3 665. The concrete w i I I be sa m p led in accorda n ce with ASTM C172. (2) Test Specimens. The RPR will be responsible for the casting, initial curing, transportation, and curing of specimens in accordance with ASTM C 1. Two (2) specimens will be made from each sample and slump, air content, unit Freight, and temperature tests will be conducted for each set of strength specimens. Within 24 to 48 hours, the samples will be transported from the field to the laboratory while in the molds. Samples will he cured in satu rated lime water. The strength of each specimen will be determined in accordance with ASTM C39. The strength for each sublet will be computed by averaging the results of the two test .specimens representing that .sublet. (3) Acceptance. Acceptance of pavement for strength will be determined by the RPR in accordance with paragraph 501-6.6b(l). All individual strength tests within a lot will he checked for outliers in accordance with ASTM E17 , at a significance level of 5%. Outliers will be discarded and the remaining test values will he used to determine acceptant i n accordance with paragraph 501-6.5b. b. Pavement thickness. ex 11,l e-� from sa M.. mr 11le keet-iens. For this project, no cores wi I I be required, as thickness determi nation will be made with measurements from adjacent panels. CeFeS Shall be a MiRimum 4 inashl MIMI) illn di il ;.;. m.eter Ins'eaflly Gut with a GeFe drill. The GeRtracter w;# 01 lact*wa Thin th;r-knorr, nf thin G19reS will hp c�ati=r-mini=rl hy the RPR hy the average caliner �T�� r,W-AccM,eMPA—aAc-P. Acceptance n,.,f, R:.;sVerreRt far th0r-kn.Pr%s will be determin.-.-. by the RPR in P-501 - 30 P-501— Cement Concrete Pavement 1 /21/ 018 AC 150/53 70-10H 501-6,,6 Acceptance criteria, a. General. Acceptance will be based on the following characteristics of the completed pavement discussed in paragraph 501-6.5b: (1) Strength (2) Thickness (3) Grade (4) Profilagraph. (5) Adjustments for repairs Acceptance for strength, thickness, and grade, will be based an the criteria contained in accordance with paragraph 501-5.6b(1), 501-5.6b(2), and 501-6.56�3}, respectively. Acceptance for prafilograph smoothness will be based on the criteria contained in paragraph 501-6.6b(4). Production quality must achieve 90 P L or higher to receive full payment. Strength and thickness will be evaluated for acceptance on a lot basis using the method of estimating P1 L. Production quality must achieve 90 PWL or higher to receive full pavement. The P L will be determ i n ed i n a cco rd a rice with P roced u res specified i n Item -110., The lower specification tolerance Iimit (L) for strength and thic kness gill be: Lower Specification Tolerance Limit (L) Strength 0.93 x Strength specified in paragraph 501-3.3 Thickness Lot Plan Thickness in inches, - 0.50 in. b. Acceptance criteria, (1) Strength. The strength for each sublot shall be computed by averaging the results of that sublot. When sublot strength equals or exceeds the strength as specified in paragraph 501-3.3, the lot will be acceptable. Acceptance and payment for the lot will be determined in accordance with paragraph ph 501-8.1. () Thickness. If sublot thickness is not be less than Yz inch (12 rn m) from plan thickness, the lot will be acceptable. Acceptance and payment for the lot will be determined in accordance with paragraph 501- {1. (3) Grade. The final finished surface of the pavement of the completed project will not vary from the gradeline elevations and cross -sections shown on the plans by more than 1/2 inch (12 mm ) vertically or 0.1 feet (30 ) laterally. The documentation, stamped and signed by a licensed surveyor shall be in accordance with paragraph 501-5. h. Payment for sublots that do not meet grade for over 5 of the sublot shall reduced by 5% and not be more than 95%. t ,be n,ne sir+ ed thin 4 8� nrefilegraph re, ighnest�� For this project, no profilograph testing Is required. P-501— Cement Concrete Pavement P-501— 31 AC 150/5370-1OH 12/ 1/ 018 fl 11 + miar 1110 rn'liz Pavement �S'ha'll have i3n average proick ;ndpw limcc thnn I Fni, ;nrharz mcar rna Lori kintrmil -&.,a The f� " Y f + r Y Y f r f RPR. Where GOFFeGtieRs are necessary, a secend nrnf01nrrr;anh rHn shall him perfernied t9 Nuarifif th;at then + r (5) Adjustments for repair. sublots with shall repairs, crack repairs, or partial panel replacement, will he limited to no more than 95 payment. (6) Adjustment for grinding. For s u blots with grinding over 5% of a sub lot, payment w i I l be reduced 5 . METHOD OF MEASUREMENT 501-7.1 Concrete pavement shall he measured by the number of square yards of either plain or reinforced pavement as specified ire -place, completed and accepted. Reinforced pavement, as shown on the project plans, will not be measured separately for payment. Reinforcement of panels shall he considered incidental to the unit price hid. should reinforced pavement be added/deleted to charge the ratio of non -reinforced pavement in the total project, adjustments to payment may he examined and adjusted as necessary. F ;M Rsel2:71viTAi4L1k i 501-8.1 Payment. Payment for concrete pavement meeting all acceptance criteria as specified in paragraph 501-6.6. Acceptance Criteria shall he based on results of strength, smoothness, and thickness tests. Payment for acceptable lots of concrete pavement shall he adjusted in accordance with paragraph 501- .1a for .strength and thickness; 501-8.1h for repairs; 501-8.1c. for grinding; and 501r .1d for smoothness, 5u bject to the limitation that: The total project payment for concrete pavement shall not exceed 10096 (one -hundred percent) of the product of the contract unit price and the total number of square yards of concrete pavement used in the accepted work (See Note 1 under the Price Adjustment Schedule table below). Payment shall he full compensation for all labor, materials, tools, equipment, and incidentals required to complete the work as specified herein and on the drawings. This .shall include all jointing and sealing of joints, as well as grooving of pavement to match grooving of pavement on adjacent panels. P-501 - 32 P-501— Cement Concrete Pavement 1 /21/ 018 AC 150/53 70-10H a. Basis of adjusted payment. The pay factor for each individual lot shall be calculated in accordance with the Price Adjustment Schedule table below. A pay factor shall be calculated for both strength and thickness. The lot pay factor shall he the higher of the two values when calculations for both strength and thickness are 100% or higher. The lot pay factor shall he the product of the two values when only one of the calculations for either strength or thickness is 100% or higher. The lot pay factor shall he the lower of the two values when calculations for both strength and thickness are less than 100%. Price Adjustment Schedullel Percentage of Materials Within Specification Limits (PWL) Lot Pay Factor (Percent of Contract Unit Price) 96 — 100 105 90— 95 PWL + 10 75 — 90 0.5 PWL + 55 55 — 74 1.4 PWL — 12 Below 55 Rejects 1 Although it is theoretically possible to achieve a pay factor of 106 for each lot, actual payment in excess of 100% shall he subject to the total project payment limitation specified in paragraph 501- .1. The lot shall he removed and replaced unless, after receipt of FAA concurrence, the Owner and Contractor agree In writing that the lot will remain; the lot paid at 50 of the contract unit price; and the total project payment limitation reduced by the amount withheld for that lot. For each lot accepted, the adjusted contract unit price shall he the product of the let pay factor for the lot and the contract unit price. Payment -shall hesubject tothe total project payment limitation specified in paragraph 501- .1. Payment in excess of 100% for accepted lots of concrete pavement shall be used to offset payment for accepted lots of concrete pavement that achieve a lot pay{ factor less than 100 except for rejected lets which remain in place and/or sublots with adjustments for repairs. b. Adjusted payment for repairs. The PWL lot pay factor shall he reduced by 5% and he no higher than 95% for sublots which contain repairs in accordance with paragraph 501-4.19 on more than 20% of the slabs within the sublot. Payment factors greater than 100 percent for the strength and thickness cannot he used to offset adjustments for repairs. c. Adjusted payment for grinding. The PILL lot pay factor shall be reduced by 5% and be no higher than 95% for sublots with grinding over 5 of a suhIot. i 1 a +. + ■ s • +++ + i i t i t i i ii t i i+ i t+ i wP.w i i i i � � � � � � � � 1 Jlil ll 11 �@Jjr� + i; i L i i i + i it a i + i i i a i 1 + i i + i + i o 3 f 3 IW3 i 3 t ; i 3 t i i 11�l i t i t i i i i i i i t i i i i 3 ii i 3 i ii i i i; t i i t * i or, e. Payment. Payment shall be made under: Item P-501-8.1 Concrete Pavement — per Square Yard P-501— Cement Concrete Pavement P-501— 33 AC 150/5370-1OH 12/ 1/ 018 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) A TM A184 Standard Specification for Welded Deformed Steel Bar flats for Concrete Reinforcement A TI I AE15 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement A TI I A704 Standard Specification for Welded Steel Plain Bar or Rod flats for Concrete Reinforcement A Tl l A706 Standard Specification for Low -Allay Steel Deformed and Plain Bars for Concrete Reinforcement A Tl l A7 75 Standard Specification for Epoxy -Coated Steel Reinforcing Bars A Tfl A884 Standard pecification for Epo -Coated Steel 1 ire and Welded Wire Reinforcement A TM A934 Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars TM A996 Standard Specification for Rail -Steel and Axle -Steel Deformed Bars for Concrete Reinforcement A TI l A1035 Standard Specification for Deformed and Plain, Low -Carbon, Chromium, Steel Bars for Concrete Reinforcement A TI I A1064 Standard Specification for Carbon -Steel Wire and Welded Wire Reinforcement, Plain and Deformed., for Concrete A Tfl A1078 Standard Specification for Epoxy -Coated Steel Dowelsfor Concrete Pavement A TI I C29 Standard Test Method for BuIk Don it (r Unit We and Voi ds i n Aggregate A TM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field TM C33 Standard Specification for Concrete Aggregates A TI l C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens A TI I C70 Standard Test Method for Surface Moisture in Fine Aggregate A Tl l C78 Standard Test Method for Flexural Strength of Concrete (Using Simple Beam with Third -Point Loading) A TM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate A TM C94 Standard Specification for Ready -Mixed Concrete A TM C114 Standard Test Methods for Chemical Analysis of Hydraulic Cement ATM 117 tandard Test Method for Materials Finer than 7S-µm {No. 00) Sieve in Mineral Aggregates by Washing TM C123 Sta n d a rd Test Met hod for Lightwe i g ht Pa rticles i n Aggregate P-501 - 34 F-501— Cement Concrete Pavement 1 /21/ 018 AC 150/53 70-10H ASTM C136 Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates A TMC 1 1 Standard Test Method for Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and Irn pact in the Los Angeles Machine ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates A TI 1 C138 Standard Test Method for Density (Unit Wei ht), YieId, and Air Content (G ravimet ric) of Concrete A TI I C142 Standard Test Method for Clay Lumps and Friable Particles in Aggregates ASTM I 14 Standard Test Method for Slump of Hydraulic -Cement Concrete A TIVI CISO Standard Specification for Portland Cement ASTM C171 Standard .specification for Sheet Materials for Curing Concrete ASTM I 17 Standard Practice for Sampling Freshly Mixed Concrete ASTM C173 standard Test Method for Airr Content of I=reshly ICI i ed Concrete by the Volumetric Method ASTM C174 standard Test Method for Measuring Thickness of Concrete Elements Using Drilled Concrete Cores ASTM C227 Standard Test Method for Potential Alkali Reactivity of Cement- Aggregate Combinations (Mortar-BarMethod) ASTM C231 standard Test Method for Air Content of Freshly M fixed Concrete by the Pressure Method ASTM C260 standard Specification for Air -Entraining Admixtures for Concrete ASTM C-95 Standard Guide for Petrographic Examination of Aggregates for Concrete TIVI C309 standard specification for Liquid Membrane -Forming Compounds for Curing Concrete sTIVI C311 standard Test Methods for Sampling and Testing Fly Ash or Natural Pozzolans for Use in Portland Cement Concrete ASTM C494 standard specification for Chemical Admixtures for Concrete ASTM C566 standard Test Method for Total Evaporable Moisture Content of Aggregates by Drying AsTIVI C595 standard Specification for Blended Hydraulic Cements ASTM C618 standard specification for Coal Fly Ash and Raw or Calcined Natural Poz clan for Use in Concrete ASTM C642 sta nd a rd Test Met hod f or Density, Absorptio n, a nd Voi ds i n H a rd a ned Co roc rete ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing TIVI C685 standard Specification for Concrete blade by Volumetric Ratching and Continuous Mixing ASTM C881 Standard Specification for Epoxy -Resin -Base Beading Systems for Concrete ASTM C989 Standard Specification for Slag Cement for Use in Concrete and Mortars ASTM 0017 Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete P-501— Cement Concrete Pavement P-501— 35 AC 150/5370-1OH 12/ 1/ 018 ASTIVI C1064 Test Method for Temperature of Freshly M i ed Hydraulic-Cer'nent Concrete STIVI C1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction a nd Crite ria fo r Test i ng Age ncy Eva I cation STIVI C1157 Standard Performance Specification for Hydraulic Cement ASTIVI C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar -Bar Method) ASTIVI C1 65 Standard Test Method for Determination of the Proportion of Phases in Portland Cement and Portland -Cement Clinker Using -Ray Powder DIffractlon Analysis ASTIVI C1567 Standard Test Method for Determining the Potential Alkali -Silica Reactivity of Combinations of Cernentitious Materials and Aggregate (Accelerated Mortar -Bar Method) ASTIVI C1602 Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete ASTIR D75 Standard Practice for Sampling Aggregates STIVI D1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (None tru di ng and Resilient Ritum i nous Types) STIVI D1752 Standard Specification for Preformed Sponge Rubber and Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate ASTM D3 65 Standard Practice for Random Sampling of Construction Materials ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate ASTM E178 Standard Practice for Dealing with outlying Observations ASTM E1 74 Standard Test Method for Measuring Pavement Roughness Using a Profilog raph ASTIVI E 1 3 Standard Test Method for Using a Rolling Inclinometer to Measure Longitudinal and Transverse Profiles of a Traveled Surface American Concrete Institute (ACI) 1 30 R Guide to Hot Weather Concreting CI 306R Guide to Cold Weather Concreting AC1 09R Guide for Consolidation of Concrete Advisory Circulars (AC) AC 150/5 20-6 Airport Pavement Design and Evaluation Federal Highway Ad m i ni strat Non (F H A) H I PE I P 1# 3versi r� Portland Concretei tI(PCA) PiCA Design and Control of Concrete Mixtures, 16tn Edition U.S. Army Corps of Engineers (USACE) Concrete Research Dilvisi on (CPO) CRD C662 Determining the Potential Alkali -Silica Reactivity of Combinations of Cementitious Materials, Lithium Nitrate Admixture and Aggregate (Accelerated Mortar -Bar Method) P-501 - 36 P-501— Cement Concrete Pavement 1 /21/ 018 AC 150/53 70-10H lJnited $totes Air Force Engineering TeChniCal Letter (ETL) ETL 7-5 Proportioning Concrete Mixtures with Graded Aggregates for Rigid Airfield Pavements 42101YV ILTIZZ113I P-501— Cement Concrete Pavement P-501— 37 AC 150/5370-1OH 12/ 1/ 018 Intentionally Left Blank P-501 - 38 P-501— Cement Concrete Pavement Part — Miscellaneous Item P-605 — Joint Sealants for Pavements DESCRIPTION 605-1.1 This item shall consist of providing and installing a resilient and adhesive joint sealing material capable of effectively sealing joints in pavement; joints between different types of pavements; and cracks in existing pa errent. MATERIALS 60 - ,1 Joint sealants. Joint sealant materials shall r n eet the requirements of either material listed below. TI I D5893 Standard Specifications for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements. TI I D6690 standard Specification for Joint and Crack Sealants, Hot Applied, for Concrete and Asphalt Pavements Each lot or batch of sealant shall be delivered to the jobite in the manufacturer's original sealed container. Each container -shall be marked with the manufacturer's name, batch or lot number* the safe heating temperature, and shall be accompanied by the manufacturer's certification stating that the sealant meets the requirements of this specification. 605- .2 Backer rod. The material furnished shall be a compressible, non -shrinking, non -staining, non - absorbing material that is non -reactive with the joint sealant in accordance with ASTIVI D5249. The backer - rod be 5%±5%larger indiameter than the nominal width of the joint. 605- .3 Bond breaking tapes. P rovi de a bond brew ki ng to pe or se pa rati ng m ateria l t hat is a flex i b le, no n - shrinkable, non -absorbing, non -staining} and non -reacting adhesive -backed tape. The material shall have a melting point at least 57 (3'C) greater than the pouring temperature of the sealant being used when tested in accordance with ASTIR D789. The bond breaker tape shall be approximately 1 inch (3 mm) wider than the nominal width of the joint and shall not bond to the joint sealant. CONSTRUCTION METHODS 605- .1 Time of a ppl!cations Jolt nts sha I I be sea I ed a s soon afte r corn p I etion of th e c u ri rig peri od a s fea i ble and before the pavement is opened to traffic, including construction equipment. The pavement temperature shall be 50'5F (100 ) and rising at the time of application of the poured joint sealing material. Do not apply sealant if moisture is observed in the joint. IOWA CFFY MUNICIPAL AIRPORT - T51.122513 P-605 JOINT SEALANTS FOR PAVEMENTS April 2021 PAGE - 1 •',E) Balton F. MP.nkr Inc. 2011), All Rights Rp�Fr ed If the pavement must be opened to traffic prior to placement of the sealant, the Contractor Shall temporarily fill the joint with a jute or nylon ropy i mmediately after the joint is sawed. The rope should be slightly larger than the joint and should he forced into the joint so that the top of the rope is 1/8 inch (3 mm) below the pavement surface. The rope sha I I he removed immediately prior to cleaning. 605- .2 Equipment. Machines, tools, and equipment used in the performance of the work required by this section shall be approved before the work is started and maintained in satisfactory condition at all tires. Submit a list of proposed equipment to he used [n performance of construction work including descri ptive data, 5 d as p rior to use on the proj ect. a. Tractor -mounted routing tool. Provide a routing tool, used for removing old sealant from the joints, of such shape and dimensions and so mounted on the tractor that it wiII not da r age the Sides of the joints. The tool shall be designed so that it can he adjusted to remove the old material to varying depths as required. The use of V- shaped tools or rotary impact routing devices will not he permitted. Ha n d-o perated sp ind le routi ng de i ces may he used to clew n a n d en la rge ra ndom c ra cl s. b. Concrete saw. Provide a self-propelled power saw, with water- cooled diamond or abrasive saw blades, for cutting joints to the depths and widths specified. c; Sandblasting equipment. SandblasUnglis not allowed. d. Waterblasting equipment. The Contractor must demonstrate waterblasting equipment including the pumps, hose, guide and nozzle size, under job conditions, before approval in accordance with paragraph 605-..The Contractor shall demonstrate, in the presence of the RPR, that the method clears the joint and does not damage the joint. e. Hand tools. Hand tools may he used, when approved, for removing defective sealant from a craCk and repairing a cleaning the crack faces. Hand tools should be carefully evaluated for potential spaIIing effects prior to approvaI for use. f. Hot -poured ed sealing equipment. The unit applicators used for heating and installing ASTM D6690 joint sealant materials shall be mobile and shall he equipped with a double -boiler, agitator -type kettle with an oil medium in the outer space fur heat transfer; a direct -connected pressure -type extruding device with a nozzle shaped for inserti rig in the joint to be filled; positive term perature devices for controlling the temperature of the transfer oil and sealant; and a recording type thermometer for indicating the ternperature of the sealant. The applicator unit shall he designed so that the sealant will circulate through the delivery Dose and return to the inner Fettle when not in use. g} Cold -applied, single -component sealing equipment. The equipment for installing ASTIR D5 93 single component joint sealants shall consist of an extrusion pump, air compressor, following plate, hoses, and nozzle for transferring the sealant from the storage conta-1ner irnto the Joint opening., The di men ion of the nozzle shall be such that the tip of the nozzle will extend into the joint to allow sealing from the bottom of the joint to the top, Maintain the initially approved equipment it good working condition, serviced in accordance with the supplier's instructions, and unaltered in any way without obtaining prig approval. Small hand-held air -powered equipment (i.e+, caulking guns) may he used for small applications. 605-3.3 Preparation of joints. Pavers ent j o i nts f o r a p pl Ication of m ateri a I in th is specification m u t he dry, clean of all scale, dirt, dust, curing compound, and other foreign matter. The Contractor shall demonstrate in the presence of the RPR, that the method cleans the joint and does not damage the joint. IOWA CITY MUNICIPAL AIRPORT — T51.122513 P-605 JOINT SEALANTS FOR PAVEMENTS April 2021 PAGE - •',E) Balton F. MP.nk, Inc. 2011), All Rights Rp�Fr ed a, Sawing. All joints shall be sawed in accordance with specifications and plan details. Immediately after sawing the joint, the resu It i ng slurr haII be com p I ete ly removed from joint and adjacent area b flushing with a jet of water, and by use of other tools as necessary., b. Sealing. Immediately before sealing, the joints shall be thoroughly cleaned of all remaining laitance, curing compound, filler, protrusions of hardened concrete, old sealant and other foreign material from the sides and upper edges of the joint space to be sealed. Cleaning shall be accomplished by tractor_ mounted routing equipment, concrete saw, or ► aterblaster as specified in paragraph 605- . . The nearly exposed concrete mint faces and the pavement surface extending a minimum of 1 inch (12 mm) from the joint edge shall be cleaned. Cleaning shall be accomplished in a minimum of two passes. One pass per joint face with the nozzle held at are angle directly toward the joint face and not more than 3 inches (75 mm) frorn it. After final cleanirng and irn mediate ly prior to sealing, blow out the joirnts with compressed air and leave them completely free of debris and water. The joint faces shall he surface dry when the seal iapplied. c. Backer Rod. When the joint opening is of a greater depth than indicated for the sealant depth, plug or seal off the lower portion of the joint opening using a hacker rod in accordance with paragraph 605-2.2 to prevent the entrance of the sealant below the specified depth. Tale care to ensure that the backer rod is placed at the specified depth and i s not stretched or twisted during installation. d. Bond -breaking tape. Where inserts or filler materials contain bitumen, or the depth of the joint opening does not allow for the use of a backup material, insert a bond -separating tape breaker in accordance with paragraph 605-2.3 to prevent incompatibility with the filler materials and three -sided adhesion of the sealant. Securely bond the tape to the bottom of the mint opening so it will not float up into the new sealant. 605_ ;4 Installation of sealants. Joints shall be inspected for proper width, depth, alignment, a n d preparation, and shall be approved by the RPR before sealing is allured. Sealants shall be installed in accordance with the following requirements: Immediately preceding, but not more than 50 feet (15 m) ahead of the joint sealing operations, perform a final clearing with compressed air. Fill the joints from the bottom up to 1/4 inch ±1/16 inch below the top of pavement surface; or bottom of groove for grooved pavement. Remove and discard excess or spilled sealant from the pavement by approved methods. Install the sealant in such a manner as to prevent the formation of voids and entrapped air. In no case shall gravity methods or pouring pots be used to install the sealant material. Traffic shall not be permitted over newly sealed pavement until authorized by the RPR. When a primer is recommended by the manufacturer, apply it evenly to the joint faces ire accordance with the rya nufacturer's instructions. Check the jai rats frequently to ensure that the newly installed sealant is cured to a tack -free condition within the time specified. 605- .5 Inspection. The Contractor shall inspect the joint sealant for proper rate of cure and set, bon di rig to the joint walls, cohesive se pa ration within the sealant reversion to liquid, entry Aped air and voids. Sea Iants exhibiting any of these deficiencies at any time prior to the final acceptance of the project shall he removed from the joint, Brasted, and replaced as specified at no additional cost to the airport. 605- .6 Clean-up. Upon completion of the project, remove all unused materials from the site and leave the pavement in a clean condition. IOWA CITY MUNICIPAL AIRPORT — T51.122513 P-605 JOINT SEALANTS FOR PAVEMENTS April 2021 PAGE - 3 •',E) Balton F. MP.nkr Inc. 2011), All Rights Rp�Fr ed METHOD OF MEASUREMENT 605-4.1 Joint sealing material shall not be measured but shall be considered incidental to the joints/cracks Laing prepared and sealed. Joints and/or cracks prepared and sealed i n accordance with this specification section shall be measured by the linear foot. Joints shall be measured separately from cracks. BASIS OF PAYMENT 605-5.1 payment for'oint sealing material shall be incidental to placement of pavement. The price shall be full compensation for furnishing all materials} for all preparation, delivering, 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-605-5.1 Joint Sealant - per Linear Foot Item P-605-5.2 Crack Sealant - per Linear Foot The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. ASTM International (ASTM) ASTM D789 Standard Teat Method for Determination of Relative Viscosity of Pol amide (PA) 5T1 1 D5 49 Sta n d a rd 5pecifi cation fo r Backe r Material I for U se with Co Id- a n d H of- ppl ied Joint Sealants in Portland -Cement Concrete and Asphalt Joints 5TIVI D5 93 Standard Specification far Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements ASTM D6690 Standard Specification for Joint and Crack Sealants, Hat Applied, for Concrete and Asphalt ASTM D7116 Standard Specification for Joint Sealants, Hot Applied, Jet Fuel Resistant Types for Portland Cement Concrete Pavements Advisory Circulars (AQ AC 150 5 40-. 0 Design grid InstaIIation Details for Airport VisuaI Aids END ITEM P-605 IO A CI-FY MUNICIPAL AIRPORT — T51.122513 P-605 JOINT SEALANTS FOR PAVEMENTS April 2021 PAGE - 4 •',E) Balton F. MP.nkr Inc. 2011), All Rights Rp�Fr ed APPENDICES Rehabilitate Runway 7/25 (East End) Iowa City Municipal Airport T51.122513 FAA AIP No. 3-19-0047-030-2021 Iowa City, IA Iowa City Municipal pal Airport Rehabilitate Runway 7/ 5 (East End) Intentionally Left Blank Iowa City Municipal Airport Rehabilitate Runway 7/ 5 (East End) �.� BOLTON & MENK Real People. Real Solutions. Submitted by; Bolton & Menk, Inc. 401 1"Street SE Suite 201 Cellar Rapids, IA 5 401 Construction Safety &Phasing Plan (CSPP) For Rehabilitate Runway 7/25 East Ends FAA AIP Na. 3-19-0047-030-2021 Iowa City Municipal nicipal Airport (IOW) Iowa City, Iowa April 2021 I hereby certify that this plan, specif [cation or report was prepared by me orunder m direct supervision, and that Iarmaduly LicensedProfessional Engineer under the lags of the State of Iowa. Carl L. Byers, P.E. License No. 12845 Date: 4 19/ 0 1 Prepared by: Bolton & Menk, Inc. Certification Page Construction Safety and Phasing Plan (C PP) 1. Overview e............................................................................................................................................... I I. PURPOSE ...............................................................................................................................................I III. COTRUCTI0N SAFETY & PHASING R E S P 0 N 5 1 BI L I T I E 1 A. Airport 7.F 7 . i i . i i . i .. + . i i . i .. f .. + . i i . i .. + . i i . i i . i .. + . i i . f .. i .. + . i i . i .. + . i i . i .. i . i + . i i . f .. + . i i . i i . f .. + . i i . i .. i . i + . i i . i .. + . i i . i i . f .. + . i 1 B. Construction Contractor ,+.+.....+.,+.+l.+.,+.,#.+l.+.,+.+l.+l.+.,+.+l.+.,+.,#.+l.+.,+.+l.+.,+.}#.+l.+.,+.+l.+..+.,+.+l.+.,+.+l.+.,+.,1 C. Airport Tenant.}..+.,#.}..+..+.,#....+.,#.}#.}.,#.,#.}..+.,#....+..+.,#.}..+.,#.}..+..+.,#....+.,#.}#....+.,#.........,#......,#.}#....... D. Project Er�gir�r}..}.,#.}....,}.,#.}....,#.}#.}.,#.,#.}..}.,#.}l......,#.}..}.,#.}....,}.,#.}....,#.}#.}....,#.}..}.,..,#.}....,#.}#.}...., IV. CONSTRUCTION SAFETY PHASING .................................................................................................... 4 A. Coordination ................................................................................................................................ 4 B. Construction C. Areas &Operations Affected b7 Construction Activities....+..+....fY.+.ii....fY.i..........................f Y.+.i 5 D. Protection of Navigational Aids 5 E. Contractor TY 7#•,#•}••T•7#•}!•T••T•7#•}••T•7#•,#•}••T•7#•}!•T••T•7#•}••T•,#•7••T•7T•7#•}••T•7#•}#•}••T•,#•}••T•7#•}!•T••T•7#•}••T•,#•7 5 F. Wildlife Management .................................................................................................................. 6 G. Foreign Object Debris (FOD) Management .......................... r............... r.......... r........................... 7 H. Hazardous Materials (HAZMAT) Management.................... r............... r.......... r........................... 7 1■ Notification of Construction Activities i+.+Y.+.i+.+Y.+Y.+.i+.+Y.+.i+.i+.+..+.i+.+Y.+.i+....+Y.+.i+.........+Y.................. 7 J. Inspection Requirements..+..+..+..+.+..+..+..+.+..+..+.+..+..+..+.+..+..+..+.+..+..+.+..+..+....+..+..+..........+.......+.......... I. Underground Util lties.................................................................................................................. L. PenaltIes....................................................................................................................................... 9 M. Special .............................r..........................r.......... r........................... 9 N. Runway Taxiway Visual I.ii.i•..i.ii.ii.i•..i.ii.i'..i..i.ii.f..i.ii.i•..i.ii.ii.i'..i.ii.i•i.i'..i.ii.i•.. i.ii.i i.i•.. i.ii.fi.i'.i i.i 9 0. Marking Signs for Access Rou.ii.ii.i..+.ii.f..+..+.ii.F..+.ii.i..+.i+.ii.f..+.ii.fi.f..+.ii.f..+.i+.i i.i.. +.ii. Fi.f..+ 10 P. Hazard Marking & Lighting .....+.,#.}..+.,#.,#.}..+.,#....+..+.,#............}..........}....}#.........}...............,#......,# 10 Q. Protection of Safety r}l.+....,..}..+.,..,..}..+.,#.}l....+.,#.}..+.,..,..}..+.,..}!.}.,..}#.}....,..}.......,..}..+.,#.}..+.,. �� R . Other Limitations on Construction ............................................................................................1 Appendix A: Construction Safety &Phasing Plan (CSP P) Appendix B: Safety Inspection Checklist Prepared by: Bolton & Menk, Inc. Table of Contents Construction and Safety Phasing Plan (C PP) 1. Overview This document presents the Construction Safety and Phasing Plan (CSPP) for the proposed Runway Rehabilitation project at the Iowa City Municipal Airport being performed under the Federal Aviation Administration (FAA) Airport Improvement Program (AIP)., The City anticipates authorizing onsite work to commence on or about July of 2021, pending execution and approval of the grant documents by the FAA. Final completion of the project is expected to be In Summer 2021, depending on weather. The objective of this C PP is to provide a general outline of the construction safety and phasing provisions for working in or near the Air Operations Area (AOA) contained in the hid documents (Project Plans and pecifications), and to explain how those provisions will be implemented during construction. II* PURPOSE The Plan provides single source procedural information for all key project personnel to use during construction. The CSPP defines the specific responsibilities of the Airport Operator, the Contractor, Ai rport terra nts, a rid t he Pro j ect Er g i neer. Requirements for rnaintai ring operational safety during construction are in conformance with FAA Advisory Circular 150/5 370- , "Operational Safety on Airports During Construction". The project specific Construction Safety and Phasing Plan for the project is shown on the G.03 plan sheets and is attached to this report as Appendix A. III. CONSTRUCTION SAFETY & PHASING RESPONSIBILITIES A. Airport Operator The Airport Operator is responsible for operational safety on the Airport at all times. The City of Iowa City is the Airport Operator. The City will issue Notice to Airmen (NOTAMS) whenever construction activities occur in the A A. The City will provide oversight of all construction activities and coordinate those activities with the Airport user (pilots) and Airport tenants. The City will hold weekly construction progress and safety meetings. During those meetings operational safety will he reviewed and are action plea will he developed as needed to address any discrepancies in safety that need to he corrected. The City will require and approve a Safety Plan Compliance Document (SPCID) from the Contractor prior to the Notice to Proceed. B. Construction Contractor The Contractor will he required to attend scheduled progress and safety meetings and to correct any discrepancies found in safety. The Contractor is required to submit a completed SPCD to the City for approval prig to the Notice to Proceed. Safety Plan Compliance Document requirements are noted below: The Safety Plan Compliance Document (SPCD) should include a general statement by the con struct ion co ntractor that he/ h e h a s rea d a nd wi I I a h i de by th e USPP. I n addition, th e P D must include all supplemental information that could not he included in the CSPP prig to the contract ward. The contractor statement should include the nano of the contractor, the title of the project CSPP, the approval date of the CSPP, and a reference to any supplemental information (that is, f'1* large of Contractor , have read the Title of Prepared by: Bolton & Menk, Inc. Page I Construction and Safety Phasing Plan (C PP) Project CSPP, approved on Date 1 and will abide by it as written and with the folIouvirig additions as noted:"). The supplemental information in the SPCD should he written to match the format of the C P P indicating each subject by corresponding C P P subject number and title{ If no supplemental information is necessary for any specific subject, the statement, "'No supplemental information," should he 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 erg plo ees and subcontractors. () Phasing. Discuss proposed construction schedule elements, including: ( a ) Duration of each phase. (b) Daily start and finish of construction, including "night onl " construction. (c) Duration of construction activities during: (i) Normal runway operations. (ii) Closed runway operations. (iii) Modified runway "Aircraft Aircraft Reference ode" usage. (3) Areas and operations affected by the construction activity. These areas and operations should be identified 'in the CSPP and should not require an entry in the P D. (4) Protection of NAVAI Ds. Discuss specific methods proposed to protect operating NAVAI Ds. Coordinate with FAA Air Traffic Organization (ATO) (local tech ops) for turning off FAA -owned NAVAIDs. That office has noted that they will also marls their own power and control cables prior to construction. (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). (b) Listing of individuals requiring driver training (for certificated airports and as requested). (c) Radiocommunication . (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) W11ldlife management. Discuss the fol I o i ng: (a) Methods and procedures to prevent wildlife attraction. (b) Wildlife reporting procedures. (7) Foreign Object Debr (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. Prepared by: Bolton & Menk, Inc. Page 2 Construction and Safety Phasing Plan (C PP) (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 time -frame- for submitting 74 0-1 forms not previously submitted by the airport operator. (d) Batch plant details, including 7460-1 submittal. (10)lnspection requirements. Discuss daily (or more frequent) inspections and special inspection procedures. (11)Under round utilities. Discuss proposed methods of identifying and protecting underground utilities. (1 )Penalties. Penalties should be identified in the C PP and should not require an entry in the SPCD. (1 )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 NAVAI Ds. Discuss proposed visual aids including the following: (a) Equipment and methods for cowering signage and airfield lights. (b) Equipment and methods for temporary closure marlins (paint, fabric, other). (c) Types of temporary Visual Guidance Slope Indicators (VLSI). (15)Marking and signs for access routes. Discuss proposed methods of demarcating access routes for vehicle drivers. (16)Hazard marWing and lighting. Discuss proposed equipment and methods for identifying excavation areas. (17 )Protection of runway a nd taxiway safety areas. I nc l ud i ng o bj ect f ree a rea s, o hstacle 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. (h) Equipment and methods for separation of construction operations from aircraft operations, including details of barricades. (1 )Other limitations on construction should be identified in the CSPP and -should not require an entry in the SPCD. C. Airport Tenants The Airportwill notify Airport tenants of all pending construction activities thatimpactthem and advise the tenants of planned pavement closures and other activities in the AOA that will affect aircraft operations. D. Project Engineer As part of the Project Construction Management,, Inspection, and Quality Assurance process,, the Project Engineer will monitor construction safety on a daily basis, utilizing the "Construction Project Daily Safety Inspection Checklist" (see Appendix 113) to ensure an appropriate level of priority is given to safety. Any discrepancies in safety will he immediately brought to the Contractor's and City's attention for corrective action irn plementation. Prepared by: Bolton & Menk, Inc. Page 3 Construction and Safety Phasing Plan (C PP) IV. CONSTRUCTION SAFETY & PHASING A. Coordination pr econstruction conference will be held as soon as practicable after the contract has been awarded and before issuance of the notice to proceed. The preco nstruction conference participants .should include, but not he limited to, the sponsor's engineer, resident engineer, airport management, testing laboratory representative, contactor and u bco ntracto r(s ), contractor's project superintendent, contractor's project clerk, airport users, utility companies, federal, state* or local agencies affected by the proposed construction, and FAA representative. Contractor progress meetings will be held weekly for the duration of construction. During paving operations, meetings shall be weekly. Operational safety will be a standing agenda item for discussion during progress meetings s throughout the project. Date, time, and location of the progress meetings i I I be determined at the pre -construction meeting. Scope or schedule changes for the project may necessitate revisions to the CSPP and may require review and approval by the City and the FAA. Any proposed changes to the CSPP shall be approved by the airport and FAA prior to execution. B. Construction Phasing The project will be constructed in 1 phase. Details of the phase is listed below. a. Phase I ■ Scope of Work —Joint sealing, panel replacement, spell repair ■ flu n a 7/2-5 will he closed during Phase 1 ■ flu n a 1 /3o wilI rem ai n open ■ Duration — 10 Working Days ■ Taxiway crossovers to runway 7/ 5 w i I l be closed during Phase 1 ■ Emergency vehicle access route — No impact ■ Construction stagi ng a rea — See Cp P pl a n sh eet ■ Construction access and haul route — See C Pp plan sheet ■ 1mpacts to NAM Ds — Run a 7 5 PAPI's and R E I L's wiII be for red off ■ Lighting and marking changes — Lighting for Runway 7 5 will be turned off during Phase 1 ■ Required hazard marking and lighting — Low profile barricades and runway closure c roses ■ Lead ti ryes fo r req u i red motif [cation — 72 ho u rs b. Construction Safety Drawings Drawings specifically indicating construction operations and safety{ have been developed for each schedule and phase. These drawings have been included in Attachment A and can also be found in the contract drawing bid package. Prepared by: Bolton & Menk, Inc. Page 4 Construction and Safety Phasing Plan (C PP) C. Areas & Operations Affected by Construction Activities Refer- to the table below to view the affected airport elements during the different phases on the project. Operationa I Impact Element Existing Phase 1 Runway 75 Open Closed ERunway1 / 0 Open Open D. protection of Navigational Aids (NAVAIDs) NAVAIDS for Runway 7/25 will be turned off and NaTAM'd off during all times of runway closure. NAVAIDS for Runway 7/25 will be returned to service when the work is complete. Instrument Landing System ( I L5) 10W does not have an ILS. Precision approach path indicators (PAPIs) PAPIs for both Runway 7 and Runway 25 will he off during construction. Ru nway end identif ied lights (RE I Ls) REIL's for both Runway 7 and Runway 25 will be off during construction. E. Contractor Access 1. Location of Stockpiled Construction Materials Stockpiles of construction materials and equipment shall he located only in the Staging Areas and are restricted to a maximum height of 15 feet. . Vehicle & Pedestrian Operations a) Construction Site Parking Employees' vehicles must he parked in the staging area shown on the plans or in the airport parking lot spaces approved by the airport manager. No employee vehicles will be allowed into the worksite beyond the staging area limits.. h) Construction Equipment Parking When not in use, construction vehicles and equipment shall heparked outside of Runway bstacle Free Zone (ROFZ) and Taxiway Object Free Areas (TOFA's). Construction vehicles shall be services only M n the Staging Area, Construction vehicles and equipment shall never he left unattended or parked on a runway or taxiway. c} Access &Haul Roads The contractor will be restricted to use the haul route(s) shown on the drawings. Right-of-way must be given to all emergency vehicles. See paragraphs (e) and (g) in this section fir requirem ent$ operating within the airfield environment. d) Marking &Lighting of Vehicles Only marked Centractor-owned or operated vehicles required for the proper execution of the work will he allowed in the work area. All vehicles and Prepared by: Bolton & Menk, Inc. Page 5 Construction and Safety Phasing Plan (C PP) equipment must have an ornni-directional amber flashing light and/or -foot b -foot flag having a checkered pattern of international orange and white squares at least one foot on each side. All vehicles and equipment must be equipped wIth an omnAirectionaI amber flashing Ii ht for all airf ield activities between sunset and unri-se or when visibility is low. Vehicles within the airfield environment must display company identification markings on both sides of the vehicle. Non - motorized equipment must have a reflective devise displayed on the front, back and sides. All supervisory and survey personnel vehicles which operate within the airfield environment but outside the workarea must have acompany vehicle with an amber flashing light mounted on the roof of the cab and identifying markings, visible from 300 feet, mounted on both sides of the vehicle. FAA Advisory Circular ( . .) 150/5 10-5Dx "Painting, Marking, and Lighting of Vehicles Used on an AIrportly shall be referenced for requirements. e) Required Escorts Escorts will not be required on this project, f) Situational Awareness While dr-iv ng or working on the airfield environment, there must be no devices in or on ears other than those used to protect hearing or communicate company business. field r[g ht-of-moray to emergency vehicles displaying rotating beacons and/or using sirens and other audible emergency signals. In the event of an emergency, be prepared to move workers, vehicles, and equipment immediately at the direction of the City, g} Two -Way Radio Communication Procedures All activities within aircraft movement areas will require two-way radio communication. In the event the contractor needs to access a movement area, all radio communications will be performed by the City using the Common Traffic Advisory Frequency (CTAF). Frequency that will be used by City personnel is: 141F_3=K ON.30 1 A IMEN h) Maintenance of the Secured Area of the Airport N/A for this project F. Mild life Management 1. Trash Receptacles must be provided by the contractor and equipped with metal, canvas, or plastic covers. Food scra ps or other trash may not be disposed on the ground and must be collected and placed in the covered receptacles as to not attract wildlife. . Standing later Staging are -as, stockpile areas, and the work area must be graded to drain to avoid attracting wildlife . Tall Grass & Seeds The use of low -quality seed mixtures that contain seeds of plants (such as clover) will attract wildlife and must not be used. Grass and weeds must be managed, or cut if n ecessa ry, with i n work a real to avo id attracti ng Sri I d I ife. Prepared by: Bolton & Menk, Inc. Page 6 Construction and Safety Phasing Plan (C PP) 4. Disruption of Existing Wildlife Habitat Contractor personnel should immediately notify the airport operator of wildlife sighting. G. Foreign Object Debris (FOD) Management The contractor will be required to ensure the airfield environment is kept continuously free of construction debris, equipment and/or materials that might endanger or be ingested by are aircraft. Take extreme care to ensure nowork-related debris or other loose items can be blown by wind or aircraft engine blast. The Contractor must he responsible for any resulting damage to aircraft engines and/or other property arising frorn failure to secure and/or protect debris, tools, supplies, or other loose items. In areas that may result in the tracking of $oil, ediments, or hazardous materials on the wheels of hauling equIpment outside the a rea that are enclosed by erosion and silt/sediment control devices, the Contractor must provide the means and method-sto rem ove th ese materials prior to t he ve h iele a iti n g the controlled area. Equipment operated on haul routes over existing pavements must always be Dept free of material spillage and foreign matter. Standby equipment is always required to be onsite and operational throughout the project and must include, at a minimum, a self-propelled regenerative air- sweeper and a water truck always Dept loaded. H. Hazardous Materials (HAZMAT) Management HAZMAT procedures will be developed by the Contractor prior to issuance of the Notice -to - Proceed (NTP), including, but not limited to: 1. Fuel Storage Locations . Locations for Fueling and/or Servicing of Equipment . Spill Procedures 4. IVISDS For additional information and requirements on airports, reference FAA A.C. 150/5 0-151 "'Management of Airport Industrial Waste". I. Notification of Construction Asti itIes 1. Responsible repre5entatives/points of contact NAME Points REPRESENTING of Contact PHONE EMAIL Michael Tharp Iowa City Municipal Airport 19-356-5045 Michael-Tharp@iowa-city.org Carl Byers Bolton & Menk, Inc. 15-520- 6 1 ari . B c rs Bolton-M erg k.co rr Ritzy Lemke Bolton & Menk, Inc, 1 - 60-03 1 Kitzy.Lemke@Bolton-Menk.com Prepared by: Bolton & Menk, Inc. Page 7 Construction and Safety Phasing Plan (C PP) 2. Notices to Airmen (NOTAMs) Only the City or their designated representative may initiate or cancel a NOTAM on airport conditions and is the only entity that can close or open a runway. Points of contact for issuing NOTAMS are as follows: Main Contact — Michael Tharp, Airport Manager 19- 56-5045 . Emergency Notification Procedures ■ Emergency — DIAL 911 ■ Airport Manager (Mike Tharp) — 19- 5 -5045 ■ City of Iowa City— 19- 5 -5010 ■ CTAF ra d io emergency — 122.80 MHz ■ Iowa City Police Department — 31 - 56-6 00 ■ Iowa City Fire Department — 319-3 56-5 69 ■ Hospital —University of Iowa Hospital — 319-356- 23 ■ Iowa Poison Control —800-222-1222 4. Notification to the FAA a) Part 77 The project will not affect navigable airspace. However, if this changes, the City will file an FAA 7460-1, Notice of Proposed Construction or Alteration, for the project. Any equipment, (cranes, graders, other equipment) used by the contra cto r t hat exceed the 15' height I i rn itati on rn u st al so have a 7460-1 a i rspa ce evaluation and determination prior to use. J. inspection Requirements 1. Daily inspections Inspections shall be conducted by the Contractor at least daily, but more frequently if necessary, to ensure conformance with the CSPP. The City w Il have the final authority in determining if the area is suitable for aircraft use. Appendix B contains a Safety inspection checklist list that may be used by the Contractor or City. Any deficiencies, whether caused by negligence, oversight, or project scope change, are to be addressed immediately. . Final inspection n inspection must be conducted by the City prior to the commissioning of any newly constructed areas open to air traffic. The City will have the final authority in determining if the area is suitable for aircraft use. Appendix B contains a safety inspection checklist list that may be used by the Contractor or City. I . Underground Utilities Notify Iowa One Call and owners of underground utilities within the construction area or within affected public rights -of -way or easements, via the `forge-call'1 notification system (1- 00-2 - 9) in advance of the commencement of excavation activities. Notify the City when the "one -call" request is being initiated. Contractor must not cross electrical or communication cables unless protected by approved means. In the event of interruption to Prepared by: Bolton & Menk, Inc. Page 8 Construction and Safety Phasing Plan (C PP) fie Id -I ocated ut i I ity services as a res u It of the wo rlf p turn ptly riot i fy th e City fi rstf and th en the proper authority. Cooperate with said authority in restoring service as promptly as possible. if required, the Contractor must install suitable temporary service until permanent repair i completed. Refer to General Provisions, Section 70. L. Penalties The Contractor is responsible for compliance with the C PP as detailed herein. Violations will be cause for the project to be stopped and project safety procedures evaluated. Contractor working days will continue to be charged, even if the pity ceases construction operations. The City will decide if and when work will continue. Enforcement of these regulations will be by the City. Refer to General Provision Section 0-06, Temporary Suspension of the Work, for further details. Failure to comply with the CSPP is a fai lure on the part of the contractor to carry out orders given or perform any provisions of the contract{ M. Special Conditions An aircraft In distress may require the Contractor to immediately move equipment. The City will notify the Contractor In the unlikely al avert of are aircraft ire distress. The Contractor will be required to comply with all City and/or Air Traffic instructions, and all equipment directed to be moved sh a I I be re located to the Stagi ng Area Various circumstances, such as an aircraft accident, security breach, or other unforeseen evert may require suspension of the construction. The City will notify the Contractor when suspension of the worl gill be required. See Section H — E m ergen cy Notif ication Procedures for emergency contact information. A VPD (vehicle pedestrian deviation) is any entry or movement on the movement area by a vehicle or pedestrian that has not been authorized by the City. In the event of a VPD, the City reserves the right to suspend the work or any portion thereof and continue suspension until the completion of any investigation or evaluation by the City and full compliance with are corrective measures which the City may reasonably require. In addition, the City may require the Contractor to provide to the City a written plan, satisfactory to the City, to demonstrate the Contractor's abillity to prevent future violations. See Section E — Contractor Acre-55 for vehicle and pedestrian operations and two-way radio communication requirements. N. Runway & Taxiway Visual Aids 1. General Temporary airport markings are not needed for this project{ Temporary traffic control devices must be clearly visible to pilots, not misleading, confusing, or deceptive. Al temporary traffic control devices must be secured in place to prevent movement b 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. . Markings a) Temporarily Closed Runway Temporarily closed runways are identified on the Construction Safety & Phasing Plan and identified In Section C — Areas & operations Affected by construction Activities. Temporarily closed runway at runway/taxiway intersections must have oar -profile barricades placed outside the RO F . Lighted 's must be placed over the numbers of the closed runway for the duration of the closure as shown on the CSPP Plan sheet (J.01— J.04). Prepared by: Bolton & Menk, Inc. Page 9 Construction and Safety Phasing Plan (C PP) b) Temporary Closed Taxiway Temporarily closed taxiways are identified on the Construction Safety & Phasing Plan and identified i n Section C — Areas & Operations Affected by Construction Activities. Temporarily closed taxiways at runway/taxiway intersections must have low -profile barricades placed outside the ROFZ and the small X located 10 feet from the runway edge per Figure -4 in FAA A.C. 150/5370-2G when the runway is open and the taxiway is not. . Lighting a nd visu a I VISAI D Impacts on existing Runway 7/ 5 lighting and visual aids is discussed earlier in this report, in Paragraph 2."Construction Phasing". 4. Signs When Runway 7/ 5 is closed, all signs relating to Runway 7 5 will be turned off or covered. 0. Markings & Signs for Access Routes Access for this project will be from a gate off Riverside Drive, This type of project will have limited personnel airsidex and the Contractor is responsible for his workforce familiarity with access, so no signs for access routes will be required. P. Hazard a rl i rig & Lighting Before starting work, the contractor must provide and have available a I I signs, barricades, and lights necessary for protection of the work. Install and maintain adequate warning signs and lighted barricades to protect property and personnel in the work area. Barricades rust be weighted or anchored to prevent overturning from wind or aircraft engine blast. Barricades are not permitted in any active safety area. Barricades located within a runway or taxiway object free area and/or on aprons must be as lour as possible to the ground* and no more than 18 inches high, exclusive of supplementary lights. Barricaded rust be spaced according to the function. For aircraft movement areas barricades must be placed at 10' on center. For vehicle movement areas barricades must be placed at 4' on center. For personnel movement area barricades must be placed with 0" spacing. The Contractor must have a person on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades. The contractor must f i I e the contact pe rso n's information as information included in their sP D. Lighting must be checked for proper operation at least once per day, preferably at duly. Open trenches, excavations, or obstructions not being actively worked must be marked with lighted and weighted barricades which can he seen from a reasonable distance. Contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the City, and light them with red lights during hours of restricted visibility ordarkness. Prepared by: Bolton & Menk, Inc. Page 10 Construction and Safety Phasing Plan (C PP) Q. Protection of Safety Areas 1. Runway Safety Area (RSA) o construction may occur within the existing RSA while the runway is open for aircraft operations. Open trenches or excavations are not permitted within the RSA whIle the runway is open. If possible, backfi I I trenches before the runway is opened. Soil erosion must be controlled to maintain RSA standards, that is, the IAA must be cleared and graded and have no potentially hazardous ruts, humps, depressions, or other surface variations, and capable, under dry conditions, of supporting the occasional passage of aircraft without causing structural damage to the aircraft. Grading tolerances inside the safety area must be 5% maximum grade with no humps/depressions/drop-offs greater than -inches. The RSA is depicted on the Construction Operations, Safety, and Phasing plan contained in ottachment 1. The dimension for the Runway 7/ 5 RSA i 50-FT each side of centerline and 600-FT beyond each runway and. 2. Runway Obstacle Free zone (ROFZ) Personnel, material, and/or equipment may net penetrate the OFZ while the runway is open to aircraft operations. The runway F is depicted on the Construction Safety Phasing Plan contained in Appendix A. The dimension for Runway 7/ 5 ROFZ is 00-FT each side of centerline and 00-FT beyond each runway end. 3. Runway Object Free Area (ROFA) Construction, including excavations, may be permitted within the ROF . However, equipment must be removed from the ROFA when not in use and material shal I not he stockpiled in the ROFA. The dimension for the Runway 7 5 FI FA is 400-FT each side of centerline and 600-FT beyond each ru nway end. 4. Taxiway Safety Area �TSA) o construction may occur in the TA while the taxiway is open to aircraft operations. Open trenches or excavations are not permitted within the TSA while the taxiway is open. Backfill trenches before the taxiway{ is opened. Soil erosion m u-st 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 the occasional passage of aircraft without causing structural damage to the aircraft. Grading tolerances inside the safety area must be 5% maximum grade with no humps/depressions/drop-offs greater than 3-inches. For this project, the T A will he 39.5-FT each side of centerline for a II taxiways. 5. Taxiway Object Free Area (TF) o construction will be allowed within the taxiway{ object free area while the taxiway is open to aircraft operations. For this project, the TDFA will be 65.5-FT each side of centerline for all taigas. 6. Runway approach/departure surfaces All personnel* material, and/or equipment rust remain clear of approach departure -su rf aces. Prepared by: Bolton & Menk, Inc. Page 11 Construction and Safety Phasing Plan (C PP) R. Other Limiltations on Construction 1. Prohibitions a) Open flare gelding or torches are prohibited unless fire safety precautions are provided, and the airport has approved their use. b) The use of flare pots is prohibited within the Airport Operations Area ( O ). c) No smoking will he allowed rith n the airfield environment. Prepared by: Bolton & Menk, Inc. Page 12 Construction and Safety Phasing Plan (C PP) m F- t: F- z F- m a� - X t w Z > M I CC D z t� 0 — �- "r :J > p < � z - - z Lp > LD o c z 0 Z - - -3 z < = Z F- =, O� z c o c Q; � , < m �t � - �g n� � C) 6F- (ff 0 L, U -4 t- - L, 5 < < li Q , :� za 0 . - z z z 0 o a 4 w G < CL � 0 0 0 x > Ll �,! F- Lr z z CM- =. -4 0 0 c F - 1,: 'Ckf E � 0 --j � F- 2 z .1 < - L� Z, -- �E L 0 F-- M. 0 - u zy 0 1: z 12 bc if Ul Z F- ny L-J <•0 cm F- F-2 rs c Li Z cc . 1 z c z C) C3 z :1 Z D z 0 2i C3 C- Z 4 :5 0 0 F - 01 u 0�J, z z E- u z C) 1-0 -N < o U, -❑L? m , 5, = Q D 0 � - �t M z � m . > -0 z L"I w 0 10 X, z 0 z C� L.J 2! a: 2! F-: 0 z 12 LD 'C 0 0 < z cl 0 IL 4 Q > C3 0 0 0 c z w Lr 0 0 Z - L� u �-- �: :� z -1 F- w MOD LJ q 2 CC 6� w Lp) , z 2 0 z LD < 12 Z 0 0 o t rz ovi L-1 X C3 c 0 LU Q -.2 Q Lo - 1, - � L�! < - 5 � -- zx - -< F: m F- Z: Z 0 Z -ZfY z 0 L. Ul z ml 11 -4 LC C a� C13 z Z L CL Z z C) 0 0 - z li z < Z: 2 0 LLP �7 'D �2 S F - L 1 0 Z Z LC - F- I ED z C- z < C) o Ld 0- -2 -0 0 o U 2 C- 2c 2i 0 af 0 IE b 0 cc < r4 LD - < 0 z X 03 < q m F7 ;Z;, F- F-- z z 'I < .0 u u F- L, CL Z M M: 0 b u z r, LL Zf =1 W C� z �- �- K r� L� Lz� , " m z z L) --1 z 0❑ < C) z 0.ry -< 0 0 m E::� o Z Q It � 0 - �2 — 2 - U cl w j IL Z u n Z C Z cl Z .10 0 ar LLI 2: < z m �2 EL Z: v [D Q Q w - LL. F- c Ld 0 n < m f� L, ALL > m C3 1: 4 F- < F- F- Z2 �7 CC -�C Z 8 C5 z a �� z D c < < X - z u 0 z F- z D C) !2c z < 0 w z - � F- C) X 'd ff - = F- F- U Z t z Q C3 < T m CL za cl U L Irl T, LLP Vl ED z z 0 F- Z �7 Z F-- 'I uz a Z: < 0 I�c - < 4 F- Lax Lnx y Z, Z UW 0 -f IE < c :� Q. g P- LO Z �-j u u 7 1 = Ic z z - F- Ld m m < z LP Z -3: 4 b < C3 < L.3 I" I F- W U 0 00 < - w CY C F- F- - 'K o cc - �r Z z 7, 0 Z < 7 -x IL F- -0 10 zc� lk z Z C was cr�ds 0 zr I LD z w 0 Z C, 03 11 F- QL� ft: <F- u❑ 0 z r- v kD CC z Z❑as w I: Z- X cc M n w kf z 11 SE --a u - I �- =Z 0 Z � f T Cf F rw w ,c fY s I - - C) 0 F: . U m: Im Lp 0 L=J Ixr �; -7 z �� W'. u = Z CL - z -z a L:J 2 X �7 0 z 0 F- 42 F- 20 Z - nx CCU 4L 0 FM -0 F- F- 0 j C, I--- :j a o 2 u m z M u 0 < < wLLC —0 wx c - Ir!= c Z cc: w 73 Z - 2 ;� � Z Ld U -I- u c.Jd F- Q; � - w Z, c I IJ ❑2 0 < 71 --Z k� w tl 0 z Loj Lx, z < (L 0 0 X w z KD F <1ry z 0 t L Z F- -1 F-- Z�t Z z 4 �- L61 z m < 2 0 R U L Q cy C; < Z M F- X F- 2 Z f , < �: < �E F- F- Z -u< S Z w Lj 0 t; z F- U tLS F- 0 F- 0 F- - Z - r T, LD -,Z c 1L z F. :� Li <. t] 0 2 0 a z =1 o V. -Z F- Ha 2� W Z: z Z 0 02 z 0 Od Li j C, w -J F 0 M Z Z 0 Cl (r < co CL Lj kci, LI,47 cff 2 av 'L ,j I ff ui < Lu u m E Z Z - U, LU ol -zc It o u 5= L11 Ln CC LLI -t Ln rp) Ln L) Lrl p C -l 0 0 " — cc LLI u L3 zi LU fi I VI []_ L, >_ - Eli F-- LA F-- LU :E LU = F- 0 LD LeI 0 < 0 Li ll� Li u >m lwf vi cc 0 cc w j Q� u LD o �r4 ri Aorz xcry CY tD 41. 4' bf uj w LA 10 10 0 IL, C, C U� —0 QL 0 q� < uj co i'm LD M wj LD Z�d 0 z w Li 0 M =2 6W E {5 L LD Cc m 14 cc FL I II ag u wi < 0-1 0 0 !� z j j Zj, cc 'GOP ,CC < 2 Lo D� 0 Z3 W M DGE VI -* F-- F-- u u u < = = Ct D- z� F- F- 9 VI VI Eff V% 't z 0 CD u u ID 0 10 le, LLJ r "i � (e A244 ;A co —i CL m T v4d TO 1 L. [ ZrizA5Z.-I 2-p El.-Jf, s ZZ I NC ONCINON 11 )f 0' 1 LSe I ;Z'£ A">:I52 Z ['�-LMAD-rfll H Construction Project gaily Safety Inspection Checklist The situations identified below are potentially hazardous conditions that may occur during airport construction projects. Safetyareaencroachments,unauthorizedandimpropergroundvehicleoperations, and unrnarl ed or uncovered holes and trenches ,-rear aircraft operati ng 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 ITEM ACTION REQUIRED NONE Excavation adjacent to runways, taxi ways, and aprons improperly ❑ backfilled. Mounds of earth, construction materials, temporary structures, and other o b5tacl es near any open runway, taxiway, or taxi lane; ❑ in the related Object Free area and aircraft approach or departure areas/zones; or obstructing any s ign or marking. Runway resurfacing projects resulting in lips exceeding S in (7.6 ❑ cr-n) 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 cr material near NAVA1 Ds that may degrade or impair rod i ated signa Is a n d/or the man itori rig of navigation a n d visua I aids. U n autho ri-zed or i rrm proper vehicle operations in I oca I izer or ❑ glide slope critical areas, resulting in electronic interference and/or facility shutdown. Tall and especially relatively lour visibility units (that is, equipment with sl m profiles) — cranes, drills, and similar objects — located ❑ in critical areas, such as OFZ and approach zones. Improperly positioned or malfunctioning lights or u nl ighted a i rport hazy rds, such as holes or excavations, c n any a p ran, open ❑ taxiway, or open taxi lane or in a related safety, approach, or departure area. Obstacles, loose pavernent, trash, and other debris on or near AOA. Construction debris (gravel, sand, mud, paving materials) on airport pavements may result in aircraft propel I e r, turbine ❑ engi n e, or tire d a mage. Al so, loose materials may blow about, potentially causing personal injury or equipment damage, Inappropriate or poorly maintained fencing during construction i ntended to d eter h u rn an and an ima I Intrus i ens into th e AOA. ❑ Fencing and other ma rkIngs 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 p i lot 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 avlatio n hazards. Wildlife attractants — such as trashy (food scraps not collected from construction perso n n E I activity), grass seeds, tall grass' or ❑ standing water — on or near airports. Obliterated or faded temporary markings on active operati ono I ❑ a reas. 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 NOTAIs about airport or ❑ runway closures or other construction related airport conditions. Failure to rmark and identify utilities or power cables. Damage to utilities and power cables during construction activity can result in the loss of runway / to i ay lighting; loss of navigation, visual, El 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 vehicles in ❑ airport movement areas. Objects, regardless of whether they are marked or flagged, or activities anywhere on or near an airport that could be I —I distracting, confusing, or alarming to pilots during aircraft LJ 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. Failure to maintain drainage system integrity during construction (for example, no temporary drainage provided when working on ❑ a Hirai n aEe 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 I —I LJ which the contractor is allowed to strip turf. Exposed wi ri nE that creates a n e I ectrocution or fire i re itio n hazard. Identify and secure wiring, and place it in conduit or bury ❑ it. Site burning, which can cause possible obscuration. ❑ Construction work taking place outside of designated work areas ❑ and out of phase. U.S. Department of Transportation Federal viation Administration Subject-, Operational Safcty on lgiorts During Construction Advisory Circular Date-. 1'2/ 13/2017 Initiated Bv: -10 0 W Change: Purpose. This AC sets forth �niide l ines for operational safety on airports during construction. Cancellation. This AC cancels AC 1 0/ 3 - . F, pee-ational ' 4�t , on hoily dufing Con.ytruf io , dated September 29, 2011+ Application. This AC assistsirp rt operators in complying with Title 14 Code of Federal Regulations "F1 Part 139, Cerlijiealion ` it i-ls. Fof those certificated airports, this AC provides one wav, but not the only way, of meeting those r quir ments+ The use of this AC is mandatormandatory for those airport construction projects receiving funds under the Airport Improvement Program I P , See Grant ASALrance No, 34., Polk-l+e.5, Standards, n ,51 ecfieations. While we do not require non -certificated airports- without grant re rnents or airports using Passenger Fa i I I ty C har e P FQ Program funds for construction projects to adhere to these guidelines, we recommend that they do so to help these airports maintain operational safety during construction.. 4 Related Documents,, s and Orders referenced in the text of this AC do not include a revision letter, as they refer to the latest version,. Appendix A containsa list of r adinty neat vial on airport core structi on, dcsi n, and potential s�rfet h�rzar � during construction, a« well as, instructions for obtaining these dOCLIment. . Principal Changes. The AC incorporates the following principal changes: 1. Notification aboutimpacts to both airport owned and FAA -owned NAVAIDs was added. See p ra(y aph f 1 . . , NAVAIDs. 1 /1 3.1�2017 .. Guidance for the use of orange construction ins was added. See paragraph 118.4.2. Temporary ins. f Opera trenches or excavations may be pert-n i tied i n the taxiway oft area wh'I'le the taxiway vs, open to aircraft operations, subject to restrictions. See p-ira raph . .33.4, Excavations. . Guidance for temporary shortened runways and displaced thresholds has been enhanced. See Figure 2-1 and Fi ure - . . Figures have been improved and a new Appendix F on the placement of orange construction signs has been added. H yperl i n s (allowing the reader to access, docu gents located on the i nternet and t maneuver within thl's d C Lr nt are provided thr o u h LA this do i-inient and are identified with underlined text. When navigating Tithin this document, ret-um to the previously view d page by pressing the ` ALT" and keys simultaneously. Figures in this document are schematic representations and are not to scale. Use of Metrics. Thi u hOrrt this AC, U.S. Customary Units, are used followed with `4soft" rOLinded ) conversion to metric units. The U.S. customary Emits govern. 7 Where to Final this AC. You can view a list of all ACs at http:/ Fw. faa. �z oar /re u l actions policies/advisory eir rf lar /. You can view the Federal Aviation Regulations at http://www.faa.gov/"rectulations po l ieie /faa regulations! Feedback on this AC. 1f you have suggestions for improving this AC, you may use the Advisory Circular Feedback form at the end of this AC. in I. De Director of Airport Safety and Standards CONTENTS Paragraph Page Chapter 1. Planning are Airfield Construction Project 1-1 1.1 Overview....................................................................................................................... 1-1 1.2 Plan for Safety ....................... —.— ............................. .......................................... — 1-1 1.3 Develop aConstruction Safety and PhasingPlan (CSPP) ...........................................+f 1-31,4 Who Is Responsible for Safety During nstru tion?.................................................. 1-4 Chapter 2. Construction Safety and Phasing Plans ,1 Overview.,.....,......,......,+....,+.......,.f...,..f...,+....,+....,+f....,f....,f....,f....,.......................-1 .2 AsSLUIle Responsibility .....+}.....}.....}....+}.....}.....}.....}.....}....,}....,}.....}.....}.....}.....}....,}....,}. 2-1 2.3 Subm*tt the ., ....,+....,+....,.f...,.f...,....,.....,+....,+....,.f...,......,.............................-1 ,4 Mevt (' PP I quir rnEnt.c.;.}...,+}...,+}...,+}...,+}...,+}....#}.....}.....}.....}....#}....,}....,}....,}....,}....,}. - a Phasing..... } 7 •• •a } 7 •• •a } 7 •• •a } .... f } .... f } .... f } •• • •a } •• • •a }7 17 Areas and Operations Affected by Construction t1V+Jt........... .. ,.. .-7 2.8 Navigation Aid i ID Protection ................. I ... .+, ... ..... f 1 -1 l 2.9 Contractor Access .....,+....,+f...,.... , +....,+....,+f...,.... ,.f....,f............................,f, -11 . l () W it l I fe Manageme nt.}}71.+}}71,.}}71,.}}71.+}}7l..}}7!!.}}7!!.}}7!!.}}7!!,}}7!!,}}7!!.}}7!!.}}7!!.}}7!!.}}7!!,}}7!!, - l 2.11 Forcian Object Debris (FOD)............................................................... -1 6 2.l Hazard L« 1 I-Crt vials H I T Management ....... pf}q-q P P-P%}q P P-P%}q F P-P*%q P Fpq.*q I pfq.*q I pfqqq I P..*.,q I P., -1 2.13 Notification of Construction Acfivitle..........+.....+....,.f...,.........................................., -1 f l 4 1nspeYti n Requir nlentslf+}}7lft}}7!f}}}7lif}}7lff}}7lf+}}7!!f}}7!!f}}7!!f}}7!!f}}7!!i}}7!!f}}7!!f}}7!!f}}7!!f}}7!!f l ,1 Underground Utilities . f•••,if•••............................................................................... 1 . 16 P e n a I t ` IS. ! f } } 7 . ! # } } 7 ! ! f } } 7 ! ! f } } 7 ! ! ... 1. 1 .... 7 ! .... 7 ! # f } } 7 ! f # } } 7 1 ..... 1 f + } } 7 ! ! ... 7 ! ! f } } 7 ! ! f } } 7 ! ! .... ! ! f } } 7 ! ! f } } 7 ! ! f } } 7 . 1 f } } 7 . P . l ,17 Special Conditions ................ ,.f...,.f...,.....,....., ....,....,.f...,.....,...................................., -1 2. 19 Runway and Tit i s i SLLal ]ds!7!#+}}7!#+}}7!f}}}7!f}}}7l.+}},!!.P}},!!.P}}7!!#}}7!!f}}7!!f}}7!!f}},.lf}}7.P. -1 11 Marking in and Sins for Access Routes. ..................... ,.....,......................... ...........,....., - 29 2,.2 0 Ha7ard Marking, Lighting and ign+in .lf+.}7lf+.}7lf++}7lf.+}7lf..}7lff.}7!!ff}7!!f+}7!!f+}7!!f+}7!!f.}7... - 30 . 1 Work Zone Lighting for Nighttime onstruction................................................ ,.• . • •, -32 2.22 Protect] cti n of Runway and Taxiway Safety Are&;.}7!!.+}7!!,.}7!!,.}7!!.t}7!!..}7!!.+}7!!.+}7.P..}7.P. 2 - 2.23 Other Limitations on Construction. .......................... ,............................... ........... ,.• . • •, - 7 1 /1 3.1�2017 Chapter 3. Guidelines for Writing a 4 i. General Requirements .... ...... ...... Yii + f i Y ..... ...... ...... ...... ...... Y i i i f i Y ..... ...... Yii ... ...... ...... Y .......... `. ).2 Ap li alit f Subjects............................................................................................... �r l i Graphical Representations...... ...... .......... Yiiiii Yi+iii Yiiifi Yii... Yii+fi Yii+fi Yiiiii Y............. ....... ....iiii `1 ').4 Reference Documents ........... ...................................... .............................. .................... .)- 3-2 i Rstr i i o n s. . i i ... Y i i ... Yii ... Yii ... . i i ... . i i ... i Y .... i Y i f f f i Y ..... Y i+ f f i Y .... i Y .... i Y i i ... Y i i ... Y i i ... Yii ... Yii ... . i i ... . i i f. 2 .6 ' t�dit� tt n................................................................................................................. �- 3 2 i7 Phasi n(2! d Ii i. f i. i i f•i Yiif•i Yii+•i Yii+•i.. i.+.i.i.+f i. i f. f i. i. f. i .i+f.i.i i..i.i -b+. i. i i. f i. i i. f i. i i f. i .ii#fi I-b -b d Iii+f i. i i i f i. iif• - ..).8 Areas and Operations Affected by Construction ....................................................... — r 3.9 Y 7 • 1 k I D P rote V f i V n i i+ i i i Y i+ i f i Y i .... Y i++ f i Yii + f i Y i i i i i Y i i i i i Y i i i f i Y i i ... Yii + f i Yii + f i Y i i i i i Y i i i f i Yii + f i Y i i ... Yii + f i Y i i i i .10 Contractor Access......................................................................................................... - it 1 Wildlife Management............ ... ... d.4... d.4... Yi+fiYYi+fiYYi+fiYYi+fiYYi+fiYYi+fi YYi+fiYYi+fiYYi+fiYYi+fiYYi+• a+`� .12 FOD Management......................................................................................................... -4 3.13 H ZM T an ag n-lent i ...... ...... i t+ f i . i f t f i. i f f f i. i i f f i.. i f f i.. i+ f i.. i t f i .. i t f i.. i f f i. ..... . ..... . ..... ...... i f f ` 7 .14 Notification of ConstrUCtion Activities ......................................................................... r4 3.15 Inspection equirenients.i.....ii.fi.ii+fi.............i............i.fi..iifi ..iifi........................ .......... 3-5 16 Under rOLind Utilities................................................................................................... -5 3-5 Sit r Penalties. Y i+ f i. Y i i i i Y Y i i f i Y Y i+ f i Y Y i+ F i . Y i++ f i Y i ... 1 1. i .. I Y .. .1. i Y i+ i. 1 Y .... i Y Y i+ F i Y Y i ... . .. + f i Y Y i i i i Y Y i i f i Y Y i+ f i Y Y i+ F i . Y i ... . Yii i .. l Special ond'tl� }....}}....}}....}}....}}....}}....}}....}}....}}....}}....}}....}}....}}• • • •*}• • • •*}• • • •*}• • • •*}.....*• - 3.19 unwa and d Taxiway T i s u a l Aids . i. .............................. . i f f i .. i f f i. ..... . ..... . ..... . ..... . ..... . .... ` V ). Marl ingand i n forAcc f ��� �}....}}....}}....}}....}}....}}....}}....}}....}}....}}....}}...........W. -�� 3.21 Hazard 1 T `ar in and Li hfing.......... ............................. if fi ..if f i................................... 3-6 .), or on Li htin for i httime onstru tion.}.....}..........,}.....}.....}....,.....,.....,.....,W. r�� i Protection of Runwaand TL+4J *iwa SafetyAreas., fiY Yif Fi YYi......ifi. Yifii Y.i Ffi Y.iffiY Yif Fi. Yi....Yifi `7 ).24 Other Limitations on Construction....}}....}}....}}....}}....}}....}}....}}....}}....}}....}}....}}.....*.....*. -7 ppe nd ix. A. belated Readin g Material - I Appendix B. Terms and Acronyms t.l�tt�.l�ttt.l�ttt.l�ttt.l�ttt.l�ttttl�tt�tl�ttttl�ttttl�ttttl�ttttl�tt�tl�ttttl�ttttl�� 1 a• Appendix . Safety and Phasing Plan 4 AppendixD. Construction Project Daily Safety, Inspection Dw I AppendixE. Sample Operational Effects Tab 1���*.t.���.t.���att��t•�����..���*..���*.t.��titt��tatt��t.Ft��t.tt�� �-1 Appe nd ix F. Orange Co n stru eti on S i ns 17-1 iv 1 /1 3.1�2017 FIDE Number Page Fi trr-1. Terriporary Parti a I ly Closed RUnwa........................................................................ - F'I gure 2a i Te inpora ry DL pI ac d Th re ho IdfiYiiifiYiiiii Yi+iii Yi+ifi Yii+FiYYiifiYYiifiYYiiii YYiifi YYi+fiYYi+Fi. Yi....Yi -10 Fi trr- . Markings for a Temporarily Clos d Runway ..................................................... • . • •. - 1 F1 ure - ., Temporary TaxiwayClosure... ..... iffi Y........................ Yi - 22 Fi trr- . Temporary tab and white Threshold Bars aiid Yellow Arrowheads ..................2-24 Figur - i Lighted X in a ti I"n. Yiiif. Yiiif. Yiiif. Yii....... Y iiif..iiif..iiif. Yiiif. Y iiif..iiif..iiif..iiif..iiif. Yiiif..ii 2-26 Figur 7i Lighted X at i••••ii••••i......i••••ii••••i...... 2-26 Figure - . Interlocking Barricades ........................................................................................... - 1 Figure 2- i Low profile Barricades ades...■.....■■.....■.....■......................■■.....■.....■.......................■.....■.. - 32 FigurE-1. Phase I Example ....................................................................................................... E-1 FigureF.- i Phase 11 Example ....................................................................................................... E-. FigureE- . Phase III Example ..................................................................................................... E- Figure F-1 . Approved Sign Legends ............................................................................................ F-` Figure F- .. Orange Construction Sign Example 1....................................................................... F- Figure urF_3. OrangeConstruction Sign Example TABLES Number Page Table- FAAPublications ,.fi4f,.fif4,.fiF4,.fiFF,.#ifF,l.#4f,llf4f,llff4,llfFf,.lffF,..ffF,l.#4 f, l l f f 4, li f F4, l l f F f,. l f f F,.. f 4 - I Table - .. Code of Federal Regulation...... ........................................................................ -3 Tab l e B- l P Terms and Acronyms., . f i} 4, P. .... P.P..., l ............ .. f 4., .. f f 4, . ..... P P P... P P P ... . l .... . ..... P .. F 4, .. f ... l. i 4 F, . l i 4 B- l Table '-1. CSPP h l li t......................................................,.....,....................................,.....,. -1 Table D- 1 . Potentially Ha7ar out Conditions .iiiF,.fiif,.fiif,.fii4,.iiif,.iiiF,..iiF,..iif,..........................ii D- 1 Table E-1. Operational Effects Table ........ ......................................................................—E-4 Table E-Li RunwaandTax[way Edge Protecti n P.... l.fif,l.fi4,llfif,.lfiF,..fiF,..#if,l.fi4,l.fi4,llfif,.lfiF,..fi•E- Table E- . Protection Prior to Runway Threshold ................... ,.....,......................... ................. — E-7 V 1 /1 3.1�2017 Page Intentionally Blank V1 CHAPTER 1. PLANNING AIRFIELD CONSTRUCTION PROJECT 1,1 Overview. Airports are complex environments, and procedures and conditions associated with construction activitiesacti'vities often affect aircraft operations and can jeopardize operational safety. Safety considerafi on s are param cunt and m ay m ake operai oral i ire pacts unavoidable.. However, careful planning{ scheduling, and coordination of construction activities can minimize disruption of normal airenift operations and avoid iWations that c inprom 1 se the airport open+at i onal sa f et . The airport operator in ust unrlers- Land hoof constrLi tl on activities and aircraft operations affect one another to be able to develop an effective plan to complete the pr�� et. While the �ui�ianee in this ' i primarily used for eon stru t1 on operations, the concepts, concepts, methods ethods and procedures described may also I + enhance the day-to-day airport rnaintenance operations, suchas lighting rnaintenance and siiow rern vat operations, 1.2 Plan for Safety. of t � maintaining ntai n i rig aircraft operations, an construction costs areall interrelated. Since ofety nrt not ecompromised, the airport operator art strike balance twen maintaining aircraft operations and construction costs. This balance, will vary Fidel depending on the operational. needs and resources of the airport and will requ ire earl coordination with airport users and the FAA. As the pry' Bet design proares ses, the necessary construction locations, activities., and associated costs will be identified. and their impact to airport operations must be assessed. €) ustments are made to the proposed i n trLreti ors activities. often by phasing the pro' eet, and/or to airport operations to maintain operational safety. This planning effort t 1l l ultimately r -Ai l t in a pr Ject onstni tior1 a fet(CSPP).'and Phasing Plan The development of the PP .11 tales place through the following five steps: 1..1 Identify Affected Areas. The airport operator must determine the geographic areas on the airport affected by the construction pro )cet. Soiree* such as a runway extension, wfll be defined by the pro' ect. Others may be variable, such as the location f haul routes, and inateri al stockpiles. 1.2.2 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 an operations by construction activities can he 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 Approach Category (AAA and Airplane Design Group (ADG) f the airplanes that operate on each runway; the ADG and Taxiway Design Group (TDCj)l for cacti affected taxiway; de.signated approach visibility rniniITMI ts, ' Find Taxiway Design Group irnforration 1n AC 1 0. 300-1 ., ir'l) r't Des ;l. 1 /1 3.1�2017 ava i lab l e approach and departure procedures-, most demanding aircraft; declared distances; available air traffic ficontrol services; airport Surface Move� ent ruidanc and Control System M plan; and others. The applicable seasons, days and tinier for certain operations sliould also be identified as applicable. 1 �2.3 Allow for Temporary Chawzes to Operations. To the extent practical., current airport operations should be maintained during the c+ n structi on. In consultation f ith airport users, Aircraft Rescue and Fire Fighting (ARFF) personnel, and FAA Air Traffic Organization (ATO) personnel, the airport t operator should identify and prioritize the airport's most important operations. The construction actl*vities should be planned, through protect phasing- if necessary, to safely accommodate these operations. Wll en the construction activities cannot be adjusted to safely maintain current operations; regardless of their importance, then the operations rnus,t be revised accordingly, Allowable chanuZDes include temporary revisions to approach procedUres, restricting certain aircraft to specific runways and taxiways, suspension of certain operations, decreased weights for sonic aircraft due to shortened runways. and othcr changes. Are example of a table showing temporary operations ers-us current operations is shown in Appendix E. 1, .4 Tape Required Measures to Revise e Operations Once the level and type off; aircraft operation,,-,, to be maintained are identified, the airport operator nI LL t determine the nie-cau]'es I•eq U i red to safely cr n L[Ct the planned operations dUring the construction. These measures will result in associated casts, which can be broadly interpreted to include not only direct construction costs, but also loss of reventic from impacted operations. Analysis of costs may indicate a teed to reevaluate allowable changes to operations. As aircraft operations and allowable changes will vary widely ainong airports, this AC presents general guidance on those subjects. 1.2.5 Manage Safety Risk. The FAA is committed to incorporating proactive s-afety risk management l I) tools into i is decision -making processes. FAA Order 5200.11, FAA i17)0r1S (ARP) Management System (SMS), requires the FAA to conduct a Safety Assessment for certain triggering actions. Ccrtain airport prQjects may require the airport operator to provide a Project Proposal Summary to help the FAA determine whether a Safety Assessment is required prior to FAA approval of the CSPP. The airport rt operator must coordinate, with the appropriate FAA Air+pails I e.L,,xi nal or District Office early in the development of the CSPP to determine the need for a Safety Risk s 's'sm ent. If the FAA requires an assessment, the airport operator nisi st at a rmininium 1. Notify the appropriate FAA Airports Regional or District ffi ce duri my the prq+j ect "scope development" phase of any project requiring a CP P. .. Provide doctiments identified by the FAA as necessary to conduct SRM. I Participate in the SRM process for airp it projects. 4. Provide a representative to participate on the SRM panel. 1 /1 3.1�2017 . Ensure that all applicable SRM identified risks elements- are recorded and mitigated within the CSPP. L3 Develop a Construction Safety and Phasing Plan ' PP . Development f an effective P P will require familiarity wi th many other do trments referenced throughout this AC. See Appendix A for a list of related reading material. 1. .1 List I eq Ui rement . PP must be developed for each ors -airfield construction project funded by the Airport l in provernent Pro ra in (AIP) or located on an airport certificated under Part 139. For curl -airfield construction projects at Part 139 ai rp ils funded without A I P funds, the Prep�rrati on of a CSPP represents an acceptic-ible method the certific.,C-[te holder may use to meet Part 139 requirements during airfield construction activity. s per FAA Order 5200.11, projects that require Safety Assessments 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 �rir 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 afety Assessment and a CSPP. The CSPP is subject to subsequent review and approval Linder the FAA's Safety Risk Management procedures (see paragraph 1d2.5). 13.2 Prepare a Safety Plan Comoliance Document ( P D). The Safety Plan Compl1ance Document PCD) deta1 is how the contractor wit l compl with the CSPP. Also., it will not be p 6ssi ble to determine al l safety plan det-rill (for example specific: hazard equipment and lighting, c ontractorl s points of contact, construction equipment heights) during the development of the CPP. The successful contractor must clef lne such details by preparing are SPCD that the airport operator reviews for approval prior to issuance of a notice -to -proceed. The SPCD i s a subset of the a PP, similar to how a shop drwin re iew i s a subset to the technical specifications, 1.3.3 Assume ResvonsIN'litv 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 ProP �e differences to provisions already addressed in the CPP. 1.4 Who Is Responsible for Safety During Construction9 l .4. l Establish a -HfOty 'LLlture,. Everyone has a role in operational safety on airports during construction- the airport operator, the airport's consultants, the construction contractor and subcontractors, ai rport users, ai rport tenants, A R FF person nel, A i r Traffi e person reel, i n e I udi rig Technical Operations personnel, FAA Airports Division personnel, and others, such a r lilit r r r�r� l at ire air ort supp rtin ]Military operations (. . nat'onal uard or a joint use facility). lase communication and coordination between all affected parties is the key to maintaining safe operations. Such communication and coordination should start at the project scoping ineeting and continue through the completion ofthe project. The airport operator and contractor should conduct o n s i to safety inspections throughout the project and immediately rernedy any deficiencies. whether caused by negligence, r i uht, r prof t scope change, 1.4. Assess Airport p rat r' �s Responsibilities. An airport operator has overal l r spc ns] bi I ity for al l a tl vit1es- on an airport, l lac l udin construction. This includes the pred esi n, design, precon traction} construction, and inspection phases. Additional information are the responsibilities listed below can he found throughout this AC., The airport operator must: 1-4 1 /1 3.1�2017 1.4...1 Develop a CSPP that complies with the safety guidelines of Chapter 2, Construction Safety and Pha inr Plans, and Chapter 3, Guidelines for Friting a C S PP. The airport operator ma y develop the C S PP i"nte maIty or have a consultant develop the CSPP for approval by the airport operator+ For tenant sponsored projects, approve a CPP developed by the tenant or its Consultant. 