Loading...
HomeMy WebLinkAboutItem I10 I10 BOARD OF COUNTY COMMISSIONERS COUNTY of MONROE �� i Mayor Holly Merrill Raschein,District 5 The Florida Keys Mayor Pro Tern James K.Scholl,District 3 Craig Cates,District 1 Michelle Lincoln,District 2 ' David Rice,District 4 Board of County Commissioners Meeting December 11, 2024 Agenda Item Number: I10 2023-3369 BULK ITEM: No DEPARTMENT: Airports TIME APPROXIMATE: STAFF CONTACT: Richard Strickland N/A AGENDA ITEM WORDING: Approval to waive bid irregularities and award bid and execute a contract with General Asphalt Co. LLC in the amount of$30,152,480.18 to shift the Runway 7/25 centerline 40 feet to the north at the Florida Keys Marathon International Airport to meet applicable FAA required runway-to-taxiway separation standards. The project is being funded by FAA multi-year grant 44-43, FDOT Grant GIV30, and Marathon Airport Operating Fund 403. ITEM BACKGROUND: General Asphalt submitted the sole bid received at the June 3, 2024 bid opening. Their bid was $32,637,981.02, but items in the scope of work were value engineered out of the project to match available grant funding. There were attachments missing from and typographical errors in General Asphalt's bid response, but they were clarified and/or immaterial. PREVIOUS RELEVANT BOCC ACTION: On January 31, 2024 the BOCC granted approval to advertise the bid solicitation for the project. INSURANCE REQUIRED: Yes CONTRACT/AGREEMENT CHANGES: New agreement. STAFF RECOMMENDATION: Approval. DOCUMENTATION: General Asphalt Contract(Relocate MTH RW 7-25).pdf Bid Tabulation Sheet.pdf Project Manual Volume l.pdf 2752 Project Manual Volume 2.pdf Construction Plans.pdf Addendum#I.pdf Addendum#2.pdf Addendum#3.pdf FINANCIAL IMPACT: TOTAL COST: $30,152,480.18 COST TO COUNTY: $0 SOURCE OF FUNDS: FAA Grant 44-43 - $25,290,388.00 FDOT Grant GIV30 - $1,427,323.14 (plus $1,812,241.09 programmed in CY2025) Airport Operating Fund 403 - $1,622,527.95 2753 CONTRACT 2754 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK CONTRACT 11-16R 2755 (D LO I­ CN Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 issued for Bid Project Manual S E C T 1 0 N C ACKNOWLEDGMENT FOR CHANGE ORDERS TO: Monroe County Board of Commissioners Key West, Florida REF: RELOCATE RWY 7-25 Florida Keys Marathon International Airport Gentlemen: In order to avoid the necessity of extensive amendments to the referred contract, the undersigned acknowledges hereby that the following conditions are those for which change orders are allowed under the Bid Law- 1 Unusual and difficult circumstances which, arose during the course of thie execution of the contract which could not have been reasonably foreseen. 2. Where competitive bidding for the new work for new money will work to the serious detriment of the awarding authority. 3. Emergencies arising during the course of the work, 4. Changes or alterations provided for in the original bid and originals contract QonJA lo By: CONTP,ACT 11-1 7R I- LO ti N Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK CONTRACT II-18R 00 LO ti N Florida Keys Marathon International Airport 04I24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual S E C T I O N D C ONTRACT RELOCATE RWY 7-25 Florida Keys Marathon International Airport THIS AGREEMENT made and entered into the 11thdayof December , 2024, by and between General Asphalt Co. LLC Contractor, and the Monroe County Board of Commissioners, Key West, Florida, Owner. WITNESSETH: That the Contractor, for the consideration hereinafter fully set out hereby agrees with the Owner as follows: 1. That the Contractor, shall furnish all the materials, and perform all of the work in the manner and form as provided by the following enumerated documents; Instruction to Bidders, Form of Proposal, General Provisions, Special Provisions, Technical Specifications, Form of Contract, Form of Bond, Drawings and Addenda, which are attached hereto and made a part hereof, as if fully contained herein, for the construction of: RELOCATE RWY 7-25 Florida Keys Marathon International Airport Monroe County, Florida 2. That the Contractor shall commence the work to be performed under this agreement on a date to be specified in a written order of the Owner and shall fully complete all work hereunder within 162 consecutive calendar days from the Notice-to-Proceed (Construction) as per Special Provision No. 2. 3. The Owner hereby agrees to pay to the Contractor for the faithful performance of the agreement, subject to additions and deductions as provided in the contract documents the Contract Lump sum of Thirty Million One Hundred Fifty-Two Thousand Four Hundred Eighty Dollars and 0.18 Cents ($30,152,480.18). 4. On or before the 15th day of each calendar month, the Owner shall make partial payment to the Contractor on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by the Contractor. County shall pay in accordance with the Florida Local Government Prompt Payment Act. Each Application for Payment shall be based upon the Schedule of Values for the project. The Schedule of Values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Director of Airports may require. This schedule, unless objected to by the Director of Airports, shall be used as a basis for reviewing the Contractor's Applications for Payment. Applications for Payment shall indicate the CONTRACT II-19R LO ti N Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract Sum allocated to that portion of the Work, less retainage of ten percent 10%. Payment will be made after delivery and inspection by County and upon submission of invoices with supporting documentation acceptable to the Clerk, on a monthly schedule in arrears. Acceptability to the Clerk is based on generally accepted accounting principles and such laws, rules and regulations as may govern the Clerk's disbursal of funds. 5. Upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls, material bills and other costs incurred by the Contractor in connection with the construction of the work have been paid in full, final payment on account of this agreement shall be made within twenty (20) days after the completion by the Contractor of all work covered by this agreement and the acceptance of such work by the Owner. 6. It is mutually agreed between the parties hereto that time is of the essence in this contract and in the event the construction of the work is not completed within the time herein specified, it is agreed that from the compensation otherwise to be paid to the Contractor, the Owner may retain the amounts described in the Liquidated Damages, Special Provision No. 3, per day for each day thereafter, Sundays and holidays included, that the work remains uncompleted,which sum shall represent the actual damages which the Owner will have sustained per day by failure of the Contractor to complete the work within the time stipulated and this sum is not a penalty being the stipulated damages the Owner will have sustained in the event of such default by the Contractor. 7. It is further mutually agreed between the parties hereto that if at any time after the execution of this agreement and the surety bond hereto attached for its faithful performance, the Owner shall deem the surety or sureties upon such bond to be unsatisfactory, or if, for any reason, such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at its expense within five (5) days after the receipt of notice from the Owner so to do, furnish an additional bond or bonds in such form and amount and with such surety or sureties as shall be satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed to be due under this agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the Owner. 8. MAINTENANCE OF RECORDS: Contractor shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Records shall be retained for a period of seven years from the termination of this agreement or for a period of three years from the submission of the final expenditure report as per 2 CFR §200.334, whichever is greater. Each party to this Agreement or its authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement CONTRACT 11-20R 0 cfl ti N Florida Keys Marathon international Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual and for seven years following the termination of this Agreement. If an auditor employed by the County or Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained by the Contractor, the Contractor shall repay the monies together with interest calculated pursuant to Sec. 55.03, of the Florida Statutes, running from the date the monies were paid by the County. 9. PUBLIC ACCESS. Public Records Compliance. Contractor must comply with Florida public records laws, including but not limited to Chapter 119, Florida Statutes and Section 24 of article I of the Constitution of Florida. The County and Contractor shall allow and permit reasonable access to, and inspection of, all documents, records, papers, letters or other "public record" materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the County and Contractor in conjunction with this contract and related to contract performance. The County shall have the right to unilaterally cancel this contract upon violation of this provision by the Contractor. Failure of the Contractor to abide by the terms of this provision shall be deemed a material breach of this contract and the County may enforce the terms of this provision in the form of a court proceeding and shall, as a prevailing party, be entitled to reimbursement of all attorney's fees and costs associated with that proceeding. This provision shall survive any termination or expiration of the contract. The Contractor is encouraged to consult with its advisors about Florida Public Records Law in order to comply with this provision. Pursuant to F.S. 119.0701 and the terms and conditions of this contract, the Contractor is required to: (1) Keep and maintain public records that would be required by the County to perform the service. (2) Upon receipt from the County's custodian of records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records that would be required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public . records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County's custodian of records, in a CONTRACT 11-21 R cfl ti 04 Florida Keys,marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual format that is compatible with the information technology systems of the County, (5) A request to inspect or copy public records relating to a County contract must be made directly to the County, but if the Couinty does not possess the requested: records, the County shall immediately notify the Contractor of the request, and the Contractor must provide the records to the County or allow the records to be inspected or copied within a reasonable time. If the Contractor does not comply with the County's request for records, the County shall enforce the public records contract provisions in accordance with the contract, notwithstanding the County's option and right to unilaterally cancel this contract upon, violation of this provision by the Contractor. A Contractor who falls to provide the public records to the County or pursuant to a valid public records request within a reasonable time may be subject to penalties under Section 119,10, Florida Statutes. Contractor shall not transfer custody, release, alter, destroy or otherwise dispose of any public records unless or otherwise provided in this provision or as otherwise provided by law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, BRIAN BRADLEY, AT (305) 292-34701, BRADLEY-BRII&N@M_ONROECOUNTY-FL.GOV, MONROE COUNTY ATTORNEY'S OFFICE, 1111 12 th STREET, SUITE 408, KEY WEST, FL 33040. 10. HOLD HARMLESS AND INSURANCE: The successful Respondent shall defend, indemnify and hold the County and the County's elected and appointed officers and emiployees harmless from and against (i) any claims, actions or causes of action, (i i) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death,), loss, damage, fine, penalty or business interruption, and (iii) any costs or expenses (including, without limitation, costs of remediation and costs of additional security measures that the Federal Aviation Administration, the Transportation Security Administration or any other governmental agency requires by reason of , or in connection with, a violation of any federal law or regulation, attorneys' fees and costs, court costs, fines and penalties) that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A) any activity of Respondent or any of its employees, agents, contractors or other invitees during the term of the Agreement, (B) the negligence or recklessness,, intentional wrongful misconduct, errors or omissions, or other wrongful act or omission of Respondent or any of its employees, agents, sub-contractors or other invitees, or (C) Respondent's default in respect of any of the obligations that it undertakes under the terms the Agreement, except to the extent the claims, actions, causes of action, litigation, CONTRACT it-22R N tG ti N Florida Keys Marathon International Airport 04124 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the County or any of its employees, agents, contractors or invitees (other than Respondent). The monetary limitation of liability under this contract shall be equal to the dollar value of the contract and not less than $1 million per occurrence pursuant to Section 725.06, Florida Statutes. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the term of the Agreement, this provision will survive the expiration of the term of the Agreement or any earlier termination of the Agreement. In the event the completion of the project(including the work of others) is delayed or suspended as a result of the Contractor's failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses resulting from such delay. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. CERTIFICATES OF INSURANCE, Original Certificates of Insurance shall be provided to the COUNTY at the time of execution of this Agreement and certified copies provided if requested. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days' written notice shall be provided to the COUNTY before any policy or coverage is canceled or restricted.The underwriter of such insurance shall be qualified to do business in the State of Florida. If requested by the County Administrator, the insurance coverage shall be primary insurance with respect to the COUNTY, its officials, employees, agents and volunteers. Failure of CONTRACTOR to comply with the requirements of this section shall be cause for immediate termination of this agreement. 11. NON-WAIVER OF IMMUNITY: Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of COUNTY and CONTRACTOR in this Agreement and the acquisition of any commercial liability insurance coverage, self- insurance coverage, or local government liability insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability coverage, nor shall any Agreement entered into by the COUNTY be required to contain any provision for waiver. 12. NO PLEDGE OF CREDIT: CONTRACTOR shall not pledge the COUNTY'S credit or make it a guarantor of payment or surety for any contract, debt, obligation, judgment, lien, or any form of indebtedness. CONTRACTOR further warrants and represents that it has no obligation or indebtedness that would impair its ability to fulfill the terms of this contract. 13. NOTICE REQUIREMENT: Any notice required or permitted under this agreement shall be in writing and hand delivered or mailed, postage prepaid, to the other party by certified mail, returned receipt requested, to the following: FOR COUNTY: CONTRACT 11-23 R M tG ti N Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Richard Strickland Executive Director of Airports Key West International Airport 3491 S. Roosevelt Blvd. Key West, Florida 33040 Pedro Mercado Sr. Assistant County Attorney 1111 12th Street, Suite 408 Key West, FL 33040 FOR CONTRACTOR: Robert A. Lopez Executive Chairman General Asphalt Co., LLC 4850 NW 72ld Ave. Miami FL, 33166 14. GOVERNING LAW, VENUE, AND INTERPRETATION: This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to Agreements made and to be performed entirely in the State. In the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, the COUNTY and CONTRACTOR agree that venue will lie in the appropriate court or before the appropriate administrative body in Monroe COUNTY, Florida. 15. MEDIATION: The COUNTY and CONTRACTOR agree that, in the event of conflicting interpretations of the terms or a term of this Agreement by or between any of them the issue shall be submitted to mediation prior to the institution of any other administrative or legal proceeding. Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the circuit court of Monroe County. 16. SEVERABILITY: If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a court of competent jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The COUNTY and CONTRACTOR agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. 17. ATTORNEY'S FEES AND COSTS: COUNTY and CONTRACTOR agree that in CONTRACT II-24R d cfl ti N Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual the event any cause of action or administrative proceeding is initiated or defended by any party relative to the enforcement or interpretation of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees and attorney's fees, in appellate proceedings. Each party agrees to pay its own court costs, investigative, and out-of-pocket expenses whether it is the prevailing party or not, through all levels of the court system. 18. ADJUDICATION OF DISPUTES OR DISAGREEMENTS: COUNTY and CONTRACTOR agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of COUNTY and CONTRACTOR. If no resolution can be agreed upon within 30 days after the first meet and confer session, the issue or issues shall be discussed at a public meeting of the Board of County Commissioners. If the issue or issues are still not resolved to the satisfaction of COUNTY and CONTRACTOR, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. 19. COOPERATION: In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, COUNTY and CONTRACTOR agree to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. COUNTY and CONTRACTOR specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. 20, BINDING EFFECT: The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of COUNTY and CONTRACTOR and their respective legal representatives, successors, and assigns. 21. AUTHORITY: Each party represents and warrants to the other that the execution, delivery and performance of this Agreement have been duly authorized by all necessary County and corporate action, as required by law. 22. PRIVILEGES AND IMMUNITIES: All of the privileges and immunities from liability, exemptions from laws, ordinances, and rules and pensions and relief, disability, workers' compensation, and other benefits which apply to the activity of officers, agents, or employees of any public agents or employees of the COUNTY, when performing their respective functions under this Agreement within the territorial limits of the COUNTY shall apply to the same degree and extent to the performance of such functions and duties of such officers, agents, volunteers, or employees outside the territorial limits of the COUNTY. 23. LEGAL OBLIGATIONS AND RESPONSIBILITIES: This Agreement is not intended to, nor shall it be construed as, relieving any participating entity from any obligation or responsibility imposed upon the entity by law except to the extent of actual and timely performance thereof by any participating entity, in which case the performance may be offered in satisfaction of the obligation or responsibility. Further, this Agreement is not intended to, nor shall it be CONTRACT II-25R LO cfl ti N Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual construed as, authorizing the delegation of the constitutional or statutory duties of the COUNTY, except to the extent permitted by the Florida constitution, state statute, and case law. 24. NON-RELIANCE BY NON-PARTIES: No person or entity shall be entitled to rely upon the terms, or any of them, of this Agreement to enforce or attempt to enforce any third-party claim or entitlement to or benefit of any service or program contemplated hereunder, and the COUNTY and the CONTRACTOR agree that neither the COUNTY nor the CONTRACTOR or any agent, officer, or employee of either shall have the authority to inform, counsel, or otherwise indicate that any particular individual or group of individuals, entity or entities, have entitlements or benefits under this Agreement separate and apart, inferior to, or superior to the community in general or for the purposes contemplated in this Agreement. 25, NO PERSONAL LIABILITY: No covenant or agreement contained herein shall be deemed to be a covenant or agreement of any member, officer, agent or employee of Monroe County in his or her individual capacity, and no member, officer, agent or employee of Monroe County shall be liable personally on this Agreement or be subject to any personal liability or accountability by reason of the execution of this Agreement. 26. EXECUTION IN COUNTERPARTS: This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same instrument and COUNTY and CONTRACTOR hereto may execute this Agreement by signing any such counterpart. CONTRACT 11-26R cfl cfl ti N Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 27. NON-DISCRIMINATION: Contractor agrees that there will be no discrimination against any person, and it is expressly understood that upon a determination by a court of competent jurisdiction that discrimination has occurred, this Agreement automatically terminates without any further action on the part of any party, effective the date of the court order. Contractor agrees to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1) Title VII of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination on the basis of race, color or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685- 1686), which prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of handicaps; 4) The Age Discrimination Act of 1975, as amended(42 USC ss. 6101-6107)which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8)Title VIII of the Civil Rights Act of 1968 (42 USC s. et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 USC s. 1201 Note), as maybe amended from time to time, relating to nondiscrimination on the basis of disability; 10) Monroe County Code Chapter 14, Article 11, which prohibits discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; and 11) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. CONTRACT II-27R ti cfl ti CN Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Prqiect Manual IN WITNESS WHEREOF the parties hereto have executed this agreement on the day and date first above written in two (2) counterparts, each of which shall, without proof or accounting for the other counterpart, be deemed an original contract. (SEAL) BOARD OF COUNTY COMMISSIONERS ATTEST: KEVIN MADOK, CLERK OF MONROE COUNTY, FLORIDA By: By: Deputy Clerk M ayor/�'a:':jlrm a n M NROE COUNTY ATTOANEY '06 51 ArPIIOVE �§j F0811A op 01 0 6, CONTRA,Q,' E 0 J.-MERCA96m: SS sl�T i UNTY ATTORNEY By: "X Titli NOTARIAL JURAT STATE OF: 0, COUNTY OF: a 0,rA e.,- Subscribed and sworn to (or affirmed) before me, by means of EYphysical presence or D online notarization, on /V0 9 z a, (date) by (name of affiant). .0,,q/She is personally k!LoM to me or has produced (type of identification) as identification. DANIEL SANCHEZ 4%,��Notary Public-State of Florida Commission# HH 570025 My Commission Expires July 11, 2028 NOTARY PUBLIC *Who is authorized by the corporation to execute this contract. CONTRACT 11-28R 00 W I­ Florida Keys Marathon International Airport 04/24 04 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION E DRUG FREE WORKPLACE FORM The undersigned Contractor, in accordance with Florida Statute 287.087, hereby certifies that: F'r P r, 0 (Name of Business) 1 . Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Worm such employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in Sub-section: (1). 4. In the statement specified in Sub-Section (1), notify the employees that as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of or plea of guilty or nolo, contendere to any violation of Chapter 893 (Florida Statutes) or of any controlled substance law of the United States or any state for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the emiployee's community or any employee who is so convicted, 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As a person, authorized to sign the statement, I certify that,*[s firAh co,tYipIies4ully with the above requirements. BM is Signature Date: C 6 'z 10-L, BIDDING REQUIREMENTS AND CONTRACT FORMS 1-26 cfl ti Florida Keys Marathon International Airport 04/24 04 Monroe County Relocate Runway 7-25 Issued for Bid ProJect Manual SECTION Q NON-COLLUSION AFFIDAVIT j�� 4, 0 A,0, t of the city of according to law on my oath, and under penalty of perjury, depose and say that: 1) 1 am C"I of the firm of 21s T iL, 7 (,'6 -, c c c the bidder making the bid proposal for the project described in the Notice for Calling for bids for: c, o,I a1i and that I executed the said proposal with full authority to do so: 2) The, prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 3) Unless otherwise required by law, the prices which have been quoted in: this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; and 4) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; 5) The statements contained in this affidavit are true and correct, and made with full knowledge that Monro �'Icounty robes upon the truth of the statements contained in this affidavit in awa rd ihn,t,. ontracts4br said project. (Signature of the, � (Date) NOTARIAL JURAT STATE OF:, COUNTY OF- Subscribed and sworn to (or affirmed) before me, by means of tJ physicalpresence or LJ online notarization, (name of affix t), JjQlShe is ipersonally,_known to-me or has produc d (type of identification) as identification. eirL 4 C HEZ orida Notarraw y Public-State of FL_ commiF HH 407 islon NO, RY PU, LIC My Commission Expires July 06, 2024 BIDDING REQUIREMENTS AND CONTRACT FORMS 1-52 C) ti ti Florida Keys Marathon International Airport 04/24 04 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION L SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES This form must be signed and sworn to in the presence of a Notary Public or other official authorized to administer oaths. 1. This sworn statement is submitted with Bid, Proposal or Contract No. 41-11 f P lie' 7,0V fo r 2 r- 2. This sworn statement is submitted by (name of entity submitting sworn statement) whose business address is '7'ze el and (if applicable) its Federal Employer Identification Number (FEIN) 7 (if the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: 3 );645o", My name is and (please print name of individual signing) my relationishi�p to the entity named above is ic� r 4. 1 understand that a "public entity crime", as defined in Paragraph 287.133(1)(g), Florida Statutes, means, a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to, any public entity or an agency or political subdivision of any other state or of the United States and involving anti-trust, fraud, theft, bribery, collusion, racketeering, conspiracy or material misrepresentation, 5. 1 understand that "convicted" or "conviction", as defined in, Paragraph 287A 33(l)(6), Florida Statutes, means a finding of guilt or a conviction of a public entity crime with or without an adjudication of guilt in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 19891, as a result of a jury verdict, non-jury trial or entry of a plea of guilty or nolo con:tendere. BIDDING RI QU1REMENTS AND CONTRACT FORMS 1-3 8 ti ti Florida Keys Marathon International Airport 04/24 04 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 6. 1 understand that an "affiliate", as defined in Paragraph 287.133(1)(a), Florida Statutes, means: a. A predecessor or successor of a person convicted of a public entity crime; or b. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members and: agents who are active in th,e management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall: be considered an affiliate. 7. 1 understand that a "person", as defined in Paragraph 287,133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which, bids or applies to biid on contracts for the provision of goods or services let by a public entity or which otherwise transacts or applies to transact business with a public entity. The term "'person" includes those officers, directors, executives, partners, shareholders, employees, members and agents who are active in management of an entity. 8. Based on information, and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement, (indicate which statement applies.) Neither the entity submitting this sworn statement nor any of its officers, directors, executives, partners, shareholders, employees, members or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement or one or more of its officers, directors, executives, partners, shareholders, employees, members or agents who are active in the management of the entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1 , 1989, AND (please indicate which additional statement applies) There has been a proceeding concerning the conviction before: a Hearing Officer of the State of Florida, Division of Administrative Hearings. The Final Order entered by the Hearing Officer did not place the person or affiliate on the convicted vendor list, (Please attach a copy of the Final Order.) BIDDfNG REQUIREMENTS AN r D CONTRACT FORMS 1-39 04 ti ti Florida Keys Marathon International Airport 04/24 CN Monroe County Relocate Runway 7-25 Issued for Bid Pro.ject Manual The person or affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings, The Final Order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted vendor list. (Please attach a copy of the Final Order.) The person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by or pending with the Department of General Services.) Signature of Atithorized Representative: 41 ----------- cc') Title Date N�OTARIAL JURAT STATE OF: COUNTY OF: te, Subscribed and sworn to (or affirmed) before me, by means of online h ',physical' presence or 11 notarization, (date) by (name of affiant). Ije/She is arson known to me or has produced (type of lidentification) as identification. NOTARY PUBLIC BIDDING REQUIREMENTS AND CONTRACT FORMS 1-40 CV) ti ti Florida Keys Marathon International Airport 04/24 04 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION M SWORN STATEMENT UNDER ORDINANCE NO. 10-11990 MONROE COUNTY, FLORIDA ETHICS CLAUSE V/ .'r e,l 'Ae _J warrants that he/it has not employed, retained or otherwise had,'art on his/its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 10-1990 or any County officer or employee in vioIlliation of Section 3 of Ordinance No. 10-1990. For breach or violation of this provision the County may, in its discretion,, terminate this Contract without liability and may also, in its discretion, deduct from the Contract or purchase price or otherwise recover the full amount of any fee, commission, percentage, gift or consideration paid to the former County officer or employee. asr _e. NOTARIAL JURAT STATE OF: COUNTY OF: Subscribed and sworn to (or affirmed) before me, by means of 0,'p' hysical presence or 0 online Z z _ (date) by 64, notarization, on c" e, z (name of aff iant)._,HelShe is l6erso'nally known to me or has produced (type of iclentificataqp),as identification. V*. DANIEL SANCHEZ y'yp NOTARY, 'PUBLIC -,Notary Public-State of Florida Commission # Hid 407 My commission Expires ol"%�IV'�' July 06, 2024 BIDDING REQUIREMENTS AND CONTRACT FORMS 1-41 ti ti Florida Keys Marathon International Airport 04/24 04 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION T VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS ProJectDescription(s): ;�Z10('q4:e il.,�,Y U-7414/ Respondent Vendor Name: 4 Vendor FEIN: Vendor's Authorized Representative Name and Title: Address: n a,A, City: It ei p. State: 15(— zip: Phone Number: / 8 0 Email Address: jah A") Cea) — V Section 287.135, Florida Statutes prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of any amount if, at the time of contracting or renewal,the company is on the Scrutinized Companies that Boycott Israel List,created pursuant to Section 215.4725, Florida Statutes, or is engaged in a Boycott of Israel. Section 287,135, Florida Statutes, also prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of$1,0�00,000 or more, that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which were created pursuant to s. 215.473,Florida Statutes,or is engaged in business operations in Cuba or Syria. As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified above in the Section entitled "Respondent Vendor Name" is not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel and for Projects of$1,000,000 or more is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged in business operations in Cuba or Syria, I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject company to civil penalties, attorney's fees, and/'or costs. I further understand that any contract with the County inay be terminated, at the option of the County, if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel or placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petrolcutii Energy Sector List or been engaged in business operations in Cuba or Syria. Certified By: 1 who is authorized pan to sign on behalf of the above Y, ericof� QIA Authorized Signature: Print Name Z- Title: C)eec��`4n'e Clioawek%,,sY Note: The List are'available at the foll'o"wing Department of Management Services Site: littp://wNv�N,,.ciii.is.iiiyllori(la.coiii/bLISilleSS operations/state pkirchasi!i2g gndor inforination/convicted sus nended discriminatory complaints vendor lists BIDDING REQUIREMENTS AND CONTRACT FORMS 1-55 LO ti ti C14 AFFIDAVIT ATTESTING TO NONCOERCIVE CONDUCT FOR LABOR OR SERVICES Entity/Vendor Name: —General Asphalt Co., LLC Vendor FEIN: 59-1115297 Vendor's Authorized Representative: Robert A. Lopez Jr., CEO (Name and Title) Address: _4850 NW 72nd Avenue City: —Miami State: __FL Zip: 33166 Phone Number: 305-592-3480 Email Address: —roboagenerala.sphalt.com As a nongovernmental entity executing, renewing, or extending a contract with a government entity, Vendor is required to provide an affidavit under penalty of perjury attesting that Vendor does not use coercion for labor or services in accordance with Section 787.06, Florida Statutes. As defined in Section 787.06(2)(a), coercion means: 1. Using or threating to use physical force against any person; 2. Restraining, isolating, or confining or threating to restrain, isolate, or confine any person without lawful authority and against her or his will; 3. Using lending or other credit methods to establish a debt by any person when labor or services are pledged as a security for the debt, if the value of the labor or services as reasonably assessed is not applied toward the liquidation of the debt, the length and nature of the labor or service are not respectively limited and defined; 4. Destroying, concealing, removing, confiscating, withholding, or possessing any actual or purported passport, visa, or other immigration document, or any other actual or purported government identification document, of any person; 5. Causing or threating to cause financial harm to any person; 6. Enticing or luring any person by fraud or deceit; or 7. Providing a controlled substance as outlined in Schedule I or Schedule 11 of Section 893.03 to any person for the purpose of exploitation of that person., As a person authorized to sign on behalf of Vendor, I certify under penalties of perjury that Vendor does not use coercion for labor or services in accordance with Section 787.06. Additionally, Vendor has reviewed Section 787.06, Florida Statutes, and agrees to abide by same. Certified By: .—Robert A. Lopez Jr. who is authorized to sign on be, f f of I le above referenced company. Authorized Signature: /I I Print Name:--Rob Lopez Jr. Title: —CEO ............. ... ........ .......... CN -LnL 70 4-J E 4� u 2 0 u LAJ D LLJ (D ULJ Lu 0 Z 4-J sou Al/ I O /d NO /�'rr //��/I /��/ �i';�j PI Vrii%i'/�i�i err r// / „F� Q�J, � »� ' / / r i� i f u//r'/ rG�/r / 0 PIP1111(f, ll Zo, 0 mom CN CV) LWLLJI uj�,, Is of LL 4-J L-L C4 .............. CL L.L 4-J o 0 LL _0 > V, 0 UJ M (U 4-J 0 C: LIJ z "- U p xfrwwo 'd LL&al 0 4— if, C: 'J/F Yl 0 mg XF f/ "we .........; /l/I (U LLJ An LL 0 Ln U.J z 0 01 Z Z LLJ (D LLJ L) > ui 0 0 (D U 4-1 Lf), Q) LA Q c 0 ry ti ti ti C14 State qf Florida Department of State I certify from the records of this office that GENERAL ASPHALT CO., LLC is a limited liability company organized under the laws of the State of Florida, filed on December 21, 2021, effective January 25, 1966. The document number of this limited liability company is L21000529618. I further certify that said limited liability company has paid all fees due this office through. December 31, 2024, that its most recent annual report was filed on January 22, 2024, and that its status is active. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twentp-second day of January, 2024 Ole Secretaly off late Tracking Number: 10664001623CC To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. bttps://services.sunbiz.o,i-g/Filiiigs/CertificateOfStatus/Cei-tificateAuthenticatioii 711/20/2024 E(MM/DD/YYYY) ACCORD® CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Sarah Trltz Holmes Murphy&Associates PHONE FAX 2727 Grand Prairie Parkway A/c No Ext: 515-223-6813 A/C,No): Waukee IA 50263 ADMDRESS: stritz@holmesmurphy.com INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Travelers Indemnity Company 25658 INSURED GENASPPC INSURERB: Charter Oak Fire Insurance Company 25615 General Asphalt Co, LLC INSURERC: Travelers Property Casualty Co.America 25674 4850 NW 72nd Avenue Miami , FL 33166 INSURERD: Great American Insurance Company 16691 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1870784345 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MMIDD/YYY MMIDD/YYY A X COMMERCIAL GENERAL LIABILITY VTC2KC07W3485391ND24 2/1/2024 2/1/2025 EACH OCCURRENCE $2,000,000 CLAIMS-MADE � OCCUR DAMAGE TO RENTED PREMISES Ea occurrence) $300,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $4,000,000 POLICY jECT RO- LOC PRODUCTS-COMP/OP AGG $4,000,000 OTHER: $ C AUTOMOBILE LIABILITY VTC2JCAP7W348527TIL24 2/1/2024 2/1/2025 COMBINED SINGLE LIMIT $2,000,000 Ea accident X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident C UMBRELLA LAB X OCCUR CUP7W3485402525 2/1/2024 2/1/2025 EACH OCCURRENCE $2,000,000 X EXCESS LAB CLAIMS-MADE AGGREGATE $2,000,000 DED RETENTION$ $ B WORKERS COMPENSATION UB4X542098 11/1/2024 2/1/2025 X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 D Excess Liability TUE025052412 2/1/2024 2/1/2025 Each Occurrence 10,000,000 Aggregate 10,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,maybe attached if more space is required) RE: Relocate RWY 7-25 Florida Keys Marathon International Airport Monroe County, FL Monroe County Board of County Commissioners is Additional Insured on the General Liability and Auto Liability,when required by written contract with the insured, per policy terms and conditions. T 11 20.24 CERTIFICATE HOLDER CANCELLATION dOil, SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Monroe County Board of County Commissioners ACCORDANCE WITH THE POLICY PROVISIONS. 1100 Simonton St Key West FL 33040 AUTHORIZED REPRESENTATIVE USAta., @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD 2778 ti ti CN cu 0 0 cn cu 0 (1) 0 U) (1) cu cu 0) cu C%4 0 Q af -cu :5 co C: 0 M E cu CV) C) > cq 0 0 M 0 CV) CU CL O 0 Mn cu cn cu a LL (D .0 0 cu CL a) a) -cu —>, — -0 cn La cu— a) �c _0 0 0 C-4 cu U) Cl) CD a) Cl) E cc cu CU r- a) C-) CU 0 0 (D cn 0 QL ®: o 0 C) a) a) a m -a > cn -cu < V cm 70 cu cu r_ C, 0) (9 cn 0aclS 4-- a) o Ln cu U- N —U) 0 r_ 4) La r_ w CL C-4 IL CU (1) cn < 0 O W (6 CFJ 0 0 C.) cu Q cu cn CU E 0 a _-� (1) _0 4) cn =3 0 < U) C: " -0 0 . _0 cu (L) D > 06 . ) 0 < CL o z :5 CFJ .0 A-Z _0 cu cu UA "o --r- CU)I- =3 > W E U) cu (L) 4) IFIl iriiida Keys Mairaltlhoiri IIII iii °IIII° iiriiiw I°iiii ii IIII iiii iiqp iir" l Monroe County Relocate Runway 7-25 Issued for Bid Project Manual - Volume 1 OF 2 BIDDING REQUIREMENTS AND CONTRACT FORMS OR f 4R: . Prepared for: THE MONROE COUNTY BOARD OF COUNTY COMMISSIONERS Mr. David Rice, District 4 Commissioner Mr. Craig Cates, District 1 Commissioner Ms. Michelle Lincoln, District 2 Commissioner Mr. Jim Scholl, District 3 Mayor Pro Tem Ms. Holly Raschein, District 5 Mayor Prepared by: ON ,Jacobs 3150 SW 38th Ave., Suite 700 Miami, FL 33146 305.441 .1864 APRIL 2024 2780 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual TABLE OF CONTENTS VOLUME I-BIDDING REQUIREMENTS AND CONTRACT FORMS Division I—Bid Documents Division II-Contract Division III-General Provisions Division IV- Special Provisions TABLE OF CONTENTS 2781 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual THIS PAGE INTENTIONALLY LEFT BLANK TABLE OF CONTENTS 2782 BID DOCUMENTS 2783 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK BIDDING REQUIREMENTS AND CONTRACT FORMS I-2 2784 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual DIVISION I BID DOCUMENTS SECTION A - NOTICE OF REQUEST FOR COMPETITIVE SOLICITATIONS......................... 1-6 SECTION B - INSTRUCTIONS TO BIDDERS............................................................................ 1-7 SECTION C - PROPOSAL AND SCHEDULE OF BID ITEMS................................................. 1-17 SECTION D - BID BOND........................................................................................................... 1-24 SECTION E - DRUG-FREE WORK PLACE.............................................................................. 1-26 SECTION F - PRIME BIDDER'S QUALIFICATIONS ............................................................... 1-27 SECTION G - DISCLOSURE OF LOBBY ACTIVITIES............................................................ 1-30 SECTION H -ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM .................................... 1-31 SECTION I - INFORMATION ON DBE GOAL PARTICIPATION FOR PROJECTS RECEIVING FEDERALFUNDING ................................................................................................................. 1-32 SECTION J - DISADVANTAGED BUSINESS ENTERPRISE PROGRAM.............................. 1-35 SECTION K - BIDDER'S AFFIDAVIT IN COMPLIANCE WITH (THE FLORIDA TRENCH SAFETY ACT............................................................................................ 1-36 SECTION L - SWORN STATEMENT PURSUANT TO SECTION 287.133C3J(A), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES.............................................................................. 1-38 SECTION M - SWORN STATEMENT UNDER ORDINANCE NO. 10-1990............................ 1-41 SECTION N - CERTIFICATION OF NONSEGREGATED FACILITIES................................... 1-42 SECTION O - FEDERAL WAGES DECISION .......................................................................... 1-43 SECTION P - CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION -49 CFR PART 29.............................................................. 1-51 SECTION Q - NON-COLLUSION AFFIDAVIT.......................................................................... 1-52 SECTION R-TEXTING WHILE DRIVING ............................................................................... 1-53 BIDDING REQUIREMENTS AND CONTRACT FORMS I-3 2785 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION S- PROCUREMENT OF RECOVERED MATERIALS........................................... 1-54 SECTION T -VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS....... .............................................................................................................................1-55 BIDDING REQUIREMENTS AND CONTRACT FORMS I-4 2786 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK BIDDING REQUIREMENTS AND CONTRACT FORMS I-5 2787 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual NOTICE OF REQUEST FOR COMPETITIVE SOLICITATIONS NOTICE IS HEREBY GIVEN that on Tuesday,May 28,2024, at 3:00 P.M., the Monroe County Purchasing Office will receive and open sealed responses for the following: Relocate Runway 7-25 Florida Keys Marathon International Airport Monroe County,Florida Pursuant to F.S. § 50.0211(3)(a), all published competitive solicitation notices can be viewed at: www.floridapublicnotices.com, a searchable Statewide repository for all published legal notices. Requirements for submission and the selection criteria may be requested from the County's electronic bidding platform at https://monroecounty-fl.bonfirehrrb.com OR www.monroecounty®fl.gov/BonfireBids. The Public Record is available upon request. Monroe County Purchasing Department receives bids via the Bonfire electronic bidding platform. Please do not email, mail or attempt to deliver in person any sealed bids. Emailed/mailed/physically delivered bids/proposals/responses WILL NOT be accepted. The Monroe County Purchasing Department hereby directs that bids be submitted via the Bonfire electronic bidding platform at h!Ws://monroecouniy-fl.bonfirchub.com, no later than 3:OOP.M. on May 28,2024. There is no cost to the bidder to use the Bonfire platform. Please d o n o t submit your confidential financial information as part of your proposal. There are separate uploads for each set of documents, including confidential financial information. All proposals will be made public on the platform after an intended decision or 30 days, whichever- is earlier, unless the bids/proposals are rejected in accordance with F.S. 119.071.If your proposal document includes financial information, that information will not be considered confidential and will be available and viewable to the public in accordance with public records law. The bid opening for this solicitation will be held virtually, via the internet, at 3:00 P.M., on Tuesday,May 28, 2024.You may call in by phone or intemet using the following: Join Zoom Meeting https://mcbocc.zoom.trs/i/4509326156 s Meeting ID: 4509326156 One tap mobile: +16465189805„45093261564 US(New York) +16699006833„45093261564 US(San Jose) Dial by your location: +1 646 518 9805 US(New York) +1 669 900 6833 US(San Jose) MANDATORY PRE-BID MEETING Date: 04-25-2024 Time: 2:00 P.M.,EST ***Prospective bidders failing to attend the Mandatory Pre-Bid Meeting shall forfeit their opportunity to respond to the solicitation*** Location: Florida Keys Marathon International Airport,2°d Floor Airport Conference Room,9400 Overseas Hwy., Marathon FL 33050 Publication Dates Keys Citizen: Thur.,04/11/2024 Keys Weekly: Thur.,04/11/2024 News Barometer: Fri.,04/12/2024 BIDDING REQUIREMENTS AND CONTRACT FORMS I-6 2788 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION B INSTRUCTIONS TO BIDDERS PRE-BID NOTICE: A Pre-Bid Conference will be held on April 2511, 2024, at 2:00 PM in the 2nd Floor Airport Conference Room at the Florida Keys Marathon International Airport (9400 Overseas Highway, Marathon, FL 33050). Attendance at the Pre-Bid Conference is mandatory. Prospective bidders failing to attend the Mandatory Pre-Bid Meeting shall forfeit their opportunity to respond to the solicitation. For additional information concerning the pre-bid conference, please contact Beth Leto, Deputy Director, Airport Finance and Admin. by phoning 305-809-5239. 1. CONTENTS OF CONTRACT DOCUMENTS: Proposal forms are contained in these Contract Documents. All papers bound with or attached to the Proposal Form are a part of the Contract and must not be detached or altered. A Bid Bond in the form of a cashier's check, certified check or surety bond in the amount of not less than five percent (5%) of the total amount of bid submitted shall accompany each proposal. The Bid Bond shall be made payable to Monroe County Board of County Commissioner. No Bid Bond will be required if the contract amount is less than $150,000.00. 2. EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF WORK: The bidder shall examine carefully the site of the work and the Contract Documents and shall investigate and satisfy themselves as to the conditions to be encountered, as to the character, quality and quantity of work to be performed and materials to be furnished and as to the requirements of the Contract. Bidders shall familiarize themselves with all federal and state laws, local ordinances and regulations which may in any manner affect the work or its prosecution. The filing of a Proposal shall be presumptive evidence that the bidder has complied with these requirements. 3. INTERPRETATION OF DOCUMENTS: If any person contemplating submitting a bid for the proposed contract is in doubt as to the meaning of any part of the proposed Contract Documents, they may submit to the Engineer by EMAIL only: Kay®Oueiroz(r�iaco s.com, a request for an interpretation of the proposed documents. No oral interpretations will be made to any respondent as to the meaning of any part of the bid documents. A summary of questions received and answers provided will be made in writing in the form of an addendum and, if issued, shall be posted on Bonfire and a notification will be furnished by Bonfire to all known prospective Respondents listed as planholders prior to the established Response opening date. It shall be the Respondents sole responsibility thereafter to download the addendum. Each respondent shall acknowledge receipt of such addenda in the space provided therefore in the proposal form. In case any respondent fails to acknowledge receipt of such addenda or addendum, his proposal will nevertheless be construed as though it had been received and acknowledged and the submission of his/her proposal will constitute acknowledgment of the receipt of same. All addenda are a part of the bid documents and each BIDDING REQUIREMENTS AND CONTRACT FORMS I-7 2789 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual respondent will be bound by such addenda, whether or not received by him/her. It is the responsibility of each respondent to verify that he/she has received all addenda issued before proposals are opened. Requests for interpretation will be accepted up to fifteen (15) calendar days prior to the bid due date. 4. ADDENDA: Any Addenda issued during the preparation of bids shall be included in the Proposal and shall become a part of the Contract Documents. Subcontractor's attention must be called to these changes as well as to the effect Addenda may have on their work. 5. PREPARATION OF PROPOSAL: Bidder shall submit the bidders proposal in electronic format through Bonfire only. Please do not e m a i 1 , mail or attempt to deliver in person any sealed bids. Emailed/mailed/physically delivered bids/proposals/responses WILL NOT be accepted. Proposals shall be submitted on the Proposal Form contained in these Contract Documents. Each blank space in the Proposal Form shall be filled in correctly and the bidder shall state the price for which he proposes to do the work written in ink. The bidder will be responsible for all errors or omissions in his Proposal. Each bidder shall sign his Proposal correctly in ink. If the bidder is an individual, his name and post office address must be shown. If a firm or partnership, the name and post office address of each member of the firm or partnership must be shown. If a corporation, the Proposal must designate the state under the laws of which the corporation is chartered, the names, titles and business addresses of its officers and the one signing the Proposal as agent of the firm or corporation must furnish legal evidence that he has authority to such signature and that such signature is binding upon the firm or corporation. On the Proposal Form (Schedule of Bid Item sheets), the bidder shall enter in words and figures a unit price and in figures the product (extension) of the unit price and quantity in the appropriate column for each bid item exclusive of those items for which a fixed contract unit price and extension are shown. On "lump sum" items, the same amount shall be shown in both the unit price (words and figures)and extension (figures only) columns. After all extensions are made, the bidder shall total the extended amounts of the bid items and show his total of the extended amounts of the bid items and show his total bid amount in the appropriate place on the Proposal Form. All figures shall be legibly shown in ink or typed. Any inter-lineation, erasure or other alteration of a figure shall be initialed by the signer of the proposal. The Bidderwill checkthe extension of each item given in the proposal and correct all errors and discrepancies. In case of a discrepancy between a unit bid price and the extension amount, the unit price will govern. In case of discrepancy between the unit price in words and figures, the words shall govern. The sum of the correct extension amounts will be the contract bid price. 6. ALTERNATE AND ADDITIVE BIDS: Where alternate designs are provided by the plans and proposal, the bidder shall enter prices only on the items for the design alternate that will be most economical for him to construct and other bid items that will be common for all alternates. The bidder shall enter the words "No Bid" in the unit price column on items for the design alternates not selected. BIDDING REQUIREMENTS AND CONTRACT FORMS I-8 2790 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual If any item on the proposal form permits a choice between alternate specified types of materials, the bidder shall indicate by a checkmark the type of material he proposes to use. If more than one type or none is checked, the Owner will make the selection. Where alternate designs are provided for which bids area called for on each alternate, the bidder shall furnish bid prices for each of the alternates. Failure to do this may be grounds for rejection of the proposal. Where additive bids are provided in the plans and proposal, the bidder shall enter prices for the additive bid items. Additive bids are work items that the Owner would like to include in the project depending upon base bid prices and the availability of Federal, State, and local funding. The Owner reserves the right to award the additive bid items and enter into additive bid item contracts separately from the base bid item award and contract as serves the best interest of the county. Award of the additive bid items and to whom awarded shall be at the Owner's sole discretion. 7. REJECTION OF PROPOSALS: Proposals may be rejected if they show any alteration of form, additions not called for, conditional or alternate bids or irregularities of any kind. Proposals in which prices are obviously unbalanced may be rejected. The Owner reserves the right to waive technical errors, irregularities or informalities in any bid as may be deemed to be in the best interests of the County. The owner also reserves the right to reject any and all bids at the owner's sole discretion, to waive informalities in any or all bids, to re-advertise for bids; and to separately accept or reject any item or items of bid and to award and/or negotiate a contract in the best interest of the County. 8. BID PRICE: The price bid shall cover the cost of furnishing of all materials, tools, labor, transportation, local, state and federal taxes, Old Age Benefits, Social Security, services and equipment necessary to perform the work in full conformity with the Contract Documents. 9. PRE-QUALIFICATION OF BIDDERS: No proposal will be considered from any contractor unless he is licensed to do work in the State of Florida and is properly qualified to submit a proposal for this construction in accordance with all applicable laws of the State of Florida. Bidder shall submit"Evidence of Competency", consisting of statements covering the bidder's past experience on similar work, a list of equipment that would be available, latest financial statement, and a list of key personnel. (See General Provisions 20-02 and Section F "Prime Bidder's Qualification Form.) 10.AWARD OF CONTRACT: All bids, along with the staff recommendation, will be presented to the Board of County Commissioners of Monroe County, Florida, for final awarding or otherwise. The Board reserves the right to reject any and all bids, to waive technical errors, irregularities, or informalities in any or all bids, to re-advertise for bids; and to separately accept or reject any item or items of bid and to award and/or negotiate a contract in the best interest of the County. The award of the contract, should it be awarded, will be made by the Owner to the lowest BIDDING REQUIREMENTS AND CONTRACT FORMS I-9 2791 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual responsible bidder whose proposal meets the requirements thereof. The award, if made, will be made within one hundred twenty (120) days after opening of the proposal but no award will be made until the responsibility of the bidder to whom it is proposed to award the contract has been investigated. Notice of award will be mailed by the Owner to the successful bidder at the address stated in his proposal. Any Bidder/Respondent/Proposer who claims to be adversely affected by the decision or intended decision to award a contract shall submit in writing a notice of protest which must be received by the County within seventy-two (72) hours or three (3) business days, whichever is less, after the posting of the notice of decision or intended decision on Bonfire or posting of the Notice of Decision or Intended Decision on the Monroe County Board of County Commissioner' agenda, whichever occurs first. Additionally, a formal written protest must be submitted in writing and must be received by the County Attorney's Office seventy-two (72) hours or three (3) business days prior to the Board of County Commissioner's meeting date in which the award of contract by the Board of County Commissioners will be heard. The only opportunity to address protest claims is before the BOCC at the designated public meeting in which the agenda item awarding the contract is heard. In accordance with the Rules of Debate as set forth in the Monroe County Board of County Commissioners Administrative Procedures, the Bidder/Respondent/Proposer that filed the protest is responsible for providing the Clerk with his/her name and residence prior to the agenda item to award the contract being called in order to preserve their opportunity to be heard on this matter. An individual has three (3) minutes to address the Commission and a person representing an organization has five (5) minutes to address the Commission. The BOCC decision to award the contract is final and at their sole discretion. Failure to timely protest within the times prescribed herein shall constitute a waiver of the ability to protest the award of contract, unless it is determined that it is in the best interest of the County to do so. 11.RETURN OF BID BOND: All bid bonds except those of the two lowest qualified bidders will be returned promptly after the tabulation of the bids has been made and in no case will a bid bond be held longer than one hundred twenty (120) days without the bidder's written consent. 12.EXECUTION OF CONTRACT: The successful bidder will be required to execute the contract and furnish bond within fifteen (15) days of date of notice to award. In the case of a corporation, the officer or agent to execute the contract must be designated in a power of attorney executed by the Board of Directors and duly certified by the Secretary and bearing the seal of the corporation. When the successful bidder is a partnership, the power of attorney designating one member of the firm to execute the contract shall be filed with the Owner. Such power of attorney must bear the signature of the other members of the firm and must be executed before a notary. Any officer or agent signing on behalf of the surety company bonding the contractorwill be required to file a power of attorney with the bond executed and will be required to affix the seal of the surety to said bond. 13.FAILURE TO EXECUTE CONTRACT: Should the successful bidder fail or refuse to execute the contract and furnish satisfactory bond BIDDING REQUIREMENTS AND CONTRACT FORMS I-10 2792 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual within fifteen (15) days after notice of award has been issued by the Owner, the bond filed with the proposal shall become the property of the Owner. At his option, the Owner may then annul the award and award the contract to the next lowest responsible bidder or reject all proposals and re-advertise. 14.CONTRACT TIME: The contractor shall begin work after receipt of the Notice to Proceed in accordance with Paragraphs 80-02 and 80-03 of the General Provisions and Special Provisions Nos. 2 and 3,and shall fully complete performance within 158 consecutive calendar days of Notice to Proceed Construction. If the Contractor does not comply with the contract time, then liquidated damages will apply as per Special Provisions No. 2 and 3. 15.CONTRACT CLOSE-OUT: Subsequent to the final acceptance of this project by the Owner, the requirements of Special Provision No. 1, Section 25 "Project Documentation" Subsection H. "Prerequisites to Substantial Completion" must be satisfied. 16.BID PROPOSAL SUBMISSION: The Bid Proposal submitted for the work included in this project shall include the following fully executed documents: A. Bid Proposal Contract (Division I, Section C) B. Schedule of Bid Items (Division I, Section C) C. Bid Bond (Division I, Section D) D. Drug-free Work Place (Division I, Section E) E. Prime Bidder's Qualifications (Division I, Section F) F. Disclosure of Lobby Activities (Division I, Section G) G. Acknowledgment of Receipt of Addendum (Division I, Section H) H. Disadvantaged Business Enterprise (Division I, Section J) I. Bidder's Affidavit in Compliance with the Florida Trench Safety Act (Division I, Section K) J. Sworn Statement Under Section 287.133(3)(a) FLORIDA STATUTES, on Public Entity Crimes (Division I, Section L) BIDDING REQUIREMENTS AND CONTRACT FORMS I-11 2793 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual K. Sworn Statement Under Ordinance No. 10-1990, Monroe County (Ethics Clause) (Division I, Section M) L. Certification of Non-segregated Facilities (Division I, Section N) M. Federal Wage Decision (Division I, Section O) N. Certification regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion-49 CFR Part 29 (Division I, Section P) O. Copy of Contractor's license for State of Florida P. Bidder's Statement on Insurance (Division III, Section 140) Q. Non-Collusion Affidavit (Division I, Section Q) R. Texting While Driving (Division I, Section R) S. Procurement of Recovered Materials (Division I, Section S) T. Vendor Certification Regarding Scrutinized Companies Lists (Division I, Section T) 17.SUBMITTING BIDS: Monroe County Purchasing Department receives bids via the Bonfire electronic bidding platform. Please do not e m a i 1 , mail or attempt to deliver in person any sealed bids. Emailed/ mailed / physically delivered bids/proposals/responses WILL NOT be accepted. The Monroe County Purchasing Department hereby directs that bids be submitted via the Bonfire electronic bidding platform at tt s://monroecounty-f. onfire u .com, no later than 3:OOP.M. on May 28', 2024. There is no cost to the bidder to use the Bonfire platform. Please do not submit your confidential financial information as part of your proposal. There are separate uploads for each set of documents, including confidential financial information. All proposals will be made public on the platform after an intended decision or 30 days, whichever is earlier, unless the bids/proposals are rejected in accordance with F.S. 119.071. If your proposal document includes financial information, that information will not be considered confidential and will be available and viewable to the public in accordance with public records law. The bid opening for this solicitation will be held virtually, via the internet, at 3:00 P.M., on May 28', 2024. You may call in by phone or internet using the following: BIDDING REQUIREMENTS AND CONTRACT FORMS I-12 2794 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Join Zoom Meeting https://mcbocc.zoom.us/j/4509326156 Meeting ID: 4509326156 One tap mobile: +16465189805„4509326156#US(New York) +16699006833„45093261564 US(San Jose) Dial by your location: +1 646 518 9805 US(New York) +1 669 900 6833 US(San Jose) 18.WITHDRAWAL OF BIDS: Bids may be withdrawn on written or telegraphic request received from bidders prior to the time fixed for opening. Negligence on the part of the bidder in preparing the bid confers no right for the withdrawal of the bid after it has been opened. 19.BIDDERS PRESENT: At the time fixed for the opening of the bids, their contents will be made public for the information of bidders and other properly interested parties who may be present either by phone or internet. 20.BIDDERS INTERESTED IN MORE THAN ONE BID: If more than one bid for each contract is offered by any one party, by or in the name of his or their clerk, partner or other person, all such bids may be rejected. A party who has quoted prices on materials to bidders is not thereby disqualified from quoting prices to other bidders or from submitting a bid directly for the materials of work. 21.ERRORS IN BID: Bidders or their authorized agents are expected to examine the maps, drawings, specifications and all other instructions pertaining to the work, which will be open to their inspection. Failure to do so will be at the bidder's own risk and he cannot secure relief on the plea of error in the bid. In case of error in the extension of prices, the unit price will govern. 22.CONTRACT AND BOND: The bidder to whom award is made must, when required, enter into written contract on the standard form as set out herein with satisfactory security in the amount required, within the period specified or, if no period is specified, within ten (10) days after the prescribed forms are presented to him for signature. 23.COLLUSION If there is any reason for believing that collusion exists among the bidders, any or all proposals may be rejected and those participating in such collusion may be barred from submitting bids on the same or other work. BIDDING REQUIREMENTS AND CONTRACT FORMS I-13 2795 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 24.SUBLETTING OR ASSIGNING OF CONTRACT: (a) Limitations: The Contractor shall not sublet, assign, transfer, convey, sell or otherwise dispose of any portion of the contract, his right, title or interest therein, or his power to execute such contract, to any person, firm or corporation without written consent of the Owner and such written consent shall not be construed to relieve the Contractor of any responsibility for the fulfillment of the contract. Unless otherwise stipulated in the proposal or special provisions and with the assistance of workmen under his immediate superintendence and reported on his payroll, all contract work of a value not less than fifty percent (50%) of the total contract amount, except that any items designated in the contract as "Specialty Items" may be performed by subcontract. They may be deducted from the total contract amount before computing the amount of work required to be performed by the Contractor with his own organization. (b) Subcontractor's Status: A subcontractor shall be recognized only in the capacity of an employee or agent of the contractor and the Contractor will be responsible to the Owner for all of the subcontractor's work, including failures or omissions and his removal may be required by the Engineer, as in the case of any employee. 25.PERMITS: The county cautions bidders that the contractor shall also be responsible for the permit fees of any state or federal agency having permitting jurisdiction over the project, including but not limited to, the SFWMD, ERP, ACE, DNR, and DER. 26.PRE-SUBMITTALS: Pre-submittal of data on various equipment, if required in the proposal, shall be made by the bidder and approval obtained from the Engineer. This approved list shall be the actual equipment used in the construction of this project if the contract is awarded on the bid. 27.SHOP DRAWINGS: Shop drawings will be reviewed by the Engineer for general conformance in accordance with the contract documents. The Contractor shall check all shop drawings in detail and stamp with his approval prior to submittal to the Engineer. The Engineer's review of shop drawings shall not relieve the Contractor from his responsibility for any deviations from the requirements of the contract documents. Contractor shall submit electronic copies of shop drawings to the engineer for approval. 28.FLORIDA TRENCH SAFETY ACT: In accordance with the provisions of the Florida Trench Safety Act, if applicable, the bidder shall indicate in his bid his cost of compliance with the requirements of the Florida Trench Safety Act and shall also complete and properly execute the bidder's Affidavit in compliance with the provisions of the Florida Trench Safety Act (Sections 553.60-553-64, Florida Statutes). BIDDING REQUIREMENTS AND CONTRACT FORMS I-14 2796 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 29.SCHEDULE OF WORK: Contractor shall coordinate work items that may overlap with other work being performed by other contractors. Each bidder shall take this into account and no provision for re-mobilization or re- negotiation for time delay can be made. Depending on the bids received, certain quantities may be increased or decreased and no provision shall be made for re-negotiation (see Division I, General Provisions, Section 40, for further information). 30.PROJECT FUNDING: Work included in this project will be paid by funds from Monroe County, the Federal Aviation Administration (FAA), Florida Department of Transportation (FDOT) and in part from Florida Keys Marathon International Airport Operating Funds. 31.DISADVANTAGED BUSINESS ENTERPRISES (DBE) SUBCONTRACTOR GOALS: The DBE goal for this FAA funded project is 18.19%. All respondents shall be required to meet this goal. Respondents may meet this goal by being a certified DBE under FUCP or by subcontracting a portion of the work to a DBE certified under FUCP. Any respondent that is unable to meet this goal will be required to provide documentation of its good faith effort to meet this goal. Any bid proposal that fails to meet the DBE goal and fails to provide adequate documentation of a good faith effort to meet the goal shall be deemed non-responsive for failing to comply with the DBE requirement. 32.PUBLIC ENTITY CRIME STATEMENT: A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 of the Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 33.DISADVANTAGED BUSINESS ENTERPRISE (DBE) POLICY and OBLIGATION: DBE POLICY: It is the policy of the Florida Department of Transportation that disadvantaged business enterprises as defined in 49 CFR Part 26, as amended, have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Department funds contract. The DBE requirements of 49 CFR Part 26, as amended, apply to this contract. DBE OBLIGATION: Monroe County and its contractors agree to ensure that Disadvantaged Business Enterprises as defined in 49 CFR Part 26, as amended, have the maximum opportunity to participate in the performance of contracts. In this regard, all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 26, as amended, to ensure that the Disadvantaged Business Enterprises have the maximum opportunity to compete for and perform contracts. Grantees, recipients and their contractors shall not discriminate on the basis of race, BIDDING REQUIREMENTS AND CONTRACT FORMS I-15 2797 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual color, national origin or sex in the award and performance of Department assisted contracts. The Disadvantaged Business Enterprise Program statements and certification shall be fully completed and submitted as required by Section 150 of the specifications. This form is provided in Division I, Bid Documents, Section J. 34.EQUAL EMPLOYMENT OPPORTUNITY: In connection with the carrying out of this project, the contractor shall not discriminate against any employee or applicant for employment because of race, age, creed, color, sex or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, age, creed, color, sex, marital status, familial status, sexual orientation, gender identity, expression 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 shall insert a similar provision in all subcontracts, except subcontracts for standard commercial supplies or raw materials. 35.CERTIFICATION OF NONSEGREGATED FACILITIES: The Certification of Non-segregated Facilities as required by Section 160, shall be completed and submitted with the bid proposal. This form is provided in Division I, Bid Documents, Section N. BIDDING REQUIREMENTS AND CONTRACT FORMS I-16 2798 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION C PROPOSAL AND SCHEDULE OF BID ITEMS Contract BID TO: Monroe County Purchasing Department 1100 Simonton Street Suite 1-213 Key West, Florida 33040 BID FROM: Submitted(Date): The undersigned, as Bidder, hereby declares that he has examined the site of the work and informed himself fully in regard to all conditions pertaining to the place where the work is to be done; that he has examined the plans and specifications for the work and contractual documents relative thereto, and has read all bid documents, Contract Documents, General Provisions, Special Provisions and Specifications furnished; and that he has satisfied himself relative to the work to be performed. The Bidder proposes and agrees, if this proposal is accepted, to contract with the Monroe County Board of Commissioners, in the form of contract specified, to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation and labor necessary to and to complete the construction of: RELOCATE RWY 7-25 FLORIDA KEYS MARATHON INTERNATIONAL AIRPORT - BID SUBMISSION MONROE COUNTY, FLORIDA in full and complete accordance with the shown, noted, described and reasonably intended requirements of the plans, specifications and contract documents to the full and entire satisfaction of the Monroe County Board of Commissioners, with a definite understanding that no money will be allowed for extra work except a set forth in the attached Contract Documents for the unit prices listed opposite each item. BIDDING REQUIREMENTS AND CONTRACT FORMS I-17 2799 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual The Contractor shall complete the Schedule of Values included as Attachment"A". The Schedule shall be added and the final total base bid amount will be: $ Dollars (Total Base Bid -words) It is agreed that the description under each item, being briefly stated, implies, although it does not mention, all incidentals and that the prices stated are intended to cover all such work, materials and incidentals as constitute Bidder's obligations as described in the specifications and any details not specifically mentioned, but evidently included in the contract shall be compensated for in the item which most logically includes it. The quantities for bid items listed on the attached Schedule of Bid Item sheets are estimated quantities only for the purpose of comparing bids. Any difference between these estimated quantities and actual quantities required for construction will not be allowed as basis for claims by the Contractor for extra compensation. Compensation will be based on the unit prices and actual construction quantities and may be modified as stipulated by Sections 20- 05 and 90-03 of the General Provisions. The bidder further proposes and agrees hereby to commence the work with an adequate force, plant and equipment at the time stated in the notice to the Contractor from the Owner to proceed and fully complete performance within the time period stated in the Instructions to Bidders from and after the date stated in the Notice-to-Proceed. The bidder understands that the county will decide, in its sole discretion, to proceed, or not to proceed, with the additive bid work. Except as otherwise provided in the contract documents, Bidder shall not be entitled to any additional costs, expenses, etc. beyond the Total Base Bid in the event the County chooses not to proceed with the additive bid work. The undersigned further agrees that in case of failure on his part to execute the said contract and the bond within ten (10) consecutive calendar days after written notice being given of the award of the contract, the check or bid bond in the amount as specified herein accompanying this bid and the monies payable thereon, shall be paid into the funds of the Monroe County Board of Commissioners as liquidated damages for such failure; otherwise, the check or bid bond accompanying this proposal shall be returned to the undersigned. Monroe County's performance and obligation to pay under this Contract, is contingent upon an annual appropriation by the BOCC. Attached hereto is a certified check on the Bank of or a bid bond for the sum of dollars ($ ) made payable to the Monroe County Board of Commissioners. BIDDING REQUIREMENTS AND CONTRACT FORMS I-18 2800 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Checkmarks I have included Division I which entails the proposal forms. Schedule of Bid Items (Attachment "A"). Bid Bond The Drug-Free Workplace form. Vendor Certification Regarding Scrutinized Companies Prime Bidder's Qualifications: List of major contracts in past 10 years List of equipment and plant available for this project Copy of latest financial statement Disclosure of Lobby Activities Acknowledgement of Receipt of Addendum Disadvantaged Business Enterprise Program DBE Utilization Form "Attachment 1", Division III DBE Letter of Intent"Attachment 2", Division III Bidder's Affidavit in Compliance with Florida Trench Safety Act Sworn Statement Pursuant to Section 287.133(3)(a), Florida Statutes, on Public Entity Crimes Sworn Statement Under Ordinance No. 10-1990 Certification of Non-segregated Facilities Federal Wage Decision Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion 49 CFR Part 29 Copy of Bidder's License for State of Florida, evidence of competency and evidence of financial responsibility _ Bidder's Statement on Insurance Non-Collusion Affidavit (Checkmark items above as a reminder that they are included.) Mailing Address: BIDDING REQUIREMENTS AND CONTRACT FORMS I-19 2801 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Phone Number: Date: Signed: (Name) (Title) Witness: (Seal) BIDDING REQUIREMENTS AND CONTRACT FORMS I-20 2802 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual ATTACHMENT " A " SCHEDULE OF BID ITEMS BIDDER NAME: AIRPORT NAME: Florida Keys Marathon International Airport PROJECT: MTH Relocate RWY 7-25 Payment for the work shall be made at the contract price and payment shall be full compensation for furnishing all materials, equipment, labor, processes, tools and incidental costs required to complete the work. BASE BID SCHEDULE A* Item No. Bid Item Description Unit Quantity Unit Extended Cost Total 1 C-100-1 CONTRACTOR QUALITY CONTROL PROGRAM(CQCP) LS 1 2 C-102-1 TEMPORARY AIR AND WATER POLLUTION, SOIL LS I EROSION,AND SILTATION CONTROL 3 C-105-1 MOBILIZATION LS 1 4 P-101-1 PAVEMENT REMOVAL(CONCRETE)(FULL DEPTH) SY 50 5 P-101-2 PAVEMENT REMOVAL(ASPHALT)(FULL DEPTH)(DEPTH SY 46,000 1 INCH-3.5 INCH 6 P-101-3 PAVEMENT REMOVAL(ASPHALT)(FULL DEPTH)(DEPTH SY 59,000 5.5 INCH-9 INCH 7 P-101-4 PAVEMENT MARKING REMOVAL(HIGH-PRESSURE SF 1,500 WATER) 8 P-152-1 A UNCLASSIFIED EXCAVATION CY 5,200 9 P-152-2 UNSUITABLE EXCAVATION CY 780 10 P-152-3A EMBANKMENT(OFF-SITE) CY 16,600 11 P-152-4 GRAVEL REMOVAL SY 1,600 12 P-211-1 A 6"LTMEROCK BASE COURSE SY 59,000 13 P-211-2A RE-WORK LTMEROCK BASE COURSE SY 36,500 14 P-401-1 A 4"BITUMINOUS SURFACE COURSE TON 14,250 15 P-501-1 PORTLAND CEMENT CONCRETE SURFACE COURSE(14" SY 50 THICKNESS,REINFORCED 16 P-602-1 A EMULSIFIED ASPHALT PRIME COAT GAL 10,800 17 P-603-IA EMULSIFIED ASPHALT TACK COAT GAL 4,200 18 P-620-IA REFLECTIVE PAVEMENT MARKING WITH GLASS BEADS SF 41,265 19 P-620-2A NON-REFLECTTVE PAVEMENT MARKING SF 19,740 20 P-620-3 SAFETY AREA WARNING SIGNS(FDOT Rl-1 30"X30" AND EA 1 AIR SAFETY SIGN 48"X30") AND FOUNDATION 21 P-621-1A GROOVING SY 30,650 22 D-701-1 18"DIAMETER REINFORCED CONCRETE PIPE(CLASS V) LF 150 23 D-751-1 FDOT INDEX 425-052 TYPE D DITCH BOTTOM INLET EA 2 24 T-904-1 SODDING WITH 3" TOPSOIL SY 108,465 25 L-105-1 DEMOLISH EXISTING TAXIWAY EDGE LIGHT EA 68 BIDDING REQUIREMENTS AND CONTRACT FORMS I-21 2803 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 26 L-105-2 DEMOLISH EXISTING RUNWAY EDGE OR EA 64 THRESHOLD/END LIGHT 27 L-105-3 DEMOLISH EXISTING GUIDANCE SIGN AND EA 18 FOUNDATION 28 L-105-4 DEMOLISH EXISTING RUNWAY DISTANCE REMAINING EA 4 SIGN AND FOUNDATION 29 L-105-5 DEMOLISH EXISTING ELECTRICAL JUNCTION EA 78 STRUCTURE OR LIGHT BASE 30 L-105-6 TEMPORARY AIRFIELD LIGHTING LS 1 31 L-105-7 DEMOLISH EXISTING ELECTRICAL HANDHOLE EA I 32 L-105-8 CABLE REMOVAL LF 1,500 33 L-105-9 REMOVE EXISTING CONCRETE ENCASED ELECTRICAL LF 750 DUCTBANK 34 L-105-10 REMOVE EXISTING DIRECT BURIED ELECTRICAL LF 19,250 CONDUIT 35 L-108-1 NO. 8 AWG, 5KV,L-824,TYPE C CABLE,INSTALLED IN LF 34,950 DUCT BANK OR CONDUIT 36 L-108-2 NO. 2 AWG, SOLID,BARE COPPER COUNTERPOISE WIRE, LF 25,085 INSTALLED ABOVE THE DUCT BANK OR CONDUIT, INCLUDING CONNECTIONS/TERMINATIONS 37 L-108-3 NO. 1/0 AWG,BARE COPPER GUARD WIRE,INSTALLED LF 850 ABOVE THE DUCT BANK OR CONDUIT,INCLUDING CONNECTIONS/TERMTNA TTONS 38 L-108-4 3/4"DTA X 10'LONG COPPER CLAD GROUND ROD EA 140 39 L-108-5 REAM EXISTING DUCT BANK OR CONDUIT LF 300 40 L-109-1 AIRFIELD LIGHTING VAULT EQUIPMENT LS I MODIFICATIONS 41 L-110-1 1-WAY,2"CONCRETE ENCASED ELECTRICAL CONDUIT LF 750 42 L-110-2 2-WAY, 2"CONCRETE ENCASED ELECTRICAL DUCT LF 850 BANK 43 L-110-3 4-WAY,2"CONCRETE ENCASED ELECTRICAL DUCT LF 900 BANK 44 L-110-4 4-WAY, 2"CONCRETE ENCASED ELECTRICAL DUCT LF 50 BANK,IN EXISTING PAVEMENT 45 L-110-5 2-WAY,4" CONCRETE ENCASED ELECTRICAL DUCT LF 45 BANK 46 L-110-6 1-WAY, 2"NON-ENCASED ELECTRICAL CONDUIT LF 20,950 47 L-110-7 2-WAY,2"NON-ENCASED ELECTRICAL DUCT BANK LF 110 48 L-110-8 CORED HOLE EA 25 49 L-115-1 L-867D BASE CAN,WITH 3/8" THICK BLANK EA 16 COVERPLATE,IN TURF AREAS 50 L-115-2 TX TX 4',HANDHOLE,FAA POWER AND CONTROL EA 3 51 L-115-3 JUNCTION CAN PLAZA,2-CAN EA 11 52 L-115-4 JUNCTION CAN PLAZA,4-CAN EA 3 53 L-125-1 L-858(L)LED GUIDANCE SIGN, SIZE 2, 1 MODULE, AND EA 2 NEW FOUNDATION 54 L-125-2 L-858(L)LED GUIDANCE SIGN, SIZE 2,2 MODULE, AND EA 11 NEW FOUNDATION 55 L-125-3 L-858(L)LED GUIDANCE SIGN, SIZE 2,3 MODULE, AND EA 15 NEW FOUNDATION BIDDING REQUIREMENTS AND CONTRACT FORMS I-22 2804 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 56 L-125-4 L-858B(L)LED DISTANCE REMAINING SIGN, SIZE 5,AND EA 4 NEW FOUNDATION 57 L-125-5 NEW GUIDANCE SIGN PANEL EA 11 58 L-125-6 L-861 T(L)LED ELEVATED TAXIWAY EDGE LIGHT, AND L- EA 80 867B BASE CAN,IN TURF AREAS 59 L-125-7 L-861 T QUARTZ ELEVATED TAXIWAY EDGE LIGHT, AND EA 17 L-867B BASE CAN,IN TURF AREAS 60 L-125-8 L-861T(L)LED ELEVATED TAXIWAY EDGE LIGHT,ON EA 1 EXISTING L-867B BASE CAN 61 L-125-9 L-861(L)LED ELEVATED RUNWAY EDGE LIGHT,AND L- EA 50 867B BASE CAN,IN TURF AREAS 62 L-125-10 L-861 E(L)LED ELEVATED RUNWAY THRESHOLD/END EA 16 LIGHT, AND L-867B BASE CAN,IN NEW PAVEMENT 63 L-125-11 RUNWAY 7 PAPT SYSTEM,L-880 CURRENT DRIVEN LS 1 64 L-125-12 RUNWAY 25 PAPT SYSTEM,L-880 CURRENT DRIVEN LS 1 65 L-125-13 SPARE PARTS ALL 1 66 L-900-1 RELOCATE RUNWAY 7 RETLS LS 1 67 L-900-2 NO. 6 AWG, 600V CABLE,INSTALLED IN DUCT BANK OR LF 6,150 CONDUIT 68 L-900-3 6 PAIR 419 SHIELDED CONTROL CABLE LF 1,630 69 L-900-4 FAA FLIGHT CHECK ALL 1 TOTAL BASE BID SCHEDULE A BASE BID SCHEDULE B* Item Bid Item Description Unit Quantity Unit Total No. Cost 1 P-152-1B UNCLASSIFIED EXCAVATION CY 5 2 P-152-313 EMBANKMENT(OFF-SITE) CY 1,575 3 P-211-1B 6"LTMEROCK BASE COURSE SY 14,200 4 P-211-2B RE-WORK LTMEROCK BASE COURSE SY 6,800 5 P-401-1B 4"BITUMINOUS SURFACE COURSE TON 3,700 6 P-602-1B EMULSIFIED ASPHALT PRIME COAT GAL 4,300 7 P-603-1B EMULSIFIED ASPHALT TACK COAT GAL 750 8 P-620-1B REFLECTIVE PAVEMENT MARKING WITH GLASS SF 4,700 BEADS BLAST PAD,THRESHOLD BARS 9 P-620-2B NON-REFLECTTVE PAVEMENT MARKING SF 1,000 10 P-621-1 B GROOVING SY 13,910 TOTAL BASE BID SCHEDULE B TOTAL PROJECT(BASE BID SCHEDULE A +BASE BID SCHEDULE B) *Base Bid Schedules A and B included herein are both part of base bid and have only been separated into different schedules for federal grant documentation purposes. Contractor to provide bid proposal with assumption that all line items listed in Base Bid Schedules A and B will need to be completed as part of this project(RELOCATE RWY 7-25). BIDDING REQUIREMENTS AND CONTRACT FORMS I-23 2805 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION D BID BOND Contract KNOW ALL MEN BY THESE PRESENTS, that we: as Principal, hereinafter called the Principal, and a corporation duly organized under the laws of the State of Florida, as Surety, hereinafter called the Surety, are held and firmly bound unto the Monroe County Board of Commissioners as Obligee, hereinafter called the Obligee, in the sum of: dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for: RELOCATE RWY 7-25 FLORIDA KEYS MARATHON INTERNATIONAL AIRPORT - BID SUBMISSION MONROE COUNTY, FLORIDA NOW, THEREFORE, if the Obligee shall accept the bid of the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. PROVIDED further, that if the Principal shall submit the apparent lowest bid acceptable to the Obligee but shall fail to meet DBE goals as set forth in the bid specifications, then Principal shall, upon request of the Obligee, submit to Obligee such additional evidence of Principal's good faith efforts to meet such goals in the manner and within the time required in such specifications. Failure to supply such information as required shall result in a forfeiture of this bid bond in the same manner and to the same degree as though Obligee had accepted Principal's bid and Principal had thereafter failed or refused to enter into the contract with Obligee as set forth in the immediately preceding paragraph. BIDDING REQUIREMENTS AND CONTRACT FORMS I-24 2806 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Signed and sealed this day of 120 . (Principal) (Seal) (Witness) (Title) (Surety) (Seal) (Witness) Countersigned by: By: (Title) All bonds must be signed by a Florida resident agent with a legal street address; Post Office boxes are not acceptable. Bid will not be considered unless the bid bond is signed by both Principal and Surety. BIDDING REQUIREMENTS AND CONTRACT FORMS I-25 2807 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION E DRUG FREE WORKPLACE FORM The undersigned Contractor, in accordance with Florida Statute 287.087, hereby certifies that: (Name of Business) 1 . Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform such employees about the dangers of drug abuse in the workplace, the business' policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in Sub-section (1). 4. In the statement specified in Sub-Section (1), notify the employees that as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of or plea of guilty or nolo contendere to any violation of Chapter 893 (Florida Statutes)or of any controlled substance law of the United States or any state for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community or any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As a person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Bidder's Signature Date: BIDDING REQUIREMENTS AND CONTRACT FORMS I-26 2808 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION F PRIME BIDDER'S QUALIFICATIONS In order to determine if persons submitting bids are responsible, each contractor shall furnish with his bid the following completed information, and signed statements on "evidence of competency" and "evidence of financial responsibility", which is in accordance with General Provision 20-02. 1. Name of Bidder: 2. Business Address: 3. Telephone Number: 4. When Organized: 5. Where Incorporated: 6. A list of the person's or entity's shareholder with five (5) percent or more of the stock or, if a general partnership, a list of the general partners; or if a limited liability company, a list of its members; or, if a solely owned proprietorship, names(s) of owner(s). 7. A list of the officers and directors of the entity. 8. The number of years the person has been operating and, if different, the number of years it has been providing the services, goods, or construction services called for in the Bid specifications (include a list of similar projects). 9. The number of years the person has operated under its present name and any prior names. 10. How many years have you been engaged in the contracting business under the present firm name? 11. What is the type of construction work in which you are principally engaged? 12. On separate sheet list major contracts in past 10 years. 13. On separate sheet list equipment and plant available for this project. 14. Enclose a copy of latest 3 years of Financial Statements for the responding entity or for any entity that is a subsidiary to the responding entity. BIDDING REQUIREMENTS AND CONTRACT FORMS I-27 2809 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 15. Credit Available for this Contract: $ 16. Contracts now in hand, Gross Amount: $ 17. Have you ever refused to sign a contract at your original bid? 18. On separate sheet, list the last five (5) projects over$500,000 on which the contractor has worked, and telephone numbers. 19. Answers to the following questions regarding claims and suits: a. Has the person, principals, entity, or any entity previously owned, operated or directed by any of its officers, major shareholders or directors, ever failed to complete work or provide the goods for which it has contracted? (If yes, provide details.) b. Are there any judgments, claims, arbitration proceeding or suits pending or outstanding against the person, principal of the entity, or entity, or any entity previously owned, operated or directed by any of its officers or general partners? (If yes, provide details.) C. Has the person, principal of the entity, entity, or any entity previously owned, operated or directed by any of its officers, major shareholders or directors, within the last five (5) years, been a party to any lawsuit or arbitration with regard to a contract for services, goods or construction services similar to those requested in the specifications with private or public entities? (If yes, provide details) d. Has the person, principal of the entity, or any entity previously owned, operated or directed by any of its officers, owners, partners, major shareholders or directors, ever initiated litigation against the county or been sued by the county in connection with a contract to provide services, goods or construction services? (If yes, provide details) e. Whether, within the last five (5) years, an officer, general partner, controlling shareholder or major creditor of the person or entity was an officer, director, general partner, controlling shareholder or major creditor of any other entity that failed to perform services or furnish goods similar to those sought in the request for bids; f. Customer references (minimum of three), including name, current address and current telephone number: g. Credit references (minimum of three), including name, current address and current telephone number. h. Any financial information requested by the county department involved in the competitive solicitation, related to the financial qualifications, technical competence, the ability to satisfactorily perform within the contract time BIDDING REQUIREMENTS AND CONTRACT FORMS I-28 2810 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual constraints, or other information the department deems necessary to enable the department and board of county commissioners to determine if the person responding is responsible. 20. Remarks: (The above statements must be subscribed and sworn to before a Notary Public.) Date: Firm Name: By: Title: Notary Public: BIDDING REQUIREMENTS AND CONTRACT FORMS I-29 2811 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION G DISCLOSURE OF LOBBY ACTIVITIES Certification of Contracts, Grants, Loans and Cooperative Agreements The undersigned certifies, 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 undersigned 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 the awarding of any Federal contract, the making of any Federal Grant, the making of any Federal loan, the entering into of any cooperative agreements and the extension, continuation, renewal, amendment or modification of any Federal contract, Grant, loan or cooperative agreement. (2) If any funds other than Federal appropriate funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or employee of Congress or an employee of a member of Congress in connection with this Federal contract, Grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobby Activities", in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants and contracts under Grants, loans and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Signed: Dated: Contractor's Authorized Representative BIDDING REQUIREMENTS AND CONTRACT FORMS I-30 2812 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION H ACKNOWLEDGMENT OF RECEIPT OF ADDENDUM Add endu m Signature Date o.. BIDDING REQUIREMENTS AND CONTRACT FORMS I-31 2813 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION I INFORMATION ON DBE GOAL PARTICIPATION FOR PROJECTS RECEIVING FEDERAL FUNDING 1. In accordance with 49 CFR Part 26, the Disadvantaged Business Enterprise (DBE) Program shall apply to this Contract. All persons or entities responding to this solicitation shall utilize, or attempt to utilize, DBE firms to perform at least the assigned participation goal ("DBE Goal") for this Contract. Bidders/Offerors shall submit at time of bid a Disadvantage Business Enterprise (DBE) Utilization form — See Division III, Section 150-07 "Other Contract Provision" Attachment 1 for this form. 2. Program Requirements for DBE participation: a) For a DBE firm's participation to be considered in meeting the DBE goal, the DBE firm must be certified as a DBE by a member of the Florida Unified Certification Program (FLUCP)to perform the applicable work no later than the date your response or bid is due to the County (i.e., time of bid opening).A comprehensive listing of certified DBE firms is published in the Florida Department of Transportation (FDOT) Business Directory and can be viewed at the following Unified Certification Program (UCP)website: http://www3 .dot.state.f.g§/ qua pportunityOffice usiness iregtory/ b) A certified DBE firm may only participate in a contract if it is performing a commercially useful function. A certified DBE firm performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the certified DBE firm must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. 3. Compliance with DBE goal requirements is a matter of responsibility. Information demonstrating such compliance must be submitted with the bid at time of bid opening. Bidder/Offeror must at least show an attempt to meet the DBE goal by providing completed Letters of Intent (LOI) between Bidder/Offerer and Disadvantaged Business Enterprise (DBE) forms for each DBE — See Division III, Section 150-07 "Other Contract Provision"Attachment 2 for this form. Alternatively, Bidder/Offeror may show good faith efforts to meet the DBE goal by providing an Application for Evaluation of Good Faith Effort to Meet DBE Goals form - See Division III, Section 150-07 "Other Contract Provision" — Attachment 3 for this form. Submittal of Attachment 3 also requires bidder/offer submittal of supporting documentation of good faith efforts. Failure to meet the DBE goal or demonstrate of good faith efforts to meet the DBE goal shall be grounds for a finding of non-responsibility. In connection with the DBE goal, Bidder/Offeror may be deemed responsible in one of two ways. a) The first way you may be deemed responsible is by submitting Letters of Intent (LOIs) from certified DBE firms which, cumulatively, fully meet the goal. b) If the Bidder/Offeror is unable to fully meet the DBE Goal, the second way the Bidder/Offeror may be deemed responsible is by demonstrating good faith efforts to meet BIDDING REQUIREMENTS AND CONTRACT FORMS I-32 2814 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual the goal ("Good Faith Efforts") and submits a completed Application for Evaluation of Good Faith Effort to Meet DBE Goals. The Bidder/Offeror should include any LOls from certified DBE firms which partially meet the DBE goal and additional documentation of good faith efforts on the part of the Bidder/Offeror to meet the DBE goal. Such Good Faith Efforts shall be consistent with the guidance concerning good faith efforts provided by the federal (U.S.) Department of Transportation, found in Title 49 CFR 26, Appendix A. Without limiting the preceding sentence, documentation Bidder/Offeror may submit to demonstrate Good Faith Efforts may include, but is not limited to: i. Providing timely solicitation activities to certified DBE firms, including attendance at pre-bid meetings, advertisements, or written notices; ii. Identifying appropriate contract portions and scopes of work that certified DBE firms could potentially perform; iii. Providing timely and adequate information to the certified DBE firms(including plans and specifications); iv. Good faith negotiation with each interested, certified DBE firm (including names and contact information of each DBE firm considered) with an explanation as to why negotiations failed; and V. Investigating DBE qualifications and capabilities; list reason(s) if a certified DBE firm is rejected. c) Bidder/Offeror shall submit Attachment 1, Attachment 2, and if needed, Attachment 3 with relevant documentation at time of bid with bid submittal. 4. Additional factors in Review of Good Faith Efforts: In evaluating your Good Faith Efforts, the County may also consider the success other Bidder/Offerors that have responded to the solicitation have had in meeting the DBE Goal. 5. Opportunity to Cure-The Airport's Disadvantage Business Enterprise Liaison Officer(DBELO) shall review your bid/offer. If the DBELO discerns your intent to meet the DBE Goal, but determines that your response contains technical errors or requires further documentation, then the DBELO may provide you with three (3) business days to correct those errors or provide documentation. 6. Reconsideration of Lack of Good Faith Efforts - Within five (5) days of being informed by the Airport's DBELO that a bidder/offeror is not responsive because it has not documented sufficient good faith efforts, the bidder or proposer may request administrative reconsideration. The bidder or proposer must make this request in writing to the Director of Airports: Director of Airports Key West International Airport 3491 South Roosevelt Boulevard Key West, Florida 33040 Phone: (305) 809- 5210 Following the receipt of the request for reconsideration the Director of Airports shall review the request and shall either act as the Reconsideration Official or appoint a Reconsideration Official to act on her behalf. The Reconsideration Official will not have a role in the original determination that a bidder/offeror failed to meet the DBE goal or to document good faith efforts. As part of the reconsideration, the bidder or proposer will have the opportunity to BIDDING REQUIREMENTS AND CONTRACT FORMS I-33 2815 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual provide written documentation or argument concerning the issue of whether it met the DBE goal or made adequate good faith efforts to do so. The bidder or proposer will have the opportunity to meet the Reconsideration Official in person to discuss the issue of whether it met the goal or made adequate good faith efforts. The Reconsideration Official will send the bidder or proposer a written decision on reconsideration no later than seven (7) days prior to the award of the contract, explaining the basis for finding that the bidder or proposer did or did not meet the DBE goal or make adequate good faith efforts. In the event a bidder or proposer protests the decision of the Reconsideration Official, the bidder or proposer must appear at the Board of County Commissioners meeting at which the approval of the award of contract is set to be heard. The bidder or proposer must submit a speaker's card and request to be heard on the matter. The bidder or proposer shall be given an opportunity to be heard before final award of the contract. The result of the reconsideration process is not administratively appealable to the Department of Transportation — Federal Aviation Administration (FAA). 7. DBE participation shall be counted in accordance with 49 CFR 26.55. 8. Nothing herein shall be construed to indicate that a higher level of certified DBE firm involvement above the stated DBE goal will give any person or entity that has responded to the solicitation or bid an advantage over other responders who have met the DBE goal or shown Good Faith Efforts, as determined by the County. BIDDING REQUIREMENTS AND CONTRACT FORMS I-34 2816 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION J DISADVANTAGED BUSINESS ENTERPRISE PROGRAM (THIS FORM IS DUE AT TIME OF BID) Contract DBEs must be certified by a member of the Florida Unified Certification Program (FUCP) at time of bid. A list of certified DBE firms is available in the FDOT's Business Directory, which can be accessed online at the following: htt s://www .dot.state® .us/ ua 0 t)ortunity ffice usiness irect / (As Required by Division III, Section 150 of the General Provisions) DBE Subcontractors Subcontract Work Item Dollar Value of Subcontract Names/Address Work Total Dollar Value of Subcontract Work $ Total Dollar Value of Basic Bid $ Total DBE Percent (Round to nearest 1/10 percent) % NOTE: The bidder must include with the bid proposal fully completed the Attachment 1 — "Disadvantaged Business Enterprise(DBE) Utilization", and Attachment 2"Letter of Intent", and if needed Attachment 3-Application for Evaluation of Good Faith Effort to Meet DBE Goals shown on Division III—Section 150-07"Other Contract Provision". BIDDING REQUIREMENTS AND CONTRACT FORMS I-35 2817 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION K BIDDER'S AFFIDAVIT IN COMPLIANCE WITH FLORIDA TRENCH SAFETY ACT (SECTION 553.60-553.64, FLORIDA STATUTES) STATE OF FLORIDA ) ) SS COUNTY OF MONROE ) BEFORE ME, the undersigned authority, personally appeared who, being duly sworn, deposes and says as follows: That he is the duly authorized representative of: (Name of Bidder) being its (Owner) (Partner) (President or other Corporate Officer) and as such, has full authority to execute this Bidder's Affidavit. 1. The full legal name and business address of the person or entity submitting this bid: 2. By submission of this bid and subsequent execution of this Contract, the undersigned bidder certifies that as successful bidder (Contractor) all trench excavation done within his control (by his own forces or by his subcontractors) shall be accomplished in strict adherence with OSHA Trench Safety Standards contained in 19 CFR, s.1926.650, Sub-part P, including all subsequent revisions or updates to these Standards as adopted by the Department of Labor and Employment Security. 3. The bidder acknowledges that included in the various items listed in the Schedule of Prices Bid and in the Total Amount Bid are costs for complying with Florida Trench Safety BIDDING REQUIREMENTS AND CONTRACT FORMS I-36 2818 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Act (Sections 553.60-553.64, Florida Statutes). The bidder further identifies the costs to be summarized below: Trench SafetyMeasure Unit of Unit Unit Extended e sur (Description) Measure ur Quantity Cost Cost A B C D TOTAL: Is Signature of Authorized Representative: Title Date NOTARIAL JURAT STATE OF: COUNTY OF: Subscribed and sworn to (or affirmed) before me, by means of ❑ physical presence or ❑ online notarization, on (date) by (name of affiant). He/She is personally known to me or has produced (type of identification) as identification. NOTARY PUBLIC BIDDING REQUIREMENTS AND CONTRACT FORMS I-37 2819 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION L SWORN STATEMENT PURSUANT TO SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES This form must be signed and sworn to in the presence of a Notary Public or other official authorized to administer oaths. 1. This sworn statement is submitted with Bid, Proposal or Contract No. for 2. This sworn statement is submitted by (name of entity submitting sworn statement) whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is: (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: ) 3. My name is and (please print name of individual signing) my relationship to the entity named above is 4. 1 understand that a "public entity crime", as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving anti-trust, fraud, theft, bribery, collusion, racketeering, conspiracy or material misrepresentation. 5. 1 understand that "convicted" or "conviction", as defined in Paragraph 287.133(1)(6), Florida Statutes, means a finding of guilt or a conviction of a public entity crime with or without an adjudication of guilt in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial or entry of a plea of guilty or nolo contendere. BIDDING REQUIREMENTS AND CONTRACT FORMS I-38 2820 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 6. 1 understand that an "affiliate", as defined in Paragraph 287.133(1)(a), Florida Statutes, means: a. A predecessor or successor of a person convicted of a public entity crime; or b. An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. 7. 1 understand that a "person", as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members and agents who are active in management of an entity. 8. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. (Indicate which statement applies.) Neither the entity submitting this sworn statement nor any of its officers, directors, executives, partners, shareholders, employees, members or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement or one or more of its officers, directors, executives, partners, shareholders, employees, members or agents who are active in the management of the entity or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1 , 1989, AND (please indicate which additional statement applies) There has been a proceeding concerning the conviction before a Hearing Officer of the State of Florida, Division of Administrative Hearings. The Final Order entered by the Hearing Officer did not place the person or affiliate on the convicted vendor list. (Please attach a copy of the Final Order.) BIDDING REQUIREMENTS AND CONTRACT FORMS I-39 2821 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual The person or affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The Final Order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted vendor list. (Please attach a copy of the Final Order.) The person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by or pending with the Department of General Services.) Signature of Authorized Representative: Title Date NOTARIAL JURAT STATE OF: COUNTY OF: Subscribed and sworn to (or affirmed) before me, by means of ❑ physical presence or ❑ online notarization, on (date) by (name of affiant). He/She is personally known to me or has produced (type of identification) as identification. NOTARY PUBLIC BIDDING REQUIREMENTS AND CONTRACT FORMS I-40 2822 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION M SWORN STATEMENT UNDER ORDINANCE NO. 10-1990 MONROE COUNTY, FLORIDA ETHICS CLAUSE warrants that he/it has not employed, retained or otherwise had act on his/its behalf any former County officer or employee in violation of Section 2 of Ordinance No. 10-1990 or any County officer or employee in violation of Section 3 of Ordinance No. 10-1990. For breach or violation of this provision the County may, in its discretion, terminate this Contract without liability and may also, in its discretion, deduct from the Contract or purchase price or otherwise recover the full amount of any fee, commission, percentage, gift or consideration paid to the former County officer or employee. (Signature) Date: NOTARIAL JURAT STATE OF: COUNTY OF: Subscribed and sworn to (or affirmed) before me, by means of ❑ physical presence or ❑ online notarization, on (date) by (name of affiant). He/She is personally known to me or has produced (type of identification) as identification. NOTARY PUBLIC BIDDING REQUIREMENTS AND CONTRACT FORMS I-41 2823 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION N CERTIFICATION OF NONSEGREGATED FACILITIES CONTRACT (As Required by Division III, Section 160 Subsection 160-02 Equal Employment Opportunity Requirements of the General Provisions) The federally assisted construction contractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally assisted construction contractor agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, disability, sex, age, ancestry, marital status, familial status, sexual orientation, gender identity, expression or national origin, because of habit, local custom, or any other reason. The federally assisted construction agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause, and that he will retain such certifications in his files Signature of Contractor Title BIDDING REQUIREMENTS AND CONTRACT FORMS I-42 2824 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION O FEDERAL WAGE DECISION "General Decision Number: FL20230178 12/01/2023 Superseded General Decision Number: FL20220178 State: Florida Construction Type: Highway County: Miami-Dade County in Florida. HIGHWAY CONSTRUCTION PROJECTS Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658 . Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5 . 1 (a) (2) - (60) . 11f the contract is entered 1 Executive Order 14026 1 linto on or after January 30, 1 generally applies to the 1 12022, or the contract is 1 contract. 1 lrenewed or extended (e.g. , an 1 The contractor must pay 1 loption is exercised) on or 1 all covered workers at 1 lafter January 30, 2022 : 1 least $16.20 per hour (or 1 1 the applicable wage rate 1 1 listed on this wage 1 1 determination, if it is 1 1 higher) for all hours 1 1 spent performing on the 1 1 contract in 2023 . 1 11f the contract was awarded onl . Executive Order 13658 1 for between January 1, 2015 andl generally applies to the 1 1January 29, 2022, and the 1 contract. 1 lcontract is not renewed or 1 The contractor must pay alll lextended on or after January 1 covered workers at least 1 130, 2022 : 1 $12 . 15 per hour (or the 1 1 applicable wage rate listedl 1 on this wage determination, ) 1 if it is higher) for all 1 1 hours spent performing on 1 1 that contract in 2023 . 1 BIDDING REQUIREMENTS AND CONTRACT FORMS I-43 2825 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request . Additional information on contractor requirements and worker protections under the Executive Orders is available at http: //www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/06/2023 1 12/01/2023 * ELEC0349-002 09/01/2023 Rates Fringes ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . . $ 39. 81 14 . 62 ---------------------------------------------------------------- * SUFL2013-039 08/19/2013 Rates Fringes CARPENTER. . . . . . . . . . . . . . . . . . . . . . . . $ 17 . 84 0 . 00 CEMENT MASON/CONCRETE FINISHER, Includes Form Work. . . . . $ 15 . 49 ** 0 . 00 FENCE ERECTOR. . . . . . . . . . . . . . . . . . . . $ 12 . 82 ** 0 . 00 HIGHWAY/PARKING LOT STRIPING: Operator (Striping Machine) . . . . . $ 15 . 07 ** 0 . 00 HIGHWAY/PARKING LOT STRIPING: Painter. . . . . . . . . . . . . . . . . . . . . . . . . $ 12 . 13 ** 0 . 00 HIGHWAY/PARKING LOT STRIPING: Operator (Spray Nozzleman) . . . . . . . $ 11 . 16 ** 0 . 00 INSTALLER - GUARDRAIL. . . . . . . . . . . . $ 13 . 43 ** 0 . 00 IRONWORKER, ORNAMENTAL. . . . . . . . . . . $ 13 . 48 ** 0 . 00 IRONWORKER, REINFORCING. . . . . . . . . . $ 18 . 43 0 . 00 BIDDING REQUIREMENTS AND CONTRACT FORMS I-44 2826 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual IRONWORKER, STRUCTURAL. . . . . . . . . . . $ 16. 42 0 . 00 LABORER (Traffic Control Specialist incl. placing of cones/barricades/barrels - Setter, Mover, Sweeper) . . . . . . . . . . $ 11 .59 ** 0 . 00 LABORER: Asphalt, Includes Raker, Shoveler, Spreader and Distributor. . . . . . . . . . . . . . . . . . . . . . $ 12 .31 ** 0 . 00 LABORER: Common or General. . . . . . $ 10 . 69 ** 0 . 00 LABORER: Flagger. . . . . . . . . . . . . . . . $ 12 .53 ** 0 . 00 LABORER: Grade Checker. . . . . . . . . . $ 12 . 41 ** 0 . 00 LABORER: Landscape & Irrigation. . . . . . . . . . . . . . . . . . . . . . . $ 9. 02 ** 0 . 00 LABORER: Mason Tender - Cement/Concrete. . . . . . . . . . . . . . . . . . $ 13 . 91 ** 3.50 LABORER: Pipelayer. . . . . . . . . . . . . . $ 15 . 02 ** 0 . 00 OPERATOR: Backhoe/Excavator/Trackhoe. . . . . . . $ 16.24 0 . 00 OPERATOR: Bobcat/Skid Steer/Skid Loader. . . . . . . . . . . . . . . . $ 12 . 88 ** 0 . 00 OPERATOR: Boom. . . . . . . . . . . . . . . . . . $ 18 . 95 0 . 00 OPERATOR: Boring Machine. . . . . . . . $ 15 .29 ** 0 . 00 OPERATOR: Broom/Sweeper. . . . . . . . . $ 13 . 01 ** 0 . 00 OPERATOR: Bulldozer. . . . . . . . . . . . . $ 16. 77 0 . 00 OPERATOR: Concrete Finishing Machine. . . . . . . . . . . . . . . . . . . . . . . . . . $ 15 . 44 ** 0 . 00 OPERATOR: Concrete Saw. . . . . . . . . . $ 14 . 43 ** 0 . 00 OPERATOR: Crane. . . . . . . . . . . . . . . . . $ 22 . 46 0 . 00 OPERATOR: Curb Machine. . . . . . . . . . $ 20 . 74 0 . 00 OPERATOR: Distributor. . . . . . . . . . . $ 13 .29 ** 0 . 00 BIDDING REQUIREMENTS AND CONTRACT FORMS I-45 2827 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual OPERATOR: Drill. . . . . . . . . . . . . . . . . $ 14 . 78 ** 0 . 00 OPERATOR: Forklift . . . . . . . . . . . . . . $ 16.32 0 . 00 OPERATOR: Gradall. . . . . . . . . . . . . . . $ 14 . 71 ** 0 . 00 OPERATOR: Grader/Blade. . . . . . . . . . $ 20 .22 3. 85 OPERATOR: Loader. . . . . . . . . . . . . . . . $ 15 .53 ** 0 . 00 OPERATOR: Mechanic. . . . . . . . . . . . . . $ 18 . 03 0 . 00 OPERATOR: Milling Machine. . . . . . . $ 14 . 67 ** 0 . 00 OPERATOR: Oiler. . . . . . . . . . . . . . . . . $ 16.32 0 . 00 OPERATOR: Paver (Asphalt, Aggregate, and Concrete) . . . . . . . . . $ 13 . 61 ** 0 . 00 OPERATOR: Piledriver. . . . . . . . . . . . $ 17 .23 0 . 00 OPERATOR: Post Driver (Guardrail/Fences) . . . . . . . . . . . . . . . $ 14 . 45 ** 0 . 00 OPERATOR: Roller. . . . . . . . . . . . . . . . $ 13 . 67 ** 0 . 00 OPERATOR: Scraper. . . . . . . . . . . . . . . $ 12 . 01 ** 0 . 00 OPERATOR: Screed. . . . . . . . . . . . . . . . $ 14 . 15 ** 0 . 00 OPERATOR: Tractor. . . . . . . . . . . . . . . $ 12 . 19 ** 0 . 00 OPERATOR: Trencher. . . . . . . . . . . . . . $ 14 . 74 ** 0 . 00 PAINTER: Spray. . . . . . . . . . . . . . . . . . $ 16.52 0 . 00 SIGN ERECTOR. . . . . . . . . . . . . . . . . . . . . $ 12 . 96 ** 0 . 00 TRAFFIC SIGNALIZATION: Traffic Signal Installation. . . . . . $ 19. 07 0 . 00 TRUCK DRIVER: Distributor Truck. . . . . . . . . . . . . . . . . . . . . . . . . . . . $ 14 . 96 ** 2 . 17 TRUCK DRIVER: Dump Truck. . . . . . . . $ 12 . 19 ** 0 . 00 TRUCK DRIVER: Flatbed Truck. . . . . $ 14 .28 ** 0 . 00 TRUCK DRIVER: Lowboy Truck. . . . . . $ 15 . 07 ** 0 . 00 BIDDING REQUIREMENTS AND CONTRACT FORMS I-46 2828 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual TRUCK DRIVER: Slurry Truck. . . . . . $ 11 . 96 ** 0 . 00 TRUCK DRIVER: Vactor Truck. . . . . . $ 14 .21 ** 0 . 00 TRUCK DRIVER: Water Truck. . . . . . . $ 13 . 17 ** 1 . 60 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ** Workers in this classification may be entitled to a higher minimum wage under Executive Order 14026 ($16.20) or 13658 ($12 . 15) . Please see the Note at the top of the wage determination for more information. 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 be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https : //www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii) ) . ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate BIDDING REQUIREMENTS AND CONTRACT FORMS I-47 2829 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014 . PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers . 0198 indicates the local union number or district council number where applicable, i .e. , Plumbers Local 0198 . The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014 . Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014 . SU indicates the 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. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification (s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 1000 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014 . UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in BIDDING REQUIREMENTS AND CONTRACT FORMS I-48 2830 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1 . ) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2 . ) and 3 . ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2 . ) If the answer to the question in 1 . ) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1 . 8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party' s position and by any information (wage payment data, project description, area practice material, BIDDING REQUIREMENTS AND CONTRACT FORMS I-49 2831 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual etc. ) that the requestor considers relevant to the issue. 3 . ) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4 . ) All decisions by the Administrative Review Board are final . END OF GENERAL DECISION" BIDDING REQUIREMENTS AND CONTRACT FORMS I-50 2832 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION P CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION -49 CFR PART 29 (Version 1, 5/90) The bidder/offerer certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligibility, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this cause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offerer/contractor any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. SIGNATURE OF CONTRACTOR TITLE BIDDING REQUIREMENTS AND CONTRACT FORMS I-51 2833 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION Q NON-COLLUSION AFFIDAVIT I, of the city of , according to law on my oath, and under penalty of perjury, depose and say that: 1) I am of the firm of the bidder making the bid proposal for the project described in the Notice for Calling for bids for: and that I executed the said proposal with full authority to do so: 2) The prices in this bid have been arrived at independently without collusion, consultation, communication or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other bidder or with any competitor; 3) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to bid opening, directly or indirectly, to any other bidder or to any competitor; and 4) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit, or not to submit, a bid for the purpose of restricting competition; 5) The statements contained in this affidavit are true and correct, and made with full knowledge that Monroe County relies upon the truth of the statements contained in this affidavit in awarding contracts for said project. (Signature of the Bidder) (Date) NOTARIAL JURAT STATE OF: COUNTY OF: Subscribed and sworn to (or affirmed) before me, by means of ❑ physical presence or ❑ online notarization, on (date) by (name of affiant). He/She is personally known to me or has produced (type of identification) as identification. NOTARY PUBLIC BIDDING REQUIREMENTS AND CONTRACT FORMS I-52 2834 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION R TEXTING WHILE DRIVING In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (10/1/2009) and DOT Order 3902.10 "Text Messaging While Driving" (12/30/2009), the FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub-grant. In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work activities associated with the project. The Contractor must include the substance of this clause in all sub-tier contracts exceeding $3,500 and involve driving a motor vehicle in performance of work activities associated with the project. BIDDING REQUIREMENTS AND CONTRACT FORMS I-53 2835 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION S PROCUREMENT OF RECOVERED MATERIALS Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247. In the performance of this contract and to the extent practicable, the Contractor and subcontractors are to use of products containing the highest percentage of recovered materials for items designated by the Environmental Protection Agency (EPA) under 40 CFR Part 247 whenever: a) The contract requires procurement of $10,000 or more of a designated item during the fiscal year; or, b) The contractor has procured $10,000 or more of a designated item using Federal funding during the previous fiscal year. The list of EPA-designated items is available at www®e pa.g ov/e awaste/conserve/tools/c /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. BIDDING REQUIREMENTS AND CONTRACT FORMS I-54 2836 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION T VENDOR CERTIFICATION REGARDING SCRUTINIZED COMPANIES LISTS Project Description(s): Respondent Vendor Name: Vendor FEIN: Vendor's Authorized Representative Name and Title: Address: City: State: Zip: Phone Number: Email Address: Section 287.135, Florida Statutes prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of any amount if, at the time of contracting or renewal, the company is on the Scrutinized Companies that Boycott Israel List,created pursuant to Section 215.4725, Florida Statutes, or is engaged in a Boycott of Israel. Section 287.135, Florida Statutes, also prohibits a company from bidding on, submitting a proposal for, or entering into or renewing a contract for goods or services of S1,000,000 or more, that are on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector Lists which were created pursuant to s. 215.473,Florida Statutes, or is engaged in business operations in Cuba or Syria. As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified above in the Section entitled"Respondent Vendor Name" is not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel and for Projects of S1,000,000 or more is not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged in business operations in Cuba or Syria. I understand that pursuant to Section 287.135, Florida Statutes, the submission of a false certification may subject company to civil penalties, attorney's fees, and/or costs. I further understand that any contract with the County may be terminated, at the option of the County, if the company is found to have submitted a false certification or has been placed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel or placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or been engaged in business operations in Cuba or Syria. Certified By: who is authorized to sign on behalf of the above referenced company. Authorized Signature: Print Name: Title: Note: The List are available at the following Department of Management Services Site: http://www.dins.iMflorida.coin/business operations/state purchasing/vendor information/convicted sus ended discriminatory®complaints vendor lists BIDDING REQUIREMENTS AND CONTRACT FORMS I-55 2837 CONTRACT 2838 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK CONTRACT II-2 2839 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual DIVISION II CONTRACT SECTION A - PUBLIC CONSTRUCTION BOND ........................................................................II-5 SECTION B - CERTIFICATE OF OWNER'S ATTORNEY (N/A) ..............................................II-15 SECTION C -ACKNOWLEDGMENT FOR CHANGE ORDERS...............................................II-17 SECTION D - CONTRACT .......................................................................................II-19 CONTRACT II-3 2840 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK CONTRACT II-4 2841 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION A PUBLIC CONSTRUCTION BOND By this Bond, We , as Principal, whose principal business address is , as corporation, as Surety, are bound to Monroe County hereinafter called County, in the sum of U.S. Dollars $ (Minimum 100% of total bid amount) for payment which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the contract dated, 2024 between Principal and County for construction of RELOCATE RWY 7-25 the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract. 2. Promptly make payments to all claimants, as defined in Section 255.05 (1), Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, which is made a part of this bond by reference, and in the times and in the manner prescribed in the Contract; and 3. Pays the County all losses, damages, expenses, costs and attorney's fees, including appellate proceedings, that County sustains because of a failure by Principal under the Contract; and 4. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this Bond is void; otherwise it remains in full force. This bond is subject to the provisions of Section 255.05, Florida Statues. Any changes in or under the Contract Documents and compliance or non-compliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Bond of contractor constructing public buildings; form; action by material men (Florida Statues-Section 255.05) (1)(a) Any person entering into a formal contract with the state or any county, city, or political subdivision thereof, or other public authority or private entity, for the construction of a public building, for the prosecution and completion of a public work, or for repairs upon a public building or public work shall be required, before commencing CONTRACT II-5 2842 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual the work or before recommencing the work after a default or abandonment, to execute, deliver to the public owner, and record in the public records of the county where the improvement is located, a payment and performance bond with a surety insurer authorized to do business in this state as surety. A public entity may not require a contractor to secure a surety bond under this section from a specific agent or bonding company. The bond must state on its front page: the name, principal business address, and phone number of the contractor, the surety, the owner of the property being improved, and, if different from the owner, the contracting public entity; the contract number assigned by the contracting public entity; and a description of the project sufficient to identify it, such as a legal description or the street address of the property being improved, and a general description of the improvement. Such bond shall be conditioned upon the contractor's performance of the construction work in the time and manner prescribed in the contract and promptly making payments to all persons defined in s. 713.01 who furnish labor, services, or materials for the prosecution of the work provided for in the contract. Any claimant may apply to the governmental entity having charge of the work for copies of the contract and bond and shall thereupon be furnished with a certified copy of the contract and bond. The claimant shall have a right of action against the contractor and surety for the amount due him or her, including unpaid finance charges due under the claimant's contract. Such action shall not involve the public authority in any expense. At the discretion of the official or board awarding such contract when such work is done for any county, city, political subdivision, or public authority, any person entering into such a contract which is for $200,000 or less may be exempted from executing the payment and performance bond. In the event such exemption is granted, the officer or officials shall not be personally liable to persons suffering loss because of granting such exemption. Any provision in a payment bond furnished for public work contracts as provided by this subsection which restricts the classes of persons as defined in s. 713.01 protected by the bond or the venue of any proceeding relating to such bond is unenforceable. (b) The Department of Management Services shall adopt rules with respect to all contracts for$200,000 or less, to provide: 1. Procedures for retaining up to 10 percent of each request for payment submitted by a contractor and procedures for determining disbursements from the amount retained on a pro rata basis to laborers, material men, and subcontractors, as defined in s. 713.01. 2. Procedures for requiring certification from laborers, material men, and subcontractors, as defined in s. 713.01, prior to final payment to the contractor that such laborers, material men, and subcontractors have no claims against the contractor resulting from the completion of the work provided for in the contract. The state shall not be held liable to any laborer, material man, or subcontractor for any amounts greater than the pro rata share as determined under this section. (c)1. The amount of the bond shall equal the contract price, except that for a contract in excess of $250 million, if the state, county, municipality, political subdivision, or other public entity finds that a bond in the amount of the contract price is not reasonably available, the public owner shall set the amount of the bond at the largest amount reasonably available, but not less than $250 million. CONTRACT II-6 2843 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 2. For construction-management or design-build contracts, if the public owner does not include in the bond amount the cost of design or other non-construction services, the bond may not be conditioned on performance of such services or payment to persons furnishing such services. Notwithstanding paragraph (a), such a bond may exclude persons furnishing such services from the classes of persons protected by the bond. (2)(a)l . If a claimant is no longer furnishing labor, services, or materials on a project, a contractor or the contractor's agent or attorney may elect to shorten the prescribed time in this paragraph within which an action to enforce any claim against a payment bond provided pursuant to this section may be commenced by recording in the clerk's office a notice in substantially the following form: NOTICE OF CONTEST OF CLAIM AGAINST PAYMENT BOND To: (Name and address of claimant) You are notified that the undersigned contests your notice of nonpayment, dated and served on the undersigned on and that the time within which you may file suit to enforce your claim is limited to 60 days after the date of service of this notice. Dated On: , Signed: (Contractor or Attorney) The claim of any claimant upon whom such notice is served and who fails to institute a suit to enforce his or her claim against the payment bond within 60 days after service of such notice shall be extinguished automatically. The clerk shall mail a copy of the notice of contest to the claimant at the address shown in the notice of nonpayment or most CONTRACT II-7 2844 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual recent amendment thereto and shall certify to such service on the face of such notice and record the notice. Service is complete upon mailing. 2. A claimant, except a laborer, who is not in privity with the contractor shall, before commencing or not later than 45 days after commencing to furnish labor, services, or materials for the prosecution of the work, furnish the contractor with a written notice that he or she intends to look to the bond for protection. A claimant who is not in privity with the contractor and who has not received payment for his or her labor, services, or materials shall deliver to the contractor and to the surety written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. The notice of nonpayment may be served at any time during the progress of the work or thereafter but not before 45 days after the first furnishing of labor, services, or materials, and not later than 90 days after the final furnishing of the labor, services, or materials by the claimant or, with respect to rental equipment, not later than 90 days after the date that the rental equipment was last on the job site available for use. Any notice of nonpayment served by a claimant who is not in privity with the contractor which includes sums for retainage must specify the portion of the amount claimed for retainage. No action for the labor, materials, or supplies may be instituted against the contractor or the surety unless both notices have been given. Notices required or permitted under this section may be served in accordance with s. 713.18. A claimant may not waive in advance his or her right to bring an action under the bond against the surety. In any action brought to enforce a claim against a payment bond under this section, the prevailing party is entitled to recover a reasonable fee for the services of his or her attorney for trial and appeal or for arbitration, in an amount to be determined by the court, which fee must be taxed as part of the prevailing party's costs, as allowed in equitable actions. The time periods for service of a notice of nonpayment or for bringing an action against a contractor or a surety shall be measured from the last day of furnishing labor, services, or materials by the claimant and shall not be measured by other standards, such as the issuance of a certificate of occupancy or the issuance of a certificate of substantial completion. (b)When a person is required to execute a waiver of his or her right to make a claim against the payment bond in exchange for, or to induce payment of, a progress payment, the waiver may be in substantially the following form: WAIVER OF RIGHT TO CLAIM AGAINST THE PAYMENT BOND (PROGRESS PAYMENT) The undersigned, in consideration of the sum of$ , hereby waives its right to claim against the payment bond for labor, services, or materials furnished through insert CONTRACT II-8 2845 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual date to (insert the name of your customeb on the job of (insert the name of the owner),_ for improvements to the following described project: RELOCATE RWY 7-25 This waiver does not cover any retention or any labor, services, or materials furnished after the date specified. DATED ON , Claimant By: (c) When a person is required to execute a waiver of his or her right to make a claim against the payment bond, in exchange for, or to induce payment of, the final payment, the waiver may be in substantially the following form: WAIVER OF RIGHT TO CLAIM AGAINST THE PAYMENT BOND (FINAL PAYMENT) The undersigned, in consideration of the final payment in the amount of $ hereby waives its right to claim against the payment bond for labor, services, or materials furnished to (insert the name of your customer) on the job of (insert the name of the owner), for improvements to the following described project: RELOCATE RWY 7-25 DATED ON , Claimant By: (d) A person may not require a claimant to furnish a waiver that is different from the forms in paragraphs (b) and (c). (e) A claimant who executes a waiver in exchange for a check may condition the waiver on payment of the check. CONTRACT II-9 2846 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual (f) A waiver that is not substantially similar to the forms in this subsection is enforceable in accordance with its terms. (3) The bond required in subsection (1) may be in substantially the following form: PUBLIC CONSTRUCTION BOND Bond No. (enter bond number) BY THIS BOND, We , as Principal and a corporation, as Surety, are bound to , herein called Owner, in the sum of$ , for payment of which we bind ourselves, our heirs, personal representatives, successors, and assigns, jointly and severally. THE CONDITION OF THIS BOND is that if Principal: 1. Performs the contract dated , , between Principal and Owner for construction of , the contract being made a part of this bond by reference, at the times and in the manner prescribed in the contract; and 2. Promptly makes payments to all claimants, as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials, or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the contract; and 3. Pays Owner all losses, damages, expenses, costs, and attorney's fees, including appellate proceedings, that Owner sustains because of a default by Principal under the contract; and 4. Performs the guarantee of all work and materials furnished under the contract for the time specified in the contract, then this bond is void; otherwise it remains in full force. Any action instituted by a claimant under this bond for payment must be in accordance with the notice and time limitation provisions in Section 255.05(2), Florida Statutes. Any changes in or under the contract documents and compliance or noncompliance with any formalities connected with the contract or the changes does not affect Surety's obligation under this bond. DATED ON , (Name of Principal) By (As Attorney in Fact) (Name of Surety) (4) The payment bond provisions of all bonds required by subsection (1) shall be construed and deemed statutory payment bonds furnished pursuant to this section and such bonds shall not under any circumstances be converted into common law bonds. CONTRACT II-10 2847 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual (5) In addition to the provisions of chapter 47, any action authorized under this section may be brought in the county in which the public building or public work is being constructed or repaired. This subsection shall not apply to an action instituted prior to May 17, 1977. (6) All payment bond forms used by a public owner and all payment bonds executed pursuant to this section by a surety shall make reference to this section by number and shall contain reference to the notice and time limitation provisions in subsection (2). (7) In lieu of the bond required by this section, a contractor may file with the state, county, city, or other political authority an alternative form of security in the form of cash, a money order, a certified check, a cashier's check, an irrevocable letter of credit, or a security of a type listed in part II of chapter 625. Any such alternative form of security shall be for the same purpose and be subject to the same conditions as those applicable to the bond required by this section. The determination of the value of an alternative form of security shall be made by the appropriate state, county, city, or other political subdivision. (8) When a contractor has furnished a payment bond pursuant to this section, he or she may, when the state, county, municipality, political subdivision, or other public authority makes any payment to the contractor or directly to a claimant, serve a written demand on any claimant who is not in privity with the contractor for a written statement under oath of his or her account showing the nature of the labor or services performed and to be performed, if any; the materials furnished; the materials to be furnished, if known; the amount paid on account to date; the amount due; and the amount to become due, if known, as of the date of the statement by the claimant. Any such demand to a claimant who is not in privity with the contractor must be served on the claimant at the address and to the attention of any person who is designated to receive the demand in the notice to contractor served by the claimant. The failure or refusal to furnish the statement does not deprive the claimant of his or her rights under the bond if the demand is not served at the address of the claimant or directed to the attention of the person designated to receive the demand in the notice to contractor. The failure to furnish the statement within 30 days after the demand, or the furnishing of a false or fraudulent statement, deprives the claimant who fails to furnish the statement, or who furnishes the false or fraudulent statement, of his or her rights under the bond. If the contractor serves more than one demand for statement of account on a claimant and none of the information regarding the account has changed since the claimant's last response to a demand, the failure or refusal to furnish such statement does not deprive the claimant of his or her rights under the bond. The negligent inclusion or omission of any information deprives the claimant of his or her rights under the bond to the extent that the contractor can demonstrate prejudice from such act or omission by the claimant. The failure to furnish a response to a demand for statement of account does not affect the validity of any claim on the bond being enforced in a lawsuit filed before the date the demand for statement of account is received by the claimant. (9) On any public works project for which the public authority requires a performance and payment bond, suits at law and in equity may be brought and maintained by and CONTRACT II-11 2848 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual against the public authority on any contract claim arising from breach of an express provision or an implied covenant of a written agreement or a written directive issued by the public authority pursuant to the written agreement. In any such suit, the public authority and the contractor shall have all of the same rights and obligations as a private person under a like contract except that no liability may be based on an oral modification of either the written contract or written directive. Nothing herein shall be construed to waive the sovereign immunity of the state and its political subdivisions from equitable claims and equitable remedies. The provisions of this subsection shall apply only to contracts entered into on or after July 1, 1999. (10) An action, except an action for recovery of retainage, must be instituted against the contractor or the surety on the payment bond or the payment provisions of a combined payment and performance bond within 1 year after the performance of the labor or completion of delivery of the materials or supplies. An action for recovery of retainage must be instituted against the contractor or the surety within 1 year after the performance of the labor or completion of delivery of the materials or supplies; however, such an action may not be instituted until one of the following conditions is satisfied: (a) The public entity has paid out the claimant's retainage to the contractor, and the time provided under s. 218.735 or s. 255.073(3) for payment of that retainage to the claimant has expired; (b) The claimant has completed all work required under its contract and 70 days have passed since the contractor sent its final payment request to the public entity; or (c) At least 160 days have passed since reaching substantial completion of the construction services purchased, as defined in the contract, or if not defined in the contract, since reaching beneficial occupancy or use of the project. (d) The claimant has asked the contractor, in writing, for any of the following information and the contractor has failed to respond to the claimant's request, in writing, within 10 days after receipt of the request: 1. Whether the project has reached substantial completion, as that term is defined in the contract, or if not defined in the contract, if beneficial occupancy or use of the project has occurred. 2. Whether the contractor has received payment of the claimant's retainage, and if so, the date the retainage was received by the contractor. 3. Whether the contractor has sent its final payment request to the public entity, and if so, the date on which the final payment request was sent. If none of the conditions described in paragraph (a), paragraph (b), paragraph (c), or paragraph (d) is satisfied and an action for recovery of retainage cannot be instituted within the 1-year limitation period set forth in this subsection, this limitation period shall be extended until 120 days after one of these conditions is satisfied. CONTRACT II-12 2849 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Principal agrees to record this Bond in the Official Records for Monroe County before the commencement of the work subject of this Bond. Dated on: PRINCIPAL: Address: By: As Attorney-in-Fact SURETY: Address: Claims against this Bond are subject to the notice and time provisions set forth in Section 255.05, Florida Statutes. In accordance with the provisions of Section 255.05, Florida Statutes, the Contractor shall provide to the County a hundred (100) percent Performance Bond and a hundred (100) percent Labor and Material Payment Bond each in an amount not less than the total construction cost. To be acceptable to the County as Surety for Performance Bonds and Labor and Material Payment Bonds, a Surety Company shall comply with the following provisions: 1. The Surety Company shall have a currently valid Certificate of Authority, issued by the State of Florida, Department of Insurance, authorizing it to write surety bonds in the State of Florida. 2. The Surety Company shall have currently valid Certificate of Authority issued by the United States Department of Treasury under Sections 9304 to 9308 of Title 31 of the United States Code. 3. The Surety Company shall be in full compliance with the provisions of the Florida Insurance Code. 4. The Surety Company shall have at least twice the minimum surplus and capital required by the Florida Insurance Code at the time the invitation to bid is issued. CONTRACT II-13 2850 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 5. If the Contract Award Amount exceeds Five Hundred Thousand ($500,000), the Surety Company shall also comply with the following provisions: A. The Surety Company shall have at least the following minimum ratings in the latest issue of Best's Key Rating Guide. POLICYHOLDER'S REQUIRED CONTRACT AMOUNT RATING FINANCIAL RATING $ 500,000 TO 1,000,000 A- CLASS 1 $1,000,000 TO 2,000,000 A- CLASS II $2,000,000 TO 5,000,000 A- CLASS III $5,000,000 TO 10,000,000 A- CLASS IV $10,000,000 TO 25,000,000 A- CLASS V $25,000,000 TO 50,000,000 A- CLASS VI $50,000,000 TO 100,000,000 A- CLASS VI $50,000,000 TO 100,000,000 A- CLASS VI B. The Surety Company shall not expose itself to any loss on any one risk in an amount exceeding ten (10) percent of its surplus to policyholders, provided: (a) Any risk or portion of any risk being reinsured shall be deducted in determining the limitation of the risk as prescribed in this section. These minimum requirements shall apply to the reinsuring carrier providing authorization or approval by the State of Florida, Department of Insurance to do business in this state have been met. (b) In the case of the surety insurance company, in addition to the deduction for reinsurance, the amount assumed by any co- surety, the value of any security deposited, pledged or held subject to the consent of the surety and for the protection of the surety shall be deducted. CONTRACT II-14 2851 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual S E C T I O N B CERTIFICATE OF OWNER'S ATTORNEY THIS SECTION IS NOT INCLUDED CONTRACT II-15 2852 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK CONTRACT II-16 2853 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual S E C T I O N C ACKNOWLEDGMENT FOR CHANGE ORDERS TO: Monroe County Board of Commissioners Key West, Florida REF: RELOCATE RWY 7-25 Florida Keys Marathon International Airport Gentlemen: In order to avoid the necessity of extensive amendments to the referred contract, the undersigned acknowledges hereby that the following conditions are those for which change orders are allowed under the Bid Law: 1 . Unusual and difficult circumstances which arose during the course of the execution of the contract which could not have been reasonably foreseen. 2. Where competitive bidding for the new work for new money will work to the serious detriment of the awarding authority. 3. Emergencies arising during the course of the work. 4. Changes or alterations provided for in the original bid and originals contract Contractor By: Title: CONTRACT II-17 2854 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK CONTRACT II-18 2855 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual S E C T I O N D CONTRACT RELOCATE RWY 7-25 Florida Keys Marathon International Airport THIS AGREEMENT made and entered into the day of by and between Contractor, and the Monroe County Board of Commissioners, Key West, Florida, Owner. WITNESSETH: That the Contractor, for the consideration hereinafter fully set out hereby agrees with the Owner as follows: 1. That the Contractor, shall furnish all the materials, and perform all of the work in the manner and form as provided by the following enumerated documents; Instruction to Bidders, Form of Proposal, General Provisions, Special Provisions, Technical Specifications, Form of Contract, Form of Bond, Drawings and Addenda, which are attached hereto and made a part hereof, as if fully contained herein, for the construction of: RELOCATE RWY 7-25 Florida Keys Marathon International Airport Monroe County, Florida 2. That the Contractor shall commence the work to be performed under this agreement on a date to be specified in a written order of the Owner and shall fully complete all work hereunder within 158 consecutive calendar days from the Notice-to-Proceed (Construction) as per Special Provision No. 2. 3. The Owner hereby agrees to pay to the Contractor for the faithful performance of th e agreement, subject to additions and deductions as provided in the contract documents the Contract Lump sum of ----------------------------------------------------Dollars 4. On or before the 15th day of each calendar month, the Owner shall make partial payment to the Contractor on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by the Contractor. County shall pay in accordance with the Florida Local Government Prompt Payment Act. Each Application for Payment shall be based upon the Schedule of Values for the project. The Schedule of Values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Director of Airports may require. This schedule, unless objected to by the Director of Airports, shall be used as a basis for reviewing the Contractor's Applications for Payment. Applications for Payment shall indicate the CONTRACT II-19 2856 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract Sum allocated to that portion of the Work, less retainage of ten percent 10%. Payment will be made after delivery and inspection by County and upon submission of invoices with supporting documentation acceptable to the Clerk, on a monthly schedule in arrears. Acceptability to the Clerk is based on generally accepted accounting principles and such laws, rules and regulations as may govern the Clerk's disbursal of funds. 5. Upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls, material bills and other costs incurred by the Contractor in connection with the construction of the work have been paid in full, final payment on account of this agreement shall be made within twenty (20) days after the completion by the Contractor of all work covered by this agreement and the acceptance of such work by the Owner. 6. It is mutually agreed between the parties hereto that time is of the essence in this contract and in the event the construction of the work is not completed within the time herein specified, it is agreed that from the compensation otherwise to be paid to the Contractor, the Owner may retain the amounts described in the Liquidated Damages, Special Provision No. 3, per day for each day thereafter, Sundays and holidays included, that the work remains uncompleted, which sum shall represent the actual damages which the Owner will have sustained per day by failure of the Contractor to complete the work within the time stipulated and this sum is not a penalty being the stipulated damages the Owner will have sustained in the event of such default by the Contractor. 7. It is further mutually agreed between the parties hereto that if at any time after the execution of this agreement and the surety bond hereto attached for its faithful performance, the Owner shall deem the surety or sureties upon such bond to be unsatisfactory, or if, for any reason, such bond ceases to be adequate to cover the performance of the work, the Contractor shall, at its expense within five (5) days after the receipt of notice from the Owner so to do, furnish an additional bond or bonds in such form and amount and with such surety or sureties as shall be satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed to be due under this agreement until such new or additional security for the faithful performance of the work shall be furnished in manner and form satisfactory to the Owner. 8. MAINTENANCE OF RECORDS: Contractor shall maintain all books, records, and documents directly pertinent to performance under this Agreement in accordance with generally accepted accounting principles consistently applied. Records shall be retained for a period of seven years from the termination of this agreement or for a period of three years from the submission of the final expenditure report as per 2 CFR §200.334, whichever is greater. Each party to this Agreement or its authorized representatives shall have reasonable and timely access to such records of each other party to this Agreement for public records purposes during the term of the Agreement CONTRACT II-20 2857 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual and for seven years following the termination of this Agreement. If an auditor employed by the County or Clerk determines that monies paid to Contractor pursuant to this Agreement were spent for purposes not authorized by this Agreement, or were wrongfully retained by the Contractor, the Contractor shall repay the monies together with interest calculated pursuant to Sec. 55.03, of the Florida Statutes, running from the date the monies were paid by the County. 9. PUBLIC ACCESS. Public Records Compliance. Contractor must comply with Florida public records laws, including but not limited to Chapter 119, Florida Statutes and Section 24 of article I of the Constitution of Florida. The County and Contractor shall allow and permit reasonable access to, and inspection of, all documents, records, papers, letters or other "public record" materials in its possession or under its control subject to the provisions of Chapter 119, Florida Statutes, and made or received by the County and Contractor in conjunction with this contract and related to contract performance. The County shall have the right to unilaterally cancel this contract upon violation of this provision by the Contractor. Failure of the Contractor to abide by the terms of this provision shall be deemed a material breach of this contract and the County may enforce the terms of this provision in the form of a court proceeding and shall, as a prevailing party, be entitled to reimbursement of all attorney's fees and costs associated with that proceeding. This provision shall survive any termination or expiration of the contract. The Contractor is encouraged to consult with its advisors about Florida Public Records Law in order to comply with this provision. Pursuant to F.S. 119.0701 and the terms and conditions of this contract, the Contractor is required to: (1) Keep and maintain public records that would be required by the County to perform the service. (2) Upon receipt from the County's custodian of records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records that would be required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County's custodian of records, in a CONTRACT II-21 2858 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual format that is compatible with the information technology systems of the County. (5) A request to inspect or copy public records relating to a County contract must be made directly to the County, but if the County does not possess the requested records, the County shall immediately notify the Contractor of the request, and the Contractor must provide the records to the County or allow the records to be inspected or copied within a reasonable time. If the Contractor does not comply with the County's request for records, the County shall enforce the public records contract provisions in accordance with the contract, notwithstanding the County's option and right to unilaterally cancel this contract upon violation of this provision by the Contractor. A Contractor who fails to provide the public records to the County or pursuant to a valid public records request within a reasonable time may be subject to penalties under Section 119.10, Florida Statutes. Contractor shall not transfer custody, release, alter, destroy or otherwise dispose of any public records unless or otherwise provided in this provision or as otherwise provided by law. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS, BRIAN BRADLEY, AT (305) 292-3470, BRADLEY-BRIAN&MONRO CO Y- L® OV, MONROE COUNTY ATTORNEY'S OFFICE, 1111 12th STREET, SUITE 408, KEY WEST, FL 33040. 10. HOLD HARMLESS AND INSURANCE: The successful Respondent shall defend, indemnify and hold the County and the County's elected and appointed officers and employees harmless from and against (i) any claims, actions or causes of action, (ii) any litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any type of injury (including death), loss, damage, fine, penalty or business interruption, and (iii) any costs or expenses (including, without limitation, costs of remediation and costs of additional security measures that the Federal Aviation Administration, the Transportation Security Administration or any other governmental agency requires by reason of , or in connection with a violation of any federal law or regulation, attorneys' fees and costs, court costs, fines and penalties) that may be asserted against, initiated with respect to, or sustained by, any indemnified party by reason of, or in connection with, (A) any activity of Respondent or any of its employees, agents, contractors or other invitees during the term of the Agreement, (B) the negligence or recklessness, intentional wrongful misconduct, errors or omissions, or other wrongful act or omission of Respondent or any of its employees, agents, sub-contractors or other invitees, or (C) Respondent's default in respect of any of the obligations that it undertakes under the terms the Agreement, except to the extent the claims, actions, causes of action, litigation, CONTRACT II-22 2859 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual proceedings, costs or expenses arise from the intentional or sole negligent acts or omissions of the County or any of its employees, agents, contractors or invitees (other than Respondent). The monetary limitation of liability under this contract shall be equal to the dollar value of the contract and not less than $1 million per occurrence pursuant to Section 725.06, Florida Statutes. Insofar as the claims, actions, causes of action, litigation, proceedings, costs or expenses relate to events or circumstances that occur during the term of the Agreement, this provision will survive the expiration of the term of the Agreement or any earlier termination of the Agreement. In the event the completion of the project (including the work of others) is delayed or suspended as a result of the Contractor's failure to purchase or maintain the required insurance, the Contractor shall indemnify the County from any and all increased expenses resulting from such delay. The extent of liability is in no way limited to, reduced, or lessened by the insurance requirements contained elsewhere within this agreement. CERTIFICATES OF INSURANCE. Original Certificates of Insurance shall be provided to the COUNTY at the time of execution of this Agreement and certified copies provided if requested. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days' written notice shall be provided to the COUNTY before any policy or coverage is canceled or restricted. The underwriter of such insurance shall be qualified to do business in the State of Florida. If requested by the County Administrator, the insurance coverage shall be primary insurance with respect to the COUNTY, its officials, employees, agents and volunteers. Failure of CONTRACTOR to comply with the requirements of this section shall be cause for immediate termination of this agreement. 11. NON-WAIVER OF IMMUNITY: Notwithstanding the provisions of Sec. 768.28, Florida Statutes, the participation of COUNTY and CONTRACTOR in this Agreement and the acquisition of any commercial liability insurance coverage, self- insurance coverage, or local government liability insurance pool coverage shall not be deemed a waiver of immunity to the extent of liability coverage, nor shall any Agreement entered into by the COUNTY be required to contain any provision for waiver. 12. NO PLEDGE OF CREDIT: CONTRACTOR shall not pledge the COUNTY'S credit or make it a guarantor of payment or surety for any contract, debt, obligation, judgment, lien, or any form of indebtedness. CONTRACTOR further warrants and represents that it has no obligation or indebtedness that would impair its ability to fulfill the terms of this contract. 13. NOTICE REQUIREMENT: Any notice required or permitted under this agreement shall be in writing and hand delivered or mailed, postage prepaid, to the other party by certified mail, returned receipt requested, to the following: CONTRACT II-23 2860 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual FOR COUNTY: (FILL IN) Key West, Florida 33041 FOR CONTRACTOR: 14. GOVERNING LAW, VENUE, AND INTERPRETATION: This Agreement shall be governed by and construed in accordance with the laws of the State of Florida applicable to Agreements made and to be performed entirely in the State. In the event that any cause of action or administrative proceeding is instituted for the enforcement or interpretation of this Agreement, the COUNTY and CONTRACTOR agree that venue will lie in the appropriate court or before the appropriate administrative body in Monroe COUNTY, Florida. 15. MEDIATION: The COUNTY and CONTRACTOR agree that, in the event of conflicting interpretations of the terms or a term of this Agreement by or between any of them the issue shall be submitted to mediation prior to the institution of any other administrative or legal proceeding. Mediation proceedings initiated and conducted pursuant to this Agreement shall be in accordance with the Florida Rules of Civil Procedure and usual and customary procedures required by the circuit court of Monroe County. 16. SEVERABILITY: If any term, covenant, condition or provision of this Agreement (or the application thereof to any circumstance or person) shall be declared invalid or unenforceable to any extent by a court of competent jurisdiction, the remaining terms, covenants, conditions and provisions of this Agreement, shall not be affected thereby; and each remaining term, covenant, condition and provision of this Agreement shall be valid and shall be enforceable to the fullest extent permitted by law unless the enforcement of the remaining terms, covenants, conditions and provisions of this Agreement would prevent the accomplishment of the original intent of this Agreement. The COUNTY and CONTRACTOR agree to reform the Agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. 17. ATTORNEY'S FEES AND COSTS: COUNTY and CONTRACTOR agree that in the event any cause of action or administrative proceeding is initiated or defended by any party relative to the enforcement or interpretation of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees and attorney's fees, in appellate proceedings. Each party agrees to pay its own court costs, investigative, and out-of-pocket expenses whether it is the prevailing party or not, through all levels of the court system. CONTRACT II-24 2861 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 18. ADJUDICATION OF DISPUTES OR DISAGREEMENTS: COUNTY and CONTRACTOR agree that all disputes and disagreements shall be attempted to be resolved by meet and confer sessions between representatives of each of COUNTY and CONTRACTOR. If no resolution can be agreed upon within 30 days after the first meet and confer session, the issue or issues shall be discussed at a public meeting of the Board of County Commissioners. If the issue or issues are still not resolved to the satisfaction of COUNTY and CONTRACTOR, then any party shall have the right to seek such relief or remedy as may be provided by this Agreement or by Florida law. 19. COOPERATION: In the event any administrative or legal proceeding is instituted against either party relating to the formation, execution, performance, or breach of this Agreement, COUNTY and CONTRACTOR agree to participate, to the extent required by the other party, in all proceedings, hearings, processes, meetings, and other activities related to the substance of this Agreement or provision of the services under this Agreement. COUNTY and CONTRACTOR specifically agree that no party to this Agreement shall be required to enter into any arbitration proceedings related to this Agreement. 20. BINDING EFFECT: The terms, covenants, conditions, and provisions of this Agreement shall bind and inure to the benefit of COUNTY and CONTRACTOR and their respective legal representatives, successors, and assigns. 21. AUTHORITY: Each party represents and warrants to the other that the execution, delivery and performance of this Agreement have been duly authorized by all necessary County and corporate action, as required by law. 22. PRIVILEGES AND IMMUNITIES: All of the privileges and immunities from liability, exemptions from laws, ordinances, and rules and pensions and relief, disability, workers' compensation, and other benefits which apply to the activity of officers, agents, or employees of any public agents or employees of the COUNTY, when performing their respective functions under this Agreement within the territorial limits of the COUNTY shall apply to the same degree and extent to the performance of such functions and duties of such officers, agents, volunteers, or employees outside the territorial limits of the COUNTY. 23. LEGAL OBLIGATIONS AND RESPONSIBILITIES: This Agreement is not intended to, nor shall it be construed as, relieving any participating entity from any obligation or responsibility imposed upon the entity by law except to the extent of actual and timely performance thereof by any participating entity, in which case the performance may be offered in satisfaction of the obligation or responsibility. Further, this Agreement is not intended to, nor shall it be construed as, authorizing the delegation of the constitutional or statutory duties of the COUNTY, except to the extent permitted by the Florida constitution, state statute, and case law. 24. NON-RELIANCE BY NON-PARTIES: No person or entity shall be entitled to rely upon the terms, or any of them, of this Agreement to enforce or attempt to enforce any third-party claim or entitlement to or benefit of any service or CONTRACT II-25 2862 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual program contemplated hereunder, and the COUNTY and the CONTRACTOR agree that neither the COUNTY nor the CONTRACTOR or any agent, officer, or employee of either shall have the authority to inform, counsel, or otherwise indicate that any particular individual or group of individuals, entity or entities, have entitlements or benefits under this Agreement separate and apart, inferior to, or superior to the community in general or for the purposes contemplated in this Agreement. 25. NO PERSONAL LIABILITY: No covenant or agreement contained herein shall be deemed to be a covenant or agreement of any member, officer, agent or employee of Monroe County in his or her individual capacity, and no member, officer, agent or employee of Monroe County shall be liable personally on this Agreement or be subject to any personal liability or accountability by reason of the execution of this Agreement. 26. EXECUTION IN COUNTERPARTS: This Agreement may be executed in any number of counterparts, each of which shall be regarded as an original, all of which taken together shall constitute one and the same instrument and COUNTY and CONTRACTOR hereto may execute this Agreement by signing any such counterpart. 27. NON-DISCRIMINATION: Contractor agrees that there will be no discrimination against any person, and it is expressly understood that upon a determination by a court of competent jurisdiction that discrimination has occurred, this Agreement automatically terminates without any further action on the part of any party, effective the date of the court order. Contractor agrees to comply with all Federal and Florida statutes, and all local ordinances, as applicable, relating to nondiscrimination. These include but are not limited to: 1) Title VIII of the Civil Rights Act of 1964 (PL 88-352) which prohibits discrimination on the basis of race, color or national origin; 2) Title IX of the Education Amendment of 1972, as amended (20 USC ss. 1681-1683, and 1685- 1686), which prohibits discrimination on the basis of sex; 3) Section 504 of the Rehabilitation Act of 1973, as amended (20 USC s. 794), which prohibits discrimination on the basis of handicaps; 4) The Age Discrimination Act of 1975, as amended (42 USC ss. 6101-6107)which prohibits discrimination on the basis of age; 5) The Drug Abuse Office and Treatment Act of 1972 (PL 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; 6) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (PL 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; 7) The Public Health Service Act of 1912, ss. 523 and 527 (42 USC ss. 690dd-3 and 290ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; 8)Title VIII of the Civil Rights Act of 1968 (42 USC s. et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; 9) The Americans with Disabilities Act of 1990 (42 USC s. 1201 Note), as maybe amended from time to time, relating to nondiscrimination on the basis of disability; 10) Monroe County Code Chapter 14, Article II, which prohibits discrimination on the basis of race, color, sex, religion, national origin, ancestry, sexual orientation, gender identity or expression, familial status or age; and 11) Any other nondiscrimination provisions in any Federal or state statutes which may apply to the parties to, or the subject matter of, this Agreement. CONTRACT II-26 2863 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual IN WITNESS WHEREOF the parties hereto have executed this agreement on the day and date first above written in two (2) counterparts, each of which shall, without proof or accounting for the other counterpart, be deemed an original contract. (SEAL) BOARD OF COUNTY COMMISSIONERS ATTEST: KEVIN MADOK, CLERK OF MONROE COUNTY, FLORIDA By: By: Deputy Clerk Mayor/Chairman CONTRACTOR By: Title: NOTARIAL JURAT STATE OF: COUNTY OF: Subscribed and sworn to (or affirmed) before me, by means of ❑ physical presence or ❑ online notarization, on (date) by (name of affiant). He/She is personally known to me or has produced (type of identification) as identification. NOTARY PUBLIC *Who is authorized by the corporation to execute this contract. CONTRACT II-27 2864 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK CONTRACT II-28 2865 GENERAL PROVISIONS 2866 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK GENERAL PROVISIONS III-2 2867 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual DIVISION III GENERAL PROVISIONS SECTION 10 - DEFINITION OF TERMS................................................................................... III-5 SECTION 20 - PROPOSAL REQUIREMENTS AND CONDITIONS......................................III-13 SECTION 30 -AWARD AND EXECUTION OF CONTRACT.................................................III-18 SECTION 40 - SCOPE OF WORK..........................................................................................III-20 SECTION 50 - CONTROL OF WORK.....................................................................................III-24 SECTION 60 - CONTROL OF MATERIALS...........................................................................III-31 SECTION 70 - LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC ....................III-35 SECTION 80 - PROSECUTION AND PROGRESS................................................................III-47 SECTION 90 - MEASUREMENT AND PAYMENT.................................................................III-55 SECTION 100 - NUCLEAR GAUGES.....................................................................................III-63 SECTION 110 -SAFETY AND HEALTH REGULATIONS FOR CONSTRUCTION .............III-65 SECTION 120 - GENERAL INSURANCE REQUIREMENTS FOR CONTRACTORS AND SUBCONTRACTORS....................................III-67 SECTION 130 - DISADVANTAGED BUSINESS ENTERPRISE PROGRAM .......................III-77 SECTION 140 - CONSTRUCTION CONTRACT CLAUSES AIRPORT IMPROVEMENT PROGRAM...............................................................III-97 SECTION 150 - BUY AMERICAN PREFERENCES.............................................................III-124 GENERAL PROVISIONS III-3 2868 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK GENERAL PROVISIONS III-4 2869 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual DIVISION III - GENERAL PROVISIONS S E C T I O N 1 0 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the Contract, in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: Paragraph Term Definition Number 10-01 AASHTO The American Association of State Highway and Transportation 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 be furnished. 10-04 Airport Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; airport buildings and facilities located in any of these areas, and a heliport. 10-05 Airport Improvement A grant-in-aid program, administered by the Program AIP Federal Aviation Administration (FAA). 10-06 Air Operations Area The term air operations area (AOA) shall mean (AOA) any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-07 Apron Area where aircraft are parked, unloaded or loaded, fueled and/or serviced. 10-08 ASTM International Formerly known as the American Society for ASTM Testing and Materials ASTM . 10-09 Award The Owner's notice to the successful bidder of the acceptance of the submitted bid. 10-09.5 Barging Using a barge, or boat type of transport method, to relocate material and or equipment, as intended per contract documents. 10-10 Bidder Any individual, partnership, firm, or corporation, GENERAL PROVISIONS III-5 2870 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Paragraph Term Definition Number 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-way together with all airport buildings and facilities located thereon. 10-12 Calendar Day Every day shown on the calendar. 10-13 Certificate of Analysis The COA is the manufacturer's Certificate of (COA) Compliance (COC) including all applicable test results required by the specifications. 10-14 Certificate of The manufacturer's certification stating that Compliance (COC) materials or assemblies furnished fully comply with the requirements 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 the basis of payment and contract time adjustment, if any, for 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 of work, furnishing of labor, equipment and materials and the basis of payment. The awarded contract includes but may not be limited to: Advertisement, 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 A specific unit of work for which a price is provided Item) in the contract. 10-18 Contract Time The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10-19 Contractor The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all GENERAL PROVISIONS III-6 2871 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Paragraph Term Definition Number legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-20 Contractors Quality The Contractor's QC facilities in accordance with Control QC Facilities the Contractor Quality Control Program CQCP . 10-21 Contractor Quality Details the methods and procedures that will be Control Program taken to assure that all materials and completed (CQCP) construction required by the contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. 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 The overall plan for safety and phasing of a and Phasing Plan construction project developed by the airport (CSPP) operator, or developed by the airport operator's consultant and approved by the airport operator. It is included in the invitation for bids and becomes art of the project specifications. 10-24 Drainage System The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-25 Engineer The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering, inspection, and/or observation of the contract work and acting directly or through an authorized representative. 10-26 Equipment All 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. 10-27 Extra Work An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Owner's Engineer or Resident Project Representative (RPR) to be necessary to complete the work within the intended scope of the contract as previously modified. 10-28 FAA The Federal Aviation Administration. When used to designate a person, FAA shall mean the Administrator or their duly authorized representative. GENERAL PROVISIONS III-7 2872 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Paragraph Term Definition Number 10-29 Federal Specifications The federal specifications and standards, commercial item descriptions, and supplements, amendments, and indices prepared and issued by the General Services Administration. 10-30 Force Account a. Contract Force Account- A method of payment that addresses extra work performed by the Contractor on a time and material basis. b. Owner Force Account- Work performed for the project by the Owner's employees. 10-31 Intention of Terms Whenever, in these specifications or on the plans, the words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer and/or Resident Project Representative (RPR) is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer and/or RPR, subject in each case to the final determination of the Owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-32 Lighting A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-33 Major and Minor A major contract item shall be any item that is Contract Items listed in the proposal, the total cost of which is equal to or greater than 20% of the total amount of the award contract. All other items shall be considered minor contract items. 10-34 Materials Any substance specified for use in the construction of the contract work. 10-35 Modification of Any deviation from standard specifications Standards (MOS) applicable to material and construction methods in accordance with FAA Order 5300.1. 10-36 Notice to Proceed A written notice to the Contractor to begin the GENERAL PROVISIONS III-8 2873 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Paragraph Term Definition Number (NTP) actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-37 Owner The term "Owner" shall mean the party of the first part or the contracting agency signatory to the contract. Where the term "Owner" is capitalized in this document, it shall mean airport Sponsor only. The Owner for this project is Monroe County. 10-38 Passenger Facility Per 14 Code of Federal Regulations (CFR) Part Charge (PFC) 158 and 49 United States Code (USC) § 40117, a PFC is a charge imposed by a public agency on passengers enplaned at a commercial service airport it controls. 10-39 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 in the construction 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 the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. Plans may also be referred to as 'contract drawings.' 10-43 Project The agreed scope of work for accomplishing specific airport development with respect to a articular 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 tans andspecifications. 10-45 Proposal guaranty The security furnished with a proposal to guarantee that the bidder will enter into a contract if their own proposal is accepted by the Owner. 10-46 Quality Assurance (QA) Owner's responsibility to assure that construction work completed complies with specifications for payment. GENERAL PROVISIONS III-9 2874 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Paragraph Term Definition Number 10-47 Quality Control (QC) 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 Inspector and/or Resident Project Representative (RPR) 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 quality assurance testing laboratories Laboratory of the Owner or such other laboratories as may be designated by the Engineer or RPR. May also be referred to as Engineer's, Owner's, or QA Laboratory. 10-50 Resident Project The individual, partnership, firm, or corporation Representative (RPR) duly 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 the 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 A defined surface surrounding the runway (RSA) prepared or suitable for reducing the risk of damage to aircraft. See the construction safety and phasing plan CSPP for limits of the RSA. 10-53 Safety Plan Details how the Contractor will comply with the Compliance Document CSPP. SPCD 10-54 Specifications A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-55 Sponsor A Sponsor is defined in 49 USC § 47102(24) as a public agency that submits to the FAA for an AIP grant; or a private Owner of a public-use airport that submits to the FAA an application for an AIP rant for the airport. 10-56 Structures Airport facilities such as bridges; culverts; catch GENERAL PROVISIONS III-10 2875 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Paragraph Term Definition Number basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-57 Sub grade The soil that forms the pavement foundation. 10-58 Superintendent The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the RPR, and who shall supervise and direct the construction. 10-59 Supplemental A written agreement between the Contractor and Agreement 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) in 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 25%; (3) work that is not within the scope of the originally awarded contract; or (4) adding or deleting of a major contract item. 10-60 Surety The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 10-61 Taxilane A taxiway designed for low speed movement of aircraft between aircraft parking areas and terminal areas. 10-62 Taxiway The portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways, aircraft parking areas, and terminal areas. 10-63 Taxiway/Taxilane A defined surface alongside the taxiway prepared Safety Area (TSA) or suitable for reducing the risk of damage to an aircraft. See the construction safety and phasing plan CSPP for limits of the TSA. 10-64 Work The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, tans, andspecifications. 10-65 Working day A working day shall be any day other than a legal GENERAL PROVISIONS III-it 2876 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Paragraph Term Definition Number holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least six (6) hours toward completion of the contract. When work is suspended for causes beyond the Contractor's control, it will not be counted as a working day. Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work will be considered as working days. END OF SECTION 10 GENERAL PROVISIONS 111-12 2877 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual S E C T I O N 2 0 PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (Notice to Bidders). The owner, or his/her 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 method for submitting sealed proposals; and instructions to bidders as to obtaining proposal forms, plans, and specifications. 20-02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the owner satisfactory evidence of his/her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the owner satisfactory evidence of his/her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a statement or report of the bidder's financial resources and liabilities as of the last calendar year or the Contractor'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 his/her 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 his/her (bidder's) true financial condition at the time such qualified statement or report is submitted to the owner. Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the owner at the time of the bid opening. 20-03 CONTENTS OF PROPOSAL FORMS. The owner shall furnish bidders with a competitive solicitation packet. The plans specifications, and other documents designated in the competitive solicitation packet shall be considered a part of the competitive solicitation packet whether attached or not. GENERAL PROVISIONS III-13 2878 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 20-04 ISSUANCE OF PROPOSAL FORMS. The owner reserves the right to refuse to accept a bid proposal from a prospective bidder should such bidder be in default for any of the following reasons: A. Failure to comply with any prequalification regulations of the owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. B. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the owner) at the time the owner issues the proposal to a prospective bidder. C. Contractor default under previous contracts with the owner. D. Unsatisfactory work on previous contracts with the owner. 20-05 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 quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 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. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from his/her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the owner. 20-07 PREPARATION OF PROPOSAL. Monroe County Purchasing Department GENERAL PROVISIONS III-14 2879 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual receives bids via the Bonfire electronic bidding platform. Please do not email, mail or attempt to deliver in person any sealed bids. Emailed/mailed/physically delivered bids/proposals/responses WILL NOT be accepted. Please do not submit your confidential financial information as part of your proposal. There are separate uploads for each set of documents, including confidential financial information. All proposals will be made public on the platform after an intended decision or 30 days, whichever is earlier, unless the bids/proposals are rejected in accordance with F.S. 119.071. If your proposal document includes financial information, that information will not be considered confidential and will be available and viewable to the public in accordance with public records law. The bidder shall submit his/her proposal and include the forms provided in the competitive solicitation packet issued by the owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals forwhich he proposes to do 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 sign his/her proposal correctly and in ink. If the proposal is made by an individual, his/her name and post office address must be shown. 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 under the laws of which 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 his/her authority to do so and that the signature is binding upon the firm or corporation. 20-08 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 owner's 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 which 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 furnish 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. In addition, until the award of contract is made, the owner reserves the right to reject any GENERAL PROVISIONS III-15 2880 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual irregular proposal and the right to waive irregularities, technicalities or omissions 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. 20-09 BID GUARANTEE. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the owner. GENERAL PROVISIONS III-16 2881 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be submitted electronically in accordance with the instructions set forth in Section B, Article 17 Instruction To Bidders. 20-11 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 bidder's request for withdrawal is received by the owner in writing or by telegram 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. 20-12 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 appear. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be rejected. 20-13 DISQUALIFICATION 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 in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section. END OF SECTION 20 GENERAL PROVISIONS III-17 2882 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual S E C T I O N 3 0 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 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 in the subsection titled IRREGULAR PROPOSALS of Section 20. B. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. The owner reserves the right to reject any irregular proposal and the right to waive irregularities, technicalities or omissions 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 action s shall promote the owner's best interest. The owner also reserves the right to reject any and all bids at the owner's sole discretion, to waive informalities in any or all bids, to re-advertise for bids; and to separately accept or reject any item or items of bid and to award and/or negotiate a contract in the best interest of the County. 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 120 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the owner. 30-03 CANCELLATION OF AWARD. The owner reserves the right to cancel the award without liability to the 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 the subsection titled APPROVAL OF CONTRACT of this section. 30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the owner GENERAL PROVISIONS III-18 2883 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 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 receives the contracts bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. 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 which 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 Contractor's 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 sum equal to the full amount of the contract. 30-06 EXECUTION OF CONTRACT. Upon Notice of Intent to Award by the County, the Contractor shall fully execute, scan and return via email an electronic copy and then sign and deliver all two (2) originals of the Contract Agreement to the Owner or Owner's designee, with all other Contract Documents attached, including an original Insurance Certificate, and a certified copy of the recorded Public Construction Bond as soon as possible. 30-07 APPROVAL OF CONTRACT. Upon receipt of the contract along with all other Contract Documents attached, including an original Insurance Certificate, and a certified copy of the recorded Public Construction Bond, the owner shall complete the execution of the contract in accordance with local laws 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 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the owner. END OF SECTION 30 GENERAL PROVISIONS III-19 2884 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual S E CT I ON 40 SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations which do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations which are for work within the general scope of the contract shall be covered by "Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. The Contractor is advised that all supplemental agreements shall be approved by the FAA and shall include valid wage determinations of the U.S. Secretary of Labor when the amount of the supplemental agreement exceeds $2,000. However, if the Contractor elects to waive the limitations on work that increases or decreases the originally awarded contract or any major contract item by more than 25 percent, the supplemental agreement shall be subject to the same U.S. Secretary of Labor wage determination as was included in the originally awarded contract. All supplemental agreements shall require consent of the Contractor's surety and separate performance and payment bonds. 40-03 OMITTED ITEMS. The Engineer may, in the owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. GENERAL PROVISIONS III-20 2885 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Should a contract item be omitted or otherwise ordered to be non-performed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called Extra Work. Extra work that is within the general scope of the contract shall be covered by written change order. Change orders for such extra work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such extra work. When determined by the Engineer to be in the owner's best interest, he may order the Contractor to proceed with extra work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. 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. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. With respect to his/her own operations and the operations of all his/her 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. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required GENERAL PROVISIONS III-21 2886 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual to accommodate traffic. The Contractor shall furnish erect, and maintain barricades, warning signs, flagmen, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. 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. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the owner when so utilized in the work. 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either: A. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, B. Remove such material from the site, upon written approval of the Engineer; or GENERAL PROVISIONS III-22 2887 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual C. Use such material for his/her own temporary construction on site; or, D. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option A., B., or C., he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option A., B., or C., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option A., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his/her exercise of option A., B., or C. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-08 FINAL CLEANING UP. 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. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner. END OF SECTION 40 GENERAL PROVISIONS III-23 2888 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual S E C T I O N 5 0 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. He shall decide all questions which may arise as to the interpretation of the specifications or plans relating to the work, the fulfillment of the contract on the part of the Contractor, and the rights of different Contractors on the project. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for under the contract. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his/her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the owner, he will advise the owner of his/her determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the owner a basis of acceptance which will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's right to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. GENERAL PROVISIONS III-24 2889 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority to use good engineering judgment in his/her determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. For AIP contracts, the Engineer should advise the Sponsor if he accepts work that is not in "reasonably close conformity" to the Contract," Plans, Specifications. The Sponsor will in turn advise the FAA. Change orders or supplemental agreements must bear the written approval of the FAA. 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. 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 FAA advisory circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with two copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans and specifications. Additional 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 he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The Engineer shall allocate the work and designate the sequence of construction in case of controversy between contractors. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his/her authorized representative. 50-05 COOPERATION BETWEEN CONTRACTORS.The owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. GENERAL PROVISIONS III-25 2890 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and save harmless the owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES. The Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either his/her own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or his/her employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors employed by the owner are authorized to notify the Contractor or his/her 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 until such issues can be referred to the Engineer for his/her decision. 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts GENERAL PROVISIONS III-26 2891 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the owner may be ordered removed and replaced at the Contractor's expense unless the owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage which may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of GENERAL PROVISIONS III-27 2892 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Engineer may suspend any work necessary for the owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the GENERAL PROVISIONS III-28 2893 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Engineer 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 him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing of his/her intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit his/her written claim to the Engineer who will present it to the owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. 50-17 WARRANTY AND GUARANTEE. The Contractor warrants to the Owner that all materials furnished under this Contract shall be new unless specified and free of defects and in conformance with Contract requirements. Any work not so conforming to these standards may be considered defective. If, within one year after the date of final acceptance of the work, or within such longer period of time as may be prescribed by law or by the terms of any applicable special guarantee required by the Contract, any of the work is found to be defective or not in accordance with Contract requirements, the Contractor shall correct it promptly after receipt of written notice from the Owner to do so. The obligations of the Contractor in this paragraph titled WARRANTY AND GUARANTEE shall be in addition to and not in limitation of any obligations imposed upon him by special guarantees required by the Contract or otherwise prescribed by law. 50-18 CONTRACT CLOSE-OUT. Subsequent to the final acceptance of this project by the Engineer, the following requirements must be satisfied by the Contractor before final payment can be made: 1. The Contractor must publicly advertise the NOTICE OF COMPLETION furnished by the Engineer a minimum of once a week for four consecutive weeks. 2. The Contractor must execute copies of CONTRACTOR'S AFFIDAVIT OF PAYMENT OF CLAIMS AND DEBTS. 3. The Contractor must have his Surety execute copies of CONSENT OF SURETY TO FINAL PAYMENT. 4. The Contractor must furnish a letter on his letterhead acknowledging that acceptance of final payment by the Contractor constitutes a waiver of all claims, present or future, in connection with this project. GENERAL PROVISIONS III-29 2894 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 5. The Contractor must furnish a written guarantee on his letterhead covering all defects in material and workmanship for a period of one year commencing on the date of final acceptance. 6. If any purchase items have been incorporated in the work, the Contractor must furnish a letter on his letterhead assigning those warranties to the OWNER. Copies of said warranties shall be bound in one binder and submitted along with the letter assignment. 7. In addition to the above, the Contractor shall provide all documents required in Special Provision No. 1, Section 25. 50-19 CONCEALED CONDITIONS. Should conditions be encountered below the surface of the ground or should concealed or unknown conditions in an existing structure vary to an unreasonable extent from the conditions indicated by the drawings and Specifications, the Engineer shall be notified by the Contractor and instructions shall be equitably adjusted upon claim of either party made within thirty (30) days after the first observation. The conditions shown on the drawings or attached to these Specifications, are presented only as information that is available indicating certain conditions found and limited to the exact locations and dates shown. Neither the Owner nor the Engineer shall be responsible for making the determination of water table variations prior to bidding and shall not assume that any water levels shown by the aforesaid core boring data will necessarily be maintained at the level indicated. 50-20 RECORD SET DRAWINGS. The Contractor shall, without additional cost, keep a separate copy of all Specifications, drawings, addenda, modifications, and shop drawings at the site in good order and annotated currently to show all changes made during the construction process. These shall be available to the Engineer for review of record information thereon each month prior to approval of monthly application for payment, and shall be delivered to him for the Owner upon completion of the Project. Record information shall include but not be limited to record dimensions, finished pavement grades, finished elevation of structures, record inverts, etc. The Contractor shall, without additional cost, furnish to the Owner three (3) complete sets of all maintenance manuals, parts lists, and operating instructions covering materials, equipment and installations having moving parts. It is mandatory that all of the aforesaid be delivered at the same time and with the materials, equipment, and installations, so that proper installation and operation can be promptly made. 50-21 TERMINATION OF CONTRACTOR'S RESPONSIBILITY. The Contract will be considered complete when all work has been completed and has been accepted by the Owner. The Contractor will then be released from further obligation except as set forth in his bond. END OF SECTION 50 GENERAL PROVISIONS III-30 2895 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual S E C T I O N 6 0 CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that meets the requirements of the specifications; and is listed in AC 15015345-53, Airport Lighting Equipment Certification Program and Addendum, that is in effect on the date of advertisement. e�Afe.r.m.s. fe the ^+^ of tte d Materials n the plans eF speeifieatiens, the GentFaeteF shall furnish sueh equipment that is: A �Listed in CAA Advisory Girewl^r (AG) 150/5345 1 Approved Aca- iFppveFt , EquipmeRt, that effeet AR the date ef Advert 0seRqeat; and, $. P�d y eed 19y the mawifaety Fer qyalified (by F=AA) te pFedaEe s�sh cno^ifiorl .-,nr� lic4o r1 orv,,inmon4 The fell ,,. in , ,Ft ligh+in.-, equipment i ed f.,r this GE)RtFaGt and is to be _(l I I I D A C H Y I� ..4-E CITED C A A SPEC ! C I G A T I O N S EFFECTIVE FAA AG OR APPRQVAl I_=u€R F=QR EQ IIPMENIT AISID MAN ICAQT- RER 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of AASHTO or ASTM which are current on the date of advertisement for bids will be made by and at the expense of the owner. Samples will be taken by a qualified representative of the owner. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/her request. GENERAL PROVISIONS III-31 2896 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by"brand name or equal" and the Contractor elects to furnish the specified "brand name," the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: A. Conformance to the specified performance, testing, quality or dimensional requirements; and, B. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal" material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION. The Engineer or his/her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: A. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted for materials. B. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. GENERAL PROVISIONS III-32 2897 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual C. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the owner shall have the right to retest any material which has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 REVIEW AND ACCEPTANCE OF MATERIALS. The Contractor shall furnish to the Engineer for review, all Contractor's, subcontractor's and manufacturer's drawings, which shall be deemed to include shop material lists and performance data, which may be required by the Specifications, requested by the Engineer or otherwise necessary for the proper execution of the work. At the time of each submission, the Contractor shall in writing call the Engineer's attention to any deviations that the shop drawings may have from the requirements of the Contract documents. Where called for, the Contractor shall furnish two samples of each material, texture, color, etc., clearly labeled as to name and quality of material, manufacturer and application on the job. No work requiring a shop drawing or sample submission shall be started until the submission has been reviewed by the Engineer. The Engineer's review of shop drawings or samples will not relieve the Contractor from his responsibility for any deviations from the requirements of the Contract documents unless the Contractor has in writing called for the Engineer's attention to such deviations at the time of submission and the Engineer has given written comments on the specific deviation, nor will it relieve the Contractor from errors or omissions in the shop drawings. 60-06 r IP`T-I�F=R-G` FIR' D OFFICC AND LABORATORY. The GeRtFaGtoF shall and RspeGteFs, as a field effiee. Ufa' f EII�� II h d h�ef i-aTcr -a�-r-ate "c-a--�v"cca-n+-r Field Qffiee eF Type 9 StFyety%). This bUildiRg shal he lernated eeRyeRieRtly Rear te the heat, air Gendi+ieHinr, and eIeE;tri,.ity. Not required. 60-07 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property owner's permission. GENERAL PROVISIONS III-33 2898 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/her entire expense, except as otherwise agreed to (in writing) by the owner or lessee of the property. 60-08 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its use in the work. Per Section 255.04, Florida Statutes, the use of asbestos or asbestos-based fiber materials is prohibited in any buildings, construction of which is commenced after September 30, 1983, which is financed with public funds or is constructed for the express purpose of being leased to any governmental entity. 60-09 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified herein (if any) to be furnished by the owner. Owner-furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing owner-furnished materials shall be included in the unit price bid for the contract item in which such owner-furnished material is used. After any owner-furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies which may occur during the Contractor's handling, storage, or use of such owner-furnished material. The owner will deduct from any monies due or to become due the Contractor any cost incurred by the owner in making good such loss due to the Contractor's handling, storage, or use of owner-furnished materials. END OF SECTION 60 GENERAL PROVISIONS III-34 2899 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual S E CTI ON 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the owner and all his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees. 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 prosecution of the work. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution 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) is indicated as follows: N/A PeFseR to Dh A�e, .d.dr.,.-s aR d .,r..,\ 0 Title, A Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility GENERAL PROVISIONS III-35 2900 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 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 so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the owner for some portion of the contract costs. Such reimbursement is made from time to time upon the owner's (sponsor's) request to the FAA. In consideration of the United Sates Government's (FAA's) agreement with the owner, the owner has included provisions in this contract pursuant to the requirements of the Airport Improvement Act of 1982, as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987, and the Rules and Regulations of the FAA that pertain to the work. As required by the Act, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, FAA, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the Act, the rules and regulations implementing the Act, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions which are unsanitary, hazardous, or dangerous to his/her health or safety. 70-07 PUBLIC CONVENIENCE AND SAFETY.The Contractor shall control his/her operations and those of his/her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. GENERAL PROVISIONS III-36 2901 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office). When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340-1, Standards for Airport Markings. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stockpiles, and his/her parked construction equipment that may be hazardous to the operation of emergency fire-rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work which requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer. Open-flame type lights shall not be permitted within the air operations areas of the airport. 70-09 WORK ACCESS. Any haul roads, ditch crossings, storage areas, etc., that the Contractor may require shall be constructed and maintained at the Contractor's expense. The Contractor shall not use runways, taxiways or other paved areas on the air operations portions of the airport for access to and from the job site unless authorized by the Owner. No equipment or vehicles will be allowed on the air operations portions of the airport except as authorized by the Owner. Any runways, taxiways or other paved areas damaged by the Contractor's vehicles or equipment shall be repaired by the Contractor at no cost to the Owner. From time to time when required, the Contractor shall move Contractor's vehicles or equipment and men from along the edge of the runway/taxiway/apron to allow aircraft operations on the pavement. 70-10 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. GENERAL PROVISIONS III-37 2902 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of his/her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property. 70-11 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have 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, he shall restore, at his/her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. 70-12 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer and the owner and their officers, and employees from all suits, actions, or claims of any character brought because of any injuries (including death)or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Act," or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his/her contract as may be considered necessary by the owner for such purpose may be retained for the use of the owner or, in case no money is due, his/her surety may be held until such suit or suits, action or actions, claim or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory GENERAL PROVISIONS III-38 2903 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual evidence that he is adequately protected by public liability and property damage insurance. 70-13 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 in 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. 70-14 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his/her own estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by the owner as described below: N/A Phase or Description Required Date or Sequence of Owner's Beneficial Occupancy Work Shown on Plan Sheet Upon completion of any portion of the work listed above, such portion shall be accepted by the owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the owner shall be repaired by the Contractor at his/her expense. The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. 