1.4.2.2 eq ui r , review and approve the SPCD by the contractor that indicates how it will comply i th the P F and provides details that cannot bv, det miined before contract award. 1.4.2.3 on one �l pr constr'LICtion. meeting with the con truction. contractor, c nsLrl tarp t., airport employees and, i f ap ropriat e, tenant sponsor and other tenants to review and discuss project safety before beginning onstruction activity. The appropriate FAA representatives should be invited to attend the meetincF. See AC 15 0/ 370-1 a Quality Allaii agenz en I, )- R?c-?l-61Ily Funded A i r t•t Coiistructioii Prgje ts, N o to "F A A '} re fe rs to th e A i rp o rt Regional r District t Office, the Ali-- Traffic�� ��r�i�(rti n., Flight Standards Service, and other offices that support airport operati n.s, flight re u l atian s, and constructs ors/environmental policies.) 1.4.2.4 Ensure contact information is- accurate for each representative/point of contact identified in the PP and SPCD. 1.4.2.5 Hold weekly or, if necessary, daily safety meetings with all affected parties to coordinate activities. 1.4.2.6 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 meet'ing for rev i e and discuss ton if accessary. 1.4...7 Ensure construction personnel no applicable airport procedures and changes to those procedures that may affect their work. 1.4.2.8 Ensure that all temporary construction sighs are located per the scheduled list for each phase of the prQj e t. 1.4.2.9 Ensure construction contractors and subcontractors undergo training required by the CSPP and SPCD. 1. .110 Ensure chic l and pedestrian operations addressed in the CSPP and P f D are coordinated with airport tenants, the airport traffic control tower (ATCT), and on tru do ii contractors. 1 A. . 11 At certificated airports, ensure each CSPP and SPCD is consistent with ]part 139. 1 /1 3.1�2017 1.4.2.12 Conduct inspections sufficiently ficientl 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. 1.4.2.13 Tale iminediate action to resolve safety deficiencies. 1.4.2.14 At airports subject to 49 CFRPart 1542, A frpm-t -,-c ui-iN, ens -tire construction access complies with the security requirements of that regulation. 1.4.1 15 Nott"fyappropriate parties when conditions exist that invoke provisions of the PP and SPCD (for example, implementation of low -visibility operations). 1.4.2.16 Ensure prompt submittal of a Notice of Proposed Construction or Alteration Form 7460-1 for conducting are aeronautical study of p tential obstructions such as tall eqUipment ( cranes, concrete purrps, other), stock piles, and haul r0Uites. A separate f rra may be filed led for each potential obstruction, or one. fog may be filed describing the entire construction area and maximum equipment he i aht. In the latter case, a separate form nnust be filed for any object beyond or higher than the originally evaluated area/height. The FAA encourages online submittal of forms for expediency at littp �//o craa,faa, /oeaaa.,� t rnal/�poi-tal,j p, The appropriate FAA Airports Regional or District f`f ice can provide assistance in determining which objects require an a r nariti cal study. 1.4.2.17 Ensure prompt transi-ni sion off, the Airport Sponsor Strategic Event Submission., FAA Form 000- 6, located at https, ocaaa.f,-ia.gov.,/ocaaa/extemal/content/AIRPORT SPONSOR STR TE I _E E T_ UB MI I T_F II I . pdf`, to assure proper co r ination for 1 Strategic Interruption n per Service Level Agreement with ATO. 1.4.2.18 Promptly notiffy the FAA Airports Regional or District Office of an proposed changes to the P P prior to implementation of the change, Changes to the CSPP req Ui re review and approval by the airport operator r and the FAA. The FAA Airports Regional or District office witl determine if further coordination within the FAA is needed. Coordinate with appropriate local and other federal government agencies, such as Environmental Protection Agency (EPA), Occupational Safety and Health dr-lini�tration (OSHA), Transportation SeCLI-rity Administration T , and thv, state environmental agency. 1,43 Define orlstiTLrct i onContractor's Responsibilities. The contractors is responsible for complying with the CSPP and SPCD. The contractor Must: 1 /1 3.1�2017 1.4. . l Submit a Safety Flag Compliance Document (SPCD) to the airport operator describing how it ]II comply with the requirements of the C SPP and supply any details that could not b determined before contract award. The SPCD must 'Include a certification statement by the contractor, 4 indicating an understanding of the operational safety regUireine its of the PP �rnd the assertion of compliance with the approved CSPP �rnd SPCD unless written approval is granted by the airport operator. Any constrrL»ti on 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 SPP and SPCD and re -coordination with the airport operator and the FAA in. advance. 1.4.3.2 Have available at all dimes cop4. ies of the CSPP and SPCD for reference by the airport operator and its representatives, and by subcontractorsan contractor eilriployees, 1.4.3.3 Ensure that construction Personnel are familiar with afet Procedures and d regulations on the airport, Provide Point of Contact who will coordinate an immediate response to correct any construction -related activity that mayadversely affect the operational safety f the airport. Many projects will require 4-hour coverage. 1.4.3.4 Identify in the SPCD the contractor's on -site employees -responsible for monitoring ompl ian with the ' P P and SPCD during construction. At least one ofthese employees must be on -site when active construction is taking place. 1.4.3.5 ondu t suffj «nt inspections to ensure construction personnel comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards, 1.4.3.6 Restrict movement of construction vehicles and personnel to permitted construction areas by flagging., barricading, erecting temporary fencing, or providing coy+ts., as appropriate, and as specified in the P P and SPCD. 1,4 f 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. 1.4.3). 8 Ensure prompt submittal through the airport operator of Form 7460- l for the p Urpose o F conducting an aeronautica l StUdy o f contractor eq uIpment such as tall equipment (cranes. concrete pumps, and other equipment), stop piles.., and haul routes when different from cases previously filed b the airport operator. The FAA encourages online submittal of forms for expediency at fittps+// aaa.faa. ov/ eaaa.� t rnal/�poi-talf'IS P, 1-7 1 /1 3.1�2017 1.4.3.9 Ensure that all Necessary safety mitigations are Understood by all patties I nvolved, and any special requirements of each construction phase will be fulfilled per the approved timeframe. 1.4.3.10 Participate in pre -construction meetings to review o n truction limits, safety mitigations, NOTAMs, and understand all special airport operational reeds during each please of the project. l ,4.4 Define Tenant's Responsibilities. If planning construction activities on ]eased property, Airport tenants, such as airline operators, fixed base operators, and FAA T /Tochnica l Operations sponsoring construction are strongly encouraged to: 1 i Develop,, or have a consultant develop, a project specific CSPP and submi.t it to the airport operator. The airport operator mar forgo a complete CPP submittal and instead incorporate appropriate operational safety principles and MMLL.res addressed its the advisory circular within their tenant lease �i reemen ts. i In coordination with its contractor, develop an SPCD and submit it to the airport operator for approval i ssu d pri or to i ssuan e of a N of l ce to T r eed+ . Ensure that construction personnel are familiar with safety procedures and rc u l ation s an the airport during all phases of the construction. 4. Provide a point of cant wt ofwho will coordinate are iini-nediate response to correct anyconstruction-related sictivity that may adversely affect the operational safety of the airport. 5. Identify in the SPCD the contractor's ors -site employees responsible for monitoring compliance with the CSPP and SPCD during construction, At least one of these employeesmoist be on -site when active con stru ti on is taking place, i Ensure that no tenant or contractor employees, employees ofsubcontractors or suppliers, or any other persons enter any part of the AOA from the construction site unless Ll.thorized. 7. restrict movement of construction vehicles to construction areas by flagging and barricading, erecting temporary fencing, or prov i i rig escorts, as appropriate, as specified in the PP and IC I C. S. Ensure prompt submittal through the airport operator of Form 7460- l for conducting an aeronautical study of contractor equipment such as tall equipment (cranes, concrete pumps, other), stock piles, and haul routes. The FAA encourages on i ne subm1ttal of forms for ex ped*iency at htt fzz,;Hoeaaa.fazi. v/o ea aa /ex ternaI porta1.1 S P. . Participate 1n pre -construction meetings to review construction limits, safety et mitigations, NOTAMs, and understand all special airport operational needs during each phase of the prq ject. CHAPTER 2. CONSTRUCTION SAFETY AND PHASING PLANS 11 Overview. Aviation safety is the primary consideration at airports, especially during construction. The airport operators CSPP and the contractor's Safety Plan Compliance Document (S PC D) are the pri mart' too] s to ensure safety o ire pl i ance w fi erg coor di r at i rig construction activities with airport operations. These docurrients identify all aspects of the construction project that pose a potential safety hazard to �rirport operations and LItline respective mitigation procedures for each hazard. They must provide infon-nation necessary for the Airport Operations department to conduct airfield inspections and expeditiously identify and correct unsafe conditions during construction. All aviation safety provi *lon *Included *itli i n the prgject drawings', contract spec i i cati ns., and other related d currn en is r n ust also be reflected i n the CSPP and SPCD. 2.2 Assume Responsibility. Operational safety on the airport remains the airport operator's responsibility at all ti rues. The airport open+crt r i-rust develop, certify, and subi-nit for FAA approval each P P. It is the airport operator" s responsibility to apply the regUi rements 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 froin the project contractor. 2.3 Submit the CSPP. Construction Safety and Phasing Plans should be developed concurrently with the prq j ect design. Milestone ers'lons of the CSPP should be submitted for review and approval as follows. While these milestones are not mandatory, early submission F1*11 help to avoid delays. Submittals are preferred in 8.5 x 1 l inch or l 1 x 17 inch format for compatibility with the FAA's Obstruction Evaluation / Airport Airspace Analysis (OE / AAA) process. 23.1 Submit an utline/Draft. By the time approximately 25% to 3 0% of the project design is completed, the principal elements of the CSPP should he establ i slued. Airport operators are encouraged to suhlr1 it an outfine or draft, detaiffi'rr all CSPP provisions developed to date, to the FAA for review at this stage of the project design. The C S P P should be form.-I-r l l y submitted for FAA �r pr val when the prof ect design i s 80 percent to 90 percent 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. 2-1 1 /1 3.1�2017 ... ubrnit an SPCD. The contractor should su b nn it the SPCD to the airport operator for approval to be issued prior to the Notice to Proceed. . Submit CSPP Revisions. All revisions to a previously approved CSPP must be r -subm fitted to the FAA for review and -rppro val/di sappy oval cti On' ., .1 To the extent possible, the CSPP should address the following as outlined in Chal2ter 3, guidelines for Writing a CSPP. Detaiis that cannot be deterniind at this stage are to be included in the PCD. 1. rdination. a of Contractor progress meetings. b. Scope or schedule changes. o f FAA ATO coordi'nati'011. . Phasing. of Phase elements b. Construction safety drawings. i Areas and operations affected by the construction t-. Fity. . Identification of affected areas. b. Mitigation of effects. 4. Protection of navigation aids N I Ds . i Contractor access . Location of stockpiled construction materials. b. Vehicle and pedestrian operations. 6. Wi ldlife management, of Trash. b. Standing water. c. Tall grass and seeds. d. Poorly maintained fencing and gates. e. Di rup6on of existing wildlife habitat. 7. For i gii Object Debris F I) management. Hazardous materials H I I T management. . Notification of ccmn taic6on activitiesi. a. Maintenance of a list of responsible representatives/ points of contact. b. NTI+ c. Emergency notification procedUre . d. Coordination with ARFF Personnel. e. Notification to the FAA. 10. I nspecti on req ui rements, a. Daily l (art ore f regUellt) inspections. b. Final inspections. 1 l . Underground Litilitics. 12. Penalties. 13. Special conditions. 1 . Runway and taxiway visual aids. Marking, lighting. signs, and visual NAVAIDs. . General. b, Markings. c. Lighting and v i teal NAVAIDs. d. Signs* temporary, including orange construction signs, and permanent signs 15. Marking and signs, for access routes. 1. Hazard ii-iari ng and l i g,hting i . Purpose. b, Equipment. 17, Work zone lighting for nighttirne construction (if applicable). 18. Protection of runway and taxiway safety areas, object Tree areas* obstacle free once and approach, 'dcparture surfaces., a. Runway Safety Area Ili. b. Runway Object Free Area lF. c. Taxiway Safety Area T . Provide details for any adjustments to Taxiway Safety Area width to allow continued operation of smaller aircraft. See paragraph 2.22.3. d. Taxiway Object Free Area T F ). Provide details for any emitinued aircrafi operations while construction occurs- within the T F . See paragraph 2.22.4. of Obstacle Free Zone Fi h Runway approach/departure surfaces. 19. Other limitations on construction. a. Prohibitions. 1 /1 3.1�2017 h. Restrictions. 14.2 The Safety P l an Compl i ance Docurn ent PC D shOLL[d i tie] ude, a general statement by the construction contractor that lie/she has read and will abide by the CSPP. In addition the SPCD must include all supplemental information that could not he included in the ' PP prior to the contract award. The contractor statement should include the name of the contractors tli e title of the project CSPP. the approval date of the CSPP, and a refer -en ce to any supplemental i nfi-ran ati on that is, "1, (Marne of Conti -actor), have read the Title of Project) CSPP, approved on (Date), and will abide b it as written and with the following additions as noted-."'). The S- Upplement l information its the SPCD shOUld he written to match the format of the CSPP indicating each subject by corresponding ' PP subject number and title. Ifno supplemental information is necessary for any specific subject, the staternent, "No suppleniental information," should be written after the corresponding SUbj ect title. The SPCD should not dLrpl ] CatC information in the 'PP-, 1. Coordination. Discuss details of proposed safety meetings with the airport operator and with contractor emplovees and subcontractors. . Phasing. D i c u proposed construction schedule elements., inC l uding, of Duration of each phase. b. Daily start and finish sh of constructi n, including "night only' construction. c f Duration of construction activ it i e during: i. Non-nal rLinway operations. ii. Closed runway operations. iii* Modified runway "'Aircraft Reference Cade"' usage. i 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 PC D+ 4. protection of NAVAIDs. Discuss specific methods proposed to protect operating NAVAIDs. . Contractor access. . Provide the following: of beta L is on how the contractor will maintain the integrity of the airport security fence (gate guards, daily tog of construction personnel, and other). b. Listing of individuals requiring driver training for certificated airports and as requested). c. Radio communications. 1. Types of radios and backup capabilities. ii, Who Fill he monitoring l'��c�i s+ iii. Who to contact if the ATCT cannot reach the contractor's designated person by radio. -4 d. Details on how the contractor will escort material delivery vehicles. i Wildlife management. Discuss the following: a. Methods and procedures to prevent wildlife attraction. h. Wildlife reporting procedures. 7. Foreign Object Debris (FOD) management. Discuss equipment and methods for control of F D, including construction debris and dust. 8. Hazardous u Materials H 1 T mana enient# DiSCUSS equipment and methods for responding to hazardous spills. . Notification of construction activities. Provide the follo in : a. Contractor points of contact. h. Contractor emergency contact. Li,,-aing of tall or other reque�ted equipment proposed for use on the airport are the timeframe for submitting 7460-1 forms not previous.,ly stibmitted by the airport. operator. d. Batch plant details, including 74 -1 submittal. 10. In pe ti on requirements. Di sc Liss dai I or more frequent inspections and specs a I inspection procedures. 11. U nd r ]• Und utilities, DiSCLLSs proposed inethods of identifying and protecting underground trti li ti e . 12. Penalties. Penalties should he identified in the CSPP and should not require an entry in the SPCD. 13. Special conditions. Discuss proposed atr bons for each special condition identified in the CSPP. 14. Runway a and taxiway visual aids, Including marking, lighting, signs, and visual NAVAID.s. DiSCLUSS' proposed visual aids inclUding the following: a. Equipment and methods for covering signage and airfield lights. h. Egui pin nt and inethods for temporary c I osure mark i n s paint, fah +i c, tither). c. Temporary orange construction S L.ns. d. Type.s of temporary Visual Guidance SlopeIndicators (VGSI). 15. Marking and signs for access routes. Discuss scus proposed methods of demarcating access routes for veliicle drivers. 16. Hazard marking and lighting. Discuss proposed equipment and methods for identifying excavation areas. 17. Work zone lighting for nighttin-ie construction if applicable), Discuss cu proposed equipment, locations, ai ruin , and shiNding to prevon t intorference with air traffic control and aircraft operations. 1 /1 3.1�2017 18. Protection of runway and taxiway safetysafeLy areas, object free areas, obstacle free ee roc , and approach/dcp rture surfaces. Discuss proposed methods of id ntjf inn, demarcatin , and protecting airport surfaces including: a. Equipment and in thuds for ni-,aint-,aining Taxiway Safety Area standards'. h. Equipment and methods to ensure the safe passage of aircraft where Taxiway Safety Area or Taxiway b' t Free r a standards cannot be maintained. c. Egwprnent and nneth ds for separation ofconstruction operations froni aircra rt operations, including details of b rr"iade . 19. Other 1ii-citations on construction should be identified in the PP and should not req ui r v, are vntry in the SPCD. 15 Coordination., Airport perat r , or tenants responsible for design, bidding and conducting construction on their leased properties, should enSWIV, Ott all project developmental stages, such s pred s i n, prebi d, and preconstruction c n f eren e , they e ptUre the subject of airport operational safety during construction (see AC 1 0/ 370-1 , allti, F�dci- 1Iir Fzindod A if poi-t Constiziction Pf-We . is). I n addit ion, the following should be coordinated as required; Operational safety should be a standing agenda item for discussion during progress 1-neetIlIgS thr LIghOUt the project developmental stages. 2.5.2 Scope or Schedule Changes. Changes its the scope or duration at any of the project stages may require revisions to the CSPP and review and approval by the airport operator and the FAA (see paragraph 1.4.2.17). 2.5.3 FAA ATO Coordination. Early coordination with FAA ATO is highly recommended durincr the design phase and is required for scli duli*ng Technical Operations shutdowns prior to construction. Coordination is critical to re tart f NAVAID services and to the establishment of an special procedures for the moo ernent of aircraft. Formal agreements between the airport operator and appropriate FAA off ices are recommended. All relocation or adjustments to NAVAIDs. or changes to final grades in critical areas, should he coordinated with FAA ATO and may require an FAA fl i lit inspection prior to restarting the facility. Flightinspections in u t be coordinated and scheduled well in advance of; the 'Intended facility restail. Flight inspections shay require a r i rnbursabl e agreeiiient between the airport operator and FAA ATO. Relmbur.ss;Able agreements should be coordi ntltvd rain i m urn of 12 months prior to the start of construction. (See paragraph 2.1-3. . 3. for required FAA notification regarding FAA -owned IDs. 1 /1 3.1�2017 2.6 Phasing* Once 1t has been determined what types and levels of airport operations will he maintained, the most efficient sequence of construction may not be feasible. In this case; the sequence of construction May be phased to gaill 1Tra iinuin efficiency while allowing for the required operations. The elopment of the res."LLIting construction phases should he 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 he reflected in the contract drains and specifications. ., .1 phase Elements. For each phase the CSPP should detail; Areas closed to aircraft operati ils. 0 Duration of closures. 0 Taxi routes -rn /or areas of reduced TSA and TOFA to reflect reduced ADG use. 0 ARFF access routes. Construction staging,, disposal, and c l canout areas. Construction access and haul routes. # Impacts to NAVAIDs. 0 Lighting, marking, and signing changes. 0 Available runway length rind/or reduced RSA and ROFA to reflect reduced ADG 11se. 0 Declared dit�rn if applicable). 0 Required hazard marring, 1' ghtj' ng., and sign'jrn . Work zonc lighting for nighttime construction (if applicable). Lead times for required notifications. 16.2 Construction Safety Drawin s. Draw i rigs spec ifi al I y i rid i anti n operati oval safety procedures are d in thods in affected areas 0,e.. onstru ti n safety drawings) sbe developed for each construction phase. Such drawings- should be i n el Lrded in the CP P a referenced attach en is and should also he included in the contract drawing package. .7 Areas and Operations Affected by Construction cti it . RUnways, and taxiways shOUld remain In LU,.-,e by aircraft to the i-ni i-nuin extent Possible without compromising safety. Pre-i-nee1 i n s with the FAA ATO will support operational simulations. See Appendix E for an example of a table showing temporary operations versus current operations. The tables in Appendix E can be useful for coordination arnon g all interested parties, i roc l udi ng FAA U ryes of Bus i n ss -7 1 /1 3.1�2017 ..7.1 Identification of Affiected Areas. Identifying areas and operations affected by the construction helps to determine poss ible safety problerns. The affected areas should be identified in the construction safety drawings for each con tr U t i n phase. (See paragraph + . .) Of particular concern ai*v, . 7.1.1 Closing, or Partial Closing, of Runways, Taxiways and Aprons, and Displaced Thresholds* When a runway is partially closed, a portion of the pavement is unav citable for anv aircraft operation, meaning taxiing, landing, or takeoff 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 normally available for tale -cif f in the direction of the displacement and for landing and takeoff in the opposite direction. Misunderstanding this difference, may result in issuance of an inaccurate IOTA M., and can lead to a hazardous condition. . 7.1.1.1 Partialiv Closed Runways. The ternp rari l y closed portio n of a parti al l y el used runway w i I general 1 extend fi+ ni the threshold to a taxiway that may e used for enteri nu and exiting the rLinwa , if the closed p r+titan extends to a point between taxiways, pilots will have to hack -taxi on the runway, which is an undesirable operation. See Figure -1 for a desirable configuration. ..7.1.1.. Displaced Thresholds. S*Ince the portion of the runway pavement between the permanent threshold and a standard displaced threshold is available for takeoff and for landing in the opposite direction, the temporary i spl ace ed threshold need not be located at an entrance/exit taxiway. See Figure - . .7.1.2 Closing of aircraft rescue and fire fighting aces, routes. 2.7.1.3 Closing of access routes -used by airport and airline support vehicles. .7.1.4 Interruption of utilities, *Including water suppl*Jes for fire I i hti ng. 2.7.1.5 Approach/departure surfaces affected by heights of o� j eels. .7.1.E Construction areas, storage areas, and access routes neat runways, taxiways, aprons, or hellpads. 1 /1 3.1�2017 Figure -1. Temporary Partially 'to ed Runway CHANGE LENSES —, AS NECESSARY tik OBLITERATE AIMING — POINT MARKING � COVER DISTANCE REMAINING SIGN � IN THIS DIRECTION INSTALL SIGN AT BOTH ENDS OF THE R U N WAY (OPT IONAL) 1H 09.�'g 3 10VI I VAV Nmj ziHoEi>Ivl ?, Amj 5 — OBLITERATE TAXIWAY � CENTERLINE MARKINGS �f k TO CLOSED AREAS � J f USEIDEOLARED DISTANCES TO PROVIDE RSA AND CLEAR }APPROACH AND DEPARTURE SURFACE — INSTALL TEMPORARY {j RU NVVAY DESIGNATION AND THRESHOLD EAR l INSTALL TEMPORARY RUNWAY f' T H RE HOLID ENU - i LIGHTING I DISTAL L TE hll P RARY r r r f k f k TAX I�'VAY CLOSED MARKING — INSTALL TEMPORARY R E I L BLAS T F ENC E TO PR07EC T (OPTIONAL) QC)NSTRUQTION ZONE iMAY BE REQUIRED). IF BLAST '� — OBLITERATE ti FENCE IS NOT UCEO, INSTILL TOUCHDOWN LOW PROFILE BARRI(,ADES �, ZONE MARKING , — INSTALL TEMPORARY —LOW PROFILE BARRICADES CHEVRON$ }:KITH FLASHERS SEE NOTE 1 OBLITERATE RUNWAY DESIGNATION AND CENTERLINE MARKINGS DISQQNNECT!C,0VER TAXIINAY DIRECTION . . SIGNS ti } • ,tir ti� f f ff DISCONNECTrCOVER f' f TAXIWAY DIRECTION SIGN :' f, � ell f.. r f — CONSTRUCT ION AREA DI CONNE CT L 10 HT (TYPICAL) OBLITERATE THRESHOLD —f MARKINGS RUNWAY SAFETY AREA E X T ENID REQU`IREID DISTANCE PRIOR TO THRESHOLD NOTES: 1. PLACE LOW PROFILE BARRICADES AT ALL ACCESS POINTS TO CLOSED SECTION OF RUNWAY. 2, THIS FI GURIE IS A HEMATI REPRESENTATION AND NOT INTENDED FOR INSP ECT ION PU RPOS ES. R EF E R TO THE APPLICABLE ACs FOR GUIDANCE_ 3. THIS FIGURE DEPICTS A TYPICAL TEMPORARY PARTIALLY ULOSED RUNWAY. THE ACTUAL TEMPORARY MEASURES WILL VARY PER EACH SPECIFIC SITUATION, 4. DISCONNECT.COVER LIGHTS IN CLOSED AREA. 5. OURING CONSTRUCTION VAGI ANO PAPI SY TEMS SHOULD BE TAKEN OUT OF S ERVIO E_ 1 /1 3.1�2017 Figure - * Temporary Displaced Threshold NOTES' 1. THIS FIGURE IS A -3CHErv1ATIC REPRESENTATION AND NOT INTENDED FOR INSPECTION PURPOSES REFER TO THE APPLICABLE ACs FOR GUIDANCE. 2, THIS FI URE CAP ICTS A TYPICAL TEMPORARY 01 PLACED THR E SHOLID T H E AC T UAL TE MPORAR Y MEA LI RES WILL VARY PER EACH SPECIFIC 17 UATI ON 3. DLJRINC C,QNSTRUCTION VASI AND PAPI 9YSTI=M,9 SHOULD BE TAKEN OUT OF SERVICE. INSTALL TEMPORARY REIL (0PTIONAL) 4 k k — ORLITE RATE TOUCHDOWN ZGNE AN D CE N T E RLINE MARKING USE DECLARED D I TAN E TO PROVIDE FAA AND CLEAR APPROACH DEPARTURE SUR FACE RUNWAY SAFETY AREA EXTENDS REQUIRED DISTANOE PRIOR TO THRESHOLD IN -STALL RED. RED LIGHTS i 1 - 7N TRU TIUN AF EA — BLAST FENCE UT I D E f TGFA TO PROTECT CONSTRUCT ICiN ZONE (NI AY BE IRE-QUIRED) Dote: See paragraph .1 ... . IT TO SCALE 1 /1 3.1�2017 .. 7.. ]Mitigation of Effects. Establishment of specific procedures is necessary to maintain the safety and efficiency of airport operations. The CSPP must address: 17.11 Temporary changes to runway and/or taxi operations. 2.7.2.2 Detours for ARFF and other airport vehicles. 2.7.2.3 Maintenance of essential utilities. 2.7.2.4 Ternpont-:try charges to air traffic control procedures. SLLCII changes must be coordinated with the ATO. 18 Navi'gafion Aid NAV l D Protectiorl. Before cornmencing construction activity, parking vehicles, or storing core tri.101 111 equipment and materials mar a N AV A I D, coordinate with the appropriate FAA T a/Technical Operations office to evaluate the effect ect of construction activity and the required distance and direction from the NAVAID.(See paragraph 2.13.5.3. Construction activities, materials,/equipment storage, and vehicle parkin near electronic %I fps require special consideration since they may interfere with signals essential to air nav[gat ion, If are y N AVA I D may be affected, the C S PP and S K' D i-nut show an understanding of the utcritical area" associated with each NAVAID and describe how it ill he protected. Where applicable, the operational critical areas of INAVAIDs should be Graphically delineated on the pr Ject drawings. pay particular attention to stockpiling nnaterial , as welt as to movement and parking of equipment that may interfere with line of sight from the ATCT or with electronic einissions. Interference from construction equipment and activities may FeqUffe N A VA I D Sh ut own or a j ustment of in trurn ent approach rninirnuras for lour visibility operations. This condition requires that a NOTAM be filed (.see paragraph ..1 . ). Construction activities and materials/equipment storage meat- a NAVAID gust not obstruct access to the equ i prncnt and instruments for maintenance. Submittal of a 74 0-1 form is required for construction vehicles operating near FAA NAVAIDs. See parauraph2.13.5.3.) 2.9 Contractor Access. The CSPP mast detail the areas to which the contractor must have access, and explain how contractor personnel will access those areas. Specifically -address+ 19.1 Location of Stockpiled Construction Materials. Stockpiled materials and equipment storage are not permitted within the RSA and OF , and if possible, should not be permitted within the Object Free r �r F of an operational runway. Stockpiling material in the OFA regU i res submittal of a 74 ! 1 form and Ju sti f ication provided to the appropriate FAA A irports Regional ional or DI strict Office for approval. The airport operator must erasure that stockpiled materials and equipment ad' acent to these areas arc p roar i nentl marled and 1 i ght d duri ii h ours of restr,ic�tedvisibility r darkness.(Seeararaph , I This i r�c�lue eter�Trir�in and -11 1 /1 3.1�2017 verifying that materials are stabilized and stared at an approved location so as not to he a hazard to aircraft operations and to prevent attraction of wildlife and foreign object dama cre from b lowing or tracktracke d mat ria1. See paragraphs 2.10 and 2.11. 19.2 Yehicle and Pedestrian 02crations. The CSPP should 'Include specific veli'lcle and pedestrian requirements. Vehicle and pedestrian access routes for airport construction projects Trust be controlled to prevent inadvertent or unauthorized entry ofp r sions4 vehicles, or animal onto the AOA. The airport operator should coordinate requ i rernents for vehicle operation %v ith airport tenants, contractors, and the FAA air traffic manager. In regard to vehicle and pedestrian operations, the CSPP should include the following, with associated training requirements: 2.9.2.1 on tru cti n Site Parking. Designate ire ad ne � 11i 1 arkin area forcontractor employees t prevent any unauthorized entry of persons or vehicles, onto the AOX. These areas should provide reasonable contractor employee access to the job site. 2.9.2.2 Construction Equipment ent Par kin,,,Y,,. 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 r taxiway. Unless a complex setup proce&]'e makes movernent of specialized eqUipnuamt infeasible, '111activQ equipment must not he parked on a closed taxiway r ri-inwa . If it is necessary to leave specialized equipment on a closed taxiway or runway at night, the equipment must he well lighted. Employees should also park construction vehicles outside the OFA when not in use by construct'1011 personnel (for example, overnight, on weekends, or during other periods when construction is not active). Parking areas must not b trL[Ct the clear line of s i ht by the ATCT to any taxiways or I-UnwayS Linder air traffic control nor obstruct any runway visual aids signs, or navigation acids. The FAA must also study those areas to determine effects oil airport design criteria, surfaces estahl i shed by 14 CFTC Part 77, Safe, Eff is i rat Use, and Preservation of the Navigable Airspace (Dart 77), and on NAVAIDs and In try ment Approach Procedures (IAP), See paragraph 2.13,1 for further{ infomiatiOn. . . . 3 Access and Haul loads. Determine the construction contraetorl s access to the construction on sites and haul roads. Do not pennit the construction contractor to use any access or haul roads other than those approved. Access routes used by contractor veh icl s must he clearly marled to prevent inadvertent entry to areas open to airport operations. Pay sip c ial attention to enksure that if con strueti on tr,af fi e is to share or crosis, any R F F rOcrteS that A R F F right of way is not impeded at any time, and that construction traffic on hate l roads does not interfere with I IDs- or approach surfaces of operational runways. Address whether access gates will he blocked or Inoperative or if a rally point will he blocked or inaccessible. 2.9.2.4 Marking and lighting of vehicles in accordance with AC 1 / .1 - a ainIin�q, Marki ., , an d Lightifi g . ehicles Used o n a n A h-po ri. 2.9.2.5 Description of proper vehicle operations on various areas under normal, lost communications, and emergency conditions. 19.16 Required escorts. 2.9.2.7 Training Requirements for Vehicle Drivers to Ensure Compliance with the Airport Operator's ator' Vehicle Mules and Regulations. Specific training should be provided to vehicle operators. including din those prof i i rig escorts. See 1 / 1 - 0, roan iclL� O)-tions on h-j)o ,ts. for information n training and records mai ntenanC regUi rernents. 19.18 Situational Awareness* Vehicle drivers must confirm by personal observation that no aircraft i approachincr their position (either in the air or on the ground) when givcn clearance to cross a runway, to i Fav, or any other area open to airport operations. In addition, it i s the responsibility of the escort vehicle driver to Veri fy the movern ent/position of al l escorted v h i c I es, at (,in y given ti lne, t non -towered airports, all aircraft mov ernents and flight operations- rely on aircraft operators to self -report their positions and intention.. However, there is no requirement for an aircraft to have radio communications. Because ai rc raft do not always broadcast their positions or i «tent ions. visual checking, radio monitoring, and situational awareness of the urroun inu� i critical t safety, 2.9.2.9 Two -Way Radio Communication Procedures. 2.9.2.9,1 General. The airport operator must ensure that tenant and construction contractor 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 person it el must understand the critical 'importance of maintaining radio contact, a� directed by the airport operator, wit1h: I. Airport operations f ATCT . Common Traffic Advisory Frequency 'T F , which may include U-NICOM, MULTICOM. 4, A ut mastic Terminal Information Service (ATIS). This frequency is useful for i1rionitoring conditions on the airport. Local air traffic is will broadcast information regarding construction related runway Cl sul+es and ri4shorte n ed" runways on the ATIS frequency. 2.9.2.9.2 Areas Requiring Two -Way radio CommUnication with the ATCT. Vehicular traffic crossing active movement areas must be controlled either by two-way radi o with th e ATCT, esco rt, fl ag irian, s i gn a] I i ht, or other rnean s appropriate for the pail icul ar ai rpoll. 2.9.2.9.3 Frea uen i s to be Used. The airport operator will specify the free u n i s to be Used by th 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 compliancc with Federal omn-iunications Commission requirements. At airports with an TC T. th e ai rport operator wi l 1 spec i fir the freq uency ass i fined by the X T to be used between contractor vehicles andthe ATCT, 2.9.2.9.4 proper radio usage, including read back requirements. 2.9.2.9,5 Proper phraseology, including the International Phonetic Alphabet{ 2.9.2.9.E Light Gun Signals. Even though radio communication is maintained, escort vehicle drivers must also familiarize thernselves with ATCT light guru signals in the evert of radio failure. See the FAA safety placard "Ground hi l r uid to Airport Signs and Markings." This .safety placard may be downloaded through the Fun av Safety Program Web site at http://www.faa.gov/air])orts/runway_saf t /'publ icati ores/ (see "'iris Markings Vehicle Dashboard ti kef) or obtained from the FAA Airports Regional Office, 2.9.2.10 Maintenance of the secured area of the airport, including: 2.9.2.10.1 Fencing and Gates, Airport perat rs and contractors must take care to maintain security during C01I tru t i on when access points, are created in the.SeCUFity fencing to permit the passage of con trU tion 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 r vehicle, The Department of Transportation (DOT) dog men t D T/ F / F - -14 0015 2 R ecom ni ei i ded Secui-iti! G ui(lelin esfi) r A ii-I)o rt Pla n n ing an d onsti,tiction, provides more specific inforina.tion on fencing. A copy of this document can he obtained from the Airport Consultants Council, i rports Council International, or rneriean Association of Airport Executives. 2.9.2.10.2 Bad Requirement. Airports Llbj eet to 49 CFRP-rrt 1542, lti rt ,5ecu Il ter, nI LL t meet .standards for access control, 1, v ernent of grOLInd veh i e l e , and identification of construction contractor and tenant personnel. 110 Wildlife Management. The CSPP and SPCD must he in accordance w l'th the airport o erator" � wildlife hazard management plan, if applicable. Sec AC 150/ 00-3 , ai-dous Wil l� � Attract is On o r New- A ii poi -ts, and Cert Iert 9 8 -0 5, i-as ses A ttract i ve to Hazai -do us 1 it li c. 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 wl' ldl i fe hazard on i rP rt , S Lich as: 2.10.1 Trash. Food scraps must be collected from construction personnel activity. f 10,2_ tandl'rig Water. 2+10.3 Tall Grass and Seeds. > eq Ui reinents for turf estab l i shinent can he 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 u'dance i « 1 0/ 7 -1 ,Standards. Ib i' Spec�lj?ing Co i is i i-u criro n 'A bp wiis, Item T-901., Seeding., Contact the local office of the United Sates Department of Agriculture i 1 Con servat ion S ervi ce or th e State LJnIvers Ity AgrICUl Wra1 Ex tent si on Servi Ce (CountyAgent or equivalent) for assistance and recommendations. These agencies can also provide liming and fertilizer recommendations. .1 .4 Poorly Maintained Fencing and 'ates, cc paragraph ...1.1. ..10.5 Disruption of Existinm Wildlife Habitat. While this will frequently he unavoidable due to the Mature of the project, the CSPP should specify under what circumstances (location, F i 1 df i fe type) contractor personnel h LLI iirnirre *Iately notify the airport operator of wildhife fii htin . !1 5 2.11 Foreign Obdject Debris (FOIE) Management. Waste and loose materials, commonly referred to as F D, are capable of causing daniage to aircraft landino gears, propellers, an d j t en ui nes. Construcdon contractors must not leave or place FOD on or near active aircraft movement areas. Materials capable of cre-,C'iting FOD inust be continUOLL.S'ly removed during the Construct ion project., Fencing (other than security fencing) or covers may he necessary to contain material that can he carried by wind into areas where aircraft operate. See AC 1 0/ 10- 4, Foreikii 0�ieei Debris (FOD) Mm7qgeincnt. 11 Hazardous Materials (H M T Management. Contractors operating construction vehicles and equipment on the airport must he prepared to peditiou ty contain and clean-up spilts resulting fronn fuel or hydraulic fluid leaks{ Transport and handling of other hazardous materials on an airport also requires special procedures. See AC 1 r1; -1 , Uanc�gerneat h-posit Industr1al Waste. . 2.13 Notification of Construction Activities, The CSPP and SPCD must detail procedures for the immediate notification of airport users rind the FAA of are conditions -c-idversely affecting the operational oral aft f the airport. It must address the notification actions described below, as applicable. 2,111 L i r,.,,t of Responsible Representatives/pointS of contact for all Involved parties* and procedures for contacting each of then, including after hours. 2.13,2 NOTAMs. Only the airport operator ma.v initiate or cancel NOTAMs on anport conditions, and i the only entity that can close or open a runway. The airport operator must coordinate the issuance, maintenance, and cancellation of NOTAMs about airport coedit ions resulting from construction activities i+th tenants and the local air tr-affic facility (control tower, approach control, or air traffic control center), and must either eater the NOTAM 'into NOTAM Manager, or provide information on closed or hazardous conditions on airport t movement areas to the FAA Flight Service Station F so it can issue a N T M. The airport operator must file l and maintain a list of authorized representatives with the FSS. Defer to A C 15 0 15 2 0 0 - 2 8, NoIice� i o A irnien NO T4Vs), fbii A irp oi-,t Opet-ators, for a sample NOTAM form. Only the FAA may issue or cancel NOTAMs on shutdown or irregular operation of F wned facilities, Any person having reason to believe that a NOTAM I's ini ssi n , incomplete, or i naCCUrat 1-nust notify the airport operator. r. e paragraph 2.7.1.1 about i SsLl] ng N OTAM s for partial ly c l sed runways Frei+ Lis run�va . with displaced thresholds. .. l -3. 3 Emergency notification procedures for medical, fire f gh tin , and police response. 113.4 ordination with ARFF. The CSPP must detail procedures for coordinatingr through the airport sponsor with I FF personnel, mutual aid providers, and other emergency services if construction requires: 1. The deactivation and subsequent reactivation of eater lines or fire hydrants, or i The rerouting, blocking and restoration of emergency access routes, or � . The use oChazardous materials on the airfield. 113.5 Notification to the FAA. ..13).5.1 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 parking areas for this equipment Le., cranes, graders, other equipment) on airports. FAA Form 74 -1, ;Votice o f Proposed Construction or 4 Iteration, can be used for this pUrPOSe and submitted to the appropriate FAA Airpoi-tse i ryal or District Office. See Appendix A to download the form. Further guidance is available on the FAA web site at oca a. faa. Q oov. i 13� . Part 157+ With some exceptions, Title 14 CFR Fart 157, Yoticc qfConstruction, Itera do n, A ai vati n, an d Dena eti vats n of-4 i rpo rts, requires that the airport operator notif the FAA in writing, whenever a non -Federally funded project 'Involves the nstr Uti On of a n w dci irp r't; the construction, rea- ] i re inn, al t ri n g, act i prat i n , or abandoning of a runway., l anding .sty+ipR or associated taxiway, or the deactivation or abandoning of an entire airport. Notification involves submitting FAA Form 74 0-1, Notice. Qf Landing Area Proposal, to the nearest FAA Airports Regional or District Office. See Appendix A to download the forru. For, emergency (short -notice) notification about i rnpcicts to both airport owned and. FAA owned NAVAID.s, contact: 6_4 - 6 . l3. .3. l irpurt Ownedr'F 11 ainta*n d, If construction operations require a shutdown of 24 hours or greater in duration, or more than 4 hours daily on consecutive days, of a NAVAID owned by the airport but maintained by the FAA, provide a 4 -day ininimum notice to FAA T /Techn*1cal Operations prior to fac it it shutdown, using Strate i c Event Coordination ECForm 6000.26 contained within FAA Order 6000.15, General Maintenance Handbook Natlonal Airspace System (NAS) !1 7 1 /1 3.1�2017 2.13.5.3.2 FAAOwned. 1. The airport operator must nofify the appropri ate FAA ATO Service Area Planning and Requirements P&Group a minimum off; 45 days prior to implementing an event that causes i mp�wts to NAVAIDs, using SEA' Form 6000.26. . Coordinate work for are FAA owned NAVAID shutdown with the local FAA ATO/Technical Operations office, 'Including any necessary r i rn bursa le agreements �rnd flight checks. Detail procedures th-rt address unanticipated utility outages and cable CLAS that CO a ld impact FAA NAVAIDs. Defer to active Service Level Agreement with ATO for specifics. 114 Inspection Requirements. 2.14.1 Daily Inspections. Inspections should be conducted at least daily, but more frequently if necessary t ensure eon fort nanee with the CSPP. A sample checklist is provided in AV12endix D., Construction Project Daily Safety Inspection Checklist. See also AC 1 0/ 0-1 , Aitport qk(v eq Inspection. Airport operators holding a Part 139 certificate are -required to conduct self -inspections during unusual conditions, such as construct ion activities, that may affect s�rfe air carrier operatlolls. 2.14.2Interim Inspections. Inspections should be conducted of all areas to be (re)opened to aircraft traffic to ensure the proper operation of lights and .signs} for correct markings, and absence of FOIE. The contractor should conduct an inspection of the work area with airport operations personnel. The contractor should ensure that all construct ion materials have been secured; all pavement ment surfaces have been swept clean, all transition ramps have been properly constructed, and that SUrfaces have been appropriately marked for aircraft to operate safely. Only if all i teras on the list 1-neet with the airport operator's approval should the air traffic control tower he notified to open the area to aircraft operations. The contractor should he required to retain a suitable workforce and the necessary equipment at the work area for any last minute cleanup that may be requested by the airport operator prig to opening the area. 2.14.3 Final Inspections. New runways s and extended runway closures may require safety inspections at certificated airports prig to allowing air carrier service. Coordinate with the FAA Airport Certification Safety Inspector ' l to deterin'ine if a final inspection i11 he necessary. 1 /1 3.1�2017 2.15 Underground Utilities,. The ' PP an -or SPCD must include procedures for locating and protecting existing underground utH totes, cables, wires, p1 pef 1 nes. and other underground facilities a n cavati rl areas. This may involve coordinating ith public utilities and FAA T /Technical en'ttions, N ote that "One all" or "'M iss Uti lit " s rvi ces, do not Include FAA ATO/Technical. Operations. 2.16 Penalties; The C S P P should detail en�rlt Prov i si n s for noncompliance with ai rport rule an regulations and the safety pl an(for example, if a vehicle is involved in a rLInwa , y incursion). Such penalties typically include rescission of driving privileges or access to the AOA. 117 Special Conditions. The CSPP must detail any special conditions that affect the operation of the airport and ill require the activation of any special pro cdu r s for example, low -visibility operations, snow removal, aircraft in distress, aircraft accident, security breach, Vehicle Pedestrian Deviation P and other activities requiring construction u p n si n,/re umpt ion). 118 Runway and Taxiway Visual Ails. This includes marking, lighting.., signs, and visual NAVAIDs. The CSPP must ensure that arms where aircraft will be operatingare clearly rind visibly sep-Crated from construction areas, InclUding closed runways. Throughout the duratim of the construction project, verify that these areas remain clearly marked and visible at all tires and that marking, l i htin , si gns, and visual N A VA I Ds that are to continue to perform their functions during con srru ti on remain in place and operational. i sual 1IIs that are not ser-ving their intended function during construction inut b temporarily disabled, covered, or rnodified as necessary. The P P m L«t address the fol[owin , as appropriate-, 2,1 ,1 General. Airport markings, lighting, signs, and visual NAVAIDs must be clearly visible to pilots, not misleading, confusing, or deceptive. All mat be secured in place to prevent movement by prole wash, .het blast, Ming vortices, and other wind currents and constructed of materials that will ininimize dainage to an aircraft in the event of inadvertent contact. It runs used to secure such markings must be. of a color sirnilar to the marking. fl S,. 2 Marlin s, Durinv the course ofconstruction projects, temporary pavement markings are o f ten required to allow for aircraft operations during or between work periods. During the des t o phase of the p'et, the des+finershould coordtnate with the pro'act manager, 1 /1 3.1�2017 airport operations., airport users, the FAA Airports project manager, and Airport Certification Safety Inspector for Part 139 airports to determine minimum temporary markings. ings. The FAA Airports pro-ect manarrer will, wherever a runway is closed, coordinate with the appropri ate FAA F1 i .lit Standards Office and di ssern I n ate findings to all Parties. Where possible, the temporary markings on finish grade Pavements should be, placed to mirror the dimensions of the final irt-rrkings, Markings ni ar t be in compliance with the standards oFAC 1 0/534 -1, Stan dards.fi)rAHyjort 1 arking , except as noted herein. 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 2.18.2.1.2. 2.19,2.1 Closed Runways and Taxiways. 2.18.2.1.1 Permanently CTo ed Run For runways, obliterate the threshold marking, runway designation mark i llu, and touchdo Fn 7one mark i n s, and place are X at each end and at 1,000- foot (3 00 m) intervals. For a mu I tiple runway envi ronment, if the lighted X on a designated number will be located in the RSA of an adjacent acti ve runwa , I ocate the I i hted X farther down the cl osed ninway to clear the RSA of the active runway. In addition, the closed runway numbers located in the RSA of an active runway must be marked with a flat yellow X. 2.18.2.1.2 Temporarily Closed Run a s For runways that have been temporarily closed, place an X at each end of the runway directly an or as near as practicable to the runway designation numbers. For a multiple runway environment if the lighted X on a designated n umber Sri I I be located in the RSA of an adjacent act I Ve runway, locate the lighted X farther down the closed runway to clear the RSA of thv, active runway. In addition, the closed runway numbers located in the RSA of an active runway must be marked with a flat yellow X. See F i ure - + See also paragraph ..1 .3 i f .1 . , 1.3 Partial1v Closed Runways and Displaced Thresholds{ When threshold markings are needed to identify the temporary beginning of the runway that is ay.-C-i l ab le for landing, the rn.'C-irkings nI Lrst COO ly with AC 15015 40-1. An X is not ri sed on a partia 1 1 y closed runway or a runway with a displaced threshold. See paragraph 2.7.1.1 for the difference between partially closed runways and runways with displaced thresholds. because of the temporary nature of threshold displacement due to construction, it is not necessary to re -adjust the existing runway centerline rrrarkin s, to meet standard spacing for a runway with a visual approach. Some of the requirements below may be waived 1n the cases of low -activity airports andi or short duration changes that are measured in days rather than weeps. Consider whether the presentee of an airport traffic - control tourer al log vs for the development of special procedures. Contact the appropriate FAA Airports Regional or District Office for assistance. Figure - . Markings for a Temporarily 'to ed Runway l + Partially Bally Closed Runways. Pavement markings for ternporary closed portions of the runway consist ofa runway th Msh l d bar, runway designation, and yellow c: hevron.s to 'Identify pavment areas that are unsuitable for takeoff or landing e AC 1 / 40-1 . Obliterate or corer markings prior to the moved threshold. Existing touchdown an inarl i rigs beyond the moved threshold may remain in place. Obliterate aiming point markings. Iss-ue appropriate NOTAMs regarding any nonstandard mark i n us+ See Figure 24. Zn . Displaced Thresholds. Pavement markings for a displaced threshold consist of a runway threshold bar, runway des i not ion, and white arrowheads Fith and without arrow shafts. These inar i n s are required to identify the portion of the runway before the displaced threshold to provide centerline guidance for pilots during approaches, takeoffs, and landing rol to ul s from the opposite direction. See AC 1 0/ -34 -1. Obliterate markings prior to the displaced threshold. Existing touchdown zone marl in s beyond the displaced threshold inay remain in place. Obliterate ai i-ninu poi iit i-nrl in s. Issue appropriate NOTAMs regarding any nonstandard markings, See Fi ure, - . 1 /1 3.1�2017 2.18.2.1.4 Tai. 1. Per man ently Closed Tax iway . AC 1 5 01500-1 3 A iipon Dcsign' notes that it is preferable to remove the pavernent, but for pavement that is to remain, place an X at the eii Iran e to bath ends of the closed section. Obliterate taxiway enterl inn markings.. including runway leadoff 11ne , Ieadin . to the clo ed tax iway. See Fignr -4. OBLITERATE LEAD-OFF CENTERLINE FOR EXTENDED CLOSURE TAXIWAY CLOSURE MARKER RBA BOUNDARY CLOSED TAXIWAY HOLDING POSITION MARKING NG LOIN PROFILE BARRICADES �%?ITH FLASHERS r LOW PROFILE BARRICADES WITH FLASHERS TSA BOUNDARY l 1 /1 3.1�2017 .. Temporarily Closed Taxiways. Place barricades out. i de the safety et area of intersecting taxiways. For runway, tax 1w ay intersections, place an X at the entrance to the closed taxiway from the runw ay. If the taxiway ill be closed for an extended period, obliterate taxiway centerline markings, including runway leadoff lines and taxiway t taxiway turns, leading to the closed section. Always obliterate runway lead-off lines for high speed exits, regardless of the duration of the closure. If the centerl i rye markings w i 11 be reused upon reopening the taxiway, it is preferable to paint over the marking. This will result in less daivage to the pavement when the upper layer of paint i ultimately removed. See Figure -4. 2.18 .2 , l .5 Temporarily Closed Airport. When the airport is closed temporarily, mark all the runways as closed. 2.18.2.2 If unable to paint temporary markings rigs on the pavement, constrUet thorn from any of the following materials: fabric, colored plastic, painted sleets of plywood, or similar materials. They must he properly configured and appropriately secured to prevent movement by prop wash, jet blast, or other find currents. It r n s used to secure such markings must be off; a color similar to the marking. 2.18.2.3 It may be necessary to remove r cover runway markings, *Including but not 1 I'm Ite to., run wa y dnation ni a rk in �, th reis, hoId mtrrkin �� centerline markings, edge stripes, tote hdown zone markings and ai nin point markings, depending on the length of construction and type of activity at the airport. When removing runway markings, s, pp l the sank treatment to areas between stripes or numbers, as the cleaned area will appear to pi lots as a marls i ng i n th e sh ape of the treated area. 2.18.2.4 If it is not possible to install threshold bars, chevrons, and arrows on the pavement, "temporary outboa rd white threshold bars and yellow arrowheads"', see F inure - , may be U.Sed, Locate them oUtSide Of the rtinway pavement surface n both sides of the rUnway. The dimensions must be as shown in Figure . 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 v i ih1e. . 18.2,5 The application rate of paint to marls a short-term temporary runway and taxiway markings may deviate from the standard see Item P-620, "Runway and Taxi s Painting," in 1 0 70-1 , but the di men i ores must meet th e ex i t i ng Stan dards., When app] yi n g temporary marls i n us at night, i t i s recommended that the fast c urin g, Type I I poi nt he used to he] p offset the higher humidity and cooler temperatures often experienced at night. Diluting the paint will substantially increase cure time and is not recommended. Glass heads are not recommended for temporary markings. Striated markings may also be used for certain temporary markings. AC l 15 / 340-1. 'tanclardsi)r A ilport Markings, liar acid i ti onal guidance on teniporary markings. Figure - . Temporary Outboard White Threshold Bars and Yellow Arrowheads -MR IN P- INSTALL TEMPORARY WHITE THRESHOLD EARS AND YELLOW ARROWHEADS ON BGTH SIRES SEE DETAIL BELUA? CLOSED PORTION OF RUNWAY YELLOW ARROWHEAD DETAIL -24 12/13./2017 2.18.3 Lighting and Visual NAVAIDs. This paragraph refers to standard runway and taxiway lighting systems. See below for hazard lighting. Lighting installation must be in conformance with AC 150/5340-30, Desqn and Installation t il, , ri A h-,pot Visual Aids, and Fixture desi n in conformance r ith AC 1 / 4 - , Sj?ec ation for Portable unway --� and Tay wawa Lights. When disconnecting runway and taxiway lighting fixtures, disconnect the as so c latcd i s o Iation trans formers. S cc A C 15 0154 0-2 61 .14ain tenance f�I'A b port VisuaI Aid Fae lilie.�, for disconnect procedures and safety precautions. Alternately, cover the light fixture in such a way as to prevent light leakage. age. void removing the lamp from energized fixtures because an excessive number of isolation transformers with opera secondaries may amage the re ulatoF and/or increase the current above its normal value. SeCUre, identify, and place any above ground ternporary wiringin conduit to prevent electrocution and fire ignition sources. Maintain mandatory hold signs to operate normally in any situation whore pilots or vehicle drivers could mistakenly he in that location. At towered airports certificated under Fart 139., holding position signs are required to be illuminated on opera taxiways crossing to closed or inactive runways. If the holding position sign is installed n the runway circuit for the l s-e runway, install j unIper to the taxi way c: irsuit to prov i de power to the hol din os- ition s i gn for nighttime operations. Where it is not possible to maintain power to signs that would normally he operational, install barricades to exclude aircraft. Fi ore .-1. F i gu r - ., Figure - , and Fig -Lire -4 illustrate temporary changes to lighting and visual NAVAIDs. 2.18.3.1 Permanently Closed Runways nways and Taxiways. For runways and taxiways, that have been permanently l e ,, disconnect the lighting circuits. 2.18.3.2Temporarily Closed Runways - and New Runways way Not Yet Open to Air Traffic. If available, use a lighted X, both at night and during the day* placed at each end ofthe rUnway on or near the runway designation numbers fn i ra j the approach. (Note that the lighted X must he illuminated at all tires that it is on a runway.) The use of a lighted X is required if night work requires runway lighting to be on. See AC 1 / 34 - , j7ec�flcation bi- L-8931, L igh te-d Visut21 A id to In dica te Tewipoi-aty R unw(iii 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 erred periodically, coordinate procedures with the FAA air traffic manager or, at airports without are ATCT, the airport operator. Activate stop bars if available. Figure 2-6 shows a lighted X by day. Figure -7 shows a lighted X at night. - 5 1 /1 3.1�2017 Figure - * Lighted X in Daytime Figure -7. Lighted X at Night .18.33 Partially Closed Runways ays and Displaced Thresholds. When a runway I'S partiallyclosed, a portion of the pavement i unavailable for any aircraft operation, meanincr taxiing and landing or takincr off in either direction. A dIsplaced threshold. by contrast, is put in place to ensure obstacle clearance by landi rig air raft. The pavement prior to the di spl aced th reshol d i s a val I abl e for, takeoff i re the di i- cti n of the displacement, and for landing and takeoff In the opposite direction. Misunderstanding th l s d i ff rence and issuance o f a subsequently inaccurate NOTAM can result in a hazardous situation. For both partially - 26 closed runways and displaced thresholds, approach lighting systems at the affected end rust be placed out of service. 2.18.3. 3). l Partially Closed Runways. Disconnect onnect edge and threshold lights on that part of the runway at and behind the tli reshol cd (that is, the pord ors of the runway that 'is closed). lternart l y, cover the light fi xtures i n such ar way as to prevent 1 i ght leak-r e. See Figure - 1. 2.19.3.3.2Tengpo-ra-ry misplaced Thresholds. Edge lighting in the area ofthe displacement erns is red light in the direction of approach and yellow light (white. for visual runways) in the opposite direction. If the displacement is 700 feet or less, blank out centerline diuhts in the direction of approach or place the centerl fine li lit out of service. If the displacement is over 700 feet; place the centerline l i Lyhts 0 Lit Off, sel+ i c: ., See A C 150/5340-3 0 for deter i 1 s on l i htin i s l aced thresholds. See Figure - . 2.19.3.33 Ternporai-y runway thresholds and run Wily ends must be lighted if the rtinway is lighted and It is the intended threshold for night landings or instrument meteorological conditions. 2.18.3.3.4 temporary ar+ threshold on an unlighted runway may be marked by retroreflecti v , elevated markers ers in addition to markings noted in paragraph 2.18.2.1.3. Markers seen by aircraft on approach are green. Markers at the rollout end of the runway are red, At certificated airports, temporary l v acted threshold markers must be mounted w itli a frangible fitting (see 14 CFR Para l , 09). At non-crtif iBated airports, the ternporary elevated threshold markings may either{ be r1110 Lr11 ted with a frangible fitting or be flexible. See 1 / 4 - , S�)ec�licationf67- L853, Runway! and Ta-divay Rel;-ore I fle-cfive,,Varkei-s. - 2.1 . .3).5 Temporary threshold lights and rune end lights and related visual NAVAIDs are installed outboard of the edges of the full-strength pavement only when they cannot he installed or. the pavement. They are installed with bases at grade level or as low as possible, but not more than inch 7.6 cry above ground. (The standard above ui-ound height for airport lighting fixtures i s 14 inches (35 ctom)), When any portion of a base is above grade, place properly compacted fill around the base to minimize the rate of gradient charge so aircraft can, in are emergency, cross at normal landing or takeoff speeds without incurrincr significant damage. See AC 1 0/70-1 0. .1 . 3. Maintain threshold and edge lighting color and spacing standards as desc rib d i n 1 / 40- 0. Battery powered, solar, or portable lights that iTteet the rit ria in AC 15015345-50 nnay be used. These systems are intended primarily for v i str-r l fl i ht rules F1 ,aircraft operations bLLt tII�r -7 be Lrs d for ire stritment flight rules (IF aircraft operations, upon I ndividual approval from the Flight Standards Division of the applicable FAA regional Office. 2.18.3.3.7 When runway thresholds are temporarily displaced, reconfigure yellow lenses(caution zone), as necessary, and place the centerline lights out of service. 2.18.3.3.8Relocate the Visual Glide Slope Indicator (VLSI), such as Visual Approach Slope Indicator (VAS I) and precis'lore Approach Bath Indicator (PAPI); ether a i rp rt l i ghts, such as R unway End I dent i fi er Li ghts (R E I L); and approach lights to identifv the temp r-f-tr threshold. Another option to disable the Via I 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 cruidance to pilots on approach to the affected runway. If the FAA owns and operates the VGSI, coordinate its installation or disabling Fith the local T /Teehn i al Operations Office. )fie l -crti ors Of SLLCh visual al ill depend on the dUrati n of the r ject and the benefits gained froin the relocation, as this can result in great expense. See FAA JO 6850.2, ViLmal Gnidance Lighting Sysfe,m.y, for installation criteria for FAA owned and operated NAVAIDs. 2.18.3. -3.9 Issue a NOTAM to inform pilots of temporary lighting conditions. 2.18.3.4 Temporarilv Closed Taxiways. If possible, deactivate the taxiway lighting circuits. When deactivation is not possible (for example other tax iwa s on the saine circuit are to remain open), cover the fight fixture ire a way as to prevent light leakage. ,1 A To the extent possible, signs must be in conformance with AC 1 / 4 a44, Speck catl o n fi)r R un ivav and T(txfway Si ns, and AC l 1 4 ! l ., St dai-ci fim - 2.18.4.1 Existing Signs* Runway it signs are to he covered for closed runway exits. Outbound destination signs are to be covered for closed runways. Any time a sign does not serve its norinal function or would provide conflicting information., it must he covered or r rn caved to prevent misdirecting pilots. Note that information signs identifying -r crossing taxiway continue to perform their nomia l function even if the crossing taxiway is closed. For long term construction projects, consider relocating signs, especially runway distance remaining signs. l 1 /1 3.1�2017 2.18.4.2 Temporary Signs. Orange construction signs ompri a rnessaa in b lacl on an orange background. Orange construction signs may lief p pilots be aware of changed conditions. The airport operator may choose, to introduce these signs ors �rrt of a niov ni pry# area co nstrUti n project to increase s i tuati na l awareness when needed. Locate signs titside the taxiway safety limits and ahead of construction areas so pilots can tale timely action. Use tempo rary signs judiciously, stri king a balance between the need for i nforinatior. and the increase in pilot workload. When there is a concern of pilot ;� i of rniati n overload," the applicability of mandat r hold signs, must take precedence over orange constrc.CtiOn si ll recommended during onsti•LICtion. Temporary signs Must meet the standards for such sighs in Engineering Brief 93, uidancefim- the As.�c-,rnbl)) and Installation qf'T(-wipo�-ai-j., Oai?Tge const)-lic-tion Signs. M any c r iteri a i n A C 15 0/ 5 3 4 5 -44, Sp c cfic,a l i ifio r R u n 14 as v a n d Tavi way Signs, are referenced in the Enuineering Brief, PermissiblePermirisible sign legends are; 1, CONSTRUCTION AHEAD, 2. CONSTRUCTION ON RAMP,, and XX TAKEOFF RUN AVAILABLE XXX FT. Ph-r illg, SUPPOrted by drawings and sign schedule, for the installation of orange construction signs must be included in the CSPP or SPCD. . l ,4. , l Takeoff Run Available (T I ) sib Recommended: Where a runway has been shortened for takeoff, install orange T lA signs l I before the hold lines, such as on a parallel taxiway prior to a turn to a runway hold position. See EB 93 for sign size and location., i 1 ... 2 S'1'gn legends are shown i n Figure F-1 of .- See F i ur E-1, Fi gUre E - , N gure E- , Fi gUre F- , and Fi guy+e F- for examples of orange construction sign locations. 2.19 Marking and Signs for Access routes.. The CSPP should indicate that pavement markings and signs for construction personnel will con form to AC 150/5340-18 and, to the extent practicable, with the Federal I Iighwav Administration Manual on Uniform Traffic Control Devices 11 UT `D and/or State hiahway specifications. Signs adjacent to areas used by aircraft must comply with the frang'ibility requirements of.AC 1 :11 - , F)-airgihle Connections, wh i cfi may require, m dif cati n tO sire and height guidancein the MUT D., l 1 /1 3.1�2017 . 0 Hazard Marking, king, Lighting and Signing* 120.1 Hazard marking, , lighting., and signing prevent pilots from entering ,C,irvas, closed to aircraft, and prevent construction personnel from entering areas open to aircraft. ft. The PP must specify prominent, comprehensible warning Indicators for any area affected by construction that is normally accessible to aircraft, personnel., or vehicles. Hazard inark i rig and l i ght i n g must al so be spec'] l i ed to i dent i fy open rnanhol es. sm al l areas under repair, stockpiled irrateri al, waste areas, and areass subject to jet blast. 1 so consider less obvious conStFLLCtlon-ref at d ha ar s and i n c l Lde markings to identi f FAA, airport, and National Weather Service facilities cables and power lines, instrument landing system IL critical areas} airport surfaces, such as RSA, OFA, and F ; and other sensitive areas to make it easier for contractor personnel to avoid these areas. 2.20.2 Equipment. 2.20.2.1 Barricades. Low profile barricades, including traffic cores,(weighted or sturdilv attached to the surface) are acceptable meth o s used to identify and define the limits f con tract ion and hazardous areas on airports. Careful consideration must be given to selecting equipment that poses the least danger to aircraft but i s 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 aircraft, gaps between b�ti-ricades tout be smaller than the wingsplln of the sniallest aircraft to be excluded-,- if barricades are intended to e e l Ude vehicles, gaps between barricades must be smaller than the width of the excluded vehicles} generally4 feet (1.2 meters). 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 F D. 2.20.2.2 Lights. Lights Must be red, either steady burning r flashing, and i-nLrst 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 feet meters). Lights must be operated between sunset and sunrise and during periods of low visiNl it whenever the airport is open for operati one+ They i-naye operated b photocell, but this inay require that the contractor tern thorn on manually dUrin g periods of low visibility during daytime hours. .0.2.3 Supplement Barricades with Signs (for example) his Necessary* Examples are "No Entry" and "'NoVehicles." Be aware of the increased effects of *1nd and i et blast on barricades with attached s *jns. -3 2.20.2.4 Air Operations Are — General. Barricades are not permitted in any active safety area or on the runway ide of a runway hol d 11 ne. W i th i n a runway or tax i Fa ob* eet free area, and on aprons, use oranue traffic codes, flashinLy or steady burning.re l i hts as notvd above, h i h l refl oct've col lap i bl e barrio adeL ��tarked i th diagonal, alternating oran and white stripes; and/or signs- to separate a l l constrL»ti on/maintenance areas from the movement area. Barricades may be supplemented with alternating gran( -re and white flags at least 20 by 20 inch (50 by 50 cm) square and securely fastened to el i ni'nate FOIE. All barricades adjacent to any open runway r taxiway / tax i l arse safety area, or apron must be as, low as possible to the ground, and no more than 1 inches- high, exclusive of supplementary lights and flags. Barricades mU.St be of low mass, easily collapsible upon contact with an aircraft orany of its components, and weighted or sturdily attached to the surfaec to prevent displacement fronn prop wash, jet blast, wing vortex, and other surface wind urren tat If affixed to the surface, they must be frangible at grade level r s low as possible, but not to exceed 3 inch (7.6 ct-1) above the ground. Figure 2-8 and Figure - h w sample barricades with roper coloring and flags. Figure - . Interlocking Barricades Mr FA P y t r ' I 1 /1 3.1�2017 Figure - + Low Profile Barricades 2,.20.2,5 Air Operations Area — Runway/Taxiway Intersections'. Use highlv reflective barricades with lights to close taxiways leading to closed runways. Evaluate all operating factors when determining how to mark teinpoi-C-try closures that can last fr et 10 to 15 minutes to o much longer period of ti rne. However, even for C 10SUres of relatively short duration, close all to iw a /run av intersections with barricades. The use of traffic cones is appropriate for short duration closures. 2.20.2.6 Air Operations Area — Other. Beyond runway and taxiway object free areas and aprons, barricades intended for construction vehicles and personnel may be inany different shapes and made from various materials, including railroad ties., s r hre , 'sbarrier., or a1'l'e l s. 2.20.2.7 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 p r on' information l"th the airport operator. Lighting h LLld be checked for proper p r ti n at least Dace per day, pr f rably at dUsk. l Work Zone Lighting for Nighttime m on tr u ctio n., Lighting equipment rust adequately illuminate the work area if the comstructi n is to b performed during nighttime hours. Refer to AC l /5 7 - l 0 for inininnim illumination levels for nighttime paving projects. Additionally, it is recommended that a] l support equipment, except haul trucks, he equipped with artificial illumination to safely -3 1 /1 3.1�2017 illuminate the area immediately surrounding their work areas. The lights should be positioned to provide the most natural color illumination and contrast with a minimum of shadows. The spacing must be determined by trial. Light towers should be positioned and adjusted to aim away from ATCT cabs and active runways to prevent bl i ndi nu effects. Shielding may be necessary. Light towers should be removed fr orn the construction � 1te when the are --a is r open vd to aircraft operations. Construction lighting units shOUld be identified and generally located on the construction phasing plans in relationship to the ATCT and active runways and taxiways. 122 Protection of runway and Taxiway Safety Areas. Runway and taxiway safety areas, OFZs, OFAs, and approach surfaces are described ill AC 1 / 3 00-1 . 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 theme is any doubt as to requirements or dimensions (sec parauraph .1 + as soon as the location and height glut f i1rrateria is or eq U i pment �rre k n wn. The CS P P sly Oar l 'Inc l ude drtd1wi nus showing all safety areas, object free areas, obLstacle free zones and approach departure surfaces affected by construction. . . l -RUnway Safety Area (RSA). 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 e cursi n from the runway (see AC 1 1 -1 . Construction activities within the existingexisfing RSA are SU jet to the f llowir1 Con iti rl f + -.1+1 No construction may occur within the existing RSA while the runway is open for aircraft openiti ores. The RSA dimensions may be teniporari l adj Usted if the I'Linway 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 1 0/ 00-1 . The temporary use of declared distances and/or partial runway closures may prov i e the necessary RSA under certain circumstances. Coordinate with the appropriate FAA AirportsRegional or District ffi ce to have declared distances i n f"omia.ti on published, and appropriate NOTAMs issued. See AC 150/5300-13 for guidance on the use of declared distances. 2.22.1,2 The airport operator nluist 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. 2.2 2. l .3) The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations, if requ'red by operational considerations+ !3 1 /1 3.1�2017 2.22.1.4 Excavations, . . l , 4. l Opera trenches or excavations are not perinitt d within the RSA while the runway is open. Backfill trenches before the runway is opened. if backfilling excavations before the runway must be opened is impracticable, cover the excavations appropriately. Covering- for open trenches must he designed to allow the safe operation of the heaviest air raft Operating on the runway across the trench without damage to the a reraft. 2,.22.1,4.2 Construction contractors must prominently rrn ark open trenches and excavations at the construction ,site with red or orange flags, as approved d by the airport operator, and light there with red lights during hours of restricted visibility or darkness. . ? . 1.5 Erosion ontrol. Soil erosion must be controlled to maintain RSA standards', that is, the RSA must be cleared and Graded and have nopotentially hazardous ruts, humps, depressions, or other surface variations, and capable, , tinder dry conditions, Of UpP 1-ti rig snow removal equipment, aircraft rescue rind fire r fighting htin equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. 2.22.2 RUnwav Obi ect Free Area ( F ), Construction, including excavations., may be permitted in the F F . However, equipment must be removed fronn 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 74 - l form and a c«ti ti ati ors provided to the appropriate FAA Airports Regional or District Office for approval. 2.22.E Taxima Safety Area (T )+ 2.22.3.1 taxiway safety area 'is a defined surface alongst"de the taxiway prepared OF SLUtable for r dW i rig the risk of damage to an (-tirplane unintentionally deparfing the taxiway. (See l 0/53 0-1..) Since the width of the TSA is equal to the wingspan of the design aircraft, 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 wl"dth available dUririg construction, Give special consideration to TSA dimensions at tax i Wdt':t tcrrn� and intersection-S. (see AC l 1 3 0- 13). 2,22,32 The airport Operator must coordinate the adjustment of the TSA width d� perinitt d above with the appropriate FAA Airports F ion-d or District Office and the FAA air traffic manager and issue a NOTAM. -34 1 /1 3.1�2017 2.22.3.3) The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations. 2.22-3.4 Excavations. 1. Curves, Open trenches or excavations are not permitted within the TSA whilethe taxiway is open. Trenches should be back -Filled before the taxiwav is, opened. If kc-ickfilling excavations before the taxi alv must be opened is impracticable, cover the excavations appropriately. Covering for open trenches must he designed to allow the safe operation of the heaviest aircraft operating on the taxiway across the trench without darnaue to the as r raft. 2. Straight Sections. Open trenches or excavations are not permitted within the TSA whilethe taxiway is open for -unrestricted aircraft operations. Trenches should be backfilled before the taxiway i opened. If bae filling excavations before the taxiway must be opened is impracticable, cover the excavations to allow the safe passage of F F equipment and of the hest i est aircraft operating curl the taxiway across the trench withOUt causing da rna e to the equipment or aircraft. In rare circumstances where the section of taxiway is indispensable for aircraft movement, open trenches or excavations may be permitted in the TSA while the taxiway is open to aircraft operations, subject to the following restrictions-. a. Taxiing speed is limited to 10 rnph. b+ Appropriate NOTAMs are issued. c. Marking and lighting meeting the provisions of paragraphs 2.1 and 2.20 are implemented. d. Low mass, low -profile lighted barri -cades are installed. e. Appropriate temporary orange construction signs are installed. . Construction ontra tors must prominently rn ark open trenches n excavations at the construction site with red or orange fla s, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. 2.22.3.5 Erosion control, Soil erosion must be controlled to ai ntai n TSA standards, that is, the TSA must be cleared and graded and li a e no potentially hazardous ruts, humps, depressions, or otfher surface variations, and capable, under dry c ondi ti one, of.supporting snow rernoval equipment, aircraft rescue ;And firefighting equipment, and the occasional passage of aircraft without caul j n structural damage to the aircraft. -3 5 1 /1 3.1�2017 2.22.4 Taxiway Object Free Area (TDFA). Unlike the Runway Far � j e t Free Area, aircraft winas regularly penetrate the taxiway object free area duri n u n orinal operati ores. Tli us, the restrict i ores are m ore tri n gent. Except as provided below, no construction may occur within the taxiway object free area while the taxiway is open for �rircraft operations. 2.22.4.1 The taxiway object free area dimensions may temporarily adjusted if the taxiway v<i re.Stricted to aircraft operations, requiring a taxiway object free area that is equal to the taxiwav abject free area width available. Give special consideration to TOFA dimensions at taxiway turns and 4 intersections. 2.22.4.2 Offset taxiway center[inc and edge pavement markings Rio not use glass heads) may be used as a temporary measure to provide the required taxiway ob'ect free area. Where offset taxiway pavement inar in s are provi center] ire fight in center] ire r fie t rs, r tagi �a�Ve reflectors are required, E i tine lighting that does not coincide. with the temporary markings rust be taken out of service. 2.22,4.3 ConstrUCtion activity, including open excavations, may be accomplished without adjUSting the width of the taxiway object free area, subject to the following restrictions: 2.22.4.3.1 Taxiing speed is limited to 10 iuph. 1.2 2,43,23. NOTAMs issued advising taxiing pilotsp1lots of hazard anal r cornet ndin zD reduced taxiing speeds can the taxiway. 2.22.4.3,3 Markingand lighting meeting the provi i cans of paragraphs 2. 18 and 2,20 are irnpl meat d. 2.22,43A If desired., appropriate orange construction signs are installed, See paragraph 2.18.4.2 and Appendix F. 2,22,43,5 Five-foot clearance is maintained between ui patent and materials and any part of an aircraft i ne l Udes wingtip overhang). If such clearance can only he maintained if are aircraft does not have full use of the entire taxiway wi dth pith its main landing gear at the edge of the usable pavement), then it will he necessary to move personnel and equipment for the passage of that aircraft. raft. 2.22.4.3.6 Fla ers furnished by the contractor must he used to direct and control construction equipment and personnel to a pre- stablfished setback di stain ce for safe, passage of al rcraft, and a 1 rl i n c and/or a i rp rt person reel Flaggers must also be used to direct taxiing -aircraft. Due tO liability i ssUes, the airport operator should require airlines to provide flaggers for directing taxiing aircraft. !3 1 /1 3.1�2017 2.22.5 Obstacle Free Zone (OF . In general, personnel., nnaterial, and/or equipment nlay not penetrate the OFZ while the runway is opera for aircraft operations. If a penetradon to the OFZ 'is necessary, it iria be possible to continue aircraft operations th i- u h operational restrictions. Coordinate with the FAA thrOLLgh the, appropriate FAA Airporv,,; Regional or District strict f five. .21. un a� ppr ach/ epartUre revs andClearways. All personnel, materials, and/or equipment must remain clear of the applicable threshold siting surfaces, as defined in AC 1 0/ 0-1 . 01jects that do not penetrate these surfaces tray still be obstructions to air navigation and may affect standard 4. i n trurnent approach procedures. Coordinate with the FAA th rou(-Yh the approp H ante FAA Airports Regional or District ff ce. i � 6.l Construction activity in a runway approach:/departure area may result ire the reed to partially cl se a runway r displace the existing runway threshold, Partial runway CIMre, di sp lacenumt of the rUnway ttire, rz;hld, as e] l 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 mana er (FSS if non -towered) and AT/Technical Operations (for affected ' II and airport users. 2.22.6,2 Caution About Partial Runway Closures, When filing a NOTAM for a partial runway closure, clearly state that the portion off, pavenuamt located prior to the threshold is not �wailable for landinsz and departing traffic. Ire this ease, the threshold has been moved for both landing and takeoff purposes (thisis different than a displaced threshold). There may be situations where the portion of closed runway is available r to iir� only. If *the 1 T I 1 must t reflect Ibis c nditi r� . ... Caution About Displaced Thresholds. Implementation of a displaced threshold affects ects runway length available ale for aircraft landing over the displacement. Depending on the reason for the displacement to provide obstr UCtion clearance or ., SLICh 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, or other work within the existingext'sting 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 cloisure. 2.23 Other Limitations are Construction. The CSPP iinust specify any other limitations on comstru ti n, including but not l linited to !3 7 1 /1 3.1�2017 .. 3.1 Prohibitions. . .1, l No use of tall equipment (cranes, concrete pumps, and so ors) unless a 7 -1 determination letter is issued f r such equipment. 2.23.1,2 No use of open flame welding or torches, urn l -ss fire safety precautions are provided and the airport operator has approved their use. 2.23-13 No use of electrical b l -rsti n� caps on orwithin 1, feet(300ineters of the airport property. See AC 15 / _3 7 -1 . . 2 3.2 Restrictions. f 3. } 1 Cmistruction sus pens ion required during specific ai rp rt operations., i � . Areas that cannot he worked on sirnultaneoust . 2.23.2.3 Day or night construction restrictions. .. . .4 Seasonal construction restrictions. 2.23.2.5 Temporary signs not approved by the airport operator. 2.2 3.2.. 6 Grades changes that could r Lr It in unp laiin d effects on NAVAIDs, -3 CHAPTER . GUIDELINES FOR WRITING PP ,1 General requirements* The CSPP is a standalone document written to correspond with the subjects outlined in paragraph 2.4. The CSPP is organized by numbered sections corresponding to each subject listed 1 n paragraph 2.4, and described ire detail in parauraph s 2.5 - 2.23. Each section number er and title in the CSPP matches the corresponding subject outlined in p-rra rah 2.4 for example, 1. Coordination, 2. Phasing, 3. real, and Operatiolls Affected by the Construction Aulvity, and so on). With the xce tion o C the project scope of work outlined in Section 2. Phasing, only subjects specific to operational safety during construction should be addressed. 12 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 nnost applicable section. A reference to that section should he included in all other sections where the requirement may apply. For example, the requirement t protect existing Un er ]" Mi-n FAA I LS cables during trenching opendItionS C01.11dbe considered FAA ATO coordination ordln ti n, paragraph . . i an area and operation affected by the construction activity (Areas and Operations Affected by the Construction Activity, para i-aph . 7.1.4), a protection of a NAVAID Protcet ion of Navigational. ationa 1. Aids r IDs , paragraph . , or a notification to the FAA of construction activities (Notification ication f Construction Activities. paragraph .1 . t . ). However it is m re spec i fica l l n underg]-OL[nd Utility requirement U n er i{ ern U ti l i ti es, paragraph , l )* The procedure for protecting Underground l LS crib i s &11 n trenching operations should therefore be described 1n .4. .1 l : "The contractor must coordinate with the local FAA System Support Center (SSQ to mark e i stint ILS cable routes along Runway a 17- 3 . The ILS cables w i 11 be located by hard dj c�.i rig whenever the trenching operation inoves within 10 feet of the cable niar in sf" All other applicable sections should include reference to .4. . l 1; t-6 ILS cables shall be identified and protected as described in .4. . l 1 " or* "See .4. . l 1 for 1 LS cable identification and protection requirements." Thus, the CSPPshould be considered as a whole, with no need to duplicate responses to related issues. 33 Graphical Representations. s. Construction safety drawings should he included in the CSPP as attachments. When other graphical representations will aid in supporting written statements, the dra i n s, diagrams. and/or photographs should also be attached to the CSPP. references should be made ire the CSPP to each .raphical attachment and may be made ire multiple secti lls. 1 /1 3.1�2017 3.4 Reference Documents. The ' PP must not incorporate a document by reference unless reproduction of the inateria l i n that do urnent i s p roh ibited. In that case, either copies of or a source for the referenced d cur nent Trust be provided to the contractor. Where this AC recor n iTlends references (e,g. as its p�ira raph . the intent is to include a reference to the corresponding section in the CSPP, not to this dv i sort' Circular. 3.5 Re tr•ietion i The CSPP.should not be considered -rs a project design review doCLLMent. The CSPP should also avoid mention of permanent ent `{as rb ui l t#') features such as pavernents, markings, ,s, igns, and lighting, except when such features are intended to aid in maintaining operational saf~et during the construction. 16 Coordination. Include in this secti on a detailed descd ti n of conferences and meetings to be held both before and durina the project. Include appropriate information from AC 1 / 3 0- 1 . Discuss coordination procedures and schedules for each required FAA ATO Technical Operations shutdown and restart and all required flight inspections. 