70-15 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non-execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense. GENERAL PROVISIONS III-39 2904 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual If the work is suspended for any cause whatsoever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his/her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seeding, and sodding furnished under his/her contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-16 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control his/her operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the owners are indicated as follows: N/A Utility Service or Facility Person to Contact (Name, Title, Address, & Phone) Owner's Emergency Contact (Phone) 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 his/her responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the owners of all utility services or other facilities of his/her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification hereinbefore provided, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his/her plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her 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 GENERAL PROVISIONS III-40 2905 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two day's notice hereinabove provided shall be cause for the Engineer to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet (90 cm) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The contract owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. 70-17 FURNISHING RIGHTS-OF-WAY. The owner will be responsible for furnishing all rights-of-way upon which the work is to be constructed in advance of the Contractor's operations. 70-18 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there shall be no liability upon the Engineer, his/her authorized representatives, or any officials of the owner either personally or as an official of the owner. It is understood that in such matters they act solely as agents and representatives of the owner. 70-19 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the owner be precluded or stopped from recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of the owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the owner's rights under any warranty or guaranty. GENERAL PROVISIONS III-41 2906 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 70-20 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumen, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. In the event of conflict between Federal, State or local laws, codes, ordinances, rules and regulations concerning pollution control, the most restrictive applicable ones shall apply. The Contractor shall pay special attention to the pollution control requirements of the several specifications. Work items which may cause excessive pollution and shall be closely controlled by the Contractor are: (a) Clearing, grubbing, burning or other disposal. (b) Stripping, excavation, and embankment. (c) Drainage and ditching. (d) Aggregate production, handling and placing. (e) Cement, lime or other stabilization. (f) Concrete and bituminous materials handling, production, and paving. (g) Seeding, fertilizing, mulching and use of herbicides or insecticides. (h) Contractor's own housekeeping items; haul roads; sanitary facilities; water supply; equipment fueling, servicing and cleaning; job clean up and disposal. When the Contractor submits his tentative progress schedule in accordance with PROSECUTION and PROGRESS, Section 80, he shall also submit for acceptance of the Engineer, his schedules for accomplishment of temporary and permanent erosion control work, as are applicable for clearing, grading, structures at watercourses, construction, and paving, and his proposed method of erosion control and methods of operations which shall be accepted by the Engineer. All bituminous and Portland cement concrete proportioning plants shall meet state requirements. The following listed stipulations shall apply to this Contract unless more restrictive ones are specified by the Plans, special provisions, laws, codes, ordinance, etc. Cost of pollution control shall be incidental to the appropriate work items unless otherwise specified. (1) Control of Water Pollution and Siltation. a. All work of water pollution and siltation control is subject to inspection by the local and/or state government enforcing agent. b. All applicable regulations of Fish and Wildlife agencies and statutes relating to the prevention and abatement of pollution shall be complied with in the performance of the Contract. C. Construction operations shall be conducted in such manner as to reduce erosion to the practicable minimum and to prevent damaging siltation of watercourses, streams, lakes or reservoirs. The surface area or erodible land, either on or off the airport site, exposed to the elements by clearing, GENERAL PROVISIONS III-42 2907 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual grubbing or grading operations, including gravel pits, waste or disposal areas and haul roads, at any one time, for this Contract, shall be subject to approval of the Engineer and the duration of such exposure prior to final trimming and finishing of the areas shall have full authority to order the suspension of grading and other operations pending adequate and proper performance of trimming, finishing and maintenance work or to restrict the area of erodible land exposed to the elements. d. Materials used for permanent erosion control measures shall meet the requirements of the applicable Specifications. Gravel or stone, consisting of durable particles of rock and containing only negligible quantities of fines, shall be used for construction pads, haul roads and temporary roads in or across streams. e. Where called for on the Plans, a stilling basin shall be constructed to prevent siltation in the stream from construction operations. f. The disturbance of lands and waters that are outside the limits of construction as staked is prohibited, except as found necessary and approved by the Engineer. g. The Contractor shall conduct his work in such manner as to prevent the entry of fuels, oils, bituminous materials, chemicals, sewage or other harmful materials into streams, rivers, lakes or reservoirs. h. Water from aggregate washing or other operations containing sediment shall be treated by filtration, by use of a settling basin or other means to reduce the sediment content to a level acceptable to the local and/or state governmental enforcing agent. i. All waterways shall be cleared as soon as practicable of false work, piling, debris or other obstructions placed during construction operations and not a part of the finished work. Care shall be taken during construction and removal of such barriers to minimize the muddying of a stream. j. The Contractor shall care for the temporary erosion and siltation control measures during the period that the temporary measures are required and for the permanent erosion control measures until the Contract has been completed and accepted. Such care shall consist of the repair of areas damaged by erosion, wind, fire or other causes. k. Permanent and temporary erosion control work that is damaged due to the Contractor's operations or where the work required is attributed to the Contractor's negligence, carelessness or failure to install permanent controls at the proper time, shall be repaired at the Contractor's expense. (2) Open Burning of Combustible Wastes. a. The Contractor shall obtain a burning permit from local authorities, where GENERAL PROVISIONS III-43 2908 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual applicable, prior to any burning. b. All burning shall conform to the conditions of the permit, except that the conditions herein shall apply if they are more restrictive. C. No tires, oils (except atomize fuels applied by approved equipment), asphalt, paint, or coated metals shall be permitted in combustible waste piles. d. Burning will not be permitted within 1,000 feet of a residential or built-up area nor within 100 feet of any standing timber or flammable growth unless otherwise specified. e. Burning shall not be permitted unless the prevailing wind is away from a nearby town or built-up area. f. Burning shall not be permitted during a local air inversion or other climatic condition as would result in a pall of smoke over a nearby town or built-up area. g. Burning shall not be permitted when the danger of brush of forest fires is made known by Federal, State, or local officials. h. The size and number of fires shall be restricted to avoid the danger or brush or forest fires. Burning shall be done under surveillance of a watchman who shall have fire-fighting equipment and tools readily available. (3) Control of Other air Pollutants. a. Minimum possible areas of open grading, borrow or aggregate excavation shall be exposed at one time, consistent with the progress of the Work. b. Grading areas shall be kept at proper moisture conditions. C. Sand or dust blows shall be temporarily mulched, with or without seeding, or otherwise controlled with stabilizing agents. d. Temporary roads, haul routes, traffic or work areas shall be stabilized with dust palliative, penetration asphalt, wood chips, or other approved measures to prevent dust pollution. e. Cements, fertilizers, chemicals, volatiles, etc., shall be stored in proper containers or with proper coverings to prevent accidental discharge into the air. f. Aggregates bins, cement bins, and dry material batch trucks shall be properly covered to prevent loss of material to the air. GENERAL PROVISIONS III-44 2909 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual g. Drilling, grinding and sand blasting apparatus shall be equipped with water, chemical, or vacuum dust controlling systems. h. Applications of chemicals and bitumens shall be held to recommended rates. I. Bituminous mixing plants shall be equipped with dust collectors as noted in the Specifications. j. Quarrying, batching, and mixing operations and the transfer of material between trucks, bins, or stockpiles shall be properly controlled to minimize dust diffusion. k. When necessary, certain operations shall be delayed until proper wind or climatic conditions exist to dissipate or inhibit potential pollutants to the satisfaction of the Engineer. 70-21 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 his/her operations, any building, part of a building, structure, or object which is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Engineer order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. 70-22 INSURANCE. The Contractor shall not commence work under this Contract until he has obtained and provided insurance of the character specified in the special provisions which will provide adequate protection to the Owner and the Contractor against all liabilities, damages and accidents, nor shall he commence work until such insurance has been approved by the Owner. Neither approval by the Owner, nor a failure to disapprove insurance furnished by a Contractor shall release the Contractor of full responsibility for liability, damages and accidents as set forth herein. The Contractor shall maintain such required insurance in force during the life of this Contract, and no modification or change in insurance coverage and provisions shall be made without thirty (30) days written advance notice to the Owner. GENERAL PROVISIONS III-45 2910 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual The Contractor shall furnish certificates of insurance to the Owner prior to commencing any operations under this Contract, which certificates shall clearly indicate that the Contractor has obtained insurance, in this type, amount and classification, in strict compliance with this subsection. 70-23 SUBMITTAL OF WAGE RATE SUMMARY. It shall be a condition of this Contract and shall be made a condition of all Sub-contract entered into pursuant to this Contract, that the Contractor and any Sub-Contractor will submit to the Owner weekly, one copy of the Summary of Wage Rates. END OF SECTION 70 GENERAL PROVISIONS III-46 2911 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION 80 PROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the owner, and shall be consummated only on the written approval of the owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. 80-02 PRE-CONSTRUCTION CONFERENCE. After the award of the Contract and prior to the issuance of the "Notice to ProceeT a conference will be held to discuss the "Notice to Proceed" date, to establish procedures for handling shop drawings and other submissions and for processing applications for payment, and to establish a working understanding between the parties as to the project. 80-03 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 80-04 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion 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 Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the owner. 80-05 LIMITATION OF OPERATIONS. The Contractor shall control his/her operations and GENERAL PROVISIONS III-47 2912 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual the operations of his/her subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport. When the work requires the Contractor to conduct his/her operations within an AIR OPERATIONS AREA of the airport, the work shall be coordinated with airport management (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AIR OPERATIONS AREA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AIR OPERATIONS AREA of the airport on an intermittent basis (intermittent opening and closing of the AIR OPERATIONS AREA), the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are provided. The following AIR OPERATIONS AREA(AOA) cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: AOA TIME PERIODS AOA CAN BE CLOSED TYPE OF COMMUNICATIONS REQUIRED WHEN WORKING IN AN AOA CONTROL AUTHORITY N/A 80-06 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. All equipment which is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet the requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. GENERAL PROVISIONS III-48 2913 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 80-07 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Engineer, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Contractor, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or GENERAL PROVISIONS III-49 2914 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-08 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: A. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his/her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base his/her weekly statement of contract time charged on the following considerations: 1 ) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the normal work force employed on such principal item. Should the normal work force be on a double-shift, 12 hours shall be used. Should the normal work force be on a triple- shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Engineer for reasons not the fault of the Contractor, shall not be charged against the contract time. 2) The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. 3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. 4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. 5) The Contractor will be allowed 1 week in which to file a written protest setting forth his/her objections to the Engineer's weekly GENERAL PROVISIONS III-50 2915 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of 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. B. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and nonwork days. All calendar days elapsing between the effective dates of the Engineer's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. C. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the Contractor finds it impossible for reasons beyond his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 80-09 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 GENERAL PROVISIONS III-51 2916 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section)the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages that will be incurred by the owner should the Contractor fail to complete the work in the time provided in his/her contract. 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 wavier on the part of the owner of any of its rights under the contract. 80-10 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his/her contract and such default will be considered as cause for the owner to terminate the contract for any of the following reasons if the Contractor: A. Fails to begin the work under the contract within the time specified in the "Notice to Proceed," or B. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or C. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or D. Discontinues the prosecution of the work, or E. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or F. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or G. Allows any final judgment to stand against him unsatisfied for a period of 10 days, or H. Makes an assignment for the benefit of creditors, or I. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the GENERAL PROVISIONS III-52 2917 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Contractor's surety as to the reasons for considering the Contractor in default and the owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the owner the amount of such excess. 80-11 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 prosecution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from 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 shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerning any just claim arising out of the work performed. END OF SECTION 80 GENERAL PROVISIONS III-53 2918 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK GENERAL PROVISIONS III-54 2919 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual S E C T I O N 9 0 MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave-outs) having an area of 9 square feet (0.8 square meter) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. The term "ton" will mean the short ton consisting of 2,000 pounds (907 kilograms) avoirdupois. All materials which are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material be paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles GENERAL PROVISIONS III-55 2920 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon (liter) or ton (kilogram). When measured by volume, such volumes will be measured at 60 F (15 C) or will be corrected to the volume at 60 F (15 C) using ASTM D 1250 for asphalts or ASTM D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton (kilogram) or hundredweight (kilogram). Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, GENERAL PROVISIONS III-56 2921 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1 percent of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50-pound (2.3 kilogram) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting-accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent. In the event inspection reveals the scales have been "underweighing" (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 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 prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. GENERAL PROVISIONS III-57 2922 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work(order nonperformance) any contract item, except major contract items, in the best interest of the owner. Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or non-perform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature of the amount of such costs. 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. A. Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. B. Comparison of Record. The Contractor and the Engineer shall compare GENERAL PROVISIONS III-58 2923 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. C. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: 1 ) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. 2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. 3) Quantities of materials, prices, and extensions. 4) Transportation of materials. 5) Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accompanied and supported by a receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. 90-06 PARTIAL PAYMENTS. Partial payments will be made at least once each month as the work progresses. Said payments will be based upon estimates prepared by the Engineer of the value of the work performed and materials complete 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 the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due the Contractor since the last estimate amounts to less than five hundred dollars. From the total of the amount determined to be payable on a partial payment, 10 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 in effect until the final payment is made except as follows: Contractor may request release of retainage on work that has been partially accepted by the Owner in accordance with Section 50-14 PARTIAL ACCEPTANCE. Contractor must provide GENERAL PROVISIONS III-59 2924 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual a certified invoice to the RPR that supports the value of retainage held by the Owner for partially accepted work. In lieu of retainage, the Contractor may exercise at its option the establishment of an escrow account per section 90-08. 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 prompt and full payment of retainage held by the prime Contractor to the subcontractor within 30 days 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. When not less than 95 percent of the work has been completed the Engineer may, at his/her discretion and with the consent of the surety, prepare an estimate from which will be retained an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other 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 Engineer at or on an approved site. GENERAL PROVISIONS III-60 2925 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual B. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. C. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. D. The Contractor has furnished the owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. E. The Contractor has furnished the owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work. It is understood and agreed that the transfer of title and the owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his/her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, he/she may request that the owner accept(in lieu of the 10 percent retainage on partial payments described in the subsection titled PARTIAL PAYMENTS of this section) the Contractor's deposits in escrow under the following conditions. A. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the owner. B. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the owner and having a value not less than the 10 percent 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. GENERAL PROVISIONS III-61 2926 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. END OF SECTION 90 GENERAL PROVISIONS III-62 2927 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual S E C T I O N 1 0 0 NUCLEAR GAUGES 100-01 TESTING. When the specifications provide for nuclear gauge acceptance testing of material for Items P-152, and P-211, the testing shall be performed in accordance with this section. At each sampling location, the field density shall be determined in accordance with ASTM D 2922 using the Direct Transmission Method. The nuclear gauge shall be calibrated in accordance with Annex Al. Calibration and operation of the gauge shall be in accordance with the requirements of the manufacturer.The operator of the nuclear gauge must show evidence of training and experience in the use of the instrument. The gauge shall be standardized daily in accordance with ASTM D 2922, paragraph 8. Use of ASTM D 2922 results in a wet unit weight, and when using this method, ASTM D 3017 shall be used to determine the moisture content of the material. The moisture gage shall be standardized daily in accordance with ASTM D 3017, paragraph 7. The material shall be accepted on a lot basis. Each Lot shall be divided into eight(8)sublots when ASTM D 2922 is used. 100-02. When PWL concepts are incorporated, compaction shall continue until a PWL of 90 percent or more is achieved using the lower specification tolerance limits (L) below. The percentage of material within specification limits (PWL) shall be determined in accordance with the procedures specified in Section 110 of the General Provisions. The lower specification tolerance limit (L) for density shall be: Specification Tolerance (L) for Density, (percent of Specification Item laboratory maximum) Number Item P-152 90.5 for cohesive material, 95.5 for non-cohesive 95.5 If the PWL is less than 90 percent, the lot shall be reworked and recompacted by the Contractor at the Contractor's expense. After reworking and recompaction, the lot shall be resampled and retested. Retest results for the lot shall be reevaluated for acceptance. This procedure shall continue until the PWL is 90 percent or greater. GENERAL PROVISIONS III-63 2928 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 100-03 VERIFICATION TESTING. (For Items P-152 only.) The Engineer will verify the maximum laboratory density of material placed in the field for each lot. A minimum of one test will be made for each lot of material at the site. The verification process will consist of; (1) compacting the material and determining the dry density and moisture-density in accordance with ASTM D 1557 for aircraft gross weights 60,000 pounds or more, and (2) comparing the result with the laboratory moisture-density curves for the material being placed. This verification process is commonly referred to as a "one-point Proctor". If the material does not conform to the existing moisture-density curves, the Engineer will establish the laboratory maximum density and optimum moisture content for the material in accordance with ASTM D 1557 for aircraft gross weights 60,000 pounds or more. Additional verification tests will be made, if necessary, to properly classify all materials placed in the lot. The percent compaction of each sampling location will be determined by dividing the field density of each sublot by the laboratory maximum density for the lot. END OF SECTION 100 GENERAL PROVISIONS III-64 2929 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION 110 SAFETY AND HEALTH REGULATIONS FOR CONSTRUCTION The Contractor shall comply with the Department of Labor Safety and Health Regulations for construction promulgated under the Occupational Safety and Health Act of 1970 (PL91-596) and under Section 107 of the Contract Work Hours and Safety Standards Act (PL91-54). The Contractor alone shall be responsible for the safety, efficiency and adequacy of his plant, appliances and methods of construction and for any damages which may result from their failure or their improper construction, maintenance or operations. The Contractor will be required to comply with the latest edition of Advisory Circular No. 150/5370-2E "Operational Safety on Airports During Construction". In addition, the Contractor will be required to comply with all Safety and Security Requirements stipulated in the Contractor's Safety and Security Requirements stated on Plans. END OF SECTION 110 GENERAL PROVISIONS III-65 2930 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK GENERAL PROVISIONS III-66 2931 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION 120 GENERAL INSURANCE REQUIREMENTS FOR CONTRACTORS AND SUBCONTRACTORS Prior to the commencement of work governed by this contract (including the pre-staging of personnel and material), the Contractor shall obtain, at his/her own expense, insurance as specified in the attached schedules, which are made part of this contract. The Contractor will also ensure that the insurance obtained will extend protection to all subcontractors engaged by the Contractor. As an alternative, the Contractor may require all subcontractors to obtain insurance consistent with the attached schedules. The Contractor will not be permitted to commence work governed by this contract (including pre-staging of personnel and material) until satisfactory evidence of the required insurance has been furnished to the County as specified below. Delays in the commencement of work resulting from the failure of the Contractor to provide satisfactory evidence of the required insurance shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work commenced on the specified date and time, except for the Contractor's failure to provide satisfactory evidence. The Contractor shall maintain the required insurance throughout the entire term of this contract and any extensions specified in any attached schedules. Failure to comply with this provision may result in the immediate suspension of all work until the required insurance has been reinstated or replaced. Delays in the completion of the work resulting from the failure of the Contractor to maintain the required insurance shall not extend deadlines specified in this contract and any penalties and failure to perform assessments shall be imposed as if the work had not been suspended, except for the Contractor's failure to maintain the required insurance. The Contractor shall provide to the County as satisfactory evidence of the required insurance either: Certificate of Insurance, or A certified copy of the actual insurance policy. The County, at its sole option, has the right to request a certified copy of any or all insurance policies required by this contract. All insurance policies must specify that they are not subject to cancellation, non- renewal, material change or reduction in coverage unless a minimum of thirty (30) days' prior notification is given to the County by the insurer. The acceptance and/or approval of the Contractor's insurance shall not be construed as relieving the Contractor from any liability or obligation assumed under this contract or imposed by Iaw.The Monroe County Board of County Commissioners, its employees and officials will be included as "Additional Insured" on all policies, except for Workers' GENERAL PROVISIONS III-67 2932 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Compensation. In addition, the County will be named as an Additional Insured and Loss Payee on all policies covering County-owned property. Any deviations from these General Insurance Requirements must be requested in writing on the County prepared form entitled "Request for Waiver of Insurance Requirements" and" approved by Monroe County's Risk Manager. To assist in the development of your proposal, the insurance coverage marked with an "X"will be required in the event an award is made to your firm. Please review this form with your insurance agent and have him sign it in the place provided. It is also required that the bidders sign the form and submit it with each proposal. WORKERS' COMPENSATION & EMPLOYER'S LIABILITY Workers' Compensation DWLRC Statutory Limits C1 —Employer's Liability ELOLW\ $100,000/$500,000/$100,000 C2 Employer's Liability ELOLW\ $500,000/$500,000/$500,000 C3 X Employer's Liability ELOLW\ $1,000,000/$1,000,000/$1,000,000 CUSLH U.S. Longshoremen & Harbor Workers Act Same as Employer's Liability CJA Federal Jones Act Same as Employer's Liability GENERAL LIABILITY As a minimum, the required general liability coverage will include: - Premises Operations - Products and Completed Operations - Blanket Contractual - Personal injury GENERAL PROVISIONS III-68 2933 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Required Limits: GLI $300,000 Combined Single Limit GL2 $500,000 Combined Single Limit GL3 $1,000,000 Combined Single Limit GL4 $2,000,000 Combined Single Limit GL5 X $3,000,000 Combined Single Limit GL6 $4,000,000 Combined Single Limit GL7 $5,000,000 Combined Single Limit Required Endorsement: GLXCU Underground, Explosion & Collapse (XCU) GLLIQ Liquor Liability All endorsements are required to have the same limits as the basic policy. VEHICLE LIABILITY As a minimum, coverage should extend to liability for: - Owned, Non-owned and hired vehicles Required Limits: VLI $ 50,000/person; $100,000/occurrence $ 25,000 property damage or $100,000 combined single limit VL2 $100,000/person; $300,000/occurrence $ 50,000 property damage or $300,000 combined single limit VL3 X $ 500,000/person; $1,000,000/occurrence $ 100,000 property damage or $1,000,000 combined single limit VL4 $5,000,000 combined single limit GENERAL PROVISIONS III-69 2934 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual MISCELLANEOUS COVERAGES BR1 Builders' Risk Limits Equal to the risk completed project Equal to the max. value of any one MVC Motor Truck Caro Limits shipment PR01 Professional Liability $250,000/occurrence PR02 $500,000/occurrence P R03 $1,000,000/occurrence POL1 Pollution Liability $500,000/occurrence P01-2 $1,000,000/occurrence P01-3 $5,000,000/occurrence ED1 Employee $10,000 ED2 Dishonesty $100,000 GK1 Garage $300,000 $25,000/vehicle GK2 Keepers $500,000 $100,000/vehicle GK3 $1,000,000 $250,000/vehicle MED1 Medical $500,000/$1,000,000 Agg. MED2 Professional $1,000,000/$3,000,000 Agg. MED3 $5,000,000510,000,000 Agg. IF Installation Floater Max. Value of Equip. Installed VLP1 Hazardous $300,000 (Requires MCS-90 VLP2 Caro $500,000 (Requires MCS-90 VLP3 Transporter $1,000,000 (Requires MCS-90 BLL I Bailee Liability Max. value of property HKL1 Han ar keepers' Liability $300,000 HKL2 $500,000 H KL3 $1,000,000 AIR1 I Aircraft Liability $25,000,000 Al R2 $1,000,000 Al R3 $1,000,000 AE01 Architect's Errors & Omissions $250,000/occurrence/$500,000 Agg. AE02 $500,000/occurrence/$1,000,000 Agg. AE03 $1,000,000/occurrence/$3,000,000 Agg. GENERAL PROVISIONS III-70 2935 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INSURANCE AGENT'S STATEMENT I have reviewed the above requirements with the bidder named below. The following deductibles apply to the corresponding policy: POLICY DEDUCTIBLES Liabilitv Policies are: F-1 occurrence F-1 Claims Made Insurance Agency Signature BIDDER'S STATEMENT I understand the insurance that will be mandatory if awarded the contract and will comply in full with all the requirements. Bidder Signature GENERAL PROVISIONS 111-71 2936 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual WORKERS ' COMPENSATION INSURANCE REQUIREMENTS FOR CONTRACT B E T W E E N MONROE COUNTY, FLORIDA AND Prior to the commencement of work governed by this contract, the Contractor shall obtain Workers' Compensation Insurance, with limits sufficient to respond to the applicable state's statutes. In addition,the Contractor shall obtain Employers' Liability Insurance with limits of not less than: $1,000,000 Bodily Injury by Accident $1,000,000 Bodily Injury by Disease, policy limits $1,000,000 Bodily Injury by Disease, each employee Coverage shall be maintained throughout the entire term of the contract. Coverage shall be provided by a company or companies authorized to transact business in the state of Florida and the company or companies must maintain a minimum rating of A-VI as assigned by the A.M. Best Company. If the Contractor has been approved by the Florida Department of Labor as an authorized self- insurer, the County shall recognize and honor the Contractor's status. The Contractor may be; required to submit a Letter of Authorization issued by the Department of Labor and a Certificate of Insurance providing details on the Contractor's Excess Insurance Program. If the Contractor participates in a self-insurance fund, a Certificate of Insurance will be required. In addition,the Contractor may be required to submit updated financial statements from the fund upon request from the County. GENERAL PROVISIONS III-72 2937 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual G E N E RA L LIA B I LIT Y INSURANCE REQUIREMENTS FOR CONTRACT B E T W E E N MONROE COUNTY, FLORIDA AND Prior to the commencement of work governed by this contract, the Contractor will obtain Commercial General Liability Insurance. Coverage will be maintained throughout the life of the contract and include, as a minimum: • Premises Operations • Products and Completed Operations • Blanket Contractual Liability • Personal Injury Liability The minimum limits acceptable is: $3,000,000 Combined Single Limit (CSL) An Occurrence Form policy is preferred. If coverage is provided on a Claims Made policy, its provisions should include coverage for claims filed on or after the effective date of this contract. In addition,the period for which claims may be reported should extend for a minimum of twelve months following the acceptance of work by the County. The Monroe County Board of County Commissioners will be named as Additional Insured on all policies issued to satisfy the above requirements. GENERAL PROVISIONS III-73 2938 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual V E H I C L E LIABI LIT Y INSURANCE REQUIREMENTS FOR CONTRACT B E T W E E N MONROE COUNTY, FLORIDA AND Recognizing that the work governed by this contract requires the use of vehicles, the Contractor, prior to the commencement of work shall obtain Vehicle Liability Insurance. Coverage shall be maintained throughout the life of the contract and include, as a minimum, liability coverage for: • Owned, Non-Owned and Hired Vehicles The minimum limits acceptable shall be: $1,000,000 Combined Single Limit (CSL) If split limits are provided, the minimum limits acceptable shall be: $ 500,000 per person $1,000,000 per occurrence $ 100,000 property damage The Monroe County Board of County Commissioners shall be named as Additional Insured on all policies issued to satisfy the above requirements. GENERAL PROVISIONS III-74 2939 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK GENERAL PROVISIONS III-75 2940 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK GENERAL PROVISIONS III-76 2941 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION 130 DISADVANTAGED BUSINESS ENTERPRISE PROGRAM 130.01 DEFINITIONS OF TERMS The terms used in this program have the meaning defined in 49 CFR Section 26.5. 130.02 OBJECTIVES/POLICY STATEMENT The Florida Keys Marathon International Airport (herein called Sponsor) has established a Disadvantaged Business Enterprise (DBE) program in accordance with regulations of the U.S. Department of Transportation (USDOT), 49 CFR Part 26. The Sponsor has received Federal financial assistance in excess of $250,000 from the Federal Aviation Administration, and as a condition of receiving this assistance, the Sponsor has signed an assurance that it will comply with 49 CFR Part 26. It is the policy of the Sponsor to ensure that DBEs, as defined in 49 CFR Part 26, have an equal opportunity to receive and participate in FAA-assisted contracts. It is also their policy: A. To ensure nondiscrimination in the award and administration of FAA-assisted contracts; B. To create a level playing field on which DBEs can compete fairly for FAA-assisted contracts; C. To ensure that the DBE Program is narrowly tailored in accordance with applicable law; D. To ensure that only firms that fully meet 49 CFR Part 26 eligibility standards are permitted to participate as DBEs; E. To help remove barriers to the participation of DBEs in FAA-assisted contracts; F. To promote the use of DBEs in all types of federally-assisted contracts and procurement activities conducted by recipients; G. To assist the development of firms that can compete successfully in the market place outside the DBE Program; and H. To provide appropriate flexibility to recipients of Federal financial assistance in establishing and providing opportunities for DBEs. The Sponsor's Senior Business Manager has been designated as the DBE Liaison Officer. In that capacity, the Sponsor's Senior Business Manager is responsible for implementing all aspects of the DBE program. Implementation of the DBE program is accorded the same priority as compliance with all other legal obligations incurred by the Sponsor in its financial assistance agreements with the Federal Aviation Administration. 130.03 NON-DISCRIMINATION The Sponsor will never exclude any person from participation in, deny any person the benefits of, or otherwise discriminate against anyone in connection with the award and performance of any contract covered by 49 CFR Part 26 on the basis of race, color, sex, or national origin. GENERAL PROVISIONS III-77 2942 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual In administering its DBE program, the Sponsor will not, directly or through contractual or other arrangements, use criteria or methods of administration that have the effect of defeating or substantially impairing accomplishment of the objectives of the DBE program with respect to individuals of a particular race, color, sex, or national origin. 130.04 DBE PROGRAM UPDATES The Sponsor will continue to carry out this program until all funds from FAA financial assistance have been expended. The Sponsor does not have to submit regular updates to the DBE Program document, as long as it remains in compliance. Updates will be provided to FAA if there are significant changes in the Program. 130.05 FEDERAL FINANCIAL ASSISTANCE AGREEMENT ASSURANCE The Sponsor has signed the following assurance, applicable to all FAA-assisted contracts and their administration: The Sponsor shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any FAA-assisted contract or in the administration of its DBE Program or the requirements of 49 CFR Part 26. The recipient shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure nondiscrimination in the award and administration of FAA-assisted contracts. The recipient's DBE Program, as required by 49 CFR Part 26 and as approved by FAA, is incorporated by reference in this agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this agreement. Upon notification to the Sponsor of its failure to carry out its approved program, the FAA may impose sanctions as provided for under 49 CFR Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program Fraud Civil Remedies Act of 1986 (31 US.C. 3801 et seq.) 130.06 REQUIRED CONTRACT CLAUSES The Sponsor will ensure that the following clauses are placed in every FAA-assisted contract and subcontract: A. Nondiscrimination - The contractor, sub-recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of FAA assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: 1. Withholding monthly progress payments, 2. Assessing Sanctions 3. Liquidated Damages, and/or, 4. Disqualifying the Contractor from future bidding as non-responsible. GENERAL PROVISIONS III-78 2943 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual B. Equal Opportunity — DBE Obligation — The recipient or its contractors agrees to ensure that disadvantaged business enterprises as defined in 49 CFR Part 26 have equal opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with Federal funds provided under this agreement. In this regard, contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to ensure that disadvantaged business enterprises have an equal opportunity to compete for and perform contracts. Recipients and their contractors shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of FAA-assisted contracts. C. Failure to Carry Out DBE Obligations — All bidders, potential contractors, or subcontractors for this FAA-assisted contract are hereby notified that failure to carry out the FAA policy and the DBE obligation, as set forth above, shall constitute a breach of contract which may result in termination of the contract or such other remedy as deemed appropriate by the recipient and the FAA. D. Prompt Payment-The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 working days from the receipt of each payment the prime contractor receives from the Monroe County BOCC. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Florida Keys Marathon International Airport. This clause applies to both DBE and non-DBE subcontractors. E. Retainage - From the total of the amount determined to be payable on a partial payment, 10% percent of such total amount will be deducted and retained by the Sponsor for protection of the Sponsor's interests. Release and payment of the retained amount shall be in accordance with Section 90-06. In lieu of retainage, the Contractor may exercise at its option the establishment of an escrow account in accordance with Section 90-08. 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 Sponsor evidence of prompt and full payment of retainage held by the prime Contractor to the subcontractor within 30 days 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 Sponsor. When the Sponsor 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. F. Prompt Payment Monitoring - In order to ensure subcontractors have been promptly paid by the prime contractor within 30 days of receipt of payment from Monroe County, the prime contractor must submit documentation of prior subcontractor payments and dates with their pay requests. The Sponsor retains the right to audit a contractor's books and records to determine the accuracy of the information reported.The awarded prime contractor may use the 30-Day Subcontractor Prompt Payment Form for GENERAL PROVISIONS III-79 2944 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual monitoring. 130.07 OTHER CONTRACT PROVISIONS A. Bidders List. If the recipient's DBE program provides for collecting information for a bidders list by using a contract clause, the recipient should devise an appropriate clause and include it in each FAA-assisted contract. FAA's "Sample DBE Program" interpreting 49 CFR Section 26.11 lists various methods by which a recipient can collect information for a bidders list. Use of a contract clause is one such method. B. Good Faith Efforts. In accordance with 49 CFR Section 26.51, the recipient must meet the maximum feasible portion of their overall goal through race-neutral means of facilitating DBE participation. The recipient is not required to set a contract goal on every FAA-assisted contract but must set contract goals that will cumulatively result in meeting any portion of the overall goal the recipient does not project meeting through the use of race-neutral means. Contract goals may be established only on those FAA- assisted contracts having sub-contracting possibilities. When a contract goal is established pursuant to the recipient's program, the sample bid specification set forth below can be used to notify bidders/offerors of the requirements to make good faith efforts. The forms that follow the specification can be used to collect information necessary to determine whether the bidder/offeror has satisfied these requirements. The sample specification is intended for use in both non- construction and construction contracts for which a contract goal has been established. Thus, it can be included in invitations for bid for construction, in requests for architectural/engineering and other professional services, and in other covered solicitation documents. The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the Sponsor to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to all bidders/offerors, including those who qualify as a DBE. DBE participation in this contract may be in the form of a prime contract, subcontract, joint venture, or another arrangement that qualifies under 49 CFR Section 26. The bidder/ offeror shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26 (Attachment 1), to meet the goal for DBE participation in the performance of this contract. C. DBE-related Forms to Submit with Bid. In addition to the Section J Form, the Bidder/Offeror shall submit Attachment 1 — DBE Utilization Form at time of Bid and if DBE goal is not met shall submit at the time of bid the Good Faith Effort documentation. The Bidder/Offer shall also submit Attachment 2 — Letter of Commitment Form for all DBE firms proposed by the Bidder/Offeror. Attachment 2 shall be completed by the Bidder/Offeror for each DBE firm and the DBE firm must affirm by signature in Attachment 2. D. DBE Compliance - The Contractor will be required to submit the following forms as part of their DBE contract compliance during the execution of the project: GENERAL PROVISIONS III-80 2945 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 1) Attachment 1 — Disadvantage Business Enterprise (DBE) Utilization Form — due with bid. 2) Attachment 2 — Letter of Intent Form — due with bid. A separate form should be completed for each DBE firm. 3) Attachment 3 — Form A - Proposed DBE Utilization Form - due within seven days of the preconstruction conference to Engineer/Architect/RPR. A separate form should be completed for each DBE firm. 4) Attachment 4 — Form B — Proposed DBE Identification Form - due within seven days of the preconstruction conference to Engineer/Architect/RPR. A separate form should be completed for each DBE firm. 5) Attachment 5— Form C - DBE Payment Certification Form for each DBE firm that is working as a subcontractor should be submitted with each pay request. Page 1 is due by the 10th of each month and must be signed and notarized both by the contractor and the DBE firm. Page 2 is due when final payment has been made to the DBE firm. 6) Attachment 6 — Form D - Documentation of 30-Day Subcontractor Prompt Payment Form for each pay request from a subcontractor(DBE or non-DBE), shall be submitted with each pay request and maintained throughout the duration of work. 7) Attachment 7— Form E - DBE Expenditure Report Form for each DBE firm that is working as a subcontractor should be submitted with each pay request. 8) Attachment 8 — Form F - Final Report Utilization of Disadvantaged Business Enterprises (DBEs) Form with the final pay request. Copies of these forms follow. GENERAL PROVISIONS III-81 2946 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual ATTACHMENT 1 DISADVANTAGED BUSINESS ENTERPRISE (DBE) UTILIZATION FORM (This Form due with Bid) The Sponsor has established a race neutral DBE goal of 18.19% for this project. The undersigned bidder/ offeror has satisfied the requirements of the bid specification in the following manner (please check the appropriate space): The Bidder/Offeror is committed to a minimum of 18.19% DBE utilization on this Contract. The Bidder/Offeror (if unable to meet the DBE goal of 18.19% is committed to a minimum of % DBE utilization on this Contract and submits documentation attached hereto demonstrating the Bidder/Offeror's Good Faith Efforts. Please refer to 49 CFR Appendix A to 49 CFR Part 26 — Guidance Concerning Good Faith Efforts. Name of Bidder/Offeror's firm: State Registration No.: By: Signature of Bidder/Offeror Name /Title GENERAL PROVISIONS III-82 2947 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual ATTACHMENT 2 LETTER OF INTENT FORM (Submit this form for each DBE Firm and attach a copy of their FLUCP DBE Certification or firm print-out from the FDOT DBE Directory. Forms are due with Bid. DBE Firms must be certified by the FLUCP and listed in the FDOT DBE Directory at time of bid.) Name of Bidder/Offeror's firm: Address: City: State: Zip: Name of DBE firm: Address: City: State: Zip: Telephone / Email: Description of work to be performed by DBE firm: The Bidder/Offeror is committed to utilizing the above-named DBE firm for the work described above. The estimated dollar value of this work is $ By: Signature of Bidder/Offeror Name /Title Affirmation The above-named DBE firm affirms that it will perform the portion of the Contract for the estimated dollar values as stated above. By (Signature of DBE Firm) (Title) If 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. GENERAL PROVISIONS III-83 2948 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual ATTACHMENT 3 FORM A PROPOSED DBE UTILIZATION FORM DISADVANTAGED BUSINESS ENTERPRISE(DBE) PARTICIPATION THIS FORM MUST BE FULLY COMPLETED FOR EACH PROPOSED DBE CONTRACTOR/SUBCONTRACTOR AND SUBMITTED NO LATER THAN 7 DAYS FROM THE PRE-CONSTRUCTION CONFERENCE TO THE ENGINEER/ARCHITECT/RPR PROJECT NAME: AIRPORT NAME: AIP PROJECT NUMBER: PRIME CONTRACTOR: ADDRESS: CONTACT NAME: TEL/FAX/EMAIL: DBE GOAL FOR PROJECT: IDENTIFICATION OF DBE FIRMS TO PARTICIPATE IN CONTRACT (PROVIDE FOR EACH DBE FIRM INTENDED TO PERFORM IN CONTRACT): 1. NAME OF DBE FIRM: ESTIMATED PARTICIPATION:$ ESTIMATED PERCENTAGE OF TOTAL PROJECT: % OVERVIEW OF WORK TO BE PERFORMED: 2. NAME OF DBE FIRM: ESTIMATED PARTICIPATION:$ ESTIMATED PERCENTAGE OF TOTAL PROJECT: % OVERVIEW OF WORK TO BE PERFORMED: GENERAL PROVISIONS III-84 2949 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual FORM A(CONTINUED) PROPOSED DBE UTILIZATION FORM DISADVANTAGED BUSINESS ENTERPRISE(DBE) PARTICIPATION 3. NAME OF DBE FIRM: ESTIMATED PARTICIPATION:$ ESTIMATED PERCENTAGE OF TOTAL PROJECT: % OVERVIEW OF WORK TO BE PERFORMED: 4. NAME OF DBE FIRM: ESTIMATED PARTICIPATION:$ ESTIMATED PERCENTAGE OF TOTAL PROJECT: % OVERVIEW OF WORK TO BE PERFORMED: The undersigned certifies the intent of the Prime Contractor to enter into a contract with the DBE Contractor/Subcontractor to provide the above-referenced work associated with this project. Name of Prime Contractor Signature Date Print Name and Title NOTES: 1. THIS FORM IS DUE NO LATER THAN 7 DAYS FROM THE PRECONSTRUCTION CONFERENCE 2. DISTRIBUTION:ORIGINAL AND ONE COPY TO ENGINEER/ARCHITECT 3. A DBE IDENTIFICATION FORM MUST BE SUBMITTED FOR ALL PROPOSED DBEs GENERAL PROVISIONS III-85 2950 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual ATTACHMENT 4 FORM B PROPOSED DBE IDENTIFICATION FORM DISADVANTAGED BUSINESS ENTERPRISE(DBE) PARTICIPATION THIS FORM MUST BE FULLY COMPLETED FOR EACH PROPOSED DBE CONTRACTOR/SUBCONTRACTOR AND SUBMITTED NO LATER THAN 7 DAYS FROM THE PRE-CONSTRUCTION CONFERENCE TO THE ENGINEER/ARCHITECT/RPR PROJECT NAME: AIRPORT NAME: AIP PROJECT NUMBER: PRIME CONTRACTOR: ADDRESS: CONTACT NAME: TEL/FAX/EMAIL: DBE GOAL FOR PROJECT: % (FROM BID DOCUMENTS) IDENTIFICATION OF DBE FIRMS TO PARTICIPATE IN CONTRACT (PROVIDE THIS FORM FOR EACH DBE FIRM INTENDED TO PERFORM IN THE CONTRACT): NAME OF DBE FIRM: ADDRESS: CONTACT NAME: TEL/FAX/EMAIL: NAME OF FLORIDA UCP AGENCY WHERE CERTIFIED: VERIFIED DBE ON FDOT DBE DIRECTORY? ESTIMATED PARTICIPATION BY THIS DBE CONTRACTOR AT INITIAL/ORIGINAL BID: 1. WAS THIS DBE CONTRACTOR INCLUDED IN INITIAL BID OF PRIME CONTRACTOR? IF ANSWER IS NO,PRIME CONTRACTOR MUST PROVIDE SUBSTITUTION LETTER TO EXPLAIN REASONS FOR REMOVAL OF OTHER DBE CONTRACTOR AND/OR ADDITION OF THE DBE CONTRACTOR. 2. ESTIMATED PARTICIPATION AT INITIAL BID:$ 3. ESTIMATED PERCENTAGE OF TOTAL PROJECT FOR THIS DBE CONTRACTOR: % 4. DETAIL SPECIFIC WORK TO BE PERFORMED: GENERAL PROVISIONS III-86 2951 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual FORM B (CONTINUED) PROPOSED DBE IDENTIFICATION FORM DISADVANTAGED BUSINESS ENTERPRISE(DBE) PARTICIPATION ESTIMATED PARTICIPATION BY THIS DBE CONTRACTOR AT PRE-CONSTRUCTION CONFERENCE: 1. ESTIMATED PARTICIPATION AT PRECONSTRUCTION CONFERENCE:$ 2. ESTIMATED PERCENTAGE OF TOTAL PROJECT FOR THIS DBE CONTRACTOR: 3. DETAIL SPECIFIC WORK TO BE PERFORMED: Name of DBE Contractor/Subcontractor Signature of DBE Contractor/Subcontractor Date Print Name and Title The undersigned certifies the intent of the Prime Contractor to enter into a contract with the DBE Contractor/Subcontractor to provide the above-referenced work associated with this project. Name of Prime Contractor Signature of Prime Contractor Date Print Name and Title NOTES: 1. THIS FORM IS DUE NO LATER THAN 7 DAYS FROM THE PRECONSTRUCTION CONFERENCE 2. DISTRIBUTION:ORIGINAL AND ONE COPY TO ENGINEER/ARCHITECT/RPR 3. A DBE IDENTIFICATION FORM MUST BE SUBMITTED FOR ALL PROPOSED DBEs GENERAL PROVISIONS III-87 2952 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual ATTACHMENT 5 FORM C DBE PAYMENT CERTIFICATION FORM DISADVANTAGED BUSINESS ENTERPRISE(DBE) PARTICIPATION Payment Certification Form for each DBE firm that is working as a subcontractor should be submitted with each pay request. Page 1 is due by the 10th of each month and must be signed and notarized both by the contractor and the DBE firm. Page 2 is due when final payment has been made to the DBE firm. THIS IS TO CERTIFY THAT (DBE CONTRACTOR) RECEIVED(MONTHLY)OR(FINAL)PROGRESS PAYMENT OF:$ (CIRCLE ONE) ON: FROM: (DATE) (PRIME CONTRACTOR) FOR LABOR AND MATERIALS USED ON: PROJECT NAME: AIRPORT: AIRPORT PROJECT NUMBER: SIGNED BY OFFICIAL OF PRIME CONTRACTOR: PRIME CONTRACTOR SIGNATURE: TITLE: NOTARIZED: PERSONALLY KNOWN TO ME: DRIVER'S LICENSE NUMBER: OTHER IDENTIFICATION: SWORN AND SUBSCRIBED BEFORE ME THIS: DAY OF 20 NOTARY PUBLIC SIGNATURE COMMISSION EXPIRES TOTAL PAID TO THIS DBE THIS MONTH: $ TOTAL PREVIOUSLY PAID TO THIS DBE: $ TOTAL PAID TO THIS DBE TO DATE: $ SIGNED BY OFFICIAL OF DBE CONTRACTOR: DBE CONTRACTOR SIGNATURE: TITLE: NOTARIZED: PERSONALLY KNOWN TO ME: DRIVER'S LICENSE NUMBER: OTHER IDENTIFICATION: SWORN AND SUBSCRIBED BEFORE ME THIS: DAY OF 20 NOTARY PUBLIC SIGNATURE COMMISSION EXPIRES GENERAL PROVISIONS III-88 2953 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual FORM C (CONTINUED) DBE PAYMENT CERTIFICATION FORM DISADVANTAGED BUSINESS ENTERPRISE(DBE) PARTICIPATION TOTAL OF ALL PROGRESS PAYMENTS: $ RETAINAGE WITH-HELD: $ BOND WITH-HELD: $ PROJECT SUMMARY FOR: (DBE CONTRACTOR) ESTIMATED PARTICIPATION BY THIS DBE CONTRACTOR AT INITIAL BID: 1. ESTIMATED PARTICIPATION BY THIS DBE CONTRACTOR AT INITIAL BID: $ 2. ESTIMATED PERCENTAGE OF TOTAL PROJECT FOR THIS DBE CONTRACTOR: ACTUAL PARTICIPATION BY THIS DBE CONTRACTOR AT FINAL CONTRACT CLOSEOUT: 1. ACTUAL PARTICIPATION BY THIS DBE CONTRACTOR: $ 2. ACTUAL PERCENTAGE OF FINAL CONTRACT AMOUNT FOR THIS DBE CONTRACTOR: EXPLAIN ANY DIFFERENCES BETWEEN ITEMS 1&3(OVERRUNS OR UNDERRUNS BY THIS DBE CONTRACTOR ON THIS PROJECT): EXPLAIN ANY DIFFERENCES BETWEEN ITEMS 2&4(ESTIMATED/INITIAL BID PARTICIPATION PERCENTAGE BY THIS DBE CONTRACTOR VERSUS ACTUAL PARTICIPATION PERCENTAGE BY THIS DBE CONTRACTOR): NOTES: 1. PAGE 1 OF THIS FORM IS DUE BY THE 10th OF EACH MONTH AFTER DBE STARTS WORK WHETHER PAYMENT IS MADE BY PRIME CONTRACTOR TO DBE OR NOT. 2. DISTRIBUTION:ORIGINAL AND ONE COPY TO ENGINEER/ARCHITECT/RPR. 3. PAGE 1 OF THIS FORM IS TO BE PROVIDED UNTIL FINAL PAYMENT HAS BEEN MADE TO THIS DBE CONTRACTOR, INCLUDING ALL RETAINAGE PAYMENTS. 4. INCLUDE PAGE 2 OF THIS FORM ONLY UPON FINAL PROGRESS PAYMENT TO THIS DBE CONTRACTOR. GENERAL PROVISIONS III-89 2954 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual ATTACHMENT 6 FORM D DOCUMENTATION OF 30-DAY SUBCONTRACTOR PROMPT PAYMENT FORM DISADVANTAGED BUSINESS ENTERPRISE(DBE) PARTICIPATION THIS FORM DUE WITH EACH PAY REQUEST AND MAINTAINED THROUGHOUT THE DURATION OF WORK. PRIME CONTRACTOR: DATE REQUESTED: (M M/DD/YYYY) PROJECT#: PR AMOUNT($): (INCLUDING RETAINAGE) PROJECT DESCRIPTION: RETAINAGE($): (RETAINAGE) PAY REQUEST(PR)#: PR SUBTOTAL($): (AMOUNT LESS RETAINAGE) DATE APPROVED(BY ENGINEER): (MM/DD/YYYY) SUBCONTRACTOR PAYMENT REQUEST(SUB PR)TRACKING SUBCONTRACTOR PRIME PR#: PRIME PR#: PRIME PR#: NAME(DBE&NON- DBE) SUB PR# SUB PR# SUB PR# SUB PR DATE SUB PR DATE SUB PR DATE SUB PR SUB PR SUB PR AMOUNT($) AMOUNT($) AMOUNT($) RETAINAGE($) RETAINAGE($) RETAINAGE($) SUB PR# SUB PR# SUB PR# SUB PR DATE SUB PR DATE SUB PR DATE SUB PR SUB PR SUB PR AMOUNT($) AMOUNT($) AMOUNT($) RETAINAGE($) RETAINAGE($) RETAINAGE($) SUB PR# SUB PR# SUB PR# SUB PR DATE SUB PR DATE SUB PR DATE SUB PR SUB PR SUB PR AMOUNT($) AMOUNT($) AMOUNT($) RETAINAGE($) RETAINAGE($) RETAINAGE($) PRIME PAYMENTS RECEIVED BY COUNTY(COUNTY PAY) PRIME PAY REQUEST(PR)# COUNTY PAY# DATE RECEIVED AMOUNT($) 30-DAY PAY DATE GENERAL PROVISIONS III-90 2955 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual FORM D (CONTINUED) DOCUMENTATION OF 30-DAY SUBCONTRACTOR PROMPT PAYMENT FORM DISADVANTAGED BUSINESS ENTERPRISE(DBE) PARTICIPATION SUBCONTRACTOR 30-DAY PROMPT PAYMENT-PAID BY PRIME(PBP)TRACKING COUNTY PAY#: COUNTY PAY#: COUNTY PAY#: SUBCONTRACTOR PRIME PR#: PRIME PR#: PRIME PR#: NAME(DBE& NON-DBE) SUB PR# SUB PR# SUB PR# PBP DATE PBP DATE PBP DATE PBP AMOUNT($) PBP AMOUNT($) PBP AMOUNT($) PBP RETAINAGE($) PBP RETAINAGE($) PBP RETAINAGE($) SUB PR# SUB PR# SUB PR# PBP DATE PBP DATE PBP DATE PBP AMOUNT($) PBP AMOUNT($) PBP AMOUNT($) PBP RETAINAGE($) PBP RETAINAGE($) PBP RETAINAGE($) SUB PR# SUB PR# SUB PR# PBP DATE PBP DATE PBP DATE PBP AMOUNT($) PBP AMOUNT($) PBP AMOUNT($) PBP RETAINAGE($) PBP RETAINAGE($) PBP RETAINAGE($) GENERAL PROVISIONS 111-91 2956 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual ATTACHMENT 7 FORM E DBE EXPENDITURE REPORT FORM DISADVANTAGED BUSINESS ENTERPRISE(DBE) PARTICIPATION THIS FORM MUST BE COMPLETED IN FULL AND SUBMITTED BY THE PRIME CONTRACTOR FOR EACH DBE FIRM USED, WITH EACH PAY REQUEST MADE BY THE PRIME CONTRACTOR PROJECT NAME: AIRPORT NAME: AIP PROJECT NUMBER: PRIME CONTRACTOR: ADDRESS: DBE CONTRACTOR: ADDRESS: PRIME CONTRACTOR PAY REQUEST NUMBER: TOTAL ESTIMATED DBE CONTRACT PARTICIPATION FOR THIS DBE CONTRACTOR:$ PERCENTAGE OF TOTAL CONTRACT: CONTRACT ITEM UNIT ITEM DESCRIPTION OF WORK PERFORMED BY DBE CONTRACTOR ITEM NO. QUANTITY PRICE AMOUNT (Attach pages as needed to detail work performed) TOTAL AMOUNT REQUESTED BY DBE THIS INVOICE(ADD ITEM AMOUNTS): $ TOTAL AMOUNT PREVIOUSLY REQUESTED BY DBE(FROM PRIOR PAY REQUEST): $ TOTAL AMOUNT REQUESTED BY DBE TO DATE: $ GENERAL PROVISIONS III-92 2957 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual FORM E (CONTINUED) DBE EXPENDITURE REPORT FORM DISADVANTAGED BUSINESS ENTERPRISE(DBE) PARTICIPATION The undersigned certifies that the DBE Contractor has successfully completed the above-referenced work associated with this project and further assures that said DBE Contractor will be paid in full for the amount indicated above for said services. Name of Prime Contractor Signature of Prime Contractor Date Print Name and Title DBE Contractor's Certification Information: Name of Florida UCP Agency where DBE Contractor Certified: Name of DBE Contractor Signature of DBE Contractor Date Print Name and Title NOTES: 1. THIS FORM IS DUE WITH EACH PAY REQUEST 2. DISTRIBUTION:ORIGINAL AND ONE COPY TO ENGINEER/ARCHITECT/RPR GENERAL PROVISIONS III-93 2958 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual ATTACHMENT 8 FORM F FINAL REPORT—UTILIZATION OF DBEs DISADVANTAGED BUSINESS ENTERPRISE(DBE) PARTICIPATION THIS FORM MUST BE FULLY COMPLETED FOR EACH DBE CONTRACTOR/SUBCONTRACTOR THAT PARTICIPATED IN THE CONTRACT AND SUBMITTED WITH FINAL PAY REQUEST FOR THE PRIME CONTRACTOR PROJECT NAME: AIRPORT NAME: AIP PROJECT NUMBER: PRIME CONTRACTOR: ADDRESS: CONTACT NAME: TEL/FAX/EMAIL: DBE GOAL FOR PROJECT: % (FROM BID DOCUMENTS) IDENTIFICATION OF ACTUAL DBE PERFORMANCE (PROVIDE FOR EACH DBE FIRM THAT PARTICIPATED IN CONTRACT): 1. NAME OF DBE FIRM: ACTUAL PARTICIPATION:$ ACTUAL PERCENTAGE OF TOTAL PROJECT: % OVERVIEW OF WORK PERFORMED: 2. NAME OF DBE FIRM: ACTUAL PARTICIPATION:$ ACTUAL PERCENTAGE OF TOTAL PROJECT: % OVERVIEW OF WORK PERFORMED: 3. NAME OF DBE FIRM: ACTUAL PARTICIPATION:$ ACTUAL PERCENTAGE OF TOTAL PROJECT: % OVERVIEW OF WORK PERFORMED: GENERAL PROVISIONS III-94 2959 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual FORM F (CONTINUED) FINAL REPORT—UTILIZATION OF DBEs DISADVANTAGED BUSINESS ENTERPRISE(DBE) PARTICIPATION 4. NAME OF DBE FIRM: ACTUAL PARTICIPATION:$ ACTUAL PERCENTAGE OF TOTAL PROJECT: % OVERVIEW OF WORK PERFORMED: SUMMARY OF ACTUAL DBE UTILIZATION FOR PROJECT: ACTUAL PARTICIPATION:$ ACTUAL PERCENTAGE OF TOTAL PROJECT: % PROVIDE EXPLANATION OF ANY DIFFERENCES FROM BID/PROPOSED DBE UTILIZATION: (ATTACH ADDITIONAL SHEETS AS NEEDED) The undersigned certifies this Final Report on the Utilization of Disadvantaged Business Enterprises for this project. Name of Prime Contractor Signature of Prime Contractor Date Print Name and Title NOTES: 1. THIS FORM IS DUE WITH FINAL PAY REQUEST FOR PRIME CONTRACTOR 2. DISTRIBUTION:ORIGINAL AND ONE COPY TO ENGINEER/ARCHITECT 3. THE DBEs SHOWN ON THIS FORM SHOULD BE THE SAME AS THOSE ORIGINALLY LISTED UNLESS AN AUTHORIZED SUBSTITUTION WAS ALLOWED OR THE CONTRACTOR USED MORE DBEs AND ADDITIONAL DBEs WERE ADDED. 4. THE ACTUAL DOLLAR AMOUNT SHOULD REFLECT ANY CHANGES MADE(ADDED OR REDUCED)IN WORK PERFORMED BY THE DBE. S. THE CONTRACTOR SHOULD EXPLAIN IN WRITING WHY THE NAMES OF THE SUBCONTRACTORS,THE WORK ITEMS OR DOLLAR FIGURES ARE DIFFERENT FROM WHAT WAS ORIGINALLY SHOWN ON THE DBE BIDDER INFORMATION SUBMITTED WITH THE PRIME CONTRACTOR'S INITIAL/ORIGINAL BID TO MONROE COUNTY AND/OR THE COMPLETED "PROPOSED DBE UTILIZATION FORM"AND"DBE IDENTIFICATION FORM." 6. ANY WRITTEN EXPLANATION SHOULD BE ATTACHED TO THIS FORM PRIOR TO SUBMITTAL. GENERAL PROVISIONS III-95 2960 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK GENERAL PROVISIONS III-96 2961 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION 140 CONSTRUCTION CONTRACT CLAUSES AIRPORT IMPROVEMENT PROGRAM 140-01 LABOR PROVISIONS 1. Each Sponsor entering into a Construction Contract over Two Thousand Dollars ($2,000.00) for an Airport Development project is required to insert in the Contract the following provisions from 29CFR 5.5. Each Contractor is to include these provisions in each Construction Subcontract. a. Minimum Wages (1) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act [29 CFR Part 3]), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to laborers or mechanics, subject to the provisions of subparagraph a.(4) below; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of Work actually performed, without regard to skill, except as provided in paragraph d. of this clause. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under a.(2) of this Section) and the Davis-Bacon poster (WH- 1321) shall be posted at all times by the Contractor and its subcontractors at the site of the Work in a prominent and accessible place where it can easily be seen by the workers. GENERAL PROVISIONS III-97 2962 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual (2) (i) The Contracting Officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the Contract shall be classified in conformance with the wage determination. The Contracting Officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (A) The Work to be performed by the classification requested is not performed by a classification in the wage determination; and (B) The classification is utilized in the area by the construction industry; and (C) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (i i) If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the Contracting Officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the Contracting Officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 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 time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140.) (iii)In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives, and the Contracting Officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the Contracting Officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within thirty (30) days of receipt and so advise or notify the Contracting Officer within the thirty (30) day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140.) (iv)The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (2)(ii) or (iii) 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. (3) 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 i n t h e wa g e determination or shall pay another bona fide fringe benefit or an GENERAL PROVISIONS III-98 2963 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual hourly cash equivalent thereof. (4) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, that the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets forthe meeting of obligations under the Plan or Program. (Approved by the Office of Management and Budget under OMB control number 1215- 0140.) b. Withholding. The Federal Aviation Administration (FAA) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the Contractor under this Contract or any other Federal Contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor the full amount of wages required by the Contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of work, all or part of the wages required by the Contract, the FAA may, after written notice to the Contractor, Sponsor, Applicant, or Owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. c. Payrolls and Basic Records. (1 ) Payrolls and Basic Records relating thereto shall be maintained by the Contractor during the course of the Work and preserved for a period of three (3) years thereafter for all laborers and mechanics working at the site of the Work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section I(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under a(4) of this clause that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the Plan or Program is financially responsible, and that the Plan or Program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. GENERAL PROVISIONS III-99 2964 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual (Approved by the Office of Management and Budget under OMB control number 1215-0140 and 1215-0017.) (2) (i) The Contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the Applicant, Sponsor, or Owner, as the case may be, for transmission to the FAA. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph c(1 ) above. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014- 1), U.S. Government Printing Office, Washington, D.C. 20402. The prime Contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB control number 1215-0149.) (ii) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the Contract and shall certify the following: (A) That the payroll for the payroll period contains the information required to be maintained under paragraph c.(1) above and that such information is correct and complete; (B) That each laborer and mechanic (including each helper, apprentice and trainee) employed on the Contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; (C) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the Contract. (iii)The weekly submission of a properly executed certification setforth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph c.(2)(b) of this section. (iv)The falsification of any of the above certifications may subject the Contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (3) The Contractor or subcontractor shall make the records required under paragraph c.(1) of this section available for inspection, copying or transcription by authorized representatives of the FAA or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the Contractor, sponsor, applicant or Owner, take such action as may be necessary to cause the suspension of GENERAL PROVISIONS 111-100 2965 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. d. Apprentices and Trainees (1) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the Work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the bureau, or if a person is employed in his or herfirst ninety (90) days of probationary employment as an apprentice in such as apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a Contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the Work performed until an acceptable program is approved. (2) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the Work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen GENERAL PROVISIONS III-101 2966 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual on the job site shall not be greater that permitted under the Plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed in the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate that is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the Work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (3) During the performance of this Agreement, the CONTRACTOR, in accordance with Equal Employment Opportunity (30 Fed. Reg. 12319, 12935, 3 C.F.R. Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, Amending Executive Order 11246 Relating to Equal Employment Opportunity, and implementing regulations at 41C.F.R. Part 60 (Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor). See 2 C.F.R. Part 200, Appendix II, C, agrees as follows: a) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, 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 by the contracting officer setting forth the provisions of this nondiscrimination clause. b) The contractor will, in all solicitations or advertisements for GENERAL PROVISIONS III-102 2967 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. c) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. d) The contractor will send to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, a notice to be provided by the agency contracting officer, advising the labor union or workers' representative of the contractor's commitments under section 202 of Executive Order 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. e) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. f) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the contracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. g) In the event of the contractor's non-compliance with the nondiscrimination clauses of this contract or with any of such rules, regulations, or orders, this contract may be canceled, terminated or suspended in whole or in part and the GENERAL PROVISIONS III-103 2968 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. Compliance with Copeland Act Requirements. The Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this Contract. e. Subcontracts. The Contractor or Subcontractor shall insert in any subcontracts the clauses contained in paragraphs a through j of this Contract and such other clauses as the FAA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the Contract clauses in 29 CFR 5.5. f. Contract Termination: Debarment. A breach of the Contract clauses in 29 CFR 5.5 may be grounds for termination of the Contract, and for the debarment as a Contractor and a subcontractor as provided in 29 CFR 5.12. g. Davis-Bacon Act, as amended (40 U.S.C. §§3141-3148). When required by Federal program legislation, which includes emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program and Transit Security Grant Program, all prime construction contracts in excess of $2,000 awarded by non- Federal entities must comply with the Davis-Bacon Act (40 U.S.C. §§3141-3144, and §§3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. If applicable, the COUNTY must place a current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The COUNTY must report all suspected or reported violations to the Federal awarding agency. When required by Federal program legislation, which includes emergency Management Preparedness Grant Program, Homeland Security Grant Program, Nonprofit Security Grant Program, Tribal Homeland Security Grant Program, Port Security Grant Program and Transit Security Grant Program (it does not apply to other FEMA grant and cooperative agreement programs, including the Public Assistance Program), the contractors must also comply with the Copeland "Anti-Kickback" Act (40 U.S.C. § 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). As required by the Act, each contractor or subrecipient is prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise GENERAL PROVISIONS 111-104 2969 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual entitled. The COUNTY must report all suspected or reported violations to the Federal awarding agency. (1) Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. (2) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. (3) Breach. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12.1. h. Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this Contract shall not be subject to the general disputes clause of this Contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees of their representatives. j. Certification of Eligibility. (1) By entering into this Contract, the Contractor certifies that neither it(nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a) (1). (2) No part of this Contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis- Bacon Act or 29 CFR 5.12(a)(1). (3) The penalty for making false statements is prescribed in Criminal Code, 18 U.S.C. 1001. 2. The following clauses in paragraphs a., b., c., d., and e. below, required by the Contract Work Hours and Safety Standards Act, will also be inserted in full in AIP Construction contracts in excess of Two Thousand Dollars ($2,000.00) in addition to the clauses required by 29 CFR 5.5 (a) or 4.6 of Part 4 of Title 29. As used in the following, the term "laborers" and "mechanics" include watchmen and guards. a. Overtime Requirements. No Contractor or subcontractor GENERAL PROVISIONS III-105 2970 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any work week in which he or she is employed on such work to work in excess of forty (40) hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half (1'/2) times the basic rate of pay for all hours worked in excess of forty (40) hours in such work week. b. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph a. above, the Contractor or any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph a. above, in the sum of ten dollars ($10.00) for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty (40) hours without payment of the overtime wages required by the clause set forth in paragraph a. above. C. Withholding for Unpaid Wages and Liquidated Damages. The FAA shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph b. above. d. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs a. through d. and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs a. through d. e. Working Conditions. No contractor or subcontractor may require any laborer and mechanic employed in the performance of any contract to work in surroundings or under working conditions that are unsanitary, hazardous or dangerous to his health or safety as GENERAL PROVISIONS III-106 2971 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual determined under Construction Safety and Health Standards (29 CFR Part 1926) issued by the Department of Labor. 3. In addition to the provisions in 1 and 2 above, for contracts in excess of $2,000, the following is to be included in all contracts for work on airport development projects involving labor: Veterans Preference. In the employment of labor (except in executive, administrative and supervisory positions), preference shall be given to veterans of the Vietnam era and disabled veterans. However, this preference shall apply only where the individuals are available and qualified to perform the Work to which the employment relates. 140-02 EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS A. Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246, as amended) 1. As used in these Specifications: a. "Covered area" means the geographical area described in the solicitation from which this Contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person of whom the Director delegates authority; C. "Employer Identification Number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: 1) Black (all persons having origins in any of the black African racial groups not of Hispanic origin); 2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish culture or origin regardless of race); 3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast, Asia, the Indian Subcontinent, or the Pacific Islands); and 4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the Work involving any construction trade, it shall physically GENERAL PROVISIONS III-107 2972 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual include in each subcontract in excess of $10,000 (Ten Thousand Dollars) the provisions of these Specifications and the notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this Contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the plan area (including goals and timetables) shall be in accordance with that plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or subcontractors toward a goal in an approved plan does not excuse any covered Contractor's or subcontractor's failure to take good faith efforts to achieve the plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of these Specifications. The goals set forth in the solicitation from which this Contract resulted are expressed as percentages of the local hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Federal Contract Compliance Programs office or from Federal Procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the Contractor has a collective bargaining agreement to refer either minorities or women shall excuse the Contractor's obligations under these Specifications, Executive Order 11246, as amended, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of GENERAL PROVISIONS III-108 2973 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Labor. 7. The Contractor shall take specific affirmative actions to ensure EEO. The evaluation of the Contractor's compliance with these Specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organization's responses. C. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source, a community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly includes minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the GENERAL PROVISIONS III-109 2974 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual sources complied under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the Company's EEO policy and affirmative action obligations under these Specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite supervisory personnel such as superintendents, general foremen, etc., prior to the initiation of construction work on any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and subcontractors with whom the Contractor does or anticipates doing business. I. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority 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 work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. GENERAL PROVISIONS III-Ito 2975 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual I. Conduct, at least annually, an inventory and evaluation, at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. M. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these Specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. P. Conduct a review, at least annually, of all supervisors, adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar groups of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these Specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female work force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide EEO and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the executive order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the executive order if a specific minority group of women is under utilized). GENERAL PROVISIONS III-III 2976 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from government contracts pursuant to Executive Order 11246, as amended. 12. The Contractor shall carry out such sanctions and penalties for violation of these Specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the OFCCP. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these Specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these Specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these Specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the executive order, the implementing regulations, or these Specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation, if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). B. Contractor Contractual Requirements. During the performance of this Contract, the Contractor, for itself, its assignees and successors in interest(hereinafter referred to as the "Contractor") agrees as follows: 1. COMPLIANCE WITH REGULATIONS. The Contractor shall comply with the GENERAL PROVISIONS III-112 2977 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Contract. 2. NONDISCRIMINATION. The Contractor, with regard to the Work performed by it during the Contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the Contract covers a program set forth in Appendix 3 of the regulations. 3. SOLICITATIONS FOR SUBCONTRACTS, INCLUDING PROCUREMENT OF MATERIALS AND EQUIPMENT. In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor's obligation under this Contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. INFORMATION AND REPORTS. The Contractor shall provide all information and reports required by the Regulations or Directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the FAA to be pertinent to ascertain compliance with such regulations, orders, and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the Sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information. 5. SANCTIONS FOR NONCOMPLIANCE. In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Contract, the sponsor shall impose such Contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: a. Withholding of payments to the Contractor under the Contract until the Contractor complies, and/or b. Cancellation, termination, or suspension of the Contract, in whole or in part. 6. INCORPORATION OF PROVISIONS. The Contractor shall include the provisions of Paragraphs 1. through 5. in every subcontract, including procurements of materials and leases of equipment, unless exempt by the GENERAL PROVISIONS III-113 2978 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Regulations or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as the Sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Contractor may request the Sponsor to enter into such litigation to protect the interests of the Sponsor and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. C. Equal Employment Opportunity Clause. During the performance of this Contract the Contractor agrees as follows: 1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin. 3. The Contractor will send, to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising that said labor union or workers' representatives of the Contractor's commitments under this section and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. The Contractor will comply with all provisions of Executive Order 11246, as amended, of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 5. The Contractor will furnish all information and reports required by Executive Order 11246, as amended, of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the FAA and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. GENERAL PROVISIONS III-114 2979 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 6. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any of the said rules, regulations, or orders, this Contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246, as amended, of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246, as amended, of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 7. The Contractor will include the portion of the sentence immediately preceding paragraph 1. and the provisions of Paragraph 1. through 7. in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246, as amended, 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 FAA may direct as a means of enforcing such provisions, including sanctions for noncompliance; provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the FAA, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. D. Notice to be Posted. The "Equal Employment Opportunity is the Law" poster is to be posted by the Contractor in a conspicuous place available to employees and applicants for employment as required by paragraphs 1. and 3. of the EEO clause. Copies of this poster will be furnished to contractors at the Pre-Construction Conference. A. Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246, as Amended). 1 . The Offerer's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate work force in each trade on all construction work in the covered area are as follows: TIMETABLES: Goals for minority participation for each trade 30.4 % Goals for Female participation in each trade 6.9 % These goals are applicable to all the Contractor's construction work (whether or not it is Federal or Federally assisted) performed in the GENERAL PROVISIONS 111-115 2980 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its Federally involved and non-federally involved construction. The Contractor's compliance with the executive order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specifications set forth in 41 CFR 60-40.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the Contract, and in each trade, and the Contractor shall make a good faith effort to employ minority and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the Contractor's goals, shall be a violation of the Contract, the Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director, OFCCP, within ten (10) working days of award of any construction subcontract in excess of $10,000 (Ten Thousand Dollars) at any tier of construction subcontract in excess of $10,000 (Ten Thousand Dollars) at any tier of construction work under the Contract resulting from this solicitation. The notification shall list the name, address, telephone number of the subcontractor; employer identification number of the subcontractor, estimated dollar amount of the subcontracts; 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 in Marathon, Monroe County, State of Florida. F. Required Reports. 1. Monthly Employment Utilization Reports (SF 257). This Report is to be prepared on Form CC 257 (Rev. 9-78) and sent to the Area Office, Federal Contract Compliance Program (OFCCP) that serves the geographical area in which this project is located. The Report is due by the fifth day of each month after work has commenced. The Contractor will be advised further regarding this Report including the address of the OFCCP Area Office, at the Pre-Construction Conference. 2. Annual EEO-1 Report. Contractors/subcontractors working on Federally- assisted airport construction projects are required to file with the sponsor annually, on or before March 31 , complete and accurate reports on Standard Form 100 (Employee Information Report, EEO-1). The first such GENERAL PROVISIONS III-116 2981 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual report is required within thirty (30) days after award unless the Contractor/subcontractor has submitted such a report within twelve (12) months preceding the date of award (the FAA or Department of Labor, OFCCP can designate other intervals). This form is normally furnished based on a mailing list, but can be obtained from the Equal Employment Opportunity Commission (EEOC) - Survey Division, 2401 E. St., NW, Washington, D.C. 20507 or by calling (703) 756-6020. This report is required if a Contractor or subcontractor meets all of the following conditions: a. Nonexempt.Contractors/subcontractors are not exempt based on 41 CFR 60- 1.5, and b. Number of Employees. Has fifty (50) or more employees, C. Contractor/Subcontractor. Is a prime contractor or first tier subcontractor, and d. Dollar Level. There is a contract, subcontract, or purchase order amounting to $50,000 (Fifty Thousand Dollars) or more or serves as a depository of government funds in any amount, or is a financial institution which is an issuing and paying agent for U.S. Savings Bonds and Savings Notes. Some subcontractors belowthefirsttierwho work at the site are required to file if they meet the requirements of 41 CFR 60-1.7. 3. Records. The FAA or Department of Labor OFCCP may require a Contractor to keep employment or other records and to furnish, in the form requested within reasonable limits, such information as necessary. G. Requirement for Certification of Non-segregated Facilities. 1. Notice to Prospective Federally Assisted Construction Contractors. a. Certification of Non-segregated Facilities must be submitted prior to the award of a federally assisted construction contract exceeding $10,000 (Ten Thousand Dollars) which is not exempt from the provisions of the equal opportunity clause. b. Contractors receiving federally assisted construction contract awards exceeding $10,000 (Ten Thousand Dollars) which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 (Ten Thousand Dollars) and are not exempt from the provisions of the Equal Opportunity Clause. 2. Notice to Prospective Subcontractors of Requirement for Certification of Non-segregated Facilities. a. A Certificate of Non-segregated Facilities must be submitted prior to the award of subcontract exceeding $10,000 (Ten Thousand GENERAL PROVISIONS III-117 2982 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Dollars) which is not exempt from the provisions of the Equal Opportunity Clause. b. Contractors receiving federally assisted construction contract awards exceeding $10,000 (Ten Thousand Dollars) which are not exempt from the provisions of the equal opportunity clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplied and construction contracts where the subcontracts exceed $10,000 (Ten Thousand Dollars) and are not exempt from the provisions of the equal opportunity clause. NOTE TO THE CONTRACTOR: This Certification is not required here if completed, signed and furnished to the Owner with the Proposal. Certification of Non-Segregated Facilities The Construction Contractor certifies that he does not maintain or provide, for his employees segregated facilities at any of his establishments and that he does not permit his employees to perform their services at any location, under his control where segregated facilities are maintained. The Construction Contractor further certifies that he will not maintain or provide, for his employees segregated facilities at any of his establishments and that he will not permit his employees to perform their services at any location, under his control where segregated facilities are maintained. The construction contractor agrees that a breach of this certification is a violation of the equal opportunity clause in this Contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are in fact segregated on the basis of race, color, religion, or national origin because of habit, local customs, or any other reason. The Construction Contractor agrees that (except where he has obtained identical certifications from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 (Ten Thousand Dollars) which are not exempt from the provisions of the Equal Opportunity Clause and that he will retain such certifications in his files. Signature of Contractor Title 140-03 MISCELLANEOUS CONTRACT PROVISIONS 1. Airport Improvement Program Project (AIP). The Work in this Contract is being undertaken and accomplished by the Owner in accordance with the terms and conditions of a grant agreement between the Owner and the United States, under the Airport and Airway Improvement Act of 1982 and Part 152 of the Federal Aviation Regulations (14 CFR Part 152), pursuant to which the United States has agreed to pay a certain percentage of the costs of the GENERAL PROVISIONS III-118 2983 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Project that are determined to be allowable project costs under that Act. The United States is not a party to this Contract and no reference in this Contract to the FAA or any representative thereof, or to any rights granted to the FAA or any representative thereof, or the United States, by the Contract, makes the United States a party to this Contract. 2. Consent to Assignment. The Contractor shall obtain the prior written consent of the OWNER to any proposed assignment of any interest in or part of this Contract. 3. Veterans Preference. In the employment of labor (except in executive, administrative, and supervisory positions), the Contractor shall give preference to veterans of the Vietnam era and disabled veterans as defined in Section 515(c)(1 ) and (2) of the Airport and Airway Improvement Act of 1982. 4. FAA Inspection and Review. The Contractor shall allow any authorized representative of the FAA to inspect and review any work or materials used in the performance of this Contract. 5. Foreign Trade Restrictions. The Contractor or subcontractors, by submission of an offer and/or execution of a Contract, certifies that it: a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of countries that discriminates against U.S. firms published by the Office of the United States Trade Representative (USTR); b. has not knowingly entered into any Contract or subcontract for this project with a Contractor that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list. C. has not procured any product nor subcontracted for the supply of any product for use on the Project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no Contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the Contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on the said list for use on the Project, the FAA may direct, through the Sponsor, cancellation of the Contract at no cost to the Government. Further, the Contractor agrees that, if awarded a Contract resulting from this solicitation, it will incorporate this provision for certification without modification in each Contract and in all lower tier subcontracts. The Contractor may GENERAL PROVISIONS III-119 2984 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual rely upon the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The Contractor shall provide immediate written notice to the Sponsor if the Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances.The subcontractor agrees to provide immediate written notice to the Contractor, if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the FAA may direct, through the Sponsor, cancellation of the Contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a Contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. 6. Subcontracts. The Contractor shall insure in each of his subcontracts the provisions contained in Paragraphs A., C., and D. of this section and also a clause requiring the subcontractors to include these provisions in any lower tier subcontractors which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. 7. Clean Air and Water Pollution Control Requirements for All Construction Contracts and Subcontracts Exceeding $100,000 (One Hundred Thousand Dollars). Contractors agree: a. That any facility to be used in the performance of the Contract or to benefit from the Contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities. b. To comply with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations issued thereunder. C. That as a condition for award of a Contract, they will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be utilized for performance of or benefit from GENERAL PROVISIONS III-120 2985 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual the Contract is under consideration to be listed on the EPA List of Violating Facilities. d. To include in any subcontract which exceeds $100,000 (One Hundred Thousand Dollars), the requirements of(a), (b), and (c)above. STANDARD CLAUSE FOR SOLICITATIONS, CONTRACTS, AND SUBCONTRACTS REQUIRED FOR 49 CFR PART 29 8. Certification Regarding debarment, Suspension, ineligibility, and voluntary Exclusion: Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. The Bidder/Offerer certifies, by submission of this proposal or acceptance of this Contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts and subcontracts. Where the Bidder/Offer/Contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. 9. Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. 10. Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. GENERAL PROVISIONS III-121 2986 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. 11. Compliance with Procurement of recovered materials as set forth in 2 CFR § 200.322. CONTRACTOR must comply with section 6002 of the Solid Waste disposal Act, as amended, by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CPR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 12. Right to Audit. Availability of Records. The records of the parties to this Agreement relating to the Project, which shall include but not be limited to accounting records (hard copy, as well as computer readable data if it can be made available; subcontract files (including proposals of successful and unsuccessful bidders, bid recaps, bidding instructions, bidders list, etc); original estimates; estimating work sheets; correspondence; change order files (including documentation covering negotiated settlements); backcharge logs and supporting documentation; general ledger entries detailing cash and trade discounts earned, insurance rebates and dividends; any other supporting evidence deemed necessary by Owner to substantiate charges related to this agreement, and all other agreements, sources of information and matters that may in Owner's reasonable judgment have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any contract document (all foregoing hereinafter referred to as "Records") shall be open to inspection and subject to audit and/or reproduction by Owner's representative and/or agents of Owner. Owner may also conduct verifications such as, but not limited to, counting employees at the job site, witnessing the distribution of payroll, verifying payroll computations, overhead computations, observing vendor and supplier payments, miscellaneous allocations, special charges, verifying information and amounts through interviews and written confirmations with employees, Subcontractors, suppliers, and contractors' representatives. All records shall be kept for seven (7) years after Final Completion. 13. Prohibition on certain telecommunications and video surveillance services or equipment as set forth in 2 CFR § 200.216. Recipients and subrecipients and their contractors and subcontractors may not obligate or expend any federal funds to (1) Procure or obtain; (2) Extend or renew a contract to procure or obtain; or (3) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services, or systems that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. As described in Public Law 115-232, section 889, covered GENERAL PROVISIONS III-122 2987 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual telecommunications equipment is telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). (i) For the purpose of public safety, security of government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). (ii) Telecommunications or video surveillance services provided by such entities or using such equipment. (iii) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. 14. Domestic preference for procurements as set forth in 2 CFR §200.322. The COUNTY and CONTRACTOR should, to the great extent practicable, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). These requirements of this section must be included in all subawards including contracts and purchase orders for work or products under federal award. For purposes of this section: (1) "Produced in the United States" means, for iron and steel products, that all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. (2) "Manufactured products" means items and construction materials composed in whole or in part of non-ferrous metals such as aluminum; plastics and polymer-based products such as polyvinyl chloride pipe; aggregates such as concrete; glass, including optical fiber; and lumber. 140-04 E-VERIFY 1. The Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. END OF SECTION 140 GENERAL PROVISIONS III-123 2988 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SECTION 150 BUY AMERICAN PREFERENCES APPENDIX A Page 1 BUY AMERICAN CERTIFICATE JAN (1991) By submitting a bid/proposal under this solicitation, except for those items listed by the Offerer below or on a separate and clearly identified attachment to this bid/proposal, the Offerer certifies that steel and each manufactured product, is produced in the United States (as defined in the clause Buy American - Steel and Manufactured Products or Buy American — Steel and Manufactured Products for Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States. Offerers may obtain from (insert Sponsor Representative) lists of articles, materials, and supplies excepted from this provision. PRODUCT COUNTRY OF ORIGIN GENERAL PROVISIONS 111-124 2989 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual APPENDIX A Page 2 NOTICE TO BIDDERS BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991) (a) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs (b) (1) or (2) shall be treated as domestic. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of components. This means the costs for production of the components, exclusive of final assembly labor costs. (b) The successful bidder will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, except those- (1) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; (2) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or (3) that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. (End of Clause) GENERAL PROVISIONS III-125 2990 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual APPENDIX B Page 3 BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991) (a) The Contractor agrees that, only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, as defined in (b) below. (b) The following terms apply to this clause: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) those produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of components. This means the costs for production of the components, exclusive of final assembly labor costs. (End of Clause) END OF SECTION 150 GENERAL PROVISIONS III-126 2991 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK GENERAL PROVISIONS III-127 2992 SPECIAL PROVISIONS 2993 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK SPECIAL PROVISIONS IV-2 2994 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual DIVISION IV SPECIAL PROVISIONS SP-1 - PROJECT GENERAL REQUIREMENTS.....................................................................IV-5 SP-2 - NOTICE TO PROCEED, CONSTRUCTION PHASING AND WORK SEQUENCING......................................................................IV-23 SP-3 - CONTRACT TIME AND LIQUIDATED DAMAGES...................................................IV-25 SP-4 - PROTECTION OF AIRPORT CABLES, CONTROLS, NAVAIDS AND WEATHER BUREAU FACILITIES.....................................................................IV-27 SP-5 - RESIDENT PROJECT REPRESENTATIVE...............................................................IV-29 SP-6 - SAFETY AND SECURITY REQUIREMENTS ............................................................IV-31 SP-7 - LIST OF DRAWINGS...................................................................................................IV-41 SP-8 -TEMPORARY FACILITIES..........................................................................................IV-45 SP-9 - DEWATERING .............................................................................................................IV-51 SP-10 - PRECEDENCE OF DOCUMENTS............................................................................IV-53 SP-11 - FINAL PAY REQUESTS AND RELATED FORMS .................................................IV-55 SPECIAL PROVISIONS IV-3 2995 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK SPECIAL PROVISIONS IV-4 2996 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SPECIAL PROVISION NO . 