3.7 Phasing* Include in this section a detailed scope of work description for the project as a whole and each please of work covered by the C S PP+ This i ncIu es a]I Iocations and durations f 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 3. } as appropriate. 3.8 Areasand 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 I ts the CSPP. Include references to paragraphs below as appropriate. Attach drawings as necessary to graphically describe affected areas and ineehan'isms proposed. See Appendix F for sample operational effects tables and figures. 9 NAVAID Protection. List in this section all NID facilities that will be affected by the construction. Ident i fy NAVAL D faci 1 hies t1iat it 1 be placed out of'serv'ice at any ti me prior to or during construction activities, Identify individuals responsible for coordinating each shutdown �rnd when -rcrh facility will be out of service. Ine1LLdc a reference to p�rra ra h 3.6 for FAA ATONAVAID shutdown, res- tart, 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 3.14 for the 1 /1 3.1�2017 issuance of NOTAMs as required. Include a reference to paragraph 3.16 for the protection of underground cables and pipini),r serving NAVAIDs. If temporary visual aids are proposed to replace or supplement existing facilities, include a reference to paragraph 3.19. Attach drawings to (,3,!rap1i i call ]indicate the affected NAVAIDS and the corresponding critical areas. 3.10 ontra to r Access. This will necessarily be the most extensive section of; the CSPP. Provide sufficient detail so that a contractor not experienced in f rk i nu n airports will understand the unique restrictions such work will require. Due to this extent, it should e broken down into subsections as described be low: . l . l Location of Stockpiled Construction M atprial s. Describe in this section specific locations for stockpiling material. Note any height restrictions on stockpiles. Include a reference to paragraph 3.21 for hazard marking and lighting devices used to identif%F stockpiles. Include a reference to paragraph 3. 11 for provisions to prevent stockpile material from becoming wildlife attractants. include a reference to paragraph 3,12 for provisions to prevent stock p i l m t ri -i l fi- ilt becor n i n F D. Aimch drawings to graphically Indicate the stockpile locations. . l 0, 2 Vehicle and Pedestrian Operations, While there are many items to be addressed its 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 belona, This includes pr v ntin unauthorized entry to the AOA and preventing the improper movement of pedestrians or vehicles on the airport., In this section, f C Lr n mechanisms to prevent e n truc+tion vehicles and workers traveling to and from the worksite to fr0111 Unauthorized entry into movement areas. Specify locations of parking for loth employee vehicles and const1-uetion equipment, and routes for access and haul roads. In most cases this will best be accomplished by attach ink a drawing. Quote from ' AC 150/5210-5 spec i fi e requirements for contractor vehicles rather than referring to the AC as a whole, and include special requirements for 'Identifying HAZMAT vehicles, Quote from.. rather than incorporate by refer nce, 1 0/ 10- 0 as appropriate to address the airport's rules for ground vehicle p r do , including its training program. Discuss the airport's re ordl eeping system listing authorized vehicle operators. .10. Two -Way Radio Communications. Include a special section to identify all individuals who are required to maintain eoniinun i cationsfiwith Air Trafc T at airports with active towers., or neon itor CTAF at airports without or with closed ATCT. Include train i nu requirements for all individuals required to c:ommcrni arte with AT. Individuals required to monitor AT frequencies should also be identified. If construction employees are also req Uired t communicate by radio io with Airport Operations, this procedure should be described its detail. Usage of vehicle mounted radios and/or portable radios should be addressed. Communication procedures for the event of disabled radio communication (that is, fight 1 /1 3.1�2017 signals, telephone numbers, others must be included. All radio frequencies should b identified (Tower, Ground Control, CTAF, UNICOM, ATIS, and so on)- 1 .4 Airport Security Address security as it applies to vehicle and pedestrian operations. Discuss TSA requirements, security badui n requirements, u1 rements, perimeter meter fence i nt brit * gate security, and other n e ds. Attach drawi n gs to graph i cal ly i nd icate secured are d/ r Security Identification Display r ors 1I , perimeter fencing, and available access points. � . I l W ld lif Management. Discus, i n th i s s cti on w 11 d1 i fe manaueiin ent procedures. Descri be the mai ntenance of existing wildlife mitigation devices, such as, perimeter fences., and procedures, to limit wildlif attr�acta�� s. In lode prc edcrr� s r tI irport Operations of wildlife encounters. Include a reference to paragraph 3.10 for security (wildlife) fence integrity maintenance as required. , 12 FOIE Management. In thi's section} discuss methods to control and monitor F D: worksite housekeeping., round v h is l c tire inspections., runway seeps, and so on. Include a reference to paragraph 3.15 for inspection requirements as required. .13 HAZMAT Management. Describe in this section HAZMAT management procedures: fuel deliveries, spill recovery procedures, Safety Data Sleet SIBS), Material Safety Data Sleet MSD or Product Safety Data Sheet ICI availability, and other considerations. Any specific airport HAZMAT restrictions haul d also be identified, Include reference to paragraph 3 10 for HAZMAT vehicle identification req sir ements. Quote from, rather than incorporate by reference, AC 15 0/ 5 _30-1 . .14 Notification of Construction Activities. Lit its this ecrtion the narnes 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 I inclUding individUals responsible for emergericy maintenance of airport construction hazard 1 i h t i rig and barricades. Describe procedure-.,;,, 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 i rinen (NOTAMs). notification to FAA required by 14 CFR]part 77 a n d Tart 157 and in the vent of affected NAVAIDs. For NOTAMs, 'Identify are individual, and at least one alternate, re.sponsible for issuing and cancelling e-rch specific type of Notice to -4 1 /1 3.1�2017 Airmen TAM required. Detail 1 notification methods for police, fire fighting, and medical emergencies. This may include 9111 but should also include direct phone numbers of local police departments and nearby hospitals. Identify the E 1 I address of the airport and Ili e emeruency access route v is haul roads to the construction site Require the contractor to have this information available. to all workers. The local Poison Control number should be lisited. Proc dur s rc �rrdi rig notification of Airport Operations and/or the ARFF Department of such emergencies shotild he identified, as applicable. If airport radio communications are identified as a means of emergency notification, include a reference to paragraph 3.1 . Differentiate between emergency and nonemerge nc notl l i call on of ARFF personnel, the latter including act ivities 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 i sport Operations, then detail this procedure. Include a method ofcon firnn Lion f rorn the ARFF department. .15 Inspection Requirements Describe e in thi s section i11 Pe tion I+egLLireiirtents to ell SLLre a] rfi eld safety c rnplianc+e. Include a regUi reinent for routine inspections by the resident engineer (RE) or other airport operator's representative and the construction contractors. If the engineering consultants and/or contractors have a SafetyOfficer who will conduct such inspections, identify this individual. Describe procedures for special inspections, such as those required to reopen areas for a rcraft operations+ Part 139 requires dai I y airfield inspectiont erti fi cued i rp rt , but these ina 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. 11 Underground Utilities. Explain how existing under ound utilities will be located and protected. Identify each uti li t owner and inc l ude contact information for each company/agency 1n the master list. Address emergency response procedures for damaged or disrupted ud l i ti es. Include a reference to paragraph 3.14 for notification of; utility owners of accidental utility disruption as required, 3.17 Penalties. Describe in this section specific penalties imposed for noncompliance with airport rules and re ul tions, 1 nc I uding the C S PP, S i DA viot Lion , V PD., and other+s+ 118 Special Conditions. Ident i fy any spec i al conditi ores that may t rigger spec i fic safety m i t i ati ors acti ors. outlined in this SPP,-. low visibility operations., snow reirro ail, aircraft 'in distress, ai rep+-f-rft accident, security rc,rch, VPD, and other activities requiring construction suspension/ rescr1rrption. Include a ref}erence to paragraph 3),1 for compliance with airport safety and security treasures and for radio comm-Lin i cations as required. Include 1 /1 3.1�2017 a reference to paragraph 3.14 for emergency notification ofall involved parties, I police/security, ARFF, and medical services. , 19 Runway and Taxiway Fisual Aids. Include marking, lighting, signs, and visual NAVAIDS. Detail temporary runway and taxiway marking, lighting, signs, and visual NAVAIDs required for the construction. Discuss existing marl ing, lighting, signs, and visual NAVAIDS that are t niporardy, altered, obliterated, or shut down. Consider non-federal fac'111't'les and address requireinents for reiiinbursable agreements necessary for alteration of FAA facilities and for necess-r-iry flight checks. Identify temporary TORA signs or r,un wiry distance remaining signs if appropriate. Identifv required temporary visual NAVAIDs such as I EIL or P PI. Quote from, rather than incorporate by reference, AC 1 015 340-1. Sta n da i -ds. lb � - A h-po rt Ma rk ing.� N- A C 15 015 3 4 0 -18, Sta n da als, /6 f- A if po rt Sign Sys tenis and AC 1 0: 40- 0, as required. Attach dra t*ngs to graphically indicate proposed murk i ug, lighting, signs, and visual NAV11 s. 3.20 Marking and Signs for Access Routes'. Detail plans for marling and signs for vehicle access routes. To the extent possible, signs should be in conformane Frith the Federal H 1 ghway A dm i n i s-tration MUT 'l and/or State h i uZnhway specifications, not [land lettered, Detail any m di fi cati ails to the guidance in the MUTCD necessary to irr et frangibility/height requirements. .21 Hazard Marking and Li htir� . Specify all marking and lighting eq UI t11 ent, Including when and where ach type of device is to be used., Specify 1-na 11-num gaps between barricades and the tia itirluni 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 3.14. Attach drawings to graphically i nd irate the placement of hazard marling and l ightinu equipment., 122 Work Zone Lighting for Nighttime Construction. If work i s to be conducted at night, p ci f all fighting equipment, i'ncludj'ng when and where each type of d v ie 'is to be used. Indicate the direction ho its are to he aimed an any directions that aiming of light;,; i s prohibited, Specify any shielding necessary in instances where aiining is not uffi lent to prevent interference wi th air traffic control and aircraft operations. Attach drawings to graphicallyindicate the placement and aiming of lighting equipment. Where the plan only indicates directions that aiming of lights is prohibited, the placement and positioning ofportable lights must be proposed by the Contractor and approved by the airport operator's representative each t i rye f i ali is are -relocated r repositioned. 3.23 Protection of Runway and Taxiway Safety Areas. This section should focus exclusively on procedures for protecting all safety areas, i roc I udl'ng those altered by the con strueti on: methods of dernareat i o n, 1 i rn i t of access, movement within a et areas., stockpiling and trenching restrictions, and so on. l v,f v,r en ee AC l / - l 7 as req Ui r, d., Include, a reference to paragraph raph . 10 for procedures regarding vehicle and personnel movement within sa fey , v areas. Include a reference to paragraph 3.10 for material stockpile restrictions as required. Detail requirements for trenching, excavations, and bae fill. Include a reference to paragraph 3.21 for hazard mark i nc and I i litjn devices used to identify open excavat'ions a required. If runway and taxiway closures are proposed to protect safety areas, or if temporary displaced thresholds and/or revised dvc l ared di st�rnce are used to provide the reqUi red RUnway SafetyArea, Include a reference to paragraphs-3. 14 and 3.19. Detail procedures for protecting the runway OFZ, runway OFA, taxiway OF rid runway approach surfaces including those altered by the construction: methods of demarcation, Hinit of cranes, storacFe of equipment, and so on. Quote fron` , rather than incorporate by reference, AC 1 1 -13, as required. Include a reference to paragraph 3.24 for height (i.e., crane) restri cti rt '(Ps required. One w--C-ty to address the height of equipment that will move during the project is to e.sta bli sh a three -di men iona l "box"' within Fh i ch equipment will be confined that can he studied as a single object. Attach drawings to graphically indicate the safety area, OFZ, and OFA boundaries. 3,24 Other Limitations on Construction* T'hi . ection should describe what limitations must be applied to each area of work and when each limitation ill be applied: limitations due to airport operations, hci c ht i.e., crane) restrictions, areas which cannot be worked at simultaneously, da r."ni' ght work restrictions, inter construction, and other limitations. Include a reference to paragraph .7 for project phasing requirements based on c n;,,;tru ti n linlitations as required. -7 1 /1 3.1�2017 Page Intentionally Blank 1 /1 3.1�2017 APPENDIX A. RELATED TED READING MATERIAL L AC 1 / 7-. pperidi Obtain the latest version of the following free publications from the FAA on its Web site at littp./'/www.faa.goy/a*irports/. Table A-1. FAA Publications u mb r Title and Description AC 150/5200-28 Notices to Airnien (,fir` T s) .. r lrr{t 1y rt rs- uidance for using the NOTAM System in airport reporting. AC 150/5200--'30 Airport Field Condition Assc-�vstnentv and fYinter Operations Sqftp�y Guidance for airport owners/operators can the development of an cc:ept�r 1 e airport sinow and ice control program rind on appropriate field condition reporting procedures. AC 150/5200-33 1 Jazardo zis Wildl�fc., A Ura c-tan ts On or Wpa r A I*rpo I TV Guidance on locating certain lard uses that might attract hazardous 4F1 ]public -use alrp r' . AC 1 i1 1 L+ - tir7 in t !� , Mar i g, a r! i i h i i , {g o f Vc-? 4 c cs s ed )1 4117 A irpo t Guidance, specifications, and standards for painting., marking, and lighting vehicles operating in the airport air operations areas. AC l / l 0- r-ouiz d V'eh1 c,le Op era t on to inehide T(z_�l1 g or To t i i ig an A Jrer t oii A 4 ! fwL s Guidance to airport operators on developing ground vehicle operation training programs. FAA standards and recommendations for airport design. Establishes approach visibility lain i m unis as an airport design parameter, and contains the � j ect Free area and the obstacle free -zone criteria. AC 150/5210-24 I ject Debr' (FOD) Mw i age-m cn t A'rport Foreign Oh is Guidance for developing and managing an.airport foreign object debris (FOD) pro rl-irn 1 /1 3.1�2017 AC 1 / 7-. pperidi Number Title and Description AC 15015320-15 Managetnent qf Airport Industrial Waste Basic information on the characteristics, management, and regulations of i ndustr*la l wastes generated at airports. Guidance for developing a Storm Water Pollution Prevention Plan WPPP) that applies best management practices to eliminate, prevent, or reduce PORMants in storm water rLLn Off with partiCLL Ja i airport i 1 d.U:stri l activities. AC 150/5340-1 Standards Irp fioi-, A' ort Marldik<,-Yy FAA standards for the s its ng and installation of s inns on airport runways and taxiways. AC.150/5340-18 Sta nda rds fio r A h po a Sign Sys i enis FAA standards for the sit'mg and in tal l ation of signs on airport runways and taxiways. AC 150/5345-28 Precision Aj�proach Patli fndicatoi(PAP[) StStenis FAA standards for PAP] systems, which provide pilots r i th visLial glide slope guidance during approach for landing. AC 150/5340-30 D(--�4gt7 (m d Jizst�i 11a ti o n De w I I.v.fb r A I i po r/ Vim mil A I ds Guidance and recommendat ions on the 'Installation of Airport visual aids. AC 150/5345-39 Specficationjbr - 5 , u i-i,, v and Taxi w v Retrorqflective Markers AC 150.1�5345-44 Spec�ficationjbr Runwajand TaxiwayS�gns FAA s eei f i cations for unlighted and lisdited signs for taxiways and rLinways. AC 150/5345-53 A irp w -t L igh tiizg Eq itipm en t Certivi Ca tl*o) z Pi -ogra ni halls on the Airport Ult-71iti nty Equipment Certification Program (ALECP). AC 1 / 34 a 0 Specfflcationjbis Por-table n waj) and Ta v we y Lghts FAA standards for portable runway and taxiway lights and runway end identifier 11 t-rhts for temporary use to permit continued aircraft operations while all or part of a runway li .ht'n. system is inoperative. AC 150/5345-55 Spec icwlo for L-89 , L ight d Visimil Aid to I?7dic(ite Tef' i)-° - 1 /1 3.1�2017 AC 1 / 7-. Appendix Number Title and Description AC 150/5370-10 Standai--dsjbi-, Spec�fying ("'WISP-'Uction qfAirportF Standards for construction of airports, including earthwork, drainage, paving, turfing, lighting, and incidental construction. " 150/5370-12 Qualilv zV agemenijbii Fect r lip. Fund- e A ifpori Construction rq ec is EB 93 Gui&inee'1br the Assembly and Ins fall lion ' Temp ..fraryr ralW ' construction Signs FAA Order 5200.11 FAA Airports (ARP) Safety Mana(ement System (M ) Basics for implenienting SMS within ARP. Includes roles and respon-sl bill ties, of ARP management andstaff f as, well as other FAA line's of business that contribute to the ARP SMS. FAA Certatert 98-05 Gr-assc�-v Attractive to Hazat.-tious Vvilefly'e Guidance on grass management and seed selection. FAA Form 74 -1 Notice of proposed Construction or Alteration FAA Form 74 -1 Notice of Lard in ( Area Proposal FAA Form 0000.26 at1on1 NAS StrateizicInterruption Service Level Agreement. Strategic Events Coordination, Airport Sponsor Form Obtain the latest version of the following free Publications from the Electronic Code of Federal Regulations at littp:// r f . fr. g /. Table - . Code of Federal Regulation Number Title Title 14 CFR Fart 77 Safe, Efficient Use and Preservation of the Navigable irspace Title 14 CFR Dart 139 Certification of Airports Title 49 CFRPart 1542 Airport Security Obtain the latest version of the Manual on Uniform Traffic Control Devices from the Federal Highway dm i n i stration at 11ttp://niut dffhwa.dot. Toy/. - 1 /1 3.1�2017 Page Intentionally Blank -4 AC 1 / 7-. Appendix 1 /1 3.1�2017 APPENDIX B. TERMS AND ACRONYM Table B-1. Terms and Acronvms f 1 / 7-. Appendix B Term Dori iflon Form 7460-1 Notice of Proposed Construction or Alteration. For on -airport projects, the form submitted to the FAA regional or airports division office as formal written 11ot1 icatl l� � iC� 1 1 n � 11 t1'I `tioii or ail terat'on f obj ucts that affc€�t nav'gablc airspace, as defined in 14 C F R Part 77, Sql� , ' c-1 en i Use, a nd Pfvservation . the Aavigable Airspace. (See guidance available on the FAA web site at 11ttPS:/./0eada.faa.gov.) The form may be downloaded at littp-+-://www.f'aa.�ov/airpoi-ts..,"resource.s/l'orins./, or 1 ' led electronically at: https: !/oea. faa.go. Form 7480-1 Notice of Landing Area Proposal. Form Submitted to the FAAAirport-,; Regional Division n ffi ce or Airports District Office as formal written notification whenever a pr jcet Wi thOUt aii airport layout plan on fi 1 c with thu FAA involvcs 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 f an entire airport The form may be downloaded at http:/:'Www. faa.goV/ai r-ports/resources/ form sl. Form 6000-26 Airport Sponsor Strategic Event Submission Form C Advisory Circular ACS1 Airport Certification Safcty Inspector ADG Airplane Design Group [ P Airport Improvement Program LECP Airport Lighting Equipment Certification Pr grain G A it National G Uard AOA Air Operations Area, as defined in 14 CFR Part 107. Means a portion of are airport, spec i died ' n the airport se Urity prograin, in which security measures are carried out. This area includes aircraft movement areas, aircraft parking areas, loading ramps; and safm areas, and aiiy adjaccnt areas (such as gcncral aviation. areas) that are not separated by adequate security systems, measures, or procedures. This area does not include the secured area of the airport terminal building. 1 FF Aircraft Fescue and Fire Fighting IMF FAA Office of Airports ASDA Acculcratc-Stop Di stanco val-1 abl c T Air Traffic ATCT Airport TrafTie ODtrol Tower ATIS Automatic Terminal [nformation Service ATO Air Traf fle Organization Certificated Airp rt Are airport that has been issued are Airport Operating Certificate by the FAA under M 1 /1 3.1�2017 f 1 / 7-. Appendix B Term Definition the authority of 14 CFRPart 139, ''c-t-tij-atio?7 o 'ii poi-tv. CFR Code of Federal Regulations lation Construction The presence of construction -related personnel, equipment, and materials in any location that could infringe upon the mover rent of aircraft. C P P Construction Safety and Phasing Plan. The overall plan for safety and phasing of constrUCti011 prof oc t duvulopcd by the airport operator, or dcvc1 opcd 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. 'T F Common Traffic Advisory Frequency Displaced Threshold A threshold that is located at a point on the runway other than the designated beginning of the runway. The portion of pavement behind a displaced threshold 15 available for takeoffs M either direction or laii ling froin the pposit-C directions DOT Department of Transportation EPA Environmental Protection Agency FAA Federal Aviation Administration FOD Foreign Object Debris/ aniage FSS F I i ght Service Station A General Aviation HAZMAT Hazardous Materials HMA Hot Mix Asphalt 1 P hi struiiient Approach procedures 1FR Instrument Flight Rules ILS Instrument Landing System L IAA Landing Distance Available LOC Localizer antenna array Movement Area The runways, taxiways, and other areas of an airport that are used for taxiing or hover taxiing, air taxiing, takeoff, and landing of aircraft, exclusive of loading aprons and aircraft parking areas (reference 14 CFR hart 139). MSDS Material Safety Data Sheet M UT ' D Manual on Uniform form Traffic Control Devices NAVAI D Navigation Aid NAVA l D Critical Area Are area of defined shape and size associated with a NAVAID that must rein ire clear and graded to avoid interference with (lie clectroilic si glial+ morn -ICI ovenient Area The area inside the airport security fence exclusive f the MoveiTient Area. It is important to note that the non -movement area illClUdes pavernent traversed by aircraft. B:20 1 /1 3.1�2017 f 1 / 7-. Appendix B Term Defini ion NOTAM Notices to Airmen bstrL[01011 Any olkj ect/ob tac lc exceeding the obstruction. standards specified by 14 C F R Part 77, subpart C. OCC Operations Control Center F / AAA Obstruction Evaluation / Airport ii-spacc Aiialysis OFA Object Free Area. Are area on the ground centered on the runway, taxiway, or taxi lane centerline provided to enhance sa I ety o r aircra Ct operations by having the area free of objects except for those objects that need to be located in the OFA for air• oration r aircraft r Und maneuvering pulp ses. (See 1 01 30 -13 for na-viIn additional guidance on F standards and �intip clearance criteria.) F Obstacle Free Zoiie. The aii-space below 150 ft (45 rn) above the established airport elevation and along the runway and extended runway centerline that is required to be clear of all objects, except for frangible visual NAVAIDs that need to be located in the OFZ because of their function, in order to provide clearance protection for aircraft larding or taping off` from the runway and for missed approaches. The OFZ is -subdivided as follows-, RUn ay OFZ. Inner Approach OFZ. Inner Transitional OF , and llreci si ors OFL Refer to AC 150/5300-13 for guidance on OFL OSHA CCUpational Safety and Health Administration P&R Planning and Requirements uirements Group 1 ICI NAS Planning Integration P PI Precision Approach Path Indicator PFC Passenger Facility Char c PLASI Pulse Light Approach Slope Indicator Project ect proposal Summary ry A clear and concise description of the Proposed project or charge that is the object f Safety Risk Management. RA Reimbursable Agreement ICE Resident Engineer I EI L Runway End Identifier U Its RNAV Arca N�ivi atliOTI ROFA Runway Object Free Area RSA Runway Safety Area. A defined surface surrounding the runway prepared or lei tahl c for rcdL1C1 n the risk of damage to al rpl no s in the cvcn t of an Under ho t, overshoot, or excursion from the runway, in accordance with AC 150/ 00-13. SDS SaCoty Data Sheet SIDA SecurityIdentification Display rea SMS SafetyManagement System B- 1 /1 3.1�2017 f 1 / 7-. Appendix B Term Definition PC D Safety Plan Compliance Document. Details developed and S Lrbmi tted by a contractor to the airport operator for approval providing details on how the purftwniancu of a con struction pro] cct wi 11 comply i th the C S P P M Safety Risk sly Management SSC yster n Support Center Taxiway Safety A defined surface alongside the taxiway prepared or suitable for reducing the risk Area ofdamage to are airplane unintentionally departing the taxiway, in accordance with C l 0/ 5 3 00- l 3. TDG Taxiway Design GrOLIP Ternporary Anycondition that is not intended to be permanent. Temporary Runway The beginning of that portion of the runwav available for landing and taping off in 4.0 Fnd One (11,1'ecti n, and f r landing in flie other direction. Note the different fr trn a displaced threshold. Thre:-z,hold The inning nni ng o I` that Portion o 1` the run aavailable I r l ndimy. In somo instances, the landing threshold may be displaced. TODA Takeoff Distance Available TOFA Taxiway Object Flee Area TORA Takeoff' Run Available. The length of the TUilway less any length of ru iiwa unavai [able and/or un suitable I ()r t keo H' run c mputati ons. Sep l /5 " -1 for guidance on declared distances. TSA Taxiwav Safetv Area, or Transportation Security Admi n istratl 11 U I ICOM A radio conimun ications system of a type used at srrna l l airports. VASI Visual Approach Slope Indicator J S I VI ual (11 i de Slope Indicator. A device that provides a visual glide slope indicator to landing pilots. These systems include precision approach path indicator (PAPI), visual approach slope indicator (V ] ), and pUlse light approach slope 'Indicator FL1). VFR Visual Flight Rules VOR VoryH i li FI-CqLlCrlCV 0iinnidircetional Radio Fan g~ PD Vehicle rr Pedestrian Deviation B-4 1 /1 3.1�2017 APPENDIX C. SAFETY AND PHASING PLAN CHECKLIST f 1 / 7-. Appendix This appendix is l e cd to Chapter 2. In the electronic vcrsion of this AC, clicking on the Paragraph des i nation in the Deference 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 a required submittal. Table -1. CSPP Checklist Coordination Reference nce Addressed? Remarks Yes No NA General Considerations Requirements for predesign, Prebid } 2.5 and prceanstruction conferences to introduce the subject of airport operational safety during construction • are specified. Operational safety is a standing .. agenda item for construction progress r-ni ect l n gs. Scheduling of the construction Phases 2.6 is properly addressed. Any formal agreements are 2.5.3 established. Areas and Operations Affected by Construction Activity Drawings showing affected areas are 2.7.1 included. Closed or partially closed runways, .7.1 f l taxiways, and aprons, are depicted on drawings. Access routes used by ARFF vehict s 2.7.1.2 affected by the project eet are addressed. Access routes used by airport and 2.7.1. airline support vchieles affected b the project are addressed. Underground utilities., including ,7, l .4 water supplies for firefighting and dralnac. 1 /1 3.1�2017 f 1 / 7-. Appendix Coordination Reference nce Addressed? Remarks Yes No NA pproach/depart Lire surfaces affected .7,1. by heights of temporary objects are addressed. Construction areas, storage areas, and 2.7.1 access, routes near runways., taxiways, aprons, or hel ipalds are properly depleted on drawings. Temporary i ange to taxi* operations f 7. f 1 are addressed. Detours for ARFF and other airport . . . . vehicles are 1d nd ied. Maintenance of essential utilities and 2.7.2. Underground infrastructure is addresscd. Temporary han es to air traffic , 7, .4 control procedures are addressed. NAVID Critical areas for LANAI Ds are 2,8 depicted on drawings. Effects ofconstruction activity on the 2.8 performance of NAVAIDS, including unanticipated power outages, are addressed. Protection of NAVAID facilities 'IS 2.8 addressed. The required distance and direction 2.8 from each NAVAID to an construction activity is depicted on drawings. Procedures for coordination w*ith 18, 2.111, FAA T /Teehn i e a 1 p erati* on , 113,53 � I , including identification of paints of 2.18.1 contact, are Included. Contractor Access The CSPP addresses arews, to which 2,9 contractor will have access and how :1) AW 1 /1 3.1�2017 f 1 / 7-. Appendix Coordination Reference nce Addressed? Remarks Yes No NA the areas 111 be accessed. The ap l i e�itlon of 49 CFRFart 1542 . Airport Security, where appropriate, is addressed. The location cif stockpi 1 ed . . l construction materials 1s depicted on drawings. The req ui rerwit for stockpiles in the 2.9.1 ROFA to be approved by FAA is included. Requirements for proper stockpiling ?. .1 of mat ri-rls are included. Construction site parking n 'IS 2.9.2.1 addressed{ Construction equipment parking 1s 2.9.2. addressed. Access and haul roids 1-ire addressed. 2.9.2. requirement for marking rid . . .4 lighting of vehicles to comply with AC 150.1�5210-5, Painting, Marking a -rid Lighting (#' V eh icples Uyed on on 1rj? i-t, i included. Proper vehicle operations, including . , . � 2.9.2.E requirements for escorts, are described. Training requircments for vehicle 2.9.2. drivers are addressed. Two-way mdio communications 2.9.2. procedures are described. Maintenance f the secured area of 2.9.2.1 the airport 'Is �Lddr sled. Wiidfife Management The airport p rator*s wildlife I1 management procedures are addressed. 1 /1 3.1�2017 f 1 / 7-. Appendix Coordination Reference nce Addressed? remarks Yes No NA Foreign Object Debris Management The airport operator's FO D 2.11 manacrement procedure are addressed. Hazardous Materials Management The airport operator" s hazardous 112 materials manageilient procedures are addressed. Notification of Construction Activities Procedures for the immediate .13 noti f i cation of airport LLS r and local FAA ofan conditions adversely affecting the operational safety of the airport are detai led. Maintenance of a list by the airport .1 .1 operator of the responsible representatives/ points of contact for all 'Involved parfi s and procedures for contacting ther n 24 hours a da , seven drys a weekis specified. list of local T./Tech n ial 2.13.1. Operations personnel is Included. list of ATCT managers n duty 1s 2.13.1 fist t of autho rued represntat iv es to 2,13.2 the OCC i s included, Procedures for coordinating, issuing, �, 2.13.21 maintaining and cancelling by the 2.18.3.3. airport operator of NOTAMS about airport conditions resultinu from construction are included. Pro is.ion of inforniat.ion on closed or 2.13.2 hazardous conditions n airport movement areas by the airport operator to the OCC is specified. Ernergency notification procedures 2.13 3 for medical, fire fi lghtl n u, and Police -4 1 /1 3.1�2017 f 1 / 7-. Appendix Coordination Reference nce Addressed? Remarks Yes No NA response are addressed. Coordination with ARFF personnel 2.13.4 for non -emergency issues is addressed. Notification to the FAA under 14 2,13.5 CFR parts 77 and 157 is addressed. F 'Imbur able agreements for flight 2.13.5.3. cheeks and/or design alld construction for FAA owned IIDs are addressed. Inspection Requirements Daily and interim inspections by both .14.1, 2.14.2 the airport operator and contractor are pe t 1 d. Final inspections at certificated 14. airports are spee1 t ed when req u'red. Underground Utilities Procedures for protecting existing .1 underground facilities in excavation areas are descr*lbed. Penalties Penalty provisions for noncompliance 2.16 with airport rules and regulations and the safety plans are detailed. Special Conditions Any special conditions, that affect the .17 operation of the airport or i-eqLL]re the activation of any special procedures are addressed. u n av and TaxiwayVisual ids - � a rki ng, Lighting, Signs, and Visual 1 A ] D The proper securing of temporary airport markings, lighting. signs, and visual NAVAIDs is addressed. Frangibility of ai iport markings, , 2.18.1. .1 . ; lighting, signs, and visual NAVAIDs .1 .4. , is specified. 2.20.2.4 1 /1 3.1�2017 f 1 / 7-. Appendix Coordination Reference nce Addressed? Remarks Yes No NA The r q ui remetit for ni-,C-irkings to be 18.2 in compliance with AC 1 5-34 -1, `tan da rds. 161- A ii of -I Alla rk 1n s, is specified. Detailed specifications for materials 2.18.2 and methods for temporary markings are provided. The requirement for lighting to 2,18.3 conforin to AC 150/5340-30, Design an d Install t- n De to' Is fir AI rport Visual Aids; AC 1-50/5345-50, Spec -�Iiewio n fiv Poi -ta b le R I i n VVU v and Kix v)� Lig is p-- and AC 150/5345-53., Airport Lighting ef-tylcat Pro f"a i, is specified. The use of a lighted X is specified ..1 . .1. , where ap r prillte. + 1 +3. The requirement for signs to conform 2.18.4 to.AC 15.0.."5345- Specy1catiunfir Runway and Taxiwav-S�gns; AC 5015340-18,,5tai-idai-,d.5.foi-- Airpoil Sign Si. s-tems; and AC 1 / 4 } Airport Lighting Certijiuitioii rogfv ?, is specified. Marking and Signs For Access routes The CSPP specifies that pavement 2.18.4.2 markings and I ns intended for construction personnel should con f rin to AC 150/5340-18 and, t the extent practicable, with th o M UT ' D and/or State highway specifications. Hazard Marking and Lighting Prominent, eon-1prehen ihle warning 2.20.1 indicators for any area affected by construction that is no nina ll accessible to aircraft, personnel. r vehicles are specified, 1 /1 3.1�2017 f 1 / 7-. Appendix Coordination Reference nce Addressed? Remarks Yes No NA Hazard marking and lighting are speel f ied to identify en manholes, small areas under repair, stockpiled material, and waste areas. The CSPPconsiders less bi L« 2.20.1 constru tion-relat d hazards. Equipment that poses the least danger 2.20.2.1 to aircraft but 'is sturdyenough t remain in place when subjected to typical winds, prop wash and jet blast is- specified. The spacing of barricades is specified .20.2.1 such th-it a breach is physically prevented barring a deliberate act. Iced lights meeting the luminance .20.2. requirements of the State Highway D'll-trl1el1t 'ire specified, Barricades, temporary markers, and .20.2. other ob J ects p l aced and I eft I n areas adjacent to any open runway, taxiway, taxi lane, or apron are speed f 1ed to be as loaf as possible t the ground, and no more than 18 inch high. Barricades are specified to indicate 20,1 � construction locations in which no part of an aircraft may enter. Highly reflective barriers with lights 2.2 0.?. are specified ied to barricade taxiways leading to closed runways. Markings for temporary closures are 2.20.2.5 svciiid. The provision of a contractor's 2.20.2.7 representative on call 24 fours a day for eirier enc mat mel Ci e of a1 rport hazard lighting and barricades 1 �v'lfld. :7 1 /1 3.1�2017 f 1 / 7-. Appendix Coordination Reference nce Addressed? remarks Yes No NA Work Zone Lighting for Nighttime Construction If wow is to be conducted at night, 2.21 the CSPP identifies construction lighting units and their general locations and ai rain 'in relationship to the ATCT and active run ay and taigas. Protection of Runway nway and Taxiway Safet , Areas The CSPP clear[ states that no 2.22. 1. l , constni ti on may occur within a . 3. 1 safety area while the associated runway or tax 1 way i s open for a i rc raft Operations. The CSPP specifies that the airport , + l . , operator coordinates the adjustment 2.22.3.2 of RSA or TSA dimensions with the ATCT and the appropriate FAA Airports Regional or District Office and issues, a l oc�L1 N T M. Procedures for ensuring adequate 2.22.3.3 distance for protection froin blasting operations, If regMred by operational considerations, are detailed. The CSPP specifies that open 2.22.1.4 trenches or excavations are not permitted with In -(a safety area wh i t the associated 1"Unway or taxiway is open, subject to approved exceptions. Appropriate covering of excavations 2.22.1.4 in the RSA or TSA that cannot be hack f i l led before the associated runway or taxiway is open is detailed. The CSPP includes provisions for 2.22.1.4 prominent marking of open trenches and excavations, at the construction site. Grading and soil erosion control to 2.22.3.5 maintain RSA/TSA standards are 1 /1 3.1�2017 f 1 / 7-. Appendix Coordination Reference nce Addressed? Remarks Yes No NA addressed. The CSPP specifies that egUi pment is 2.22.2 to he removed from the ROFA when not in use. The C P P clearly states, that no 2,22.3 construction may occur within a taxiway safety area while the taxiway is open for aircraft operations. Appropriate details are specified for 2,22A ,iny construction work to he accomplished its a taxiway a object free area+ Measures to ensure that personnel, + ,4. , material, and/or equipment do not penetrate the OFZ or threshold siting surfaces while the runway 'is open for aircraft operations are included. Provisions for protection of runway .. . approach departure areas and clearways are included. Other Limitations on Construction The CSPP prohibits the use of open 2.23.1.2 flame welding or torches wiless adequate fire. safety precautions are provided and the airport operator has approved their use. The CSPP prohibits the use of + + l . electrical blasting caps on or Within 1,00 ft (300 rn) of the airport property. 1 /1 3.1�2017 f 1 / 7-. Appetidix D APPENDIX D. CONSTRUCTION PROJECT DAILY SAFETY INSPECTION CHECKLIST The situations id.cnti f i ed below are potcntially hazardous conditions that may occur d uri rya airport construction prglects. Safety area encroachments, unauthorized and improper around vehicle operations, and unmarked or uncovered holes and trenches near aircraft operating surfaces pose the most prevalent threats to airport operational real safety ur,i rig airport construction projects. The list below is; one tool that the airport operator r r contractor may use to aid its identi f ile aid correcting potentially hazardous conditions. It should be customized as appropriate for each prQject including information such as the date, time and name of the person conducting the inspection. Table D-1. Potentially Hazardous Conditions o Action Item Action Required d (Describe) Required (Cheek) E-nation adjacent to runways, taxiways, and aprons improperly backfilled. LM &s of earth, construction materials, temporary structure.s, and other obstacles near any open runway, taxiway, or taxi lark; in the related Object Free area and aircraft approach or departure are as/zo n s; or obstructing any sign or marking. Runway resurfacing projects resulting in lips exceeding 3 inch 7.6 em) from pavement edges and ends. Heavy q a ipme t (stationary or mobile) operating or idle near AOA, in runway approaches and departures are -as, or its F. Equipi-nent or material meal' NAVAIDs that may degrade r impair radiated iated signals and/or the r onitortna of navi att'on and visual aids. Unauthorized or improper veh 1 c l e operati ons i re I ocal i zer or gl i de slope critical areas, reAllting in electronic interference and/or facility shutdown. Tall and especially relatively low v*1sibil itV Y units, (that If,,;,u i p]rr lit with slim profiles) cranes, drills, and similar objects located in critical areas, such as OFZ and D-1 1 /1 3.1�2017 f 1 / 7-. Appetidix D No Action Item Action Required (Describe) cribe Required (Check) approach zones. Improperly po tttoned or malfunctioning lights or unlighted airport hazards, such as holes r excavations, on any apron, open taxiway, or open taxi lane or in a related , et , approach, or departure area. Obstacles, loose pavement., trash, and other debris n or near AOA. Construction debris (gravel, surd, lnud, paving materials) on airport pavements may re al t in aircraft propeller, turbine engine, or tire damage. Also, loose materials may blow about, potentially causing personal i'n'jury or equipment dar nage., Inappropriate or poorly maintained fencing duri tag construction intended to deter l urnan and animal *Intrusions into the AOA. Fencing and other markings that are inadequate to separate c on trLreti on areas from open AOA create aviation hazards. Improper or inadequate marking or li htin of runways e pe i al ly th resh of ds that have been displaced or runways that have been closed) and taxi aYS that COLL[d caLlse pilot confusion and provide a potential for a runway incursion. Inadequate or improper methods of marking, h arrt" ad i n g, and l ighti n� of temporarily closed portions of AOA create aviation ha and . Wildlife attractant such as trash (food scraps not collected Irons construction personnel. activity)., ��-ass seeds, tall. grass, oar standing water n or near airports. Obliterated or faded temporary markings on active operational areas. Misleading or malftinctioning ob trueti oil 4-11 lights. Unlighted r unmarked obstructions in the approach to any open runway pose aviation hazards. 1 /1 3.1�2017 f 1 / 7-. Appetidix D No diction Item Action Required (Describe) cribe Required (Check) Fai l ure to issue, update, or cancel I T M.s abow airport or runway closure or other construction related airport conditions. Failure to mark and identify utilities or power cables. Damage to utilities and power cables du r*j t , construction a tiv i t can result in the loss of runway / taxiway li hti ucya loss of navigation, visual, or approach aids; disruption of weather reporting services; and/or l o--,,s of communications. Restrictions on ARFF access fi-one fire st-'ations to the runway / taxiway cyst m or airport buildings. Lack of radio corni-nuni'cat'lons with construction vehicles in airport movement areas. Objects, regardless of whether they are inarked or flagged* or act *l iti s anywhere on or clear an airport that could b distracting, confusing, or alarming to pilots during aircraft operations. Water. snow. ] rt. d brl s, or other contaminants that t mporarfly obscure or derogate, the visibility of runway/taxiway marking, lighting, and pa, ernent edges. Any condition or factor for that obscures or diminishes the visibility of areas tinder construction. Spillage from vehicles (gasoline, diesel fu ll oil) on active p verne Jlt areas, such as runways, taxiways, aprons, and airport roadways. Failure to maintain drainage s stern intcgrity during onstruction (for example, no temporary drainage provided when nor irig on a drainage system). 1 /1 3.1�2017 f 1 / 7-. Appetidix D No diction Item Action Required (Describe) cribe Required (Check) Failure to provide for proper electrical lockout and tagging procedures. At targer 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 el c trocution or fire i nition hazard. Identify and secure wirinur, and place it in conduit or bury it. Site burning, which can cause possible ohs urat lon. onstrUCtl on work taking place outside of designated work areas and out of phase. -4 Appendix E APPENDIX E. SAMPLE OPERATIONAL EFFECTS TABLE E. I Project Description, Runway 15-33 is currently 78.2.0 feet long, with a 500 foot stopway on the north end. This project wi 11 remove the stopway ,C-tnd extend the rUnway 1000 feet to the north and 500 feet to the SOLIth. Finally., the i ti nportion of the runway will be repaved. The runway 3 glide slope will be relocated. The new runway 33 localizes has already been installed by FAA Technical Operations and only needs to he switched on. Runway 15 is currently sei-ved only by a l o ail i er, which will rema*1 « in operation as it will he beyond the future RSA. Appropriate NOTAMS will be issued throughout the project. E.1.1 Dur']'ng Phase I, the runway 15 threshold will be dL spl aced 1000 feet to keep construction equipment below the approach surface. The start ofrunway 15 takeoff and the partLtr end of runway w111 a1 so be moved 500 feet to protect wo rk ers from Jet blast. Declared distances for 1"Linway 33 will he adj ILL.Sted to provide the regUireel RSA and applicable departure surface. Excavation near Taxiway a will require its ADG to he reduced fronn IV to 111. See Fiyur E-1. Figure E-1 + Phase I Example 7. 20 JORA. TODA) 7.�20 (TO RA. TODA, ASDA) NMI 13.820 {A.SDA. LDA) 1.000 6.820 {LDA) _943D 500 RLINWAY 15 - I TAXIWAY 0 I M -- I TAX NVAY 0 � (SECURE D TO EARRICADES J � _ NORTH LLCD N m ,� -40 �2 -n r NEVI CON STRLICTION CLOSED CLOSED FOR LANDING • DISPLACED THRESHOLD LEGEND Note 1; Where hold signs are instal1cd on b tli sides of a taxiway, install tht: TORAsitin on the left side of the taxilway before the final tern to the runway intersection. Note 2; Kased on the declared distances for I unwuy 3 departures, the maxim um equipment height i n the construction area is 12.5 feet (500.140 = 1 .5 ). E-1 1 /1 3.1�2017 f 1 / 7-. Appendix E E.. During Phase II, the runway threshold 1*11 be displaced 1000 feet to keep construction equipment below the approach surface. The start of runway takeoff and the departUre end off, runway 15 w]I1 also be moved 500 feet to protect workers from jet blast. Declared distaiices fOr f+un ay 15 will be adjusted to provI'de the regU1'red RSA and applicable departure surface.. See Fi grure E- . Figure E-. Phase 11 Example TAX IAY 0 H E) LL NORTH (SECURED TO BARRICADE LL LULU Y-J <� > C 5 MM co N TI O T z NEW C O N BTR U CTI ON CLOSED CLOSED FOR LANDING - DISPLACED THREEHDLD LEGEND Note r : Where hold sii'ym are i w-aal led n both sides des f a taxi way, i i �tal l the T ) -sigh on theleft side of the taxiway before tllc final turn to the ruiiwav i ntersccti n. Note 2; Based on the declared distances for RLinwav 15 depai-tures, the ma i i-nurn equipment height in the WnSIFLI lien arm -i is 12.5 Feel (50 :-`40 = 12-5). E- Apperidix E E.3 During Phase III, the istin(y portion of the runwaywill b r paved with Hot Mix Asphalt (HMA) and the runway 3 glide slope will be relocated+ on'stru ti n will he accoinplished between the h L1r,S Of 8,00 pm and :00 any, during which the runway will be closed to operations. Figure E- . Phase III Example 9.�2Q (TURA, TOGA. A IDA. LDAI 9.32() (70RA. TQE)A. A!5E)A. LDAJ RUNWAY 15 • 33 II RAr41P (BARRI CAD E 5 1/0 TH SIGN INSTALLED DURING HOURS OF CONSTRUCTIONS NORTH (SE Cl_1 FEED TO BAR R ICADE ) NOTE: INSTALL LIGHTED " X" OR YELLCIW ' q ON NUMBERS AND REMOVE WHEN RUNWAYS ARE OPEN FOR OPERATIONS N EW CONS TRU CTI ON CLOSED CLOSED F OR LANDI NO - VI SPLACED T HIRE SH OLD LEGEND E- 1 /1 3.1�2017 Table E-1. Operational Effects Table f 1 / 7-. Appendix E Project Runway 1 Extension and Repaving Phase Normal Phase 1 t Extend Phase 1 L Extend Phase III: Repave (Existing) Runway 15 End l unwav End l u nwa Scope of Work N/A E t nd Runway Extend Runway repave existing 15-33 1,000 ft on 15-33 500 It on runway with HIT North end with Hot south end with Relocate Runway Mix Asphaltic Hot Mix phalti lido Slope ' onc+rete H ICI ' oncrrete H ICI . Effects of N/A Existing North Existing South Runway closed Construction 500 fI closed 500 fI closed between :00 pm Operations and :00 am Edge lighting LLt Of service Construction Ph N/A Phase I Phase II Phase III (Anticipated) (Anticipated) (Anticipated) Runway 1 Average Cam er: Carrier, 4 r' day Carrier: 4 /day Carrier. er. � � � day Aircraft Operations /day A: 26 /day A: 26 /day : 20 / day : 26 1 ilitar : 0 /day Military: :/da Military: /day /d of Military: 1 1 /da Runway aAverageCarrier: 0 Carrier: 0 /day Carrier: /day Carrier: 0 /day Aircraft Operations ��d� r + I ������ + I ��da + /da�f 18 Militai-y:O./day Military: 5 /day l rl rtar + 0 /da /da Military- 1 /day l unwa 15-33 w I V C_IV("-I 7-1 Aircraft Category Runway15 l mile l mile l mile 1 mi lu Approach Visibility Minimum Runway ay 3 �'4 mile -14 mile 1/4 mI le 1 Mile Approach Visihillotv Minimums Note: proper coordination with Flight Procedures group is necessary to maintain instrument approach procedures during construction. E- 1 /1 3.1�2017 f 1 / 7-. AppendixE Project l u nw av 15-33 Extension and Repaving Phase Normal (Existing) Phase l: Extend Runway 15 End Phase IL Extend Runway F End Phase III: Repave Runway Runway nway 15 Declared Distances T IAA 71820 7320 8,320 9s320 TODA 71820 7,320 8,320 95320 Runway Declared Distances T lei 71 7}320 8,320 9,320 T DA 71 7,320 9,320 91320 ASDA 81320 61820 8,320 9s320 LDA 71820 6,820 7,820 95320 Runway ay 15 Approach Procedures LOC only LOC oifly LOC only LOC on1 RNAV RNAV RNAV RNAV Runway33 Approach Procedures ILS ILS ILS LOC only RNAV RNAV RNAVN 1 N r D s Runway nway IL , ILA MALSR ILA MALSR LOB MALSR TaxiwayC, ADCIV III TV I W ATCT (hours open) 24 fours 24 hours 24 fours 0 00 - 0 0 A FF Index D D D D E5 1 /1 3.1�2017 f 1 / 7-. AppendixE Project l u nw av 15-33 Extension and Repaving Phase Formal Phase l: Extend Phase IL Extend Phase III: Repave (Existing) Runway wa 15 Enid Runway 33 End Runway Special Conditions it l l m i l ita aircraft Some lark l l m i l ita aircraft National relocated to ii-iilitary aircraft relocated to Guard alternate ANG relocated to alternate AN (ANG) Base alternate ANGBase military lase operatiolls Information for Refer above for Refer above for, Refer above for -NOTAMs applicable applicable applicable declared distances. declared distances. declared distances. Tax'[way G Airport closed hinit d to l 18 ft 2000 0500. wingspan runway 15 glide slope OTS. Note: This table is one example, It may be, advantageous to develop a separate table for each r � ect h��s andri r to addressthe operational tatLLS Of the associated 1 D per construction phase. orn p l etc the following chart for each phase to dete rrn i rye the area that must be protected along the runway and taxi a edges Table E . Runway and Taxiway Edge Protection Runway/Taxiway Aircraft Approach Category* B, C, or D Airplane Design Group* I, I1, 1II, or IV Safety Area Width in Feet Divided by 2* *See ' 150/5300-13 to complete the chart for a specific runway/taxiway. E- 1 /1 3.1�2017 f 1 / 7-. Apperidix E Complete the following chart for each phase to determine the area that must be protected before the runway thr sliold: Table E- + Protection Prior to Runway Threshold Airplane Design Aircraft Minimum IF a a lfi fi�� �� E Cl� Group*��t� pproarh Area I ll'i UIll is afire to Number Category* Prior to the Threshold Based on 11 HI I1111, orThreshold* , B, , or D Required Approach Slope" IV ft fi l ft ft : l ft fl l rt. ft : 1 *See AC 150/5300-13 to complete the chart for �i spec: i f i c: runway. E-7 1 /1 3.1�2017 Page Intentionally Blank E- f 1 / 7-. AppendixE 1 /1 3.1�2017 APPENDIX F. ORANGE CONSTRUCTION SIGNS Figure F-1. Approved Sign Legends Fr1 AC 1 / 7-. Appendix F 12/ 1 3.1�2017 AC 150/5370-2G Appendix F Figure F-2. Orange Construction Sign Example I NO ENTRY SIGN � ; I �� LOW PROFILE 9 1w I I Air a fffUAMMIUMUL KITH rl FLASHERS u u . cr INTERMEDIATE HOLDING POSITION MARKING Note: For proper placen-nent of Lsigns1 refer to EB 93. 4-11 F-2 1 /1 3.1�2017 AC 1 / 7-. Appendix F Figure F- . Orange Construction Sign Example CONSTRUCTION AREA I I TAXIWAY CENTERLINE TEMPORARILY RELOCATED C,i-0, ti r-�� , AHEAD u u f. Dote: For proper placement of signs, refer to EB 93. Fri 1 /1 3.1�2017 Page Intentionally Blank F-4 AC 1 / 7-. Appendix F Advisory Circular Feedback w If you find an error in this , have recommendations for improving it, or have suggestions for new items/subjects to be added, you may let us know by(1)maitina this form to Manager, Airport En ineeri n(T I ivision, Federal Aviation Adrnin i trat'lon TTN: AA S-1 0, 800 Independence ven u W{ Washington DC 20591 or fax i n it to the attention of the Office of Airport S.-C-ifvtv and Standards at (2.02)7- . ❑ An error procedural or typographical) has been noted in paragraph n page El Reconimend paragraph _ on page be changed as follows: El 1 n a future change to th i's A C, please cover the fo110 i ng subiect: (Hi -ieflv describe wha i yo u ivem I udded.) ❑ Other comment 1:1 1 would like e to discuss the above. Please contact rye at phone number, email address). Sub ran i tied by: bate Page Intentionally Blank k PROJECT MANUAL Runway 7/25 Threshold Relocation Iowa City Municipal Airport Iowa City, Iowa FAA AIP #: 3-19-0047-030-2021 n BOLTON & MENK RedI People. ReciI 50106DFIS. n BOLTON & MENK RedI People. ReciI 50106DFIS. CARL. L. U.J BYE 1 845 * I I - - - - - - - - - * � owe. Iowa City Municipal Airport i T51.12251 SECTION 00005 —CERTIFICATION PROJECT MANUAL for Runway 7/ 5 Threshold Relocation Iowa City{ Municipal Airport Iowa City, Iowa FAA AIP ##: -1-0047-0 0-20 1 I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the laves of the State of Iowa. (f7,-CtAl Date: 5/5/0 1 Carl L. Byers, P.E. or License No. 1284S y renewal date is December 31, 2021 Pages or sheets covered by this seal: Entire Soedfiration CERTIFICATION April 201 PAGE 00005-1 J BDI ton & M E n k, I n r-. 2019, All Rights R HIE rued Intentionally Left Blank Iowa City Municipal Airport i T51.12251 CERTIFICATION April 201 PAGE 00005- J BDI ton & M E n k, I n r-. 2019, All Rights R HSE rued SECTION 00010 - TABLE OF CONTENTS Runway 7 5 Threshold Relocation Iowa City Municipal Airport CONTRACT DOCUMENTS - PROJECT MANUAL. Introductory Information, Bidding Requirements, Contract Forms and Conditions of Contract 00005 - CERTIFICATION PAGE 60016 - TABLE OF CONTENTS 00200 - INSTRUCTIONS TO BIDDERS FOR CONSTRUCTION CONTRACTS 00210 - ELECTRONIC/DIGITAL DOCUMENTS 00410 - BID FORM 60411 - CERTIFICATION OF N 0 N -SEG RELATED FACILITI E 0041 - DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION 0041 - BILIY AMERICAN CERTI FICATE 00417 - DIBE LETTER OF INTENT 60418 - DBE CERTIFICATE OF GOOD FAITH EFFORT 00430 - BID BOND 005 20 - AGREEMENT BETW E E N OWN ER AND CONTRACTOR 60550 - NOTICE TO PROCEED 60610 - PERFORMANCE BON D 00620 — PAYM ENT BOND FAA Special Provisions SUPPLEMENTARY PROVISIONS WAGE RATES Part 1— FAA GENERAL CONTRACT PROVISIONS Section 10 — DEFI NITION OF TERM Section 20 — PROPOSAL REQUIREMENTS AND CONDITION Section 30 — AWARD AND EXECUTION OF CONTRACT Sect i on 40 — SCOPE OF WORK ecti on 50 — CONTROL OF WORK Secti on 60 — CONTROL OF MATERIAL Section 70 — LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC Section 80 — EX ECUTION AND PROGRESS Section 90 - M EAS LJREM ENT AND PAYMENT Technical Specifications: FAA Tech nica I Specifications Part 2 — GENERAL CONSTRUCTION ITEM C-106 — MOBILIZATION Part 3 - SITEWORK NOT USED THIS PROJECT Part 4 — BASE COURSES NOT USED THIS PROJECT Iowa City Municipal Air port i T51.12251 TABLE OF CONTENTS April 201 PAGE 00016-1 J BDI ton & M E n k, I n r-. 2019, All Rights R HIE rued Part 5 — STABILIZED BASE COUR5E5 NOT USED THIS PROJECT Part 6 — FLEXIBLE PAVEMENTS NOT USED THIS PROJECT Part? — RIGID PAVEMENT NOT USED THIS PROJECT Part S — SURFACE TREATMENTS NOT USED THIS PROJECT Part 9 — Pv1ISCE LLANEOU5 P-610 — CONCRETE FOR MISCELLANEOUS STRUCTURES P-620 — RUNWAY AND TAXIWAY MARKING Part 10 — FENCING NOT USED THIS PROJECT Part 11— DRAINAGE NOT USED THIS PROJECT Part 1 — TURFING NOT USED THIS PROJECT Part 13 — LIG HTI NG I NSTALLATIO L-108 — UNDERGROUND POWER CABLE FOR AIRPORTS L-110 — AIRPORT UNDERGROUND ELECTRICAL DUCT RANDS AND CON OMITS L-115 — E LECTRICAL MAN HOLES AIDD JUIVCTIESN STRUCTURES L-12 5 =1 NST LLATI ON OF Al R PORT LIG HTI NG SYSTE M5 DRAWINGS (UNDER SEPARATE COVER): 24 sheets numbered A.01 through PAP I-01 , inclusive, dated May 2021, a n d with each sheet bearing the following general title: Runway 7/25 Threshold Relocation Iowa City Municipal Airport APPENDICES + CO N.STRU TI ON .SAFETY AN D PH ASI NG P LAN ( SPP) 0 FAA A.C. 150/5370-2 — OPERATIONAL SAFETY ON AIRPORTS D U R I NG CON STRUCTI0N ****END OF SECTION**** Iowa City Municipal Airport — T51.12251 TABLE OF CONTENTS April 201 PAGE 00010- J BDI ton & M E n k, I n r-. 2019, All Rights R HIE rued NOTICE TO BIDDER Runway 7 6 Threshold Relocation Iowa City Municipal Airport Iowa City, Iowa Time and place for Fi liniz Sea led Proposals. Sealed bids for the wo rk corn prising th a re pa i r or i mprovement as stated below must be filed before 3:00 P.M. CDST on Thursday, June 3, 2021, at the office of the City Clerk, City Hall, 410 East Wash i ngton St reet, Iowa City, IA 5 2240. The ti rye of receipt s ha I I be determi n ed by the offi cia I clock rya i ntai ned by the City Clerk, and the Airport Commission's determination of the time of receipt shall govern, If City Hall is closed to the public due to the health and safety{ concerns from C ID-1 , sealed bids may still be delivered in person on Mondays through Fridays 8:00 am to 5:00 pm. The person delivering the sealed bid may come to the front lobby of City Hall, 410 East Washington Street, Iowa City, Iowa, and upon arrival telephone the City Clerk at (319) 356-5043. Time and Place Sealed proposals Will be Opened and Cansiderod t Sealed proposals will be opened and bids tabulated at 3:00 P.M. CD T on Thursday, .June 3, 2021, City Hall, 410 East Washing on Street, Iowa City, IA 5 2-40� with t he resu Its bei ng repo rted to th e I owe City Ai rport Co m mission at Its m acting to be held at 6,00 P. M. CD T on Thursday, June 10, 2021, at which time the Airport Commission may take action on the proposals submitted or at such time a s may the e n be fixed, If City Ha I I is closed to the pu blic d ue to the healthy and safety concerns from COVI D- 19., the bid opening will be held virtually. If this meeting is determined to be held virtually., information for this meeting will be distributed by Bolton & Menkto prospective bidders on the Project Plan Holders List through QuestCDN. The Iowa City Airport Commission reserves the right to reject any or all bids, to waive informalities or technicalities in any bid, and to eater into such contract, or contracts, as it shall deem to be to the best interest of the Iowa City Airport Curnmis5ion. Time for Commencement a rid Corn pletion of Work. Wo rk on th e i m prove- meat sha I I co mmence u poi~ a pprova I of the contract by the Airport Commission and as stated in the Notice to Proceed. All work under the Contract must be s u bsta nti al Iy complete in 30 working days for the Base Bid. Liquidated darn ages as set forth in Section 00500 — Pre -Bid Me . A pre -bid meeting i I I be held online viaMicro-soft Teams on Monday, May 24, 2021 at 10: 0 A.M. CD T. please use the link or call -in number/conference ID below to see and/or hear the pre -bid meeting. 1. Microsoft Teams Meeting Link: htt p s://b i t.l y/3ti ovdv a Call, 612-4 8- 778, conference I D 709 666 16 # Bid Security. Each bidder shall accompany its bid with bid -security, as defined in Iowa Code Section 26. , as security that th a successful bidder will enter into a contract for the work bid upon. Thee bidder's security shall be in an amount equal to 5 percent of the a total amount of the bid. The bid shall contain no condition except as provided in the specifications. If the bidder fails to execute the contract and to furnish an acceptable performance nce and payment bond or provide a Certificate of Insurance within tern (10) days after acceptance of the a hid by the City, the bid security may be forfeited o r cash ed by t he City as I iq u idated da mages. Contract Docu menu, Copies of the e p roj ect docu ments a re avai la ble for a pri ce of 5 pe r set. Th is fee is ref nda ble, provided the plans and specifications are returned complete and in reusable cord iti on, and they are returned within fourteen (14) calendar days after the a award of the project. Please make your check payable to Bolton & Men , Inc. and email codarrapidsCcObniton mcnk,co m for further instructions. Complete digital project bidding documents are available at �,v-vv%vv-hc)ltc)ri-n,c,n k.cc)rn or You may view the digital plan documents for fre-e by Iowa City Municipal Airport— T51.122513 NOTICE TO BIDDER April 201 PAGE 00100-1 J Bel ton & M E n k, I n r. 2019, All Rights R HIE rued entering Quest ##781763 6 on the ebsite's Project Search page, Documents may be downloaded for $0.00. P I ease contact est l .e rfi-r at - -1 r i n _q u e� tc d n ,corn for assistance in free rn a mbersh i P registration, viewing, down I ead -Ing, and working with this digital project information. Preference of Products and Labor. By virtue of statutory authority, a preference Sri I l be given to products and p revi s ions grown and coa I prod used Frith in the State of I o a, to th a extent lawfu Ily req u i red u n der I ova statutes. Sales Tax Exe n ption Certif caMte!s. The bidd e r s ha I I not i nclud a sa les tax in the bid. The Iowa City Airpo rt Com r n issi on will distribute tax exemption certificates and authorization letters to the Contractor and all su bcontra ctor5 who are id a ntif led. The Contra ctor and su bcont racto r may rya Ise cop! es of the tax exem ption cert Ificates a nd provide a copy to each supplier providing construction materials. These tax exemption certificates and authorization letters are applicable only for thiis -specific project order the Contract. Award of Contract. All proposals submitted In accordance with the instructions presented herein will be subject to evaluation. Bids may be held by the Iowa a City Airport Commission for a period not to exceed sixty (60) days from the d ate of th a bid ope n i ng for the p u rpose of cord ucti rig the bid eva I cation. Th e Own er will I base the a s rd of contra ct u pon the I n est aggregate su rn proposal su b m itted fro m those h i riders the Owner confirms as being responsive and responsible. The right is reserved, as the Iowa City Airport Com i-n iss i on may require, to reject any and all bids and to waive any informality In the bids received. Prospective Bidders are hereby advised that award of contract ifs contingent upon the owner receiving Federal fu nd ing assista nce u nder th e Ai rport I mprovement Progra r n. Federal Provisions This project is subject to the following Federal provisions, statutes and regulations: Equal Employment Opportunity - Executive Order 11246 and 41 CFR Part 60: The Bidder's attentio n is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth within the supplementary provisions. The successful Bidder shall 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 arson that applicants are employed, and that emp I ogees a re treated d uri ng errs ploym a nt without rega rd to thei r ra ce, col o r, religion, sex, or nation a I origi n. Goals for Minority and Female Participation — Executive Order 11246 and 41 CFR Part 60: 1. The Bid der"s attention is called to the "Equal Opportunity CI auSer' and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth within the supplementary provisions, 2. Th e gOa Is and ti meta bles fo r mi n ority and fem a I e pa rtici patio n, expressed i n percentage terms for th e contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Timptnhlav Goals for minority participation for each trade: 1.5 Goals for ferrule 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 geographical area where the work is actually performed. With rega rd to thti i s seco nd a rea, the co ntractor a I so is su bject to the goals for baths its Federa Ily i revolved a rid nor - federally involved construction. Iowa City Municipal Airport— T51.122513 NOTICE To BIDDER April 201 PAGE 00100- J BDI ton & M E n k, I n r-. 2019, All Rights R HIE rued Certification of Non- eareeated Facilities — 41 CFR Part 60: A certification of Non -segregated Facilities must be submitted prior to the award of a federally-assfisted construction contract exceeding $10,000 which is not e em pt fro m th a provisions of the Equa 10 pportu n ity Cla use. Contractors receiving federally assisted construction contract awards exceeding 10,000, which are not exempt from the provisions of the Equal Opportunity Clause will he required to provide for the forwarding of the notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. The penalty for making false statements in offers in prescribed in 18 U.S.C., 1001, Disadva ntaged Business Enterprise — 49 CFR Part 6: The cc ntractor sha I I carry} out a ppl ica ble requ i reme nts of 49 CFR Part 26 in award and administration of this DOT -assisted contracts. In accordance with 49 CFR Part 26.45, the sponsor has established a contract goal of 3,6 Participation for small business concerns owned and controlled by certified socially and economically disadvantaged enterprise (DBE). The bidder shall make and document good faith efforts, as defined in Appendix A of 49 CFR Bart 26, to meet this established goal. Davi.s#Bacon Act, as amended — 29 CFR Part 5: The Contractor is required to comply with wage and labor provisions and to pay minimum wages i n accordance with the current schedule of gage rates established by the United States Department of Labor. Debarment, 5usperrsion, Ineligibility and Volurrtm Exclusion — 49 CFR Part 29: The bidder certifies, by submission of a proposal or acceptance of a contract, that neither it nor its p ri nci pals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. Individuals or companies listed in the General Services Administration's "Excluded Parties Listing Syste rr" will not be considered for award of contract. Foreign Trade Restriction — 49 CFR Part 30 Th e Bid d er a rl d Bid d er's s u hcantra ctors, by su bmission of a n off er a nd/or execution of a contra ct, is req u ired to certify that it: a. Is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate ago i nst U.S. firms published by the Office of the United States Trade Representative (U TB ); b. Has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or Is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c. Has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. BtiV American Certific,ate — AYiatign Safety a rid Ca pa -city A-ct Of 1990: This contract is subject to the "Buy American Preferences" of the Aviation Safety and Capacity Act of 1990. Per Title 49 U.S.C, Secti on 50 10 1, al I steel a n d m are ufactu red products i ro to I I ed under a n Al P assisted project must he produce In the United States unless the Federal Aviation Administration has granted a formal waiver. As a condition of bid responsiveness, Bidders must complete and submit as part of their proposal the enclosed Buy Am eri ca n certification. Bidd e r must i nd icate wh eth er it inters d s to meet Buy America prefe rences by only installing steel and manufactured products produced with the United .state of America; o r if it intends to seek a permissible waiver to the Buy America requirements. Iowa City Municipal Airport— T51.122513 NOTICE TO BIDDER April 201 PAGE 00100-3 J BDI ton & M E n k, I n r-. 2019, All Rights R HIE rued PROJECT DESCRIPTION: Re I ovate the th re5 hold on Runway 25 at the Iowa City Municipal Airport. This work includes new runway edge and threshold lights, installation of are FAA -furnished 4-box RARI systern, furnishing and installing a new R EI L system, and re- rrm arki ng the east half of the runway. A hid alternate rr ay he awarded to re -marls the remainder of the runway. The Motive is given by order of the Iowa City Airport Commission 1 a rren Bishop, Choi rma n, Iowa City{ Al rport Corn rr7 issio n Iowa City Municipal Airport— T51.122513 NOTICE TO BIDDER April 201 PAGE 00100-4 J BDI ton & M E n k, I n r-. 2019, All Rights R HIE rued NOTICE F PUBLIC HEARING RUNWAY 7/25 THRESHOLD RELOCATION Iowa City Municipal Airport ES A CITY., IOWA Public Heariniz on Proposed Contract Docu meats and Estimated Costs for Repair or I morovement, A pu blic hea ri rig will be held by the Iowa City Airport Commission on the a proposed contract documents (plans, specifications a n d form of contract) and estimated cost for the improvement at its meeting at 6:00 P.M. CD T on `Thursday, May 13, 0 1x in the e meeting room of the Airport Terminal, Iowa City i T 1 u n I ci pal Airport, rport, 1801 S, Riverside Drive, Iowa City, IA 52246. If the meeting is held electronically, it will be held via Zoom Meetings. Information for joining the e meeting will be posted on the meeting agenda. PROJECT DESCRIPTION: Relocate the threshold on Runway 25 for the Iowa City Municipal Airport. This work includes new runway edge and threshold lights, installation of an FAA -furnished 4-box PAPI system, furnishing and installing a new REIL system, and re -marling the east half of the runway. A hid alternate may be awarded to re - ma rk th e rema inde r of the e ru In ay. At said hearing, ring, the Airport Commission will consider the plans, specifications, proposed fora of contract, and estimated total cost for the project, the same now being on file in the office of the City Clerk, reference to which is made for a more detailed and complete description of the proposed improvements, and at said time and place the said Airport Commission will also receive and consider any objections to said plans, specifications, estimate of cost, and f orrn of contract made by any interested party. This notice is given by order of the Airport Commission of the City of Iowa City, Iowa and as provided by law. Doll ie I , F rueh I in , city Clerk Iowa City Municipal Airport i T51,12251 NOTICE OF PUBLIC HEARING April 201 PAGE 00105-1 V040413 f�) Balton & Menk, Inc. 2-D113, All Rights Res-ErvE!d Intentionally Left Blank Iowa City Municipal Airport i T51,12251 NOTICE OF PUBLIC HEARING April 201 PAGE 00105- V040413 f�) Balton & Menk, Inc. 2-D11J, All Rights Res-ErvE!d IN TRU TI ONS TO BIDDER Runway 7/25 Threshold Relocation Iowa City Municipal Airport Iowa City, Iowa The work comprising the above referenced project shall be constructed in accordance ith the FAA Standard Specifications, and as further modified by the supplemental specifications and special provisions included in the contract documents. The terms used In the contract version of the documents are defined In said Standard Specifications. Before submitting a bid, please review the requirements i n these specifications. Please be certa i n th at a I I docu me nts have been corn pleted properly as fai lu re to co m plete and sign a I I docu meats a n d to com ply with the requirements listed below can cause a submitted bid not to be read. ARTICLE 1- BID SECURITY 1,01 The hid security must be in the m[nimur-n ar-nount of 5% of the total bid arnount including all add alternates (do not deduct the amount of deduct alternates). 1,02 Bid 5ecu rity other than said bid bored shall be in accordance with Chapter 26 of the Iowa Code, 1.03 Bid security shall be in the form of a cashier's check or certified check drawn on a state chartered or federally chartered bank; or a certified share draft drawn on a state chartered or federally chartered credit union; or a bidder's bond with corporate surety satisfactory to the City of Iowa City, hereinafter called the "Jurisdiction". 1.04 The bid band must be submitted on the enclosed Bid Bond farm as no other bid bond forms are acceptable. Al I sign atu res on th e bid bond must be on i na I signatu res i n i n k; electronic, cop i es, or fa c i mi I e (fax) of any signature on the b I d bond is not acceptable, =1� � I� �1tJF iI[� [ ��:I � �fs1 s1►I� I� rI11VA4126.1I1] 04:� .01 The proposal shall be sealed in an envelope, properly identified as the Proposal with the project title a n d name and address of the bidder. The hid security shall he sealed i n a separate envelops identified as the "Bid Security" and attached to the outside of the bid proposal envelope. The Proposal and Bid security shall be deposited with the Jurisdiction at or before the time and at the place provided in the Notice to Bidders. It is the sole responsibility of the bidder to see that its proposal is delivered to the Jurisdiction prior to the time for opening bids along with the appropriate bid security. Any proposal received after the scheduled time for the receiving of proposals will be returned to the bidder unopened and w I I not be considered. 2.02 Th e fol I o i rig locum a rats sha I I be corn pleted, signed and retu rned in the Proposal envel ope. The hid can n of he read if -any of these documents are omitted from the Proposal envelope. A. PROPOSAL — Complete each of the following parts: - Part B — Acknowledgment of Addenda, if any have been issued; - Part C — Bid Items, Quantities and Prices - Part F —Additional Requirements; - Part G — Identity of Bidder; Iowa City Municipal Airport i T51,12251 INSTRUCTIONS TION TO BIDDER April 201 PAGE 00200-1 V040413 f�) Balton & Monk, Inc. 2-D1% All Rights Res-ErvE!d 2,03 Sign the proposal. The signature on the pro p05a l and all proposal attachments must be an original signature in ink signed by the same individual who is the Company Owner or are authorized Officer of the Company; copies or facsimile of any signature will not be accepted. 2,04 Documents must be submitted as printed., No alterations, additions, or deletions are permitted, If the Bidder notes a requirement in the contract documents which the Bidder believes will require a conditioned or unsolicited alternate bid, the Bidder must immediately notify the Engineer i n writing. The Engineer will issue any necessary interpretation by an addendum. FAR droll *MR1811 :14111 Ire] M'.1,1MRIDICI:11*Viol am: 14TIM63 061,6,� 3.01 The work is located in the City of lowa City. Work on the improvement shall commence upon approval of the contract by the Airport Commission and as stated in the Notice to Proceed. All work under the Contract must be substantlally complete as stated in Section 00500 Contract. Liquidated Damages will be assessed as detailed in the stated in Section 00500 - Contract. 3.02 Community Events. Successful bidder it l be required to coordinate with the owner and accommodate the owner's requirements for the following list of events: N/A 3.03 Coordination with Other Contractors. Progress of th e work m ay be affected by word i nati on of other wo rk bei rig perfo rm ed by the Owner or eth er Contractor, and the Contractor shall Investigate such a possibility and make allowances therefor. Should th e Contractor su sta i n a ny d amagle th rough a ny act or e m ission of a ny other Contractor havi rig a Cc ntract with the Owner, the Contractor shall have no claim against the Owner for such damage, but shall have a right of action against the other Contractor to recover the damages su sta i reed by reason of the acts and omissions of such Contractor. If, through acts of neglect on the part of the Contractor, any other Contractor or any subcontractor shall suffer loss or damage Dn their work, the Contractor agrees to settle with such other Contractor or subcontractor by agreement or arbitration, if such other Contractor or subcontractor will so settle. If such other Contractor or subcontractor 5UeS the Owner on account of any damage alleged to have been so sustained, the Owner shall notify the Contractor who shall defend and hold ha rnn less the Owner at such proceedings at the Contractor's expertise and if any judgment aga i rest the owner arises therefrom the Contractor s ha I I pay o r sati* it, i n cl u d i rig a II attorneys fees a n d court costs wh ich may accrue aga i nst t he Owner. Work schedules for all contracts may have to be adjusted to maintain airport operations. There shall be no adjustments in price or completion time for the work schedule adjustments to maintain airport operations. 3.04 Each successful bidder it I be required to furnish a corporate surety bond in an amount equal to 100% of its contract price. Said bond shall be issued by a responsible surety approved by City of Iowa City and shall guarantee the faithful performance nce of the contract, the terms and conditions therein contained, the prompt payment of a II matoria I a n d I a hor, p rotoct a nd save h arm I ess City of logo City frorn cla i ms a nd da rn ages of any kind caused by the operations of the contract, and shall also guarantee the maintenance of the improvement caused by failures in materials and construction for a period of one (1) year from and after acceptance of the work. Iowa City Municipal Airport i T51,122513 INSTRUCTIONS TO BIDDER April 201 PAGE 00200- V040413 f�) Balton & Monk, Inc. 2-D11J, All Rights Res-ErvE!d 3,05 The City of Iowa City, in accordance with Title VI of the Civil R ight5 Act of 1964, 78 Stat. 252, 42 U, . C� 2 000d to 0Ood-4 and title 49 Code of Federal Begu I ati ons, Department of Transportation, Subtitle A, Office of the Secretary, Bart 21, Nondiscrimination i n Federally -assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively ensure that with any contract entered into p u rsua rat to th i5 aldverti sennent, mi n ority busi ness enterprises wi I I be affo riled fu I I opportu n ity to submit bids in response to this invitation and will net be discriminated against on the grounds of race, color, or national origin in consideration for an award. ARTICLE 4 - PREFERENCE OF PRODUCTS AND LABOR 4.01 In accordance with Iowa statutes, a resident Kidder shall he allowed preference against a nonresident bidder from a state or foreign country provided that state or foreign country gives or requires any p reform ce to bidders f rom th at state or foreign coy, nt ry. TIC is i n cI ud es, but is not I im ited to any prefe ren ce to bidcl a rs, th e i rmpos iti on of a ray type of la be r force p refere n ce, or any oth er fern of preferentia I treatm ent to bidders or laborers from that state or foreign country. The preference allowed shall be equal to the preference given or required by the state of foreign country in which the nonresident bidder is a resident. In the instance of a resident labor force preference, a nonresident bidder shall apply the same resident labor force preference to a public improvement in this state as would be required in the construction of a public improvement by the state or foreign country in which the nonresident bidder Is a resident. If it is determined that this may cause denial of federal funds which would otherwise be available, or would otherwise be inconsistent with requirements of any federal law or regulation, this resident bidder preference shall be suspended, but only to the extent necessary to prevent denial of the funds or to eli mi mate t he incon sistency with fede ra I req Sri rements. 4,02 Buy America Preference As a matter of bid responsiveness, Bidder must indicate within their proposal hove they intend to comply with the Buy America preferences established by Title 49 USC 50101. The bidder may choose to certify it will comply with Buy Arnerica preferences by Daly installing steel and rn anufactured products that are 100 made in the United States; or the bidder may choose to certify that they cannot fully comply with Buy America preferences and thus requests a waiver to Buy America preferences. A bid d er that certif i es they wi I I rn eet Buy Arn e ri ca pref ere aces by req uesti ng a waiver a lso agrees to p repo re and submit a formal waiver request and the associated component cost calculation if selected by the owner as the bidder Frith the apparent low bid. The successful bidder must submit their formal waiver request and component cost calculation to the owner merit h in the timefra m e prescribed on the Buy America certif [cation. 4.03 Disadvantage Business Enterprise (DBE) The requirements of 49 CF R part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Independence Airport Commission, IA to practice nondiscrimination based on race, color, sec or national origin in the award or performance of this contract. All firms q u a I ifying 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, including those who qualify as a Disadvantaged Business Enterprise. Th e Own e r has esta blished a D BE contra ct goa I of 3.6 percent (3.6 ) for th is contract. The Kidd er/ ffero r shall make good faith efforts, as defined in Appendix A, 49 CFR part 26, to subcontract 3.6 of the dollar value of the prime contract to certified DBE firms as defined i n 49 CFR Bart 26., All bidders shall submit the following information with their proposal on the forms provided - A. The names and addresses of DBE firms that will participate in the contract, Iowa City Municipal Airport i T51,122513 INSTRUCTIONS TO BIDDER April 201 PAGE 00200-3 V040413 f�) Balton & Monk, Inc. 2-D11J, All Rights Res-ErvE!d B. A description of the work that each DBE fi rr n will perform; C. The dollar amount of the participation of each DBE firm participating; D. Written documentation of the Bidder /Offeror's commitment to use a DBE subcontractor whose participation it su bm its to meet the contract goal; E. Evidence of good faith efforts undertaken by the bidder, as described in appendix A to 49 CF R Part b. The successful Bidder will be required to provide written confirmation from the participating DBE firms verifying their intent to participate as in the project, This written confirmation shall be submitted prior to execution of the contract. 4,04 Good Faith Efforts E Bidder must demonstrate nstrate that they I I Ude 'good faith efforts I orts to achieve participation with DBE firms. s. This requires that the bidder show that it took all necessary and reasonable steps to secure participation by certified DBE firms. The owner i ll not consider mere pro forma efforts as a good faith effort. Actions constituting evidence of good faith efforts are described in appendix A to 49 CFR Part 26. Such actions include but are not limited to: A. Soliciting DBE participation through all reasonable and available moans This may include public advertisements and phone calls/faxes to known certified DBE firms. B. Consult State Department of Transportation office to obtain a list of certified DBE firms. C. SelectIng portions of work th at i n creases th e li kel ihood that D BE firms wi II be aura ila ble to parti ci pate D. Pr•ovid ing D BE f i rrn s with cuff ici ent i nformation and ti me to re i ew th e project pla ns a nd specifi cation s F E. DacumentIng all contacts with DBE firms. This includes name, address, phone number, date of contact and record of conversation/negotiation. ARTICLE 5 -TAXES 5,01 The City will issue a sales tax exemption certificate and authorization letters to the Contractor and all subcontractors for all materials Purchased on the project. Tax exemption certificates are applicable only for the specific project for which the tax exemption certificate is issued. 5,02 The Contractor shall provide a listing to the City identifying all appropriate subcontractors qualified for use of the tax exemption certificate. The Contractor and subcontractors may make copies of the certificate and provide to each supplier providing construction material. 5,03 1 ncomo Tax-, Al uccessf u I Bid d er is su bject to payment of I owa i ncome tax on i n co r-n e f rem th i s. work i n a m ou nts prescribed by law. B. If successful bidder is a non -Iowa partnership, individual or association, Bidder shall furnish evidence prior to execution of contract that bead or securities have been posted with the Iowa Department of Revenue in the amount requ i red by law. ****END OF SECTION**** Iowa City Municipal Airport i T51,12251 INSTRUCTIONS TION TO BIDDER April 2021 PAGE 00200-4 V040413 f�) Balton & Menk, Inc. 2-D11J, All Rights Res-ErvE!d ITEMS TO BE SUBMITTED WITH THE BID Runway 7/25 Threshold Relocation Iowa pity Municipal Airport Iowa City, Iowa FAA Al P #: 3-19-0047-30-2021 Iowa City{ Municipal Airport— T51.122513 PROPOSAL April 201 PAGE 00410-1 VC140413 f Balton & Menk, Inc. 2-D1aJr All Rights Flees-Ervud Iowa City{ Municipal Airport— T51.122513 PROPOSAL April 201 PAGE 00410- VC140413 f Balton & Menk, Inc. 2-D1aJr All Rights Flees-Ervud SECTION 00410 - PROPOSAL Runway 7/25 Threshold Relocation Iowa City Municipal Airport Iowa City, Iowa PROPOSAL-.- PART A - SCOPE The Iowa City Airport Commission, hereinafter called the "Jurisdiction", has need of a qualified contractor to complete the work comprising the below referenced repair or improvement. The undersigned Bidder hereby proposes to complete the work comprising the below referenced repair or improvement as specified in the contract documents, which are officially on file with the Jurisdiction, in the office of the City Clerk, at the prices hereinafter provided in Part c of the Proposal, for the improvements on the Runway 7/ 5 Threshold Relocation. PROPOSAL-. PART B -ACKNOWLEDGMENT ESE ADDENDA The Bidder hereby acknowledges that all addenda become a part of the contract documents when issued and that each such addend u m ha s been received a rid uti l i zed i n th e pre pa rati on of this bid. The Bidder hereby ackn o Nedges receipt of the following addenda by inserting the number of each addendum in the blanks below: ADDENDUM NUMBER ADDENDUM NUMBER ADDENDUM NUMBER ADDENDUM NUMBER and certifies that said addenda were utilized in the preparation of this bid. PROPOSAL: PART — BID ITEMS AND QUANTITIES D N IT BI D PRICE CO NTRACT : The B i d der must provide th e U n it Bid P rice, th e Total Bid Price, any Alternate Prices, and the Total Construction Costs on the Proposal Attachment: part C — Bid Items and Quantities. I n case of discrepancy, the Unit Bid Price governs. The quantities shown on the Proposal Attachment: Part C — Did Items and Quantities are approximate only, but are considered sufficiently adequate for the purpose of comparing bids, The Total Construction Cost shall be used only for the comparison of bids. The jurisdiction shall only use the Total Con struction Cost fo r d eterm i n ing the sufficien cy of th e bid secu rite SEE INCLUDED PROPOSAL ATTACHMENT Iowa City{ Municipal Airport- T51.122513 PROPOSAL April 201 PAGE 00410-3 VC140413 f Balton & Menk, Inc. 2-D1aJr All Rights Flees-Ervud PROPOSAL: PAIN D —GENERAL Th e Bidd e r hereby ackn owledges that th e I u risd iction, in adverti i ng for pu blic bids for this p roject re -serves the right to: 1. Reject any or all bids. Award of the contract, if any, to be to the lowest responsible, responsive bidder; and 2. Reject any or all alternates in determining the items to b included in the contract. Designation of the lowest responsible, responsive bidder to be based on comparison of the total bid only, not including any alternates; and 3. Make such alterations in the contract documents or in the proposal quantities as it determines necessary in accordance with the contract documents after execution of the contract. Such alterations shall not be considered o waiver of any conditions of the contract documents, and shall not invalidate any of the provisions thereof; and 4. The BIDDER acknowledges that the OWNER has established a contract Disadvantaged Business Enterprise goal of 3.6 for this project. The BIDDER acknowledges and accepts the requirement to apply{ and document good faith efforts, as defined in Appendix A, 49 CFR Fart 26, for subcontracting a portion of the prime contract to certified Disadvantaged Business Enterprises (DBE), as defined in 49 CFR Bart 26 for purposes of meeting the OWNER'S established goal. The BIDDER, in complying with this requirement, proposes participation by Disadvantaged Pus i ness Enterprises as stated on the attached forms, "Uti I i nation statement', and "Letter of Intent"; and 5. The BIDDER, by submission of a proposal, acknowledges that award of this contract is subject tD the provisions of the Davis -Bacon Act. The BIDDER accepts the requirement to pay prevailing wages for each classification and type of worker as established in the attached wage rate determination as issued by the U n ited States Depa rement of La bor. The BI DD ER fu rther ackn owledges and accepts their req u i rement to incorporate the provision to pay the established prevailing wages in even subcontract agreement entered i nto by the Bidd e r u rn der th is prof ect. Th e Bi d der here by agrees to: 1. E rater i nto a co ntraetl if th is p ruposa I is se I ected, i n the form a pproved by the a u risd ietion, provide proof of registration with the Iowa Division of Labor i n accordance with Chapter 91C of the Iowa Code, and furnish a performance and payment bond; a n d 2. Forfeit hid security, not as a penalty but as liquidated damages, upon failure to enter into such contract a n d/or to furnis h sa id bond; a rid 3. Commence the work upon written Notice to Proceed; and 4. substantially complete the work on or hefore as detailed in Section 00500 — Contract; and 5. Pay liquidated da l rages for noncompliance [th said completion provisions at the rate detailed in Section 00500 — Contract for each working day thereafter that the work remains incomplete. PROPOSAL: PART E — NON -COLLUSION AFFIDAVIT The Bidder hereby certifies: 1. That this proposal is not affected by, contingent on, or dependent on any other proposal submitted for any improvement with the Jurisdiction; and . That no individual employed by the Bidder has employed any person to solicit or procure the work on this project, nor will any employee of the Bidder make any payment or agreement for payment of any compensation in connection with the procurement of this project; and Iowa City{ Municipal Airport— T51.122513 PROPOSAL April 201 PAGE 00410-4 VC140413 f� Balton & Menk, Inc. 2-D1aJr All Rights Flees-Ervud 3, That no part of the bid price received by the Bidder was or will be paid to any person, corporation, firm, association, or other organization for so I ieiti rig the bid, other than the payment of their normal compensation to persons regularly employed by the Bidder whose services in connection with the construction of the project were in the regular course of their duties for the Bidder; and 4. That this proposal is genuine and not collusive or sham; that the Bidder has not colluded, conspired, connived, or agreed, directly or indirectly, with any bidder or person, to submit a shares hid or to refrain from bidding; and 5. That the bid has not in any manner, directly or indirectly, sought, by agreement or collusion, or communication on or conference, with any person, to fix the bid price of the Bidder or of any other bidder; and 6. That a I I state ments i n th is proposal are true, a nd 7. That the individual(s) executing this proposal have the authority to execute this proposal on behalf of the Bidder. PROPOSAL: PART E — ADDITIONAL REQUIREMENTS The Bidder hereby agrees to comply with the a dditi ona I requirements listed below which are included in this proposal and identified as proposal attach ments - Th e fol I owi ng docum a nts a re attached to a nd ma de a pa rt of this B i d 1. Bid Guaranty in the form of a completed Bid goad in the amount of 5% (five percent) of the a r n punt bid. 2. Completed DBE forms "Utilization Statement" and "Letter of Intent". . Evidence of good faith efforts required by 49 CFR Part 26, Appendix A. If proposed DBE goal is met, submittal of evidence of good faith efforts is not required. 