1 PROJECT GENERAL REQUIREMENTS 1. WORK LOCATION. The work will be performed at Florida Keys Marathon International Airport 2. SCOPE OF WORK The work includes - RELOCATE RWY 7-25 as detailed in the construction documents. 3. WORK PHASING AND SEQUENCING. Work phasing and sequencing requirements are stipulated in Special Provision No. 2 included hereinafter. 4. TIME OF COMPLETION AND LIQUIDATED DAMAGES. Work included in this contract shall be completed within 158 consecutive calendar days from Notice to Proceed Construction as stipulated in Special Provision Nos. 2 and 3. S. PLANS. The plans included in this contract are listed in Special Provision No. 7. 6. LOCATION OF EXISTING UNDERGROUND CABLES AND STRUCTURES. All existing cables, light fixtures, signs and related structures are to be protected by the Contractor in accordance with the provisions contained in Special Provision No. 4. 7. PROTECTION OF EXISTING PAVEMENTS AND STRUCTURES. The Contractor shall be responsible for methods, means, materials and procedure necessary to protect all existing facilities, property, asphalt and concrete pavements, structures, equipment, and finishes from any and all damage whatsoever arising from the execution or non-execution of the work of this project. The Contractor shall take all necessary precautions to protect asphalt and concrete pavement surfaces when steel treaded equipment or vehicles are used. Rubber tires or treads shall be used wherever possible. All conflicts discovered between existing underground utilities or structures and new structures and other foundation work shall be immediately brought to the attention of the Engineer who will then issue directions regarding a solution to the conflict(s). 8. CONSTRUCTION LAYOUT AND STAKES. Contractor shall furnish all lines, grades and measurements necessary for the proper prosecution and control of the work and contracted for under these specifications. The project layout surveying may be accomplished during daylight hours provided the Contractor meets the following conditions: A. The Contractor shall notify the Engineer and Airport Manager forty-eight (48) SPECIAL PROVISIONS IV-5 2997 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual hours in advance with dates and times surveying will be started so a NOTAM can be issued. B. No survey work shall be accomplished without the presence of the Engineer or his authorized representative. 9. VERIFICATION OF EXISTING CONDITIONS. Prior to bidding and commencing with construction, the Contractor shall familiarize himself as to the existing conditions. Should the Contractor discover any inaccuracies, errors or omissions between the actual existing conditions and the Contract Documents, he shall within fifteen (15) calendar days prior to Bid Opening, notify the Engineer in writing. Submission of Bid by the Contractor shall be held as an acceptance of the existing conditions by the Contractor. 10. SAFETY AND PROTECTION. A. General Project Safety: In as much as each work area will be accessible to and used by the public, the Owner and other companies doing business at the Airport during the construction period, it is the Contractor's responsibility to maintain each work area in a safe, hazard free condition at all times. Should the Owner find the area unsafe at any time, they will notify the Contractor, and the Contractor shall take whatever steps necessary to remedy the unsafe condition. Should the Contractor not be immediately available for corrective action, the Owner will remedy the problem and the Contractor shall reimburse the Owner for the expense of such correction. B. Airfield and Security: This Project will take place between the hours of 7 AM and 4 PM. All work within the Runway Safety Area must occur while Runway 7-25 is closed, although there is no foreseen need for work within RSA. Refer to the CSPP for more information regarding Airfield Security. C. Protection of Property: Fixed structures, equipment, paving, landscaping and vehicles (automobiles, trucks, etc.) shall be protected with drop cloths, shielding and other appropriate measures to ensure maximum protection of all property and vehicles. 11. PRE-CONSTRUCTION CONFERENCE. Before beginning work at the site, the Contractor shall attend a pre-construction conference and bring with him the superintendent employed for this project. In the event the Contractor is unable to attend, he shall send a letter of introduction with the superintendent in which he advises the superintendent's full name and states that he is assigned to the project and will be in full responsible charge. This conference will be called by the Engineer or Resident Project Representative (RPR), who will arrange for the Owner's representative and other interested parties to be present. At this time, all parties will discuss the project under contract and prepare a program of procedure in keeping with requirements of the drawings and specifications. The superintendent will henceforth make every effort to expeditiously coordinate all phases of the work, including the required reporting procedure, to obtain the end result within the full SPECIAL PROVISIONS IV-6 2998 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual purpose and intent of the drawings and specifications for the project. 12. COORDINATION AND PROGRESS MEETINGS A. General: The RPR will prepare a written memorandum on required coordination activities. Included will be such items as required notices, reports, and attendance at meetings. This memorandum will be distributed to each entity performing work at the project site. B. Weekly Coordination and Progress Meetings: The RPR will hold weekly general project coordination and progress meetings at regularly scheduled times convenient for all parties involved. These meetings are in addition to specific meetings held for other purposes, such as special project meetings and special pre-installation meetings. The RPR will require representation at each meeting by every party currently involved in coordination or planning for the work of the entire project. Meetings will be conducted in a manner which will resolve coordination problems. C. The RPR will record results of the meeting and distribute copies to everyone in attendance and to others affected by decisions or actions resulting from each meeting. 13. ADMINISTRATIVE/SUPERVISORY PERSONNEL. The Contractor shall provide a full-time Project Management Team consisting of a Project Superintendent and other supervisory personnel for the duration of the Project. The names and qualifications of this team for this work shall be submitted to the Owner as part of the Bidder Qualification Form. They shall have a minimum of five (5) years of experience on suitable projects of equal difficulty. The Project Superintendent shall be at the construction site at all periods when work is in progress. This person shall have full authority to act on the Contractor's behalf. It is agreed and understood that, if requested in writing by the Owner, the Contractor shall replace any member of the team with another meeting the required qualifications within three (3) days of the receipt of the request. 14. SPECIAL REPORTS. A. Reporting Unusual Events: When an event of an unusual and significant nature occurs at the site, Contractor shall prepare and submit a special report to the Engineer. List chain of events, persons participating, response by the Contractor's personnel, an evaluation of the results or effects and similar pertinent information. Advise the Owner and Engineer as soon as possible when such events are known. B. Submit special reports directly to the Owner within one day of occurrence. Submit a copy of the report to the Engineer and other entities that are affected by the occurrence within one day of the occurrence. SPECIAL PROVISIONS IV-7 2999 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 15. SCHEDULE OF WORK. A. Prepare and submit, in triplicate, for the Engineer's information, progress schedules for the work. B. Progress schedules shall relate to the entire project to the extent required by the Contract Documents and shall provide for expeditious and practicable execution of the work. C. Progress schedules shall be updated monthly. D. Percent complete shall be based on actual construction in place or dollar volume of the work. If dollar volume of the work reflects the greater percent complete, the maximum percent complete shall in no case exceed 5 percent of the value of the in-place construction. 16. PROGRESS SCHEDULE. Preliminary Schedule: Within 15 days after date of Notice of Award and Acceptance, the Contractor shall submit his preliminary network phasing diagram (Preliminary Schedule) indicating a comprehensive overview of the Project including an activity line for each of the work segments to be performed at the site. 1) Arrange the schedule to indicate required sequencing of work and to show time allowances for submittals, inspections, and similar time margins. 2) The submitted schedule shall be reviewed by the Engineer and Owner for conformance to Critical Dates and overall project completion time criteria. Lack of this information will be cause for rejection of the schedule. 3) Following initial submittal of schedule to and response by the Engineer, print and distribute the Progress Schedule to entities with a need-to-know responsibility, including three (3) copies to the Engineer. Post in temporary office space. Revise at intervals matching payment requests, and redistribute and repost. Provide copies required with payment requests. 17. MAINTENANCE OF SCHEDULE. The Contractor's Progress Schedule must be updated on a monthly basis, and a copy thereof submitted with each of the Contractor's Applications for Payment. The updated Progress Schedule shall not only indicate revisions to the Schedule for upcoming work but show "as-built" schedule progress data. The Engineer will not recommend for payment, by the Owner, an Application for Payment without the Contractor's submission of a Monthly Schedule Update. A. If the Contractor's Monthly Schedule Update reflects, or the SPECIAL PROVISIONS IV-8 3000 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Engineer determines, that the Contractor is at least ten percent (10%) behind the original Progress Schedule or fourteen (14) or more calendar days behind the original Progress Schedule for: 1) the work as a whole; 2) a major Contract item; 3) an item of work which is on the critical path; or 4) an item of work not on the original critical path that, because of the delay or anticipated delay became a critical path item; then the Contractor must submit with the Monthly Schedule Update his proposed plan for bringing the work back on schedule and completing the Work within the Contract time. B. The Progress Schedule shall be coordinated by the Owner's Project Administrator with the overall schedule for the Airport Projects. The Contractor is required to revise the Progress Schedule promptly in accordance with the conditions of the work, subject to approval by the Owner's Project Coordinator and the Engineer. C. The Contractor shall comply fully with all time and other requirements of the Contract Documents. Recommendation of an Application of Payment of the Engineer and payment thereon by the Owner, without the submission of a Monthly Schedule Update, shall not constitute a waiver of the requirements of such updates, nor shall it relieve the Contractor from the obligation to complete the Work within the Contract Time. D. Should a review of work indicate a critical path (milestone) item has fallen behind the approved schedule; at the option of the Engineer; funds equal to the established liquidated damages for the number of calendar days behind schedule will be withheld until that critical path item is brought back on schedule. 18. CHANGES IN THE SCHEDULE. A. Minor Changes: Each week, prior to the weekly coordination meeting, during the time of the contract, the Contractor shall notify the Engineer of any minor changes that are anticipated in the schedule for the following week. B. Major Changes: If for any reason, a major change in the approved schedule is anticipated, the Contractor shall make the necessary changes to the schedule and resubmit the revised schedule for approval. SPECIAL PROVISIONS IV-9 3001 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Copies of the approved schedule shall be posted in the Contractor's field office with completed work identified in colored pencil. 19. MAINTENANCE OF TRAFFIC. A. The Contractor shall not obstruct nor create a hazard to any traffic during the prosecution of the work and shall be responsible for repair of all damage to existing pavement or facilities caused by his operations. B. Beginning date of Contractor's Responsibility: the Contractor's responsibility for maintenance of traffic shall begin on the day he starts the work and continue until Final Completion and Acceptance of the Project. C. Sections Not Requiring Traffic Maintenance: the Contractor will not be required to maintain traffic over those portions of the Project where no work is to be accomplished or where construction operations will not affect aircraft operations. The Contractor, however, shall not obstruct nor create a hazard to any traffic during the prosecution of the work and shall be responsible for repair of any damage to existing pavement or facilities caused by his operations. D. Traffic During Construction: All construction vehicles are required to use existing traffic routes. Normal traffic lanes are not to be used as staging areas for arriving delivery vehicles. The Contractor's employees shall utilize the designated Contractor employee parking area. E. Contractor Signing: The Contractor may furnish and install construction traffic directional signs along the existing traffic route. The signs shall depict Contractor's logo or name, directional arrows and "deliveries". Signs shall be of sufficient size to have 8" high message and shall be located at each decision point. All signs and their locations shall be approved by the Engineer and Owner. NO OTHER SIGNS ARE PERMITTED. F. Material Deliveries: The Contractor shall make his own material and equipment deliveries. No deliveries shall be made by vendors or suppliers without escort by a representative of the Contractor. G. Notification: On days when construction traffic is expected to be extra heavy or when oversized pieces of equipment are to be delivered, give minimum forty-eight (48) hours notice to the Engineer. H. All Contractor's material orders for delivery to the work site will use as a delivery address, the street name and number assigned to the SPECIAL PROVISIONS IV-10 3002 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual access point onto the airport. The name Florida Keys Marathon International Airport shall not be used in the delivery address at any time. This will preclude delivery trucks from entering into aircraft operations areas inadvertently. All Contractor material orders for the work site shall be delivered to the areas designated as the Contractor's receiving area. All deliveries shall be made only during the Contractor's working hours. I. Interference Request: 1) The Contractor shall be responsible for notifying the Owner in writing and securing approval for any and all interruptions or interference with traffic (pedestrian, automobile, or other necessary function of the Airport or any of the Airlines). 2) The request shall include a traffic control plan indicating barricades, lighting and flagmen where required. 3) Such notification shall be made as soon as possible but in no case less than 48 hours prior to interference. 4) It is suggested that the Contractor utilize a standard form addressed to the Owner with a blank space for a description of the interference, the exact area affected, the exact times and dates the interference will take place and blanks for the Owner's approval. The forms shall be submitted in duplicate. No interference will be allowed until the Contractor has received back a copy of the approved interference request form. J. Personnel Traffic: 1) General: All construction personnel shall be restricted to construction areas. They shall wear shirts with sleeves and long pants at all times. 2) Use of Public Areas: The Contractor's workmen shall not utilize public areas for taking their "work breaks" or "Iunchbreaks". Areas for this purpose can be designated by the Owner upon request. No Public Toilets shall be used by any workmen at any time. 20. DAILY CLEAN-UP AND TRASH REMOVAL. A. Debris from this work shall be promptly removed from the site at least daily. It shall not be allowed to become a hazard to the safety of the public. B. The Contractor shall be responsible for clean-up and trash removal. Accumulation of trash and debris will not be allowed and the RPR may SPECIAL PROVISIONS IV-11 3003 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual at any time direct the Contractor to immediately remove his trash and debris from the site of the work when in the opinion of the Owner such trash constitutes a nuisance or in any way hinders the work or the Airports operations. If the Contractor should fail to remove his trash and debris from the site of the work in a timely manner, the Owner may have this work performed and deduct the cost of such from Contractor's payment. 21. CLEANING AND PROTECTION. A. General: During handling and installation of work at the project site, clean and protect work in progress and adjoining work on the basis of continuous daily maintenance. Apply protective covering on installed work to ensure freedom from damage or deterioration. B. Clean and perform maintenance on installed work as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to ensure operability without damaging effects. C. Limiting Exposure of Work: To the extent possible through appropriate control and protection methods, supervise performance of the work in such a manner and by such means which will ensure that none of the work, whether completed or in progress, will be subjected to harmful, dangerous, damaging or otherwise deleterious exposure during the construction period. Such exposures include, where applicable, but not by way of limitation the following: 1) Excessive static or dynamic loading 2) Excessive internal or external pressures 3) Solvents 4) Chemicals 5) Light 6) Puncture 7) Abrasion 8) Heavy Traffic 9) Soiling 10) Combustion 11) Improper shipping or handling 12) Theft 13) Vandalism D. Protection at Openings: Contractor shall provide protection at all openings in SPECIAL PROVISIONS IV-12 3004 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual structures and finishes to maintain the building weather and dust tight. All protection shall be of solid material and substantial so that it will not be disturbed by wind and weather normal to the area and season, and also tight fitting to prevent noise infiltration. E. Protection of Improvements: 1) Damage to Existing Facilities: Existing surfaces and materials of the Owner's property not requiring work by the Contract Documents that is damaged by the Contractor's operations shall be immediately repaired. Repaired surfaces and materials shall match existing adjacent undamaged surfaces and materials. Repair work shall be coordinated with the Engineer and Owner with regard to time and method. 2) Accidental Demolition: All structures or parts thereof that may become damaged due to accident or Contractor's error shall be restored to their original condition at no cost to the Owner. Materials and equipment being used in the repair or replacement resulting from damage shall be new and shall perform at the manufacturer's published capacities. If the existing equipment or materials cannot be identified, or if unavailable, the selection of the replacement will be subject to approval by the Engineer in writing. F. Overhead Protection 1) No cranes or other construction equipment shall cross over non- construction personnel, their travel ways or ride systems. 2) The plan of operation of cranes and other hoisting equipment shall be established in writing by the Contractor. This plan of operation shall be subject to approval by the Engineer. 22. CONSERVATION AND SALVAGE A. General: It is a requirement for supervision and administration of the Work that construction operations be carried out with the maximum possible consideration given to conservation of energy, water and materials. In addition, maximum consideration shall be given to salvaging materials and equipment involved in performance of the work but not incorporated therein. Refer to other sections for required disposition of salvaged materials which are the Owner's property. 23. TESTING COST BORNE BY OWNER. Unless otherwise specified herein, all initial construction "acceptance" testing costs shall be borne by the Owner. An independent testing laboratory selected and responsible to the Engineer shall perform all "acceptance" testing required by the technical specifications or as directed by the Owner and/or the Engineer. SPECIAL PROVISIONS IV-13 3005 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 24. TESTING COST BORNE BY CONTRACTOR. The Contractor shall bear the cost of testing under the following conditions: A. If substitute materials or equipment are proposed by the Contractor, he shall pay the cost of all tests which may be necessary to satisfy the Engineer that specification requirements are satisfied. The Contractor shall pay for the Engineer's time spent in review and administrating such proposed substitution. B. If materials or workmanship are used which fail to meet specification requirements, the Contractor shall pay the cost of all testing deemed necessary by the Engineer to determine the safety or suitability of the material or element. C. The Contractor shall pay for all testing costs including, but not limited to, power, fuel, and equipment cost which may be required for complete testing of all equipment and systems for proper operation. D. The Contractor shall pay for all testing required for materials, job mix designs, equipment, structures and related items included in all shop drawings and other submittals as required by the Technical Specifications to be submitted and approved by the Engineer prior to construction. 25. PROJECT DOCUMENTATION. A. Project Drawings: The successful Contractor will be furnished, at no charge, four (4) copies of drawings and specifications. Additional copies may be purchased at actual cost of reproduction. A field set of drawings and specifications shall remain on the job site at all times and shall be available at all times to the Engineer. The field set shall be continuously updated to reflect the "as-built" condition of all work included in this Contract. The Contractor shall immediately include plainly and conspicuously on the field set of drawings, and at appropriate paragraphs in the specifications, all changes or corrections made by addenda and change orders as they are issued. Approved copies of all shop drawings and other submittals are to be kept on the job site at all times and shall be available at all times to the Engineer. Changes and deviations from the existing conditions shall be submitted in writing for approval by the Engineer or Owner prior to installation. In no case shall any unspecified equipment or materials be installed without prior approval by the Engineer. SPECIAL PROVISIONS IV-14 3006 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual B. Record Documents: 1) Definition: Record copies are defined to include those documents or copies relating directly to performance of the work, which the Contractor is required to prepare or maintain for the Owner's records, recording the work as actually performed. In particular, record copies show changes in the work in relation to the way in which shown and specified by the original contract documents; and show additional information of value to the Owner's records, but not indicated by the original Contract Documents. Record copies include newly-prepared drawings (if any are specified), marked-up copies of contract drawings, shop drawings, specifications, addenda and change orders, marked-up product data submittals, record samples, field records for variable and concealed conditions such as excavations and foundations, and miscellaneous record information on work which is otherwise recorded only schematically or not at all. 2) Record Drawings: The Contractor shall maintain a set of Record Drawings at the job site. These shall be kept legible and current and shall be available for inspection at all times by the Engineer. Show all changes or work added on these Record Drawings in a contrasting color. a) Mark-up Procedure: During progress of the work, maintain a white-print set (blue-line or black-line) of contract drawings and shop drawings, with mark-up of actual installations which vary substantially from the work as originally shown. Mark whatever drawing is most capable of showing actual physical condition, fully and accurately. Where shop drawings are marked up, mark cross-reference on contract drawings at corresponding location. Mark with erasable colored pencil, using separate colors where feasible to distinguish between changes for different categories of work at the same general location. Mark-up important additional information which was either shown schematically or omitted from original drawings. Give particular attention to information on work concealed, which would be difficult to identify or measure and record at a later date. Note alternate numbers, change order numbers and similar identification. Require each person preparing the mark-up to initial and date the mark-up and indicate the name of the firm. Label each sheet "PROJECT RECORD" in 1-1/2 inch high letters. In showing changes in the work use the same legends as used on the original drawings. Indicate exact locations by dimensions and exact elevations by job datum. Give dimensions from a permanent point. b) Preparation of Record Drawings: In preparation for SPECIAL PROVISIONS IV-15 3007 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual certification of substantial completion on the last major portion of the work, review the completed mark-up of record drawings and shop drawings with the Engineer. The Engineer will then proceed with preparation of a full set of corrected contract drawings. The Engineer will date each updated drawing and label each sheet "PROJECT RECORD" in 1-1/2 inch high letters. Printing as required herein is the responsibility of the Engineer. 3) Copies, Distribution: Upon completion of record drawings, the Engineer shall prepare blue-line or black-line prints of each drawing, regardless of whether changes and additional information were recorded thereon. The Engineer shall then organize into manageable sets, bind with durable paper cover sheets, and print suitable titles and dates. The markup set of prints maintained during the construction period shall be bound in the same manner. The Engineer will retain one copy set. At the completion of the project, the Engineer shall submit one set of prints, with changes noted thereon, to the Owner. Record Drawings shall contain the names, addresses and phone numbers of the General Contractor and the major sub- contractors. 4) The Engineer shall be the sole judge of the acceptability of the Record Drawings. Receipt and acceptance of the As-Built drawings is a pre-requisite for Final Payment. C. Record Specifications 1) During progress of the work, maintain one copy of specifications, including addenda, change orders and similar modifications issued in printed form during construction, mark-up variations (of substance) in actual work in comparison with text of specifications and modifications as issued. Give particular attention to substitutions, selection of options, and similar information on work where it is concealed or cannot otherwise be readily discerned at a later date by direct observation. Note related record drawing information and product data where applicable. Upon completion of the mark-up, submit to the Engineer for the Owner's records. Label the front cover"PROJECT RECORD" in 1-1/2 inch high letters. 2) Where the manual is printed on one side of the page only, mark variations on blank left-hand pages of the Project Manual, facing printed right-hand pages containing original text affected by variation. D. Record Product Data During progress of the work, maintain one copy of each product data submittal, and mark-up significant variations in the actual work in comparison with submitted information. Include both variations in product as SPECIAL PROVISIONS IV-16 3008 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual delivered to site, and variations from manufacturer's instructions and recommendations for installation. Give particular attention to concealed products and portions of the work which cannot otherwise be readily discerned at a later date by direct observation. Note related change orders and mark-up of record drawings and specifications. Upon completion of the mark-up, submit the complete set of product data submittals to Engineer for the Owner's records. Label each data submittal "PROJECT RECORD" in 1-1/2 inch high letters. E. Record Sample Submittal Immediately prior to the date(s) of substantial completion, the Engineer and Owner's personnel will meet with the Contractor on site, and will determine if any of the submitted samples maintained by the Contractor during progress of the work are to be transmitted to the Owner for record purposes. Comply with the Engineer's instructions for packaging, identification marking, and delivery to the Owner's sample storage space. Dispose of other samples in the manner specified for disposal of surplus and waste materials, unless otherwise indicated by the Engineer. F. Miscellaneous Record Submittals Refer to other sections of these specifications for requirements of miscellaneous record-keeping and submittals in connection with actual performance of the work. Immediately prior to the date(s) of substantial completion, complete miscellaneous records and place in good order, properly identified and bound or filed, ready for continued use and reference. Submit to the Engineer for the Owner's records. Categories of requirements resulting in miscellaneous work records are recognized to include, but are not limited to, the following: 1) Required field records on excavations, foundations underground construction, wells and similar work. 2) Surveys by a Registered Land Surveyor establishing lines and elevations of finished construction. 3) Inspection and Test Reports: Where not processed as shop drawings or product data. 4) Asphalt or PCC pavement or backfill mix design record and/or certifications. 5) Concrete mix certifications. 6) Manufacturer's certifications that all fence component materials conform to specified ASTM specifications. Certifications shall be accompanied by reports containing the test results for which the certifications are SPECIAL PROVISIONS IV-17 3009 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual made. G. Project Close-out Project close-out is hereby defined to include general requirements near end of Contract Time, in preparation for final acceptance, final payment, normal termination of contract, occupancy by the Owner and similar actions evidencing completion of the work. Specific requirements for individual units of work are specified in other sections. Time of close-out is directly related to substantial completion, and therefore may be a single time period for the entire work or a series of time periods for individual parts of the work which have been certified as substantially complete at different dates. The time variation, if any, shall be applicable to other provisions of this section. H. Prerequisites to Substantial Completion 1 ) Prior to requesting the Engineer's inspection for certification of substantial completion, for either the entire work or portions thereof, complete the following and list known exceptions in request: a) In progress payment request coincident with, or first following the date claimed, show 100% completion for the portion of work claimed as "substantially completed", or list incomplete items, value of incompleteness, and reasons for being incomplete. b) Include supporting documentation for completion as indicated in the Contract Documents. C) Submit statement showing accounting of changes to the Contract Sum. d) Advise the Owner of pending insurance change-over requirements. e) Obtain and submit releases enabling the Owner's full and unrestricted use of the work and access to services and utilities, including, where required, occupancy permits, operating certificates, and similar releases. f) Deliver tools, spare parts, extra stocks of materials, removed light fixtures, transformers and similar physical items to the Owner. g) Make final change-over of locks and transmit keys to the Owner, and advise Owner's personnel of change-over in security provisions. SPECIAL PROVISIONS IV-18 3010 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual h) Complete start-up testing of systems, and instructions of Owner's operating-maintenance personnel. Discontinue, or change over and remove from project site, temporary facilities and services, along with construction tools and facilities, mock-ups, barricades and similar elements. 2) Inspection Procedures: Upon receipt of the Contractor's request, the Engineer will proceed with inspection or advise the Contractor of prerequisites not fulfilled. Following initial inspection, the Engineer will prepare a Certificate of Substantial Completion or advise the Contractor of work which must be performed prior to issuance of the Certificate and will perform a repeat inspection when requested and assured by the Contractor that the work has been substantially completed. Results of the completed inspection will form an initial "punchlist" for final acceptance. I. Prerequisites to Final Acceptance 1) Prior to requesting the Engineer's final inspection for certification of final acceptance as required by the General Provisions, the Contractor shall complete the following and list known exceptions in the request: a. Submit certified copy of the Engineer's final punchlist of itemized work to be completed or corrected, stating that each item has been completed or otherwise resolved for acceptance, endorsed and dated by the Engineer. b. Complete final cleaning up requirements, including touch-up of marred surfaces. C. Touch-up and otherwise repair and restore marred exposed finishes. 2) Re-inspection Procedures: Following Substantial Completion, the Contractor shall correct or remedy all Punchlist items to the satisfaction of the Engineer and Owner within a two (2)week period after the Date of Substantial Completion. If subsequent inspections are necessary after the two week period in order to eliminate all deficiencies, the cost of all subsequent inspections with respect to the Owner and Engineer's time shall be paid by the Contractor. When ready, the Contractor shall request in writing a final inspection of the work. Upon completion of re-inspection, the Engineer will prepare a Certificate of Final Acceptance or advise the Contractor of work not completed or obligations not fulfilled as required for Final Acceptance. If necessary, the procedures will be repeated. J. Prerequisites to Final Payment SPECIAL PROVISIONS IV-19 3011 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 1) Final Payment: Final Payment will be made after final acceptance of the project by the Engineer and Owner upon request by the Contractor on condition that the Contractor: a) Furnish properly executed complete releases of lien from all material men and subcontractors who have furnished materials or labor for the Work and submit supporting documentation not previously submitted and accepted. Include certificates of insurance for products and completed operations where required. b) Furnish the Contractor's Affidavit of Release of Liens (2 copies) that all material men and subcontractors have been paid in full. In the event they have not been paid in full, the Owner shall retain a sufficient sum to pay them in full and at his option may make direct payment as provided in Chapter 713, Florida Statutes, as amended, to obtain complete releases of lien. This authorization to make a direct payment is not an acknowledgement or waiver by the Owner that an unpaid Subcontractor Material man may seek payment from the Owner rather than from the Public Construction Bond Surety as required by Sect. 255.05, F.S. c) Furnish Contractor's Affidavit of Debts and Claims (2 copies). d) Furnish required sets of record drawings and maintenance and operating instructions of new mechanical equipment. e) Furnish guarantees signed by subcontractors, material suppliers, and countersigned by the Contractor for operating equipment. f) Submit specific warranties, workmanship-maintenance bonds, maintenance agreements, final certifications and similar documents. g) Furnish a signed guarantee, in form acceptable to Engineer and Owner agreeing to repair or replace as decided by the Engineer, all work and materials that prove defective within one (1) year (or more) from the date of final acceptance, including restoration of all other work damaged in making such repairs or replacements. h) Furnish consent of Surety to final payment. i) Submit updated final statement, accounting for final changes to Contract Sum. SPECIAL PROVISIONS IV-20 3012 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual D Submit evidence of final, continuing insurance coverage complying with insurance requirements. k) Certify that all Social Security, Unemployment and all other taxes (City, State, Federal Government) have been paid. I) Provide receipt, as applicable, of affidavits certifying all labor standards of local, State, or Federal requirements have been complied with by the Contractor. K. Record Document Submittals Specific requirements for record documents are shown in the section, PROJECT RECORD DOCUMENTS. Other requirements are indicated in the General Provisions. General submittal requirements are indicated in "Submittals" sections. Do not use record documents for construction purposes; protect from deterioration and loss in a secure, fire-resistive location; provide access to record documents for the Engineer's reference during normal working hours. 1) Record Drawings: The Engineer shall organize record drawing sheets into manageable sets, bind with durable paper cover sheets, and print suitable titles, dates and other identification on cover of each set. 2) Record Specifications: Upon completion of mark-up, submit to the Engineer for the Owner's records. 3) Record Product Data: Upon completion of mark-up, submit a complete set to the Engineer for the Owner's records. 4) Record Sample Submittal: Comply with the Engineer's instructions for packaging, identification, marking, and delivery to the Owner's sample storage space. 5) Miscellaneous Record Submittals: Complete miscellaneous records and place in good order, properly identified and bound or filed, ready for continued use and reference. Submit to the Engineer for the Owner's records. 6) Maintenance Manuals: Complete, place in order, properly identify and submit to the Engineer for the Owner's records. L. Close-out Procedures General Operating and Maintenance Instructions: Arrange for each installer of work requiring continuing maintenance or operation, to meet SPECIAL PROVISIONS IV-21 3013 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual with the Owner's personnel at the project site to provide basic instructions needed for proper operation and maintenance of the entire work. Include instructions by manufacturer's representatives where installers are not expert in the required procedures. Review maintenance manuals, record documentation and materials, lubricants, fuel, identification system, control sequences, hazards, cleaning and similar procedures and facilities. For operational equipment, demonstrate start-up, shut-down, emergency operations, safety, economy, efficiency adjustments, and similar operations. Review maintenance and operations in relation with applicable warranties, agreements to maintain bonds, and similar continuing commitments. Permit owner employees to video tape operating and maintenance instructions. 26. FINAL CLEANING. A. Provide final cleaning of the work, at the time indicated, consisting of cleaning each surface or unit of work to normal "clean" condition. B. Removal of Protection: Remove temporary protection devices and facilities which were installed during the course of the work to protect previous completed work during the remainder of the construction period. C. Compliances: Comply with safety standards and governing regulations for cleaning operations. Do not burn waste materials at site, nor bury debris or excess materials on Owner's property. Do not discharge volatile or other harmful or dangerous materials into drainage systems. Remove waste materials from site and dispose of in a lawful manner. Where extra materials of value remain after the completion of the associated work have become the Owner's property, dispose of these as directed by the Owner. SPECIAL PROVISIONS IV-22 3014 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SPECIAL PROVISION NO. 2 NOTICE TO PROCEED , CONSTRUCTION PHASING AND WORK SEQUENCING NOTICE TO PROCEED To avoid the Contractor from being held responsible for delays in obtaining the necessary permits, and having these delays deducted from the total calendar days provided in the contract to complete construction, two (2) Notice to Proceeds will be issued as follows: A. Notice to Proceed Permits A Notice to Proceed permit will be issued ten (10) days after award of contract. At this time the Contractor shall accomplish the following activities, but not limited to: 1. Obtain permits as required for construction. 2. Prepare and transmit all shop drawings, submittals and certifications as required by the Contract Documents to the Engineer for review and approval. 3. Place orders for the purchase and delivery of equipment, materials and supplies required to complete the work in accordance with the Contract Documents. 4. Prepare his staging area and establish haul routes. 5. Mobilize equipment, materials and supplies in Contractor's staging area. No men, equipment, materials or supplies will be allowed outside the staging area during this time unless otherwise authorized by the Engineer. No onsite construction activities shall be accomplished and the airport shall remain open to aircraft operations during this time. B. Notice to Proceed Construction Only after the Contractor has obtained all the necessary permits, will the Notice to Proceed Construction be issued, which shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall submit a construction progress schedule to the Engineer in accordance with Section 16 of Special Provision No. 1. The progress schedule shall indicate the phasing and work sequencing SPECIAL PROVISIONS IV-23 3015 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual anticipated to be accomplished by the Contractor. No actual work shall begin until the construction progress schedule has been approved by the Engineer. It is anticipated that Notice to Proceed Construction will be issued in June 2025. At this time the Contractor shall develop all the construction activities necessary to complete the work in accordance with the contract documents. 158 consecutive calendar days will be allowed to complete the work in its entirety. Construction work under this project will be accomplished during the day- time unless otherwise shown on the plans. The construction work included in this project has to be done as shown on the plans. CONSTRUCTION PHASING AND WORK SEQUENCING Upon completion of the work, and before final payment, the contractor shall remove all equipment, surplus and discarded materials, rubbish, and shall submit an as-built information signed and sealed by a professional land surveyor. During the week of Fantasy Fest(October 31)and New Year week the contractor shall coordinate with the airport manager, RPR, and FBO's to isolate his work in some specific areas. The airport manager may instruct the Contractor to stop the work during this time. No additional time and/or cost will be granted to the Contractor. SPECIAL PROVISIONS IV-24 3016 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SPECIAL PROVISION NO. 3 CONTRACT TIME AND LIQUIDATED DAMAGES CONTRACT TIME NOTICE TO PROCEED DESCRIPTION CONTRACT TIME TO COMPLETE This notice shall allow the Contractor to obtain any necessary construction permits required to accomplish he work. Also, NOTICE TO PROCEED during this time, the Contractor shall order PERMITS/ and deliver materials, 30 Calendar ADMINISTRATIVE equipment and supplies needed to complete Days he work. No on-site construction activities shall be accomplished and the Airport shall remain open to aircraft operations during the stage. Project consists of RWY 7-25 shift north, approximately 40-feet. This includes Maximum 158 NOTICE PROCEED connectors construction TWY AI-AS,CONSTRUCTION Consecutive drainage and electrical improvements Calendar Days associated with new runway geometry. Phase 5 will require the continuous closure Maximum 46 PHASE 5 of RWY 7-25. Phase 5 work must begin Consecutive August 181", 2025 and be completed and Calendar Days accepted by October 3r1, 2025. SPECIAL PROVISIONS IV-25 3017 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual LIQUIDATED DAMAGES If the work is not completed in accordance with the Contract, the Contractor will be assessed liquidated damages listed below for each calendar day the work overruns the allotted contract time. NOTICE TO PROCEED LIQUIDATED DAMAGES Failure to Open Runway 7- $100 per minute beyond 7:00 for the first 15 minutes and 25 and Taxiway A $2,000 per 15 minutes beyond the first 15 minutes. None (no on-site construction) activity is being accomplished Notice to Proceed Permit this time Notice to Proceed If the Contractor fails to achieve final completion within the Construction 158 consecutive calendar days fixed therefore by the Engineer in its partial certificate of substantial completion, the Contractor shall pay the owner the sum of$2,000.00 per day, thereafter for each and every calendar day of unexcused delay in achieving final completion of this work. Failure to have Phase 5 Phase 5 work must begin August 18th, 2025 and be completed and accepted completed and accepted by October 3rd, 2025.If the by RPR and Airport Ops Contractor fails to achieve completion and acceptance of Phase 5 work within the fourty-six (46) consecutive within 46-days calendar days fixed of starting said phase, the Contractor shall pay the owner the sum of$10,000.00 per day, thereafter for each and every calendar day of unexcused delay in achieving final completion and acceptance of Phase SPECIAL PROVISIONS IV-26 3018 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SPECIAL PROVISION NO. 4 PROTECTION OF AIRPORT CABLES, CONTROLS, NAVAIDS AND WEATHER BUREAU FACILITIES A. The Contractor is hereby informed that there may be installed on the Airport FAA NAVAIDS including, without limitation, airfield lighting systems, electric cables and controls relating to such NAVAIDS and facilities. Such NAVAIDS and other facilities and electric cables must be fully protected during the entire construction time. Work under this contract can be accomplished in the vicinity of these facilities and cables only at approved periods of time. Approval is subject to withdrawal at any time because of change in the weather, emergency conditions on the existing airfield areas, anticipation of emergency conditions, and for any other reason determined by the Resident Project Representative (RPR) acting under the orders and instructions of the airport management and the designated FAA representative. Any instructions to this contractor to clear any given area at any time by the RPR or the Airport Management shall be immediately executed. Construction work will be commenced in the cleared area only when additional instructions are issued by the Engineer. B. Power and control cables leading to and from any FAA NAVAIDS and other facilities have been located and shown from best available information and are approximate. The Contractor shall verify actual locations. Through the entire time of this construction, the Contractor shall not allow any construction equipment to cross power and control cables leading to and from any FAA NAVAIDS or other facilities without first protecting the cable with steel boiler plate, or similar structural devices, on three (3') feet either side of the marked cable route. All excavation within three (3') feet of existing cables shall be accomplished by hand digging only. C. This Special Provision intends to make perfectly clear the need for protection of FAA NAVAIDS and other facilities and cables by this contractor at all times. D. The Contractor shall immediately repair, at his own expense, with identical material by skilled workmen, any underground cables serving FAA NAVAIDS and other airport facilities, which are damaged by his workmen, equipment, or work. Prior approval of the FAA must be obtained for the materials, workmen, time of day or night, method of repairs, and for any temporary or permanent repairs the Contractor proposes to make to any FAA NAVAIDS and facilities damaged by the Contractor. Prior approval of the Engineer must be obtained for the materials, workmen, time of day or night, and for the method of repairs for any temporary or permanent repairs the Contractor proposes to make to any other airport facilities and cables damaged by this Contractor. If any repair requires splicing, it shall be spliced at the direction of the Engineer. No work shall be backfilled or covered prior to approval by the Engineer. E. The Contractor shall have a sufficient supply of extra cable, connectors, splice kits and light fixtures on site to temporarily jump around damaged or cut cables and fixtures if necessary to make the existing runway/taxiway/NAVAIDS systems operational during scheduled aircraft operation periods. SPECIAL PROVISIONS IV-27 3019 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK SPECIAL PROVISIONS IV-28 3020 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SPECIAL PROVISION NO. 5 RESIDENT PROJECT REPRESENTATIVE 1. ON-SITE OBSERVATION. The Resident Project Observation for this contract shall be performed by the Engineer or his duly authorized representative. 2. DUTIES OF RESIDENT PROJECT REPRESENTATIVE. The RPRs Inspector's duties and responsibilities are to: a. Monitor performance of the Contractor; require correction of work that does not meet plans and specifications; and report serious problems to the Engineer and Owner. b. Determine test sites/locations, coordinate and supervise testing. C. Interpret plans and specification details. d. Resolve minor construction problems. e. Maintain project records. f. Review and approve requests for payment to the Contractor. g. Conduct day-to-day construction observations. h. Maintain a project diary on a daily basis. I. Maintain up-to-date records on quantities of work performed and quantities of materials in place. j. Contact Engineer for advice and assistance when needed and when major problems arise. k. Recommend to the Engineer when a Change Order or Supplemental Agreement is required. SPECIAL PROVISIONS IV-29 3021 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK SPECIAL PROVISIONS IV-30 3022 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SPECIAL PROVISION NO. 6 SAFETY AND SECURITY REQUIREMENTS 1. SAFETY REQUIREMENTS A. Construction Sequencing. All construction being accomplished under this contract shall be in accordance with the sequencing indicated on the drawings. B. Radio Communications. When working in an Air Operations Area (AOA), whether closed or not, the Contractor shall maintain communications by two- way radio with the Airport Radio Frequency during all hours of Radio Frequency operations. The Contractor's radios shall be capable of operating on the ground control frequency assigned to the Radio Frequency. The radio operator shall be trained on the use of the radio, including the terminology normally used on airports for ground control communications. If the Contractor is operating in more than one general area on the airport at the same time, additional radios shall be provided to allow coordination of work activities with the Airport Frequency. In addition to the above requirements for radios for use by Contractor's personnel, the Contractor shall provide a similar two-way radio for exclusive use by the Resident Inspector during normal working hours throughout the contract time period. C. Construction Activity and Aircraft Movements. During the time that the Contractor is performing some work, the Airport will remain in use by aircraft except as provided herein. To the extent feasible and convenient, in the opinion of the Engineer, the use by aircraft of runways and taxiways adjacent to areas where the Contractor is working will be so scheduled as to reduce disturbance to the Contractor's operations. Aircraft operations, unless otherwise specified in the contract specifications, shall always have priority over any and all of the Contractor's operations and the Contractor shall not allow his employees, sub-contractors, material men or any other persons over whom he has control, to enter or remain upon or allow any plant or materials to be brought or remain upon any part of the airport which, in the opinion of the Engineer, would be a hazardous location. Should aprons, runways or taxiways be required for use of aircraft and should the Engineer or Resident Inspector deem the Contractor to be too close to the portion used by aircraft for safety, he may in his sole discretion order the Contractor to suspend his operations, remove his personnel, plant, equipment and materials to a safe distance and stand by until the runway and taxiways are no longer required for use by aircraft. SPECIAL PROVISIONS IV-31 3023 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual D. Limitations of Construction 1) All Contractor vehicles that are authorized to operate on the Airport outside of the designated construction area limits or haul routes as specified on the plans and in the active Aircraft Operations Area (AOA) shall display in full view (360') above the vehicle a 3' x 3' or larger orange and white checkerboard flag, each checkerboard color being 1' square. Any vehicle operating in the active AOA during the hours of darkness shall be equipped with a flashing amber (yellow) dome-type light mounted on top of the vehicle display in full view (360') and of such intensity to conform to local codes for maintenance and emergency vehicles. 