4. Evidence of B I DDE R'S q ua I if ications per the req ui Fenlent5 of the I instructions-to-Bi dder5. 5. "Buy American" forms, Iowa City{ Municipal Airport— T51.122513 April 201 VC140413 f� Balton & Menk, Inc. 2-D1aJr All Rights Flees-Ervud PROPOSAL PAGE 00410-5 PROPOSAL: PART G - IDENTITY F BIDDER The Bidder shall indicate whether the bid is submitted by a/are: ❑ Individual, Sole Proprietorship ❑ Partnership u Corporation ❑ Limited Liability Company ❑ Joint -venture; all parties must join -ire and execute all documents n Other The bidder shall enter its Public Registration Number __ _ -- issu ed by the Iowa Bonn rrnissioner of Labor Pursuant SectIon 91 .5 of the Iowa Code. Fai I ure to p rovid a so id Registration Number shall result in the hid being read under advisement. A contract will not be executed until the Contractor Is registered. Bidder Signature By Norge (Print/Type) Title Street Address City, State, Zip Code Telephone Number Type or print the name and title of the company's owner, presidents CEO, etc. if a different person than entered above Name Title NOTE: The signature on this proposal must be are original signature in ink; copies, facsimiles, or electronic signatures will not be accepted. Iowa City Municipal Airport i T51.12251 April 201 PROPOSAL PAGE 00410-6 VO4a413 fD Balton K Munk. Inc. 2DD, All Rights Reserved UTILIZATION STATEMENT Disadvantage Business Enterprise The undersigned bidder/offeror has satisfied the requirements of the bid specification in the following manner. (Please mark the appropriote box) The bidder/offeror is committed to a minimum of � DBE utilization on this contract. The bidder/offeror, while unable to meet the DBE goal of 3,6 , hereby commits to a minimum of DBE utilization on this contract and also submits documentation, as an attachment demonstrating good faith efforts (G FE). The undersigned hereby further assures that the information included herein is true and correct, and that the DBE firm (s) 1 i sted herein have agreed to perform a cornmercially useful function in the work items noted for each firm. The undersigned further understands that no changes to this statement may be rude w1thout prior approval from the Civi I Right Staff of the Federal Aviation Administration, Bidder'.s/Dfferor's Firm Name Sign atu re Date DBE UTILIZATION SU M A R Contract Amount D BE Amount Contract Percentage DBE Prime Contractor X 1.00 OA DBE Subcontractor X 1.00 _ DBE Supplier 0.60 = Q DBE Manufacturer X 1.00 = Total Amount DBE DBE Goal Note; If the total proposed UBE participation is less than the established DBE goal, Bidder most provide written documeltation of the good faith efforts -as required by 49 CFR Part 26, Iowa City Municipal Airport i T51.12251 April 201 PROPOSAL PAGE 00410-7 VO4a413 fD Balton K Munk. Inc. 2DD, All Rights Reserved Iowa City Municipal Airport i T51.12251 PROPOSAL April 201 PAGE 00410- VO4a413 fD Baltan K Munk. Inc. 2DD, All Rights Reserved Bidder/Offer DBE Firm: LETTER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each 013E firm) Name - Add ress: City DBE Firm: Address: City; State: State: DBE Contact Person: Narne: Phone: Zip; Zip: DBE Certifying Agency: Expiration Date Each DBE Firm shall submit e vrden-ce (s uch as a ph o toropy) of their certifico 600 s to tus. Classification: E]Prime Contractor 1:1 Subcontractor El Joint Venture 1:1 Manufacturer 1:1 Supplier Work item(s) to be performed by DBE Description of Work Item Quantity Total The bidder/offeror is corn mitted to utilizing the above -named DBE firm for the work described above. The e ti rrl ated participation Is as follows: DBE contract amount: Percent of total contract: AFFIRMATION: The above -named DBE firm affirms that it wIll perform the portion of the contract for the estimated dollar value as stated above. (Sign ature) (Trtle) Note: In the event the bidder/offeror does not receive award of the prime contract, any and all representations in this Letter of Intent and Affirmation shall be null and void. Iowa City Municipal Airport i T51.12251 April 201 PROPOSAL PAGE 00410- VO4a413 fD Balton K Munk. Inc. 2DD, All Rights Reserved Iowa City Municipal Airport i T51.12251 PROPOSAL April 201 PAGE 00410-10 VO4a413 fD Baltan K Munk. Inc. 2DD, All Rights Reserved All bidders must submit Mit the following completed form to the governmental body requesting bids per 75 Iowa Administrative Code Chapter 156. Bidder Status Form To be co m pleted by all bidders Part Please answer "Yes" or "No" for each of the following: F-1 Yes F-1 No my company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). F-1 Yes F-1 No My company{ has are office to transact business in Iowa. F-1 Yes ❑ No my company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No my co rm pa ray has been conducting business in Iowa for at least 3 years prior to the first request for bids on t h i s p raj ect . F-1 Yes F-1 No my company{ is not a subsidiary of another business entity{ or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If yo u a ns ered "No" to on a or more q u estio ns above, you r compa ny is a non -reside nt bidder. Please comp I ete Pa rt5 C and D of th i5 form., To be co rm pleted by res i dent bidders Part B y company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: to Address: (rnrn/dd/yyy) Dates: to Dates: (mm/dd/yyy) to City, State, Zip - Address: City, State, Zips Address: City, State, Zip. You may attach additional sheet(s) if needed. To be completed by non-resident bidders Part 1. N a m e of home state or fore ijRn ceu ntry cer)erted to the Iowa Secreta ry of State: . Does your company's home state or foreign country offer preferences to bidders who are residents? El Yes [:] No 3 • If you answered if Yes" to question 2, identify each preference offered by your company's horn a state or foreign country and the appropriate legal citation. You may attach a d ditiona I sh eet(s) if need ed. To be completed by all bidders Part D certify that the statements made on this document are true and co rn plete to the best of nny knowledge and I know that my failure to provide accurate and truthful information may be reason to reject my bid. Firm Name - Signature: Date. Iowa City M u n ieipa l Airport - T51.122513 April 201 V04041� O 8oltan & M-r-i1k. IiK. 201Y. Al Rights Pc��eived PROPOSAL I9��4:[oil]21Fto] 51 Iowa City M u n ini pa I Airport — T51.122513 PROPOSAL April 201 PAGE 00410-12 V04041� O 8oltan & M-r-i1k. IiK. 201Y. Al kIghts Pcrived R H E ET: AUTHORIZATION TO TRANSACT BUSINESS Th is worksh eet m ay be used to hel p cam p lete Pa rt A of t h e Resid a rat B i dde r Status fo rm . If at least one of the fol lowing describes you r bu i nessl you a re a uth o rued to t ra nsa ct busi ness in Iowa. [—]Yes F-] No My business is currently registered as a contractor with the laws Division of Labor. F]Yes F-1 No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. [—]Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes F]Yes ❑N o My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its mast recent biennial report, and has not filed articles of dissolution. F]Yes [_1 No fly business is a corperatIon whose articles of incorporation are filed 'in a state other than Iowa, the corporation has received a certificate of authority from the Iowa Secretary of State, has filed its most recent biennial report with the Secretary of State, and has neither received a certificate of withdrawal from the Secretary of state nor had its authority revoked. F]Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this skate and the statement has not been canceled. F]Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. F]Yes F-] N o My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. [—]Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa Secretary of state that the application for certificate of authority it has been approved and no notice of cancellat on has been filed by the liml*ted partnership or the limited liability limited partnership. F]Yes ❑ No My business is a limited liability company whose certificate of organization is filed ire Iowa and has not filed a statement of termination. F-]Yes F-] No My bu i mess is a limited liability com parry whose certif irate of organization is filed ire a state other than to a, has received a certificate of authority to transact business in Iowa and the certificate has not been revolved or canceled. Iowa City M u n ini pa l Airport — T51.122513 PROPOSAL April 201 PAGE 00410-13 V04041� O 8oltan & M-r-i1k. IiK. 201Y. Al Rights Pc��eived Iowa City M u n ini pa I Airport — T51.122513 PROPOSAL April 201 PAGE 00410-14 V04041� O 8oltan & M-r-i1k. IiK. 201Y. Al kIghts Pcrived BUY AMERICA WAIVER REQUEST Title 49 U.S.0 Section 50101 (b) FOR AIRFIELD DEVELOPMENT PROJECTS FUNDED UNDER THE AIRPORT IMPROVEMENT PROGRAM Type of Waiver Request: The b i d der may request a waiver subject to the provisions of Section 50101(b)( ) or Sectlon 50101(b)(4). The b i d der may not request a waiver under Section 50101(b)(1) or Section 50101(b)(2). Bidder is hereby advised that the Owner's approval with the bid der"s waiver request is Contingent upon FAA approval. The bidder must select one of the following applicable waiver provisions: 11 Section 0101(b)( ): Bidder hereby requests a waiver to Buy America preferences based upon Section 50101(b)(3) for the equipment identified below, The bidder certifies that % of the cost of components and subcompor eats comp ris i rg the equ i pment a re prod uced i n th e U n ited States a nd that fi rya I assern bly occu rs withi n th e U n ited States. (Bidder m us aftoch a cop y of the componen t cost calculation table) Equipment- 0 Section .50101(b) (4). Bidder hereby requests a waiver to Buy America preferences based upon Section 50101(b)(4). Th a b i d der asserts q rovis ion of d o mesti c material i r creases the cost of the overall I project by more th a n 25%. (Note: This type of waiver is very rore) Certification Signature: In accordance with Section 50101(b), we request a waiver to the Puy Arneri ca provisions based on the above certification and attached documentation. Bidder's Firm Nome Signature Dote Iowa City Munic1pal Airport — T51.122513 PROPOSAL April 20 1 PAGE 00410-15 V04041� O 8oltan & M-r-i1k. IiK. 201Y. Al kIghts Pc��eived 1.1 Instructions for Section 50101(b)(3) Waiver: 1, "Equipment" in Section 50101 shall mean the following: .a} Individual type 1" items (Airfield Lighting Equipment) as listed in FAA Advisory Circular 150/5345-53. b) Individual bid items as E�5ta bllshe l within FAA Advisory Circular 150/5370-10. The bid item application mny not be applied for the type "L r it, ms I1Sted in AC 150/-5-345-53. -c) A waiver request may only add ress one specific equi pment item. Submit separate requests for each equipment itern for which a waiver. d) items listed under the Nationwide Waiver do not require further review. please refer to the following webpage= hup: //wwvv. faa.pov/airports/aip/procurement, federal_contract_provisions/rnedis/buy_american—waiver,Xls 2. The bidder m LW bate the FI_5_ percentage upon the value that results from completing a component cost calculation table sirni la r to the attached format. Bidder shall avoid mere pro forma efforts to establish the waiver request percentage. The Bidder must submit the component cost calculation table a� an attachment to the waiver request. 3. Components/subcomponents are the material and products composing the "equipment". 4, The final assern bly of the AIP-funded "equipment" must be within the USA (Section 50101(b)(3)(8)). Final risen, b I y is the substantial transformation of the components and sub -components into the end product. 5. All steel used in the "Equipment" must be produced in the United St8tes, 6. The buy American requirements -apply to all tier contractcr5 and subcontractors. All contractors/subcontractors are required to provide appropriate documentation that ind icates origin of ma nufacturer and percentage of domestic made product, 7. The bidder is hereby advised there is no implied or expressed guarantee that a requested waiver will be issued by the Federal Aviation Administration �FAAj. Less than 60 USA component/subcomponent proposed for this facility CANNOT be waived. Products made with foreign steel are not eligible for a waiver. 1.2 1 n st rustic n s for Section 5D1O lib ){4} Waive r; 1. The 25% cost increase waiver is rarely applicable. Consult Owner before making this request. 1.3 North America Free Trade Act (N AFTA) The NAFTA does not apply to the Al P. Products a rid material made in Canada or Mexico must be considered as foreign made products. Iowa City M u n ini pa I Airport — T51.122513 PROPOSAL April 201 PAGE 00410-16 V04041� O Soltan & M-ei7k. liK. 201Y. All Fights Pcseived LLI .A W z tn 0 z LLI 0 CL 2 0 u 4.� cu CL C3 Ln 4— k 4- #.r Ln cu Un C3 CIL Ln 4 0 6 cu C) rz +-j .ti u cu +44 4— rz 4-4 Ln Cl r3 4-; L? ' VL-, L 0� r QL +-0 cr Ln Q " 4� tz �3 Lim, a - +61 +_ �u E Z ft Qj -4Z Q r �Z:; _ �'u L` L a. z Q. w U.) Q Ln k L +M61.6, fu cs Qj I Ln 94 Ln o.j Ln kn 4.a J F� Ln L , d41 i CL .CL cr ui I5 b.M CL E 0 LA E u CLP 13 M 4— LA Rw ai cu CL E 0 u ai Lol 0 z _0 uj Lu BUY AMERICA CONFORMANCE LISTING Title 49 U.S.0 Section 50101 (b) FOR AIRFIELD DEVELOPMENT PROJECTS FUNDED UNDER THE AIRPORT IMPROVEMENT PROGRAM • Preparation pl a Component Cost Calculation Table is not necessary far equipment fisted on the FAA notionol fisting; conlr'[�ct pro vfS�'on bred a buy arrericc rvvasvor. I-S Bidder sh o 11 su b m it o listing of equ ip men t it p roposes to ins to 11 on the proje ct Mat iS inclU ded 00 the cV ire 0 t Notional Buy Americon conform once fist. This fist may be submitted folio wing award of the contract. Equipment Type I fume of M a nufacturer I Product Number I Certification Signature: Bidder hereby certifies that the above listed equipment, which we propose for installation con the subject project, are on the current National Buy America Conformance list on the website listed above, hereby certify the above information is accurate and complete. Bidder's Firm Name Dote Signature Iowa City Municipal Airport -T51.122513 PROPOSAL April 201 PAGE 00410-1 VO4a413 fD Balton K Munk. Inc. 2DD, All Rights Reserved Intentionally Left Blank Iowa City Municipal Airport -T51.122513 PROPOSAL April 201 PAGE 00410- 0 VO4a413 fD Baltan K Munk. Inc. 2DD, All Rights Reserved Runway 7/25 Threshold Relocation Iowa City Municipal Airport Nova Cityr Iowa PROPOSAL ATTACH ICI ENT: PAIN C — BID ITEMS AND QUANTITIES Th is is a U N IT BI D PR ICE CONTRACT. The b i drier most provid a the U n it B i d Price, the tota l Bid Price, and th a Tota l B i d Amon nt; In ca se of discrepancy, the Unit Bid Price governs. The Quantities shown on the Proposal Attachment: Part C — Bid Items and quantities are approximate only, but are considered sufficiently adequate for the purpose of comparing bids, The Jurisdiction shall only use the Total Base Bid Amount plus Bid Alternate A for comparison of lids. BASE BID ITEM DESCRIPTION UNIT APPROX. QUANTITY UNIT PENCE AMOUNT 1 CONSTRUCTION SURVEY LS 1 MOBILIZATION LF 1 3 TRAFFIC CONTROL LS 1 4 REMOVE RUNWAY EDGE AND THRESHOLD LIGHTS EA 40 5 REMOVE PAPI SYSTEM EA 1 6 RENEWAL REIL SYSTEM EA 1 7 REMOVE PAVEMENT MARKING 5F 2M24 9 PAVEMENT MARKING, , SOLID WHITE, WITH BEADS SF 4%635 9 PAVEMENT MARKING, SOLID YELLOW, WITH BEADS SF 1,27 10 PAVE M E NT I IAR I NI , BLACK OUTLI N E, NO READS SF 13 15 11 CRUSHED ROCK RASE, 4of TH I C (PAP I ACCESS ROAD) SY 350 12 CONCRETE PAVEMENT, 51J THICK (PAPI ACCESS ROAD) Sy 350 13 TRENCHING FOR ELECTRICAL CONDUIT LF 51874 14 ELECTRICAL CONDUIT, 2.pr, BORED IN PLACE LF 700 15 NEB, 8 AWG + 5 KVo L-824, TYPE C CAB LE+ I N TALLED IN TR EINCH, DIET BANK OR CONDUIT LF 60434 16 N0. B A G, SOLID, BARE COU NTERPOISE WIREr INSTALLED IN TRENCH, INCLUDING ROUND RODS AND GROUND CONNECTORS LE 5,874 17 NON -ENCASE D ELECTRICAL CONDUIT, 2 " PVC/H DPE, IN TREK CH LF 51874 18 ELECTRICAL HAN DH OLE, L-867, SIZE B EA 29 19 L-861 RUNWAY EDGE LIGHT, BASE -MOUNTED EA 23 0 L-861E RUNWAY THRESHOLD LIGHT, BASE -MOUNTED EA 8 1 L- 61SE RUN AY TH RESHOLD LIGHT, BASE- M DUNTED EA 8 22 L-8 0 PAPI SYSTEM, COMPLETE, INSTALL FAA -FURNISHED SYSTEM LS 1 23 L-8491 FEE I L SYSTEM, CO I PLETE, I N PLACE EA 1 TOTAL BASE BID (Numerall Format): TOTAL BASE BID (Written Format); Iowa City MunIcipall Airport -T51.122513 PROPOSAL April 2021 PAGE 00410=1 VO4CI413 (D Bolton & Mi2nk, Inc. 2-D19, All Rights Fees-Hrved BID ALTERNATE " p ITEM I DESCRIPTION UNIT APPROX. UNIT PRICE AMOUNT QUANTITY Al PAVEMENT MARKING, SOLID WHITE, WITH BEADS 5F 141969 $ $ A2 PAVEMENT MARKING, BLACK OUTLIhIE, NO BEADS 5F 21643 $ $ TOTAL BID ALTERNATE W (Numeral Format): TOTAL BIER ALTERNATE W (Written Format): NOTE: IT IS UNDERSTOOD THAT THE ABOVE QUANTITIES ARE ESTIMATED FOR THE PURPOSE OF THIS DID. ALL QUANTITIES ARE SU BJ ECT TO REVISION B THE DISTRICTAS NOTED IN FAA PART 1-GENERAL CONTRACT PROVISIONS, SECTION 40 - COPE OF WOK PARAGRAPH 40 -2 . Bidder Name Iowa City MunIcipal Airport -T51.122513 PROPOSAL April 2021 PAGE 00410- VO4CI413 (D Bolton & Mi2nk, Inc. 2-D19, All Rights Fees-Hrved BID BOND Runway 7/ 5 Threshold Relocation Iowa City Mu nisi pa I Airport Iowa cityo Iona N OW ALL BY TH ESE PR E ENTS That we, x as Principal, and as Surety, are held and firmly bound unto, the Iowa City Airport Commission as Obligee, (hereinafter referred to as "the Jurisdiction,'), in the penal sum of dollars ( ), lawful rnon ey of the United States, for which payment said Principal and Surety bind themselves, their heirs, executors, administrators, successors, and assigns jointly and severally, firmly by these presents. The condition of the above obligati ors is such that whereas the Print pa I has submitted to the Jurisdiction a certain proposal, in a separate envelope, and hereby made a part hereof, to enter into a contract in writing, for the following p reject: Runway y 7/25 Threshold Relocation The Surety rety hereby stipulates and agrees that the obligations of said Surety and its bead shall be in no way impaired or affected by any extension of the time within which the Jurisdiction may accept such bid or execute such Contract; and said Burch{ does hereby waive notice of any such extension. In the event that any actions or proceedings are initiated with respect to this Bond, the parties agree that the ve n u e thereof shall be Johnson County, State of Iowa. If legal action is required by the Jurisdiction against the Surety or Principal to enforce the prOVi5i0115 of the bead or to collect the monetary obligation incurring to the benefit of the Jurisdiction, the Surety or Pri nci pa I agrees to pay the Jurisdiction all d a nn ages, costs, and attorney fees incurred by enforci ng a ray of the p rovi lions of th is Bond. All rig hts, powers, a nd rerned i es of th e J o rind ictie n hereo n d er s ha I I be cumulative and not alternative and shall be in addition to all Frights, powers, and remedies given to the Jurisdiction, by law, The Jurisdiction nn ay proceed against Surety for any amount guaranteed hereunder whether action is b ro light aga inst Pri ncipa I or wh ether Princi pa I i s joi nod in any s uch a cti on or action s o r not., NOW, THEREFORE, if said proposal by the Principal be accepted, and the Principal shall enter into a contract with Jurisdiction in accordance with the terms of such proposal, i ncl lid i ng the provision of insurance and of a bond as may be specified in the contract documents, with good and sufficient surety for the faithful performance of such contract, fo r th a prom pt payment of la bor and materia I fu rn ished i n the p rosecuti on thereof, a n d for th a ma i ntena n ce of sa id improvements as may be required therein, then this obligation shall become null and void; otherwise, the Principal sha I I pay{ to the a u risd i ctio n th e ful I a rn ou nt of the bid bond, together with cou rt costs, atto rney's fees, a n d a ny other expense of recovery{. Iowa City Municipal Airport i T51.12251 CONTRACT April 201 PAGE 00500-1 VO11510 fD Balton K Mvnk, In{. 2DD. All Rights Reserved Signed and sealed this day of F 0 SURETY: PRINCIPAL-. Surety Company By Signature Attorney-in-Fact/Officer Name of Attorney-In-Fact/Officer Company Name Cc rn pa ny Address City, State, Zip Code Bidder By Signature Name (Print/Type) Title Address City, State, Zip Code Company Telephone Number Telephone Number NOTE: All signatures on this bid bond must be original signatures in ink; electronic, copies or facsimile of any signature will not be accepted. This bond must be sealed with the Suretys raised, embossing seal or official adhesive seal. The Certificate or power of Attorney accompanying this bond must be valid on its face and sealed with the Surety"s raised, embossing seal or official adhesive seal. Iowa City Municipal Airport i T51,122513 CONTRACT April 201 PAGE 00500- VO11510 fD g-Dltan K Mvnk, In{. 2DD. All Rights Res ervE!d ITEMS TO BE EXECUTED AFTER AWARD OF CONTRACT Runway 7/25 Threshold Relocation Iowa pity Municipal Airport Iowa City, Iowa FAA AIP #: 3-19-0047-030-2021 Iowa City Municipal Airport i T51.12251 CONTRACT April 201 PAGE 00500-3 VO11510 fD Balton K Monk, In{. 2DD. All Rights Res ervE!d Iowa City Municipal Airport i T51.12251 CONTRACT April 201 PAGE 00500-4 VO11510 fD g.Dltcin K Mvnk, In{. 2DD. All Rights Res ervE!d CONTRACT Runway 7/ 5 Threshold Relocation Iowa City Municipal Airport Iowa City, Iowa THIS CONTRACT, made and entered into at this day of between the Iowa City Airport Commission, hereinafter called the "Jurisdiction", and , hereinafter called the ''Contractor''. by and Th e Contra ctor hereby agrees to com plete th e work com prising th e Bu n ay 7/25 Th res hold Belocati a n, as specified i n the contract docu rents, which are off i cia Illy on file with the J urisd icti on, i n the office of the City} CIe rk, City of I ov a City, 410 East Washington Street, Iowa City, Iowa, This contract includes all such contract docu rnents. All work under this contract shall be constructed in accordance with the FAA Standard Specifications, and as further modified by the Special Prom si ons, Technical Specificatlons and Supplemental Specifications included i n said contract dOCUMent5 and the Contract Attachment which is attached hereto. The Contractor further agrees to complete the work in strict accordance with said contract docur ents, and to guarantee the work as required by law for the time required in said contract documents after its acceptance by the Jurisdiction. This contract is awarded and executed for completion of the work specified in the contract documents for the hid prices shown on the Contract Attachment; Bid Items and Quantities which were proposed by the Contractor in its Proposa I su bmitted in accordance with the Notice to Bidders and Notice of Public Hearing for the following project: Runway 7/25 Threshold Relocation The Contractor agrees to perform said work for and in consideration of the Jurisdiction's payment of the hid amount of dollars ( ), which amount shall constitute th a required amount of the perforr n ance and payment bond. The Contractor hereby agrees to commence work as stated in the written Notice to Proceed; and substantially complete the work in accordance with the following contract provisions: CONTRACT PROVISIONS A. Completion Date 1. Th is p roaect is a 30 wo rki ng days (for Base Did on Iy) based cunt ract. The a dd iti on of b i d a Ite rnartes aril I add working days to the contract. B. Liquidated Damage 1. Pay liquidated damages for noncompliance with said completion provisions In the amount of 500 (Five Hundred dollars) for each day the work remains incomplete. C. Maintenance Bond & Warranty 1. To re r n edy any and all defects that may develop in or result from work to be performed under the Contract within the City of Iowa a City, from the date of acceptance of the work under the Contract, by reason of defects in workmanship or rrl ateria is used in construction of said work. Iowa City Municipal Airport i T51.12251 CONTRACT April 201 PAGE 00500-5 VO11510 fD Balton K Mvnk, In{. 2DD. All Rights Reserved 2, Shall a150 guarantee the rnaintenance of the irnprovernent caused by failures in materials and core stru ction for a period of 1 yea r f ro rn a n d after accepts n ce of the work. D. Bid Quantity Revisions 1. Al I q ua ntities a re esti mates a nd s u bject to revision by the Ju risd i ctio n. 2, Qua ntIty changes that do not materially change the character of the work to be performed and amount to less than Twenty (0) percent of a given bid item or less than Five (5) percent of the total contract amount shall not affect the unit price bid. CONTRACTOR'S CERTIFICATIONS A. The Contractor understands and agrees that all certifications made by the Contractor within the Proposal shall apply under this Agreement as if fully rewritten herein. The Contractor further certifies the following; 1. Certification of Eligibility (29 CFR Part 5.6) a. By E ntering i nto th i s cc ntract, th e CONTRALTO R ce rtif ies th at neither he c r s he n or a ray 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); b. 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 l (a) (1); c. The penalty for making false statements is prescribed in the U.S. Criminal Code 18 U.S.C. . Certification of Nonsegregated Facilities (41 CFR Part 60,1.8) a. The federally -assisted construction CONTRACTOR, certifies that it does not maintain or provide, for its employees, any segregated facilities at any of its establishments and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained, The BIDDER certifies that it will not maintain or provide, for- its employees, segregated facilities at any of its establishments and that it will not permit its employees to perform their services at any location under its control where segregated facilities are maintained. The Bidder agrees that a breach of this certification is a violation of the Equal Opportunity Clause, which is to be incorporated in the contract. As used in this certification, the term "segregated faci lities" means a ny era iti ng rooms, work a real, re trooms, and washrooms, restaurants and other eating areas, ti meclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreations or entertain ranerat areas, transportation, and housing facilities provided for employees which are segregated on the bas i s of ra ce, color, rel igion, or nation a I origin beta use of habit, loca I custom, o r a ny other reason. The Bidder agrees that (except where it has obtained identical certifications from prop05ed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that it will retain such certifications in its files. Iowa City Municipal Airport i T51.12251 CONTRACT April 201 PAGE 00500-6 VO11510 fD Balton K Mvnk, In{. 2DD. All Rights Reserved W ITN ESS W H EREOF, the Parties hereto have executed this instrurnent+ ire triplicate on the date first shown written. JURISDICTION: Iowa City Airport Commission CONTRACTOR: B: Warren Bishop, Carnmission Chair (Seal) FITTEST: Eric Goers Attorney, Iowa City Airport Commission Iowa City Municipal Airport i T51.12251 By: Contractor's Contact Name Contractor's Title Street Address City, State, Zip Code Telephone CONTRACT April 201 PAGE 00500-7 VO11510 fD Balton K Mvnk, In{. 2DD. All Rights Res ervE!d Intentionally Left Blank Iowa City Municipal Airport i T51.12251 CONTRACT April 201 PAGE 00500- VO11510 fD g.Dltcin K Mvnk, In{. 2DD. All Rights Res ervE!d CONTRACTOR PUBLIC REGISTRATION INFORMATION to be Provided Bye All Contractors: The Contractor shall enter its Public Registration No, issued by the Iowa Commissioner of Labor pursuant to Section 91C. 5 of the Iowa Code. 2, Out -of -.State Contractors: A. Pursuant to Section 91C,7 of the Iowa Code, an out-of-state contractor, before commencing a contract in excess of five thousand dollars in value in Iowa, shall file a bond with the division of labor services of the department of workforce development. The contractor should contact 515 - 24 _5 71 for further information. Prior to contract execution, the Jurisdictional Engineer may forward a copy of this contract to the Iowa Department of Workforce Development as notification of per d i rig con stru ctio n work. It is the contractor's res pony i bi I ity to comp Iy with sal d Sectio n 91C. 7 before cam menci ng th Is work. B. Prior to e uteri rig i nto coat ract, th e des ignated low bid der, if it is a corporation orga nixed under the laws of a state other than Iowa, shall file with the Jurisdictional Engineer a certificate fro rn the Secretary of the State of Iowa showing that it has complied with all the Provisions of Chapter 490 of the Code of Iowa, as amended, governing foreign corporations. For fu rther information contact the Iowa Secretary of State Office at 15- 1-5204. Bond No. Name of Surety NOTE: All signatures on this contract must be original signatures in ink; electronic, copies or facsimile of any signature will not be accepted. CORPORATE ACKNOWLEDGMENT State of SS County On this day of , 0 before rne, the undersigned, a Notary Public in and for the State of —�—�, pe rsona I ly a ppeared _ — and �—� � to me known, who, being by me d u ly sworn, d id say th at they a re the and , respectively, of the corporation executing the foregoing instrument; that (no seal has been procured by) (the seal affixed thereto is th e sea I of) th e corporatio n; th at sa Id instru rn ent was sign ed (a nd sea led) on beha If of the corporati on by auth ority of this Board of Directors; that and _ acknowledged the execution of the instrument to be the voluntary art and deed of the corporation, by it and by them voluntarily executed. Notary Public ire and for the State of y commission expires Iowa City Municipal Airport i T51.12251 00 CONTRACT April 201 PAGE 00500- VO11510 fD Balton & Mvnk, In{. 2DD. All Rights Reserved PARTNERSHIP ACKNOWLEDGMENT State of SS County On this day of __� 2-0 —, before me, the undersigned, a Notary Public in and for the State of personally appeared to me per5onaIly known, who being by rye duly sworn, d i d say that the pe rson Is one of the partn e rs of a pa rtn ershi p, a rid th at th e i ristru meat was signed on behalf of the partnership by authority of the partners and the partner acknowledged the execution of the instrument to be the voluntary act and deed of the partnership by it and by the partner voluntarily executed Notary public in and for the .state of y commission expires INDIVIDUAL ACKNOWLEDGMENT State of Ss County 200 On this day of , 2 0 before me, the undersigned, a Notary Public in ai n d for the State of --------____� personally appeared _ and to me known to be the identical person(s) named in and who executed the foregoing instrument, and acknowledged that (he) (shoe) (they) executed the instrument as (his) (her) (their) voluntary act and deed. Notary Public in and for the State of y commission expires [II&I111t4$111Fs1:J14If&0] 11:7s10V911141J401617,1riIa10101 ,1a0111 .state of S5 County 0, On this —� day of _--�—_—_? 20—, before me a Notary Public in and for said county, personally appeared to me perso na Illy kn own, who being by me du Iy sworn did say that per -son i s of said r that (the seal affixed to said instrument is the seal of said OR no seal has been procured by the said) and that said instrument was signed and sealed on behalf of the said by authority of its managers and the said acknowledged the execution of said i nstru merit to be the voluntary act and deed of said F by it voluntarily executed. Notary{ Public in and far the State of y commission expires Iowa City Municipal Airport i T51.12251 April 201 01 CONTRACT PAGE 00500-10 VO11510 fD Balton & Mvnk, In{. 2DD. All Rights Res ervE!d CONTRACT ATTACHMENT: ITEM 1: GENERAL -NONE CONTRACT ATTACHMENT: ITEM : BID ITEMS AND, QUANTITIES THIS ONTRA T IS AWARDED AND EXECUTED FOR COMPLETION OF THE WORK PE I FI ED IN THE CONTRACT DOCUMENTS FOR THE BID FENCES TABULATED BELOW AS PROPOSED BY THE CONTRACTOR IN ITS PROPOSAL SUBMITTED IN ACCORDANCE WITH NOTICE TO BIDDERS AND NOTICE OF PUBLIC HEARING. ALL QUANTITIES ARE SUBJ ECT TO REVIS ION BY THE JURI IDICTION. THE JURI IDICTION RESERVES THE RIGHT TO ADJUST QUA NTITIE A NECESSARY TO MAXIMIZE FUNDS BUDGETED FOR THIS PROJECT AS DOTED IN SECTION 00500 — CONTRACT. Iowa City Municipal Air port i T51.12251 CONTRACT April 201 PAGE 00500-11 VO11510 fD Balton & Mvnk, In{. 2DD. All Rights Res ervE!d intentionally Left Blank Iowa City Municipal Airport i T51.12251 CONTRACT April 201 PAGE 00500-1 VO11510 fD g.Dltcin K Mvnk, In{. 2DD. All Rights Res ervE!d PERFORMANCE BOND Bond Number PRINCIPAL (Le gal Name and Business Address) STATE OF INCORPORATION S U RETY (Lepa� Name and Business Address) P E N A L S U M 0 F BO N D (Expressed rrr words an d o urneri7�s) OBLIGATION CONTRACT ELATE KNOW ALL PERSONS BY THESE PRESENTS, that the above named PRINCIPAL, hereinafter referred to and called CONTRACTOR, and the above named 5URETY here b bind thernseIves unto The City of Iowa City., 1 awa, Iowa City Municipal Airport, 1801 Riverside Drive, Ira City., IA., as OBLIGEE, hereinafter referred to and called OWNER, i n the penal su rn stated above, in lawful money of the United States of America to be paid to OWNER. For payment of the penal sum, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, CONTRACTOR has entered into the written contract agreement identified herein above with the OWNER for the following project; Prefect Name: Run aV 7/25 Threshold Relocation P reject Loratio n: I o a City M unicipa I Ai rportt Iowa City, Iowa which said contract and associated contract documents, includ[ng any present or future amendment thereto, is incorporated herein by reference and is hereinafter referred to as the Contract. 101910131Y1L91011 NO Y THEREFORE, THE CONDITION OF THIS 0BLI ATION is such that, if CONTRACTOR shall promptly and faithfully perform all undertakings, covenants, terms, conditions and agreements of the Contract during the original term of the Contract a n d any extensions thereof that are granted by the OWNER, with or without notice to the SURETY, and d u ri ng th a period of any guarantee or warranties required under the Contract, and if CONTRACTOR shall perform and fulfill all undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of the Contract that hereafter are made, then this obligation shall be void; otherwise it shall rernain in full force and effect subject to the following additio naI conditions: 1. SURETY, for value received, hereby stipulates and agrees that no change, extension of time, modification, omission, addition or change in or to the Contract, or the work performed thereunder or the specifications accc)mpanying the same, shall in any way affect the SURETY"SURETY"S obligation on this bond; and SURETY hereby agre-es to wailve notice of any and all such externs ions, modif1 cations, omissions, alterations, and additions to the terms of the Contract, work or specifications, 2. Whenever CONTRACTOR sha I I be a nd declared by the OWN EIS to be i n defy a It u nder the Contract, the Surety sha I I prom ptly a nd at the SURETY'S expense remedy the default by implementing one or more of the following acti ores a _ Arrange for the CONTRACTOR, with consent of the OWNER, to perform and complete the Contract; Or b. Undertake to perform and complete the Contract itself, through its agents or through independent contractors; or C. Obtain bids or negotiated proposals from qualified contractors acceptable to the OWNER for a contract for performance and completion of the Contract; arrange for a contract to be prepared for execution by the OWNER and the contractor selected with the OWNER'S concurrence, to be secured with performance and payment bonds executed by a qualified surety equivalent to the Bonds issued on the Contract; and make available as work progresses ( even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price, but not exceeding, Iowa City Municipal Airport — T51.12 513 PERFORMANCE BOND April 2021 PAGE 00610 - 1 V011510 C� Colton & Munk, Inc. 2 02 9, All FGght� Rqn-suyed i nclud i ng other costs and damages for which the Surety maybe liable hereunder, the pens I sum of the bond. The term "balance of the contract price", as used in this paragraph, shall mean the total amount payable by OWNER to CONTRACTOR under the Contract and any amendments thereto, disbursed at the rate provided in the original contract, less the amount properly paid by OWNER to CONTRALTO R_ d. With written consent of the OWNER, SURETY may waive its right to perform and complete, arrange for completion or olata i n a new contractor and wilth reasona bl a promptness, investigate and determine th a amount th e SU RETY i s Iia bl e to the OWN E R a nd tend er payment therefor to the OWN EFL. 3. CONTRALTO R a nd SURETY agree that if i n Conn ection with th a enforcement of thi s Bond, the OWN ER is requi red to engage the services of an attorney, that reasonable attorney fees incurred by the OWNER, with or without suit, are in addition to the balance of the contract price. 4. No right of action shall accrue on this bond to or for the use of any person or corporation other than the OWNER named herein or the successors or assigns of the OWNER. WITNESS In witness whereof, this instrument is executed this the _ _ day of _-- -- _--� 20_ INDIVIDUAL PRINCIPAL: Company Nano: Signature: Name and Title: CORPORATE PRINCIPAL: ,ATTEST: Corporate Name: Signature: Signature-, Marne and Tide: dame and Title: (Affix Corporate Seal) SURETY; ATTEST: Surety blame: Signature: Signature: Name and Title: Name and Title: (Affix Seal) (Attach Power of Attorney) OWN E R A CCE PTANCE The OWNER approves the form of this Performance Bond. Date:Signature: Name and Title: ATTEST: Signature: Nanne and Title: (Affix Seal) PERFORMANCE BOND PAGE 00610 - l o a City ICI u n iei pal Airport — T5 1.12 251 April 2021 V011510 C� Colton & Munk, Inc. 2 02 9, All FGght� Rqn-suyed PAYMENT BOND PRINCIPAL (Le gal Name and Business Address) S U RETY (Legal Ngme and Business Address P E N A L 5 U M O F BED N D Expressed Fr words on d o um-erais) OBLIGATION Bond Number STATE OF INCORPORATION CONTRACT NO. I CONTRACT DATE KNOW ALL PERSONS BY THESE PRESENTS, that the above named PRINCIPAL, hereinafter referred to and called CONTRACTOR, a n d th e a bove rya reed S U RET h ereby bird th emselves u nto The City of Iowa City, I awa, Iowa City I un ici pall Airport, 1801 Riverside Drive, I awa City, IlAp as 0 B LIG E E, h ereinafter referred to and cal led ER NE R, in the pen al su rn stated above, i n la -fu money of the United States of America to be paid to OWNER. For payment of the penal sum, we bind ourselves, our heirs, executors, administrators, successors and assignsx jointly and severally, firmly by these presents. WHEREAS., CONTRACTOR has entered into the written contract agreement identified herei nabove with the OWNER for the following project; Project Name, Runway 7/ 5 Threshold Relocation P roject Locatio n. I owa City M unicipa I Ai rport! Iowan City, Iowa which said contract and associated contract documents, including any present or future amendment thereto, is incorporated herein by reference and is hereinafter referred to as the Contract. CONDITION NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if CONTRACTOR shall promptly make payment to all one ployees, persons, firms or corporations for all incurred indebtedness and just claims for labor, supplies, materials and services furry ished fc)r or u sod i n cDn nectilon wilth the pe rfo rmance of th o Co retract, then th is obligation sh al I be vo id x othe rw ise it shall remain in full force and effect subject to the follow[ng additional conditions: 1. CONTRACTOR and SURETY indemnify and hold harmless the OWNER for all claims, demands, liens or suits that arise from performance of the Contract 2, SURETY, for value received' hereby stipulates and agrees that no change, extension of time, modification, omission, addition or change in or to the Contract, or the work performed thereunder or the specifications accom panying th o same, shall In any way affect the SURETY'S obligation on this bead; and SURETY hereby agrees to waive notice of any and all such extensions, modifications, omissions, alterations, and additions to the terms of the Contract, work or specifications. 3. No final settlement between the OWNER and the CONTRACTOR shall abridge the right of any beneficiary hereund er1 whose cla i m rn ay be u nsatisfied, 4. Th e amou r t of th is bond sha I I be red used by and to th a exte rat of a ray payme rats mad a in good f aith he re u nder, 5. Amounts owed by the OWNER to the CONTRACTOR under the Contract shall he used for the performance of the Contract and to satisfy claims, if any, under any Performance Bead. By the CONTRACTOR furnishing and the OWNER accepting this Bend, they agree that all funds earned by the CONTRACTOR in the performance of the Contract are dedicated to satisfy{ obligations of the CONTRACTOR and the SURETY under this Bond, subject to the OWNEIS" priority to use the funds far the completion of the project. Iowa City Municipal Airport — T51.12 518 PAYMENT BEND April 2021 PAGE 00620 - 1 V011510 C� Colton & Munk, Inc. 2 02 9, All FGght� Rqn-suyed WITNESS n witness whereof, this instrument is executed this the day of + �� INDIVIDUAL PRINCIPAL: Company Name: Signature: Name and Title: CORPORATE PRINCIPAL: ATTEST: Corporate Name- ignarture: Signature. Name and Title: Name and Title: (Affix Corporate Seal) SURETY: ATTEST: Surety Name: Signature: Signature: Name and Title: Name and Title - (Affix Seal) (Attach Power of Attorney) OWN R ACCEPTANCE The OWNER approves the form of this Payment Band. Date: Signature: Name and Title - ATTEST: Signature - Name and Title: (Affix Seal) PAYMENT BOND I o a City ICI u n ici pal Airport — T5 1.12 251 April 2021 V011510 C� Colton & Munk, Inc. 2 02 9, All FGght� Rqn-suyed FAA SPECIAL PROVISIONS Runway 7/25 Threshold Relocation Iowa City Municipal Airport T51,122513 FAA Al P No. 3-19-0047-030-2021 Iowa City, IA Iowa City Municipal Airport Runway 7 5 Threshold Relocation Intentionally Left Blank Iowa City Municipal Airport Runway 7 5 Threshold Relocation SUPPLEMENTARY PROVISIONS PART A -FEDERAL CONTRACT PROVISIONS FOR CONSTRUCTION AND EQUIPMENT CONTRACTS APPLICATION OF REFERENCES ALL REFERENCES MADE HEREIN TO "CONTRACTOR", "BIDDER ?$I AND "OFFEROR" SHALL PERTAIN TO THE PRIME CONTRACTDR. ALL REFERENCES MADE HEREIN TO if SUBCONTRACTOR" SHALL PERTAIN TO ANY AND ALL 5UBCONTRACTC)R5 UNDER CONTRACT WITH THE PRIME O NTRA CTOR OR A SUBCONTRACTOR. ALL REFERENCES MADE HEREIN TO "CONSULTANT-! SHALL PERTAIN TO ARCH ITECT/E N DINE ER (/E) UNDER CONTRACT WITH THE SPONSOR. ALL REFERENCES MADE HEREIN TO "SUBCONSULTA NT" SMALL PERTAIN TO ANY AND ALL SUBCONSULTANTS UNDER CONTRACT WITH THE / E. ALL REFERENCES MADE HEREIN TO "SPO N OR�l AND "OWNER" SHALL PERTAIN TO THE STATE, CITY, AIRPORT AUTHORITY OR OTHER PUBLIC ENTITY EXECUTING CONTRACTS WITH THE PRIME CONTRACTOR AND/OR THE E. PROVISIONS APPLICABLE TO ALL CONTRACTS ACCESS TO RECORDS AND REPORTS...................................................................................................... BUY AM ERI AN PREFERENCE................................................................................................................ IVIL RIGHTS — G FNERAL........................................................................................................................ IVI L R I G HT — TITLE VI ASS D RA N E.................................................................................................... DISADVANTAGED BUSINESS ENTERPRISE.............................................................................................. 6 ENERGY CONSERVATION REQUIREMENTS ............................................................................................ 7 FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL M IN IMU M WAG E).................................................. 7 OCC U PAT I0NAL SAFETY AND HEALTH ACT OF 1970............................................................................. 8 RIGHT TO INVENTIONS........................................................................................................................... SEISMIC S AFETY.. TAX DELINQDENCY AND FELONY CON V I CT10N TRADE RESTRICTION CERTIFICAT IE 9 VETERAN'S PRE 10 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $2.,000 CO PELAND "'ANTI- I BACK' ACT ....ii.i.ii.i.ii.i.ii.i.ii.i.ii.i.ii.i.ii.i.ii.i.ii.i.ii.i.ii.i.ii.i.ii.i. i i. a i i. a i f. i. i f. i. i f. a i f. a 11 DAVIS-BACON REQUIREMENTS ........ f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. i f. f. 11 Page 1 of 30 Revised June 1, 2018 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $3500 0116111ZY= Or:1911Q Nklyli I IFA PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $10,000 AFFIRMATIVE ACTION REQUIREMENT.................................................................................................17 EQUAL EMPLOYMENT OPPORTUNITY(EED) ........................................................................................18 PROCUREMENT OF RECOVERED MATERIALS......................................................................................24 PROHIBITION OF SEGREGATED FACILITIES..........................................................................................24 TERMINATIONOF CONTRACT ..............................................................................................................25 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $25,000 DEBARMENT AND S U S REN S 10 7 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $100,000 C 0 N T RA CT W 0 R K H 0 U R S A NIA SA FETID STAIN DA RD S ACT RE Q UI REI TENT7 LOBBYING AND INFLUENCING FEDERAL LM PL YLL........... .....man. ....&...........,....,.........-h.....i*........... 28 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $150,000 BREACH F CONTRACT TERMS . f. i.. f. i.. f. i.. f. i I. f. i I. f I i I I f I i. I f 1 i. 1 f. i.. f. i.. f. i,. f. i,. f, i,, f, i., f, i., f. i.. f. i.. f. i.. f. i,. f, i,, f, i., f, 29 CLEAN AIR D TER POLLUTION CONTROL . f.... i.... i.. .. f. i.. f. i.. i. i.. f. i.. f. i.. i. i.. i. i. , f. i.. f. i.. i. i.. f. i.. f, i. , i, i. , i. 29 Page 2 of 30 Revised June 1, 2018 PROVISIONS APPLICABLE TO ALL CONTRACTS ACCESS TO RECORDS AN D R E Pa RT Reference: 2 CFR § 200.3332 CFR § 200.3361 and FAA Order 5100.3 The Contractor m ust maintain an acceptable cost accaunting system. The Contractor agrees to provide the Owner, the Federal Aviation Administration, and the Comptroller General of the United States or any of their duly authorized representatives, access to any books, documents, papers, and record s of the Contractor, which are d 1 redly pertinent to the specific contract for the purpose of mal i ng audit, examination, excerpts and tra nscriptions. The Contractor agrees to rnaintain a II boobs, records and reports required under this contract for a period of not less than three gears after final payment is made and a I I pending matters are closed. RN A ERI AN PREFERENCE Reference: 49 USC § 50101 The Contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goads used in AIP funded projects are produced in the United States, unless the Federal Aviation Administration (FAA) has issued a waiver for the product; the product is listed as a n Excepted Article, M ate ria 10 r Suppler in Federal Acquisition Regulation subpart 5.108; or Is 1 ncIuded 1 n the FAA Natlonwide Buy Amerrican Waiver Issued I Ist. Bidder or Offeror rust complete a nd submit the Buy America certification included herei n with their hid or offer. The Owner will reject as nonresponsive any lid or offer that does not include a completed Certificate of Buy American Compliance. CIVIL RIGHTS — GENERAL Reference: 49 USC § 47123 The Contractor agrees that it will 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 f or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision hinds the Contractor and subcontractors f ram 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. CIVIL RIGHTS —TITLE VI ASSURANCES Title V1 Solicitation Notice Th e Sponso r, i n acco rda n ce with the p rovi si ons of Title VI of th e Cirri I Ri ghts Act of 1964 (78 Stat. 2520 42 U.S.C. 000d to 0OOd-4) and the Regulations, hereby notifies a I I bidders or offerers that it will affi rm ative ly ens re that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will he afforded fall and fair opportunity to submit bids in Page 3 of 30 Revised June 1, 2018 response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for are award. ompHance with Nondiscrimination ReQuirements During the performance of this contract, the Contractor, for itself, its assignees, and successors in i nte rest (hereinafter referred to as the "Contractor") agrees as follows: 1. Compliance with Regulations: The Contractor (hereinafter includes onsultants) will comply with the Title VI List of Pertinent Nondiscrimination nation Acts and Authorities, as they may be amended from time to time, whichare herein incorporated by reference and made a part of this contract~ . 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 rational origin n 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 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: I n a l l solicitations, either by competitive bidding., or negotiation made by the Contractor for work to be performed under a subcontract I i n cI ud i rg p roc u rem e rats of rate ri a Is, or leases of equipment, each potential subcontractor or supplier will he 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 corinpIia nce 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 fu rnish the informatio n, the Corntractor Sri I I 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. 5. Sanctions for Noncompliance: In the evert 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 determ i rye to be a ppropriatef irncl uding, 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. . Incorporation of Provisions: The Contractar 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 Page 4 of 30 Revised June 1, 2018 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 req ue t the Sponsor to enter into are y litigation to protect the interests of the sponsor. In addition, the Contractor may request the United States to enter into the e litigation to protect the interests of the United States. Title V1 List of Pertinen t Nondiscri inat on A cts 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 seq., 78 stat. 252). (prohibits discrimination on the basis of race, color, rational origin); 49 C FR Part 2 1 (Non-d i trim ination In Federa II -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); ection 504 of the Reha biI itation Act of 1 7 ., (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 7; 0 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 1997, (PL 100- 09), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimi nation Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms 11 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 a re Federal l funded or riot); Titles II and III of the Americans with Disabilities Actof1990, 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. §§ 1 131 — 12 1 ) as irn plement d by U.S. Department of Transportation regulations at 49 CF R parts and 3; • The Federal AviationAdministration's Non-discrimination statute (49 U.S.C. § 471 3) (prohibits discrimination on the basis of race, color, rational origin, and sex); Executive order 12898, Federal Actions to Address Environmenta I Justice in Minority Populations and Low -Income Populations, which ensures non-discrimination against minarity populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Page 5 of 30 Revised June 1, 2018 Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes di scri ruination beca use of I'lmited Eng l ish prof icienc (LE P). To ensure corn pIiance with Title V1, you must to ke reasonable steps to ensure that LE persons have meani ngfuI 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 discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). DISADVANTAGED BUSINESS ENTERPRISE Reference: 49 CFR Part 26 Solicitation Lanquoge (Protect Goal) Information Submitted as a mutter of bidder responsiveness: The Owner's ward of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR § 6.53. s a condition of bid responsiveness, the Bidder or Off e-ror must submit the folio i ng information with their proposal on the forms provided herein: 1} The names and addresses of Disadvantaged Business Enterprise I 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 tatement from Bidder or Offeror that attests their commitment to use the DBE firm() listed under (1) to meet the Owner's project goal; 5) If Bidder or Offeror carp riot meet the advertised project DBE goal; evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix to49CFR Part 26. Inform atit) n submitted as a matter of bidder responsibil : The Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR 6.53, The successful Bidder or Offerar must provide written confirmation of participation from each of the DBE firms the Bidder or offeror lists in its commitment within five (5) days after bid opening. 1) The names a rid addre-s-ses of Disadvantaged Bus ine5-s 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 fronn Bidder or Offeror that attests their commitment to use the DBE firms) listed under (1) to meet the owner's project goal; and .5) If Bidder or Offeror can not meet the advertised project DBE goal, evidence of good faith efforts undertaken by the Bidder or Offerorasdescribed in appendix to 49 CFR part 26. Page 6 of 30 Revised June 1, 2018 Roc elGender Neutral The requirements of 49 CFR Part 26 apply to this contract. It is the policy of the Owner to practice nondiscrimination based on race, color, sex or national origin in the award or performance of this contract. Tine Owner encou rages participation by all fi rrns q ua I'i fying u nder this solicitation regardless of businesssize or ownership. `on trod Assurance ( .13) The Cont ractor+ or subco ntr+actor shall not discri minate on the basis of race, color., nartionaI 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 U.S. Department of Transportation -assisted contracts. Failure by the Contractor to carry out these requ i rements is a material breach of this contract, which may result in the termination of this contract or such other rernedy as the Owner deems appropriate, which may include, but is not limited to: 1) Withholding monthly progress payments; 2) Assessing sanctions.; 3) Liquidated damages; and/or 4) D'I sq ua I'l fying the Contractor from future bidding as non -responsible. Prompt Po meat t . ) The Prime Contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than thirty (30) calendar days from the receipt of each payment the Pri me Contractor receives from the O mer. The Prime Contractor agrees f urther to return retainage payments to each subcontractor within thirty (30) ca lendar days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referrenced tine frarne may occur on IV for good cause foI lowing written a ppr ovaI of the Owner. This clause applies to both DBE and non -DBE subcontractors. ENERGY CONSERVATION REQUIREMENTS Reference: 2 CFR § 200 Appendix II(H) Contractor and Subcontractors) agree to comply with mandatary standards and policies relating to energy efficiency as contained in the state energy conservation plan issued incompliance with the Energy Policy and Conservation Act (42 U.S.C. 6201 et seq). FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM AGE) Reference: 29 USC § 201, et seq. I I contracts a n d s u bco nt racts t h at resu It fro m th i s so I icitati on i nco rporate by reference the provisions of 29 CFR Fart 2 01 f the Federal FairF Labor Standards Act (FL )f with the same force a nd effect as if given in full text., The FL sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers. The Contractor has f u I I responsibi I its{ to monitor corn pliance to the referenced statute or regulation~ The Cont racto m ust add ress are r` claims odisputes that arise fronn this requi r` rement directly with the U.S. Department of Labor — Wage and Hour Division. Page 7 of 30 Revised June 1, 2018 OCCU PATIO NAL SAF ETY AND H EALTH ACT OF 1970 Reference: 20 CFR Part 1910 All contracts a nd subcontracts that result from this soIicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. The employer rust provide a work environment meat that is free from recognized hazards that may cause death or serious physical harm to the employee. The employer retains full responsibility to monitor its compliance and their subcontr actor's compliance with the applicable req uirernents of the ccupationa l Safety arnd Health Act of 1970 (20 CFR Part 1910). The employe must address are claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor — Occupational Safety and Health Administration. RIGHT TO I NNE NTI 0 N Reference: Z CFR § 200 Appendix II(F) and 37 CFR §401 Contracts 0r agreements that i n c I u d e the perforrna nce of ex perirnenta I, developmental f or research work must provide for the rights of the Federal Government and the Owner in any resulting invention as established by 37 CFR Part 401, Rights to Inventions Made by Non-profit Organizations and Small Business Firms under Government Grants, Contracts, and Cooperative Agreements. This contract incorporates by reference the patent and inventions rights as specified withi n i n the 3 7 CFR §401.14. Contractor must include this requirement in all sub -tier contracts involving experimental, developmental or research work. EISM IC SAFETY Reference:49 CFR Part41 The Contractor agrees to ensure that all work performed under this contract, including work performed by subnontrador f conforms to a building code standard that provides a level of seismic safety substantially equivalent to standards esta blished by the NationaI Ear-thqual e HaZard5 Reduction Program (NEHRP). Local building codes that model their code after the current version of the I nternationaI Building Code (I RC) meet the H EH RID equivaIency Ieve I for seismic safety. TAX DELINQUENCY AND FELONY CONVICTIONS Reference: Sections 415 and 416 of Title IV, Division Lofthe Consolidated Appropriations Act, 2014 (Pub. L. 113-7 ) and DOT Order 4200.E The Contractor certifies: 1) It is not a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid i n a timely manner pursuant to are agreement with the authority response blo for I I tiro the tag liability. tag delinquency i and unpaid Federal tag Iia bi I ity that has bee-n assessed, for which a I I judicial and administrative remedies have been exhausted, or have lapsed, and that is not bei rig paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. Page 8 of 30 Revised June 1, 2018 2) It is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. A felony conviction is a conviction within the preceding twenty four (24) months of a felony criminal violation under any Federal law and includes conviction of an offense defined i n a sections of the U.S. code that spec if ica I ly clan ifies the offense as a felony and conviction of a n offense that is classif ied as a felony under 18 U.S.C. 55 { The Contractor agrees to incorporate the above certification in all lower tier subcontracts. TRADE RESTRICTION CERTIFICATION Reference: 49 USC § 50104 and 49 CFR Part 30 By s ubmi ssion of an offer, the Offeror certifies that with respect to this soIicitation a nd any resultant contract, theOfferor: 1 Ns 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.); 2) has not Knowingly entered i nto a ny contract or su bcontract far this project with a person that is a citizen or national of a foreign country included on the list of countries that discs m"Inate against U.S. f firms as published by the U.S.T. R; a rid 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S. firms published by the U. .T.R. Th i s ce rtificatio n co ncerns a rn atter wit h i n t h e j u ri sd icti on of a n agency of the U n ited 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 subcantractors 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 i n accordance with 49 CFR 30.17, no contract sha II be awarded to a n Offeror or subcontractor-. 1) whoisowned or controlled by one or more citizens or nationals of a foreign countr included on the list of countries that discriminate against U.S. firms published by the U.S.T.R. or 2) whose subcontractors are awned 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. .T.l . list - Nothing contained in the foregoing sha II be construed to require esta blishment of a system of records in order to render, Mn good faith, the certification required by this provision. The know ledge Page 9 of 30 Revised June 1, 2018 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 resuIting frorn this soIicitation, it wiI I incorporate th is provision for certification without modification in in a II lower tier subcontracts. The Contractor ma rely on the certif ication of a prospective su bcontrar-tor that it is not a f irrn from a foreign country included on the list of countries that discriminate against U.S,, firms as published by U. .T*11, 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 determ ined that the Contractor or su bcontraCtor knowingly rendered are 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 Federal Aviation Ad r i nistrationi VETERAWS PREFERENCE Reference: 49 U5C § 47112(c) In the employment of labor (excluding executive, administrative, and supervisory positions, the Contractor and a II su b-tier contractors must give preference to covered veterans as defi ned within Title 49 United States Code Section 47112. Covered veterans include Vietnam-er-a veterans, Persian u If veterans., Afghanistan -I raq wa r veterans, disc bled vetera ns* a nd srnaI I business concerns (as defined by 15 U.S.C. 6 ) 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. Page 10 of 30 Devised June 19, 2018 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $2.pOOO CO PELAN D ` ANTI -ICI C BAC P ACT Reference: 2 CFR § 200 Appendix II(D) and 29 CFR Parts 3 and 5 Contractor nnust comply with the requirements of the Copeland "Anti -Kickback" Act (18 U.S.C. 874 and 40 U,S. . 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 gages paid to each employee performing on covered work during the prior week. Owner must report any violations of the Act to the Fede ra I Aviati o n Ad min i st ratio n. DAVIS-BACON REQUIREMENTS Reference: 2 CFR § 200 Appendix II(D) and 29 CFR Part 5 1. Minimum oe Gj 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 ar rebate an any account except such payroll deductions as are permitted by the Secretary of Laber 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 be ha If of laborers or mocha nits a re considered wages pa id to such laborers or mechanics, subject tothe provisions of paragraph (1)(iv) of this section; also, regula r contributions made or costs incurred far more tha n a weekl period (but not less often than quarterl ) underr pla nsf f unds, or programs which cover the particular weekl y period, a re 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 ro ided * n 9 CFR Part 53(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the ti me actually worked therein: Provided that the employer's payroll records accurately set forth the time spent in each classification ire which workis 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 tires by the Contractor and its subcontractors at the site of the work in a prominent and accessible place here it can easily be seen by the workers. (H) (A) thru (D) (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 Page 11 of 30 Devised June 19, 2018 the contract Shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determ ination; 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 ors the class if ication and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be seat 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 thirty (30) days of receipt and so advise the contracting officer or will notify the contracting officer within the thirty (30)-day period that additional timeis necessary. (C) I n the event the Contractor, the laborers., or m ec h a in ics to be em plo ed i n the classification, or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (includiing the amouint designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized rep resent-ative, wi I I issue a determination within thirty (30) days of receipt and so advi-se the contracting officer r Sri I I notify theco ntratinffier within the thirty -d period that additir�al titre i 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. Ov) If the Contracto r does n of ma ke pa ng a nts to a tru stee or other t h i rd pe rson, the Co ntra ctor may consider as pant of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under 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. With Page 12 of 30 Revised Jove 19, 2018 The Federal Aviation Administration or the Sponsor shaI I u pon its awn action a u pan written request of an a utharized representative of the Department of Labor- withhold or cause to be �tlhld fromthe Contractor under this antr`atrany other Federal contrawith tl� same Prime Contractor, or any other Federally -assisted contract subject to Davis -Bacon prevail i ng 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, Includi rig a pprentices, trainees, and hell pers, em played by the Contractor or any subcontractor the f u I I a mount 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, tale such action as may be necessary to cause the suspension of any fu rther payment, advance, or guarantee of funds until such violations have ceased. f Payrolls and basic record (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 th ree years thereafter far all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and saris I secu rity nurn be of each such worl er; his or her correct classification* hou rly rates of wages paid (including rates of contri butians or costs a ntici pated far bona f ide f ringe benefits or cash equivaIents thereof of the types described i n 1(b)(2) (13) of the Davis -Bacon Act); daily and weekly number of hoursworked- deductions made- and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 53(a)(1)(1) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under plan or program described in section 1(b)( )(13) of the Davis -Bacon Act, the Contractor shall maintain records that show that the roan mitm nt to provide such benefits is enfarcea ble, that the plan or program is financially responsible, and that the plan or program has been communicated in writingtothe laborers ormechanics affected, and that show the costs anticipated or the actual casts incurred in providing such benefits. Contractors employing apprentices or trainees under approved pro rams sha I I magi ntai n 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. {iiJ (A) thru (D) (A) The Contrastar shalI submit wee I l for each wee k in whish a ny contract worI is performed a copy of all payrolls to the Federal Aviation Administration if the agency is a panty to the contract, but if the agency is not such a party, the Contractor will submit the payrolls to the a ppIicant, Sponsor, or Owner, as the case may be, far transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely al I of the information required to be maintained u nder 29 CFR 5.5(a)(3)(i), except that full soda I security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number far each erg pla ce (e.g. the last four digits of the employee's sar- ial security number). The required weekly payroll information may be submitted in any fora desired. Optional Farm H— 47 is available for this purpose from the Wage c and Hour Division Web site at_https: //www. d o 1. hd forms h347 i nstr. htm or its successor site. The prime Page 13 of 30 Revised June 19, 2018 Contractor is responsi ble for the subm ission of copies of payroI Is by al I subcontractors Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, a nd shall provide them upon request to the Federal Aviation Ad m inistration if the agency is a pa rty to the contract, but if the agency is riot such a party, the Contractor wil I submit them to the a ppIicant, Sponsor, or Owner, as the case may be., for transmission to the Federal Aviation Administration, the Contractor., or the Wage and Hour Divi ion of the De pa rtment of Labor for purposes of a n investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a Prime Contractor to require a su bcontractor 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 b the Contractor- or subcontractor or his or her agent who pars or supervises the payment of the persons employed under the contract and shall certify the following: (1) 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)ji) and that such information is correct and complete; (2) Each laborer and mechanic (including each helper, apprentice and trainee) employed on the contract during the payroll period has been paid the full weekly gages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the fall gages earned, other than permissible deductions as set forth in Regulations 29 CFR Part ; (3) Each laborer or mechanic has been paid not less than the applicable wagerates and fringe benefits or cash equiva le nts for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The week ly su b m iss ion of a pro pe rly executed ce rtif i cati o n set f o rth o rs the reverse s id e of Optional Form W H- 47 sha II satisfy the requ i rement for subm ission of the "Statement of ompliance" required by paragraph (3)(15)(B) of this section. (D) The falsification of any of the above certifications may subject the Contractor or subcontractor to ci i I or cri m i n a I prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code, (ii i) The Contractor or subcontractor shaI I make the records required under paragraph (3) (i) of this section avaiIable for i nspection, copying or trainscription by authorized representatives of the Sponsor, the Federal Aviation Administration, or the Depa rtment of Labor, a nd shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fair to submit the required records or to make them available, the Federal agency may, after written notice to the Contractor, Sponsor, Applicant, or Owner, tale such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to su bruit 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 Page 14 of 30 Revised June 19, 2018 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 A ppre ntices h i p Agency reco n ize d by the Bu rea u, o r if a perso n i s em plo ed i n h i s or her first ninte (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 j ou rn e rnen 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 Iisted on a pa ral I at an a pprentice 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 determ i nation 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 pail 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 registe red, th e rati os a n d wage rates (expressed i n perce rota ges of the j o u me r na n's ho u rly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice m ust be paid at not less than the rate specif ied in the registered prerarn 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 pro ram. If the apprenticeship prograrn 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 applica ble a pprentice classification, fringes shall be paid in accordance with that determination. In the evert the Bureau of Apprenticeship and Training or a State Apprenticeship Agency recognized by the Bu reau, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applica ble predetermined rate for the work performed until an acceptable program is approved. (H) Trainees Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the pre determi ned rate for the work performed unless they are em plo ed pursua nt to and ndi idea I ly registered in a program which has received prior approva I, evidenced by formal certification by the U.S. Depa rtrnent of Labor, Employment and Training Ad mini tration. The ratio of trainees to journe rnen on the joh site sha II not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee m ust be paid at not less than the rate specified in the a pproved 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 Page 15 of 30 Revised June 19, 2018 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 that provides for less than full f ri nge benef its for apprentices. Any emplo ee listed on the payroll at a trai nee rate that is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable gage 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 he permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (Fii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity rith the equal employment opportunity requirements of Executive rder 11246, as amended, and 29 CFR part 30, .. Co p}ronce with Copeland Act Requirements The Contractor shall comply with the requirements of 29 CFR Fart 3, which are incorporated b reference in this contract. . Subcontracts The Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) a nd such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in a ny Io er tier subcontracts. The Prime Contractor ShaI I be responsi ble for the compliance by a ny subcontractor+ or Iowe r tier subcontractor with a I I the contract clauses in 29 FR Part 5.5. . Contract Termination. Debarment breach of the contract cla uses 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 5,1 . . Compi an e with Davis -Bacon and Related Act Requirements All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. . Disputes Concerning Labor Stondards Disputes arising out of the Iabor sta nda rds 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 ire 2 9 CFR Pa its 5, 6 a rid 7. Disputes within the mea ning of th is clause i n c I u d e 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 Page 16 of 30 Revised June 19, 2018 (i) By entering i nto this contract, the Cvntractor certifies that neither it (no r 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). (H) AID 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 basis -Bacon Actor 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $3,500 DISTRACTED DRIVING Reference: Executive Order 13513 and DOT Order 3902.10 In accordance with Executive Order- 13513, "Federal Leadership on Reducing Text Messaging While Dri in " (10/1/2009) and DOT 0 rder 3902.10 "Text Me sagin g 1 hile Drivin " (12/30/2009), the Federal Aviation Administration encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging hi I dri i ng when performing work related to a grant or sub -grant, Ire su pport 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 w hi I drivi ng motor vehicles while performing work activities associated with the project. The Contractor m ust include the su bstance of this clause i n all sub -tier contracts exceeding $3,500 and involve d riving a rotor veh1*cle ire performance of work activities associated with the project. PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $10.,000 AFFIRMATIVE ACTION REQUIREMENT Reference: 41 CFR Part 0-4 and Executive Order 11246 1. The Bidder-s or Offeror"s attention is ca I led to the 11 Equal Opportunity lau ear a nd the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. . The goa Is anal timetables for rn i n ority a rid 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: Goal: oals for minorityparticipation for each trade: 2.40% oals for female participation in each trade: 6.9% Page 17 of 30 Devised June 19, 2018 These goalsare applicable to all of the Contractor"5 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 a rea, the Contractor also is subject to the goa Is for both its federally involved and nor -federally involved construction. TheContractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its 'Impl mentation of the Equa 1 0 ppo r-tu n ity Clause, specific aff1 rmati e action obligations required by the specifications set forth in 41 CFR 0-4. (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, a nd ire 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 mi no rity or female employees or trai pees from Contractor to Contractor or f turn 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 he measured against thetotal work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance programs (OFCCP) within tern (10) working days of award of any construction subcontract in excess of 10,000 at a ny tier for construction work under the contract resulting from this solicitation, The notification shall list the name, address, and telephone n u m be r of the s u bco nt racto r; employeridentification n u rn ber of the su bco ntra cto r; 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: State County City Iowa Story Ames EQUAL EMPLOYMENT OPPDRTUNITY (EEO) Reference: 2 CFR 200, Appendix I I ( ), 41 CFR § 60-1.4.p 41 CFR § 60-4.3, and Executive Order 11246 Equal Opportunity Clause During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against a ny employee or applica rat for errs ployment beta use of race, coIorF religion., sex., or rational oryigi n. The Contractor will tale affirmative action to ensure that applicants a re employed f a nd that em plo ees 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. Page 18 of 30 Devised June 19, 2018 (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 agreeme nt or other contract or understand i rig, a notice to he provided advising the said labor union orworkers' representatives of the Contractor's commitments under this section and shall post copies of the notice ire conspicuous places available to employees a nd applicants for employment. (4) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 19155, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The Contractor will furnish a I I 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, a nd gill permit access to his hooks, records, and accounts by the admini tering agency and the Secretary of Labor for purposes of investigation to ascertain Compliance with such rules, regulations, and orders (6) In the event of the Contractor's noncom pliance with the nondiscri m ination cla uses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may he declared ineligible for further Government contracts or federally assisted construction contracts in accorda nce with procedures authorized in Executive Order 11246 of September- 24, 1965, and such other sanctions may be i m posed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by ru Ie, regulation, or ord er of the Secreta ry of Labor, or as otherwise provided by Ia . (7)The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of pars ra phs (1) through (7) in every su bcontract or pu rcha se Order unless e em pted by rule , re uIation , or ord ers of the Secretar of Labor i ssued pu rs uarat to section 204 of Executive order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance- Provided, however., that in the evert a Contractor becomes i nvolved i n{ a r is th reatened with, I it iati on with a su bco ntra star o r ve nd or as a resu It 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. Standard Feder oI Eaual Em jo lo vm en t Ouj9ortuni tv Constraction Can tract Suec ficatian 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; bi "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 Federa I social security n u m be used on the Employer's Quarterly Federal Tax Return{ U.S. Treasury Department Form 941; d. "Minority" includes - Page 19 of 30 Revised June 19, 2018 (1) Black (all) persons having origins in any of the Black African racial groups not of Hispanic origin)- () Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South merican, or other Spa nish culture or origin regardless of race)- () 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 India n or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membersh i p and participation or corn m unity identif ication). W heneve r the Contractor, or a ny subcontractor at a ray tier, subcontracts a portion of the worl involving any construction trader it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goa Is for minority and fema le participation and which is set forth i n the so Ncitations from which this contract resulted. . If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved b the U.S. Department of Labor in the covered area either individually or through are 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 u nions participating ire the Pla n. Contractors shall he able to demonstrate thei r participation i n and compliance with the provisions of a ny such Hometown Plan. Each Contractor or subcontractor participating in are approved plan is individually required to corn ply with its obli ations under the EEO clause and to rake a good faith effort to achieve each goal under the Pla n ire each trade ire which it has employees. The overaII good faith performance by other contractors or subcontractors to a rd a goaI ire are approved Pla n does riot excuse a ny covered Contractor's or subcontractor's failure to tale good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided i n paragraphs Ta through 7.p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors perrfo rm i ng constructio n work i n a geo ra ph ica I a rea whe re they do n of have a Fe de ra I or fe de ra I l assisted construction contract shall apply the minority and female goa Is established for the geographical area where the workis being performed. Goalsare published periodically in the Federal Register in notice form, and such notices may he obtained from any Office of Federal Contract CompI is rice Programs office or from Fed era I procurement contracti ng officers. The Contractor is expected to rake substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of ancollective bargaining agreement nor the failure bra union with whoa 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. . In c)rd er for the non -working ing training hours of apprentices and trainees to be courted in meeting the goals, such apprentices and trainees shall he employed by the Contractor during the training Page 20 of 30 Revised June 19, 2018 period and the Contractor shall have made a corn mitment to employ the apprentices and trainees at the co pletion of their tra i n i ng, subiect to the a s ila biI ity of employme nt opportunities. Trainees s h a I I be tra i ned pursuant to training programs a ppro ed by the U.S. Department of La bor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The eva I cation of the Contractor's compIiance with these specifications shaI I be based u pon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully and small 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 a II foremen, superintendents$ a rid other 0n ite supervisory or personnel are aware of and carry out the Contractor's obligation to maintain -such a Drying environment, with specif is attention to rni n ority or female individuals world ng at Such sites O r i n s uc h faci I iti es. b+ Establish and maintain a current list of minority and female recruitment sources{ provide rittr� 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 ferrule off -the -street applicant and minority or female referral from a union, a recruitment source, or comet unity or a nization and of ghat action was taken with respect to each such individua I. If such individual was seat to the union hiring hull for referral and was not referred back to the Contractor by the u nion or, if referred, not em plo ed by the Contractor, this shaI I be documented in the file withthe reason therefore along with whateveradditional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Co ntra ctor ha s a co I lect i e ba r a i n i ng a gree ment has n of refe rred to the Co ntra ctor a m i n ority person or ferrule seat 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 a ndor participate in training progra runs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's em plo ment reeds, especially those programs funded or approved by the Depa rtment of Labor. The Contractor sha II 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 pubIicizi ng it in the company ne spa per, annual report, etc.; by Specific review of the policy with all management personnel and with a I I minority a rid fema le 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. . 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, Page 21 of 30 Revised June 19, 2018 termination, or other employment decisions including specific review of these items with onsite supervisory person reel such as su perirntendents.$ general foremen, etc., prior to the vitiation of construction work at any job site. A written record s lull be made a nd maintained identif i n the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Dis errs irate the Contractor's EEO policy externally by including it in any advertising in the news media$ specifically including m Ii n ority a nd ferrule news media, and providing written notif 1cation to a rid discussing the Contractor's EEO policy with other contractors a rid 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 recruitrnnt and training organizations serving tlentr`actr' recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for a pprenticeshi p 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 he 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.. I . Validate all tests and other- selection requirements where there is an obligation to do so under 41 CFR Part 60- . I. Conduct., at least annually, are inventory and evaluation at least of all minority and female personnel, for pro motiona I opportun ities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assign '''eats, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and e m pI o m a nt re lated act iviti es to ens u re that th e EEO poll icy a nd the Co ntra ctor's o bl i gati ons under these -specifications are being carried out. n. Ensure that a I facilities and compa ny activities are non -segregated except that separate or single user toilet and necessary changing facilities shaII be provided to assure privacy between the sexes. of Document and maintain a record of all solicitations of offers for subcontracts from 'minority and ferule construction contractors and suppliers, including circulation of solicitations to rn i n ority and fema le Contractor associations and other busi res!s 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. . Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (7.a through 7.p). The efforts of a Contractor association, joint Contractor union, Contractor commun its{,, or other si m ila r groups of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7.a through 7.p of these specifications provided that the Contractor actively participates in the group, mares 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 Page 22 of 30 Revised June 19, 2018 program a re reflected in the Contractor's m i n ority and fema I workforce participation, makes a good faith effort to meet its individual goals and timeta bles$ a rid 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 are 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 emplo meat opportunity a nd to to ke affi rmati ve action for al I minority groups, both rule and female, and all women, both minority and non - minority. Consequently, if the particular group is employed in a 5ubstantially disparate manner (for example, even though the Contractor has achieved its goa Is for women generally) f the Contractor may be i n violation of the Executive Order if a specific minority group of women is underutilized. 10. The Contractor shall not use the goals a nd timetables or aff irmarti e action standa rds to discri m inate against any person because of race, calor, religion, sex, or national origin. 11. The Contractor shall not eater 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 pena Ities for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed nr ord Bred pursuant to Executive Ord er 11246, a S aMended f a rid its implementi rig regulations, by the Office of Federal Contract Com pl iance Progra ms. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11 46f as amended. 13 � The Contractor, ire fulfilli ng its obli ations under these specifications{ shall implement spec if is affi rm ative a cti on steps, at lea st as a to nsi e a s th os a sta nd a rds presc ri bed i n pa ragra p h 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 im plementing regulations, or these specificationsf the Director shall proceed in accordance with 41 F R 60-4. . 14. The Contractor shall designate a responsible officia I to monitor a I I employment related activity to ens u re that the co m pa n y E EO pol i cy is be i rig cap rrid o ut* to s u brn it re ports rl ati ng 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 nurnber, 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 fora-, 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 Work Employment Act of 1977 and the Community Development Block rant Program). Page 23 of 30 Revised June 19, 2018 PROCUREMENT OF RECOVERED MATERIALS Reference: 2 CFR § 200.3221 40 CFP Part 2471 and Solid Waste Disposal Act Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposa I Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Pa rt 247. 1 n the pe rforma rice of th is contract a n d to t h e extent pra ct ica b le, the Co ntra ctor a rid subcontractors are to use products containing the highest percentage of recovered materials for items designated by the Environ menta I Protection Agency ( EPA►) under 40 C FR 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: https://www.epa.gov/sm m/eam prehens ive-procurement-gu id e I i nes-construction-products 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. PROHIBITION OF SEGREGATED FACILITIES Reference: 41 CFR § 60 (a) The Contractor agrees that it does not a rid wiII not maintain or provide for its ern plo ee any segregated facilities at a ny of its a ta b I is hments# and that it does riot a rid wiII not permit its employees to perform their services at a ray location under its control where segregated fad Iities are maintained, The Contractoragrees thata breach of this clause isaviolation of the Equal Opportunity clause in this contract. (b) "Segregated facilities," as used in this clause, means any waiting morns, work areas, rest morns and wash rooms., restaurants and other eating areas., time clocks, locker rooms and other storage or dreS5i ng areas, parking lots, dri nl i ng fountains, recreatian or entertainment areas, transportation, and housing foci I iti es provided for ern ployees that are segregated by explicit directive or are ire fact segregated on the basis of race, color, religion, sex, or national origin because of written or ora I policies or employee custom. The terra does riot include separate or single -user rest rooms or necessary dressing or sleepi ng a real provided to assu re 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. Page 24 of 30 Revised June 19, 2018 TERMINATION OF CONTRACT Reference: 2 CFR § 200 Appendix II(B) and FAA Advisory Circular 150f 5370-1D, Section 80-09 Ter motion for Convenience Xonstruction & EauiD '?ent Contracts The Owner may terminate this contract in whole or in part at any time by providing written notice to the Contractor. Such action may he 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 b 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 rn ust irn rued lately disconti nue work as specified i n the written notice. . 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. 6. Ta ke a ction as d i rested by t h e Owner to protect a rid pres erve pro perty a n d wo rk re Iated to this contract that Owner will take possession. Owner agrees to pay Contractor for: 1) completed and acceptable work executed in accordance with the contract documents prior to the effective date of termination; 2) documented expenses sustained prior to the effective date of termination in performing work and furnishing la hor, materials, or equipment as required by the contract d ocu rn ents in connection with uncompleted work; 3} reasonable and substantiated claims, casts and damages incurred in settlement of terminated contracts with Subcontractors and Suppliers- and 4) reasonable and substantiated expenses to the Contractor directly attributable to Owner's termination action Ow finer gill not pay Contractor for Ioss 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 later or under this contract. Termination for Default ( onstruc�r��� Section 0-09 of FAA Advisory Circular 150 5370-10 establishes conditions, rights and remedies associated with Owner termination of this contract due to default of the Contractor. Termination for Default (Equipment) The Own er may, by written notice of default to the Contractor,, terminate all or pa rt of this Contrar-t if the Contractor: Page 25 of 30 Revised June 19, 2018 1. Fails to commence the Work under the Contract within the time specified in the Notice- to - Proceed; 2. Fa iIs to ma adequate progress as to endanger performance of this Contract ire accorda rice Frith its terms; 3. Fails to make delivery of the equipment within the time specified in the Contract, including a ray O ner a pp roved e tension ; 4. Fails to comply with material provisions of the Contract; 5. S u bmits certif icat ons made under the Contract and as pant of th eir proposa I that incl ude false or fraudulent statements; or . Becomes insolvent or declares bankruptcy; If o rye o r m ore of th e stated events occu r, t h e Owne r wi I I give n of ice i n writ i ng to the Co ntra ctor and Surety of its intent to terminate the contract for ca use. At th e Ow ner's discretion, the notice may allover the Contractor and Surety an opportunity to cure the breach or default. If wit hi n ten (10) days of th e receipt of notice, the Contractor or Surety fails to rem t h a breach or default to the satisfaction of the Owner, th e owner has authority to acqu i re eq uipment by other procurement action. The Contractor rill he 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, s u ch Burn as the Owner determines to be ne-cessar to protect the Owner against Ions because of Contractor default. Ow n e r Sri II riot terminate the Contractor's right to proceed with the Work under this clause if the delay i n completing the work a rises from unforeseeable ca uses beyond the control a nd 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 Breather events that substantially exceed normal conditions for the location. If, after term iryadon of the Contractor's right to proceed, the Oarner d eterm ines that the Contractor a s not in defa u It, o r the at the del ay was a cusar bi e, the rights a n d o bl i ati ons of the pa rt ies w i I I be the same as if the Owner issued the termination for the convenience the Dinner. The rights end remedies of the Owner in this clause are in addition to any other rights and remedies provided by lair or under this contract. Page 26 of 30 Revised June 19, 2018 PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $25.,000 DEBARMENT AND SUSPENSION Reference: 2 CFRPart 1 0(Subpart ), 2 CFR Part 1200, DOT Order 4 00.5 Certification of Bidder O erer 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 departrnent or agency from participation in this transaction. Certification of Lower Tier Contractors Regarding Debarment The successful Bidder, by administering each lower tier subcontract that exceeds $25,000 as a Mco prod transaction}r, must verify each lower tier participant of a "covered transaction" under the project is net presently debarred or otherwise disq uelif ied f rorn participation in this fed era II assisted project. The successful Bidder will accomplish this b: 1, Checkin the System for Award Mana gement at website: https: .s,-.im.gov. , Col Iecting a certif ication statement similar to the Certificate Regard i ng Debarment and Suspension (Bidder orOfferor), above. . Inserting a clause or condition in the covered transaction with the lower tier contract If the Federal Aviation Adrninistration (FAA) later deterrni ryes that a Iowe r tier participa nt fa Ied 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, includingsu5pension and debarment of the non -compliant participant. PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $100,000 CONTRACT WORK H U RS AND SAFETY STANDARD ACT RE UIREMENT Reference: 2 CFR § 240 Appendix II (F) 1, Overtime Requirements. o Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or rnecha nics shall requi re or permit any such laborer or mechanic 'Including atchmen and guards, in any workweek in which he or she is employed on such work to warp i n excess of forty ho u r5 in such workweek r. nIess such laborer or rnechan is receives co m pen sati o n at a rate not I ess tha n on e a rid one -ha If ti me s t h e has is rate of pay for a hours worked in excess of forty hours in such workweek. .Violation; Liability for Unpaid Wages; es; 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 Iiablo for the unpaid wages. I n addition, such Contractor and subcontractor shall be liable to the United States (in the case of work dune under contract for the District of Columbia or a territory., to such District or to such territory), for Page 27 of 30 Revised June 19, 2018 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 sung of 10 for each calendar day on which such 1*ndi ideal 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 pa raraph (1) of this clause. 3, Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration (FAA) or the Owner shall upon its own action or upon written request of are a uthorized re p rese ntative of the Department of Labor withhold or cause to be ith�h� 11, 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 a ny other FederaIl -assi ted contract su bject to the Contract Work H ou rs a nd Saf et Standards Act, which *Is held by the same Pri me Contractor, -such sums as may be determined to be necessary to satisfyany liabilities of such Contractor or subcontractor for unpaid wagesand liquidated da ma es as provided ire the clause set forth ire paragraph (2) of this clauSe. 4, Subcontractors. The Contractor or subcontractor shall insert ire a ny su bcontracts the clauses set forth in pa rag raph s (1) through (4) and also a clause requi ring the subcontractor to 1 ncIude these clauses i n any Iowe r tier subcontracts. The Prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth i n paragraphs (1) through (4) of this clause* LOBBYING AND INFLUENCING FEDERAL EMPLOYEES Reference: 31 U.S.C. § 1352 — Byrd Anti -Lobbying Amendment, 2 CFP part 200, Appendix II(J), and 49 CFR part 20, Appendix CERTIFICATION REGARDING LOBBYING The Bidder or Offeror certifies by signing and submitting this hid 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 a ny person for infIuen 'i ng or attem pt'in g to influence a n officer or employee of an agency, a Member of Congress, an officer a em p10 ee of Congres5, or are employee of a ember of Congress ire con nection with the a s rd i ng of any Federal contract, the ma ki rig of any Federal grant, the makl*ng of any Federal loam, the entering into of any cooperative agreement} and the a ten ion., continuation, rene alf 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 Fed era I contract, gra nt, Ioain. or cooperative agreement, the u ndersigned shall complete and submit Sta nda rd Form-LLL, Tisclosure 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 Page 28 of 30 Revised June 19, 2018 under gra nts, Ioan5, and cooperative agreements) and that a I I sub -recipients sha II 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 iron posed by section 135 2, Title 31, U.S. Code. Any person who fails to f ile 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. PROVISIONS APPLICABLE TO CONTRACTS EXCEEDING $150,000 BREACH OF CONTRACT TERMS Reference. 2 CFR § 200 Appendix Ili ) 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 Contractor written notice that describes the nature of the breach and corrective actions the Contractor must undertake in order to avGid termination Gf the contract. Owner reserves the right to withhold payments to Contractor until such ti rn a the Contractor corrects the breach or the Owne-r e-lects to terminate the contract. The owner's notice wi II identify a specific date by which the Contractor must correct the breach. Owner may proceed with termination of the contract if the Contractor fails to correct the breach by dead it a indicated in the Ow ner-s notice. The duties and obligations imposed by the Contract Documents and the rights and remedies av ailable thereunder are ire addition to, a nd not a Iimitation of, any duties, obl i ations, rights and remedies otherwise imposed or available by law. CLEAN Al R AND WATER PEA LLUTI ON CONTRO L References: 2 C FR § 2 00 Appendix II (G) Contractor agrees to comply with a I I a pplicai ble standa rds, orders, and re p, lations issued pur ua nt to the Clean Air Act (42 U. S. C. § 740r7 71q) and the Federal Water Pollution Control Act as amended (33 U.S.C. § 1 51-1 7). 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. The Contractor agrees to incorporate the above certification in all lower tier subcontracts that exceed $150,000. Page 29 of 30 Revised June 19, 2018 PAGE INTENTIONALLY LEFT BLANK Page 30 of 30 Revised June 19, 2018 PREDETERMINED WAGE FATE General Decision Number: IA 0 100 —01/01 0 1 Superseded General Decision Number: IA20200028 State: I ow a Construction Types: Heavy and Highway Counties: Adair, Adams, AIlamakee, ppanoose, Audubon, Benton., Black Hawk, Boone, Bremer, Buchanan, Buena Vista, Butler, Calhoun, Carroll, Cass, Cedar, Cerro Gordo, Cherokee, Chicly@ air, Clarke, Clay, Clayton, Clinton, Crawford, Dallas, Davis, Decatur,, Delaware, Des Moines, Dickinson, Dubuque, Emmet, Fayette, Floyd, Franklin, Fremont, Greene, Grundy, Guthrie, Hamilton, Hancock, Hardin, Harrison, Henry, Howard, Humboldt, Ida, Iowa, Jackson, son, Jasper, Jefferson, Johnson, Jones, Keokuk, I , Kossuth., Lee., Linn, Louisa., Lucas, Lyon, ,Madison, Mahaska, Marion, Marshall, Mills, Mitchell, Monona, Monroe* ICI ont om ery, M u scati n e, O'Brien, Osceola, Page, Pa I o Alto, P l m outh, Poca ho nta , Pol k, Potta ratta rn ie, Po esh ek, Ringgold, ac, Shelby, Sioux* Story, Tana, Taylor, Union, Van Buren, Wapello, Warren, Washington, Wayne,Webster, Winnebago, Winneshiek, Woodbury, forth and WrightCounties in Iowa. EXCLUDES COTT COUNTY HEAVY AND HIGHWAY CONSTRUCTION PROJECT Note: Under Executive Order (E ) 13658, @ n hourly minimum wage of $10.95 for c@ Iendar year 2021 applies to all contracts subject to the Davis -Bacon Act for which the contract is awarded (and are solicitation was issued) on or after January 11 2015. If this contract is covered by the E , the contractor rust pay all workers in any classification listed on this gage determination at least $10.95 per four (or the applicable gage rate listed on this wage determination, if it is higher) for all hours spent performing on the contra ct i n ca len da r yea r 202 1. 1 f thi s contra ct is covered by the EQ a rid a c I as if icati o n considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the gage rate determined through the conformance process .yet forth in 29 CFR 5.5(a)(1)(ii) (orthe EO minimum wage rate, if it is higher than the conformed wage rate). The EO minimum wage rate gill be adjusted annua Il . Please note that this E 0 applies to the above -mentioned types of contracts entered into by the federal government that are subject to the Davis -Bacon Act itself, but it does not apply to contracts subject only to the Davis -Bacon Belated Acts, including those set forth at 29 CFR 51(a)( )-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification ,Number Publication Efate 0 01/01 j2021 * SlyI 020-001 10/18/ 817 Iowa pity Municipal Airport FAA SPECIAL PROVISIONS Runway 7/ 5 Threshold Relocation WAGE PATES — PAGE 1 Rates Fringes CARPENTER & P I LEDRIVE RMEN ERNE 1ii.i.ii.i.ii.i.ii.i.ii.i.ii .5 i.f.ii.f.ii. 14.0 ERNE 2 ...+....+.a..+.a..+.a..+.a. .+.+..+.+..+.+..+.+.. 14.0 ZONE 3. ............ .•.• •......... .7 ..•.................. 14.0 ONE 4........................... 6. 5..................... 11.50 ZONE � .ii.+.ii.+.ii.+.ii.+�ii 5.15........i 9.90 CONCRETE FINISHER ZONE 1ii •i.ii •i•ii •i.ii •i.ii •i.ii .1 ...ii •.•ii.f.ii.f.ii. 7.40 ERNE 2 ........+.................. $ 7.40 ZONE I.......................... .10..•............. ..... 7.40 ONE 4........................... 5.45..................... 6.40 ZONE 5 i .......................... ` 4.4 0... i i ... i i ... i i. f. i i. 6.40 ELECTRICIAN (STREET AND HIGHWAY LIGHTING AND TRAFFIC SIGNALS) ZONE 10 20 AND 6.80 ZONE5 ........................... 1. 0..................... 6.80 IRONWORKER SETTING OF STRUCTURAL STEEL) ERNE 1........................... 31.50..................... 10.90 Z 0 N E i i i• i. i i• i. i i• i. i i• i. i i• i. i i .4 1... i i• f. i i• F. i i• f. i i• 1 0. 9 0 ERNE 3 ...............f,.......... ' + 1.+.+,.+.+,.+.+,.+.+,. 11.20 ZONE 9.90 ERNE 5** ....................... ..................... 9.45 LABORER ERNE 1f 2 AND 3 ROI..IP1.........+..f.+..f i7.f.ii.f.ii.f.ii.f.ii. .6 GROUP AA ....+....+..... 6+1 .+.+,.+.+,.+.+,.+.+,. 9,6 RNP 13.................. $ 9.68 R LJP .................. 1 ..................... 9.6 ZONE4 GROUP 21427e .... �.... �.... 9 D08 GROUP B ................. 1 .95................... 9.O8 ROUP C ................. 17.07...............t..,.t 9.08 FAA SPECIAL PROVISIONS Iowa City Municipal Airport WAGE RATES a PAGE 2 Runway 7 5 Threshold Relocation Rates Fringes ZONE 5 GROUP , .Yfl+l YFI+I Yfl+l Yf 1+77lfl i ilflii..... lflii! 7,6 G R Y P B ! ! } ! + ! ! } ! + ! ! } ! + ! ! } + 1 9 } i 7 ! } ! f 7 ! } ! f . ! } ! f . ! } ! f 7 ! ' 7,63 GROUP .................. 1 .a....a....a....a.... 7.6 POWER EQUIPMENT OPERATOR ZONE 1 R JR A.................. 32.55 ..................... 14.90 GROUP V! Yf l+! YFl+! Yfl+! Yf 1.00.f lii !f lii !Flii !flii ! 14,90 GROUPC .................... $ 28.50 ............... m..qm 14,90 R JR I) •a..• •a..• •a..• •a .S .a....a....a....a.... 14.90 ZONE R JR B••••.••••.••••.••• 30,25 ...................•• 14.90 ! 7O UP C. Y f!+! Y f!+! Y f!+! Y f 7 f 7 0! f! i i ! f! i i ! f! i i ! f! i i ! ' 14,90 GROUP D!}!+!!}!+!!}!+!!} 74.70!}!#,!}!#,!}!#,!}!#,! 14190 ZONE 3 R URA..+.+..+.+..+.+! .+ 9+78l+l+! !+!+! !+!+! !+!+! ! 4,65 R UP B• •.•.• •.•.• •a..• •a 7. 0.a•a• •.•.. •.•.. •a... • 4• 5 GROUP ••••.••••.••••.••• 6.90...................•• 4.65 ! 7O U P D Y f!+! Y f!+! i f!+! i f '.•` +9 0! f! i i ! f! i i ! f! i i ! f! i i ! ' 24,65 ZONE G R LII A ................. 1 a 05 f a a i a i a a i a i a a i a i a a i a i I 1 a 0 7.1ROUP B tafaatafaatafaat■7 9a 1talaatalaatalaatalaat 7 1 a50 GROUP 27t83..;.*,...*,.;.*,.;.* 12.50 O U P a.R 4 i 4, 7 o f i 4 p* f i 4 p* f i 4 o* f i 4 o* f 12.50 ZONE 5 l O UP A. l+ l Y f l+ l Y f l+ l Y f 9.02.... i i f l i i i f l i i l f l i i! 10,70 GROUP ••••.••••.••••.••• S. 5...................•• 10.70 GROUP !••` •f •i• •f •i• •f•i• •f 24i 5.f.ii •f.ii •f.ii •f.ii • ' 10.70 TRUCK DRIVER (AND PAVEMENT MARKING DRIVE Rf SWITCHPERSDN) ZONE 1........................... ..................... 11.15 ZONE 2ii l+lii l+lii l+lii l+lii l+lii 4f4Slflii lflii lilii lflii! 11.15 NE 3 ...............fq•+.fq•+.fq+ 11.15 ZONE4iaFaaiaaaaiaaaaiaaaaiaaaai■ 4a45taaiataaiataaiataaia. I 6095 O i i . i. i i . i. i i . i. i i . i. i i . i. i i 2.5 ... i i ... i i ... i i . f. i i . 6.95 Iowa City Municipal Airport FAA SPECIAL PROVISIONS Runway 7/ 5 Threshold Relocation WAGE RATES — RAGE 3 ZONE DEFINITIONS ZONE 1: The Counties of Poll. Warren., and Da IIas for all Crafts., and Li nn County Ca rpe nters only. ONE 2: The Counties of Dubuque for all Crafts and Linn County for all Crafts except Carpenters. ZONE 3: The Cities of Burlington, Clinton, Fort Madison, Keokuk, and Muscatine (arid abutting municipalities of any such cities); ONE 4: Story, Black Hawk, , Cedar, Jasper, Jones, Jackson, Louisa, I Iadlson,, and Marion Counties; Clinton County (except the City of Clinton), Johnson County, Muscatine ne ou my (except the City of Muscatine), the City of Council Bluffs, Lee County and Des Moines ou rat . ZONE 5: All areas of the state not listed above. LABORER CLASSIFICATIONS - ALL ZONES GROIIP RA —{Skilled pipelayer sewer, water and conduits} and tunnel laborers; Asbestos abatement worker} (Zones 1, 2 and 3). GRou P A — Ca rpenter ten d er o n bridges a nd box cu Iverts; cu rh ma chi ne (without a seat); dec k ha n d; diamond & core drills-- drill operator on air tracs{ wagon drills and similar drills; fora setter stringman on paving work; gunnite nozzle pan- joint sealer kettleman,, laser operator# po derman tender; po derm a n h la stem* saw operator; {pi pelage r ( sewer, grater., and conduits); sign erector*; tunnel laborer; asbestos abatement worker (Zones 4 and 5)), sign erector. GROUP B — Air, gas, electric tool operator; harco hammer; carpenter tender; caulker; chain sawma n; compressor (under 400 cfm); concrete finisher tender, concrete processing materials and monitors -- cutting torch on dernolition; drill tender; darn pm en; electric drills} fence erectors; form lire expansion joint assembler; fora tamper; general laborer; grade checker; handling and placing metal mesh, dowel bars, reinforcing bars and chairs; hot asphalt laborer; 'Installing temporary traffic control devices; ]a ckha m merma n; mecha n ica I g route r; pa i rite r (a I I except stri pers); pa i ng hrea ker; pl a nti rig trees, shrubs and fIowers; power broom (not self-propelled); power hugg rnanr rapers; rod man (tying reinforcing steel); sandblaster; seed; rig and mulching- serer utility topman/bottom rna n; spaders; trey or or stretch a rrna n on pre or post tensioned concrete; stringman on re/surfacing/no grade control* swinging stage, to line, or block and tackle; tampers.; timberr and tool room men and checkers; tree climber; tree ground a n; underpinning and shoring caissons over twelve feet deep; vibrators; wally behind trencher; walk behind paint stripers; wally behind vibrating compactor; water pu m ps (u nder th ree i nch ); wo rk from bosun cha i r. GROUP C - scale weigh person; traffic control flaggerf surveillance or monitor; water carrier. POWER EQUIPMENT OPERATOR CLASSIFICATIONS - ALL ZONES GROUP A — All terrain doff road) forklift; asphalt breakdown roller (vibratory); asphalt la d own machine; asphalt plant; asphalt screed; bulldozer (finish); central mix plant; concrete pump; crane; crawler tractor pulling scra per; directional drill (60,000 (Ibs) p u I I ba ck a nd a dove); drag Iine and pager hovel; dredge engineer; excavator (over Yz cu. d.).- front end loader (4 cy and over); horizontal boring m@chine; master mechanic; milling machine (over 350 hp); motor gr@der (finish); push c@t; rubber tired backhoe (over Yz cu. d+); scraper (12 cu. yd, and over or finish); self-propelled rotary mixer/road recla i m er; sid a broom tra ctor; sl i pforrn po rtl a nd co ncrete pave r; tow or push boat; tree ch i ng m a chi ne �Cleveland 0 or similar) FAA SPECIAL PROVISIONS Iowa City Municipal Airport WAGE RATES — PAGE 4 Runway 75 Threshold relocation GROUP B - Articulated off road hauler, asphalt heater planer; asphalt material transfer vehicle; asphalt roller; belt loader or similar loader; bulldozer (rough); churn or rotary drill; concrete curb machine; crawler tractor pulling ripper, disk or roller; deck hand/oiler; directional drill (less than 60,000 (Ibs) pullback); distributor; excavator (1 cu. yd. and under) fora riding concrete paver+ front end loader (2 to less than 4 cu. yd,); group equipment greaser; mechanic; milling machine (350 hp. and less); paving breaker; portla n d concrete dry batch plant; rubber tired backhoe (112 cu. yd. and under); scraper (under 12 cu. yd.); screening, washing and crushing plant �mobille, portable or stationary); shoulder machine; skid loader (I cu. yd. and over) f subgra der or trimmer; trenching machine; water wagon on compaction. GROU P C — Boom & Sri inch tru c ; cork rete spreader/belt p I ace r; d eep wel Is for d e ateri ng; fa rm ty pe tractor (over 75 hp.) pulling disc or roller; forklift; front end loader (under 2 cu. yd.); motor grader (rough); pile harmer power unit; pump (greater than three 'Inch diameter); pumps on well points; safety boat; self-propelled roller (other than asphalt); elf -propelled sand blaster or shot blaster, water blaster or striping grinder/removed slid loader (under 1 cu. yd.); truck mounted post driver. GROUP D — Boiler; compressor* cure and texture machine; dow box; farm type or utility tractor (under 75 hp+) pulling disk, roller or other attachments; group greaser tender; light plants; mocha nic tender; mechanical broom; mechanical heaters; oiler; pumps (under three inch die rnieter); tree chipping machine; truck crane driver/oiler, * * CARPENTERS AND PI LED RI ERR E N# or IRONWORKERS (ZONE 5) Setting of structural steel; any welding incidental to bridge or culvert construction; setting concrete bears. * ADDED CRAFT- SIGN ERECTOR WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Dote: Executive order (EO) 13706, Establishing Paid Bich 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 EO, the contractor must provide erg ployees with 1 hou r of pa i d s i c k I cave for every 3 0 hours they work, u p to 5 6 hou rs of pa id sick I eave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health -related reeds, including preventive ca re, to assist a fa MIy member (or person who is lil fa to tl� r pl y 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 stalling. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. U n I i tad c las if icati c ns needed fo r work not i ncl A ad with i n the scope of t he cI a ssifications I i steel ma y be added after award only as provided in the Iabor standards contract cla uses (29C FR 5.5 (a) (1) Mi 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 Iowa City Municipal Airport FAA SPECIAL PROVISIONS Runway 7/ 5 Threshold Relocation WAGE PATES — PAGE 5 cla ssifica ti ons a re I fisted i n a I ph a beta ca I order of "„ri dentifi ers"„ that i n di sate whether the pa rticu la r rate is a union rate (current union negotiated rate for local), a surrey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""Su"" or ""UAV " denotes that the union classification and rate were prevailing for that classification in the survey. Example- P LU 019 -085 07 01 014. 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., PIumbers Local 0198. The next nu m ber, 005 in the example, is an Interna I number used ire processing the wage determination. 07 01/ 014 is the effective date of the most current negotiated rate, which in this example is July 1, 014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining ag reement (CBA) governin this classification and rate. Surrey Rate Identifiers Classifications listed under the mi U im 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 a l I 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: H LA o 1 -007 5 1 014. SLR indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates, IA indicates the State of Louisiana. 2012 is the year of u rvey on wh ich these cla s ifi cation s a rid rates a re based. The next n um her, 007 i n the e a m p I e, is a n internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. urvey wage rates are not updated and rerna in in effect until a new survey is conducted. Union Average Rate Identifiers I ass ificati on{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: LEA -o H-0010 8 29 014. UAVG indicates that the rate is a Freighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 0 / 9/ 014 indicates the survey completion date for the classifications. and rates under that identifier. A LJAVG rate wi I I be u pdated once a yea r, u s ua I I i n Ja n ua ry of ea ch yea r, to reflect a weig hted average of the current negotiated/CBA rate of the union locals from which the rate is based. FAA SPECIAL PROVISIONS Iowa City Municipal Airport WAGE RATES a PAGE 6 Runway away 7 5 Threshold Relocation WAGE DETE RPV11 NATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * are existing published gage determination * a survey underlying a wage determination on * a Wage and Hour Division letter setting forth a position on a wage determination atter * a conformance (additional classification and rate) ruling n su rvey related matters, i n itia I conta ct, i nc I ud i rig req nests for sum Ana ri es of su rve -s, s hou I d 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 f) and .) should be followed. With regard to any other ratter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 00 Constitution Avenue., N.W. Washington, DC 20210 2.) If the answer to the question in 1.j 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).lNrite to,, Wage a nd Hour Adrninistratur- LJ.a Department of Labor 00 Constitution Avenue, N.W. Washington, EEC 20210 Thee request should be accornpanied by a full statement of the interested part 's position a nd by any i nform ation (wage pa m ent data, pro j eet description, a rea pra cti ce m ateria I, etc.) that th e req u estor 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 00 Constitution Avenue, N.W. Washington, DC 20210 4,} All decisions by the Administrative Review board are final. END OF GENERALDECISION Iowa City Municipal i rport FAA SPECIAL PROVISIONS Runway 7/ 5 Threshold Relocation WAGE RATES — RAGE 7 Intentionally Left Blank FAA SPECIAL PROVISIONS Iowa City Municipal Airport WAGE RATES a PAGE 8 Runway 7 5 Threshold Relocation 1 /21/ 018 AC 150/53 70-10H Part I — General Contract Provisions Section 10 — Definition of Terms W hen 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 he defined as follows -, Paragraph Tara Definition Number 10-01 AASHTO The American Association of State Highway and ransportation Officials. 10-02 Access Road The right-of-way., the roadway and all improvements constructed thereon connecting the airport to a public roadway. 10-03 Advertisement A public announcement, as required by local law, inviting bids for work to be performed and materials to he furnished. 10-04 Airport irport means an area of land or dater which is used or intended to he used for the landing and takeoff of aircraft; n appurtenant area used or intended to he used for airport buildings or other airport facilities or rights of gray; airport b Ildl ngs and facilities located in any of these areas, and a 10-05 Airport Improvement A grant-in-aid program, admI nistered by the Federal Aviation Program (AIP) Administration (FAA). 10-06 Air operations Area ( O ) The term a i r operations a rea (AOA) sh a I I m ea n a ray a rea of he a irport used or i me nded to be used fo r th a la n i ng, takeoff, or surface maneuvering of aircraft.. Are air operation area shall include such pared or unpaged areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or iron. 10-07 Apron Area where aircraft are parked, unloaded or loaded, fueled and/or serviced. 10-08 ASTIVI International (ASTIVI) Formerly known as the American Society for Testing a n d Materials (ASTM). Section 10 — Definition of Terms Section 10 —1 AC 150/ 5370-1OH 12/ 1/ 018 Paragraph Term Defini#ion Number 10-09 Award The Own er*s notice to the successful bidder of the acceptance of the submitted bid. 10-10 Bidder Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-11 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 -gray together with all airport buildings and facilities located thereon., 10-12 Calendar Day Every day shown on the calendar. 10-13 Certificate of Analysis (COA) The COA is the manufacturer's Certificate of Compliance (COC) including all applicable test results required by the specifications. 10-14 Certificate of Compliance The m a n ufactu re is certifi cat i o n stati ng th at mate ria I s o r (COC) a sse rn bl ies fu rn i s hed fu I ly co m ply with the req uirements of the contract. The certificate shall be signed by the manufacturer's authorized representative. 10-15 Change Order A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing he basis of payment and contract time adjustment, if any, r work within the scope of the contract and necessary to complete the project. 10-16 Contract A written agreement between the Owner and the Contractor that establishes the obligations of the parties including but not limited to performance ofwork, furnishingoflabor, equipment and materials and the basis of payment. The awarded contract includes but may not be limited to: dvertise meat, Contract form, Proposal, Performance bond, payment bond, General provisions, certifications and representations, Technical Specifications, Plans, Supplemental Provisions, standards 'incorporated by reference and issued addenda. 10-17 Contract Item (Pay Item) A specific unit of work for which a price is provided in the contract. 10-18 Contract Time he number of calendar days or working days, stated in the propo a I, 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. Section 10 - 2 Section 10 — Definition of Terms 1 /21/ 018 AC 150/53 70-10H Paragraph Term Definition Number 10-19 Contractor The individual! partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted rid 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. 10-20 Contractors Quallity Control The Contractors QC facilities in accordance with the (QC) Facilities Contractor Quality Control Program (Q P). 10- 1 Contractor Quality Control Details the methods and procedures that will he taken to Program (CQCP) athat all materials and completed construction required by the contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or ven do rs. 10-22 Control Strip A demonstration by the Contractor that the materials, equipment, and construction processes results in a product meeting the requirements of the specification. 10-23 Construction Safety and The overall plan for safety and phasing of a construction Phasing Plan (CSPP) project developed by the airport operator, or developed b he airport operator's consultant and approved by the irport operator. It is incI uded ire the invitation for bids and becomes part of the project specifications. 10- 4 Drainage System The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the irport area, 10- 5 Engineer The individual! partnership, firm or corporation duly uthori ed by the Own e r to be res pon i ble for a ngi neeri ngr inspection, and/or observation of the contract work and acting directly or through an authorized representative. 10-6 Equipment II machinery, together with the necessary supplies for upkeep and maintenance; and all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10- 7 Extra Work An item of work not provided for in the awarded contract a previously modified by change order or supplemental agreement, but which is found by theOwner's Engineer or Resident Project Representative (RPR) to be n ecessa r to complete the work within the intended scope of the contract ps previously modified. Section 10 — Definition of Terms Section 10 — 3 AC 150/ 5370-1OH 12/ 1/ 018 Paragraphs Term Defini#ion Number 10-28 FAQ The Federal Aviation AdmInistration. When used to designate a person, FAA shall mean the a Administrator or heir duly authorized representative. 10- 9 Federal Specifications The federal specifications and standards, commercial item descriptions, and supplements, amendments, and indices prepared and issued by the General Services Administration. 10- 0 Force Account a. Contract Force Account - A method of payment that dresses extra work performed by the Contractor on a time and material basis. bt Owner Force Account - Work performed for the project by the Owner's employees. 10- 1 Intention of Terrors Wh en ever, i n th ese specifications or o n t he p la ns, the words "directed," "required," 'permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall he understood that the direction, requirement, permission, order, designation, or prescription of the Engineer and/or Resident Project Representative (RPR) is intended; and similarly, the words "approved,YP Ftacceptable, iisatisfactory, M or words of like Jim port, shall mean approved by, or acceptable to, or satisfactory to the Engineer and/or RPR, subject in each case to the fins I determination of the Owner. ray reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard hall he interpreted to include all general requirements of he a nti re section, specificat ion ite m, or cited sta nda rd t hat may he pertinent to such specific reference. 10- 2 Light! ng A system of fixtures providing or controlling the light sources used on or ,rear the airport or within the airport buildings. The field lighting includes all luminous signals*markers, floodlights, and illuminati rig devices used on or near the irport or to aid ire the operation of aircraft larding at, taping off from, or taxiing on the airport surface. 10-33 Major and N71,nor Contract A major contract ite rn shall be any item that is listed i n the e Items propose I, t he tota l cost of whi c h is eq ua l to o r g reate r th a n 0% of the totsI amount of the a s rd contract. AlI other items shall be considered minor contract items. Section 10 - 4 Section 10 — Definition of Terms 1 /21/ 018 AC 150/53 70-10H Paragraph Tara Definition Number 10- 4 Materials Any substance specified for use in the construction of the contract work. 10- 5 Modification of Standards Any deviation from standard specifications applicable to (MOS) material and construction met hods i n accordance with FAA Order 5300.1. 10-36 Notice to Proceed (NTP) A written notice to the Contractor to begin the actual coat ra ct wo rk on a previ ous ly agreed to d ate. If a p pI ica bI e, he Notice to Proceed shall state the data on which the contract time begins. 10-37 Owner The tern `Owner" shall mean the party of the first part or the contracting agency signatory to the contract, Where the errs "Owner" is capitalized in this document, it shall mean airport Sponsor only. The Owner for this project is the logs City Airport Commission, Iowa City, Iowa. 10-38 Passenger Facility Charge Per 14 Code of Federal Regulations (C F R) Part 158 and 49 (PFC) United States Code (U Q § 40117, a PFC is a charge imposed by a public agency on Passengers enplaned at a commercial service airport it controls. 10- 9 Pavement Structure The combined surface course, base course(s), and subbase course(s), if any, considered as a single unit. 10-40 Payment bond The approved form of security furnished by the Contractor and their- own surety as a guaranty that the Contractor will pay in full all bills and accounts for materials and labor used i n the co nst ru ctio n of the work. 10-41 Performance bond The approved form of security furnished by the Contractor and their own surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-42 Plans The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and h e work to he d o rye a rid wh i ch a re to be co nsi dered as a part of the contract, -supplementary to the specifications. Flans may also he referred to as 'contract drawings.' Section 10 — Definition of Terms Section 10 — 5 AC 150/ 5370-1OH 12/ 1/ 018 Paragraph Term Dafini'tion Number 10-43 Project The agreed scope of work for accomplishing specif i c airport development with respect to a particular airport. 10-44 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. 10-45 Proposal guaranty The security furnished with a proposal to guarantee that the bidder will eater into a contract if their own proposal is accepted by the owner. 10-46 Quality Assurance (QA) Owners responsibility to assure that construct -ion work completed complies with specifications for Payment. 10-47 Quality Control (QQ Contractor's responsibility to control material(s) and construction Processes to complete construction in accordance with project specifications. 10-48 Quality Assurance (QA) An authorized representative of the Engineer and/or Inspector Resident Project Representative (PP R) assigned to make all necessary inspections, observations, tests, and/or observation of tests of the work performed or being performed, or• of the materials furnished or being furnished by the Contractor. 10-49 Quality Assurance (QA) The official qua I ity assurance testing laboratories of the Laboratory Owner or such other laboratories as may be designated b he Engineer or RPP. May also he referred to as Engineer IS1 Owner's, or QA Laboratory. 10-50 Resident Project The individual, partnership, firm, or corporation duly Representative (RPR) authorized by the Owner to be responsible for all necessary inspections, observations, tests, and/or observations of tests of the contract work performed or being performed, or of he materials furnished or being furnished by the Contractor, and acting directly or through an authorized representative. 10-51 Runway The area on the airport prepared for the landing and takeoff of aircraft. 10-52 Runway Safety Area (RSA) A defined surface surrounding the runway prepared or suitable for reducing the risk of damage to aircraft. see the construction safety and phasing plan (PP) for limits of the RSA. Section 10 - 6 Section 10 — Definition of Terms 1 /21/ 018 AC 150/53 70-10H Paragraph Term Definition Number 10-53 Safety Plan Compliance beta i Is how t he Co ntracto r wi I I co m ply with the CS PP. Document (SPCD) 10-54 Specificationspart of the contract containing the written directions a n d requirements for completing the contract work. Standards or specifying materials or testing which are cited in the contract specif [cations by reference shall have the same force and effect as if included in the contract physically. 10-55 Sponsor A Sponsor is defined in 49 U C § 4710 (4) as a public agency t hat su bm its to the FAA for a n Al P gra nt; o r a private Owner of a public -use airport that submits to the FAA are application for an AIP grant for the airport. 10-56 Structures Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary serer lines; grater lines; u nderdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; navigational aids- buildings- vaults{ and, other manmade eatures of the airport that may be encountered ire the work and not otherwise classified herein. 10-57 Subgradehe soil that forms the pavement foundation. 10-58 Superintendent The Contractor's executive representative who is present on he work during progress, authorized to receive and fulfill instructions from the RPR, and who shall supervise and direct he construction, 10-59 Supplemental Agreement A written agreement between the Contractor and the Owner that establishes the basis of payment and contract time adjustment, if any, for the work affected by the supplemental agreement. A supplemental agreement is required if: (1) i n scope work would increase or decrease the total amount of the awarded contract by more than 25% (2) in scope work would increase or decrease the total of a ray major contract item by more than 5%; (3) orl that is not within the scope of the originally awarded contract; or (4) adding or deleting of a major contract item. 10-60 5 u rety The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 10- 1 Taxilane A taxiway designed for low speed movement of aircraft between aircraft pa rking areas and terra i naI areas. Section 10 — Definition of Terms Section 10 — 7 AC 150/ 5370-1OH 12/ 1/ 018 Paragraph Term Definition Number 10-62 Taxiway The portion of the air operations area of an airport that has been designated by competent airport authority for movernent of aircraft to and from the all rport's runways, aircraft parking areas, and terminal areas. 10-63 Taxiway/Taxillane Safety A defined surface alongside the taxiway prepared or suitable Area (TSA) for reducing the r1sk of damage to an aircraft. See the construction safety and phasing plan (PP) for limits of the TSA. 10-64 Workhe furnishing of @I I labor, materials, tools, equipment, and incidentals neces!iary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10-65 WorkIng dad A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of he Contractor may proceed with regular work for at least six (6) Fours toward completion of the contract. When work is suspended for causes beyond the Contractors control, it Will not he counted as a working day. Saturdays, Sundays and holidays on which the Contractor's forces engage in regular irk gill he considered as working day-s 10-66 Owner er Defined terms None for this project; END OF SECTION 10 Section 10 - 8 Section 10 — Definition of Terms 1 /21/ 018 AC 150/53 70-10H Section 20 — Proposal Requirements and Conditions 0-01 Advertisement (Notice to Bidders). The Owner, or their authorized agent, shall publish the advertisement at such places and at such times as are required by local law or ordinances. The published advertisement shall state the time and place for submitting sealed proposals; a description of the proposedwork; instructions to bidders as to obtaining proposal forms, plans, and specifications; proposal guarantor required; and the weer-s right to reject any and all bids. If the Owner prequalifies bidders, they shall publish the advertisement at such places and at such times as are required by local law or ordinances, 20-02 Qualification of bidders. Each bidder shall submit evidence of competency and evidence of fi n a ncia I respo n sli b i I ity to perform the work to t he Owner at the ti me of bi d open ing. Evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, and a list of equipment and a list of Ivey personnel that would be available for the work. Each bidder shall furnish the Owner satisfactory evidence of their financial responsibility. Evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidders financial resources and liabilities as of the last calendar year or the bidder's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether their financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant' s statement or report to reflect the bidders true financial condition at the time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that they are prequalifiad with the State Highway Division and are on the current "bidder's list's of the state in which the proposed work is located. Evidence of State Highway Division prequa Iification rn ay be submitted as evidence of financial respo nsi bi I its{ i n I ieu of th e ce rtified state rune nts or re ports specified a bove. 20-03 Contents of proposal forms{ The Owner's proposal forms state the location and description of the proposed construction; the place, date, and time of opening of the proposals- and the estimated quantities of the various items of work to he performed a nd materials to be furnished for which unit bid prices are asked. The proposal form states the time in which the work must be completed, and the amount of the proposal guaranty that must accompany the proposal. The Owner will accept only those Proposals properly executed on physical forms or electronic forms provided by the Owner. Bidder actions that may cause the Owner to deem a proposal irregular are given in paragraph 0-09 Irregular ,proposals Mob'i I i nation i s limited to 10 percent of the tota I p ro jest cost. A prebid conference is planned for this project to discuss as a minimum, the following items: Material requirements;Submittals; Quality Control/Quality Assurance requirements; the construction safety and phasing plan including airport access and staging areas; and unique airfield paving construction requirements. Insert the time, date, and place of the meeting. The prebid conference is riot mandatory., Section 20 — proposal Requirements and Conditions Section 20 —1 AC 150/ 5370-1OH 12/ 1/ 018 0-04 1 ssuance of proposa I form . Th e owner rese rues the ri g ht to ref use to i ssu e a p roposa I form to a prospective bidder if the bidder is in default for any of the following reasons; a. Failure to comply with any prequa lification regulations of the Owner, if such regulations are cited, or otherwise included in the proposal as a requirement for bidding, b. Failure to pair, or satisfactorily settle, all bills due for labor and materials on former contracts in fo rce with thr a Owner at the t it a the Owner issu es the p roposa I to a p rospective b idde r. c. Documented record of Contractor default under previous contracts with the Owner. d. Doc u rye nted record of u nsati sfactory wo rk a n previous co ntracts with th a Own a r+ 0-05 Interpretation of estimated proposal quantities. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly, or by implication, agree that the actual quantities involved will correspond exactly therewith-- nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character., location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the q ua ntities rn ay be i ncrea red o r dec reared as pro f ded i n t he Section 40, pa ragra ph 40-0 1 AIte rat i o n of Work and Quantities,, without in any way invalidating the unit hid prices. 0-06 Exam inatilon of plans, specifications, and site. The bidder i s expected to carefully examine the site of the proposed work, the proposal, plans, specifications, and contract forms. Bidders shall satisfy themselves to the character, quaIity, and quantities of work to be performed, materials to be f urnished, and to the requirements of the proposed contract. Submis5ion of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied to conditions to be encountered in performing the work and the requirements of the proposed contract, plans, and specifications. For this project, :subsurface lrwtlgtlrwas rrwlt F;sp- ; A P G IF e4 eF pr o Fck �4 F 9 P f f E- Si J 1 r + + r 0-07 Preparation of proposal, Bidder shall submit their proposal on forms furnished by the owner. All blank spaces in proposal forms, unless explicitly stated otherwise, must be correctly filled in where I nd icated fo r each a n d every item for wh ich a q ua ntity is given. The b Ndde r shy a I I state the price (w ritte n in ink or typed) both in words and numerals which they propose for each pay item furnished in the proposal. In case of conflict between words and numeral-s, the words, unless obviously incorrect, shall govern. The bidder shall correctly sign the proposal i n ink. If the proposal is made by an individual, their name and post office address must be shorn. If made by a partnership* the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state where the corporation was chartered and the name, titles., and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of their authority to do so and that the signature is bli riding upon firm or corporatic) n. Section 20 - 2 Section 20 — Proposa I Requi rements and Conditions 1 /21/ 018 AC 150/53 70-10H 20-08 Responsive and respon i ble bidder* A responsive bid conforms to all significant terms a n d conditions contained in theOwner's invitation for bid. It is the Owner's responsibility to decide if the exceptions taken by a bidder to the solicitation are material or not and the extent of deviation it is Tilling to accept. A responsible bidder has the ability to perform successfully under the terms and conditions of a proposed procurement, as defined in 2 CFR § 200-318(h), This includes such natters as Contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. 20-09 Irregular proposals. Proposals shall be considered irregular for the following reasons: a* If the proposal is on a form other than that furnished by the Owner, or if the nerfs form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to fu rnish a unit price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by the Owner. f. If the applicable Disadvantaged Business Enterprise information is incomplete. The Owner reserves the right to reject any irregular proposal and the right to waive tech nica Iities if such waiver is in the best interest of the Owner and conforms to local lags and ordinances pertaining to the letting of construction contracts. 0-10 Bid guarantee. Each separate proposal shall be accompanied by a bid bond, certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such bond, check, or collateral, shall be made payable to the Owner. 0-ILI Delivery of proposal. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by nail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in are additional envelope. No proposal will be considered unless received at the place specified in the advertisement or as modified by Addendum before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened 20-12 Withdrawal or revision of proposals. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the Kidder's request for withdrawal is received by the Owner in writing or by email before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time .specified for opening all bids. 20-13 Public opening of proposals. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by wr-itten or telegraphic request) or received after the time specified for o pe n i rig bid s s ha I I be retu rned to th a bid d er u nopen ed. Section 20 — Proposal Requirements and Conditions Section 20 — 3 AC 150/ 5370-1OH 12/ 1/ 018 0-14 Disqualli ication of bidders. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name, b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder. c. If the bidder is considered to be in "default' for any reason specified i n paragraph 0-04, Issuance of Prapasctl Forms, of this section. 0-15 Discrepancies and Omissions. A Bidder who discovers discrepancies or omissions with t h e project hid documents shall immediately notify the Owners Engineer of the matter. A bidder that has doubt as to the true meaning of a project requirement may submit to the Owner's Engineer a written request for interpretat*lcn no Inter than seven (7) calendar days p n 0 r to bid Opening. Any interpretation of the project hid documents by the Owner's Engineer will be by written addendum issued by the Owner. The Owner i I l not consider any instructions, clarifications or 'interpretations of the bidding documents in any manner other than written addendum. .101 axe] &1 :1111 [D] 0 IP441 Section 20 - 4 Section 20 — ProposaI Requ1 rements wind Conditions 1 /21/ 018 AC 150/53 70-10H Section 30 — Award and Execution of Contract 30-01 Consideration of proposals. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit bid price written in words shall govern. U nti I the a s rd of a co ntract is m ade, the Own er rese rues t he right to rej ect a bi d der's pre posy I for a ray of the folloi rig reasons: a. If the proposal is irregular as specified i n Section 20, paragraph 0-09, Irregular Proposals. b; If the bidder is disqualified for any of the reasons specified Section 20, paragraph 0-14, Disqualification of Bidders. in addition, until the award of a contract is rude* the Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the Owner and Is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the Owner's best interests. 30-02 Award of contract. The award of a contract, if it is to be awarded, h a I l be made within Sixty (60) calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. if the Owner elects to proceed with an award of contract, the Owner gill make award to the responsible bidder whose bid, conforming with all the material terms and conditions of the bid documents$ is the lowest in price. For AI P contracts, unless otherwise specified in this subsection, no award shall be made until the FAA has reviewed the Owner's recommendation to make such award in accordance with 2 CFR 200.324. 30-03 Cancellation of award. The Owner reserves the right to cancel the award without I is b i I ity to th e bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the Owner in accordance with paragraph 0-07 Approval of ontract. 30-04 Return of proposal guaranty. All proposal guaranties, except those of the two lowest bidders, gill be returned immediately after Owner has made a comparison of bids as specified in the paragraph 0-01, Consideration of Proposals. Proposal guaranties of the two lowest bidders wIll be retained by the Owner until such time as an award is made, at which time the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the Owner rece ives th a cunt ra ct bo nd s as .specified in pa ra ra p h 0-05, Requirements ements of Con tract Bond. 30-05 Requirements of contract bonds. At the time of the execution of the contract, the -successful bidder shall furnish the Owner a surety bond or bonds that have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractors performance of the work. The surety and the form of the bond or bonds shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a surer equal to the full amount of the contract. The Owner shall require separate performance and payment bonds in the full amount of the awarded contract, Section 30 —Award and Execution of Contract Section 30 —1 AC 150/ 5370-1OH 12/ 1/ 018 30-06 Execution of contract. The successful bidder shall sign ( execute) the necessary agreements for entering into the contract and return the signed contract to the Owner, along with the fully executed surety bond or bonds specified in paragraph 30-05, Requirements of Contract Bonds* of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. 30-07 Approval of contract. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the contract In accordance with local lags or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the Owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 Failure to execute contract. Failure of the successful bidder to execute the contract and furnish an acceptable surety bored or bonds within the period specified in paragraph 3 0-06, Execution of ontroct, of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidated damages to the Owner. END OF SECTION 30 Section 30- 2 Section 30— a rd a n d Execution of Contract 1 /21/ 018 AC 150/53 70-10H 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 the right to make such changes in quantities and work as may be necessary or desirable to complete, in a satisfactory manner, the original intended work. Unless otherwise specified in the Contract, the Owner's Engineer or RRR shall be and is hereby authorized to rule, in writing, such ire -scope alterations in the work and variation of quantities as r-n ay be n ece sa ry to com p lete th a wo rk, provided s uch action d oes n of re prose rat a sign ifica rat cha n e i n the c ha racte r of t he work. For purpose of this section, a significant change in character of work means: any charge that is outside the current contract scope of work; any change (increase or decrease) in the total contract cost by more than 5%; or a ny charge in the tots I cost of a major contract item by more than 2 5%. Work alterations and quantity variances that do not meet the definition of significant change in character of work shall net invalidate the contract nor release the -surety. Contractor agrees to accept payment for such work alterations and quantity variances in accordance with Section 90, paragraph 90- 0, Compensation for A honed Q uan fides. Should the value of altered work or quantity variance meet the criteria for significant change in character of work, such altered work and quantity variance shall be covered by a supplemental agreement. Supplemental agreements eats shall also require consent of the Contractor's surety and separate performance and payment bonds. 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 co pletion. Refer to the following website for applicable federal contract provisions for procurement and contr acti ng u nder All R+ +r i D/proc u re ment/federa I contract r) roy"Isia 40-03 Omitted items. The Owner, the Owner's Engineer or the R P R may provide written notice to the Contractor to omit from the work any contract item that does not meet the definition of major contract item. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate arty Other contrad provision or req u i rement. Should a contract item be omitted or otherwise ordered to be non -performed' Contractor shall be paid fo r a l l work performed towa rd corn p let o n of s uch ite m prio r to the d ate of the o rd er to om it suc h ite rn. Payment for work performed shall he in accordance with Section 90, paragraph 90-04, Po meat for- m ttedIter s. 40-04 Extra work. Should acceptable completion of the contract require the Contractor to perform an item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, Owner may issue a Change Order to cover the necessary extra work. Change orders for extra work shall contain agreed unit prices for performing the charge order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the RPR's opinion, is necessary for completion of the extra work. Section 40 — Scope of Work Section 40 —1 AC 150/ 5370-1OH 12/ 1/ 018 When determined by the RPR to be ire the owner's best interest, the RPR may order the Contractor to proceed with extra work as provided in Section 90, paragraph 90-05, Poyment for Extra Dark. Extra work that is necessary for acceptable comp let i o n 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 Section 10, paragraph 10-59, Supplemental Agreement. If extra work is essential to maintaining the project critical path, RPR may order the Contractor to commence the extra work under a Tine and Material contract method. Once cuff iciont detail is available to establish the level of effort necessary for the extra work, the Owner shall initiate a change order or supplemental agreement to cover the extra o rk. 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. The Contractor shall maintain traffic in the manner detailed in the Construction Safety and Phasing Plan (C PP). a* It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas (AOA) of the airport with respect to their own operations and the operations of all subcontractors as specified in Section 80, paragraph 0-04, Limitation of Operotion.5. 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, frorn, and upon the airport as specified in Section 70, paragraph 70-150 Con tractor{s Responsibility for Utility Service and Focilrtie-5 of OtherS. b. With respect to their 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 o rk area or condition that may be hazardous to the operation of aircraft, fire- rescue equipment, or maintenance vehicles at the airport in accordance with the construction safety and phasing plan (5PP) and the safety plan corn pliance document (5PCD). c. When the contract requires the maintenance of are 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 sh all keep the road, street, or highway open to a I I traffic and shaII provide maintenance as may be required to accommodate traffic. The Contractor, at their expense, shall be responsible for the repair to equal or better than preconstruction conditions of any damage caused b the Contractor's equipment and personnel. The Contractor shall furnish, erect., and maintain barricades, warring signs, flag person, and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices (MUTCD) (http://mutcd.fhwa.dot.gov/), 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. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway., 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. Section 40 - 2 Section 40 — Scope of Work 1 /21/ 018 AC 150/53 70-10H 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 Resident Project Representative (RPR) shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall he immediately determined by the RPR in accordance with the provisions of the contract. Except as prop i ded in Section 40, pa ragra ph 40-07, Rights in and Use of Moterials Found in the Work, it i s 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 rem in the property of the Ow ner when so used ire the work. 0-07 Rights In and use of materials found in the work. Should the Contractor encounter any material such a (hut 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 em hankment, the Contractor may at their own option either: a. Use such material in another contract item, providing such use is approved by the RPR and is in conforma n ce with the contra ct s Res ificati o ns a p p I ica ble to su ch use; or, b. Remove such material f turn the site, upon written approval of the RPR; or c. Use such material for the Contractors own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor Irish to exercise option a., b., or c., the Contractor shall request the RRR's approval in advance of such use. Should the RPR 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 their expense, such removed or excavated material it h 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 RPR 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 i s used. It is understood and agreed that the Contractor shall make no claim for delays by reason of their own 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 whare such excavation or renovaI is provided for in the contract, plan , or specifications. 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 the p roper-ty Owner. END OF SECTION 40 Section 40 — Scope of Work Section 40 — 3 AC 150/ 5370-1OH 12/ 1/ 018 Intentionally Left Blank Section 40 - 4 Section 40 — Scope of Work 1 /21/ 018 AC 150/53 70-10H Section.50—Control of Work 50-01 Authority of the Resident Project Representative (RPR)+ The RPR has final authority regarding the interpretation of project specification requirements. The RPR shall determine acceptability of the quality of materials furnished, method of performance of work performed* and the manner and rate of performance of the work. The RPR does not have the authority to accept work that does not conform to 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 co ntract, p la n s, o r specification s. If the RPR finds the materials furnished, work performed, or the fi nished product not within reasons bly c lose conform ity with t he pl a ns a rid specificat i o ns, b ut t hat the po rti o n of th a work affected wi 11, i n thei r opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, the RPR will advise the Owner of their- determination that the affected work be accepted and remain in place. The RPR 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. Changes in the contract price must be covered by contract change order or supplemental agreement as applicable. If the RPR 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 RPR's written orders. The term itreasonablyclose conformity I? hall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The terra shall not be construed as waiving the RPR'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 RPR's opinion, such complia rice is essential to provide are acceptable finished portion of the work. The terra "reasonably close conformity" is also intended to provide the R P R with the authority, after consultation with the Sponsor and FAA, to use sound engineering judgment in their determinations to accept work that is not in strict conformity, but will provide a finished product equal to or better than that required by the requirements of the contract, plans and specifications. For Airport Improvement Program (AIP) contracts,, the Owner must Deep the FAA advised of the Engineer's determinations as to acceptance of work that is not in reasonably close conformity to the contract, Plans, and specffications. All change Orders, supplemental agreements., and contract modifications must eventually be reef a ed by the FAA. Unless specifically requested by the FAA, the Owner does not have to obtain prig FAA approval for contract charges except for the Buy American revile , if required. However, if are Owner proceeds with contract charges without FAA approval, it is at the Owner's risk. The RPR will not be responsible for the Contractor's means, methods, techniques, sequences, or p roved u res of con structio n or t he safety preca ution s i n i dent the reto. Section 50 — Control of Work Section 50 —1 AC 150/ 5370-1OH 12/ 1/ 018 .50-03 Coordination of contract, plans., and sped# cat"lon . The contract, plans, specifications, and a I I referenced standards cited are essential parts of the contract requirements. If electronic files are provided and used on the project and there is a conflict between the electronic files and hard copy plans, the hard copy plans shall govern. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited advisor{ circulars (ACs); contract general provisions shall govern over plans, cited standards for materials or testing, and cited s; plans shall govern over cited .standards for materials or testing and cited A s. If any paragraphs contained in the Special Provisions conflict with General provisions or Technical Specifications, the Special Provisions shall govern. From time to time, discrepancies within cited testi rig 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 RPR for an interpretation and decision, and such decision shall be final. Th e Co retractor sh a I I not to Ise a dva ntage of a ray a p pa rent error o r ern ission o n the p la n s o r specificatio ns. In the event the Contractor discovers any apparent error or discrepancy, Contractor shall immediately notify the Owner or the designated representative in writing requesting their written interpretation a n d decision. 50-04 List of Special Provisions. Supplementary Provisions Part A — Federal Contract Provisions for Construction and Equipment Contracts 0 Federal Wage Rates Predetermined Wage Rate IA 0 1-00 — 0110112021 50-05 Cooperation of Contractor. The Contractor shall be supplied with fire hard copies or an electronic RDF of the plans and specifications. The Contractor shall have available on the construction site at all tires one ha rdcopy each of the plans and specifications. Additional hard copies of plans and specifications may be obtained by the Contractor for the cost of reproduction., The Contractor shall give constant attention to the work to facilitate the progress thereof, and shall cooperate with the RPR and their inspectors and with other Contractors in every way possible. The Contractor shall have a competent superintendent on the work at all tines who is fully authorized as their 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 RPR or their authorized representative. 50-06 Cooperation between Contractors. The Owner reserves the right to contract for and perform other or additional work on or rear the work covered by this contract+ then se pa rate contracts are let within the limits of any one project, each Contractor shall conduct the work 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 their own contract and shall protect and hold harmless the Owner from any and all darnages or claims that may arise because of inconvenience, delays, or loss experienced because of the presence and operations of other Contractors working within the Iimits of the same project. Section 50 - 2 Sectisn 50 — ControI of Work 1 /21/ 018 AC 150/53 70-10H The Contractor shall arrange th i r work and shall place and dispose of the materials being used to not interfere with the operations of the other Contractors within the limits of the same project. The Contractor shall join their work Frith that of the others in are acceptable manner and shall perform it in proper sequence to that of the others. 50-07 Construction layout and stakes. The Engineer/RPR shall establish necessary horizontal and vertical control, The establishment of Survey control and/or reestablishment of survey control shall be by a State Licensed Land Surveyor. Contractor is responsible for preserving integrity of horizontal a n d vortical controls established by Engineer RPR. In case of negligence on the part of the Contractor or their employees, resulting in the destruction of any horizontal and vertical control., the resulting casts will be ded ucted as a liquidated damage against the Contractor. Friar to the start of construction, the Contractor gill check all control points for horizontal and vertical accuracy and certify in writing to the RPR that the Contractor concurs with survey control established for the project. All lines, grades and measurements from control points necessary for the proper execution and control of the work on this project will be provided to the RPR. The Contractor is responsible to establish all layout required for the construction of the project. Copies of survey rotes will be provided to the R P R for each area of construction and for each placement of material as specified to allow the RPR to make periodic checks for conformance with plan grades, alignments and grade tolerances required by the applicable material specifications. Surveys will be provided t the pre r to mm nci rig work items that cover or disturb the survey staking. Survey(s) and notes shall be provided in the following format(s): Electronic. This shall be applicable to all survey(s) throughout these specifications. Laser, GPS, String line, or other automatic control shall be checked with temporary control as necessary. in the ease of error, on the part of the Contractor, their surveyor, employees or subcontractors, resulting in established grades, aIi nment or grade tolerances that do not concur with those spocif ied or shown on the plans, the Contractor is solely responsible for correction, removal, replacement and all associated costs at no additional cost to the Owner. No direct payment gill be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses. The cost shall be included in the price of the hid for the various items of the Contract. 50-08 Authority and duties of Quality Assurance ( ) inspectors+ QA inspectors shall be authorized to inspect all work done and all material furnished. Such QA inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. QA inspectors are not authorized to revere, alter, or walve any provision of the contract. DA inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman far the Contractor. QA Inspectors are authorized to notify the Contractor or their representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question u rail such issues carp be referred to the RPR 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 RPR 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. Section 50 — Control of Work Section 50 — 3 AC 150/ 5370-1OH 12/ 1/ 018 If the RPR requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extrawork.; 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 pa its rear oved wi I I be at th e Contra cto rxs epe nse. Provide advance written notice to the RPR of work the Contractor plans to perform each week and each day. Any work done or materials used without written notice and allowing opportunity for inspection b the RPR rnay be ordered removed and replaced at the Contractor's expense. Should the contract work incI ude 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 pa rty to t he co retract, a rid sh a I I i n no moray i rite rfere with t he rights of the pa rties to t h is co retract. 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 RPR as provided in paragraph 50-0f Conformity with Plans and . peci icotions. 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 are acceptable manner in accordance with the provisions of Section 70, paragraph 70-14, Con tractor"s Responsib lrt lor Work. No removal work made under provision of this paragraph shall be done without lines and grades having been established by the RPR. Work done contrary to the instructions of the RRR, work done beyond the lines shown on the plans or as established by the RPR, except as herein n specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply with any order of the RPR made under the provisions of this subsection, the RPR will have authority to cause unacceptable work to be remedied or removed and replaced; and unauthorized work to be removed and recover the resulting costs as a liquidated damage against the Contractor. 50-21 Load restrictions. The Contractor shall comply with a l I 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 orequipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to are 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 e concrete pavement, base, or structure before the expiration of the curing period. The Contractor, at their own expertise, shall be responsible for the repair to equal or better than preconstruction conditions of any damage caused by the Contractor's equipment and personnel. Various measures such as videotape or photographs may be required to document existing conditions prior to start of construction. Construction traffic should be Dept off airport pavements to the extent possible. Section 50 - 4 Section 50 — ControI of Work 1 /21/ 018 AC 150/53 70-10H 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. n the case of a contract for the placing of a course upon a course or su bgrade 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 i n the unit prices bid on the various contract items, and the Contractor will not be paid are 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 paragraph 50-1 , Maintenance urinq Construction, the RPR shall immediately notify the Contractor of such nor coo p ka nce. 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. Mould the Contractor fail to respond to the RPR'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 recovered as a liquidated damage against 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 RPR to make final inspection of that unit. If the RPR finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, the RPR 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 RPR and Owner will male are inspection. If all construction provided for and contemplated by the contract 'is found to be complete in accordance with the contract, plans, and sped.ications, such inspection shall constitute the final Inspection. The RPR 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 RPR will notify the Contractor and the Contractor shall correct the unsatisfactory work. Upon correction of the work, another inspection wiII be made w Mich shall constitute the final inspection, provided the work has been -satisfactorily completed. In such event, the RPR will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 Claims for adjustment and disputes. If for any reason the Contractor deems that additional compensation is due for work or materials not clearly provided for in the contract, plans, or specifi cation s o r previously a uth orized as extra wo rk, th e Co ntra ctor s h a I I notify the R RR i n writi rig of their 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 RPR is not afforded proper opportunity by theContractor 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 RPR has kept account of the cost of the work shall not in any gray be construed as proving or -substantiating the validity of the claim. When the work on which the claim for additional Section 50 — Control of Work Section 50 — 5 1150/ 5370-1OH 12/ 1/ 018 com pen cation i s based h as been co rrn pleted, the Contra cto r sha 11, within 10 ca I e n d a r I a s, su h it a written claim to the RPR who will present it to the Owner for consideration in accordance with local lags arordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to disputefinal payment based on Iifferences in melrem ent or com potations. 50-1 .l Value Engineering Cost Proposal. This section shall not be used are this project. 1 r + type, 1 +h n 1 i is III re pnruarl rh n n apcz y cri hc cm n I :t him ro %A " -.r lill " V lill I I I 111 ;0 %_ —f %.J I I I rq Epil i iRMIff mm, 0it i i ME !! 111011111W.0111 i i i i i i i i i i walim i i i• i i i i i i i i i i �MM I ggi�p� i i i i i i i OMNI` � i Almi i i i a i i ■ 11 10 All E i- i i i i i i i i i i OF i i i i i i i i i i i i i i i i i T i i i i i i i i i i i i i i i i i i i 1 i i i i a i i i i i ■ i - i i i 1-2 i i i i i i i i H. ! ! !—A Sol ­11111 i i i i i. i i i i i i i i i i i i i i i 1111 Alll11 ! i i i ! ■ i i i i i i i i i 1111111i i A. i t ii i i i i i i i i i i ! i i i iIll t 3 i i i a "ME 11MM.1111.01..11 ii t 3 i i i i i F T T T * F OF i i i i i i i i i i i i i i i a i a i i i i i i i i i 3 i i i i iIN i i t i i ■ i i i i t i i i i i -116 JIL i ! i F � i i �+ i . i III 1 i _- _� + do" i + i f t i _ i ` _� i Ih T T T T T i i 3 T T T T T i Section 50 - 6 Sectio n 50 — Co ntro l of Work 1 /21/ 018 AC 150/53 70-10H i i i i i i i i ■i i i i i i J i i ii i i i i i F T i T i T ! * ! 7 i T 7 7 T T IMLIEP WA T ■ i i i■ ; i i i W ■ i i ■ ■ i i W i i 3 i a i i i i i ! i i ! iIN-Ami_ � 3TT ! T T T 3 i T T ! i T T !ii i i i Rpm- i i i i i i J ■ i i N&W ■ ' HIP. INoni i i i i i i i ! i i i i ■ ■i ■ i All ! i E. T T T i i Z T T T i T OF IN T ! i i i i i i i i i i J i J i J i i i i i IN IN i i i 3 i i ■ 3 ■ i i L a i i i 3 i i ■ i 3 i i i i t i IN 3 ! mww OF LIMILIMILIUM'FAWWWR MOM>• a ! i i i i ■ i ! i i i i MIN i i i i ■ i i MR, iT !!NN. NwAr.'r. i i i ■ i i i i i i i i i i i i ■ f i i i i i i i J i i VAN IN i i i i i f i ■ i i i i i i i i i i i i i i i i i ■ i i i i i i i i i i i i i i i i • i• i i i i i i ■ i i i i P i iOR■W��_ i■ i W.— IN Ii i i+ i ■ i i LIE KU: I I LMQ&�! i I i i i i i i i i i i i i i i i i i i i i i i i i N i i i��M i i i 3 i i i i i i i i i i i i i i i i i i i i i i i iJ "Mill"IFmIamair i• N i i i i 3 i i i 3 i i i i i i i i i i i i i i i i i i i i i i i i i i i ! * U i "fill i i i i i i i t + i i T T T T T T 3 T T T T T T T T T T + t i i i+ i A. iO4 i i A ilAir i AM-- in MIL11.1112; i IN i i i 1i i i Jr i i A M-11-1—I.AddibRoldiba ENIFIENI ah i+ i i IN M. i i i+ i J i i i i i i i i i i i i i i Ji i i i i+ i 3 3 i11 i 1i i i i i i t i i ii i + JY i i i+ i i ; + i i 3+ i i i W+ i i i i■ 3 � i+ T �Jiw •1 kTJ■��JL��ILI�tR��■lw t�l�i ■■■l�l■JI�J*��4*7■■LR*.■■L��1t�i'al*4�i��L.TJ�■■SwL4���i�J LJ.R��.LR�TJ MAR 0 E L+ T Lm END OF SECTION 50 Section 50 — Control of Work Section 50 — 7 AC 150/ 5370-1OH 12/ 1/ 018 Intentionally Left Blank Section 50 - 8 Sectisn 50 — Conarol of Work 1 /21/ 018 AC 150/53 70-10H 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 he new (as compared to used or reprocessed). I n orde r to ex ped ite the i n pection a nd testi ng of m ateria Is, the Co ntra cto r sha I I f u rni s h docu mentation to the RPR as to the origin, composition, and manufacture of all materials to he used in the work. Documentation shall he furnished promptly after execution of the contract but, in all eases, prior to delivery of such materials. At the RPR's option, materials may he approved at the source of supply before delivery. 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 meets the requirements of the pecif i cations; and is listed in AC 150/5 45-5 , Airport Lighting Equipment Certificotfon Progrom and Addendum, that is in effect on the date of advertisement. 0-02 Samples., tests, and cited specifications. All materials used in the work shall he inspected, tested, and approved by the RPR before incorporation in the work unless otherwise designated. Any work in which untested materials are used without approval or written permission of the RPR shall be performed at the Contractor's risk. Materials found to he unacceptable and unauthorized will not be paid for and, if directed by the RPR, shall he removed at theContractor's expense. Unless otherwise designated, quality assurance tests will he made by and at the expense of the Owner in accordance with the cited standard methods of ASTIVI, American Association of State Highway a n d Transportation Officials (AASHTO), federal specifications, Commercial Item Descriptions, and all other c ited met hods, wh i ch a re cu rrent o n th e date of advert ise rnent f o r b ids. 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. Unless otherwise designated, samples for quality assurance will he taken by a qualified representative of the RPR. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of a I I tests will he furnished to the Contractor's representative at their request after review and approval of the RPR. A copy of all Contractor QC test data shall he provided to the RPR daily, along with printed reports, in are approved format, on a vveekly basis,, After completion of the project, and prior to final payment, the Contractor shall submit a final report to the RPR showing all test data reports, plus are analysis of all results sho ring ranges, averages, and corrective action taken ors all faili ng tests. t 60-03 Certification of com pliance/analysis (COC/COA). Th e R P R may pe rm it t he u se, p ri or to sam p I i rig and testing, of certain materials or assemblies when accompanied by manufacturers COC 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 del vered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. The COA is the manufacturer's COCand includes all applicable test results. Section 60 — Control of Materials Section 60 —1 AC 150/ 5370-1OH 12/ 1/ 018 Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to b i n conformity with contract requirements will be subject to rejection whether in place or not., The forrn and di tribution of certificates of corn pliance shall be a s approved by the RPR, When a material or assembly is specified b "brand name or equal" and the Contractor elects to furnish the specified "or equal,"' 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 alto: a. Conformance to the specified performance, testing, quality or dimension a I requirerr-rents; and f b. suitabi I ity of the material or assembly for the use intended in the contract worl. The RPR shall be the sole judge as to whether the proposed "or equal" is suitable for use in the or f The RPR reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 Plant inspection. The RPR or their authorized representative may inspect, at its source, any pecif ied material or assembly to be used in the work. Manufacturing plants ray be inspected from time to tine for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtarin samples requi red for acceptance of the material orassembl y. Mould the RPR conduct plant inspections, the following conditions shall exist+ a. The RPR shall have the cooperation and assistance of the Contractor and the producer with whom the Contractor has contracted for materials. b. The RPR 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 RPR, the Contractor shall arrange for adequate office or working space that may be reasonably needed for cord ucti ng plant inspections. Place office or working space in a convenient location 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 RPR shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 En inner Resident Project Representative (RPR) field office. An Engineer/RPR field office is not required. 60-06 Storage of materials. Materials shall be .stored to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be ins petted 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 RPR. ateria I to be stored on airport property shall not create are obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans and/or C PP* the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the RPR. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The Contractor shall male all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the RPR a copy of the property Owner"Owner"s permission. Section 60 - 2 Section 60 —Control of Materials 1 /21/ 018 AC 150/53 70-10H All storage sites on private or airport property shall be restored to their origi n a I condition by the Contractor at their 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 he rejected. The Contractor shall remove any rejected material or assembler from the site of the work, unless otherwise instructed by the RPR., Rejected rn ateria I o r a ser n bI f th e defects of wh ich have bee n co rrected by th e Contracto rf sh a I I not be returned to the site of the work untiI such time as the RIBR has approved its use in the wor1 . 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 -furnished materials hall be rude 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 a ny 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 Ions due to the Contractor's handling, storage, or use of Owner -furnished materials. END OF SECTION 60 Section 60 — Control of Materials Section 60 — 3 AC 150/ 5370-1OH 12/ 1/ 018 Intentionally Left Blank Section 60 - 4 Section 60 —Control of Materials 1 /21/ 018 AC 150/53 70-10H Section 70 — Legal Regulations and Responsibility to Public 70-01 Lars to he observed. The Contractor shall keep fully informed of all federal and state lags, 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 an 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 their 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 ern p Ioee. 70-02 Permits, licenses, and taxes. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give a I I notices necessary and incidental to the due and IawfuI execution of the o rk. 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 p r ide for such use by s u ita hl e I ega l agree me rat 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 casts, expenses, and damages which it may he obliged to pay by reason of an infringement, at anytime 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 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 wort (by others) must be shown on the plans and is indicated as follows: DURING REMOVAL OF THE EXISTING PAPI SYSTEM AND INSTALLATION OF THE FAA - FURNISHED NEW PAPI SYSTEM., THE FAA WILL HAVE REPRESENTATIVES ON -SITE FOR OVERSIGHT/DIRECTION ON REMOVAL AND INSTALLATION. CONTRAC111701111 SHALL RE REQUIRED TO COORDINATE WITH THE FAA REPRESENTATIVE AND THE ENGINEER FOR THIS WORK. Except a I fisted above, the Contractor shall not permit any individuaI, fi rrn, 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 RPR- 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 w1ith such Owners by arranging and performing the work in this contract to facilitate such construction, reconstruction or maintenance b others whether or not such work by others is listed above. When ordered as extra work by the RPR, 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 male any claim for damages due to such authorized work by of hers or for a ny del ay to t he wo rk resu Iting fro m su ch a uth o rued work. Section 70 — Legal Regulations and Responsibility to Public Section 70 — 1 AC 150/ 5370-1OH 12/ 1/ 018 70-05 Federal Participation. The United States Government has agreed to reimburse the Owner for some portion of the contract costs. The contract work is subject to the inspection and approval of duly authorized representatives of the FAA Administrator. No requirement of this contract shall be construed as making the United States a party to the contract nor will any such requirement interfere, in any gray, with the ri ghts of e ither pa rty to t he co ntract. 70-06 Sanitary, health, and safety provisions. The Contractor's works ite and facilities shall comply with applicable fed era I, state, a rid local requirements for health, safety and sanitary provisions. 70-07 public convenience and safety. The Contractor shall control their operations and those of their subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under al 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 their own operations and those of their own subcontractors and all suppliers in accordance with Section 40, paragraph 40-05, Maintenance of Traffic, and shall limit such operations for the convenience and safety of the traveling public as specified in Section 80, paragraph 0-04, Limitation o Th e Co ntractor sh a I I rem ove or co ntrol d e bri s a n d ru bbi s h resu It l ng from its work operations at freq u ent intervals, and upon the order of the RP . If the RPR determines the existence of Contractor debris in the work site represents a hazard to airport operations and the Contractor is unable to respond in a prompt and reasonable manner., the RPR reserves the right to assign the task of debris removal to a third part and recover the resulting costs as a liquidated damage against the Contractor. 70-08 Construction Safety and Phasing Plan (C5PP), The Contractor shall complete the work In accordance with the approved Construction Safety and Phasing Plan ( PP) developed in accordance with AC 150/5370- , operational Safety{ an Airports Enuring Construction. The C PP sheets are on sheets J}01 through J.03 of the project plans, and are also included as an Appendix to these project specifications. 70-09 Use of explosives. The use of explosives i s not perm fitted on this project. 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/I PR has witnessed or otherwise referenced their location and shall not rnove 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 rn isconduct 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 their expense, such property to a condition similar or equal to that existing before such damage or injury was done, b repairing, or otherwi a restori ng as may be directed, or the Contractor shall make good such damage or injury in an acceptable manner. Section 70 - 2 Section 70 — Legal Regulations and Responsibility to Public 1 /21/ 018 AC 150/53 70-10H 70-11 Responsibility for damage claims. The Contractor shall indernnify and hold harmless the Enginee r/RPR and the Owner and the r officer , agents, and employees from alI suits, actions, or claims+ of any character, brought because of any injuries or darnage 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 thework; 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 an 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 CompensationAct,' or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of their own contract can ider ed necessary b the Owner for such purpose may be retained for the use of the Owner or in case no money is due, their ors 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 with heId 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 Openi ng sections of the worm to traffic. If it i s necessa ry fo r the Co ntractor to corn p lete po rtions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such "phasing" of the work must be specified below and indicated on the approved Construction Safety and Phasing Plan ( PP) and the project plans. When so specified, the Contractor h a I I corn p lete such portions of th e wo rk o n or before th a d ate specif ied o r a s othe r i se s pecif i ed. PHASING IS ADDRESSED IN DETAIL IN THE CONSTRUCTION SAFETY AND PHASING PLAN (C PP)., LOCATED AS AN APPENDIX ITEM IN THIS SPECIFICATION. THE MOST CURRENT ENT ERSI O N OF AX, 150/5370- ,, OPERATIONAL 5AFETY ON AIRPO DURING CONSTRUCTION,. 15 AN APPENDIX ITEM IN THIS PECIFICATION & Upon completion of any portion of work listed above, such portion shall be accepted by the Owner in accordance with Section 50, paragraph 50-14, Portial Acceptonce, No portion of the work may be openned by the Contractor until di rected by the Owner in writi n. Should it become necessary to open a portion of the work to traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the RPR, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at their expense. The Contractor shall make their 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. The Contractor m ust conform to safety starndards contained in AC 1 0 S 3 70-2 and the approved CSPp. Section 70 — Legal Regulations and Responsibility to Public Section 70 — 3 AC 150/ 5370-1OH 12/ 1/ 018 Contractor shall refer to the plans, specifications, and the approved CPR to identify ba rri Cade requirements, temporary and/or permanent markings, airfield lighting, guidance signs and other safety requirements prior to opening up sections of work to traffic., 70-14 Contractor's responsibility for work. Until the R RR's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with section 50, paragraph 50-14, Partial Acceptance, the Contractor shall have the charge and care thereof and shall tale 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 occas ion ed by a ray of t he a bove ca uses befo re f ina I accepts n ce a rid s ha I I bea r t he e pe nse t hereof 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 wane, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enerny 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 accessary temporary structures, signs, or other facilities at their own expense. wring 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 ether important vegetative growth against injury. 70-15 Contractoes responsibility for utility service and facilities of others. As provided in paragraph 70-04, Restoration of Surfaces D .5turbed by Others, the Contractor shall cooperate with the owner of any public or private utiI ity service, FAA or NOAA, or a uti I ity service of a mother 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. I n addition, the Contractor 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/or in the contract documents. REMOVAL OF THE EXISTING PAN SYSTEM FOR RUNWAY 25 AND INSTALLATION F THE NEW FAA -FURNISHED PAP1 SYSTEM FOR RUNWAY 25 REQUIRES COORDINATIO WITH THE FAA REPRESENTATIVEON-SITE, TH E WNTRACTOR SHALL R E RE LI I FEED TO N T1 FY IOWA ON -CALL, THE AIRPORT MANAGER, AND THE ENGINEER AT LEAST 7 CALENDAR DAYS PRIOR TO ANY WORK ON EITHER REMOVAL OR INSTALLATION OF THE R PI SYSTEM FOR NARKING OF CABLES BY THE LOCAL FAA OFFICE., AND FOR COORDINATION OF SCHEDULE WITH THE FAA R PRESENTATIVE RE UI RED ON -SITE FOR TH E PROD E T, 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. Section 70 - 4 Section 70 — Legal Regulations and Responsibility to Public 1 /21/ 018 AC 150/53 70-10H 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 their plan of operations. Such notification shall be in writing addressed to "The Person to Contact I) as provided in this paragraph and paragraph 70-04, Restoration of Surfaces Disturbed By Others. A copy of ea c h notif ication s ha I I be give n to th e R P R. 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 i n such general vicinity. The Contractor shall furnish a written summary of the notification to the RPR. 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 fa ci l it . Where the outside limits of an underground utility service have been located and staked are the ground, the Contractor shall be required to use hand excavation methods within 3 feet (I m) of such outside imIts 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 RPR and shall tale all reasonable measures to prevent further damage or interruption of service. The Contractor, in such everts, shall cooperate with the utility service or facility owner and the RPR continuously until such damage has been repaired and service restored to the satisfaction of the utility or facilitoner. The Contractor shall bear all casts 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 their own surety. 70-15.1 FAA facilities and cable runs. The Contractor is hereby advised that the construction limits of the project include existing facilities and buried cable runs that are owned, operated and maintained b the FAA. The Contractor, during the execution of the project work, slyaII comply with the following: FAA OWNED PAR SYSTEM IS LOCATED AT EAST END OF RUNWAY 7/ 5 AND THE CURRENT SYSTEM 15 BEING REMOVED AND RELOCATED WITH A NEW FAA -FURNISHED SYSTEM AS A MAJOR P COMPONENT OF THIS PROJECT. NO OTHER FAA -OWNED FACILITIES AP E KNOWN IN THE PROJECT AREA. a. The Contractor shall permit FAA maintenance personnel the a right of access to the project work site for purposes of inspecting and mal rta1n1ng a II existing FAA owned facilities, b.The Contractor shall provide notice to the FAA Air Traffic organization (ATO)/Technical Operations/System Support Center (SSC) Point -of -Contact through the airport Owner or manager a minimum of seven (7) calendar days prior to commencement of construction activities it order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages. Section 70 — Legal Regulations and Responsibility to Public Section 70 — 5 AC 150/ 5370-1OH 12/ 1/ 018 C1. If exec ution of the p ro j ect wo rk req u i res a fay i litlity outage, the Co ntr'acto r sha I I contact the FAA Point -of -Contact a minimum of 72 fours prior to the time of the required outage, d. Any damage to FAA cables, access roads, or FAA facilities during construction caused by the Contractor's equipment or personnel whether by negligence or accident i I l require the Contractor to re pa i r o r repl ace the d a raged ca blew access road, or FAA faci 111 ties to FAA req u1i rear a nts.Th e Co ntra ctor shall not bear the cost to repair damage to underground facilities or utilities improperly located by the FAA. e. If the project work requires the cutting or splicing of FAA owned cables, the FAA Point -of - Contact shall be contacted a minimum of 72 Fours prior to the time the cable work commences. The FAA reserves the right to have a FAA representative an site to observe the splicing of the cables as a condition of acceptance. All cable splices are to be accomplished in accordance with FAA specifications and require approval by the FAA Point -of -Contact as a condition of acceptance by the Owner. The Contractor is hereby} advised that FAA restricts the location of where splices may be installed. If a cable spl ice is sha I I fu rn ish a rid i nsta I I a s ufficient length of new ca ble t hat e I i m i nates th a creed for a ray s pl ice. 70-16 Furnishing r ght aof-r ay. The Omer 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 Iiability of public officials. In carrying out a ray of the contract provisions or ire exercising any power or authority granted by this contract, there shall be no liability upon the Engineer, RPR, their authorized representatives, or any officials of the Owner either personally or as arc 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 Ouv ne r 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 crude before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or their surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill their 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 a ny 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 tape necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, asphalts, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70- 0 Archaeological and historical findings. Unless otherwise -specified in this subsection., the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior+ Should the Contractor encounter, during their 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 RPR. The RPR will immediately investigate the Contractors finding and the Owner will direct the Contractor to either resurne operations or to suspend operations a di rected. Section 70 - 6 Section 70 — Legal Regulations and Responsibility to Public 1 /21/ 018 AC 150/53 70-10H Should the Owner order suspension of theContractor-soperations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by are appropriate contract change order or supplemental agreement as provided in Section 40, paragraph 40- 04, E tro Work., and Section 90, paragraph 90-05$ Payme t for Extra Work. If appropriate, the contract change order or supplemental agreement shall include an extension of contract time in accordance with Section 80, paragraph 0-07, Determination and E ten5ion of Contract Time. 70- 1 Insurance Requirements. Insurance requirements shall meet the requirements of the City of Iowa City, Iowa, as noted below: 1.02 Insurance Requirements A. The Contractor shall purchase and maintain insurance to protect the Contractor and the Ju risd fiction against a I I hazards herein en umerated throughout the duration of the contract, Said insurance. shall be provided by an insurance company or companies, "admitted" or "non - admitted" to do lousiness ire the State of Iowa, having an A.ICI. Best rating of no less than "B+ " B. "Insurance," "insurance policy," or "insurance contract" when used In these specifications shall have the sarne meaning as "insurance policy" and "insurance contract'' under Iowa Code Section 50713.2. All insurance required by this section shall provide coverage on an occurrence basis, not are a claims -made ba-sis, and the person or other entity shall pravide evidence of such coverage through an "insurance Policy," "contract of insurance," or "certificate of insurance" that clearly discloses ors its face coverage on a n accurrence basis. I nsurance coverage required for hazardous materials abatement includ i rig removal of lead, asbestos, PCB"s, or the lifer may be provided on a clair s-made basis when it is demonstrated to the satisfaction of the Jurisdiction that occurrence coverage is not reasonably available. C. Except for workers compensation insurance, the Contractor shall purchase and maintain such insurance as will protect the Contractor and the Jurisdiction as set forth below, which may arise out of or result from the Contractor's operations under the contract, whether such operations be by the Contractor, its subcontractors or consultants, suppliers, third parties, or the agents, officers, or employees of any of them. In addition, the Contractor shall purchase and maintain workers compensation insurance to cover its employees. 1 _ Workers Compensation: A standard Workers Compensation policy approved for use in the State of I owa s ha I I be i s u ed wit h t he fol low i rig cove rages. a_ Statutory Benefits cover-Ing all employees injured on the job by accident or disease as prescribed by Iowa Code Chapter 85-, b_ Employers Liability insurance with the following 1 i nits: Bodily injury by accident $500,000 each accident Bodily injury by disease $500,000 each accident Bodily injury by disease $500,000 policy limit 2. orr mercla I General Liability Insurance: No less comprehensive and no more restrictive than the coverage provided by a standard form Commer6al General Liability Policy (ISO CG 0001 or its equivalent) with all standard exclusions with minimum limits shown below covering claims for damages because of bodily injury, personal injury, or damage to property that occur on the premises under contract or arise out of the operations in performance of the contract. Any Section 70 — Legal Regulations and Responsibility to Public Section 70 — 7 AC 150/ 5370-1OH 12/ 1/ 018 additional exclusions shall be identified on the Certificate of Insurance and shall be subject to thereview and approvaloftheJurisdiction. General Aggregate Limit $2,0001000 Prod ucts' o m p leted Operations Aggregate Limit 210001000 Personal and Advertising Injury Limit 1,O001000 Each Occurrence Limit Fire Damage Limit (any one fire) 1000 OO 50�000 ed Ica I Da mage Li rn it (a ny on e pe rso n) $5,000 This insura rice roust include the following features; a. Coverage for all premises and operations. The policy shall be endorsed to provide the Designated Construction Project(s) General Aggregate Limit Endorsement ( ISO CG 2503or its equivalent). b. Personal and advertising injury. e. operations b -independent contractors. d. Contractual liability coverage. If work to be performed by Contractor includes construction or demolition operations within 50 feet of any railroad property} and affecting any railroad bridge or trestle, tracks, roadbeds, tunnel, underpass, or crossing, then such policy will include a Railroad's Contractual Liability Endorsement ( ISO CG 2417 or its equivalent). e. Cove rage for demolition of any b u i ld Ing or structure, collapse, explosion,, blast Ing1 e cavatio n, a rid da m age to pro pe rty be law th e su rface of t he gro u rid (XC U coverage). f. Any feI low em plo ee exclusions shall be deleted as it applies to ma nagerial a rid .supervisory employees. q. The policy shall not contain a total or absolute pollution exclusion. Coverage shall be provided far pollution exposures arising from products and completed operations. h. Products and completed operations shall be maintained for the duration of the work; and shall be further maintained for a minimum period of time after final acceptance and payment if required in the Special Provisions. i. Contractual liability coverage will also include contractually assumed defense costs in addition to policy limits. j. In lieu of including the Jurisdiction as an additional insured on the Contractor's Commercial General Liability Insurance, the Jurisdiction, at its option, may require the Contractor to provide an Owner's Protective Liability Policy by Special Pravlsion, or may alloy the Contractor to provide an Owner's Protective Liability Pollcy by Change Order. If an Owner's Protective Liability Policy is provided, the minimum coverage, limits, and exclusions shall be as shown above; and theContractor's premium cost of obtain rig such insurance shall be considered incidental to the work and shall not be subject to reimbursement by the Jurisdiction. Section 70 - 8 Section 70 — Legal Regulations and Responsibility} to Public 1 /21/ 018 AC 150/53 70-10H .. Automobile Liability Insurance: Covers all owned, non -owned, Fired, and leased vehicles with a m1nim um combined slingle limit of $1,000,000 per accident covering claims for damages because of bodily injury, personal Injury, or damage to property that arise out of operations in performance of the contract. The insurance must include contractual liability coverage. Any fellow employee exclusion shall be deleted. The policy shall provide Auto Cargo Pollution Endorsement (ISO CA 99 48 or its equivalent), if required in the special provisions. 4, Railroad Protective Lia bi I it , If required by the Jurisdiction by special provision, or by an affected rai I road, the Contractor shall procure and maintain Railroad Protective Lia bi I it Insurance naming the railroad as the insured with minimum limit for bodily injury and property damage (lability of $2,000,000 per occurrence, $6,000,000 aggregate, or with such other limits as the railroad shall require. The original of said policy shall be furnIshecl to the railroad and a certified copy of said policy shall be furnished to the Jurisdiction prior to are construction or entry upon the railroad easement premises by the Contractor. 5. Urn brella/Excess Insurance: At the Contractor's option, the limits specified in Section 1070, 3.021 ) 1, 20 3 may be satisfied with a combination of primary and Umbrella/Excess Insurance. At the Jurisdiction's option, the m i ni rnum insurance limits specified above may be increased by special provision. This increase may be satisfied with a Combination of primary and Umbrella/Excess Insurance, 6. Additional Insured Endorsements: Except for Workers Compensation, the insurance specified shall: a. Include the jurisdiction as are additional Insured, per Section 1070, 3.06� B; and b. Be primary to and not in excess of or contributory with any other insurance available to the Jurisdiction. 7. Reference to ISO: Wherever the terra "ISO" appears in these specifications, any subsequent equivalent ISO fora or non -I 0 equivalent fora may be used. 21.02 Contractor's Indemnity — Contractual liability Insurance A. To the extent covered by the standard insurance forms listed in Section 1070, 3.02, the insurance shall include contractual liability{ insurance to cover all indemnification and held harmless agreements and provisions in the contract documents, including the following provision. B. To the fullest extent permitted by law, the Contractor shall defend, Indemnify, and hold harmless th-e Jurisdiction a r d its officers, agents, ernplo -ees, and consultants from a r d against all claims, damages, losses, and expenses, including but not limited to, attorne 's fees, arising out of or re5ulti rig from the performance or prosecution of the work by the Contractor, its subcontractors, agents, or employees; or arisingarisIng from any neglect, default, or mismanagement a ornissicns by the Contractor, its su bcontractors or con u Itants, suppliers, third parties, or the agents, officers, or employees of any of therm In the performance of any duties imposed by the contract or by la rd provided any such claim, damage, loss, or expense: 1is attributable to bodily injury, -sicl ness, disease or death, or to injury to or destruction of tangible property (other than the work itself) including economic damages and the less of use resu It i rig therefrom, and Section 70 — Legal Regulations and Responsibility to Public Section 70 — 9 AC 150/ 5370-1OH 12/ 1/ 018 . is caused In whole or in part by any act or omission of the Contractor, its subcontractors or consultants, suppliers, third parties, or the agents, officers, or employees of any of them, or anyone for whose acts any of therm may be liable, regardless whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of -indemnity that would otherwise east as to any party or person descri bed in t h is su b ectiona C. In any and all claims against the Jurisdiction or the Engineer or any of their agents, officers, errs pIoyees, or consu Itants by any emplo ee of the Contractor, its subcontraMrs or con ultant , suppliers, third parties, or the agents, officers, or employees of any of them, or anyone for whose acts any of therm may be liable, the indemnification obligation under this subsection shall not be limited in any way by any limitation on the amount or type of damages., compensation, or benefits payable by or for the Contractor or any subcontractor underworkers' compensation acts, disability benefit acts, or other employee ben efItacts. D. The obligations of the Contractor under this subsection shall not extend to the liability of the Engineer, the Engineer's agents, employees, or consultants, arising out of: 1. the preparation or approval of maps, drawings, opinions, reports, surveys, charge orders, design standards, or specifications-- or 2. the giving of or the failure to give directions or instructions by the Engineer, the Engineer's agents, em pIo ees, or consu Itants. provided the preparation or the gaging or failure to give directions or instructions is the sale proximate cause of theinjury or damage. E, If any litigation on account of such claims shall be commenced against the Jurisdiction, the Contractor, upon notice thereof from the Jurisdiction, shall defend the same at its sole cost and expense; and the record of any judgment rendered against the Jurisdiction on account of such claims for damages shall be conclusive as against said Contractor and entitle the Jurisdiction to recover the full amount thereof, with interest and cost, and attorneys fees incurred by said Jurisdiction, whether the Jurisdiction paid such amounts or not. 21.03 Contractor's In d rance for Other Losses; Wa aver of Subrogation A. The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tOOls D ned by the mechanics; or any tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, its subcontractors or consultants, suppliers, third parties, or the agents, officers, or employees of any of them; or to any shed or other temporary structures, scaffolding and stagings, protective fences, and bridges belonging to the contractor, its subcontractors or consultants, suppliers, third parties, or the agents, officers, or employees of any of them, not covered by the Jurisdiction's Builders Risk Insurance. Section 70 - 10 Section 70 — Legal Regulations and Responsibility to Public 1 /21/ 018 AC 150/53 70-10H B. Contractor shall cause each of its subcontractors, consultants, suppliers, third parties, or the agents of any of them, to carry 'insurance sufficient to cover all Ions to such materials, tools, motor vehicles, grid equipment, All Insurance carried by the Contractor, or Its subcontractar5, consultants, suppliers, third pa rties or the agents of any of therm, covering risk of loss or damage to materials, tools, motor vehicles, and equipment used in the performance of the Work, , shall provide a waiver of subrogation against the Jurisdiction. To the extent that any subcontractors, consultants, suppliers, third parties or the agents of any of them, do not provide such coverages, any urn i nsured loss sha II be the sole responsi bi lity of the Contractor. 1.04 Property Insurance A. When stated In the special provisions, the Jurisdiction shall purchase and maintain property insurance, a. .a. Builder's Risk Insurance, In the amount of the initial bid amount, or in an amount equal to the estimated value of actual bui Idi rig construction, whichever is lass, as well as applicable modifications thereto for the entire work at the site on a replacement cost basis. Such property insurance shall be maintained, unless otherwise provided in the contract documents or oth a r► i e agreed in writing by all parsons and entities who are beneficiaries of such insurance, until final acceptance of the work by the Jurisdiction. The insurance shall include i nte rests of the Jurisdiction. the Contractor, su beentractors, and sub -subcontractors in the work. This property} i nsu rance covering the wo rk w i I I have a deductible of $5,000 for each occurrence, or as stated in the special previsions, which will be the responsibility of the Contractor. B. Property insurance shall be on are all-risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including, without duplication of coverage, flood and earthquake, theft, vandal ism, malicious mischief, collapse, falsework, temporary bui Idi rigs and debris removal, including demolition occasioned by enforcement of any applicable legal requirements, and shall cover reasonable compensation for the au risd fiction's services and expenses required as a result of such insured Ions. Coverage for other perils shall not be required u n less otherwise provided in the contract docu meats+ C. Unless otherwise provided in the contract documents, this property insurance shall cover portions of the work stored off the site, after written approval of the Jurisdiction, at the value established in the approval, and portions of the work in transit. Coverage for work stored off the site and in transit wil I be not less than 10% of the policy amount. x x i rtisi irar5ls E. Loss of Use Insurance: The Jurisdiction, at the Jurisdiction's option, may purchase and maintain insurance to insure the Jurisdiction against loss of use of the I urisdiction's property{ due to fire or other hazards, however caused. In the evert the Ju rind fiction purchases such insurance, the Jurisdiction shall waive all rights of action against the Contractor for loss of use of the Ju risd iction's property, including consequential losses due to fire or other hazards, however caused. Section 70 — Legal regulations and Responsibility to Public Section 70 a 11 AC 150/ 5370-1OH 12/ 1/ 018 F. If the Contractor requests in writing that insurance for risks other than those described herein or for other special hazards be included in the property Insurance policy, the Jurisdiction shall, if possible, include such insurance, and the cost thereof shall be charged to the Contractor b appropriate change order. G. If during the project construction period, the Jurisdiction insures properties, real or personal or both, adjoin i ng or adjacent to the site by property insu rance under policies se pa rate frorn those i n uri ng the project or if after final acceptance, property insurance is to be provided on the completed project through a policy or policies other than those in -Suring the project during the construction period, the Jurisdiction shall waive all rights according to the terms of Section 1070, .051 I, for damages caused by fire or other perils covered by this sepa rate property insurance. All separate policies shaI I provide this wa iver of subrogation by endorsement or otherwise. H. Before an exposure to lass may occur, the Jurisdiction shall file with the Contractor a copy of each policy that includes insurance coverages required by this section. Each policy shall contain all generally applicable conditions, definitions, exclusions, and endorsements related to this project. Each policy shall contain a provision that the policy will not be cancelled or allowed to expire until at least 30calendar days prior written notice has been given tothe Contractor. I. Waivers of Subrogation, The Jurisdiction and Contractor waive all rights against (1) each other and any of their subcontractors, sub -subcontractors, agents, and employees, each of the other, and () the Jurisdiction's consultants, separate contractors, if any, and any of their subcontractors, sub -subcontractors, agents, and employees, for damages caused by fire or other perils to the extent covered by property insurance obtained pursuant to this section or other property insurance applicable to the work, except such rights as they have to proceeds of such insurance held by the Jurisdiction as fiduciary. The Jurisdiction or Contractor, as appropriate, shall require of the Jurisdiction's consultants, separate contractors, if any, and the subcontractors, sub -subcontractors, agents, and employees of any of therm, by appropriate agreements, written where legally required for validity, .similar waivers each In favor of other parties enumerated herein. The policies .shall provide such waivers of subrogation by endorsement or otherwise. A waiver of subrogation shall be effective as to a person or entity even though that person or entity would otherwise have a duty of Indemnification, contractual or otherwise, did not pay the insurance premium directly or Indirectly, and whether or not the person or entity had an insu rable interest i n the property damaged. J. A loss insured under the Jurisdiction's property insurance she I I be adjusted by the Jurisdiction as fiduciary and made payable to the Jurisdiction as fiduciary for the insureds, as their interest may appear, subject to requirements of any applicable mortgagee clause and of Section 1070, 3.05, K. The Contractor shall pay subcontractors their shares of insurance proceeds received by the Contractor, and by appropriate agreements, written where legally required for vat idit , shall require subcontractors to make payments to their sub- subcontractors in a similar manner. I . The Jurisdiction as f iduciary sha I I have power to adjust a rid settle a loss with insurers un less one of the e parties in interest shall abject in writing within five calendar days after occurrence of lass to the Jurisdiction's exercise of this parer; if such objection be made, arbitrators shall be chosen according to Section 1040, 1.10, D, provided one arbitrator shall be appointed by the lu risd icti-On. one by the party i n interest meld rig abjection, and the th i rd to he appointed by the two arbitrators thus chosen, Arbitration shall thereafter proceed as provided in Section 1040, 1,10, E through G. The Jurisdiction as fiduciary shall, in that case, make settlement with insurers according to the direction of such a rbitrator. If d istribut ion of insurance proceeds by a rbitration is required, the arbitrators will direct such distribution. Section 70 - 12 Section 70 — Legal Regulations and Responsibility to Public 1 /21/ 018 AC 150/53 70-10H L. Partial occupancy or use of the work shall not commence until the insurance company or companies provided property insurance have consented to such partial occupancy or use b endorsement or otherwise. The Jurisdiction and the Contractor shall take reasonable steps to obtain consent of the insurance company or companies and shall, without mutual written consent, tale, no action with respect to partial occupancy or use that would cause cancellation, lapse, or redo on of insurance. M. Installation Floater, Under contracts where the Jurisdiction does not provide Builders Risk Insurance, the Jurisdiction may by special provision require the Contractor to provide coverage under an "Installation Floater' covering all materials, fixtures, equipment, and -supplies provided for the job. Such insurance shall be on are "all risk' form in an amount equal to the maximum value of such materials, equipment, ar supplies covered on the job site, off -premises at are temporary storage location, or in transit. The Installation Floater covering the equipment shall have a maximum deductible no greater than $5,000 for each occurrence, which will be the reponsibi I ity of the Contractor. 21.05 Endorsement Naming Jurisdiction as an Additional Insured / Cancellation of and Material Change / Governmental Immunities Endorsement A- All I iabiIity i n urance poI icier the Contractor is required to provide pu rsuant to th is Section 1070, Part 3 - Bonds and I nsurance shall be by endorsement name and designate the Jurisdiction as are additional insured. B, The Additions I I nsu red Endorsement shall include the fol lowing provisions: The Jurisdiction, including all its elected and appointed officials, all its employees and voIunteersx a I I its bca rdsx commis ions and or authorities and thei r board mem ber , employees, and volunteers, and all its officers, agents, and consultants, are named as Additional Insureds with respect to liability arising out of the Contractor's work and services performed for the Jurisdiction. This coverage shall be primary to the Additional Insureds, and not contributing with any other insurance or similar protection available to the Additional Insureds, whether other available coverage by primary, contributing, or excess. The Additional Insured Endorsement shall be included on all Commercial General Liability, Automobile Liability, and Umbrella/Excess Insurance policies. C. The Cancellation and Material Charge Endorsement shall include the following provisions-, Thirty calendar days advance written Notice of Cancellation, Non -Renewal or Reduction in Insurance coverage and/or Limits, and 10 calendar days written Notice of Non-payment of Premium, shall be seat to the Jurisdiction at the office and attention of the Ce ficate Holder. This endorsement supersedes the standard cancellation statement on the Certificate of Insurance to which this endorsement is attached. This Cancellation and ,Material Change Endorsement shall be included on Insurance policies required by the SU DAS Standa rd pecif!cation s. D. All liability policies that include the Jurisdiction as an additional insured shall include a Governmental Immunities Endorsement, pursuant to Iowa Code Section 670.4, which endorsement shall include the following provisions: 1, Nonwalver of Government Immunity-. The insurance carrier expressly agrees and states the purchase of this policy and including the Ju risd iction as are Additional Insured does not waive Section 70 — Legal Regulations and Responsibility to Public Section 70 a 13 AC 150/ 5370-1OH 12/ 1/ 018 any of the defenses of governmental immunity available to the I urisdiction under Iowa Code Section 670a4as it now exists and as It may beam dedfromtimetotime. Claims overage: The insurance carrier further agrees this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under Iowa Code ection 670.4 as it now exists and as it may be amended from time to time. . Assertion of Government Immunity: The Jurisdiction shall be responsible for asserting are defense of governmental Immunity, and may do so at any time and shall do so upon the timely written request of the insurance carrier. Nothing contained in this endorsement shall prevent the carrier from asserting the defense of governmental immunity on behalf of the Jurisdiction. 4_ Non -Denial of Coverage; The insurance carrier shall not deny coverage or deny any of the rights and be nef its accrui ng to the J urisdiction u rider this poI icy for reasons of govern mental Immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the Ju risd iction. . No Other Change in Policy: The Insurance carrier~ and the Jurisdiction agree the above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. This Government Immunities Endorsement shall be included on all insurance policies that i ncl ude the J urisdictian as Additional I n!5ured, E_ All liability policies purchased In the Jurisdiction's name shall include a Governmental Immunities Endorsement, pursuant to Iowa Code Section 670.4, which endorsement shall Include the following provisions - I , Bon a fiver of Government Immunity-. The insurance carrier expressly agrees and states the purchase of this policy does not waive any of the defenses of governmental immunity available to the Jurisdiction under Iowa Code Section 670,4 a it now exists and as it may be amended from time to time. . Claims Coverage. The insurance carrier further agrees this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under Iowa Code Section 670.4 as it now exists and as it may be amended from time to time. 3. Assertion of Government Immunity: The JurisdIction shall be responsible for asserting any defense of governmental Immunity, and may do so at any time and shall do so upon the timely written request of the insurance carrier. Nothing ccntai reed in this endorsement shall prevent the carrier from asserting the defense of governmental immunity on behalf of the Jurisdiction. 4. Non -Denial of Coverage: The insurance carrier shall not deny coverage or deny any of the rights and benefits accruing to the J uris&ctiorn under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental irr mu n1ty asserted by the Jurisdiction. Section 70 - 14 Section 70 — Legal Regulations and Responsibility to Public 1 /21/ 018 AC 150/53 70-10H No Other Change in Policy: The insurance carrier and the Jurisdiction agrees that the above preservation of governmental immunities shall not otherwise change or alter the coverage available under th is policy. This Government Immunities Endorsement shall be included in all In5ura nce Policies in the Jurisdiction's name. 1.06 Proof of Insurance A. The Contractor shall, prior to the Jurisdiction's approval and execution of the Contract, provide to the Jurisdiction a certificate or certificates of insurance evidencing all required insurance coverages as required in this section 1070, Part B — Beads and Insurance, utilizing the ACORD certificate form, or equivalent, required by the Jurisdiction. The Certificate of Insurance requirement may be satisfied witha blanket certificate. B, The Description of operations on the Certificate of Insurance for the work must state either: 1) Blanket certificate of coverage of all work, services, or projects with the Jurisdiction, or ) Identify the specific project by name a rid project number. The Contract will not be submitted for approval execution by the Jurisdiction until all certificates of insurance are correct and have received staff approval. C. The Cancellation statement on the Certificate of Insurance shall be superseded by the ancellatlon and Material Changes Endorsement, which shall be attached to the certificate. D, All endorsements required for the work shall be attached to the appropriate Certificate or Certificates of Insurance and shall be, on the face thereof, listed byname. E, If an Owner's Protective Policy is provided, the policy with appropriate endorsements shall be submitted to the Jurisdiction. The Contract will not be submitted for approval and execution b the Jurisdiction until the Owner's Protective Policy and all certificates of insurance are correct and have received staff approval. 1.07 Notification i n Evert of Liability or Damage A. Upon the occurrence of any event, the liability for which is herein assumed by the Contractor, the Contractar agrees to forthwith notify the Jurisdiction In writing of such happening, which notice shall give the details as to the happening, the cause as far as can be ascertained, the estimate of Ions or damage done, the names of witnesses, if any, and statIng the amount of any claim, B_ In the evert the Jurisdiction has or obtains actual knowledge of any event that may result in a claim, the liability for which is herein assumed by the Contractor, the Jurisdiction agrees to notify the Contractor of such event within a reasonable period of time after acquiring knowledge thereof; provided however, the Jurisdiction shall have no duty to inspect the project to obtain Knowledge of such everts; and provided further the Jurisdiction's failure to so notify the Contractor shall not relieve the Contractor of any liability or obligation herein assumed b the Contractor. END OF SECTION 70 Section 70 — Legal Regulations and Responsibility to Public Section 70 a 15 AC 150/ 5370-1OH 12/ 1/ 018 Intentionally Left Blank Section 70 - 16 Section 70 — Legal Regulations and Responsibility to Public 1 /21/ 018 AC 150/53 70-10H Section 80 — Execution and Progress 0-01 Subletting of contract.. The Owner will not recognize any subcontractor an the work. The Contractor shall at all tires 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 Resident Project Representative (RPR). The Contractor shall perform, with his organization, an amount of work equal to at least Twenty -Five percent (25%) of the total contract cost. Should the Contractor elect to assign their 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. The Contractor shall provide copies of all subcontracts to the RPR 14 days prior to being utilized on the project. As a minimum, the information shall include the fol le i ng: Subcontractor's legal company nano. * Subcontractor's legal company address,, including County name. • Principal contact perso r, name, telephone and fax number. Complete narrative description, and dollar value of the work to be performed by the subcontractor. 0 Cop i es of req ulred i nsura n ce ce rtif 1 cater i n acco rd a nce with the specifi cat i o ns 0 Minority/ non -minority status. 80-02 Notice to proceed (NTP). The Owners notice to proceed will state the date on which contract time commences. The Contractor is expected to commence project operations within tern (10) days of the NTP date. The Contractor shall notify the R P R at least 24 hour i n advance of the time contract operations begins. The Contractor shall not commence any actual operations prior to the date on which the notice to proceed is issued by the Owner. For this project, NTP will not be issued until the Contractor has received all equipment needed for the project so they may proceed without delay. 80-03 Execution and progress. Unless otherwise specified, the Contractor shall submit their coordinated construction schedule shoring all work activities for the RPR's review and acceptance at oast 10 days prior to the start of work. The Contractor's progress schedule, once accepted by the RPR, will represent the Contractor's baseline plan to accomplish the project in accordance with the terms and conditions of the Contract. The RPR will compare actual Contractor progress against the baseline schedule to determine that status of the Contractor's performance. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the RPRfs request, submit a reprised 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 RPR at least 24 hours in advance of resuming operations. The Contractor shall not commence any actual construct -Ion prig to the date on which the NTP is issued by the One r+ Section 80 — Execution and Progress Section 80 — 1 AC 150/ 5370-1OH 12/ 1/ 018 a a+ r x The Contractor shall maintain the work schedule and provide are update and analysis of the progress schedule on a trice 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 coordina ti rig all workto compl with the requirements of thecontract+ 0-04 Limitation of operations. The Contractor shall control their operations and the operations of their 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 their operations within an AOA of the airport, the work shall be coordinated with airport operations (through the R P R) at least 48 hours prior to commencement of such work. The Contractor shall not close an AOA until -so authorized by the RPR and until the necessary temporary marking, signa a and associated lighting is in place as provided in Section 70, Paragraph 70-0 , Construction Safety and Phasing Plan (CSPP) When the contract work requires the Contractor to work within are 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-- and immediately obey all instructions to resume work in such AOA. Failure to maintain the specified communications or to obey instructions shall he cause for suspension of the Contractor's operations In the AC)A unti satisfactory} conditions are provided. The areas of the AOA identified in the Construction Safety} Phasing Plan (CSPP) and as listed below, 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: CLOSED AREAS AND LIMITATIONS IN ANY GIVEN AREA ARE ADDRESSED IN DETAIL IN THE CONSTRUCTION SAFETY AND PHASING PLAN (CSPP)., LOCATED AS AN APPENDIX IN THIS 5PECIFIG4TIDN. The Contractor shall he required to conform to safety standards contained in AC 150/5370- , 0peratio naI Safety on Airports During Construction and the a pproved C PP. 0-04.1 Operational safety on airport during construction. All Contractors' operations shall be conducted ire accordance with the approved project Construct -Ion Safety and Phasing Plan (C PP) and the SafetV Plan Compliance Document (P D) and the provisions set forth within the current version of AC 150/5 70- . Operational Safety on Airports During Construction, 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 SPCD that d eta i Ii how it proposes to comply with the requirements presented within the C PP. 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. Section 80 - 2 Section 80 — Execution and Progress 1 /21/ 018 AC 150/53 70-10H The Contractor 'i's 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 SPCD and that they implernent and maintain al I necessary measures. No deviation or modifications may be made to the approved CSPP and SPCD unless approved in writing by the Owner- and coordinated with the FAA. The necessary coordination actions to review Contractor proposed modifications to are approved CSPP or approved SPCD can require a significant amount of time. 0-05 Character of workers, methods, and equipment. The Contractor shall,at all t i rnes, 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 s killed work shall have sufficient experience in such work and in the operation of the equipment required to perform the worksatisfactorily. 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 RPR, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the RPR, be removed ire mediately by the Contractor or subcontractor em plo i ng such person, and shall not be employed again in any portian of the work without approval of the RPR. Should the Contractor fail to remove such person or persons, or fail to furnish suitable and sufficient personnel for the proper execution of the work, the RPR maV 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 -satisfactory quality of work. Equipment used o n a ny portio n of th e work sh a I I not ca use i n j u r y to previou s ly corn pleted work, a dj ace rat property, or existing airport facilities due to its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed i n 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 otherwise authorized by the RPR. If the Contractor desires to use a method or type of eq u i pment oth e r tha n specif ied i n t he contract, th e Co ntractor m ay req uest a uth o rite{ from th e R P R 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 male the charge. 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 RPR determines that the work produced does not meet contract requirements, the Contractor shall d i scontIn ue the use of the substitute method or equipment and shall complete the rem ainin work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the RPR may direct. No change will be made in ba-sis of payment far the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under- this paragraph. Section 80 — Execution and Progress Section 80 — 3 AC 150/ 5370-1OH 12/ 1/ 018 0-06 Tempura rV suspension of the work. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods the Owner may deers necessary, due to unsuitable weather, or other conditions considered unfavorable for the execution of the work, or for such time 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 evert that the Contractor is ordered by the Owner, in writing,, to suspend work for Borne unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control,, the Contractor may be reirn burled for actual m o ney expended ors the work duri rig the period of shutdown. No allowance will be rude for anticipated profits. The period of shutdown shall be computed from the effective date of the written order to suspend work to the effective date of the written order to resume the work. Claims for such compensation shall be filed with the RPR within the time period stated ire the RPR's order to resume work. The Contractor shall su bmit with their own claim information substantiating the amount shown on the claim. The RPR will forward the Contractor's claim to the Owner for consideration in accordance with local lags or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather or for any other delay provided for in the contract, plans, or specifications. If it becornes 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 aged 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 far traff is on, to, or frorn the airport. 0-07 Determination and extension of convact time. The ti me for completion (stated as number of Calendar Days, number of Working Days, or based on a specified Completion Date) shall be stated in the proposal and contract and shall beknown astheContractTime. If the contract time requires extension for reasons beyond the Contractor's control, it shall be adjusted as follows: 0-7*1 Contract time based on Working Days. Contract time based on working days shall be calculated weekly by the Resident Project Representative (RPR). The RPR will furnish the Contractor a copy of their weekly statement of the number of working days charged against the contract time during the week and the number of warping 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 ExtraWork). The weekly statement of contract time charged is based on the fallowing considerations: (1) Time will be charged for days on which the Contractor could proceed with scheduled work under construction at the time for at least six (6) Fours with the normal work force employed on such items. When normal work force is a double -shift, use 12 Fours, and when the normal work force is on a triple -shift, use IS Fours. Conditions beyond the Contractor's control such as strifes, lockouts, unusual delays in transportation, temporary suspension of the scheduled work iterns under construction or temporary suspension of the entirework which have been ordered by the Owner for reasons not the fault ofthe Contractor, shall not be charged against the contracttime- 42j The RPR will not make charges against the contract time prior to the effective date of the notice to proceed. (3) The RPR will begin charges against the contract time on the first working day after the effective date of the notice to proceed. Section 80 - 4 Section 80 — Execution and Progress 1 /21/ 018 AC 150/53 70-10H (4) The f PR will not male charges against the contract time after the date of final acceptance as defined in Section 50, paragraph 50- 14, Final Acceptance+ (5) The Contractor will be allowed one (1) creek in which to f i l e a written protest setting forth their own objections to the RPRls weekly statement. If no objection is filed within such specified time, the e weekly statement shall be considered as acceptable to the e Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the Section 20, paragraph 0-05, Interpretation of Estimated Proposal Quantities. Should the satisfactory co m pletic n of the co ntract req u i re pe rforma nce of work i n greater q ua ntities th a n those estimated in the proposal, the contract time shaiI be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. 80-08 Failure to complete on time. For each calendar day or working day, as specified in the contract f that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in paragraph 0-07, Determination and Extension of Contract Time) the sum specified in the contract and proposal as liquidated damages (LD) will be deducted from any money due or to become due the Contractor or their- own 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 erg 1 neeri ng servi ces that wi I I b 1 ncu rred by the Ow ner shou I d the Contra ctor f a i i to corms pl etc th e work in the time provided in their contract. Schedule Liquidated damages Cast Allowed Construction Time Phase 1 $500 /Working Day 20 Working Days Phase 2 I $500 /Workirig Day 10 Working Days Phase 2B (Both Runways Closed) 1 $250 / Hour 1 4 Hours/Time, 6 Hours Total Bid Alternate A I $540 /Working pay 5 Working Days Project Closeout (PunchlIst Items $250 / Calendar Day Start bate is Final Inspection — 21 and Documentation) Calendar Days The maximum construction time allowed for all phases will be the sum of time allowed for individual schedules but not more than 30 (Thirty) Working Days for the Base Bid (to Substantial Completion, not including Project Closeout). During Phase 2B., when work is completed in the runway intersection and both runways are closed, damages ages i I I be calculated on an hourly basis as noted above. If Bid Alternate A is awarded, 5 additional Working Days will be added to the maximum time allowed. Liquidated Damages are predicated on total Working Days. portions of this project are highly based on availability of equipment, so the Engineer will coordinate Issuing the iVTP with the Contractor to ensure they have time -sensitive equipment prig to NTP. Permitting the contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a waiver on the part of the Owner of any of its rights under- the contract. Section 80 — Execution and progress Section 80 — 5 AC 150/ 5370-1OH 12/ 1/ 018 0-09 Default and termination of contract. The Contractor shall be considered in default of their contract and such default will be considered as cause for the Owner to term rate 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 su ch work a s may be rej ected as u nacce pta b l e a nd u nsu ita ble, 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 Sofor f. Becomes insolvent or is declared bankrupt, or corn its any act of ba nkruptcy or insolvency, or . Allows any final iudgment to stand against the contractor unsatisfied for a period of 10 days, or h Ma kes an assignrnent for the ben efit of creelitors, or i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the owner consider the Contractor in default of the contract for any reason above, the Owner 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 RPR of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full poorer 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 eater into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the RPR 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 frorn any monies due or which may become due the Contractor. If such expense exceeds the sum which ►could 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. 0-20 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 roving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Section 80 - 6 Section 80 — Execution and Progress 1 /21/ 018 AC 150/53 70-10H Acceptable materials, obtained a ardered by the Contractor for the work and that are not i ncorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost a shown by r ecei pted kills and actual cost records at such poi rats of delivery as may be designated by the IMP R. Termination of the contract or a portion thereof shall neither relieve the Contractor of their r p r� ikilitie for the completed work nor shall it reINe a their surety of its obligation for and concerning any just claim arising out of the work performed. 0-11 Work area, storage area and sequence of operations. The Contractor shall obtain approval from the RPR prior to beginning any work in all areas of the airport. No operating runway, taxiway, or air operations area (OA) shall be crossed, entered* or obstructed while it is operational+ The Contractor shall plan and coordinate work in accordance with the approved C PP and SKID. END OF SECTION 80 Section 80 — Execution and Progress Section 80 — 7 AC 150/ 5370-1OH 12/ 1/ 018 Intentionally Left Blank Section 80 - 8 Section 80 — Execution and Progress 1 /21/ 018 AC 150/53 70-10H Section 90 — measurement and Payment 90-01 Measurement of quantities. All work completed under the contract will he measured by the RPR, or their authorized representatives, using United States Customary Units of Measurement. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will he made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet (0, 8 sq ua re meters) o r less+ U n I ess of her rise specified, tra ns e rse measu re ments for a rea com p utati o ns ill be the neat dimensions shown on the plans or ordered in writing by the RPR. Unless otherwise specified, a l I contract Items which are measured by the I inea r 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. 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. When requested by the Contractor and approved by the RPR In writing, material specified to be measured by the cubic yard (cubic raster) may be weighed, and such Freights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion f rom weight measurement to volume measurement will be determined by the RPR and shall be agreed to by the Contractor before such method of measurement of Pay quantities is used. Measurement and Payment Terms Tern Description Excavation and I n computing volumes of a cavation, the average end area method will be used Embankment Volume unless otherwise specified. Measurement and The terra 'ton" will mean the short tarp consisting of 2,000 pounds (907 km) Proportion by Weight ht avoirdupois. All materials that are measured or proportioned by weights shall be weigh ed on accu rate, i n d e pe ride ntly certified sca les by com petent, q ua I ified personnel at locations designated by the RPR. R+ If material Is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid r. 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 RPR directs, and each tru c sh a I l bear a plainly legible identification mark. Section 90 — Measurement ent and Payment Section 90 —1 AC 150/ 5370-1OH 12/ 1/ 018 Term Description Measurement by Materials to be measured by volume in the hauling vehicle shall be hauled in Volume approved vehicles and measured therein at the point of delivery. Vehicles for his purpose m ay be of any size or type accepta ble 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 a II loads shall be leveled when the veh icles arrive at the point of delivery. Asphalt Material Asphalt materials will be measured by the gallon (liter) or ton (kg). When measured by volume, such volumes will be measured at 60¢F (16" ) or will be corrected to the volume at 60OF (160C) using ASTM D1 50 for asphalts, 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 asphalt material has been Iost from the car or the distributor, basted, or otherwise not incorporated in the work. When asphalt materials are shipped by ruck or transport, net certified weights by volume, subject to correction for loss r faarning, wilI I be used for computing quantities. Cement Cement will be measured by the tan (kg) or hundredweight (km). Structure Structures will be measured according to neat lines shown on the plans or a a Itered to fit f iel d cored ition s . Timber i rr ber will he measured by the thousand feet board measure (MFBM) actually incorporated in the structure. Measurement will he based on nominal widths and thicknesses and the extreme length of each piece. Plates and Sheets The thickness of plates and galvanized sheet used in the manufacture of co rrugate d meta I pi pe, rn eta I plate pi pe cu Iverts a rid a rches, a nd rn eta I cri bbi ng ill he specified and measured in decima I fraction of inch. Miscellaneous items When standard manufactured items are specified such as fence, wire, plates, rolled shapes pipe conduit, etc.* a rid these items are identified by gauge, unit eight, 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 Scales must be tested for accuracy and serviced before use. Scales for weighing materials which are required to he proportioned or measured and paid for b eight shall he furnished, erected, and maintained by the Contractor, or he certified permanently installed commercial scales. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales shall be accurate within 0.5% of the correct weight throughout the range of use., The Contractor shall have the scales checked under the observation of he RPR before beginning work and at such other times as requested. The intervals shall be uniform ire spacing throughout the graduated or marled length of the beam or dial and shall not exceed 0.1% of the nominal rated capacity of Section 90 - 2 Section 90 — Measurement and Payment 1 /21/ 018 AC 150/53 70-10H Term Description he scale, but not lass than one pound (454 grams). The use of spring ba lances will not be permitted. I n the event inspection reveaIs the scales have been `foverweighing" (indicating more than correct weight) they will be immediately adjusted. All materials received subsequent to the a last previous correct we! ght i rig-accu racy test will be red uced by t he percentage of a rror i n excess of 0.5%. In the evert inspection reveals the scales have been under -weighing (indicating less than correct weight), they shall be immediately adjusted. No additional payment to the Contractor will be allowed for materials previously weighed and recorded. Beams* dials, platforms, and other scale equipment shall be so arrainged that the operator and the RPR can safely and conveniently view therm. gale installations shall have available tern standard 50-pouA (2- Ism) weights for sting the weighi rig equipment or suitable weights and devices for other approved equipment. Il casts in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check Freights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included i n the unit contract prices for the various items of he project. Rental Equipment Rental of equipment will be measured by time in hours of actual working time and neressa ry trave 1 i rig time of the equipment withiln the limits of the work. Special equipment ordered in connection with extra work will be measured as agreed in the change order or supplemental agreement authorizing such work as provided in paragraph 90-05 Poymentfor Extra Work. Pay Quantities 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 paym ent for su ch s pec if is portion of th e work Sri I I be ma d e, u n less th e dimensions of said portions of the work shown an the plans are revised by the RPR. If reprised dimensions result in are increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 Scope of payment. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials} for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the execution thereof, subject to the provisions of Section 70, paragraph 70-1 , No Waiver of Legal Rights. 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 eI5e here in the contract, plans, or specifil cations. ecti o n 90 — Mea u rement a nd Pal e nt Section 90 — 3 AC 150/ 5370-1OH 12/ 1/ 018 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 Section 40, paragraph 40-0 , Alteration of Work and Quantities, 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 heir own unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 Payment for omitted items. As specified in Section 40, paragraph 40-03, Omitted Items, the RPR shall have the right to omit from the work (order- nonperformance) any contract item, except major contract items., in the hest interest of the Owner. Should the RPR emit or order nonperformance of a contract item or portion of such item from tyre work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the RPRfs 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 R PR's order mill be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided{ the Contractor shall be reimbursed for all actual casts incurred for the purpose of performing the omitted contract item prior to the date of the RPR's order. Such additional costs incurred by the Contractor must he 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. Extra work, performed in accordance with Section 40, paragraph 40-04, Extra Work, will be paid for at the contract prices or agreed prices speciflied in the change order or supplemental agreement authorizing the extra work. 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 RPR, of the value of the work performed and materials complete and in place? in accordance with the contract, plans, and specifications. Such partial payments may also 'Include the delivered actual cost of those materials stockpiled and stored in accordance with paragraph 0-07, Parent for Materiols on Hord. No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars. a. From the total of the amount determined to be payable on a partial payment, % (five percent) of such total amount will be deducted and retained by the Owner for protection of the Owner"s interests. Unless otherwise instructed by the Owner, the amount retained by the Owner will be i n effect u nti l the fi rya I payment is made except as follows: (1) Contractor may request release of retai rage on work that has been partially accepted by the Owner in accordance with Section 50-03} Contractor must provide a certified invoice to the RPR that supports the value of reta image held by the Owner for partially accepted work. (2) In lieu of reta inage, the Contractor may exercise at its option the establishment of are escrow account per paragraph 90-0 . Section 90 - 4 Baalon 90 — Measurement and Payment 1 /21/ 018 AC 150/53 70-10H b. 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. Contractor must provide the Owner evidence of prom pt a rid full payment of r ta 1 r age held by the prime Contractor to the subcontractor within 30 drys after the subcontractor'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. c. When at least 95 of the work has been completed to the satisfaction of the RPR, the RPR shall, at theOwner'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 he dome. 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 he entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered b approved change orders or supplemental agreements, except when such excess quantities have been determined by the RPR to be a part of the final qua ntity for the item of work in question. No partial payment shall hind 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 paragraph 90-09, Accepto ce and Final Payment. The Contractor shall del fiver to the Owner a complete release of all claims for labor and material arising out of this contract before the final payment is anode. 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 foes the Owner may be compelled to pay in discharging any such lien or claim. 90-07 Payment for materials on hand. Partial paVme- rats may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property{ or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the RPR at or on an approved site. b. The Contractor has furnished the RPR with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the RPR 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 stored or stockp Il od. e; The Contractor has furnished the Owner evidence that the material stored or stockpiled is insured against loss bV damage to or disappearance of such materials at any time prior to use in the work. ecti o n 90 — Measu rement a nd Pa lme nt Section 90 — 5 AC 150/ 5370-1OH 12/ 1/ 018 It is understood and agreed that the transfer of title and the e Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of their responsibility for furnishing and placing such rn aterla Is in accordance with the req u i re me- nts of the contract, plans, and specifications. n no case will the amount of partial paynnents for materials on hand exceed the contract price for such mate ri a I s o r the contra ct price for the co ntract ite rn i n wh ich the m ateria I is i me nded to be u sed . No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear a I l costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this paragraph. 90-08 Payment of withheld funds. At the Contractor's option, if an Owner withholds retarinage in accordance with the methods described in paragraph 0-06 Partiol Payments, the Contractor may request that the Owner deposit the reta i nage into an escrow account. TheOwner's deposit of reta i r age i nto an escrow account is subject to the following conditions: a. The Contractor shall hear 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 certif icates of deposit as are acceptable to the owner and laving a value riot 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 thesurety to such agreement. 90-09 Acceptance and final payment. When the contract work has been accepted in accordance with the requirements of Section 50, paragraph 50-15, Final Acceptance, the RPR wIll prepare the final estimate of the items of work actually performed. The Contractor shall approve the RPR's final estimate or advise the RPR 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 charge order or supplemental agreement. The Contractor and the RPR 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 RPR's final estimate. If, after such 30-day period, a dispute still exists, the e ontractormay approve the RPR'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 Section 50, paragraph 50-16, Claimsfor Adjustment and Disputes. After the Contractor has approved, or approved under protest, the RPR-'s final estimate, and after the RPR's receipt of the project closeout documentation required in paragraph 90-11, Contractor Final Project Docu emotion, final payment will be processed based on the entire sure, 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 Section 50, paragraph 50-16, 0cfims for Adjustments and Di5p utes, or under the provisions of this paragraph, such claims will be considered by the Owner ire 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. Section 90 - 6 Section 90 — Measurement and Payment 1 /21/ 018 AC 150/53 70-10H 90-10 Construction warranty, a. In addition to 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 deslign furnished, or performed by the Contractor or any subcontractor or supplier at any tier. b. This warranty shall continue for a period of one year from the date of final acceptance of the work, except as noted. If the e Owner takes possession of any part of the work before final acceptance, this warrant{ shall continue for a period of one year frorn the date the Owner tales possession. However, this will not relieve the Contractor from corrective items required by the final acceptance of the project work. Light Emitting Diode erg fitting diode (LED) light fixtures, with the exception of obstruction lighting, must be warranted by the manufacturer for a minimum of four (4) years after date of installation inclusive of all electronics. c. The Contractor shall remedy at the Contractor's expense any failure to conform, or any defect. In addition f the Contractor shall remedy at the Contractor's expense any damage to Owner real or personal property, when that damage is the result of the Contractor's failure to conform to contract requirements; or 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 Contractors 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 an failure, defect, or damage. f. If the Contractor fails to remedy any failure, defect{ or damage within 14 days after receipt of notice, the Omer shall have the right to replace, repair, or otherwise remedy the failure} defect, or damage at the Contractors expense. . 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 f (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. h. This warranty shall not limit the Owner's rights with respect to latent defects, gross mistakes, or fraud. The Owner and Engineer shall perform a warranty inspection with the Contractor approximately three (a) months before the end of the one year warranty period. 90-11 Contractor Final Project Documentation. Approval of final payment to the Contractor is contingent upon completion and submittal of the items listed below. The final payment will not he approved until the RPR approves the Contractor's final submittal. The Contractorshall. 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 f i real cleanup in accordance with Section 40, paragraph 40-0 $ Finn} Cleanup. ecti o n 90 — Mea u rer ent. a nd Pal e nt Section 90 — 7 AC 150/ 5370-1OH 12/ 1/ 018 d. Complete a I I punch list iterns identified during the Final Inspection. e. Provide complete release of all claims for labor and material arising out of the Contract. f. 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. . Whan applicable per state requirements$ return copies of sales tax completion forms. h. ICI a n ufactu rer's certif i ratio ns for a I I item s i nco rpo rated i n the work. L All required record drawings, as -built drawings or as -constructed drawings. j. Project Operation and Maintenance (O&M) Ianual(s). k. Security for Construction Warranty. I. Equipment commissioning documentation submitted, if required. END OF SECTION 90 Section 90 - 8 Section 90 — Measurement and Payment 12/ 1/201 AC 150/5 70-IOH Part 2 — General Construction Items Item -105 — Mobilization 105-1 Description. This item of work shall consist of, 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., 105-2 MobBizatIon limit. Mobilization shall be limited to 10 percent of the total project cost. 105-3 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 a l l employees 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 e poster ( H 1 1) - D L "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. 105-4 En inner/RPR field office. An E ngi nee r R pR field office is not required. METHOD OF MEASUREMENT 105-5 Basis of measurement and payment. Based upon the contract lump sum price for "Mobilization" and "TrafficControl". partial payments will be allowed as follows (for both bid items): a. With first pay request, 5 . b. When 5% or m ore of the orii n a I contract is ea rued, a n a dd itiona 12 5%. c, When 50% or more of the on inaI contract is earned, a n additional 40%. d # After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as required by Section 90, paragraph 0-11, Contractor Final Project Documentation, th a fi na l 10%. BASIS OF PAYMENT 105-6 Payment will be made under* Item-105-6.1 Mobilization — per Lump Sum Item C-105-6.2 Traffic Control — per Lump Sum -105 — Mobilization -105 —I AC 150/5370-IOH 12/21/ 018 REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. Office of Federal Contract Compliance Programs ( F P) Executive Order 11246, as amended EEO -P E-1 — Equal Employment Opportunity is the Law Poster H nited States Deparunerat of Labor, Wage grid Hour Di ision (WHEM) 1 H 13 1— Employee Rights under the Davis -Bacon Act Poster ENE OF ITEM -105 -105 - 2 C-105 — Mobilization 12/ 1/201 AC 150/5 70-IOH Part 9 - Miscellaneous Item P- 10 —Concrete for Miscellaneous Structures DESCRIPTION 610-1.1 This stern shall consist of concrete and reinforcement, as shown on the plans, prepared and constructed in accordance with these specifications. This specification shall be used for a I I concrete other than airfield pavement whichare cast -ire -place. MATERIALS 610- .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 sha I l be approved by the Resident Project Representative (RPR) 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 clear 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. 1= i n e aggregate a rid coa rse aggregates to be used i n a I I co ncrete sha I I have bee n tested separately within six months of the project in accordance with A Tf l C1260. Test results ha I l be submitted to the RPR. The aggregate shall be considered innocuous if the expansion of test specimens, tested in accordance with ASTM C1260, does not exceed 0.08% at 14 days (16 days from casting). If the expansion either or both test specimen i s greater than 0.08% at 14 days, but less than 0. 0%, a minim~ um of 2 5% of Type F fly ash, or between 40 and 55% of slag cement shall be used ire the concrete mix. If the expansion is greater than 0.20%, the aggregates shall not be used, and test results for other aggregates must be submitted for evaluation; or aggregates th@t meet P-501 reactivity test requirements may be utilized. Pa610 — Concrete for III i ce I I a nexus Structu res. Pa 610 —1 AC 150/5370-1OH 12/21/ 018 610-2.2 Coarse aggregate. The coarse aggregate for concrete shall meet the requirements of ASTM and the requirements of Table 4, Class Designation 5 ; and the grading requirements shown below, as required for the project. o a r se Agg re ate G rod i n g Req u i re me rats Maximum Aggregate Size ASTM C33, Table 3 Grading Requirements (Sire No.) 467 or 1 1/2 inch (37.5 mm) 4 and 57 1 inch (25 mm) 57 3J inch (19 mm) 67 Jz inch (12.5 mm) 7 610-2.2.1 Coarse Aggregate susceptibility to durability (D) cricking. Not used. 610-2.3 Fine aggregate. The fine aggregate for concrete shall meet a I I fine aggregate requirements of AST ICI 610-2.4 Cement. Cement shall conform to the requirements below: 0 ASTM C150 - Type I 0 ASTM C595 - Type IP, I The chemical requirements for all cement types specified should meet suitable criteria for deleterious activity. Low alkali cements (less than 0.6% equivalent alkalies. Total Alkalies (Na20 and K20) of the cement secured for the production of concrete shall be independently verified in accordance with ASTM C114 orASTM C1365, 610- .5 Cementitious materials. a. Fly ash. Fly ash shall meet the requirements of ASTM 61 , with the exception of loss of ignition, here the ma imum shaII he less than 61o. Fly ash shaII have a CaIciurn o fde (CaO) content of Iess tha n 15 and a total available alkali content less than 3 per ATM C311. Fly ash produced in furnace opme rations u sirng lira i rig mate ri a Is or soda ash (sod i u m ca rbonate) as a in ad ditive sha I I n of be a ccepta hle. The Contractor shall furnish the previous three most recent, consecutive ASTM 61 reports for each source of fly ash proposed in the concrete mix, and shall furnish each additional report as they become available during the project. The reports can be used for acceptance or the material may he tested independently by the R P R. b. Slag cement (ground granulated blast furnace ( BF)). Slag cement shall conform to ASTM C989, Grade 100 or Grade 120. Slag cement shall be used only at a rate between 5% and 55 of the total cem a ntitiou s material by mass. 610- .6 Dater. Water used in mixing or curing shall be from potable water sources. other sources shall be tested in accordance with ASTM C1602 prior to use. P-61 o- 2 P-61 0— Conc rete for I l i scel I@ nee u -Structu res 12/ 1/201 AC 150/5 7o-IOH 610- .7 Admixtures. The Contractor shall submit certificates indicating that the material to be furnished meets all of the requirements indicated below. In addition, the RPR may require the Contractor to submit complete test data from an approved laboratory showing 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 RPR 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 A TI I 60 a n d s ha I I consistently entry i n t he a i r content i n the specified ra ages u nder f iel d co nd itions. The a i r- entra i n m e nt agent a nd a ny grater reducer a dm iture sha I I be corm pati ble. b. Water -reducing admixtures. Water -reducing admixture shall meet the requirements of ASTIA 494� Type Ay 130 or D. A TI I C494, Type F and G high range water reducing admixtures and ASTIVI C 1017 floable ad fixtures shall not he used. c. Other chemical admixtures. The use of set retarding, and set -accelerating admixtures shall be approved by the RPR. Retarding shall meet the requirements of ASTIVI C494f Type A, Bf or D and set - accelerating shall meet the requirements of ASTIVI C494, Type C. Calcium chloride and admixtures conta i n i ng ca Ici urn c h Ioride s ha I I n of be used. 610- +$ Premolded joint material. Premolded joint material for expansion joints shall meet the requirements of ATII D1751. 6 10-.9 Joint filler. The filler for joints shaII meet the requirements of Item R-605, unless otherwise specified. 6 10-.10 Steel rei nforcement. Rei nforci ng sh a I I co resist of e ither re info rcing steel a r we Died steel wire fabric conforming to the requirements below: R 1 nfo rci n g Stec I ATM A615, AST II I A70 ., A TM A 77 5x AST II I A934 Welded Steel Wire Fabric ATM A1064, ASTIR A884 610-2.11 Materials for curing concrete. Curing materials shall conform to requirements below: White -pigmented Liquid Membrane -Forming Compound, Type 2, Class B ATM C309 CONSTRUCTION METHODS 610- .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 wor k. Al I wo rk sha I I be subject to th e i nspection a rid a p prova I of the RR R. 610-3,2 Concrete Mixture. The concrete shall develop a compressive strength of 4000 psi in 28 days as determined by test cylinders made in accordance with A TI I C31 and tested i n accordance with A TI I 9, The core Crete sha I I conta N n not less th a n 470 you nds of cementiti ous M ateria I per cu N c ya rd (280 g per cubic meter). The water cem entitiou s ratio shall not exceed 0.45 by weight. The air content of the concrete shall be 5% +/- 1. % as determined by ASTIVI C231 and shall have a slump of not more than 4 inches (100 mm) as determined by ASTIVI C14 . P-610 — Concrete for III i ce I I a neous Structu res Ra 610 — AC 150/5370-IOH 12/21/ 018 6 10-. t1fl1 xing. Co ncrete may be m fixed at the con struction .site, at a ce ntra I poi nt, or whol ly or i n pa rt i n truck mixers. The concrete shall he mixed and delivered in accordance with the requirements of A TM 4 or ASTM C65. The concrete shall be mixed only in quantities required for immediate use, concrete shall not be mixed while the air temperature is bolo 40" F (4T) without the RPRs approval. If approval is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50° F (10T) nor more than 100° F ( ° ). The Contractor shall be held responsible for any defective work{ resulting from freezing or injury in any manner during placing and curing{ and sha II replace such work at his expense. Rote m pe ri ing of co ncrete by ad d i ng water or a ray other mate ri a l is not perm itted. The rate of delivery of concrete to the job shall be sufficient to allow uninterrupted placement of the concrete. 610- .4 Forms. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the RPR. Forms shall be of suitable material and shall be of the type, size, shape, q u a I it $ and strength to build the structure as shown on the plans. The forms shall be true to 11'ne and grade and shall be mortar -tight and sufficiently rigid to prevent dN placernent 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 u rface w hen exposed to weath eri ng w hers the form s a re removed. A I I forms s ha I I be wetted l*th grater or with a non -staining mineral oil, which shall be applied immediately before the concrete is placed. Farms shall be constructed so they can be removed Frith out i n ju r i rig the concrete or concrete surface. 610- ..5 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 he supplied by the Contractor when required. 610- .6 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, mast, scale, oil, or any foreign matter. The concrete shall be spaded and consolidated around and against embedded item s. Th e em bedd i rig of wood sh a l l not be a I lowed. 10- .7 Concrete Consisten cy. The Contractor sha I I rn o n itor the consistency of th a concrete del ivered to the project site; collect each batch ticket; check temperature; and perform slump tests on each truck at the project site in accordance with A5TM C143. 610- .8 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 forms and fa I se ork, and the placing of the steel reinforcing have been approved by the R PR, Concrete shall be placed as soon as practical after mixing, but in no case later than one (1) hour after water has heen added tG 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 accessary. The concrete shall not be dropped from a height of more than 5 feet (1.5 m). Concrete shall be deposited as nea rly a s pra cti ca I in its fi rya I position to a void segregati on d ue to reh a n d I i ng or f loud rig. Do P-61 o - 4 P-61 0 — Conc rote for M iscel I @ nee u tructu res 12/ 1/201 AC 150/5 70-IOH not subject concrete to procedures which cause segregation. Concrete shall he placed on clean, damp surfaces, free from running water, or on a properly consolidated soil foundation. 610- .9 Vibration. Vibration shall follow the guidelines in American Concrete Institute ( CI) Committee 09R? Guide for Consolidation of Concrete. 610-3.10 Joints, Joints sha I I he constructed as indicated on the plans. 610- .11 Firs [ sh ing f All exposed concrete surfaces shall he true, smooth, and free from open or rough areas, depressions, or projections. All concrete horizontal plane surfaces shall he brought flush to the proper elevation with the finished top surface struck -off with a straightedge and floated. 610- .12 Curing and protection. All concrete shall be properly cured in accordance with the recommendations in American Concrete Institute ( C I) 308R, Guide to External Curing of Concrete. The concrete shall be protected from damage until project acceptance. 610-3.13 Cold weather placing. When concrete is placed at temperatures below 40' F (4'Q, follow the cold weather core creti rig recorn m en dation s fou rid in ACI306 R, Co I d Weather Cori creti rig. 610- .14 Hat weather placing. When concrete is placed in hat weather greater than 85LIF (30 PC), follow the hot Breather concreting recommendations found ire AC 1305 R, Het Weather Concreting. QUALITY ASSURANCE (QA) 10-4.1 Quality Assurance sampling and testing. Concrete for each days placement will he accepted on the ha s is of th e Cora pressure strength specifi ed i n paragra p h 610- . . The R P R wil I sa m pl a the co ncrete in accordance with ASTM 17 ; test the slump in accordance with ATM 14 ; test air content in a cco rda n ce with ASTM C23 1; ma ke a rid c u re Cora pressure stre n th sped m erg s i n a ccorda n ce with A TI I 1; and test M n accordance with A TM C39. The QA testing agency will meet the requirements of ATM 1077. The Contractor shall provide adequate facilities for the initial curi ng of cylinders. 610-4.2 Defective work. Any defective work that cannot he satisfactorily repaired as determined by the R P R, shall he removed and replaced at the Contractor's expense. Defective work includes, but Is not limited to, uneven dimensions, honeycombing and other voids on the surface or edges of the concrete. A 14 11 in [a] NX51A1751 �.T117:14051 1:40111 610-5.1 Concrete shall he considered incidental to hid items for which the concrete is used, and no separate measurement shall he made. Reinforcing steel used in the concrete will also be considered incidental and no measurement shall be made,, P-610 — Concrete for M i ce I I a neou s Structu res Ra 610 — 5 AC 150/5370-1OH 12/21/ 018 BASIS F PAYMENT 10- .1 No separate payment items shall he included for either structural Portland cement concrete nor reinforcing steel. They shall he considered incidental to other hid iterns constructed using the concrete and steel. Pa ra ent wl I I be rn ad e u nder+ Item R-f 1p-G,1 N/A (I nGidental to other work items) REFERENCE The publications listed below form a part of this specification to the extent referenced. The publications a re referred to with i n the text by the basi c desig nati o n only. A T I Intemational (ASTIR) A TM Al 4 Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement A TI I A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement A TI I A704 Standard Specification for Welded Steel Plain Bar or Rod flats for Concrete Reinforcement A TM A706 Standard Specification for Lour -Alloy Steel Deformed and Plain Bars for Concrete Reinforcement A TI I A77 5 Standard Specification for Epoxy -Coated tee l Reinforcing Bars A TM A8 4 Standard Specification for Epoxy -Coated Steel Wire and Welded Wire Reinforcement A TI I A934 Standard Specification for Epoxy -Coated Prefabricated Steel Reinforcing Bars ATII A1064 Standard Specification for Carbon -Steel lire and Welded Dire Reinforcement., Plain and Deformed, for Concrete A TI I C31 Standard Practice for I1 a k rig and Curing Concrete Test Specimens in the Field A Ti l C33 Standard Specification for Concrete Aggregates A TM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens A TI I C94 Sta n da rd Specification for Rea d -ill i ed Con Crete ATII C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates A TM C114 Standard Test Methods for C hem ical Ana lys is of Hydraulic Cement A TM C136 Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates A TI I C143 Standard Test Method for 51ump of Hydra uIis- ement Concrete P-610 - 6 P-610 — Conc rete for I I i scel I @ neo u -Structu res 12/ 1/201 AC 150/5 70-IOH A TM C150 Standard Specification for Portland Cement ASTIVI C171 Standard S pecifi cation for Sheet Materials for Curing Concrete Tf l C172 Standard Practice for Sarnpiirng Freshly M i ed Concrete A TM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ATI C260 Standard Specification for Air -Entraining Admiturafor Concrete A TM C309 Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete ASTIVI C311 Standard Te-st Methods for Sampling and Testing Fly Ash or Natural Pozzol a ns fo r Use i n Portia nd-Gera ent Con Crete ASTIVI C494 Standard Specification for Chemical Adm1*tu res for Concrete A TM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzola n for Use in Concrete ASTIVI C666 Standard Test Method for Resistance of Concrete to Raid Freezing and Thawing A T I C695 Standard Specification for Concrete Made by Volumetric Batching and Continuous Mii n ASTIVI C989 Standard Specification for Slag Cement for Use in Concrete and Mortars ASTIVI C1017 Standard Specification for Chemical Admixtures for Use in Producing Flooring Concrete ASTIVI C1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation ASTIVI C1157 Standard Performance Specification for Hydraulic Cement A TM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar - Bar Method) ASTIVI C1365 Standard Test Method for Determination of the Proportion of Phases in Portland Cement and Portland -Cement Clinker Using - Ray Powder Diffraction Analysis A TM C1602 Standard Specification for ICI i i ng Water Used in the Production of Hydraulic Cement Concrete ASTIVI D1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Nonextruding and Resilient Asphalt Types) ASTIVI D1752 Standard Specif icaflon for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction P-610 — Concrete for M ice I I a nexus Structu res P- 610 — 7 AC 150/5370-IOH 12/21/ 018 American Concrete Institute (ACI) A 130SR Hot Feather Concreting CI 306R Cold Weather Concreting ACI 308R G uide 10 External Curing of Ccncrete A I 309R G u ide for Co n of i elation of Cork rete END OF ITEM P- 10 P-610 - 8 P-610 — Conc rete for M iscel I @ neo u tructu res 1 /21/ 018 AC 150/53 70-10H Item P-620 — Runway and Taxiway Marking DESCRIPTION 6 0-1.1 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 Resident Project Representative (RPR). The terms "paint" and "marking material" as well as 'painting" and "{application of markings H are interchangeable throughout this specif ication . MATERIAL 6 0- .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. This certification along with a copy of the paint m a n ufactu reris surface preparation; marking materials, including adhesion, flow promoting and/or floatation additive; and application requirements must be submitted and approved by the Resident Project Representative (RPR) prior to the initial application of markings. The reports can be used for material acceptance or the RPR may perform verification testing. The reports shall not he interpreted as a basis for payment. The Contractor shall notify the RPR upon arrival of a shipment of materials to the site. All material shall arrive in sealed containers that are easily quantifiable for inspection by the RPR. 620-2.2 Marking materials. Table 1. Marking Material Paints Glass BeadsZ Type yp Color Fed Std. 595 Application Rate Type e Application Rate Number Maximum Minimum Waterborne, Type I/II White 37925 115 ft2jgal Type III 10 lb/gal Waterborne Type I II y� � Yellow 33538 or ��5 ftZ/gal e Type III al lb/gal 10 �� 33655 Waterborne, Type 1111 Black 37038 115 ftZ/gal Not Used NIA 1 See paragraph 0- . a See paragraph 0-.b a. Paint. Paint shall he waterborne in accordance with the requirements of this paragraph. Paint colors shall comply with Federal Standard No. 595. Waterborne black paint shall he used to outline a border at least 6 inches wide around markings on all Iight-colored pavements. Waterborne. Paint shall meet the requirements of Federal specification TT-P-195 Ff Type I or Type II. The ron-volatile portion of the vehicle for all paint types shall be composed of a 100% acrylic polymer as determined by infrared spectral analysis. P-6 0 — Ru nway a rid Ta Away Ma rki rig P-6 0 —1 AC 150/ 5370-1OH 12/ 1/ 018 b. Reflective media. Glass beads for white and yellow paint shall meet the requirements for Federal Specification TT-B-13 5 D Type 111. Glass beads shall he treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective rned is to ensure adhesion and embedment. Glass beads will not be used for temporary markings, CONSTRUCTION METHODS 6 0- .1 Feather limitations. Painting shall only be performed when the surface is dry, and the ambient temperature and the pavement surface temperature meet the manufacturer's recommendations in accordance with paragraph 6 0- .1. Painting operations shall be discontinued when the ambient or surface temperatures does not meet the manufacturer's recommendations. Markings shall not be applied when the grind speed exceeds 10 mph unless windscreens are used to shroud the material guns. Markings shall not be applied when weather conditions are forecasts to not be within the manufacturers' recommendations for application and dry time. 6 0- .2 Equipment. Equipment shall include the apparatus necessary to properly clean the existing surface} a mechanical marking reach i ne, a bead dispensing machine, and such auxiliary hand -painting equipment as may be necessary to satisfactori ly complete the job. The mechanical marker shall be an atomizing spray -type or airless type marking machine with automatic glass bead dispensers suitable for application of traffic paint. It shall produce are even and uniform film thickness and appearance of both paint and glass beads at the required coverage and shall apply markings of uniform cross -sections and clear-cut edges without running or spattering and without over spray. The marling equipme nt for both paint and beads shall be calibrated daily. 620-3.3 Preparation of surfaces. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, or other contaminates that would reduce the bond between the paint and the pavement. Use of any chemicals or impact abrasives during surface preparation shall be approved in advance by the RPR. After the cleaning operations, sweeping, blowing, or rinsing with pressurized water- shall he performed to ensure the surface is clean and free of grit or other debris left from the cleaning process. a. preparation of new pavement surfaces. The area to be painted shall be cleaned by broom, blower, water blasting, or by other methods approved by the RPR to remove all contaminants, including PC curing compounds, minimizing damage to the pavement surface. b. preparation of pavement to remove existing markings. Existing pavement markings shall be removed by rotary grinding, grater blasting, or by other methods approved by the RPR minimizing damage to the pavement surface. The removal area may need to he larger than the area of the markings to eliminate ghost markings. After removal of markings on asphalt pavements, apply a fog seal or seal coat to 'bloc out' the removal area to eliminate 'ghost' markings. P-6 0 - 2 P-6 0 — Ru nway and Taxiway a Marking 1 /21/ 018 AC 150/53 70-10H c. Preparation of pavement markings prior to remarking, Prior to remarking e i sti ng markings, ngs, loose existing markings rust be removed minimizing damage to the pavement surface, with a method approved by the RPR. After rernoval, the surface shall be cleaned of all residue or debris. Prior to the application of markings, the Contractor shall certify in writing that the surface is dry and free from dirt, grease, oil, laitance, or other foreign material that would prevent the bond of the paint to the pavement or existing markings., This certification along with a copy of the paint manufactures application and surface preparation requirements must be submitted to the RPR prior to the initial application of markings. 6 0- .4 Layout of markings. The proposed markings shall be laid out in advance of the paint application. The locations of markings ings to receive glass beads shall be shown on the plans. 6 0- .5 Application. A period of 30 (thirty) days shall elapse between placement of surface course or seal coat and application of the permanent paint markings. Paint shall be applied at the locations and to the dimensions and spaci rig shown on the plans. Paint shall not be applied until the layout and condition of the surface has been approved by the RPR. The edges of the markings shall not vary from a straight line more than 1/2 inch (12 mm) in 50 feet (15 m)x and marking dimensions and spacing shall be within the following tolerances: Marking Dimensions and Spacing Tolerance Dimension and Spacing Tolerance 36 inch or less ±1 inch greater than 36 inch to 6 feet ±1 inch greater th a n 6 feet to 60 feet ±2 inch greater than 60 feet ±'�: inch 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. Glass beads shall be distributed upon the marled 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 marling 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 ent and distribution should be performed. 6 0- .6 Application --preformed thermoplastic airport pavement mark rigs. Preformed thermoplastic pavement markings not used. 60-#7 Control strip, Prior to the fall application of airfield markings, the Contractor shall prepare a control strip in the presence of the RPR, The Contractor shall demonstrate the surface preparation method and all striping equipment to be used on the project. The marking equipment must achieve the prescribed application rate of paint and population of glass beads (per Table 1) that are properly em bedded and evenly distributed across the full width of the marking. Prior to acceptance of the control strip, mark rigs must be evaluated during darkness to ensure a uniform appearance. P-6 0 — Ru n ay a nd Ta Away Ida rki rig P-6 0 — 3 AC 150/ 5370-1OH 12/ 1/ 018 6 0- . Retro-reflectance. Reflectance shall be measured with a portable retro-reflectometer meeting A TI I E1710 (or equivalent). A total of 6 reading shall be taken over a 6 square foot area with 3 readings taken from each direction., The average shall be equal to or above the minimum levels of all readings which a re within 30 a of each other. Minimum Retro-Reflectance Values Material Retra-reflectance mid/mZ/lux White Yellow Red Initial Type III 600 300 35 All materials, remark when less than1 100 75 10 1 'Prior to rem rking determine if removal of contain inants on markings gill restore retro-reflectance 6 0- # 9 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 di figuration by spatter, splashes, spillage$ or dripping . The Contractor shall remove from the work area all debris, waste, loose reflective media, and by-products generated by the surface preparation and application operations to the satisfaction of the RPR. The Contractor shall dispose of these wastes in strict compliance with all applicable state, local, and federal environmental statutes and regulations. METHOD OF MEASUREMENT E-.1 + . ' Preparation as defined above will not be measured and paid for separately, but shall be considered incidental to marling. Only markings completely removed and not replaced in the same location will be measured and paid under "Remove Pavement Marking"'. E 0-4,1b The quantity of markings shall be paid for shall be measured by the number of square feet of painting. Reflective media shall not be measured nor paid separately, but shall be considered incidental to marking requiring their inclusion. Black outline painting (without reflective media) shall be measured separately from paint containing reflective media. For striated markings, measurement shall be to the outer edge of the line insignia, or number, and includes alternating areas net receiving paint. mnrWmac, + t od at 50% of the rate cnizrl'fiarl On = s$.�J���� ��.'Vjk j I I k' I 6 0-5.1 This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item complete in place and accepted by the RPR ire accordance with these specifications+ P-6 0 - 4 P-6 0 — Ru nway and Taxiway a Marking 1 /21/ 018 AC 150/53 70-10H 6 0-5.2 Payment for markings shall be made at the contract price for by the number of square feet of painting. 6 0-5.4 Payment for removal of existing markings shall be made at the contract price for the number of square feet of paint removed. For markings to remain in their current location, removal will not be measured, but preparation for re -marking as defined earlier i n this section shall be considered incidental preparation. Only removal of existing markings not to be replaced in the same location will be measured and paid under this item. Payment will be made under: Item P- 0-5.1 Pavement Marking, Solid White, with Beads — per Square Foot Item R-6 0-5.1 Pavement Marking, Solid Yellow, with Beads — per Square Foot Item p-620-5,2 Pavement Marking, Black Outline, no Beads — per Square Foot Item p-6 0-5.4 Remove Pavement Marling — per Square Foot REFERENCES The publications listed below form a part of this specification to the extent ref erenced+ The publications are referred to within the text by the basic designation only. A TIVI International (A TI I) A TI I D476 Standard classification for Dry Pigmentary Titanium Dioxide Products A TI I D968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive TI I D1652 Standard Test Method for Epoxy Content of Epee Resins A TIVI D 074 Standard Test Method for Total, Primary, Secondary, and Tertian Amine a I u es of Fatter Arm i n es by Alte rnative I rid icato r M ethod A TIVI D2240 Standard Test Method for Rubber Property - Dur ometer Hardness A TI I D75 5 Standard Practice for Evaluating Retroreflecti a Pavement Markings Using Portable Hand -Operated Instruments A TI I E303 Standard Test Method for Measuring Surface Frictional Properties Using the British Pendulum Tester A TM E1710 Standard Test Method for Measurement of Retroreflective Pavement Marking Material with CEN-Pre cri bed Geometry Using a Portable Retro ref I ecto meter A TM E2302 Standard Test Method for Measurement of the Luminance Coefficient Under Diffuse Illuminator of Pavement Mark-Ing Materials Using a Portable Raflectometer P-6 0— Ru nway a nd Ta xiway Ida rki rig P-6 0— 5 AC 150/ 5370-1OH 12/ 1/ 018 A TM 6154 Standard Practice for Operatling Fluorescent Ultraviolet (UV) Lamp Apparatus for Exposure of Nonmetallic Materials Code of Federal Regulations (CFR) 40 CFR Part 60,Appendix -7f Method 24 Determination of volatile matter content, water content, density, volume solids, and Freight solids of surface coatings 9 CFR Part 1910.1200 Hazard Communication Federal Specifications (FED SPEC) FEQ SPEC TT-B-1325❑ Beads Glass Spheres) Retro-Reflective FED SPEC TT-P-1952F Paint, Traffic and Airfield Marking, Waterborne FED STD 595 Colors used in Government Procurement Commercial Item Description A-A-2886B Pa i nt, Traffic, Solvent Based Advisory Circulars (AQ AC 150/5 40-1 Standards for Airport Markings AC 150/5320-12 Measurement, Construction, and Maintenance of Skid Resistant Airport Pavement Surfaces END OF ITEM P-60 P-6 0- 6 P-6 0— Ru nway a nd Taxiway a M a rk i n 1 /21/ 018 AC 150/53 70-10H Item L-108 — Underground Power Cable for Airports DESCRIPTION 10 -1.1 This item shall consist of furnishing and 'Installing poorer cables that are direct buried and furnishing and/or installing power cables within conduit or duct barks per these specifications at the locations shown on the plans. It includes excavation and backfill of trench for di rest -buried cables only. Also included are the installation of counterpoise wires, ground wires, ground rods and connections,, cable splicing, cable marling, cable testing, and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the RPR. This item shall not include the installation of duct banks or conduit, trenching and backfilling (ling for duct barks or conduit, or furnishing or installation of cable for FAA owned/operated facilities. EQU I PIVIENT AND MATERIALS 10-.1 General. a. Airport lighting equipment and materials covered by advisory circulars (AC) shall be approved under the Airport Li kiting Equipment Certification Program per AC 150 5345-5 , current version. b. All other equipm ent 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 RPR. c.Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications. Vaterials supplied and/or installed that do not comply with these specifications shall be removed (when directed by the RPR) 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 P P R 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 a the original. Clearly and boldly mark each copV 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 RPR, to determine compliance with the plans and specifications. The Contractor's submittals shall be electronically submitted in pdf format. The RPR reserves the right to reject any and a I I equipment, materials, or procedures that do not meet the .system design a rid the sta nda rds a n d codes, s pec i fied i n th i s docu m e nt. L-108 — Underground Power Cable for Airports L-108 —1 AC 150/ 5370-1OH 12/ 1/ 018 f, All equipment and materials furnished and installed under this section $hall be guaranteed against defects in materials and workmanship for at Teat twelve (1) months from the data 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 Contractorshall maintain a minimum insulation resistance in accordance with paragraph 10 - .10e with isolation transformers connected in new circuits and new segments of existing circuits through the end of the contract warranty period when tested in accordance with AC 150/5 340- b f Maintenance Airport Visual Aid Facilities, paragraph 5.1.3.1., Insulation Resistance Test. Only Third party certified manufacturers, listed in AC 150 5345-5 , Appendix 3 Addendum (as required) and meeting the BUY A ERICAN preference requirements can provide equ irpment and materials specified in the Contract Documents. Documentation certifvi ng compliance with the BUY A E RI AN preference rules for Airport Improvement Program (AIP) cited in 49 USC §50101) shall be l ncluded with each equ1 p e nt a rid material su b l a1. 10 - .2 Cable. Underground cable for airfield) lighting facilities (runway and taxiway lights and signs) shall conform to the requirements of AC 150/5 45 -7, Specification for L-8 4 Underground Electrical Cable for Airport Lighting Circuits latest edition. Conductors for use on 6.6 ampere primary airfield lighting series circuits shall be slingle conductor, seven strand, #8 American wire gauge (A ), L-824 Type C, 5,000 volts, non -shielded, with ethylene propylene insulation or cross -linked polyethylene insulation. Conductors for use on 20 ampere primary airfield lighting series circuits shall be single conductor, seven strand, #6 AWG, L-824 Type C, 5,000 volts, non -shielded, with ethylene propylene insulation or cross -linked polyethylene insulation. L-824 conductors for use on the L-830 secondary of airfield Iighti ng series circuits shall be sized in accordance with the rna nufacturer's recornmendations. 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 Commercial Item Description A-A-5 544A and shall be type RH - 1 750C for installation in conduit or for direct burial installations. Conductors for parallel (voltage) circuits shall be type and size and installed in accordance with I F PA-70, National Electrical Code. Unless noted otherwise, all 00-volt and less non -airfield lighting conductor sizes are based on a 75' , RH1 - , 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 FAH - , 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, pi trails, cable step-down adapters, cable step-up adapters terminal block and splicing rmaterials necessary{ to corm plete 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 be as specified in the Contract Document. L-10 - 2 L-10 —Underground Power Cable for Airports 1 /21/ 018 AC 150/53 70-10H 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 grounding bond wire per A5TI1 B3 and A TI 113, and shall be bare copper wire. For voltage powered circuits, the equipment grounding con ductor sh a I I cow p ly with N EC A rti cl e 250., Ground rods sh all be solid staff n less steel or copper -clad steel. The ground rods shall be of the length and diameter specified on the plans, but in no case be less than 8 feet (2.4 m) long and 5 inch (16 mm) in diameter. 10 - .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 east splice, employing a plastic mold and using epoxy resin equivalent to that manufactured by 3MTM Company, "Scotchcast" Kit No. -B,, or an approved equivalent, used for potting the splice is acceptable. b+ The field -attached plug-in splice. Field attached plug-in splices shall be installed as shown on the plans. The Contractor shall determine the outside diameter of the cable to be spliced and furnish appropriately sized connector kits and/or adapters. Tape or heat shrink tubing with integral sealant shall be in accordance with the manufacturer's requirements. Primary Connector Kits manufactured by Amerace, "Super Kit", I ntegro "Cow plete Kit", or approved ecluaI is acceptable. 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 A TI I D4389 and the plastic tape should comply with Military Specification I IL-1- 4391 or Commercial Item Description - -5580 i 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 farming a moisture- and dirt -proof seal. Additionally, heat shrinkable tubing for multi -conductor cables, shielded cables, and armored cables shall he 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. In all the above cases, connections of cable conductors shall be made usi rig 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. All exothermic connections shall be made per the manufacturers recommendations and listings. 10 - #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 RPR proof of the qua Iifications 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 () years continuous experience in terminating/splicing medium voltage cable. L-108 — Underground Power Cable for Airports L-108 — 3 AC 150/ 5370-1OH 12/ 1/ 018 10 - .6 Concrete. Concrete shall be proportioned, placed, and cured per Ite rn P-510, Concrete for Miscellaneous Structures. 10 - .7 FIo able backfill. F l owa b le material used to backfi l l trenches for power cable trenches shall conform to the requirements of Item P-153, Controlled Low Strength Material. 108-2.8 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. 108-2.9 Tape. Electrical tape-5 shall be ScotchT11 Electrical Tapes — cotch" 88 (1-1 inch (38 mm) wide) and SCOtChTl 1 O ' linerless rubber- splicing tape (2-inch (SO mm) wide), as manufactured by the Minnesota Miningand Manufacturing Company (3 MTM)o Dram approved equialent. 10 - .10 Electrical coating; Electrical coating shall be ScotchkoteTm as manufactured by 3 VTMO or an approved equivalent., 10 - .11 Existing circuits. Whenever the scope of work requires connection to an existing circuit, the existing circuit Is insulation resistance shall be tested, in the presence of the RPR. The test shall be performed per this item and prior to any activity that will affect the respective circuit. The Contractor sh a I I reco rd th a resu Its on forms accepta bl e to the RPR. Wh erg t he work affect i ng th e ci rcu it is corn p I ete, the circuits insulation resistance shall be checked again, in the presence of the RPR. The Contractor shall record the results on forms acceptable to the RPR. The second reading shall be equal to or greater than the first reading or the Contractor shall male the necessary{ repairs to the existing circuit to bring the second reading above the first reading. All repair costs including a complete replacement of the L-823 L-830 transformers and L-824 cable, if necessary, 5haII be borne by the Contractor. All test results shall be submitted in the Operation and Maintenance (O&M) Manual. 108-2.12 Detectable warning tape. Plastic, detectable, American Public Works Association (APWA) Red (electrical power lines, cables, conduit and lighting cable) with continuous legend tope shall be polyethylene film with a metallized foil core and shall be -6 inches (75-150 mm) pride. Detectable tape i incidental to the respective bid item. Detectable warning tape for communication cables shall be orange. Detectable warning tape color code shall comply with the APWA Uniform Color Code. CONSTRUCTION METHODS 10 - ,1 General. The Contractor shall install the specified cable at the approximate lacations indicated on the plans. Unless otherwise shorn on the plans, all cable required to cross under pavements expected to carry aircraft loads shall be installed in concrete encased duct banks. Cable shall be run without splice., from fixture to fixture. 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 respon-5ibl for providing cable in continuous lengths for home runs or other long cable runs without connections unless otherwise authorized in writing by the RPR or shown on the plans. Markers shall be Installed on both sides of the L-823 connectors installed and on both sides of slack loops where a future connector would be i nstaI led. L-10 -4 L-10 —Underground Power Cable for Airports 1 /21/ 018 AC 150/53 70-10H 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 (o 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 RPRR Primer 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 poi rats, such as manholes, Land 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 16 mm) in size. The cable circuit identification shall match the circuits noted on the construction plans. 10 - .2 Installation in duct banks or conduits. This item includes the installation of the cable in duct bank 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 male no connections or splices of any bind in cables installed in conduits or duct hanks. 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 Barks and Conduit. The Contractor shall run a mandrel through duct banks or conduit prior t Installation of cable to ensure that the duct bark 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. Dace cleared 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 RPR 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,, Feat 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 it the conduit at the sane time. The pulling of a cable through duct barks or conduits may be accomplished by hand winch or power winch with the use of cable grips or pulling eyes. Maximum um 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. L-108 — Underground Power Cable for Airports L-108 — 5 AC 150/ 5370-1OH 12/ 1/ 018 The Contractor shall submit the recommended pulling tension values to the RPR prior to any cable installation. If required by the RPR, pulling tension values for cable pulls shall be monitored by a dynamometer in the presence of the RPR. Cable pull tensions shall be recorded by the Contractor and reviewed by the RPR. Cables exceeding the maximum allowable pulling tension values shall be removed and replaced by the Contractor at the Contractor's expense. The manufacturers minimum bead 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 PpP, 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. 10 - .3 Installation of direct -buried cable in trenches. Unless otherwise specified, the Contractor shall not use a cable plow for installing the cable. Cable shall be unreeled uniformly{ in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable shall not be unreeled and pulled into the trench from one end. Slack cable sufficient to provido strain relief shall be placed ire the trench in a series of S curves. Sharp bends or kinks in the cable shall not be permitted. Where cables must cross over each other, a minimum of 3 inches (7-5 rr m) vertical displacement shall be provided with the topmost cable depth at or below the minimum required depth below finished grado. a. Trenching. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for cables may be excavated manually or with mechanical trenching equipment, Walls of trenches shall be essentially vertical so that a minimum of surface i disturbed. ra d er shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentialIV smooth and free from coarse aggregate. Unless otherwise -specified, cable trenches shall be excavated to a minimum depth of 18 inches (0.5 m) below finished grade per NE Table 300.5, except as follows - When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36 inches (91 cm) unless otherwise specified. 0 Minimum cable depth when crossing under a railroad tract, shall be 42 inches (1 gym) unless otherwise specified. The Contractor shall excavate all cable trenches to a width not less than 6 inches (150 mm). Unless otherwise specified on the plans, all cables in the same location and running in the same general direction shall be installed in the same trench. When rock is encountered, the rock shall be removed to a depth of at least 3 inches (75 mm) below the required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch (6.3 mrn) sieve. Plowable backfill material may alternatively be used. Duct bank or conduit markers temporarily removed for trench excavations shall be replaced as required. L-10 - 6 L-10 —Underground Power Cable for Airports 1 /21/ 018 AC 150/53 70-10H It is the Contractor's res po n i h i I lty to locate existing utilities within the work area prior to excavation. Where existing active cables cross proposed installations, the Contractor shall ensure that these cable 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-, (1) Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred. (2) Trenching, etc., in cable areas shall then proceed, with approval of the RPR, 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 or replacement. b. Backfilling. After the cable has been installed, the trench shall be backfilled. The first layer of backfill in the trench shall encompass all cables ; be 3 inches (75 mm) deep, Iona measurement; and shall be either earth or sand containing no mineral aggregate particles that would be retained on a 1/4- inch (5.3 mm) sieve. This layer shall not be compacted. The second layer shall be 5 inches (1 5 mm) deepp loose measurement, and shall contain no particles that would be retained on a one inch (5.0 mm) sieve. The remaining third and -subsequent layers of backfill shall not exceed 8 inches (0 cm) of loose measurement and be excavated or imported material and shall not contain stone or aggregate larger than 4 inches (100 mm) maximum diameter. The second and subsequent layers shall be thoroughly tamped and compacted to at least the density of the adjacent material. 1 Trenches shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface, except that when turf is to be established over the trench, the backfilling shall be stopped at are appropriate depth consistent with the type of tuning operation to he accommodated. A proper allowance for settlement shall also be provided. Any excess excavated material shall be removed and disposed of per the plans and Specifications. Underground electrical warning (caution) tape shall be installed In the trench above all direct -buried cable. Contractor shall submit a sample of the proposed warning tape for acceptance by the RPR. If not shown on the plans, the warning tape shall be located 6 inches (150 mm) above the di rest -buried cable or the counterpoise wire if present. A _6 inch (75 - 150 m) wide polyethylene film detectable tape, with a metalized foil core, shall be installed above all direct buried cable or counterpoise. The tape shall be of the color and have a continuous legend as indicated on the plans. The tape shall be installed inches (00 mm) minimum below finished grade. c. Restoration. Following restoration of all trenching rear airport movement surfaces, the Contractor shall visually inspect the area for foreign object debris (FEED) and remove any that is found. Where soil and sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by workshall be restored to its original condition. The restoration shall include the topsoiling} fertilizing, seeding, and mulching as shown on the plans. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. When tre n ch1ng i 5 through paved areas, restoration shell be equal to existing conditions. If the cable -is to be installed in locations or areas where other compaction requirements are specified (under pavements, embankments, etc.) the backfill compaction shall be backfill with controlled low strength material L-108 — Underground Power Cable for Airports L-108 — 7 AC 150/ 5370-1OH 12/ 1/ 018 (CLSM) in accordance with R-15 . Restoration shall be considered incidental to the pay item of which it is a component part. 10 - .4 Cable markers for direst -buried cable. The location of direct buried circuits shall be marked by a concrete slab marker, 2 feet (60 cm) square and 4-6 inch (10 - 15 cm) thick, extending approximately one inch (25 mm) above the surface. Each cable run from a line of lights and signs to the equipment vault small be marked at approximately every Zoo feet (61 m) along the cable run, with are additional marker at each change of direction of cable run. All other direct -buried cable shall be marked in the same manner. Cable markers shall be installed directly above the cable. The Contractor shall impress the word 'CABLE" and directional arrows on each cable marking slab. The letters shall be approximately 4 inches (100 mm) Nigh and 3 inches (75 m) wide, with width of strobe 1/2 inch (12 mm) and 1 4 Inch (6 mm) sleep. Stencils shall be used for cable marker lettering; no hand lettering shall be permitted. t the location of each underground cable connection/splice, except at lighting units, or isolation transformers, a concrete marker slab shall be installed to mark the location of the connection/splice. The Contractor shall impress the word "SPLICE" on each slab. The Contractor also shall impress additional circuit identification symbols on each slab as directed by the RPR. All cable markers and splice markers shall be painted international orange. Paint shall be specifically manufactured for uncured exterior concrete. After placement, all cable or splice markers shall be given one coat of high -visibility aviation orange paint as approved by the RPR. Furnishing and installation of cable markers ers is incidental to the respective cable pay item. 10 - .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. holds shall be assembled, and the compound shall be nixed and poured per the manufacturer's instructions and to the satisfaction of the RPR. b. Field -attached plug -ire splices. These shall be assembled per the manufacturers instructions. These splices shaII be rrade by plugging directIy i nto mating connectors. The joint where the connectors come together shall be finished by one of the followingmethods: (1) wrapped with at least one layer of rubber or synthetic rubber tape and one laver of plastic tape, ore -Ralf lapped, extending at least 1-1/ inches (38 mm) on each side of the joint (2) Covered with heat shrinkable tubing with integral sealant extending at least 1-1/2 inches (38 mm) on each side of the joint or () on connector Fits equipped with water seal flap; rol I -over water seal flap to sealing position on rating connector. c. Factory -molded plug-in splices. These shall be made by plugging directly into mating connectors. The jot rat where the connectors come together shall be finished by one of the following methods: (1) Wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-112 inches (3 m) on each side of the joint. (2) Covered with heat shrinkable tubing with integral sea Ia rat extending at least 1 -1/2 inches (38 rnm) on each .side of the Joint. or (3) On connector Nits so equipped with water seal flap; roll-over water seal flap to sealing position on mating connector, d. Taped or heat -shrink splices. A taped splice shall be made in the following manner: Bring the cables to their final position and cut so that the conductors will butt. Remove insulation and jacket a I low i ng for ba re con d uctor of proper le ngth to fit co m pression sleeve con n ecte r with 1/4 inch (6 rnrn) of bare conductor on each side of the connector. Prior to 5pli i ng, the two ends of the cable i n uIat on shall be penciled usi ng a tool designed specifically for this purpose and for cable size and type. Do not use emery paper on splicing operation since it contains metallic particles. The copper conductors L-10 - 8 L-10— Underground Power Cable for Airports 1 /21/ 018 AC 150/53 70-10H shall he thoroughly cleared. Join the conductors by inserti rig them equidistant into the compression connection sleeve. Crimp conductors firmly 'in place with crimping tool that requires a complete crimp before tool can he removed. Test the crimped connection by pulling on the cable. Scrape the insulation to assure that the entire surface over whichthe tape will be applied (plus3 inches (75 mm)on each end) is clean. After scraping, wipe the entire area with a clean lint -free cloth. Do not use solvents. Apply high -voltage rubber tape ore -half lapped over bare conductor., This tape should he tensioned as recommended by the manufacturer. Voids in the connector area may be eliminated by highly elongating the tape, stretching it just short of its breaking point. The manufacturer's recommendation for stretching tape during splicing shall be followed. Always attempt to exactly half -lap to produce a uniform buildup. Continue buildup to 1-1/2 times cable diameter over the body of the splice with ends tapered a dicta rice of approximate I ore inch (2 S rnm) over the original jacket. Cover rubber tape with two layers of vi n l pressure -sensitive tope one-half lapped. Do not use gl pto I or lacquer over v i n l tope as they react as solvents to the tape. Na further cable covering or splice boxes are required. Heat shrin kable tubi rg shall be installed fol Iowing 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 he clean and free of contaminates prior to application. e. Assembly. Surfaces of equipment or conductors being terminated or connected shall he prepared in accordance with industry standard practice and manufacturer's recommendations. All surfaces to be connected shall he thoroughly cleaned to remove all dirt., grease, oxides, nonconductive films, or other foreign material, Paints and other nonconductive coatings shall he removed to expose base meta I+ Clean all surfaces at least 1 4 inch (6.4 mm) beyond all sides of the larger beaded 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. 10 - .6 Bare counterpoise mire installation for lightning protection and grounding. If shown on the pleas or included in the job specifications, bare solid #6 AWG capper counterpoise wire shall he installed for lightning protection of the underground cables. The RPR shall select one of two methods of lightning protection for the airfield lighting circuit based upon Sound engineering practice and lightning Strike density. kTF Equ ipote ltlall. N of used on this project f or edge lights ng,, ��-Sh ow-T0� i i bases,%-%-%- & %-Ir I I 1� Val Yit Y' nywar prO:p n grey Pei TY'e YPei 'Ann leler e - h Q G 19 W R t Ne� IF nr A%,O il �5 PG, Of IRE d%,411LA1 IG t Of Or St h ILA' 1P 11 1 huf le il RP sz, t. 12A 11 11 le ed RM 11 le- SO �rs t h aL.R 9 i R G I 1 1- -0 1% d2h.0 14 1) 1 1 1 is IRR i m upR or 12 ; n a h oc L-108 — Underground Power Cable for Airports L-108 — 9 AC 150/ 5370-1OH 12/ 1/ 018 + + W %Ap � II Wr 9 � �TV P ��� + F 4 + a rfiimId I;ah + f r 1 f 444.7 b. Isolation. Counterpoise size is as shown on the plans. The isolation method is an alternate method for use only with edge lights installed in turf and stabilized soils and raceways installed parallel to and adjacent to the edge of the pavement. NFPA 780 uses 15 feet to define "adjacent to". The counterpoise conductor shall he installed halfway between the pavement edge and the light baser mounting stake, raceway, or cable being protected. The counterpoise conductor shall be installed 8 inches (203 mm) minimum below grade. The counterpoise is not connected to the light base or mounting stake. An additional ro u n d i n electrode is required at each light base or mounting stake. The grounding electrode is bonded to the light base or mounting stake with a 6 AWG solid copper conductor. c. See AC 150 5 40- 0, Design and Installation Details for Airport Visual Aids and hl FIAA 780, 5ta nd a rd for t he I nsta I I ation of Lightn i ng P rotectio n Systems, Cha pte r 11, for a detail led descrl ption of the Isolation Method of I i ght n i ng protection P] [not used] d+ Common Installation requirements. When a metallic light base is used, the grounding electrode ode shall be bonded to the metallic light base or mounting stake with a No. 6 AWG bare, annealed or soft drawn, solid copper conductor. Grounding electrodes may be rods, ground dissipation plates, radials, or other electrodes listed i n the N FICA 70 (NEC) or NFFA 780. Where raceway is installed by the directional bore, jack and bare, or other- drilling method, the counterpoise conductor shall be permitted to be installed concurrently with the directional bore, jack a n d bo ra, or oth er d ri I I i rig method ra ceway, a to rn a I to t he ra ceway orsleeve. The counterpoise wire shall also he exothermically welded to ground rods installed as shown on the plans but not more than 500 feet (150 ) apart around the entire circuit. The counterpoise system shall he 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. E-10 -10 E-10 —Underground Power Cable for Airports 1 /21/ 018 AC 150/53 70-10H Where are 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 sy tern . e. Parallel Voltage Systems. Provide grounding and bonding in accordance with NFPA 70, National Electrical Code. 10 - .7 Counterpoise installation above multiple conduits and duct banks. Counterpoise wires shall be installed above multiple conduits/duct barks 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 bank 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 area of protection measured ured 45 degrees each side of vertical. Where duct barks pass under pavement to be constructed in the project, the counterpoise- shall be placed above the duct bank. Reference detai Is 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 bank, the new counterpoise wiring shall be terminated at ground rods at each end of the existing duct bark whore the cables being protected eater and exit the duct bank. The new counterpoise conductor shall be bonded to the existing counterpoise system. 10 - .9 Exothermic bonding. Bonding of counterpoise wire shall be by the exothermic welding process or equivalent method accepted by the RPR. only personnel experienced in and regularly engaged in this type of work shall male these connections. Contractor shall demonstrate to the satisfaction of the RPR, the gelding bits, materials and procedures to be used for welded connections prior to any installations in the field The installations shall comply with the ran a n ufactu revs recorn mendati o ns a n d t he fol low i rig: a. All slag shall be removed from welds. b. Using an exothermic weld to bond the counterpoise to a lug or 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 AC 150/5 40- o for galvanized light base exception. c. If called for in the plans, all buried copper and weld material at weld connections shall be thoroughly coated with 6 m m of 3MTM cotchkoteTM, or approved equivalent, or coated with coal tar BitumasticO matorial to prevent surface exposure to corrosive soil or moisture, 10 - .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 RPR. The Contractor shall demonstrate the electrical characteristics to the satisfaction of the RPR. A I l 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 RPR for approval. Earth resistance testing results shall be recorded on an approved form and testing shall be performed in the presence of the RPR. All such testing shall be at the sole expense of the Contractor. L-108 — Underground Power Cable for Airports L-10 — 11 AC 150/ 5370-1OH 12/ 1/ 018 b. Should the counterpoise or ground grid conductors he 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 he isolated such that no parallel path exists and tested for continuity. The RPR 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 RRR 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 50 me ohms. Verify continuity of all series airfield lighting circuits prior to energization. f. That the insulation resistance to ground of all new non -grounded conductors of new multiple circuits or circuit segments is not less than 100 megohms. . 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 he 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. i. 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 he used, as described by American National Standards Institute/Institute of Electrical and Electronic Engineers BANSI/IEEE) Standard 81, to verify this requirement. As an alternate, clamp -on style ground impedance test meters may he used to satisfy the "Impedance testing requirement. Test equipment and its calibration sheets shall be submitted for review and approval by the R P R prior to perform i ng the testing. Two copies of tabulated results of all cable tests performed shall be supplied by the Contractor to the RRR. Where connecting new cable to existing cable, insulation resistance tests shall he 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 10 -4.1 Trenching shall be measured by the linear feet (meters) of trench, including the excavation, backfi l 1, and restoration, completed, measured as excavated, and accepted as satisfactory. When specified, separate measurement shall be node for trenches of various specified widths. L-10 - 12 L-10 —Underground Power Cable for Airports 1 /21/ 018 AC 150/53 70-10H 10 -4.2 Cable or counterpoise wire Installed in trench, duct bank or conduit shall be measured by the number of linear feet (meter) 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 [ shall not include additional quantities required for slack. Cable and counterpoise slack is considered incidental to this item and is included in the ontractor"s unit price. No separate measurement or payment will be rude for cable or counterpoise slack."' 10 -4.3 No separate payment will be made for ground rods. Ground rods are considered incidental to counterpoise cable, complete and in place. BASIS F PAYMENT 10 -5.1 Payment will be made at the contract unit price for trenching, cable and bare counterpoise wire installed in trench (direct -buried), or cable and equipment ground installed in duct bank or conduit, in place by the Contractor and accepted by the RPR. This price shall be full compensation for furnishing al 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, accessary to complete this item. Payment will be made under: Item L-108-5.1 Trenching for Electrical Conduit — per Linear Foot Item L-108-5.2 No. 8 AWG, 5 KV, L-824, Type C Cable, Installed in Trench, Duct Bank or Conduit — per Linear Foot Item L-108-5.3 No. 0 AWG., Solid, Bare Copper Counterpoise Wire, Installed in Trench, Including Ground Rods and Ground Connectors — per Linear Foot REFERENCE The publications listed below form a part of this specification to the extent referenced. The publications a re referred to with i n the text by t he basic d esignat i o n on I . Advisory Circulars (AC} AC 150/5340-26 Maintenance of Airport Visua I Aid Facilities AC 150 5 40- 0 Design and Installation Details for Airport Visual Aids AC 150/5 45-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345 -20 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-53 Airport Lighting Equipment Certification program L-108 — Underground Power Cable for Airports L-10 — 13 AC 150/ 5370-1OH 12/ 1/ 018 Commercial Item Description --59544A Cable and lire, Electrical (Power, Fixed Installation) - -55 09 Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plastic A TIVI International (A TI I) A TIVI 133 Standard Specification for Soft or Annealed Copper Dire TM BS Standard Specification for Concentric -Lay -Stranded Capper Conductors, Hard, Medium -Hard, or Soft TM B33 Standard Specification for Tin -Coated Soft or Annealed Copper Wire for Electrical Purposes TM D4388 Standard Specification for Nonmetallic Seri -Conducting and Electrically Insulating Rubber Tapes Mil Spec MIL- P RF- 35 F PerformanceSpecification: Sealing Compound (with Accelerator), Silicone Rubber, Electrical MIL-1- 4 91 Insulator Tape, Electrical, Plastic, Pressure Sensitive National Fire Protection Association (N FICA) N FPA-70 National Electrical Code (NEC) N FPA-7 0 Standard for the Installation of Lightning Protection Systems American National to n da rds Institute (ANSI )/Institute of Electrical and Electronics Engineers(IEEE) ANSI/IEEE STD 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System Federal Aviation Administration Standard FAA STD-019E Lightning and Surge Protection, Grounding Bonding and Shielding Requirements for Facilities and Electronic Equipment END OF ITEM L-10 L-10 -14 L-10—Underground Power Cable for Airports 1 /21/ 018 AC 150/53 70-10H Item L-110 — Airport Underground Electrical Duct Banks and Conduits DESCRIPTION 110-1.1 This item shall consist of underground electrical conduits and duct barbs (single or multiple conduits encased in concrete or buried ire arid) 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 barks and individual and multiple underground conduits. it shall also include all turfing trenching, backfi l l i ng, removal, and restoration of any paged or turfed areas; concrete encasementf mandrellingf 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 pecif i cation. E li I P IENT AND MATERIALS 110- .1 General. 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 b the RPR. b. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications and acceptable to the RPR. Materials supplied and/or installed that do not comply with these specifications shall be removed, when directed by the RPR R and replaced with mate ri a I s, th at co rn ply with th ese specifications, at the Co ntractor's cost. c, All materials and equipment used to construct this item shall be submitted to the RPR for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented ire 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 marls 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 clew- with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in project that accrue directly} or indirectly from late ubrr i ssion or re ubmis ions of submitta Is. d. The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with the plans and specifications. The Contractors submittalsshall be electronically submitted in pdf format, tabbed by specification section. The RPR reserves the right to reject any and all equipment, materials or procedures that do not meet the system design and the standards and cedes specified in this document+ e. All equipment and materials furnished and installed under this section shall be guaranteed against defects ire 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 L-110 — Airport U nderground Electrical Duct Banks and Conduits L-110 —1 AC 150/ 5370-1OH 12/ 1/ 018 110- .2 Steel conduit. Rigid galvanized steel (P ) 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 similar env ronments 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 mils 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. In lieu of PVC coated RGS, corrosion wrap tape shall be permitted to be used where RGS is in contact with direct earth.' 110- .3 Plastic conduit. PI astic con d u it a n d fitti ngs-s ha l l conform to th a fo I l owi ng req u i rements: • U L 514R covers-C-1094- onduit fittings a I I types, classes 1 thru 3 and 6 thru 10. • U L 5 14C covers - -1094- all types, Class 5 jurnction box and cover ire plastic (PVC). H L 651 covers 1-C-1o94-Rigid PVC Conduit, types I and 110 Class 4., U L 65 1A covers-C-1094-Rigid PVC Conduit and hi hAensity polyethylene (H DPE) Conduit type III and Class 4. Underwriters Laboratories Standards H L-651 and Article 352 of the current National Electrical Code shall be one of the following, as shorn on the plans: a. Type I — Schedule 40 and Schedule 80 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- ,4 Split conduit. Split conduit shall be pre -manufactured for the intended purpose and shall be made of steel or plastic. 110# ,5 Conduit spacers. Conduit spacers shall be prefabricated interlocking units manufactured for the intended purpose. They shall be of double gall 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- ,6 Concrete. Concrete shall be proportioned, placed, and cured per Item P- 1o, Concrete for Miscellaneous Structures. 110- .7 Precast concrete structures. Precast concrete structures shall be furnished by a plant meeting National Precast Concrete Association Plant Certification Program or another RPR approved third pares certif i cation progra rn. Preca st core crete st ru ct u res sha I I co nfo rm to MITI C478. 110-2.8 Flowable back#ill. Flo able material used to back fill conduit and duct bank trenches shall conform to the requirements of Item P-153, Controlled Lour Strength Material. L-110 - 2 L-110 — Airport Underground Electrical Duct Banks and Conduits 1 /21/ 018 AC 150/53 70-10H 110-2.9 Detectable warring tape. Plastic, detectable, American Public ors Association (APWA) red (electrical power Imes, cables, conduit and lighting cable), orange (telephone/fiber optic cabling) with continuous legend magnetic tape shall be polyethylene film with a metallized foil core and shall be - i aches (75-150 mm) pride. Detectable tape is incidental to the respective bid item. CONSTRUCTION METHODS 110- .1 General. The Contractor shall install underground duct banks and conduits at the approximate locations indicated on the plans. The RPR 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 access points and duct or conduit ends for drainage. Unless shorn otherwise on the plans, grades shall be at least 3 inches (75 mm) per 100 feet (30 m). On runs where it is net 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. U rider pavement, the top of the duct bank shall not be less than 18 inches (0#5 m) below the ubgrade; 'in other locations, the top of the duct bank or underground conduit shall be be not less than 18 inches (0+5 m) below finished grade, The Contractor shall mandrel each individual conduit whether the conduit is direct -buried or part of a duct bank. Are 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 sl ightly la rger t ha n the cond u it hol e. The Contractor shall swab out all conduits/ducts and clean base can, manhole, pull boxes, etc., interiors immediately prior to pulling cable. once cleared and swabbed the light bases, manholes, pull boxes, etc., and all accessible points of entry to the duet/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 Dept 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 RPR 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 00-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 in -stalled, 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, taxi I a nesx ramps and aprons. When under paved shoulders and other paved areas, conduit and duct barks shall be encased using florable fill for protection. L-110 — Airport U nderground Electrical Duct Banks and Conduits L-110 — 3 AC 150/ 5370-1OH 12/ 1/ 018 All conduits Frith i n concrete encasement of the duct banks shall term 1nate 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 he 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 (7-5 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+ ) siege. Flowable ba ckfi l l may alternatively be used 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 RPR. 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 a plastic 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 turn grist to set the joint tiEhtl . Where more than one conduit is placed in a single trench, or in duct banks, joints in the conduit shall he staggered a minimum of 2 feet (60cm). 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 RPR, the unsuitable material shall be removed per Item P-152 and replaced with suitable material. Additional duct bank supports shall be installed., as approved by the RPR. All excavation shall be unclassified and shall be considered incidental to Item L-110. Dewateririg necessary for duct installation, and erosion per federal, state, and local requirements is incidental to Item L-110. Unless otherwise specified, excavated materials that are deemed by the RPR to be unsuitable for use in hack fill or embankments .shall be removed and disposed of offsite. Any excess excavation shall be filled with suitable material approved by the RPR and compacted per Item P-15. L-110 - 4 L-110 — Airport Underground Electrical Duct Banks and Conduits 1 /21/ 018 AC 150/53 70-10H 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 areal -shall then proceed with approval of the RPR, with care taken to minimize possible damage or di ruption of existing cable, including careful backfiIling in area ofcable. 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- .2 Duct banks. Unless otherwise shown in the plans, duet banks shall he installed so that the top of the eons rate en a lope is not I e s th a n 1 1 aches (0.5 m) below the bottom cf the ba se o r sta b i I i zed ba se course layers where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 inches (0.5 ram) below finished grade where installed in unpaved areas. Unless otherwise shown on the plans, duct hanks under pared areas shall extend at least 3 feet (I m) beyond the edges of the pavement or 3 feet (1 m) beyond any under drains that may be installed alongside the paved area. Trenches for duet banks shall be opened the complete length before concrete is placed so that if any obstructions are encountered$ provisions can be rude to avoid then. Unless otherwise shown on the plans, all duct banks shall be placed an a layer of concrete not less than inches (75 mm) thick prior to its initial set. The Contractor shall space the conduits not less than 3 inches (7S 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 cads for ease of access in current and future use. Install factory plugs in all unused cads* Do not cover the ends or plugs with concrete. Conduits forming the duct hank .shall he installed using conduit spacers. No. 4 reinforcing bars shall he driven vertically into the soil a minimum of 6 inches (150 mm) to anchor the assembly into the earth prig to placing the concrete encasement. For this purpose, the spacers shall be fastened down with Iocking co tars attached to the vertica I bars. Spacers shall be installed at 5-foot (I. 5-m) intervaIs. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be su brrn itted to th a RP R fo r review p rior to use. When specified, the Contractor shall reinforce the bottom side and top of e ncaser n ants 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 (00 mm) minimum below grade above all underground conduit or duct lines not installed under pavement. Utilize the 3-inch (75-mm) pride tape only for single conduit runs. Utilize the 6-inch (150-mrn) pride tape for multiple conduits and duct hanks. For duct banks equal to or greater than 24 inches (600 mm) in width, utilize more then one tape for sufficient coverage and identification of the duct ba n k as required. L-110 — Airport U nderground Electrical Duct Barks and Conduits L-110 — 5 AC 150/ 5370-1OH 12/ 1/ 018 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 R P R 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 RPR. 110-3.3 Conde its without concrete encasement. Trenches for single -conduit lines shall be not less than 6 inches (150 mm) nor more than 1 inches (300 mm) wide. The trench for 2 or more conduits installed at the sane level shall be proportionately wider. Trench bottoms for conduits without concrete encasement shall be rude 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 tarn) 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. m) sieve. The bedding material shall be tamped until firm. Flowable backfill may alternatively he used. Unless otherwise shown an 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 inches (75 mm) apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6 inches (150 mm) apart in a vertical direction. Where two or more individual conduits intended to carry conductors of differing voltage insulation rating are 'installed in the sane trench without concrete encasement,, they shall be placed not less than 3 inches (75 rnm) apart (measured from outside wall to outside wall) in a horizontal direction and lot lass than b inches (150 mm) apart in a vertical direction. Trenches hall 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 Trade 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 RPR for review prior to use. 110- ,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 (2S 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 lira of lights a rid signs to the equipment vault rnust be ma rked at approximately every 200 feet (1 m) along the cable or duct run, with an additional marker at each charge of direction of cable or duct run. L-110 - 6 L-110 — Airport Underground Electrical Duct Banks and Conduits 1 /21/ 018 AC 150/53 70-10H 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 RPR, 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 RPR. 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 RPR. The letters shall be 4 inches (100 mm) high and 3 inches (75 mm) wide with width of strobe 1/2 inch (1 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- ,5 Backf illing for conduits. For conduits, 8 inches (00 mm) of sand., soft earth, or other fine fill (loose measurement) shall be placed around the conduits ducts and carefully tamped around and over therm with hand tampers. The remaining trench shall then he bac filled and compacted per Item P-15 except that material used for back fill shall be select material not larger than 4 inches (100 mm) in diameter, Flowable backfill may alternatively he 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 th icl n ess of th e sod to be used, wit h p roper a I Iowa nce for settl eme nt. Any excess excavated material shall be removed and disposed of per instructions issued by the RPR. 110- .6 Backfilling for duct banks. After the concrete has cured, the remaining trench shall be bac filled and compacted per Item P-15 2 "Excavation and Embankment" except that the material used for backf it shall be select material not lamer than 4 inches (100 mm) in diameter., In addition to the requirements of Item P-15 , where duct banks are installed under pavement, one ,moisture/density test per lift shall be made for each 250 linear feet (76 rn) of duct bank or one work periods construction, whichever is less. Flo rahle backfill may alternatively be used. Trenches shaIi riot contaIn pools of water during backfiiiing operations. The trench shall be completely hackfilled and tamped level with the adjacent surface; except that, here sod *Is to be placed over the trench, the backf i l ling shall be stopped at a depth equal to the th ick n e s of th a sod to be used, merit h p roper a i Iowa nee for settl erne rat. Any excess excavated material shall be removed and disposed of per instructions issued by the RPI . 110- .7 Restoration. Where sod has been removed, it shall he replaced as soon as possible after the bacl fill -I ng is completed. All areas disturbed by the work shall be restored to its original condition. The restoration shall include topsoil ng, fertilizing, seeding, and mulching shown on the plans. The Contractor shall be held responsible for ma ntaining 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 5urfaCe , the Contractor shall thoroughly visually inspect the area for 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. 110-3.8 Ownership of removed cable. On this project, cable is not planned for removal except as encountered or disturbed during trenching operations, which shall then be removed. Any removed cable shall become the property of the Contractor and removed form the site or disposed of off -site. L-110 — Airport U nderground Electrical Duct Banks and Conduits L-110 — 7 AC 150/ 5370-1OH 12/ 1/ 018 METHOD OF MEASUREMENT 110-4.1 Underground conduits and duct bank shall he measured by the linear feet (meter) of conduits and duct harks 'installed, including encasement, locator tape, trenching and hackfill with designated material, and restoration, 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 110-5.1 Payment will he made at the contract unit prig per linear foot for each type and size of conduit and duct hank completed and accepted, including trench and hackfill with the designated material, and, for drain lines, the termination at the drainage structure. This prig shall he full compensation for removal and disposal of existing duct hank and conduits as shown on the plans, 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 provi ions and intent of the plans and specifications. Payment will be made under: Item L-110-5.1 Nora -Encased Electrical Conduit, "* P HDPE, in Trench — per Linear Foot Item L-110-5.2 Electrical Conduit, 2 10. Bored in Place — per Linear Foot REFERENCES The publications listed below farm a part of this specification to the extent referenced. The publications a re referred to with i r the text by t he basic de ignat i o r on I y. Advisory Circular (AC) AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150J5345-53 Airport Lighting Equipment Certification Program TII I International (A TI I) TI I A615 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement Motional Fire Protection Association (NFPA) N FP -70 National Electrical Code (NE B H nde rw riters Laboratories (H L) H L Standard 6 Electrical Rigid Metal Conduit - Steel H L Standard 514E Conduit, Tubing, and Cable Fittings U L Standard 5 14C Nonmetallic Outlet Boxes, Flash -Device Boxes, and Covers U L Standard 1242 Electrical Intermediate Metal Conduit Steel U L Standard 651 Schedule 40, 80, Type EB and A Rigid PVC Conduit and Fittings H L Standard 651A Type EB and A Rigid PVC Conduit and H DPE Conduit END OF ITEM L-110 L-110 - 8 L-110 — Airport Underground Electrical Duct Barks and Conduits 12/ 1/201 AC 150/5 70-IOH Item L-115 — Electrical Manholes and Junction Structures DESCRIPTION 115-1.1 This item shall consist of electrical manholes and junction structures (hand holes, pull boxes, junction ca ns, etc.) installed per this specification, at the indicated locations and conform'ingto the lines, grades and dimensions shown on the plans or as required by the RPR. This item shall include the installation of each electrical manhole and/or junction structures with a I I associated excavation, hac filling, sheeting and bracing, concrete{ reinforcing steel, ladders, appurtenances, testing, de atering and restoration of surfaces to the satisfaction of the RPR including removal of existing manholes and junction structures as shown on the plans. E UIPI ENT ND MATERIALS 115- .1 General. a. All equipment and materials covered by referenced specifications shall he subject to acceptance through manufacturer's certification of compliance with the applicable specification when so requested by the RPR. b. 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 specificationsshall he removed (when directed by the RPR) and replaced with materials that comply with th e e specif icati o ns at the contra ctoCs cost. c. All materials and equipment used to construct this item shall be submitted to the RPR for - approval prior to ordering the equipment. Submittals consisting of marled catalog sheets or shop drawings shall he provided. Submittal data shall he 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 clearw[th arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in the project that may accrue directly or indirectly from n late submissions or resubmissionresubmissions of submittals. d; The data submitted shall he sufficient, in the opinion of the RPR, to determine compliance with the plans and s gecifi cations. The Contractor's submittals shall be electronically submitted in pdf format, to bbed by specifi cation section. Th a RP R reserves the rig ht to reject a ny a nd a I I eq u i present, m ateri a Is or procedu res that do not m eet the system desig n a nd the sta ndard s a n d codes, specified i n this docu me rat. 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 (1 ) months from the date of final acceptance by the Owner. The defective materials and/or equipment shall he repaired or replaced* at the Owner's discretion, with no additional cost to the Owner+ 115-2.2 Concrete structures. Concrete shall he proportioned, placed, and cured per Item P- 610, Concrete for Miscellaneous Structures. Cast -in -place concrete structures shall he as shown on the plans. L-115 — Electrical Manholes and Junction Structures L-115 —1 AC 150/5370-IOH 12/21/ 018 115- 3 Precast concrete structures, Precast concrete structures shall be furnished by a Plant meeting National Precast Concrete Association Plant Certification Program or another engineer approved third party certification program. Provide precast concrete structures where shown on the plans. Precast concrete structures shall be an approved standard design of the manufacturer. Precast units h a I I h a e m o rta r o r bitu ma stir sea ler p laced between a I I jo i nts to ma ke therm watertight. Th a structu re lull be designed to withstand 60,000 lb aircraft loads, unless otherwise shown on the plans. Openings or knockouts s ha I I be pro i ded i n the structure as detail ed on the pl a ns. Threaded inserts and pulling eyes shall be cast in as shown on the plans. If the Contractor chooses to propose a different -structural design, -signed and sealed shop drawings, des i re ca lcu lati o ns, a n d other i nform ation raq uested by the R PR sha I I be s u bra fitted by the Contr@ ctor to allow for a full a alu@tion by the RPR. The RPR shall review per the process defined in the General Provisions. 115- .4 Junction boxes. Junction boxes shall be L- 67 Class 1 (roan -load bearing) or L-868 Class 1 (load bearing) airport light bases that are encased in concrete. The light bases shall have a L- 94 blank cover, ga s et, a nd sta i n less steel ha rdwa re. Al I bolts, studs, n uts, I oc k was hers, a rid oth er si m i I a r fasten ors used for the light fixture assemblies must be fabricated from 316L (equivalent to EN 1. 04), 18- , 410, or 416 stainless steel. If 1 - 0 410, or 416 stainless steel is utilized it shall be pas ivatad and be free from any discoloration. Corers shall be 3/8-inch (9-mm) thickness for L-867 and3/4-inch (19-mm) thickness for L- 868. Al I j u action boxes sh a I I be provided with bath i nterna I a rid sterna I ground I ugs. 115- .5 Mortar. The mortar shall be composed of one part of cement and two parts of mortar sand, b volume. The cement shall be per the requirements in ASTM C150, Type I, The sand shall be per the requirements in ASTM C144. Hydrated lime may be added to the mixture of sand and cement in an amount not to exceed 15 0 of the weight of cement used. The hydrated lime shall meet the requirements of ATM C206. Water shall be potable, reasonably clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. 115- .6 Concrete. All concrete used in structures shall conform to the requirements of Item P-610,, Concrete for Miscellaneous Structures. 115-23 Frames and covers. The frames shall conform to one of the following requirements; a, ATM A48 Gray iron castings b. ASTIVI A47 Malleable iron castings c. ASTIVI A27 Steel castings d. A Tf l A283, Grade D Structural steel for grates a nd frames e ASTIVI A536 Ductile iron castings f. ASTM A897 Austempered ductile iron castings All castings specified shall withstand a maximum tire pressure of 200 psi and maximum load of 60,000 lbs. All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings specified. E@ch frame and cover 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. L-115 - 2 L-115 — Electrical Manholes and Junction Structures 12/ 1/201 AC 150/5 70-IOH All castings shall be thoroughly cleaned, After fabrication, structural steel units shall be galvanized to meet the requirements of ATII A123. Each corer shall have the word "'ELECTRIC" or other approved designation cast on it. Each frame and cover sha I I be as shown on the pl a ns or a pproved eq Ova I ent. No ca ble notc hes a re requ i red. Each manhole shall be provided with a "'DANGER -- PERMIT -REQUIRED CONFINED SPACE, Edo NOT ENTER' safety era rnirig sign as detailed in the Coretract Docu teats and in accordance with OS HA 1910.146 (c)(2). 115-2.8 Lad de rs. La ciders, if specifi ed, sh a I I be ga Iva n i zed steel or as s ho n on th a pl a ns. 115- .9 Reinforcing steel. All reinforcing steel shall be deformed bars of new billet steel meeting the requirements of ASTIVI A615, G rade 60. 115-2.10 Bedding/special backfil I { Bedding or special backf i I I shall be as shown on the plans. 115- .11 Elowable backfi ll. I= Iowa ble material used to backfi I I sha I I conto rrn to the requirement of Item P-15 r Controlled Low Strength Material. 115- .12 Cable trays. Cable trays shall be of galvanized steel or aluminum. Cable trays shall be located as shown on the plans. 115-2 f 13 Plastic conduit. Plastic conduit shall comply with Item L-110, Airport Underground Electrical Duct Ba n ks a nd Goad u its. 115- .14 Conduit terminators. Conduit terminators shall be pre -manufactured for the specific purpose and sized as required or as shown on the plans. 11S- .15 Pulling -in irons. Pulling -in irons shall be manufactured with 7/8-Inch (22 mm) diameter hot - dipped galvanized steel or stress -relieved carbon steel roping designed for concrete applications (7 strand, 1/2-inch (12 mm) diameter with are ultimate strength of 70�000 psi (1 6 ICI Pa))+ Where stress - relieved carbon steel roping is used, a rustproof sleeve shall be Installed at the hooking point and a l l exposed su rf aces sh a I I be erica psu lated with a polyester coati rig to prevent co rro ion.. 115-2.16 Ground rods. Ground rods shall be one piece, solid stainless steel or upper clad steel. The ground rods shall be of the length and diameter specified on the plans, but in no case shall they be less tharn 8 feet (2.4 rn) long nor Ie s tha n 5 inch (16 mm) in diarrneter. CONSTRUCTION ETH D 11S- .1 Unclassified excavation. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Damage to utility lines, through lack of care in excavating, shall be repaired or replaced to the satisfaction of the I R R without additional expense to the Owner. The Contractor shall perform excavation for structures and structure footings to the lines and grades or elevations shown on the plans or as staked by the R RR. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. All excavation shall be unclassified and shall be considered incidental to Item L-115. De rateri ng necessary for structure installation and erosion per federal, state, and local requirements is incidental to Item L-115. L-115—Electrical Manholes and Junction Structures L-115— AC 150/5370-IOH 12/21/ 018 Boulders, logs and a I I other objectionable material encountered in excavation shall be removed. All rock and other hard foundation material shall be cleared of all loose material and cut to a firm surface either level, stepped or serrated, as directed by the RPR. All seams, crevices, disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation. Excavation to fins I grade shall not be rya de until just before the concrete or reinforcing is to be placed. The Contractor shall provide all bracing, sheeting and shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheeting and shoring shall be included in the unit price bid for the structure. Unless otherwise provided, bracing, sheeting and shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall be affected in a manner that will rot disturb or mar finished masonry. The coal of removal shall be included in the unit price hid for the structure. After each excavation is completed, the Contractor shall notify the RPR. tructu res shall be placed after the RP R h as a pproved the d epth of the e cavati o n a nd the s u ita bi I ity of the fou n d ation m ateria 1. Prior to installation the Contractor sha I I provide a minimum of 6 inches (150 mrn) of sand or a material approved by the RPR as a suitable base to receive the structure. The base material shall be compacted a n d gra d ed I evel a rid at proper a Ievati on to receive the structu re i n prope r relation to the con d uit g ra d e or ground cover requirements, as indicated on the plans. 115-3.2 Concrete structures. Concrete structures shall be built on prepared foundations conforming to the dimensions and form indicated on the plans. The concrete and construction methods shall conform to the requirements specified in Item P-610. Any reinforcement required shall be placed a *Indicated on the plans and -shall be approved by the RPR before the concrete is placed. 115-3.3 Precast unit installations. Precast units shall be installed plumb and true. Joints shall he made watertight by use of sealant at each tongue -and -groove jo i rat and at roof of manhole. Excess sealant shall be removed and severe surface projections on exterior of neck shall be removed. 115- .4 Placement and treatment of astNns, frames and fittings. All castings, frames and fittings shall be placed in the positions indicated on the Plans or as directed by the RPR and shall be set true to lire and to correct elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place and position before the concrete or mortar is placed, The unit shall not be disturbed until the mortar or concrete has set. Field connections shall be made with bolts., unless indicated otherwise. welding will not be permitted unless shown otherwise on the approved shop drawings and written approval Is granted by the casting rnanufacturer. Erection equipment shall be suitable and safe for the workman, Errors in shop fabrication or deformation resulting from handling and transportation that prevent the paper assembly and fitting of parts shall be reported immediately to the RPR and approval of the method of correction shall be obtained. Approved corrections shall be made at Contractor's expense. Anchor bolts and anchors shall be properly located and built into connection work. . Bolts and anchors hall be preset by the use of templates or such other methods as may be required to locate the anchors and anchor bolts accurately. Pulling -in irons shall be located opposite all conduit entrances into structures to provide a strong, convenient attachment for pulling -in blocks when installing cables. Pulling -in irons shall be set directly i nto th e concrete wa I I s of th e structu re. L-115 - 4 L-115 — Electrical Manholes and Junction Structures 12/ 1/201 AC 150/5 70-IOH 115- 5 installation of ladders* Ladders shall be installed such that they may be removed if necessary. Mounting brackets shall be supplied top and bottom and shall be cast in place during fabrication of the structure or drilled and grouted i n place after erection of the structure. 115- .6 Removal of sheeting and bracing. In general, all sheeting and bracing used to support the sides of trenches or other opa n e ca vation s sh a I I be with d rawn as the trenc hes o r oth er o pen excavations a re being refilled. That portion of the sheeting extending below the top of a structure shall be withdrawn, unless otherwise directed, before more than 6 inches (150 rn m) of material Is placed above the top of the structu re a nd before a ny b raci ng is removed. Vc ids I eft by the s heeti ng s ha I I be ca ref u I ly ref I led with selected material and rammed tight with tools especially adapted for the purpose or otherwise as may be approved. The R P R rn ay direct the Contractor to delay the rernova I of sheeting and bracing if, in his jud meat* the in to IIed worl has not attained the necessary strength to permit placing of bac fill. 115- .7 Backfilling. After a structure has been completed, the area around it shall be bac filled in horizontal lavers not to exceed 6 inches (150 mm) in thickness measured after compaction to the density requirements in Item P-15 . Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the e plans or a directed by the R PR. Backfill .shall not be placed against any structure until approval is given by the RPR. In the case of concrete, such approval shall net be given until tests made by the laboratory under supervision of the R P R establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withsta nding any pressure created by the backfiII or the methods used in placing it. Isere required, the RP R may direct the Contractor to add, at his own expense, sufficient water during compaction to assure a complete consolidation of the ba ckfi I I . The Contractor shall be responsible for all damage or injury done to conduits, duct banks, structures, property or persons due to improper placing or compacting of back ill. 115-3.8 Connection of duct banks. To relieve stress of joint between concrete -encased duct banks and structure walls., reinforcement rods shall be placed in the structure wall and shall be formed and tied into duct ba n k reinforcement at the time the duct ba n k i in to IIed, 115- .9 Ground i rn . A ground rod shall be installed in the floor of a I I concrete structures so that the top of rod extends 6 inches (1SO mm) above the floor. The ground rod shall be installed within one foot �30 cm) of a corner of the concrete structure. Ground reds shall be installed prier to casting the bottom slab. Where the soil condition does not permit driving the ground rod into the earth without damage to the ground rod, the contractor small drill a 4-inch (100 mm) diameter mole into the earth to receive the ground rod. The hole around the ground rod shall be filled throughout its length, below slab, with Portland cement grout. Ground rods shall be installed in precast bottom slab of structures by drilling a hole through bottom slab and 'installing the ground rod. Bottom slab penetration shall be sealed watertight with Portland cement grout around the ground rod. A grounding bu s of 40 ba re stra nded co p per sha I I be eotherm ica I ly bo nded to the g rou rid rod a nd loop the concrete structure walls. The ground bus shall be a mirnim um of one foot (0 cm) above the floor of the structure and separate from other cables. No. American wire gauge JAWG) bare copper p i gta it s shall bond the grounding bus to all cable trays and other metal hardware within the concrete structure. Connections to the grounding bus shall be exothermic. If an exothermic weld is not possible, connections to the grounding bus shall be made by using connectors approved for direct burial in soil or concrete per UL 467. Harden re connecti ons may be mechanical, u ing a I ug de i ned for that purpose. L-115—Electrical Manholes and Junction Structures L-115-5 AC 150/5370-IOH 12/21/ 018 115- .10 Cleanup and repair. After erection of all galvanized items, damaged areas shall be repaired b applying a IiquId cold -galvanizing compound per II I I L- P-2 1035. Surfaces shall be prepared a rid com pound applied per the manufacturer's recommendations. Prior to aeceptance� the entire structure- shall be cleaned of a I I dirt a rid debris., 115-3.11 Restoration. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt and rubbish from the site. The Contractor shall restore all disturbed areas equivalent to or better than their original condition. All sodding, grading and restoration shall be considered incidental to the respective Item L-115 pay item. The Contractor shall grade around structures as required to provide positive drainage away from the structure. Areas with special surface treatment, such as roads, sidewalks, or other paved areas shall have backfi I l compacted to match surrounding areas, and -surfaces shall be repaired using materials comparable to original materials. Following restoration of all trenching rear airport movement surfaces, the contractor shall thoroughly visually inspect the area for 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 pa rt. After all work is com pletedf the Contractor shall remove all tools and other equipment, leaving the entire site free, clear and in good condition. 115-3.12 Inspection. Prior to final approval, the electrical structures shall be thoroughly inspected for eanfo rma rice with the pI a ns a rid th is s pecifi cation. Any i rid ication of def ects i n m ateri a I s or workma ns h i p shall be further investigated and corrected. The earth resistance to ground of each ground rod shall not exceed 25 ohms. Each ground rod shall be tested using the fall -of -potential ground impedance test per American National Standards Institute / Institute of Electrical and Electronic Engineers (ANSI/IEEE) Standard 81. This test sha II be performed prior to establishing connections to other ground electrodes. 115- .13 Manhole elevation adjustments. The Contractor shall adjust the tops of existing manholes in areas designated in the Contract Documents to the new elevations shown. The Contractor shall be responsible for determining the exact height adjustment required to raise or lower the top of each manhole to the new elevations, The existing top elevation of each manhole to be adjusted shall be deter m i n ed i n the field a rid su btracted/a dded fro m th e p ro posed top elevation. The Contractor shall remove/extend the existing top section or ring and cover on the manhole -structure or manhole access. The Contractor shall install precast concrete sections or grade rings of the required dimensions to adjust the manhole top to the new proposed elevation or shall cut the existing manhole walls to shorten the existing structure, as required by final grades, The Contractor shall reinstall the ma n hole to p section or ring a rid cove r on to p a rid c heck th e new top elevation. The Contractor shall construct a concrete slab around the top of adjusted structures located in graded a real th at are not to be paged. The co ncrete sla b s ha I I conform to the d i rn ensi a ns shorn a n the pla ns. 115- .14 Duct eaten pion to existing ducts. Where existing concrete encased ducts are to be extended, the duct extension shall be concrete encased plastic conduit. The fittings to connect the ducts together lull be standard manufactured connectors designed and approved for the purpose. The duct e tensi ens sha I I be i nsta I I ed a cco rdi ng to th a concrete enca sed d uct deta i I a nd as s hewn on the pla ns. L-115 - 6 L-115 — Electrical Manholes and Junction Structures 12/ 1/201 AC 150/5 70-IOH METHOD OF MEASUREMENT 115-4.1 Electrical manholes and junction structures shall be measured by each unit completed in place and accepted. The following items shall be included in the price of each unit: All required excavation and dewaterin.-; sheeting and bracing; all required backfilling with ors -site materials; restoration of all surfaces and finished grading and turfing; all required connections; temporary cables and connections; and ground rod testing 115-4.2 Manhole elevation adjustments shall be measured by the completed unit installed, in p laCe, completed, and accepted. Separate measurement shall not be made for the various types and sizes. BASIS OF PAYMENT 115-5.1 The accepted quantity of electrical manholes and junction structures will be paid for at the Contract unit price per each, complete and in place. This price shall be full compensation for furnishing all materials and for all preparation, excavation, backfilling and placing of the materials, furnishing and installation of appurtenances and connections to duct banks and ether structures as may be required to complete the item as shown on the plans and for all labor, equipment, tools and incidentals necessar r to complete the structure. 115-5.2 Payment shall he made at the contract unit price for manhole elevation adjustments. This price shall he 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, including but not limited to, spacers, concrete, rehar, de attiring, excavating, backfill, topsoil, sodding and pavement restoration, inhere required, to complete this item as shown in the plans and to the satisfaction of the RER. Payment will be made under: Item L-115- .1 Ell ectri ca I Ha rid h of e. L-8671 Si ze B — per Each REFERENCES The publications listed below form a part of this specification to the extent referenced+ The publications a re referred to with i n the text by the basi c desig nati o n only, American National Standards Institute / Insulated Cable Engineers Association (ANSI/ILEA) ANSI IEEE STD 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System Advisory Circular(AC) AC 1 0/5 4S-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits C 150/5345-26 Specification for L-823 Plug and Receptacle, Cable connectors AC 150/5345-42 Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and Accessories AC 150 5 40- 0 Design and Installation Details for Airport Visual Aids AC 150 5345-5 Airport Lighting Equipment Certification Program L-115=Electrical Manholes and Junction Structures L-115-7 AC 150/5370-IOH 12/21/ 018 Commercial Item Description (CID) A -A 59544 Cable and Wire, Electrical (Power, Fixed Installation) ASTM International (ASTIVI) A TM A 7 Standard Specification for Steel Castings, Carbon, for General Application A TI I A47 Standard Specification for Ferritic Malleable Iron C@stings A TI I A48 Standard Specification for Gray Iron Castings A Tf l A123 Standard Specification for Zinc (Hot Dip Galvanized) Coatings on Iron and Steel Products TM A283 Standard Specifications for Low and Intermediate Tensile Strength Carbon Steel Plates ASTIVI A536 Sta n da rd S pecifi cation for D ucti le I ro n Ca sti rigs A TI I A 15 Standard Specification for Deformed and Plain Carbon -Steel Bars for Concrete Reinforcement TM A897 Standard Specification for Austempered Ductile Iron Castings A TM C144 Standard Specification for Aggregate for Masonry Mo rtar A TI I C150 Standard Specification for Portland Cement ASTIVI C206 Standard Specification for Finishing Hydrated Lime FAA Engineering Brief (EB) EB. #83 In Pavement Light Fixture Bolts Mil Spec MIL-P-21035 Paint High Zinc Dust Content, Galvanizing Repair National Fire Protection Association (NFPA) NFPA-7Q National Electrical Code (NEC) �4 011xila k 14► Al IIs$ V L-115 - 8 L-115 — Electrical Manholes and Junction Structures 1 /21/ 018 AC 150/53 70-10H Item L-125 — I nsta Illation of Airport Light! ng Systems DESCRIPTION 1 5-1.1 This item shall consist of airport lighting systems furnished and installed in accordance with this specification, the referenced specifications, and the applica ble advisory circulars (ACs). The systerns shall be installed at the locations and In accordance with the dimensions, design, and details shown in the plans. This item shall include the furnishing of all equipment, materials, services, and incidentals neces a ry to p lace t he system s i n ope ratio n a s co m pleted u n its to t he satisfaction of t he R P R. EQU I P IENT AND MATERIAL 1 5- .1 General. a* Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall he certified under the Airport Lighting Equipment Certification Program in accordance with AC 150 5 45-5 # current version. FAA certified airfield lighting sh a I I be compatible with each other to perform in compliance with FAA criteria and the intended operation. If the Contractor provides equipment that does not performs as intended because of incompatibility with the system,, the Contractor assumes a I I costs to correct the system for to operate properly. bf Manufacturer's certifications shall not relieve the Contractor of their responsibility to provide materials in accordance with these specifications and acceptable to the PPP. ,Materials supplied and/or installed that do not comply with these specifications shall be removed, when directed by the RP R and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. c. All materials and equipment used shall be submitted to the PPR for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Clearly mark each copy to identify pertinent 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 clearly made with arrows or circles (highlighting is not acceptable). The Contractor shall be responsible for delays in the project accruing directly or Indirectly from late submissions or resubmissions ofsubmittals. d+ The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with the plans and specifications. The Contractor's submittals shall be submitted in electronic PDF format, tabbed by specification section+ The RPP reserves the right to reject any or all equipment, materials or procedures, which, in the PPR's opinion, does not meet the system design and the standards and codes, specified herein. 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 (1) months from final acceptance by the Owner. The defective materials ardor equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. All LED light fixtures, with the exception of obstruction lighting (AC 150/5 45-4 ) must be warranted by the manufacturer for a minimum of 4 gears after date of installation inclusive of all electronics." Obstruction lighting warrantyisset b the individual manufacturer. L-1 2 5 — I nsta I I ation of Ai rpo rt Light i ng System s L-1 5 —1 AC 150/ 5370-1OH 12/ 1/ 018 E U I PMENT AND MATERIAL 1 5- .2 Condluit/Duct. Conduit shall conform to Specification Item L-110 Airport Underground Electrical Duct Banks and Conduits. 1 5- .3 Cable and Counterpoise. Cable and Counterpoise shall conform to Itern L-108 Underground Power Ca bl a for Airports. 1 5- ,4 Tape. Dubber and plastic electrical tapes shall be Scotch Electrical Tape Numbers 23 and 88 respectively, as manufactured by 3 M Corn pan or an approved equal. 1 - ,5 Cable Connections. Cable Connections shall conform to Item L-108 Installation of Underground able for Airports. 1 - ,6 Retroreflective Markers. Not required in this project. 1 5- .7 Runway and Taxiway Lights. Runway and taxiway lights shall conform to the requirements of AC 150 5 45-46. Lamps shall be of size and type indicated, or as required by fixture manufacturer for each lighting fixture required under this contract. Filters shall be of colors conforming to the specification for the light concerned or to the standard referenced. Lfght Type Class lode Lam Color Option Heater Mounting (Mounting) Required Height L- 61 Class 2 (Base- 1 (6.6A)l uartz hite hite or Mounting I o 0" MountedWhite bellow Hardware L-861E Class 2 (Base- 1 (6.6) Quartz Red Red punting o 0?1 Mounted Hardware L- 61 E Class (Base- 1 ( 6.6) Quartz Red/Green Mounting o 30" Mounted) Hardware 125-2.8 Runway and Taxiway Signs. Not Required. 125-2.9 Runway End Identifier Ught (ICE IL). The R E I L fixtures shall meet the requirements of AC 150 5345-51 (current version), Type L- 49I, Style E. The REI L light units shall be LEES. Include a weatherproof ON/OFF switch (able to be locked out) at the master unit or control cabinet, to allow for the entire REIL system to he isolated from incoming power at the site. 1 5- ,10 Precision Approach Path Indicator (PAPI). I,�Nnits. iV F + P, r,IQA � mgppt *IQP F-PAI 1 1 "w" E? FAS (':.Able te he !eGked efflil-A t 11 %ad it t. Nino le. m. asteF unit or centrel cabinet ef 'ek- %ad %r-- 1h SP y sffi t e- ME I f te aliew the entire PAP I a+d �--%,ON inr, r„ I N pewer inmost> I 1'J �_ %_ I I �--cI For t l project, h I I'ri 1I 1 II be fu rn fished by the FAA and installed by the Contractor. 1 5- .11 Circuit Selector Cabinet. Not Required. 125-2.12 Light Base and Transformer Housings. Light Base and Transformer Housings should conform to requirements of AC 1 0/5 45-4 . Light bases shall be Type L-867, Class 1 , Size B (as shown on plans) and shall be provided as indicated/required to accommodate the fixture or device installed thereon. Ba se p lates, cove r pl ates, a nd a da pte r p I ates sh a I I he p rov ded to accom m mate va rious sizes of fi to res. L-1 5 - 2 L-1 5 — I n tal Iaticn of Airport Light ng Systems 1 /21/ 018 AC 150/53 70-10H 125-2.13 Isolation Transformers. Isolation Transformers shall be Type L-8301 size as required for each installation. Transformer shall conform to AC 150/5345-47. 1 5- .14 Constant Current Regulator. Not Required. [1916if& .411101Z 1 5- .1 Installation. The Contractor shall furnish, install, connect and test all equipment, accessories, conduit, cables, wires, buses, grounds and support items necessary to ensure a complete and operable airport lighting system as specified here and shown in the plans. The equipment installation and mounting shall comply with the requirements of the National Electrical Code a nd state and IocaI code agencies having jurisdiction. The Contractor- shall install the specified equipment in accordance with the applicable advisory circulars and the details shown on the plans. 1 5- .2 Testing. All lights shall be fully tested by continuous operation for not less than 4 hours as a completed system prior to acceptance. The test shall include operating the constant current regulator in each step not less than 10 times at the beginning and end of the 4-hour test. The fixtures shall i Iluinate properly during each portion of the test. 125-3.3 Shipping and Storage. Equipment shall be shipped in suitable packing material to prevent damage during shipping. Store and maintain equipment and materials in areas protected from Breather and physical damage. Any equipment and materials, In the opinion of the RPR, damaged during construction or storage shall be replaced by the Contractor at no additional cost to the owner. Painted or galvanized surfaces that are damaged shall be repaired in accordance with the manufacturer's recommendations. 1 # ,4 Elevated and In -pavement Eights. Water, debris, and other foreign substances shall he removed prior to installing fixture base and light. A j ig or hol ding device sha I I be used when insta I I i ng each I ig ht f i to re to ensu re position i rig to t he p roper elevation, alignment, level control, and azimuth control. Light fixtures shall be oriented with the light beams parallel to the runway or taxiwaytaxlway centerline and facing in the required direction. The outermost edge of fixture shall he level with the surrounding pavement. Surplus sealant or flexible embedding material shall he removed. The holding device shall remain in place until sealant has reached initial set. METHOD OF MEASUREMENT 1 5-4.1 Runway and taxiway Iights. Runway and taxiway lights will be measured by the number of each type installed as completed units in place, ready for operation, and accepted by the RPR. 1 5-4.2 p P1 and REIL systems will be measured by the number of complete systems, complete, ready for operation, and accepted by the RPR. Each system Installed will include not only furnishing and installing equipment, but also foundations, all control cabinets, cabling and conduit between units within the system, Off/OFF switches for power isolation, and all connections. Conduit and cable between units 1II not be measured separately, but shall be considered part of the system, complete, in place. L-1 2 5— I nsta I I ation of Ai rpo rt Light i ng System s L-1 5— 3 AC 150/ 5370-1OH 12/ 1/ 018 For the PAPI system furnished by the FAA, all work shall be under the supervision of FAA personnel. The breakdown of responsibility for this item is (major items only) as follows; FAA Provides o Light Boxes (all 4), including mounting hardware at top of legs o Power and Control Assembly box (P) o Air -to -Ground receiver controller and antenna Contractor Provides / Completes e Handholesfor power supply o Base cans at each light unit o Conduit and cables from existing power supply handhole to new handhole (assure 100 If from point of power interception to new handhole at power/control rack) o All foundations (4 light boxes and P A rack) o ' PCC surround at each light box o 41f thick PCC su rround of foundations (10W x 1 �1 less foundations) o Legs and frangible couplings for light boxes o Legs and support struts for IA A rack items e All grounding (4 light boxes and P A rack) o All conduits and cables connecting light boxes, PCA rack, power, etc. o A I N E MA encl osu res o Crushed rock with fabric and edg i rig as shown on the plans o Additional items as required to make the PAPI system operational The PCC access road to the PAPI system (S" PCC on 4" granular base) will be measured and paid for separately under their own bid items. 125-4.3 Removal of runway lights. Existing runway edge or threshold lights in areas to be re -lighted shall be removed, including all foundations and base cans. Lights in paved shoulders shall require the hole from removals to be filled with compacted granular rock and the shoulder patched with 6" PCC. Lights shall be offered to the Owner and if not claimed, disposed of by the Contractor. The unit of measurement for each of these shall be by each item removed f and salvaged or disposed of. 1 5-4.4 Removal of a isti ng FEE I L system. The existing ICE I L system shall he completely removed ' emoved' including foundations. Cable beyond 5 ft. from the removed knits may be abandoned and left in place? but if disturbed during any work, shall be removed and disposed of off -site by the Contractor. The removed REI L system components shall be offered to the Owner, and if not claimed, become the property of the Contractor or be disposed of off -site by the Contractor, 1 5-4.5 Removal of existing PAPI system. The existing PAPI system shall be completely removed, i ncluding foundations, PCC access road, rock surround, power and control rack, power supply ha ndhole, and all connecting cable between the LH 's and the control cabinet. Component removal shall be completed under the direction of the FAA on -site representative. All removed PAPI components shall be packed and delivered to the FAA representative in Cedar Rapids and become the property of the FAA. All removed equipment, concrete, rock, cable, foundations, or other miscellaneous items removed that are net claimed by the FAA shall be disposed of off -site by the Contractor. Cable from the poorer supply handhole to the interception point near the new PAPI system shall be removed from conduit and conduit net under pavement shall be removed. Any additional cable or conduit may be abandoned and eft in place, but if disturbed during any work, -shall be removed and disposed of off -site by the Contractor. L-1 5 - 4 L-1 5 — I nstaI Iation of Airport Light ng Systems 1 /21/ 018 AC 150/53 70-10H BASIS F PAYMENT 1 5-5.1 Payment will be made at the Contract unit price for each complete runway light, new PARI or REIL system, installed by the Contractor and accepted by the RPR, or for removals. This payment will be full corn pen sation for furnishing all rn aterli a Is and for all preparation, a ssernbly, and *1n taIIation of these materials, and for all labor, equipment, tools and incidentals necessary to com plete this item. Payment will be made under: Item L-125-5.1 L- 61 Runway Edge Light, Base -Mounted — per Each Item L-1 5#5. L- 61 E Ru nway Th re-hol d Light, Base-M o u rated — pe r Ea c h Item L-1 5-5.3 L- 61 E Runway Threshold Light, Base -Mounted — per Each Item L-125-5.4 L-880 RAP I System, Complete, Install FAA -Furnished System — per Lump Sum Item L-1 5-5.5 L- 49I REIL System, Complete, in Place — per Each Item L-125-5.6 Remove Runway Edge and Threshold Lights — per Each Item L-15#5.7 Remove R E I L Syste m— Ea ch Item L-125-5.8 Remove RAID I System — Each REFERENCES The publications listed below fora a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. Advisory Circulars (AQ AC 150/5340-18 Standards for Airport Sign Systems AC 1SO/5340-26 Maintenance of Airport Visual Aid Facilities AC 150 5340-30 Design n and Insta IIation Details for Airport Visual Aids AC 150/5 45-7 Specification for L-924 Underground Electrical Cable for Airport Lighting Circuits AC 150 5 45-10 Specification for Constant Current Regulators and Regulator Monitors AC 150/5345 - 6 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345 -2R Precision Approach Path Indicator (PAPI) Systems AC 150/5345-39 Specification for L- 5 f Runway and Taxiway Rotrorofloct live Markers AC 1505 45 -4 pecif i catio n for Airport Light Bases, Transformer Housings, Junction Poxes, and Accessories AC 1505 45-46 Specification for Runway and Taxiway Light Fixtures AC 150/5 45 -47 Specification for Series to Series Isolation Transformers for Airport Lighting Systems AC 150/5345 -51 Specification for Discharge -Type Flashing Light Equipment AC 1505345 -5 Airport Lighting Equipment Certification Program L-1 2 5 — I nsta I I ation of Ai rpo rt Lighti ng System s L-1 5 — 5 AC 150/ 5370-1OH 12/ 1/ 018 Engineering Brief (EB) EB No. 67 Light Sources Other than Incandescent and Xenon for Airport and Obstruction Lighting F I to res 421%012k I I Al I Is INLI L-1 5- 6 L-1 5— I n taI Iaticn of Airport Light ng Systems APPENDICES Runway 7/25 Threshold Relocation Iowa City Municipal Airport T51.122513 FAA Al P No. 3-19-0047-030-2021 Iowa City, IA Iowa City Municipal Airport Runway 7 5 Threshold Relocation Intentionally Left Blank Iowa City Municipal Airport Runway 7 5 Threshold Relocation �.� BOLTON & MENK Real People. Real Solutions. Submitted by; Bolton & Menk, Inc. 401 1"Street SE Suite 201 Cellar Rapids, IA 5 401 Construction Safety &Phasing Plan (CSPP) For Runway 7j25 Threshold Relocation FAA AIP Na. 3-19-0047-030-2021 Iowa City Municipal Airport (AMW) Iowa City, Iowa May 0 1 I hereby certify that this plan, specif [cation or report was prepared by me orunder m direct supervision, and that Iarmaduly LicensedProfessional Engineer under the lags of the State of Iowa. Carl L. Byers, P.E. License No. 12845 Date: 5/5/0 1 Prepared by: Bolton & Menk, Inc. Certification Page Construction Safety and Phasing Plan (C PP) iOVERVIEW ............................................................................................................................................ I U' PURPOSE ............................................................................................................................................... I UL CQNSTRU[TK]NSAFETY&PHAS I NGRESPON5|BUL|TlE 2 A. Airport I B. Construction Contractor ........ ---.---.---------.---.---'—.-------..I C. Airport Ten ants ............................................................................................................................................. 3 D. prmjectE��h��er.--------._----.-------------._----.--------� IV. CONSTRUCTION SAFETY & PHASING .................................................................................................... 4 A. Coordination................................................................................................................................. 4 D. GznstructionPhasin�---.--.-------------..-----._------------..� C. Areas &Operatioins Affectedb»Construction Activ Itie-5................ .......... ............................. .5 0. Protection ofNavigational A+Ids(��VA|Os--------.-----._------------.� E. ComtractwrAccess-------'.-----.-------------._----.-------'.G F, Wildlife Management ................................................................................................................... 7 G. Foreign Object Debris (FOD)Management ........................... ............... .......... ........................... 7 H. Hazardous Materials (NAZMAT) Management -------............... .......... ........................... 8 i Notification ofConstruction Activities ............. ............................. .......... ............... .................. 8 J. Inspection Requirements .............................................................................................................. g K. Underground Utilities ................................................................................................................... 9 L. Penalties ....................................................................................................................................... g M. Smeci a|Condi tkzns--------........................................................ .......... ......................... 1D N. Runway&TaximmyVi sua|Alds—.-----.----_--------._----.-------'ID 0. Madk ings& S i gnsforAccessRoutes------------------._------------'1I P. Hazard Marking & Lighting ...................................................................................................................... lI Q. Protection mfSafety Areas .--.-------------.-----._------------lI Appen dix A: Construction Saf ety &Phas7ng P|an(CSPP) Appendix B: Safety Inspection Checklist Prepared by: Bolton & Memk,|nc Table orContents 1. Overview This document presents the Construction Safety and Phasing Plan (PP) for the proposed Threshold Relocation project at the Iowa City Municipal Airport being performed under the Federal Aviation Administration (FAA) Airport Improvement Program (AI P), The City anticipates authorizing onsite work to commence on or about July of 2021, pending execution and approval of the grant documents by the FAA. Final completion of the project is expected to he in Summer 2021, depending on weather. The objective of this C PP is to provide a general outline of the construction safety and phasing provisions for working in or near the Air Operations Area (AOA) contained in the hid documents (Project Plans and Specifications, and to explain how those provisions will be implemented during construction. 11* PURPOSE The Plan provides single source procedural information for all key project personnel to use during construction. The CSPP defines the specific responsibilities of the Airport Operator, the Contractor, Ai rport terra nts, a rid t he Pro j ect Er g i neer. Requiremernts for maintai ring operation a I safety during construction acre in conforma rice with FAA Advisory Circular 150/5370- , "Operational Safety on Airports During Construction". The project specific Construction Safety a rid Phasing Plan for tine project is shown on the J.01 to J.03 plan sheets and is attached to this report as Appendix A. III. CONSTRUCTION SAFETY & PHASING RESPONSIBILITIES A. Airport Operator The Airport Operator is responsible for operational safety on the Airport at all times. The City of Iowa City is the Airport Operator. The City will issue Notice to Airmen (NOTAIVIS) whenever construction activities occur in the A A. The City will provide oversight of all construction activities and coordinate those activities with the Airport user (pilots) and Airport tenants. The City will hold weekly construction progress and safety meetings. During those meetings operational safety will he reviewed and are action plan will he developed as needed to address any discrepancies in safety that need to he corrected. The City will require and approve a Safety Plan Compliance Document (SPCID) from the Contractor prior to the Notice to Proceed. B. Construction Contractor The Contractor will he required to attend scheduled progress and safety meetings and to correct any discrepancies found in safety. The Contractor is required to submit a completed SPCD to the City for approval prig to the Notice to Proceed. Safety Plan Compliance Document requirements are noted below: The Safety Plan Compliance Document (SPCD) should include a general statement by the con struct ion co ntractor that he/ h e h a s rea d a nd wi I I a b1i de by th e USPP. I n addition, th e P D must include all supplemental information that could not he included in the CSPP prig to the contract ward. The contractor statement should include the nano of the contractor, the title of the project CSPP, the approval date of the CSPP, and a reference to any supplemental information (that i � "A., large of Contractor , have read the Title of Prepared by: Bolton & Menk, Inc. Page I Construction and Safety Phasing Plan (C PP) Project CSPP, approved on Date 1 and will abide by it as written and with the following additions as noted:"). The supplemental information in the SPCD should he 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 he 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 erg plo ees and subcontractors. () Phasing. Discuss proposed construction schedule elements, including: ( a ) Duration of each phase. (b) Daily start and finish of construction, including "night onl " construction. (c) Duration of construction activities during-. (i) Normal runway operations. (ii) Closed runway operations. (iii) Modified runway "Aircraft Aircraft Reference ode" usage. (3) Areas and operations affected by the construction activity. These areas and operations should be identified 'in the CSPP and should not require an entry in the P D. (4) Protection of NAVAI Ds. Discuss specific methods proposed to protect operating NAVAI Ds. Coordinate with FAA Air Traffic Organization (ATO) (local tech ops) for turning off FAA -owned NAVAIDs. That office has noted that they will also marls their own power and control cables prior to construction. (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). (b) Listing of individuals requiring driver training (for certificated airports and as requested). (c) Radiocommunication . (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) W11ldlife management. Discuss the fol I o i ng: (a) Methods and procedures to prevent wildlife attraction. (b) Wildlife reporting procedures. (7) Foreign Object Debr (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. Prepared by: Bolton & Menk, Inc. Page 2 Construction and Safety Phasing Plan (C PP) (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 time -frame for submitting 74 0-1 forms not previously submitted by the airport operator. (d) Batch plant details, including 7460-1 submittal. (10)lnspection requirements. Discuss daily (or more frequent) inspections and special inspection procedures. (11)Under round utilities. Discuss proposed methods of identifying and protecting underground utilities. (1 )Penalties. Penalties should be identified in the C PP and should not require an entry in the SPCD. (1 )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 NAVAI Ds. Discuss proposed visual aids including the following: (a) Equipment and methods for covering signage and airfield lights. (b) Equipment and methods for temporary closure markings (paint, fabric, other). (c) Types of temporary Visual Guidance Slope Indicators ( EM I). (15)Marking and signs for access routes. Discuss proposed methods of demarcating access routes for vehicle drivers. (16)Hazard marWing 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. (h) Equipment and methods for separation of construction operations from aircraft operations, including details of barricades. (1 )Other limitations on construction should be identified in the C P P and should not require an entry in the SPCD. C. Airport Tenants The Airport will notify Airport tenants of all pending construction activities thatimpactthem and advise the tenants of planned pavement closures and other activities in the AOA that will affect aircraft operations. D. Project Engineer As part of the Project Construction Management,, Inspection, and Quality Assurance process,, the Project Engineer will monitor construction safety on a daily basis, utilizing the "Construction Project Daily Safety Inspection Checklist" (see Appendix 113) to ensure an a ppropriata level of priority i s given to safety. Any d i scra pa nc i es i n safety wil I he i rn rn ed late l brought to the Contractor's and City's attention for corrective action irn plementation. Prepared by: Bolton & Menk, Inc. Page 3 Construction and Safety Phasing Plan (CSPP) IV. CONSTRUCTION SAFETY & PHASING A. Coordination preconstruction conference wit I be held as soon as. practicable after the contract has been awarded and before issuance of the notice to proceed. The preco nstruction conference participants .should include, but not he limited to, the sponsor's engineer, resident engineer, airport management, testing laboratory representative, contactor and u hco ntracto r(s ), contractor's project superintendent, contractor's project clerk, airport users, utility companies, federal, state* or local agencies affected by the proposed construction, and FAA representative. Contractor progress meetings will be held weekly for the duration of construction. During paving operations, meetings shall be weekly. operational safety will be a standing agenda item for discussion during progress meetings s throughout the project. Date, time, and location of the progress meetings i I I be determined at the pre -construction meeting. Scope or schedule changes for the project may necessitate revisions to the CSPP and may require review and approval by the City and the FAA. Any proposed charges to the CSPP shall be approved by the airport and FAA prior to execution. B. Construction Phasing The project will be constructed in 2 phases. Details of the phase is listed below. a. Phase I ■ Scope of Work _ Removal of existing threshold lights, relocation of existing PAPIs ■ flu n a 7/2-5 w i I I he closed d u ri ng phase 11 but re -open ed at n ig ht ■ Runway 1 /3o wit I remain open ■ Duration — 20 Working Days ■ Taxiway crossovers to runway 7/ 5 will be closed during phase I ■ Emergency vehicle access route — No impact ■ Construction stagi ng a rea — See CP P pl a n sh eet ■ Construction access and haul route — See C PP plan sheet ■ 1mpacts to NAVAl Ds — Run a 7 5 PAPI's and R E I L's wiII be turned off ■ Lighting and marking changes — Existing thre-shold lights will remain operational for night operations, as SriII a isting PAP a rid R E I L systems — N ew edge Iights, threshoId lights,, P PI system, and REIL system will be installed, but not powered up except for edge lights at Contractor's discretion ■ Required hazard marking and lighting — Low profile barricades and runway closure crosses ■ Lead ti mes for r p ui red notif icati o n — 7 2 hou r h. Phase 2 ■ Scope of Work —Removal of existing pavement marking, new pavement marking ■ Runway 7j25 will be closed during phase 2 Prepared by: Bolton & Menk, Inc. Page 4 Construction and Safety Phasing Plan (C PP) ■ Runway 1 / D will be closed during marking operations affecting runway 1 / 0 (Phase B) ■ Duration —10 Working Days for Phase 2A, with Phase 2B limited to 6 Fours total and no single closure in excess of 4 fours ■ Taxiway crossovers to runway 7/ 5 i I I be closed during phase ■ Emergency vehicle access routes — No impact ■ Construction stagi rng a rea — See CSP P pl a n sh eet ■ Construction access and haul route — See CSPP plan sheet ■ impacts to NAV I Ds — No Impact ■ Lighting and marking charges — existing markings shown an plan removed, pavement markings re-established per marking plan. During this phase, all new lights, new I API system, and new R E I L system will be made operatiornaI and rem ova I of old lights, old PAPI system, and old REIL system will be completed ■ Required hazard marking and lighting — Low profile barricades and runway closure crosses ■ Lead ti mes for raq u i red motif i cation — 72 ho u r c. Construction Safety Drawings Drawings specifically indicating construction operations and safety have been developed for each schedule and phase. These drawings have been included in Attachment A and can also be found in the contract drawing bid package. C. Areas & Operations Affected by Construction Activities Refer to the table below to view the affected airport elements during the different phases on the project. Element I Existing I Phase 1 1 Phase 2A I Phase 2 B Runway 7/25 open Closed Closed Closed Runway 12/30 Open open Open Closed D. Protection of Navigational Aids (NAIDs) NAVAIDS for Runway 7/ 5 will be turned off and NOTAMd off during all tires of runway closure. NAVAIDS for the west (larding Rory 7) and of Runway 7 5 w I I be returned to service when the work is complete, but relocated REIL's and R BI's for Runway 25 will be NOTAM'd out of service (OTS) until the FAA f light check is completed. Instrument Larding System (I L ) 11 does not have an IL. Precision approach path indicators (P PIs) PAPIs for Runway 5 will be relocated for the relocated threshold. Ru nway end identified lights (RE I Ls) REIL's for Runway 25 will be relocated for the relocated threshold. Prepared by: Bolton & Menk, Inc. Page 5 Construction and Safety Phasing Plan (C PP) E. Contractor Access 1. Location of Stockpiled Construction Materials tockpi les of construction materials and equipment shall be located only in the Staging Areas and are restricted to a maximum height of 15 feet. . Vehicle & Pedestrian Operations a) Construction Site Parking Employees' vehicles must be parked in the staging area shown on the plans or in the airport parking lot spaces approved by the a i rport manager. No employee vehicles will be allowed into the worksite beyond the staging area limits. b} Construction Equipment Parking When not in use, construction vehicles and equipment shall be parked outside of Runway bstacle Free Zone (ROFZ) and Taxiway Object Free Areas (TOFA's). Construction vehicles shall be serviced only in Staging Area. Construction vehicles and equipment shall never be left unattended/parked on runway or taxiway, c) Access & Haul Roads The contractor will be restricted to use the haul route(s) shown on the drawings. Right-of-way must be given to all emergency vehicles. See paragraphs (e) and (g) in this section for requirements operating within the airfield environment. d} Marking &Lighting of Vehicles Only marled Contractor -owned or operated vehicles required for the proper execution of the work will be allowed in the work area. All vehicles and equipment must have an Omni -directional amber flashing light and/or -foot b -foot flag having a checkered pattern of international orange and white squares at least one foot on each side, All vehicles and equipment rust be equipped with are Omni -directional amber flashing light for all airfield activities between sunset and sunrise or when visibility is low, Vehicles within the airfield environment must display company identification markings on both sides of the vehicle. Non - motorized ep u i p nne rat must have a reflective devise displayed on the front, back and sides. All supervisory and survey personnel vehicles which operate within the airfield environment but outside the work area must have a company vehicle with an amber flashing light mounted on the roof of the cab and identifying markings, visible from 300 feet, mounted on both sides of the vehicle. FAA Advisory Circular (A,C.) 150 5 10-5D. "Painting, Marking, and Lighting of Vehicles Used on an AirportY' shall be referenced for requirements. e) Required Escorts Escorts will not be required on this project. f) Situational Awareness Idle driving or working on the airfield en ironment, there must be no devices in or on ears other than those used to protect hearing or communicate company business, Yield right-of-way to emergency vehicles displaying rotating beacons and/or using sirens and other audible emergency signals. In the event of are emergency, be prepared to move workers, vehicles, and equipment immediately at the direction of the City. Prepared by: Bolton & Menk, Inc. Page 6 Construction and Safety Phasing Plan (C PP) g} Two -Way Radio Communication Procedures All activities within aircraft movement areas will require tiro -way radio communication. In the event the contractor needs to access a movement area, a I I rad io corn rn u nications wil I I be pe rformed by the City u sIng the Commo n Traffic Advisory Frequency (TAF ). Frequency that will be used by City personnel is: T F — 122.80f Hz h) Maintenance of the Secured Area of the Airport N/A for this project F. Wildlife Management 1. Trash Receptacles rust be provided by the contractor and equipped with metal, canvas, or plastic covers. Food scra ps or other trash may not be disposed on the ground and must be collected and placed in the covered receptacles as to not attract wildlife. . Standing later Staging areas} stockpile areas, and the work area must be graded to drain to avoid attracting wildlife Tall Grass & Seeds The use of low -quality seed mixtures that contain seeds of plants (such as clover) will attract wildlife and rust not be used. Grass and greeds must be managed, or cut if necessary, within work a reas to avoid attracting wiIdIife. 4. Disruption of Existing Wildlife Habitat Contractor personnel should 'Immediately notify the airport operator of wildlife sighting. G. Foreign Object Debris (FOD) Management The contractor will be required to ensure the airfield environment is Dept continuously free of construction debris, equipment and/or materials that might endanger or be ingested by an aircraft. Take extreme care to ensure nowork-related debris or other loose items can be blown by wind or aircraft engine blast. The Contractor must be responsible for any resulting damage to aircraft engines and/or other property arising from failure to secure and/or protect debris, tools, supplies, or other loose items. In areas that may result in the tracking of soil, sediments., or hazardous materials on the wheels of hauling equipment outside the area that are enclosed by erosion and silt sediment control devices, the Contractor must provide the means and rnethods to remove these materials prior to the vehicle exiting the controlled area. Equipment operated on haul routes over existing pavements must always be Dept free of material spillage and foreign matter. Standby} equipment is always required to be onsite and operational throughout the project and must include, at a minimum, a self-propelled regenerative air sweeper and a water truck always Dept loaded. Prepared by: Bolton & Menk, Inc. Page 7 Construction and Safety Phasing Plan (C PP) H. Hazardous Materials (HAZMAT) Management HAZI IAT procedures will be developed by the Contractor prior to issuance of the Notice -to - Proceed (NTP), including, but not limited to: 1. Fuel Storage Locations . Locations for Fueling and/or Servicing of Equipment . Spill Procedures 4. M D For additional information and requirements on airports, reference FAA A.C. 150/5 0-1 l "Management of Airport Industrial Waste". I. Notification of Construction Activities 1. Responsible re p re -se ntativos/poi rats of contact Points of Contact NAME REPRESENTING PHONE EMAIL Michael Tharp Iowa city Municipal Air port 515-239-51 0 M ich ael-TIC a rp @ iowa-city.org Carl Byers Bolton & Menlo, Inc. 515-5 0-3631 rl_ r 4 �3c lac r�-f1 l r� k_ =c rr7 Ritzy Lemke Bolton & Menk, Inc, 31-360-0331 Kitzy.Lemke@Bolton-Menk.com . Notices to Airmen (NOTA Ms) Only the City or their designated representative may initiate or cancel a NOTAM on airport conditions and is the only entity that can close or open a runway. Points of contact for issuing NOTAMS are as follows: Main Contact i Michael Tharp, Airport Manager @ 19- 55-5045 . Emergency Notification Procedures ■ Emergency — DIAL 911 ■ Airport Manager (Mike Tharp) — 319- 5 -5045 ■ City of Iowa City _ 19- 5 -5010 ■ TAE ra d io em ergency — 12 2,80 M Hz ■ Iowa City Police Department — 31 -3 56-6 00 ■ Iowa City Fire Department — 319-3 56-5 69 ■ Hospital — University of Iowa Hospital — 31 -356- 23 ■ Iowa Poison Control — 00-2 -12 Prepared by: Bolton & Menk, Inc. Page 8 Construction and Safety Phasing Plan (c PP) 4. Notification to the FAA a} Part 77 The project will not affect navigable airspace. However, if this changes, the City will file an FAA 7460-1f Notice of Proposed Construction or Alteration, for the project. Any equipment, (cranes, graders, other equipment) used by the contra cto r t hat exceed the 15' height I i ran itati on m u st al so have a 7460-1 a i rspa ce evaluation and determination prior to use. J. Inspection Requirements 1. Daily inspections Inspections shall be conducted by the Contractor at least daily, but more frequently if necessary, to ensure conformance with the CSPP. The City will have the final authority in determining if the area is suitable for aircraft use. Appendix B contains a safety inspection checklist list that may be used by the Contractor or City. Any deficiencies, whether caused by negligence, oversight, or project scope change, are to be addressed immediately. . Final inspection An inspection must be conducted by the City prior to the commissioning of any newly constructed areas open to air traffic. The City will have the final authority in determining if the area is suitable for aircraft use. Appendix B contains a safety inspection checklist list that may be used by the Contractor or City. I . Underground Utilities Notify Iowa One Call and owners of underground utilities within the construction area or within affected public rights -of -way or easements, aria the "one -call' notification system (1- 00-2 - 989) in advance of the commencement of excavation activities. Notify the City when the "one -call" request is being initiated. Contractor must not cross electrical or communication cables unless protected by approved rnea ns. In the event of interruption to fi a Id -I ocated ut i I ity services as a re.su It of the wo rl , p rorn ptly notify th e City fi rst, and th en th e proper authority. Cooperate with said authority in restoring service as promptly as possible. If required, the Contractor rust install suitable temporary service until permanent repair is completed. Refer to General Provisions, Section 70. L. Penalties The Contractor is responsible for compliance with the C PP as detailed herein. Violations will he cause for the project to be stopped and project safety procedures evaluated. Contractor workingdays will continue to be charged, even if the City ceases construction operations. The City will decide if and when work will continue. Enforcement of these regulations will be by the City. Refer to General Provision Section 0-06, Temporary suspension of the Work, for further details. Failure to comply with the CSPP is a failure on the part of the contractor to carry out orders given or perform any provisions of the contract. Prepared by: Bolton & Menk, Inc. Page 9 Construction and Safety Phasing Plan (C PP) M. Special Conditions n aircraft In distress may require the Contractor to immediately move equipment. The City will notify the Contractor in the unlikely event of an aircraft i n distress. The Contractor will be required to com ply with all City and/or Air Traffic instructions, and all equipment directed to be moved sh a I I be re located to the Stagi ng Area Various ci rcumstancesf such as an aircraft accident., security{ breach, or other unforeseen event may require suspension of the construction. The City will notify the Contractor when suspension of the work will be required. See Section H — Emergency Notification Procedures for emergency contact information. A VPD (vehicle/pedestrian deviation) is any entry or movement on the ,movement area by a vehicle or pedestrian that has not been authorized by the City. I n the event of a VPD, the City reserves the right to suspend the work or any portion thereof and Continue suspension until the completion of any investigation or evaluation by the City and full compliance with any corrective ,measures which the City may reasonably require. In addition, the City may require the Contractor to provide to the City a written plan, satisfactory to the City? to demonstrate the Contractor's ability to prevent future violations. See Section E — Contractor Access for vehicle and pedestrian operations and two-way radio communication requirements. N. Runway &Taxiway Visual Aids 1. General Temporary airport markings are not needed for this project. Temporary traffic control devices must be clearly visible to pilots, not misleading, confusing, or deceptive. Al temporary traffic control devices must be secured in place to prevent movement b prop wash, jet blast, wing vortices, or other wind currents and constructed of materials that would minimize damage to are aircraft in the event of inadvertent contact. . Markings a) Temporari ly Closed Runway Temporarily closed runways are identified on the Construction Safety & Phasing Plan and identified i n Section C — Areas & Operations Affected by Construction Activities. Temporarily closed runway at runway/taxiway intersections must have ow -profile barricades placed outside the RO F . Lighted 's must be placed over the numbers of the closed runway for the duration of the closure as shown on the CSPP Plan sheet (J.01— 1{04). b) Temporary Closed Taxiway Temporarily closed taxiways are identified on the Construction Safety & Phasing Plan and identified In Section C — Areas & Operations Affected by Construction Activities. Temporarily closed taxiways at runway/taxiway intersections must have low -profile barricades placed outside the ROFZ and the small X located 10 feet from the runway edge per Figure -4 in FAA A.C. 150/5370-2G when the runway is open and the taxiway is not. Lighti ng a in d visu a I VISAI Ds Impacts on existing Runway 75 lighting and visual aids is discussed earlier in this report* in paragraph 2, "Construction Phasing". Prepared by: Bolton & Menk, Inc. Page 10 Construction and Safety Phasing Plan (C PP) 4. Signs When Runway 7/ 5 is closed, all signs relating to Runway 7/ 5 will be turned off or covered. o. Markings & Signs for Access Routes Access for this project will be from a gate off Riverside Drive. This type of project will have limited personnel airside, and the Contractor is responsible for his workforce familiarity with access, so no signs for access routes will be required. P. Hazard Marking & Lighting Before starting ► ork, the contractor must provide and have available all signs, barricades, and lights necessary for protection of the work. Install and maintain adequate warning signs and lighted barricades to protect property and personnel in the work area. Barricades must be weighted or anchored to prevent overturning from wind or aircraft engine blast. Ra rri cades a re not pe rm itted i n a ray active safety a rea. Ba rrica d es located with i n a ru nway o r taxiway object free area and/or on aprons must be as low as possible to the ground, and no more than 18 inches high, exclusive of supplementary lights. Barricaded must be spaced according to the function. For aircraft movement areas barricades must be placed at 10' on center. For vehicle movement areas barricades must be placed at 4" on center. For personnel movement area barricades must be placed with 0f spacing. The Contractor must 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 as information included in their SPCD. Lighting must be checked for proper operation at least once per day, preferably at duly. Open trenches, excavations, or obstructions not being actively worked must he marked with I ghted and weighted barricades which can be seen from a reasonable distance. Contractors must prominently marls opera trenches and excavations at the construction site with red or a ra n e f lags, as a ppro ed by t he City, a n d I fight t hem with red lights d u ri ng hou rs of rest rioted visibility or darkness. Q. Protection of Safety Areas 1. Runway Safety Area (RSA) No construction may occur within the existing RSA while the runway is open for aircraft operations. Open trenches or excavations are not permitted within the RSA wh1le the runway is open. If possible, backfi I I trenches before the runway is opened. Soil erosion must be controlled to maintain RSA standards, that isf 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 the occasional passage of aircraft without causing structural damage to the aircraft. Grading tolerances inside the safety area must be 5% maximum grade with no humps/depressions/drop-offs greater than -inches. The RSA is depicted on the Construction Operations, Safety, and Phasing plan contained in attachment 1. The dimension for the Runway 7/ 5 RSA 'is 250-FT each side of centerline and 600-FT beyond each runway end. Prepared by: Bolton & Menk, Inc. Page 11 Construction and Safety Phasing Plan (C PP) 2. Runway obstacle Free Zone (ROFZ) Personnel, material, and/or equipment may not penetrate the oFZ while the runway is open to aircraft operations. The runway OFZ i s depicted on the Construction Safety Phasing Plan Cunt i ned Irk Appendix A. The dimension for Runway 7/ 5 ROF i 00-FT each side of centerline and 00-FT beyond each runway end. 3. Runway Object Free Area (ROFA) Construction, including excavations, may be permitted within the ROF . However, equipment must be removed from the ROFA when net in use and material shall net be stockpiled in the ROFA. The dimension for the Runway 7/ 5 R FA is 400-FT each side of centerline and ()()-FT beyond each ru nway end. 4. Taxiway Safety Area JSA) o construction may occur in the TSA while the taxiway is open to aircraft operations. Open trenches or excavations are not permitted within the TSA while the taxiway is open. Baclfill trenches before the taxiway is opened. 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 the occasional passage of aircraft without causing structural damage to the aircraft. Grading tolerances inside the safety area must be 5% maximum grade with no humps/depressions/drop-offs greater than -inches. For this project, the TA will be .5-FT each side of centerline for a II taxiways. 5. Taxiway Object Free Area (TOFA) o construction will be allowed within the taxiway object free area while the taxiway is open to aircraft operations. For this project, the TOFA will be 65.5-FT each side of centerline for all taigas. 6. Runway approach/departure surfaces All personnel* material, and/or equipment rust remain clear of approach/departure su rf aces. R. Other LimItations on Construction 1. Prohibitions a} Open flame welding or torches are prohibited unless fire safety precautions are provided, and the airport has approved their use. b} The use of flare pots is prohibited within the Airport operations Area (AAA). c) No smoking will be allowed within the airfield environment. Prepared by: Bolton & Menk, Inc. Page 12 Construction and Safety Phasing Plan (C PP) w = M x�~ = V' IwOwi{4j LLJU w w m J 4 p U 4 p <6. F Z p>awC �=z D W Q Q Li W� V - W �' W r # =�vw °m Lj z � J OC O ❑ w Q_ F• _ J e - - WSW mi70- X w ❑U Z CD LL ❑ i!'1 ;n 05 J � J O , 07 Q � ,1 LJJ < 0 J � ruy Ll7 U.) NJ N'} ' m " w .� ova~ EC=dz r w w F w w F W ❑ w 7 Z F y a - = r. rti sn 4 r LL O � J w _ LU H < vv H W F- LU O � z < m { Q 2 � LA LA m ❑ W u LL 0 m CC z CL w w vi Q N LP W H 4 ❑ O= ti ❑ _ m Z LJ _ W r z S W { w z Ov ti �Z rcLL ro z 0 U F 4 _ > 20 ��Cw ru F'z J�� F 2 U 2 F w W O w F 47UU77�4 2J2 >j- C y u w 2 U cC C]O { D ❑az uO '.w++ 4JF Z m a ft a Q 4 L70 v5d-# z � ❑r'F �0 #ati �0 w W Q t❑ _ 0 2 9 :> C Ld Qu�i nO2 ;_ry U' a ww �4+uu Z vFiz z�=z 2 ww L" Q W J J J F 2 Z! F-r w w ❑ 2 a V a z r+y z_� mx C Z U a W F0wFZd b=_- 0u2.n z u a W XQ _ 2#mow a b= F=d.n } J Z F z{�F��0 a { , 2 xz= F } Z H OZ 0 '--' ~ 2 n u d ❑ Z u G. n u�i 0 }dw LJO rJZ,X m2zd Qyn❑ ? r a d= a¢ .-. w F�c�G j32w z m v+ wd ;SwF a U z z C�, 3 o F w - 2 0 _ F 7 x ❑ � -2 Z N LD W 0 z Z� F z LLn# SZ v L ry z F } V W - i 'Y yT Ur =u'++i 11 .~nm"r w 0 �Lj Vi d d w 4r: Z F } } :} '❑ m U zO OCLU d u Uw w zZ� x U 0 n F G F w 0 wd u ZZ;2 ��"^{�2❑ °CJCU Q Q s F= r 0 w2�0 Z-l.� viw,:i.rF vi #wui _0 s S 2Z 2 J QO = F z -d F a 0 z _w w 'r ti {CUw Jti x7,8 C Q r�OF2�M z s C £ d zQ mS.U.,wr rda rG, ]wF =L7 z LL =w � 4UzT = 2 F,- rEY O l^❑i_,Or-mFv2: sw 2o 0r✓,2 C2'y �0F i "Z�s ty n< m0 u0 gym, Y 22 W Q O I n uaq 2 4Y�r. W ' Z❑ M a' ��iFnF y s 0 U O {C ,Y�.YZ z J J W Q W r W 0 5 Q.., 4wd F4w - w`�- 0C ¢_ #uu. 2xx ow F�� Us.i d uO COSz C s 2 wF��w �c {-' z z ww Ode d w� d -_ 7 ❑4❑ 4F rc "2 I 4S7d zd w d W 2ce Z z F �4#7 v> a z� #p:nS ¢ �z = F z,„ -' O�z~ 2 ad N .N 0 K w qx==_}• „F•,LL wLL2 LL Ud w 0u wviZF4 -zF Lj Cw CS 0Q �w{yU eLZ d CL sC� ti aLL i7C F.x ' z a%mm0 00 u' n Z u d U Z U-, x =p a H d A � w zz Y. _ Uaa {C 7 drr ..� = u O ,J2r 0D rx= `-" �z0 d=ow W w Y t 'Y [e diJ� ,.a �u_C LLma 47 o�cz dxQp W 500 w wd Fr+smv, F w d # 2 4 F 6 a Y =oww�-¢ {�: J dzF02 xz� = 0 <0 C 1w Z Jf !� U z ~Qw# d -w s d Fz 'I --F 2 F Q 5.. ¢ s � l7 C Ci FU7 SF..r w �w.r~im 206 a 7 ruu cr � z 0 ,i Jh L.,- ¢O -FFn '- ww7L wa V~im2a.f �= x fa < u n Fw V 4 Fr n47 W n d0F z US2�� 0 tiY U dsua ;� zF s F 0u ~F¢F2 it } z Z W Y ❑_ Jw CS0m •.i 2Lr: U U # J } { ~ �,y 2 2 s x ~ a20 Qs ice r FF r�dlau J< � d � -3 Ili Y Li 0 LL 2 n 9 z � � J ww 7 C `C G`ww L m F W Lj z`Q a za `U-. wa❑'ttZ 0 w `n z> 0 Z F ? a�i°Pw z w4LL0 U fl_ Y Z w LL F w r U u W Z d W 2 ac �O z w aZ#u �G a 0 O pp ^c d O F ¢ U W:Q VFjU �F # u F z In .J T ? C J ❑ 3 > d df `fl s w y 2 i n x W p r } xZ z z 7 d �� wy x 7w w li # u c2 aW 0v+ �w # ¢ Q. 020 LL x Y Q# O '+�^ aQ= i� „1 0 wxtiOz F F n 4 2 a � w w Z F W 6 Q a: �_ :7 Z to w � q w L 2 z ❑ W m oc w w s W r Z ❑ .� � Fw d `r'T � 6 � dz06 z n - ¢ � 'W `flZ2p0 �a W r� =0 � W FLLO V ',~i � � w n Fr 0, u❑ = F❑ F O W F- S w U w r 7 F m u a O w 0 4 2 W p0 J ✓.n 0 - ?ir0F�Ur' in # w ww7 V J r O Z z } z Q Z z 2_ r = F w d Z 3 uwi } = .� ❑ # d .z, '.❑.� 0 2 U rn z # :a ✓✓rr��� _ y 6 O G C d lY W �FJ 7 W r `-: F .r d F Z d Z U 7 =w az .Y� km ... ❑ Zz� p24 i u W 0p?�z rvd= ✓. ❑ O U,-z Fw ° a 2 W z F .n - ❑ J J CC L cr} C F w w r 2 m 0 O z Z z 0= u S x 4 xJ.rw O w rvLj SOmz � w O a s u � �" S# w 7 I- F; G 4 7 �� w ] Q= 3 6 Q F CS lJ F- z .� ❑ Z U L=n `^ Z US e po x � a? u 'x` w m tiSs= <=L7 - oc a 0,^ODo J li } Z v Liw z O1a LPU 0❑w C'-' s J u�"OZ J�.Y 'J 0 Z r U40v+1 w 0 lJ w rr a z tr 5 2 fC # L7 4 3 O w s -e 0 J j wri n= }}z O 4Qa u0i j :, CQz: d AF AF pLj ��LI Q,tf. I Z W '.++ _,l• FU 4. z'^❑ tid 7U�Fs J� v 2 #LL; r LLIHZw _ 5C w �-` --r F 0_ F W z J W F-.7 z U = U HQ CS2 r dF �'}Yd L7n vi ..U, F ZSawV Z w 0 d r{ w 0 d F F Ln d 7 z W r w w 2 F H 0 `x F- L z z z ww`^ wzgZ r "�U 2LL YV CS w W a4J u,wW W ❑ LL J CL7 z xi W Za wv� dw +' Sw mw40 72m u G w"� w w��0.Ad O O 4 f..i z❑ 2 d b= U¢ U J m w W J Z w •i -� m w 2 gyz' LL }- 0 O,y, zm s{ cn OL?'5 ul7 w Sui00L- s F Z oll4iwZF J�� q oCz wz Mww�w2 c r 2 u p r b ''" O rL 6 u a z 0 �_ n g 2 w~ u # W r L Z { w n C W w Z W ut 3 Z U LL d } m :3 2(} O dw {0 '..^yy aam m� '.Ji �< �rLLp ztiU J rw r ..a dzOLL0 to = J 0 d z .y LJ 4� a ❑ 7 x D w F = `n z <C Z rtn zz = Z �_� Wz W w _ �o_10gS { 1r J Z.n - d J¢ l7 C] c[ } wmdm J CFwUFU n Zm = f7 F gym¢ Z- w O� d,Fi.4 Y Z `r }� ,-�„v#, C z m4J mzZ �0 y 4 nq w_ w, .L Zd w �Z Zwx tiLI0 n F:J mz O��dOw -�_ :+._ w{,* .n r wd ¢ 0 4iCsw .nnU ,.. F-Ly w0 [C i.r yFQ� m U' rI LLO� O2 ,J �O ��L73[ ❑Qw ..z,6 OU _x ~z'^�¢= W2 -"� d C O zFa dF �r ¢ 2i.'zp .;i `r} w.'7 C sn m9rw 7 - J Z ❑ w w FU �# 0i: Z- F '�zx ^. w� mr ce z �ry4wUgF } m w u w< z t F iY V sC w 2 Q 'y {% } �_ ❑ :++ 3 w cL ti F ,n F 0 Z #d s q 2 = C.Fs.r Oa - Jz .�� w Z ass z wz zz z :7 ow ..0 su,z =Wax O O a0 0 a ` rug �i :� atn �r u asd a? S u n rtrsdr a w v d:a LJ 4J Lu s w 17 dcc 50 w w w a Z U F p z n x-r o n cc 71 v ,. a •-,r n4i w .7 "❑ m O SKr S V, t rP P F X ON w'j s r d � � ;F CLo HWY 213 5 6 rk sr h x' h 8 4� QV P, `Y i�l ,• r�,j� a rY Y 7' O rcj C, +' �7 • { v { }, 1 9' •'�+ � r0 r' F F • A i�OL�} r F 'a p'. 7 1 r Ls i y'. d ly'�t JF ' 2 � F } K G, Cff w w < d 2 w W Z LL. Lmrm Z n D V LV LI] z D r� I � W C) --I Dw �W wu LwL =D? LU � � Vim= ]C�^ o w O �_Jz [ —Jul cc o z 4J LU LLJ LLJ cc W ❑ Ij 4A r Vd 0 '-s_�� J w W J o dux °`AID Q W� W J W 4 a w CC I J L j 3e `i z CL J J~ W r q in J LJ Z W J J Q W S uL.L q ¢ J Q Ln Lr Y < h' 0w O �y U W dO ry J = J 0 LLI r�# LQu to } WQ 2 u=iz Q t � Lin 4 J d d � m r' '] [ � LL z w W W 3 L W -1' 0 ' w OTC Lw+1 < u'� by < I i eC LL U U 4:i ❑ H D 4 Q L61 Z r+CU d W z rH ry r*1 Ln z '" r ❑ U V LL D o W or Ln 4 z ❑ a ,, — Ln [Y 'A � D Z O � w }? L❑i. � '2 T� vi =' �2 _ < „LI J � '� it w F Q d '� J = c' w Q w E tf'I J Q < d W W yy J j vl 'V LL Q W a- w F- # w w w W Lh b {J _ 7 H 2 ❑C 4=} OC = cr _ `+' w LuLu w � 77 ¢ #v~iw G w zW =D LL Q w U' O m� 22 w J.J~i ='wf.. DDw2ae `.> wwwp <m w H 0 2 2 Q ❑Q rC Z C:-4 u-' ,Nd LLD W- x� Q W Jw ❑ N mom❑dime a2u`Q 0 Lry 4 2 w ~ J d 5 �' LLJ _4 ❑ LU ❑ r r "7=�Qywq�L.,r2 7F wz~H Gd V u t[ Svl AS LJ J �� a.wY a Uwe a J 2 Od .i} V? F Lrl z m 7 Z L. W a N Y it LriS.7 m w H 2 } K OC ❑_ J �_ -. ❑ H H tti CC W m LAC 1 r# cr'I { r� w F w Q H z_ 0_ '� T fC 2 J H +L C 0❑ ❑ yyyy F S r r J u U V Y U' F w x VY 77 -) w d= w 4J J# L}r} ❑ 2 il. z W l] z O W LL F LrfY y� 7 L 7 dSLrF_ CO L7C ❑ V7_ 42 w uL J w #r''= 0�d$D z z } z 2 VS # LY w J w w :J _ F - i Ef r 2 Ld Ld Q Joe 'yam _ �20 W '-'7r�n~Ln�Cl7�w4atcOq❑7 W V V oG V LU p2} Q LL r' z U5 U �.x z n- Z tC 2 w 2={ Ln J} W J J F S]' L� ~ J z w W H w Q i Yww-- d� o, D d Q = zC 2D# wpG "❑r�JtC� 2pg W uj 7777 n r W le L r 2 H J W i wur F rf 2wzOrd0 ad I L 0 00000 w � dun Hd _ [gam{���F: y0 0,0JLnJ❑ 2Hpr z a zr =cr##L�aa= a J� pc~\7 1 1 rl owc oa U2 �a p �.~,-,J �_� H,x,.,4 �vw�i=2i Lu J J Y w W W j4 2 w w JJ w 2 S S} S W LJ = J Q I TTT 4 v n n �+wf xcexxG7r¢rr a?�� ,p y r r � OLD HV'1Y 218 5 r� V L fl1li5tip4i e s F -_ b� f r; C a o- 4 a r fj 7 rH oz4 o a jn d 1 oz 4Uk � Z. fi ' •�.4� q p �. 4 �• •'A � w � {]8 Y� ' F nr � is .L3' iF � �r0 f r ' � F d " d Y ¢ G f � W ypf' W L T r � 9 r ' � F ii l x 9 J �y Y 3 In N f Y 7 I'Jd:W£iL LUIEL&,U!'.LI4H d W J F W M W V7 ❑W 611 v cl W cc Q W w w'I Cl LJW r 2U 1 zGr, n d x❑ w w W ❑ O ZT t[ S? 0u d � d � Cc Q thw �� S w H M r, 2 {_j f m �0 0 z " W VSi L'J ❑ H L1'- J = J Z_2� J~mho } I{ r� w ri u u w~ u U 7 s w a j� "' r)r� < ❑ ~ W ofJ Q O CL iV W J W J {L ~ W C H C7 = LAw L3 W ID Cn ❑ LU o ,may aC a: u L4 �r r m = Y y� Z O m }S O 1_/ J O J z CL V x W Q CC [n Q J �' ❑ w CJ d u F U LL V w a p } CC 0 LI ❑W < W Q w = u== r �x�x W w LL ¢ O m UE # J w w W w d F o cl< a a a z � U Ln� W L.LJ w a~ ~ J 1 m H< = z CL w - e•., '" a x z x x x ❑ ❑ ❑ D a F W a a a U U J ec C 2 O_ W w fx fr W �L w -Z J d Z ;} ❑ ❑ 111 4 _ -. LL 2 )-�+ I UC�L7 i7 .�rladLJ a[C() )C-�) 9 I UlLLJ m Lfl LL tV " u Ln Q fq m Co03 ❑ dw�ry l7 _ _ p '^ a 1' 2 W D NIY w W " = 4 � � = 1 J w 6Wfl � _ {[ Q CL J 4 W 0 co t~ll W W Z y F Z ff L'3 W 4 _ VI H 0 fly� V Ln x � = W W Q Z } 2 d V) vl} W W S __ zx Cw u w o" WLi } Z GC S d W m '' w w Vl G Z, V1 W-Z s> Q lid = L} L a W � Z 0-0 �z W 131 x xL7 w ❑ V, LEI ❑ ❑ ❑ = W O W �L.I. x m ,y ~ J =< ?x scW `� J w 2} p M- Q 4 d n W m J J w❑ 17C7 Leal Z -3: �YJ} Q `� �w O LLJO LLI Ln � W d � W ❑ m4 O' f� ^ W m w - Ill � ]Cfk: Y W Ij d L} V1 V} w O _ 4/ti W F m Y Y U J, S•l21 fV W w V5 O-. w LEA LL W C r IY w 2 0 W w C W W W GG Q Q w CL m m J ❑ Ul F J J U Z Z J W Q (� 2E 0, oC N 2p Q w l V W P', U V J } 'Y5 J O Z 0 J Q J J it CC W y 4 W H 7 m Ltl 2 Q m J W ❑ 4J: .. J J W L%l J LJ W Z Z' } Q= [� Il Z o O d 'V ❑ CC Q J - J Z C3 =U2 17 OOF w r -Z J❑ W r fY J J Vl Q d VL D 0 W J'S O O 3 Q O= 2 yjr V} fU x J W Sfl F Z S 2 w= w r-I Z W W d. S m L.J w 6n LJ J F # = W - Q� u< b W W d x J O,~, m W ❑ Z 4i W a 2 VI m LYJ Lu !- CC 2 U x w 4.7 w 7 Z W x rn W r V, Z Z J ~ Z O J SF1 Z W W I� Z Z J J Q O x❑ S L/} H J G r W F ❑ C ✓~} W W ~ J w Q r O J❑ J Q G 0 w= - W Ln CD rw ❑ ry _- WQ LL H N CL C W Yx {] rt u ❑ W err drecr cc Dr4 F Q } r Q r H i Q r ri 4 w 6666 2 Q w❑ F ' Z: H W W +1 pa sn 4r CC to W S W W yy��11 F Ifs n1 W V ❑_ Q <❑ J Q Q W H f4 H = w= CC ""I S S W M1 V .r 4J W LL lfl C 11l W CL a � x Omrm� W 4 4 ,l, d 1 d b-' ry W fy < CC Q W ,b W P W Z •.y t3U a 2 m d 2 3 G w r H Vi ry Z Z# Z C7 W I++ Lu S fY C L'} W _ 4 QE W N7 F W Q J ❑ LL V!l F C. W O �}r I,1VICQW p��z .+ a 0 02 z Z 2 Z Z# W= W Q� w w O w H d 3 W Y r-I LU J1 V5 Ifi Q F 2 w W J Q cii WY Q vwi Z W W F Q H U ?_ CC Z 2_ Z Z _ H r z W Z _ Q 0� F- `� H m��❑ f Q Z 2 2 CC ❑ 2= J ❑ � Q Q � O 2 'y N {'� tJ U w 11j Ilj _ LU Q Q 2 2 V 2 a a•• Q• • = s WI 0 u L`1 � � }} Q J ll L-J J N S 7 z Q CC O = _ 2• • • Q• go N W 69 d = /2/-'�� CJ3B 5 � B y 5 o x � x LL f'J CC Cf _ 11C V w U d rL Q CL J- W 7 w LJF VY 4 x Ci x d ■ ■ < s ■ d s ■ ■ �2} LJ = J} +./ Ci - L„Y - J H r x b V Z ■ J Z _ Ly Q H H tt = � lr J � CL W 0 w d W Q 22 W t- w W _# Z d W S� w H W W 4 Z S= w Q=� = u t7 LL Z x 6 Z tC ❑ CC O _ CL O l+5 Cr U �i} it J 'n d n = O A • a ■ m ■ • LJ - F Q+V [ z • -ri ^• ' 7 i - w OLD H WY 2 18 5 i r -iar d F i rf lr A $% 4 ' Al b 7�Z r yyl f l K. M1's 'v' `. > J fV F C? r. { J rtif f VW '} ii w d L t x ,}C}k. . In CC rw+ ' F u eg ❑mac < ccl D - 63 m rH J W mac• F' y, 4 to V 2 o 0 z L t'% } S ¢ YY 1 * + Iz- J cd } O Z3n N i ,•f _1. �F CL w G ZL w Z c :k#. �y�-- O 4 c r }' W 4 O 1 y f, cr C-7 N 4� f '}' � Q � W h m A 47 7 Q Ln 4r J I'I x CL F G j J � a P O r d � ¢ F 9 f 9 9 } v �•V� F I'Jdl:U '&L LUIEL&,U!'.LI4 ID tj V J H Construction Project gaily Safety Inspection Checklist The situations identified below are potentially hazardous conditions that may occur during airport construction projects. Safetyareaencroachments,unauthorizedandimpropergroundvehicleoperations, and unrnarl ed or uncovered holes and trenches ,-rear aircraft operati ng 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 ITEM ACTION REQUIRED NONE Excavation adjacent to runways, taxi ways, and aprons improperly ❑ backfilled. Mounds of earth, construction materials, temporary structures, and other o b5tacl es near any open runway, taxiway, or taxi lane; ❑ in the related Object Free area and aircraft approach or departure areas/zones; or obstructing any s ign or marking. Runway resurfacing projects resulting in lips exceeding S in (7.6 ❑ cr-n) 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 cr material near NAVA1 Ds that may degrade or impair rad i ated signa Is a n d/or the man itori rig of navigation a n d visua I aids. U n autho ri-zed or i rrm proper vehicle operations in I oca I izer or ❑ glide slope critical areas, resulting in electronic interference and/or facility shutdown. Tall and especially relatively lour visibility units (that is, equipment with sl m profiles) — cranes, drills, and similar objects — located ❑ in critical areas, such as OFZ and approach zones. Improperly positioned or malfunctioning lights or u nl ighted a i rport hazy rds, such as holes or excavations, c n any a p ran, open ❑ taxiway, or open taxi lane or in a related safety, approach, or departure area. Obstacles, loose pavernent, trash, and other debris on or near AOA. Construction debris (gravel, sand, mud, paving materials) on airport pavements may result in aircraft propel I e r, turbine ❑ engi n e, or tire d a mage. Al so, loose materials may blow about, potentially causing personal injury or equipment damage. Inappropriate or poorly maintained fencing during construction i ntended to d eter h u rn an and an ima I Intrus i ens into th e AOA. ❑ Fencing and other ma rkIngs 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 p i lot 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 avlatio n hazards. Wildlife attractants — such as trashy (food scraps not collected from construction perso n n E I activity), grass seeds, tall grass' or ❑ standing water — on or near airports. Obliterated or faded temporary markings on active operati ono I ❑ a reas. 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 NOTAIs about airport or ❑ runway closures or other construction related airport conditions. Failure to rmark and identify utilities or power cables. Damage to utilities and power cables during construction activity can result in the loss of runway / to i ay lighting; loss of navigation, visual, El or approach aids; disruption of Breather 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 vehicles in ❑ airport movement areas. Objects, regardless of whether they are marked or flagged, or activities anywhere on or near an airport that could be I —I distracting, confusing, or alarming to pilots during aircraft LJ 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. Failure to maintain drainage system integrity during construction (for example, no temporary drainage provided when working on ❑ a Hirai n aEe 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 I —I LJ which the contractor is allowed to strip turf. Exposed wi ring that creates a n e I ectrocution or fire i re itio n hazard. Identify and secure wiring, and place it in conduit or bury ❑ it. Site burning, which can cause possible obscuration. ❑ Construction work taking place outside of designated work areas ❑ and out of phase. U.S. Department of Transportation Federal viation Administration Subject-, Operational Safcty on lgiorts During Construction Advisory Circular Date-. 1'2/ 13/2017 Initiated Bv: -10 0 W Change: Purpose. This AC sets forth �niide l ines for operational safety on airports during construction. Cancellation. This AC cancels AC 1 0/ 3 - . F, pee-ational ' 4�t , on hoily dufing Con.ytruf io , dated September 29, 2011+ Application. This AC assistsirp rt operators in complying with Title 14 Code of Federal Regulations "F1 Part 139, Cerlijiealion ` it i-ls. Fof those certificated airports, this AC provides one wav, but not the only way, of meeting those r quir ments+ The use of this AC is mandatormandatory for those airport construction projects receiving funds under the Airport Improvement Program I P , See Grant ASALrance No, 34., Polk-l+e.5, Standards, n ,51 ecfieations. While we do not require non -certificated airports- without grant re rnents or airports using Passenger Fa i I I ty C har e P FQ Program funds for construction projects to adhere to these guidelines, we recommend that they do so to help these airports maintain operational safety during construction.. 4 Related Documents,, s and Orders referenced in the text of this AC do not include a revision letter, as they refer to the latest version,. Appendix A containsa list of r adinty neat vial on airport core structi on, dcsi n, and potential s�rfet h�rzar � during construction, a« well as, instructions for obtaining these dOCLIment. . Principal Changes. The AC incorporates the following principal changes: 1. Notification aboutimpacts to both airport owned and FAA -owned NAVAIDs was added. See p ra(y aph f 1 . . , NAVAIDs. 1 /1 3.1�2017 .. Guidance for the use of orange construction ins was added. See paragraph 118.4.2. Temporary ins. f Opera trenches or excavations may be pert-n i tied i n the taxiway oft area wh'I'le the taxiway vs, open to aircraft operations, subject to restrictions. See p-ira raph . .33.4, Excavations. . Guidance for temporary shortened runways and displaced thresholds has been enhanced. See Figure 2-1 and Fi ure - . . Figures have been improved and a new Appendix F on the placement of orange construction signs has been added. H yperl i n s (allowing the reader to access, docu gents located on the i nternet and t maneuver within thl's d C Lr nt are provided thr o u h LA this do i-inient and are identified with underlined text. When navigating Tithin this document, ret-um to the previously view d page by pressing the ` ALT" and keys simultaneously. Figures in this document are schematic representations and are not to scale. Use of Metrics. Thi u hOrrt this AC, U.S. Customary Units, are used followed with `4soft" rOLinded ) conversion to metric units. The U.S. customary Emits govern. 7 Where to Final this AC. You can view a list of all ACs at http:/ Fw. faa. �z oar /re u l actions policies/advisory eir rf lar /. You can view the Federal Aviation Regulations at http://www.faa.gov/"rectulations po l ieie /faa regulations! Feedback on this AC. 1f you have suggestions for improving this AC, you may use the Advisory Circular Feedback form at the end of this AC. in I. De Director of Airport Safety and Standards CONTENTS Paragraph Page Chapter 1. Planning are Airfield Construction Project 1-1 1.1 Overview....................................................................................................................... 1-1 1.2 Plan for Safety ....................... —.— ............................. .......................................... — 1-1 1.3 Develop aConstruction Safety and PhasingPlan (CSPP) ...........................................+f 1-31,4 Who Is Responsible for Safety During nstru tion?.................................................. 1-4 Chapter 2. Construction Safety and Phasing Plans ,1 Overview.,.....,......,......,+....,+.......,.f...,..f...,+....,+....,+f....,f....,f....,f....,.......................-1 .2 AsSLUIle Responsibility .....+}.....}.....}....+}.....}.....}.....}.....}....,}....,}.....}.....}.....}.....}....,}....,}. 2-1 2.3 Subm*tt the ., ....,+....,+....,.f...,.f...,....,.....,+....,+....,.f...,......,.............................-1 ,4 Mevt (' PP I quir rnEnt.c.;.}...,+}...,+}...,+}...,+}...,+}....#}.....}.....}.....}....#}....,}....,}....,}....,}....,}. - a Phasing..... } 7 •• •a } 7 •• •a } 7 •• •a } .... f } .... f } .... f } •• • •a } •• • •a }7 17 Areas and Operations Affected by Construction t1V+Jt........... .. ,.. .-7 2.8 Navigation Aid i ID Protection ................. I ... .+, ... ..... f 1 -1 l 2.9 Contractor Access .....,+....,+f...,.... , +....,+....,+f...,.... ,.f....,f............................,f, -11 . l () W it l I fe Manageme nt.}}71.+}}71,.}}71,.}}71.+}}7l..}}7!!.}}7!!.}}7!!.}}7!!,}}7!!,}}7!!.}}7!!.}}7!!.}}7!!.}}7!!,}}7!!, - l 2.11 Forcian Object Debris (FOD)............................................................... -1 6 2.l Hazard L« 1 I-Crt vials H I T Management ....... pf}q-q P P-P%}q P P-P%}q F P-P*%q P Fpq.*q I pfq.*q I pfqqq I P..*.,q I P., -1 2.13 Notification of Construction Acfivitle..........+.....+....,.f...,.........................................., -1 f l 4 1nspeYti n Requir nlentslf+}}7lft}}7!f}}}7lif}}7lff}}7lf+}}7!!f}}7!!f}}7!!f}}7!!f}}7!!i}}7!!f}}7!!f}}7!!f}}7!!f}}7!!f l ,1 Underground Utilities . f•••,if•••............................................................................... 1 . 16 P e n a I t ` IS. ! f } } 7 . ! # } } 7 ! ! f } } 7 ! ! f } } 7 ! ! ... 1. 1 .... 7 ! .... 7 ! # f } } 7 ! f # } } 7 1 ..... 1 f + } } 7 ! ! ... 7 ! ! f } } 7 ! ! f } } 7 ! ! .... ! ! f } } 7 ! ! f } } 7 ! ! f } } 7 . 1 f } } 7 . P . l ,17 Special Conditions ................ ,.f...,.f...,.....,....., ....,....,.f...,.....,...................................., -1 2. 19 Runway and Tit i s i SLLal ]ds!7!#+}}7!#+}}7!f}}}7!f}}}7l.+}},!!.P}},!!.P}}7!!#}}7!!f}}7!!f}}7!!f}},.lf}}7.P. -1 11 Marking in and Sins for Access Routes. ..................... ,.....,......................... ...........,....., - 29 2,.2 0 Ha7ard Marking, Lighting and ign+in .lf+.}7lf+.}7lf++}7lf.+}7lf..}7lff.}7!!ff}7!!f+}7!!f+}7!!f+}7!!f.}7... - 30 . 1 Work Zone Lighting for Nighttime onstruction................................................ ,.• . • •, -32 2.22 Protect] cti n of Runway and Taxiway Safety Are&;.}7!!.+}7!!,.}7!!,.}7!!.t}7!!..}7!!.+}7!!.+}7.P..}7.P. 2 - 2.23 Other Limitations on Construction. .......................... ,............................... ........... ,.• . • •, - 7 1 /1 3.1�2017 Chapter 3. Guidelines for Writing a 4 i. General Requirements .... ...... ...... Yii + f i Y ..... ...... ...... ...... ...... Y i i i f i Y ..... ...... Yii ... ...... ...... Y .......... `. ).2 Ap li alit f Subjects............................................................................................... �r l i Graphical Representations...... ...... .......... Yiiiii Yi+iii Yiiifi Yii... Yii+fi Yii+fi Yiiiii Y............. ....... ....iiii `1 ').4 Reference Documents ........... ...................................... .............................. .................... .)- 3-2 i Rstr i i o n s. . i i ... Y i i ... Yii ... Yii ... . i i ... . i i ... i Y .... i Y i f f f i Y ..... Y i+ f f i Y .... i Y .... i Y i i ... Y i i ... Y i i ... Yii ... Yii ... . i i ... . i i f. 2 .6 ' t�dit� tt n................................................................................................................. �- 3 2 i7 Phasi n(2! d Ii i. f i. i i f•i Yiif•i Yii+•i Yii+•i.. i.+.i.i.+f i. i f. f i. i. f. i .i+f.i.i i..i.i -b+. i. i i. f i. i i. f i. i i f. i .ii#fi I-b -b d Iii+f i. i i i f i. iif• - ..).8 Areas and Operations Affected by Construction ....................................................... — r 3.9 Y 7 • 1 k I D P rote V f i V n i i+ i i i Y i+ i f i Y i .... Y i++ f i Yii + f i Y i i i i i Y i i i i i Y i i i f i Y i i ... Yii + f i Yii + f i Y i i i i i Y i i i f i Yii + f i Y i i ... Yii + f i Y i i i i .10 Contractor Access......................................................................................................... - it 1 Wildlife Management............ ... ... d.4... d.4... Yi+fiYYi+fiYYi+fiYYi+fiYYi+fiYYi+fi YYi+fiYYi+fiYYi+fiYYi+fiYYi+• a+`� .12 FOD Management......................................................................................................... -4 3.13 H ZM T an ag n-lent i ...... ...... i t+ f i . i f t f i. i f f f i. i i f f i.. i f f i.. i+ f i.. i t f i .. i t f i.. i f f i. ..... . ..... . ..... ...... i f f ` 7 .14 Notification of ConstrUCtion Activities ......................................................................... r4 3.15 Inspection equirenients.i.....ii.fi.ii+fi.............i............i.fi..iifi ..iifi........................ .......... 3-5 16 Under rOLind Utilities................................................................................................... -5 3-5 Sit r Penalties. Y i+ f i. Y i i i i Y Y i i f i Y Y i+ f i Y Y i+ F i . Y i++ f i Y i ... 1 1. i .. I Y .. .1. i Y i+ i. 1 Y .... i Y Y i+ F i Y Y i ... . .. + f i Y Y i i i i Y Y i i f i Y Y i+ f i Y Y i+ F i . Y i ... . Yii i .. l Special ond'tl� }....}}....}}....}}....}}....}}....}}....}}....}}....}}....}}....}}....}}• • • •*}• • • •*}• • • •*}• • • •*}.....*• - 3.19 unwa and d Taxiway T i s u a l Aids . i. .............................. . i f f i .. i f f i. ..... . ..... . ..... . ..... . ..... . .... ` V ). Marl ingand i n forAcc f ��� �}....}}....}}....}}....}}....}}....}}....}}....}}....}}....}}...........W. -�� 3.21 Hazard 1 T `ar in and Li hfing.......... ............................. if fi ..if f i................................... 3-6 .), or on Li htin for i httime onstru tion.}.....}..........,}.....}.....}....,.....,.....,.....,W. r�� i Protection of Runwaand TL+4J *iwa SafetyAreas., fiY Yif Fi YYi......ifi. Yifii Y.i Ffi Y.iffiY Yif Fi. Yi....Yifi `7 ).24 Other Limitations on Construction....}}....}}....}}....}}....}}....}}....}}....}}....}}....}}....}}.....*.....*. -7 ppe nd ix. A. belated Readin g Material - I Appendix B. Terms and Acronyms t.l�tt�.l�ttt.l�ttt.l�ttt.l�ttt.l�ttttl�tt�tl�ttttl�ttttl�ttttl�ttttl�tt�tl�ttttl�ttttl�� 1 a• Appendix . Safety and Phasing Plan 4 AppendixD. Construction Project Daily Safety, Inspection Dw I AppendixE. Sample Operational Effects Tab 1���*.t.���.t.���att��t•�����..���*..���*.t.��titt��tatt��t.Ft��t.tt�� �-1 Appe nd ix F. Orange Co n stru eti on S i ns 17-1 iv 1 /1 3.1�2017 FIDE Number Page Fi trr-1. Terriporary Parti a I ly Closed RUnwa........................................................................ - F'I gure 2a i Te inpora ry DL pI ac d Th re ho IdfiYiiifiYiiiii Yi+iii Yi+ifi Yii+FiYYiifiYYiifiYYiiii YYiifi YYi+fiYYi+Fi. Yi....Yi -10 Fi trr- . Markings for a Temporarily Clos d Runway ..................................................... • . • •. - 1 F1 ure - ., Temporary TaxiwayClosure... ..... iffi Y........................ Yi - 22 Fi trr- . Temporary tab and white Threshold Bars aiid Yellow Arrowheads ..................2-24 Figur - i Lighted X in a ti I"n. Yiiif. Yiiif. Yiiif. Yii....... Y iiif..iiif..iiif. Yiiif. Y iiif..iiif..iiif..iiif..iiif. Yiiif..ii 2-26 Figur 7i Lighted X at i••••ii••••i......i••••ii••••i...... 2-26 Figure - . Interlocking Barricades ........................................................................................... - 1 Figure 2- i Low profile Barricades ades...■.....■■.....■.....■......................■■.....■.....■.......................■.....■.. - 32 FigurE-1. Phase I Example ....................................................................................................... E-1 FigureF.- i Phase 11 Example ....................................................................................................... E-. FigureE- . Phase III Example ..................................................................................................... E- Figure F-1 . Approved Sign Legends ............................................................................................ F-` Figure F- .. Orange Construction Sign Example 1....................................................................... F- Figure urF_3. OrangeConstruction Sign Example TABLES Number Page Table- FAAPublications ,.fi4f,.fif4,.fiF4,.fiFF,.#ifF,l.#4f,llf4f,llff4,llfFf,.lffF,..ffF,l.#4 f, l l f f 4, li f F4, l l f F f,. l f f F,.. f 4 - I Table - .. Code of Federal Regulation...... ........................................................................ -3 Tab l e B- l P Terms and Acronyms., . f i} 4, P. .... P.P..., l ............ .. f 4., .. f f 4, . ..... P P P... P P P ... . l .... . ..... P .. F 4, .. f ... l. i 4 F, . l i 4 B- l Table '-1. CSPP h l li t......................................................,.....,....................................,.....,. -1 Table D- 1 . Potentially Ha7ar out Conditions .iiiF,.fiif,.fiif,.fii4,.iiif,.iiiF,..iiF,..iif,..........................ii D- 1 Table E-1. Operational Effects Table ........ ......................................................................—E-4 Table E-Li RunwaandTax[way Edge Protecti n P.... l.fif,l.fi4,llfif,.lfiF,..fiF,..#if,l.fi4,l.fi4,llfif,.lfiF,..fi•E- Table E- . Protection Prior to Runway Threshold ................... ,.....,......................... ................. — E-7 V 1 /1 3.1�2017 Page Intentionally Blank V1 CHAPTER 1. PLANNING AIRFIELD CONSTRUCTION PROJECT 1,1 Overview. Airports are complex environments, and procedures and conditions associated with construction activitiesacti'vities often affect aircraft operations and can jeopardize operational safety. Safety considerafi on s are param cunt and m ay m ake operai oral i ire pacts unavoidable.. However, careful planning{ scheduling, and coordination of construction activities can minimize disruption of normal airenift operations and avoid iWations that c inprom 1 se the airport open+at i onal sa f et . The airport operator in ust unrlers- Land hoof constrLi tl on activities and aircraft operations affect one another to be able to develop an effective plan to complete the pr�� et. While the �ui�ianee in this ' i primarily used for eon stru t1 on operations, the concepts, concepts, methods ethods and procedures described may also I + enhance the day-to-day airport rnaintenance operations, suchas lighting rnaintenance and siiow rern vat operations, 1.2 Plan for Safety. of t � maintaining ntai n i rig aircraft operations, an construction costs areall interrelated. Since ofety nrt not ecompromised, the airport operator art strike balance twen maintaining aircraft operations and construction costs. This balance, will vary Fidel depending on the operational. needs and resources of the airport and will requ ire earl coordination with airport users and the FAA. As the pry' Bet design proares ses, the necessary construction locations, activities., and associated costs will be identified. and their impact to airport operations must be assessed. €) ustments are made to the proposed i n trLreti ors activities. often by phasing the pro' eet, and/or to airport operations to maintain operational safety. This planning effort t 1l l ultimately r -Ai l t in a pr Ject onstni tior1 a fet(CSPP).'and Phasing Plan The development of the PP .11 tales place through the following five steps: 1..1 Identify Affected Areas. The airport operator must determine the geographic areas on the airport affected by the construction pro )cet. Soiree* such as a runway extension, wfll be defined by the pro' ect. Others may be variable, such as the location f haul routes, and inateri al stockpiles. 1.2.2 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 an operations by construction activities can he 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 Approach Category (AAA and Airplane Design Group (ADG) f the airplanes that operate on each runway; the ADG and Taxiway Design Group (TDCj)l for cacti affected taxiway; de.signated approach visibility rniniITMI ts, ' Find Taxiway Design Group irnforration 1n AC 1 0. 300-1 ., ir'l) r't Des ;l. 1 /1 3.1�2017 ava i lab l e approach and departure procedures-, most demanding aircraft; declared distances; available air traffic ficontrol services; airport Surface Move� ent ruidanc and Control System M plan; and others. The applicable seasons, days and tinier for certain operations sliould also be identified as applicable. 1 �2.3 Allow for Temporary Chawzes to Operations. To the extent practical., current airport operations should be maintained during the c+ n structi on. In consultation f ith airport users, Aircraft Rescue and Fire Fighting (ARFF) personnel, and FAA Air Traffic Organization (ATO) personnel, the airport t operator should identify and prioritize the airport's most important operations. The construction actl*vities should be planned, through protect phasing- if necessary, to safely accommodate these operations. Wll en the construction activities cannot be adjusted to safely maintain current operations; regardless of their importance, then the operations rnus,t be revised accordingly, Allowable chanuZDes include temporary revisions to approach procedUres, restricting certain aircraft to specific runways and taxiways, suspension of certain operations, decreased weights for sonic aircraft due to shortened runways. and othcr changes. Are example of a table showing temporary operations ers-us current operations is shown in Appendix E. 1, .4 Tape Required Measures to Revise e Operations Once the level and type off; aircraft operation,,-,, to be maintained are identified, the airport operator nI LL t determine the nie-cau]'es I•eq U i red to safely cr n L[Ct the planned operations dUring the construction. These measures will result in associated casts, which can be broadly interpreted to include not only direct construction costs, but also loss of reventic from impacted operations. Analysis of costs may indicate a teed to reevaluate allowable changes to operations. As aircraft operations and allowable changes will vary widely ainong airports, this AC presents general guidance on those subjects. 1.2.5 Manage Safety Risk. The FAA is committed to incorporating proactive s-afety risk management l I) tools into i is decision -making processes. FAA Order 5200.11, FAA i17)0r1S (ARP) Management System (SMS), requires the FAA to conduct a Safety Assessment for certain triggering actions. Ccrtain airport prQjects may require the airport operator to provide a Project Proposal Summary to help the FAA determine whether a Safety Assessment is required prior to FAA approval of the CSPP. The airport rt operator must coordinate, with the appropriate FAA Air+pails I e.L,,xi nal or District Office early in the development of the CSPP to determine the need for a Safety Risk s 's'sm ent. If the FAA requires an assessment, the airport operator nisi st at a rmininium 1. Notify the appropriate FAA Airports Regional or District ffi ce duri my the prq+j ect "scope development" phase of any project requiring a CP P. .. Provide doctiments identified by the FAA as necessary to conduct SRM. I Participate in the SRM process for airp it projects. 4. Provide a representative to participate on the SRM panel. 1 /1 3.1�2017 . Ensure that all applicable SRM identified risks elements- are recorded and mitigated within the CSPP. L3 Develop a Construction Safety and Phasing Plan ' PP . Development f an effective P P will require familiarity wi th many other do trments referenced throughout this AC. See Appendix A for a list of related reading material. 1. .1 List I eq Ui rement . PP must be developed for each ors -airfield construction project funded by the Airport l in provernent Pro ra in (AIP) or located on an airport certificated under Part 139. For curl -airfield construction projects at Part 139 ai rp ils funded without A I P funds, the Prep�rrati on of a CSPP represents an acceptic-ible method the certific.,C-[te holder may use to meet Part 139 requirements during airfield construction activity. s per FAA Order 5200.11, projects that require Safety Assessments 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 �rir 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 afety Assessment and a CSPP. The CSPP is subject to subsequent review and approval Linder the FAA's Safety Risk Management procedures (see paragraph 1d2.5). 13.2 Prepare a Safety Plan Comoliance Document ( P D). The Safety Plan Compl1ance Document PCD) deta1 is how the contractor wit l compl with the CSPP. Also., it will not be p 6ssi ble to determine al l safety plan det-rill (for example specific: hazard equipment and lighting, c ontractorl s points of contact, construction equipment heights) during the development of the CPP. The successful contractor must clef lne such details by preparing are SPCD that the airport operator reviews for approval prior to issuance of a notice -to -proceed. The SPCD i s a subset of the a PP, similar to how a shop drwin re iew i s a subset to the technical specifications, 1.3.3 Assume ResvonsIN'litv 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 ProP �e differences to provisions already addressed in the CPP. 1.4 Who Is Responsible for Safety During Construction9 l .4. l Establish a -HfOty 'LLlture,. Everyone has a role in operational safety on airports during construction- the airport operator, the airport's consultants, the construction contractor and subcontractors, ai rport users, ai rport tenants, A R FF person nel, A i r Traffi e person reel, i n e I udi rig Technical Operations personnel, FAA Airports Division personnel, and others, such a r lilit r r r�r� l at ire air ort supp rtin ]Military operations (. . nat'onal uard or a joint use facility). lase communication and coordination between all affected parties is the key to maintaining safe operations. Such communication and coordination should start at the project scoping ineeting and continue through the completion ofthe project. The airport operator and contractor should conduct o n s i to safety inspections throughout the project and immediately rernedy any deficiencies. whether caused by negligence, r i uht, r prof t scope change, 1.4. Assess Airport p rat r' �s Responsibilities. An airport operator has overal l r spc ns] bi I ity for al l a tl vit1es- on an airport, l lac l udin construction. This includes the pred esi n, design, precon traction} construction, and inspection phases. Additional information are the responsibilities listed below can he found throughout this AC., The airport operator must: 1-4