2) All Contractor vehicles that are required to cross active runways, taxiways and approach clear zones shall do so under direct control of a flagman. The flagman shall be trained and instructed by Airport Operations in the regulations governing operations on the AOA and the Airport. The flagman shall remain with his vehicle at all times. All aircraft traffic on runways, taxiways and aprons shall have priority over Contractor's traffic. In the event that flagman is not available, the Contractor must provide his authorized personnel with radios operating on the local ground control frequency of 121.9 for clearance when crossing active runways or taxiways. 3) No runway, taxiway apron or aircraft roadway shall be closed without written approval of the Airport Manager to enable necessary Notices to Airman (NOTAM) or advisories to airport service or tenants. A minimum of 48 hours notice of requested closing shall be directed to the Engineer who will coordinate the request with the Airport Manager. 4) Any construction activity within 75' of an active runway centerline or 62' from an active taxiway centerline or open excavations in excess of three inches (Y)deep within the above areas will require closure of the affected runway or taxiway unless otherwise approved by the Airport Manager. Closure requires the same provisions as Paragraph 3) above. 5) Open flames, welding or torch-cutting operations are prohibited unless adequate fire and safety precautions have been taken and the procedure approved by the Airport Manager. 6) Stockpiled material shall be constrained in a manner to prevent movement resulting from aircraft blast or wind conditions in excess of 10 knots. SPECIAL PROVISIONS IV-32 3024 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 7) Open trenches, excavation and stockpiled material located in the AOA shall be prominently marked with flags and lighted by approved light units during hours of visibility and darkness. 8) Contractor to provide barricades across pavement to isolate construction activities from aircraft operating areas at locations as determined by the Resident Inspector. Barricades to be orange and white striped , low-profile type barricades with battery operated red flashing lights or approved equal. Each barricade shall have a minimum of two flashing lights with the intensity of the lights being of such brightness so as to be readily identified during darkness periods. Barricades to be spaced continuously. Barricades are to be sandbagged as necessary to prevent from being blown over. Barricades shall be removed at individual locations as paving in the area is completed. Cost of barricades shall be incidental and included in the mobilization cost. 9) During runway closures, the Contractor shall use the runway closure markers (lighted X) provided by the Airport on each runway end (over runway numerals) in accordance with the special provisions of these specifications unless otherwise approved by the Engineer. 10) The Contractor shall keep all active airfield pavement clear of all debris, stones and other materials during construction. All active pavement shall be cleaned and inspected by the Contractor's superintendent prior to release of work crews after each shift of work. 11 All construction barricades shall be inspected by the Contractor's superintendent prior to release of work crews after each work shift to ensure barricades are properly placed and lighted for non-work hours. 12) Equipment, materials, open trenches, excavation and stockpiled material will not be allowed within 250' of centerline of active runways or within 62' of active taxiways after work operations are ceased each work shift. Coverings for open trenches must be of such strength as to support the weight of a 60,000 pound gross weight aircraft on an FAA dual-gear type undercarriage. 13) All existing facilities, equipment (runway/taxiway lights, visual aids, NAVAIDS, etc.) and underground utilities shall be carefully protected by the Contractor. Any damage to these items caused by SPECIAL PROVISIONS IV-33 3025 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual the Contractor or Sub-Contractors shall be immediately repaired and restored to a condition similar or equal to the original condition. E. Payment. No separate payment shall be made for the safety requirements stated above. All costs necessary to provide these items or services shall be included in other bid items quoted in the Bid Proposal. 2. SECURITY REQUIREMENTS - CONTRACTOR A. General Intent. The Contractor shall comply with all security requirements specified herein. The Contractor shall designate in writing the name of his Contractor Security Officer (CSO). The CSO shall represent the Contractor on the security requirements of the contract. B. Construction Security Committee. The committee shall be established by the Manager or Director concurrent with the life of this contract to monitor, coordinate and adopt new security procedures relating to this contract. Meeting shall be scheduled by the Manager or Director. Committee membership shall include the CSO, the Manager or Director and such other personnel as the Manager or Director may designate. C. Contractor Personnel Security Orientation. The CSO shall be responsible for briefing all contractor personnel on these requirements and, from time to time, other security provisions adopted by the Construction Security Committee. All new contractor employees shall be briefed on these requirements prior to working in the construction area. D. Access to the Site. Contractor's access to the site shall be as shown on the plans. No other access points shall be allowed unless approved by the Manager or Director. All contractor traffic authorized to enter the site shall be operated by personnel experienced in the route or guided by contractor personnel. The Contractor shall be responsible for traffic control to and from the various construction areas on airport property. The Contractor shall be responsible for immediate clean-up of any debris deposited along any route resulting from his construction traffic. Directional signing at the access point and along the delivery route to the storage area or work sites shall be as directed by the Resident Project Engineer or Representative. E. Materials Delivery to the Site. All Contractor's material deliveries to the site shall enter the airport only at designated gates and such deliveries shall be escorted to the construction site by experienced contractor personnel. This will preclude delivery trucks from entering into the airport or taking short cuts through the perimeter gates and entering into aircraft operation areas inadvertently. SPECIAL PROVISIONS IV-34 3026 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual F. Identification - Vehicles. The Contractor shall establish and maintain a list of contractor and sub-contractor vehicles authorized to operate on the site. Vehicle permits shall be assigned in a manner to assure positive control of all vehicles at all times. Each vehicle shall display a large company sign on both sides of vehicles. The CSO shall maintain a current list of companies authorized to enter and conduct work on the airport. Employee personal vehicles shall be parked in designated areas. These vehicles shall not enter the airfield at any time. All vehicles and equipment entering the job site shall display the company's logo and/or name. The Contractor shall disconnect backup beepers and prevent banging tailgates during nighttime operations. The Contractor will be required to use flaggers to direct equipment movement in the staging area during nighttime hours. The Contractor's vehicles will not be allowed access to other portions of the Airport other than the work and staging areas. All construction employee vehicles must be parked in the designated staging area. Privately owned vehicles may be allowed on the airfield at the discretion of Marathon Airport. All equipment will be parked in the staging area at the close of work each and whenever it is not in use. All equipment booms must be lowered at the close of each day's work or when stored. The Contractor much control all project related construction access through the designated project access gates and/or doors. The access point must be secured following entry. G. Identification — Personnel. Gate access cards will be issued to the Contractor for access to the work sites. Gate cards will be issued to key personnel, for example supervisors and site superintendents. All individuals granted access to the work area will be made to understand the work zone limits and may not, under any circumstances, go beyond the work limits. H. Manager or Director. The work on the Florida Keys Marathon International Airport shall be under the direction of the Airport Manager or his authorized agent(s). I. Construction Area Limits. The limits of construction, material storage areas, equipment storage area, parking area and other areas defined as required for the Contractor's exclusive use during construction shall be marked. The Contractor shall erect and maintain around the perimeter of these areas suitable fencing marking and/or warning devices visible for day/night use. J. Contractor shall maintain security at all times during construction. SPECIAL PROVISIONS IV-35 3027 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual K. Payment. No separate payment for the above security requirements shall be made. All costs necessary to cover these items and services shall be included as part of other bid items quoted in the Bid Proposal. 3. AIRPORT SECURITY REQUIREMENTS A. General. The federal Transportation Security Administration is the federal agency primarily responsible for overseeing the security measures utilized by the airport owner pursuant to the relevant provisions of Chapter 49, United States Code, and regulations adopted under the authority of the Code, including but not limited to 49 CFR 1540, et seq. Violations of the statutes or regulations may result in severe civil monetary penalties being assessed against the airport operator. It is the intent of the airport operator that the burdens and consequences of any security violations imposed upon the airport operator as a result of actions by an airport tenant or the airport tenant's employees, agents, invitees, or licensees shall be borne (by the airport tenant. B. Airport Tenant Defined. An airport tenant means any person, entity, organization, partnership, corporation, or other legal association that has an agreement with the airport operator to conduct business on airport property. The term also includes an airport tenant as defined in 49 CFR 1540.5. Each signatory to this Agreement, other than the airport operator, is an airport tenant. C. Airport Operator Defined. As used in this Agreement, airport operator means Monroe County, Florida, its elected and appointed officers, and its employees. D. Airport Property Defined. Airport property shall mean the property owned or leased by, or being lawfully used by, the airport operator for civil aviation and airport-related purposes. For purposes of this Agreement, airport property is the property generally referred to as the Key West Airport, the Marathon Airport, or both as may be set forth in this Agreement. E. Inspection Authority. The airport tenant agrees to allow Transportation Security Administration (TSA) authorized personnel, at any time or any place, to make inspections or tests, including copying records, to determine compliance of the airport operator or airport tenant with the applicable security requirements of Chapter 49, United States Code, and 49 CFR 1540, et seq. F. Airport Security Program. The airport tenant agrees to become familiar, to the extent permitted by the airport operator, with the Airport Security Program promulgated by the airport operator and approved by TSA, and also agrees to conform its' operations and business activities to the requirements of the Airport Security SPECIAL PROVISIONS IV-36 3028 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Program. G. Tenant Security Program. If permitted under TSA regulations, the airport tenant may voluntarily undertake to maintain an Airport Tenant Security Program as referred to in 49 CFR 1542.1 13. If the airport tenant voluntarily promulgates an Airport Tenant Security Program that is approved by TSA, such program, as may be amended and approved from time to time, shall be automatically incorporated into this Agreement. H. Breach of Agreement. Should TSA determine that the airport tenant or one or more of the airport tenant's employees, agents, invitees, or licensees has committed an act or omitted to act as required, and such act or omission is a violation which results in TSA imposing a civil penalty against the airport operator in accordance with TSA's Enforcement Sanction Guidance Policy, such determination and imposition of a civil penalty by TSA shall be considered a significant breach of this Agreement. 1) Minimum Violation. If the violation is the first or second violation attributed to the airport tenant and is a civil penalty "minimum violation" as provided for in TSA's Enforcement Sanction Guidance Policy, the airport tenant may cure the breach by paying to the airport operator the total costs incurred by the airport operator, including any fines or penalties imposed, in investigating, defending, mitigating, compromising, or taking of remedial measures as may be agreed to by TSA, to include but not be limited to reasonable attorney's fees and costs incurred in the investigation, defense, compromising, mitigation, or taking of remedial action measures. If the violation is a third violation, or there are multiple violations in excess of two violations, that is or are a civil penalty "minimum violation", the airport tenant shall pay to the airport operator the total costs incurred by the airport operator, including any fines or penalties imposed, in investigating, defending, compromising, mitigating, or taking of remedial measures as may be agreed to by TSA, to include but not be limited to reasonable attorney's fees an d costs incurred in the investigation, defense, compromising, mitigation, or taking of remedial action measures; and, further, the airport operator shall have the right to unilaterally cancel this Agreement, such cancellation to be effective thirty calendar days after receipt by the airport tenant of written notice of cancellation of this Agreement by the airport operator. 2) Moderate Violation. If the violation is the first or second violation attributed to the airport tenant and is a civil penalty "moderate violation"as provided for in TSA's Enforcement Sanction Guidance SPECIAL PROVISIONS IV-37 3029 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Policy, the airport tenant may cure the breach by paying to the airport operator the total costs incurred by the airport operator, including any fines or penalties imposed, in investigating, defending, compromising, mitigating, or taking of remedial measures as may be agreed to by TSA, to include but not be limited to reasonable attorney's fees and costs incurred in the investigation, defense, compromising, mitigation, or taking of remedial action measures; and, further, the airport tenant may cause al I of airport tenant's employees involved in the airport tenant's business operations on the airport property to undergo such security training as may be required by the airport operator. The total cost of the training shall be paid for by the airport tenant. If the violation is a third violation, or there are multiple violations in excess of two violations, that is or are a civil penalty "moderate violation", the airport tenant shall pay 'to the airport operator the total costs incurred by the airport operator, including any fines or penalties imposed, in investigating, defending, compromising, mitigating, or taking of remedial measures as may be agreed to by TSA, to include but not be limited to reasonable attorney's fees and costs incurred in the investigation, defense, compromising, mitigation, or taking of remedial action measures; and, further, the airport operator shall have the right to unilaterally cancel this Agreement, such cancellation to be effective thirty calendar days after receipt by the airport tenant of written notice of cancellation of this Agreement by the airport operator. 3) Maximum Violation. If the violation is the first violation attributed to the airport tenant and is a civil penalty "maximum violation" as provided for in ITSA's Enforcement Sanction Guidance Policy, the airport tenant may cure the breach by paying to the airport operator the total costs incurred by the airport operator, including any fines and penalties imposed, in investigating, defending, compromising, mitigating, or taking of remedial measures as may be agreed to by TSA, to include but not be limited to reasonable attorney's fees and costs incurred in the investigation, defense, compromising, mitigation, or taking of remedial action measures; and, further, the airport tenant may cause all of airport tenant's employees involved in the airport tenant's business operations on the airport SPECIAL PROVISIONS IV-38 3030 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual propertyto undergo such security training as may be required by the airport operator. The total cost of the training shall be paid for by the airport tenant. If the violation is a second violation, or there are multiple violations, that is or are a civil penalty "maximum violation" the airport tenant shall pay to the airport operator the total costs incurred by the airport operator, including any fines or penalties imposed, in investigating, defending, compromising, mitigating, or taking of remedial measures as may be agreed to by TSA, to include but not be limited to reasonable attorney's fees and costs incurred in the investigation, defense, compromising, mitigation, or taking of remedial action measures; and, further, the airport operator shall have the right to unilaterally cancel this Agreement, such cancellation to be effective thirty calendar days after receipt by the airport tenant of written notice of cancellation of this Agreement by the airport operator. 4) Mitigation of Breach. TSA has a policy of forgoing civil penalty actions when the airport operator detects violations, promptly discloses the violations to TSA, and takes prompt corrective action to ensure that the same or similar violations do not recur. This policy is known as the TSA Voluntary Disclosure Program Policy, and is designed to encourage compliance with TSA regulations, foster secure practices, and encourage the development of internal evaluation programs. The airport tenant agrees that upon detecting a violation the airport tenant will immediately report it to the airport operator. Should the TSA ultimately determine that the violation was committed by the airport tenant, or an employee, agent, invitee, or licensee of the airport tenant, but the violation should result in the issuance of a letter of correction in lieu of a civil penalty, then the airport tenant shall reimburse the airport operator the total costs incurred by the airport operator in investigating, defending, mitigating, or taking of remedial measures as may be agreed to by TSA, to include but not be limited to reasonable attorney's fees and costs incurred in the investigation, defense, mitigation, or taking of remedial action measures. A violation resulting in the issuance of a letter of correction shall not be considered to be a breach of this Agreement by the airport tenant. 4) Survival of Sub-Section. This sub-section h shall survive the cancellation or termination of this Agreement, and shall be in full force and effect. SPECIAL PROVISIONS IV-39 3031 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual I . Hold Harmless; Indemnification; Defense; Release; Survival. Notwithstanding any minimum insurance requirements prescribed elsewhere in this Agreement, the airport tenant agrees to hold harmless, indemnify, defend and release the airport operator, and the airport operator's elected and appointed officers and employees, from any claims, actions, causes of action, litigation, administrative proceedings, appellate proceedings, or other proceedings relating to any and all types of injury, including death, loss, damage, fines, penalties, or business interruption of any nature whatsoever, of or to any person or property in connection with the use of the airport property under this Agreement, regardless of causation and including criminal acts of third parties; and especially including any and all fines, penalties, out of pocket expenses, attorney's fees and costs, and costs of remediation or additional security measures required to be implemented by any governmental agency (including but not limited to the Federal Aviation Administration and the Transportation Security Administration) resulting from a violation of any federal law or federal regulation. This sub- section shall survive the cancellation or termination of this Agreement. SPECIAL PROVISIONS IV-40 3032 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SPECIAL PROVISION NO. 7 LIST OF DRAWINGS The drawings which show the location, character, dimensions and details of the work to be done and which are to be considered as a part of the contract supplementary to the specifications are as follows: RELOCATE RWY 7-25 GENERAL G-001 COVER SHEET G-002 INDEX OF DRAWINGS, ABBREVIATIONS & LEGEND G-003 GENERAL NOTES G-004 SUMMARY OF QUANTITIES G-005 GENERAL SITE AND SURVEY CONTROL PLAN G-101 HAUL ROUTE AND PART 77 SURFACES G-201 SOIL BORING LOCATION PLAN G-202 SOIL BORING PROFILES G-203 SOIL BORING PROFILES G-204 SOIL BORING PROFILES G-205 PAVEMENT CORE DATA TABLE G-300 GENERAL CONSTRUCTION SAFETY AND PHASING PLAN AND NOTES G-301 PHASE 1 CONSTRUCTION SAFETY AND PHASING PLAN AND NOTES G-302 PHASE 2 CONSTRUCTION SAFETY AND PHASING PLAN AND NOTES G-303 PHASE 3 CONSTRUCTION SAFETY AND PHASING PLAN AND NOTES G-304 PHASE 4 CONSTRUCTION SAFETY AND PHASING PLAN AND NOTES G-305 PHASE 5 CONSTRUCTION SAFETY AND PHASING PLAN AND NOTES G-320 SAFETY DETAILS AND NOTES (1 OF 3) G-321 SAFETY DETAILS AND NOTES (2 OF 3) G-322 SAFETY DETAILS AND NOTES (3 OF 3) CIVIL C-101 EXISTING CONDITIONS C-102 EXISTING CONDITIONS C-103 EXISTING CONDITIONS C-104 EXISTING CONDITIONS C-105 EXISTING CONDITIONS C-106 EXISTING CONDITIONS C-201 DEMOLITION PLAN C-202 DEMOLITION PLAN C-203 DEMOLITION PLAN C-204 DEMOLITION PLAN C-205 DEMOLITION PLAN C-206 DEMOLITION PLAN C-301 GEOMETRY PLAN C-302 GEOMETRY PLAN C-303 GEOMETRY PLAN C-304 GEOMETRY PLAN C-305 GEOMETRY PLAN SPECIAL PROVISIONS IV-41 3033 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual C-306 GEOMETRY PLAN C-310 RUNWAY 7-25 PROFILES STA. 3+00 THRU STA. 22+00 C-311 RUNWAY 7-25 PROFILES STA. 22+00 THRU STA. 42+00 C-312 RUNWAY 7-25 PROFILES STA. 42+00 THRU STA. 62+00 C-313 TAXIWAY PROFILES Al, A2, A3, A4 AND A5 C-401 PAVEMENT MARKING PLAN C-402 PAVEMENT MARKING PLAN C-403 PAVEMENT MARKING PLAN C-404 PAVEMENT MARKING PLAN C-405 PAVEMENT MARKING PLAN C-406 PAVEMENT MARKING PLAN C-410 PAVEMENT MARKING DETAILS C-411 PAVEMENT MARKING DETAILS C-412 GROVING PLAN AND DETAILS C-501 TYPICAL SECTIONS C-502 TYPICAL SECTIONS C-601 GRADING AND DRAINAGE PLAN C-602 GRADING AND DRAINAGE PLAN C-603 GRADING AND DRAINAGE PLAN C-604 GRADING AND DRAINAGE PLAN C-605 GRADING AND DRAINAGE PLAN C-606 GRADING AND DRAINAGE PLAN C-610 DRAINAGE SCHEDULE AND DETAILS C-620 FDOT STANDARD PLANS NO. 425-001 (4 OF 8) C-621 FDOT STANDARD PLANS NO. 425-001 (5 OF 8) C-622 FDOT STANDARD PLANS NO. 425-001 (6 OF 8) C-623 FDOT STANDARD PLANS NO. 425-052 (1 OF 14) C-624 FDOT STANDARD PLANS NO. 425-052 (3 OF 14) C-625 FDOT STANDARD PLANS NO. 425-052 (9 OF 14) C-701 EROSION CONTROL PLAN C-702 EROSION CONTROL PLAN C-703 EROSION CONTROL PLAN C-704 EROSION CONTROL PLAN C-705 EROSION CONTROL PLAN C-706 EROSION CONTROL PLAN C-710 EROSION CONTROL DETAILS C-800 RUNWAY CROSS SECTIONS - STA. 3+00 THRU 5+50 C-801 RUNWAY CROSS SECTIONS - STA. 6+00 THRU 8+50 C-802 RUNWAY CROSS SECTIONS - STA. 9+00 THRU 11+50 C-803 RUNWAY CROSS SECTIONS - STA. 12+00 THRU 14+50 C-804 RUNWAY CROSS SECTIONS - STA. 15+00 THRU 17+50 C-805 RUNWAY CROSS SECTIONS - STA. 18+00 THRU 20+50 C-806 RUNWAY CROSS SECTIONS - STA. 21+00 THRU 23+50 C-807 RUNWAY CROSS SECTIONS - STA. 24+00 THRU 26+50 C-808 RUNWAY CROSS SECTIONS - STA. 27+00 THRU 29+50 C-809 RUNWAY CROSS SECTIONS - STA. 30+00 THRU 32+50 C-810 RUNWAY CROSS SECTIONS - STA. 33+00 THRU 35+50 C-811 RUNWAY CROSS SECTIONS - STA. 36+00 THRU 38+50 C-812 RUNWAY CROSS SECTIONS - STA. 39+00 THRU 41+50 C-813 RUNWAY CROSS SECTIONS - STA. 42+00 THRU 44+50 SPECIAL PROVISIONS IV-42 3034 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual C-814 RUNWAY CROSS SECTIONS - STA. 45+00 THRU 47+50 C-815 RUNWAY CROSS SECTIONS - STA. 48+00 THRU 50+50 C-816 RUNWAY CROSS SECTIONS - STA. 51+00 THRU 53+50 C-817 RUNWAY CROSS SECTIONS - STA. 54+00 THRU 56+50 C-818 RUNWAY CROSS SECTIONS - STA. 57+00 THRU 58+50 C-819 RUNWAY CROSS SECTIONS - STA. 59+00 THRU 61+00 C-830 TAXIWAY Al CROSS SECTIONS - STA. 100+50 THRU 103+50 C-831 TAXIWAY A2 CROSS SECTIONS - STA. 200+50 THRU 202+00 C-832 TAXIWAY A3 CROSS SECTIONS - STA. 300+50 THRU 302+00 C-833 TAXIWAY A4 CROSS SECTIONS - STA. 400+50 THRU 402+00 C-834 TAXIWAY A5 CROSS SECTIONS - STA. 500+50 THRU 503+00 C-835 TAXIWAY A5 CROSS SECTIONS - STA. 503+50 ELECTRICAL E-001 ELECTRICAL NOTES & ABBREVIATIONS E-002 ELECTRICAL LEGEND E-101 ELECTRICAL DEMOLITION PLAN E-102 ELECTRICAL DEMOLITION PLAN E-103 ELECTRICAL DEMOLITION PLAN E-104 ELECTRICAL DEMOLITION PLAN E-105 ELECTRICAL DEMOLITION PLAN E-106 ELECTRICAL DEMOLITION PLAN E-107 ELECTRICAL DEMOLITION PLAN E-108 ELECTRICAL DEMOLITION PLAN E-201 PROPOSED ELECTRICAL PLAN E-202 PROPOSED ELECTRICAL PLAN E-203 PROPOSED ELECTRICAL PLAN E-204 PROPOSED ELECTRICAL PLAN E-205 PROPOSED ELECTRICAL PLAN E-206 PROPOSED ELECTRICAL PLAN E-207 PROPOSED ELECTRICAL PLAN E-208 PROPOSED ELECTRICAL PLAN E-301 FIXTURE LAYOUT PLAN E-302 FIXTURE LAYOUT PLAN E-303 FIXTURE LAYOUT PLAN E-304 FIXTURE LAYOUT PLAN E-305 FIXTURE LAYOUT PLAN E-306 FIXTURE LAYOUT PLAN E-401 ELECTRICAL VAULT EQUIPMENT DEMOLITION PLAN E-402 ELECTRICAL VAULT EQUIPMENT PROPOSED PLAN E-403 ELECTRICAL VAULT DETAILS 1 E-404 ELECTRICAL VAULT DETAILS 2 E-405 ELECTRICAL VAULT DETAILS 3 E-406 ELECTRICAL VAULT DETAILS 4 E-501 ELECTRICAL DETAILS 1 E-502 ELECTRICAL DETAILS 2 E-503 ELECTRICAL DETAILS 3 E-504 ELECTRICAL DETAILS 4 E-505 ELECTRICAL DETAILS 5 E-506 ELECTRICAL DETAILS 6 SPECIAL PROVISIONS IV-43 3035 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual E-507 ELECTRICAL DETAILS 7 E-508 ELECTRICAL DETAILS 8 E-601 GUIDANCE SIGN SCHEDULE E-602 FIXTURE SCHEDULE 1 E-603 FIXTURE SCHEDULE 2 E-604 FIXTURE SCHEDULE 3 E-701 FAA REIL RELOCATION DETAILS 1 E-702 FAA REIL RELOCATION DETAILS 2 E-703 FAA REIL RELOCATION DETAILS 3 E-704 FAA REIL RELOCATION DETAILS 4 E-705 FAA REIL RELOCATION DETAILS 5 E-706 FAA REIL RELOCATION DETAILS 6 E-707 FAA REIL RELOCATION DETAILS 7 SPECIAL PROVISIONS IV-44 3036 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SPECIAL PROVISION NO. 8 TEMPORARY FACILITIES 1. GENERAL DEFINITIONS A. This section specifies certain minimum temporary facilities to be provided regardless of methods and means selected for performance of the work but not by way of limitation and not assured for compliance with governing regulations. Use of alternate temporary facilities may be permitted subject to the Engineer's and Owner's approval and acceptance. B. Energy Considerations: Administer the use of temporary facilities in a manner which conserves energy but without delaying work or endangering persons or property; comply with reasonable requests by the Engineer and Owner. C. Costs: Except as otherwise indicated, costs associated with temporary facilities are the Contractor's. Temporary facilities remain the property and responsibility of the Contractor. D. Dust Control: Adequate measures shall be taken to prevent the transfer of dust to other areas of the airport complex. E. Noise Control: Where work is being conducted in or adjacent to occupied areas, the Contractor shall make every effort to keep construction noise to a minimum. F. Fire Protection: In addition to temporary water service for construction and the placing of permanent fire protection facilities in operating condition at earliest feasible date, provide fire extinguishers of types and sizes recommended by NFPA or any other governing authority or agency. Provide Type A extinguishers in field offices and for similar exposures, Type ABC in construction areas. Locate extinguishers near each entrance. Prohibit smoking except in marked, non-hazardous areas. Smoking in existing premises is prohibited. G. Environmental Protection: Review exposure to possible environmental problems with the Engineer and Owner. Establish procedures and discipline among tradesmen and provide needed facilities which will protect against environmental problems (pollution of air, water and soil, excessive noise and similar problems). SPECIAL PROVISIONS IV-45 3037 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 2. TEMPORARY PROTECTION Provide facilities and services as necessary to effectively protect project from losses and persons from injury during the course of construction. The existing utilities shall not be modified for use by the Contractor. Do not interrupt existing services serving occupied or used facilities except when authorized in writing by the Owner. Provide temporary services during interruptions to existing utilities as acceptable to the Owner. The Contractor shall furnish electrical and water utilities as required and provide temporary power, telephone and system connections where required by the Owner to continue operation of existing equipment or systems during construction. 3. TEMPORARY STAGING/STORAGE AREAS A. The Contractor may provide a trailer or prototype building field office for his own use. The location of the field office or building must be approved by the Engineer and Owner. All costs for connection to utilities shall be paid for by the Contractor. Water, electric and telephone will be available on site. Equipment not in use during construction, nights and/or holidays shall be parked in areas designated by the Engineer and Owner. Construction workers' private vehicles shall be parked within the areas. B. During construction, the Contractor shall maintain these areas in a neat condition. The Contractor's vehicles, equipment and materials shall be stored in the areas designated by the Engineer. Upon completion of the work, the staging and storage areas shall be cleaned up and returned to their original condition to the satisfaction of the Owner. Remove all construction fencing and barricades from the project site. No special payment will be made for clean-up and restoration of the storage area. Personal vehicles will not be permitted beyond the Contractor's parking area. Drivers of vehicles being operated beyond this area shall be subject to loss of permission to enter the construction site. C. If additional storage areas are needed, the Contractor may request it from the Engineer. The request will be reviewed on the basis of what is to be stored and the area needed. The Contractor shall provide any necessary fencing and/or security. 4. TEMPORARY CONSTRUCTION FACILITIES A. Access to the work area: Contractor shall provide access to the Work Area (Means and Methods) prior to construction. This access shall comply with all governing regulations. Contractor shall obtain a specific permit for this temporary access if it is required by any regulatory agency. The cost of the access with all associated permits are the SPECIAL PROVISIONS IV-46 3038 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Contractor's responsibility. B. De-watering: Maintain construction work free of water accumulation. Do not endanger the work or adjacent properties. C. Miscellaneous Facilities: Provide miscellaneous facilities as needed including ladders, runways, shoring, scaffolding, railing, bracing, barriers, closures, platforms, temporary partitions and similar items. 5. TEMPORARY SUPPORT FACILITIES A. General: Provide facilities and services as may be needed to properly support the primary construction process and meet governing regulations. B. Drinking Water: Provide either pipe-connected potable water fountains or electric cooled bottled water fountains or insulated potable water containers in work areas spaced so that personnel at the site will travel no more than 300 feet. C. Toilets: Furnish adequate temporary sanitary facilities within the Contractor's staging and storage areas located on the drawings for the use of workmen during the entire period of construction. Temporary facilities shall be furnished at a minimum ratio of one toilet for each 25 workmen or as required by local governing code, whichever is greater. The toilets shall be portable, chemical type or water-borne type connected to an approved existing sanitary sewer. Toilets shall be placed or installed in conformity with local governing code requirements and shall be enclosed in a weather-tight, fly-proof building with a self-closing door. The building shall be tied down to prevent overturning by wind. Provide standard, roll-type toilet paper holder and a supply of standard, roll-type toilet tissue. The premises shall be thoroughly disinfected at least twice each week. Provide means for locking the door from the outside and keep locked at all times except during hours that workmen are at the project site. SPECIAL PROVISIONS IV-47 3039 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 6. TEMPORARY UTILITY SERVICES A. The Contractor shall coordinate the requirements for temporary utilities with the Owner and shall install at the Contractor's expense all necessary utilities in a safe, acceptable manner. Should leaks, breaks, etc. occur during installation or use, the Contractor shall immediately notify the appropriate utility personnel and promptly repair the utility so as to keep disruption of service to a minimum. B. The Contractor shall provide temporary wiring if required. All wiring shall meet all safety requirements of the National Electrical Code, Florida Department of Commerce, Bureau of Workers' Compensation or local requirements. In addition, all wire shall be so sized that it is not overloaded according to the National Electrical Code and all wire used shall be fused to adequately protect that wire according to the Code referred to. C. The Contractor shall provide all temporary lines and connections from existing sources of water as required for the work. The Contractor is responsible for proper drainage of water used. D. The Contractor shall furnish all temporary wiring, piping connections and other apparatus that is needed to operate the utilities and shall remove all evidence of same when work is complete. E. The Contractor is responsible for obtaining and paying for all utilities that he requires at the project site. 7. STAGING, STOCKPILE AND SPOIL AREAS The staging area(s) depicted on the plans shall be used to store all idle equipment, supplies and construction materials (other than bulk materials such as aggregate, sand and soil). The Contractor may erect and maintain throughout the life of this contract, at his expense, a six-foot high fence of chain link fabric around the perimeter of each staging area used. He may also install vehicle and pedestrian gates as necessary to provide adequate ingress/egress. Additionally, the perimeter of any staging area which abuts an active operation pavement shall be marked with red flashing barricades no more than 50 feet apart. Upon completion of all work, remove all construction fencing and barricades from the project site. The Contractor's vehicles, equipment and materials shall be stored in the area designated on the plans. Upon completion of the work, the storage area shall be cleaned up and returned to its original condition to the satisfaction of the Owner. SPECIAL PROVISIONS IV-48 3040 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual Personal vehicles will not be permitted beyond the Contractor's parking area. Drivers of vehicles being operated beyond this area shall be subject to loss of permission to enter the construction site. Equipment not in use during construction, nights and/or holidays will be parked in the Contractor's staging area. Exceptions will only be approved by the Engineer when absolutely necessary. Parking of construction workers' private vehicles shall also be within the staging area construction fence. Stockpile areas shall be used to store all bulk materials needed for the project and may or may not be fenced at the Contractor's option. However, yellow flashing barricades shall be installed where potential conflicts with air or ground vehicular traffic might occur. Separate stockpiles shall be created for the project construction. Separate stockpiles shall be created for structural soil and topsoil. Stockpiles shall not penetrate the FAR Part 77 imaginary surfaces. All other waste material, including rubble and debris, shall be removed from the Airport at the Contractor's expense. No stockpile areas to store all bulk materials for the project are provided. All material removed by excavation, such as concrete, asphalt or limerock, trash, rubbish and vegetation shall be transported off the Airport limits when it is taken up. It will not be stockpiled on Airport property. The Contractor shall provide all necessary temporary environmental controls as required by laws, regulations or as directed by the Engineer (including, but not limited to: hay bales, siltation fence, etc.) to protect the environment from erosion of any stockpile areas. The cost for these temporary environmental controls shall be considered incidental to the project. SPECIAL PROVISIONS IV-49 3041 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK SPECIAL PROVISIONS IV-50 3042 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SPECIAL PROVISION NO . 9 DEWATERING Dewatering operations and any permits necessary to complete any portion of this project, including but not limited to drainage pipe and structure installation shall be considered incidental to the bid item for which de-watering may be necessary. All water pumped out of construction areas shall be discharged through a portable sediment removal/filtration system (dewatering bag) prior to discharge into a storm sewer inlet. No separate payment will be made for the cost of dewatering. SPECIAL PROVISIONS IV-51 3043 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK SPECIAL PROVISIONS IV-52 3044 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SPECIAL PROVISION NO . 10 PRECEDENCE OF DOCUMENTS 1 . GENERAL. The Bid Documents, Contract, Special Provisions, General Provisions, Specifications, Plans and all referenced Standards cited in these documents are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary to describe and provide for a complete work. 2. ORDER OF PRECEDENCE. In case of conflicts within the above-mentioned documents, the order of precedence shall be as follows: A. Bid Documents (Division 1)(including any and all Addenda) B. Contract (Division 11) C. Special Provisions (Division IV) D. Technical Specifications (Division V) E. General Provisions (Division III) F. Plans (large scale detail drawings over smaller scale general drawings) SPECIAL PROVISIONS IV-53 3045 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK SPECIAL PROVISIONS IV-54 3046 Florida Keys Marathon Tnternational Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SPECIAL PROVISION NO. 11 FINAL PAY REQUESTS AND RELATED FORMS In addition to the requirements for payments (Partial and Final) stipulated in General Provisions (Division III) Section 90 MEASUREMENT AND PAYMENT and in Special Provision No. 1 PROJECT GENERAL REQUIREMENTS Section 25 (Division IV). All pay requests shall be prepared by the Contractor within the time frames stipulated in the County Procedures unless otherwise approved by the Engineer and Owner. Pay Requests and related forms shall be submitted in one (1) original and one (1) copy to the Engineer, unless otherwise instructed by him. Contractor shall use Monroe County Application for Payment form which will be provided to contractors at the pre-construction meeting, and shall provide related forms from the American Institute of Architects, such as: L Change Order (Form G-701) C Certificate of Substantial Completion (Form G-704) C Contractor's Affidavit of Payment of Debts and Claims (Form G-706) L Contractor's Affidavit of Release of Liens (Form G-706A) C Consent of Surety to Final Payment (Form G-707) SPECIAL PROVISIONS IV-55 3047 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual INTENTIONALLY LEFT BLANK SPECIAL PROVISIONS IV-56 3048 iiriiiida 1(eys Mairalt1hain Monroe County RELOCATE RUNWAY 7-25 Bid Documents Project Manual - Volume 2 OF 2 BIDDING REQUIREMENTS AND CONTRACT FORMS j U ER N Prepared for: THE MONROE COUNTY BOARD OF COUNTY COMMISSIONERS Mr. David Rice, District 4 Commissioner Mr. Craig Cates, District 1 Commissioner Ms. Michelle Lincoln, District 2 Commissioner Mr. Jim Scholl, District 3 Mayor Pro Tem Ms. Holly Raschein, District 5 Mayor Prepared by: vacobs 3150 SW 38th Ave., Suite 700 Miami, FL 33146 305.441 .1864 APRIL 2024 3049 Florida Keys Marathon Tnternational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual TABLE OF CONTENTS -VOLUME 2 of 2 BIDDING REQUIREMENTS AND CONTRACT FORMS Division V-Technical Specifications 1. C-099 FDOT Standard Specifications 2. C-100 Contractor Quality Control Program(CQCP) 3. C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control 4. C-105 Mobilization 5. C-110 Method of Estimating Percentage of Material Within Specification Limits(PWL) 6. P-101 Preparation/Removal of Existing Pavements 7. P-102 Safety and Security 8. P-151 Clearing and Grubbing 9. P-152 Excavation, Subgrade, and Embankment 10. P-153 Controlled Low-Strength Material(CLSM) 11. P-211 Lime Rock Base Course 12. P-401 Asphalt Mix Pavement 13. P-501 Cement Concrete Pavement 14. P-602 Emulsified Asphalt Prime Coat 15. P-603 Emulsified Asphalt Tack Coat 16. P-605 Joint Sealants for Concrete Pavements 17. P-606 Adhesive Compounds, Two-Component for Sealing Wire and Lights in Pavement 18. P-610 Concrete for Miscellaneous Structures 19. P-620 Runway and Taxiway Marking 20. P-621 Saw-Cut Grooves 21. D-701 Pipe for Storm Drains and Culverts 22. D-751 Manholes, Catch Basins, Inlets and Inspection Holes 23. L-105 Alterations, Removal and Demolition 24. L-108 Underground Power Cable for Airports 25. L-110 Airport Underground Electrical Duct Banks and Conduits 26. L-115 Electrical Manholes and Junction Structures 27. L-125 Installation of Airport Lighting Systems 28. L-900 Relocation of FAA Navaids 29. T-901 Seeding TABLE OF CONTENTS 3050 Florida Keys Marathon Tntemational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 30. T-904 Sodding 31. T-905 Topsoiling Appendix 1 —Construction Safety and Phasing Plan Appendix 2—Geotechnical Investigation Appendix 3—FDOT Specifications TABLE OF CONTENTS 3051 TECHNICAL SPECIFICATIONS 3052 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item C-099 FDOT Standard Specifications DESCRIPTION 099-1.1 The construction details for various items of work as required by the Project Documents and/or shown on the Project Plans shall conform in their entirety to Divisions II and III of the Florida Department of Transportation Standard Specification for Road and Bridge Construction date 2021 (except as noted) including all FDOT Supplements and as modified hereinafter except as noted. The construction details contained in the Divisions,which are not required to accomplish the work set out in the Project Documents and/or shown on the Project Plans,will have no application to these specifications. GENERAL 099-2.1 Standard Specifications and Design Standards. These standard specifications can be obtained from the Florida Department of Transportation as follow: Florida Department of Transportation Standard Specifications for Road and Bridge Construction,Dated 2021 And Florida Department of Transportation Standard Plans for Road Construction_Dated 2021 Florida Department of Transportation Map and Publication Sales Mail Station 12 605 Suwannee Street Tallahassee,Florida 32399-0450 (850)414-4050 Fax (850)414-4915 httl2://www.dot.state.fl.us The Contractor shall have at least one (1) copy of the standard specifications available at the project site at all times during construction. 099-2.2 Conflicts. In the event of any conflict(s)between the Contract Documents and the FDOT Standard Specifications or Design Standards,the precedence in resolving such conflict(s) shall be as follows: a. Bidding and Contract Requirements, and Technical Specifications for this project as located in the Project Documents shall govern over FDOT Bid and Contract Requirements. b. Greater quantities shall govern over lesser. c. Higher quality and/or more stringent requirements as adjudged by the RPR shall govern over lesser. 099-2.3 General Intent. The general intent in the use of the FDOT Standard Specifications and Design Standards is to simplify and standardize the construction of the project by allowing the Contractor to follow common construction practices and use readily available material, equipment and construction methods. The FDOT Standard Specifications are not to be used to modify or change the Project Contract Documents. FDOT STANDARD SPECIFICATIONS C-099-1 3053 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 099-2.4 Definitions. The definitions of terms as used in the FDOT Standards Specifications shall be modified as follows: a. Any reference to the "Engineer", "Engineer of Tests", or"Division of Tests", shall be understood to mean the Engineer of the Owner as stated in the Contract Documents or Owner. b. Any reference to"Department", "State of Florida Department of Transportation", "State"or "FDOT", shall be understood to mean the Owner when referencing contractual requirements. c. Definitions of terms as given in the Project Documents. 099-2.5 Method of Measurement. No Separate Measurement will be made for complying with the Standard FDOT Specifications. 099-2.6 Basis of Payment. Given that this project has a limited number of bid items, all sections concerning the"Basis of Payment"that are listed in the FDOT Standard Specification references shall be deleted. The "Basis of Payment"for all costs required to complete this project shall be included in the bid items as given in the Project Contract Documents. 099-2.7 Waiver of Specification Requirements. The Contractor with the approval of the Owner and RPR may waive any standard specification requirement that does not apply to this project. REQUIRED SPECIFICATIONS 099-3.1 Pertinent Sections. The following specification sections are more pertinent to this project and are available from the Florida Department of Transportation website, address listed above, and under Project Manual Volume 2,Appendix 3: FDOT Specification Description Section 125 Excavation for Structures and Pipe 425 Inlets, Manholes, and Junction Boxes FDOT Index Description 425 Drainage Structures Details (Manholes, Inlets,Pipes) This is not a complete list and other section may apply as required. Specification sections and design standards not specified above but cross-reference in the above individual sections are also included herewith and made a part of these Contract Documents. END OF ITEM C-099 FDOT STANDARD SPECIFICATIONS C-099-2 3054 Florida Keys Marathon International Airport 4/24 Monroe County Relocated Runway 7-25 Bid Documents Project Manual Item C-100 Contractor Quality Control Program (CQCP) 100-1 General. Quality is more than test results. Quality is the combination of proper materials,testing, workmanship, equipment, inspection, and documentation of the project. Establishing and maintaining a culture of quality is key to achieving a quality project. The Contractor shall establish,provide, and maintain an effective Contractor Quality Control Program(CQCP) that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans,technical specifications and other requirements,whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified here and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The Contractor shall establish a CQCP that will: a. Provide qualified personnel to develop and implement the CQCP. b. Provide for the production of acceptable quality materials. c. Provide sufficient information to assure that the specification requirements can be met. d. Document the CQCP process. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the CQCP has been reviewed and approved by the Resident Project Representative (RPR).No partial payment will be made for materials subject to specific quality control (QC) requirements until the CQCP has been reviewed and approved. The QC requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the quality assurance (QA)testing requirements. QA testing requirements are the responsibility of the RPR or Contractor as specified in the specifications. A Quality Control(QC)/Quality Assurance (QA)workshop with the Engineer, Resident Project Representative(RPR), Contractor, subcontractors,testing laboratories, and Owner's representative must be held prior to start of construction. The QC/QA workshop will be facilitated by the Contractor. The Contractor shall coordinate with the Airport and the RPR on time and location of the QC/QA workshop. Items to be addressed, at a minimum,will include: a.Review of the CQCP including submittals, QC Testing,Action& Suspension Limits for Production, Corrective Action Plans,Distribution of QC reports, and Control Charts. b.Discussion of the QA program. c.Discussion of the QC and QA Organization and authority including coordination and information exchange between QC and QA. d. Establish regular meetings to discuss control of materials, methods and testing. e. Establishment of the overall QC culture. CONTRACTOR QUALITY CONTROL PROGRAM(CQCP) C-100-1 3055 Florida Keys Marathon International Airport 4/24 Monroe County Relocated Runway 7-25 Bid Documents Project Manual 100-2 Description of program. a. General description. The Contractor shall establish a CQCP to perform QC inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. The CQCP shall ensure conformance to applicable specifications and plans with respect to materials, off- site fabrication,workmanship, construction, finish, and functional performance. The CQCP shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of QC. b. Contractor Quality Control Program (CQCP). The Contractor shall describe the CQCP in a written document that shall be reviewed and approved by the RPR prior to the start of any production, construction, or off-site fabrication. The written CQCP shall be submitted to the RPR for review and approval at least 10 calendar days before the CQCP Workshop. The Contractor's CQCP and QC testing laboratory must be approved in writing by the RPR prior to the Notice to Proceed(NTP). The CQCP shall be organized to address, as a minimum, the following: 1. QC organization and resumes of key staff 2. Project progress schedule 3. Submittals schedule 4. Inspection requirements 5. QC testing plan 6. Documentation of QC activities and distribution of QC reports 7. Requirements for corrective action when QC and/or QA acceptance criteria are not met 8. Material quality and construction means and methods. Address all elements applicable to the project that affect the quality of the pavement structure including subgrade, subbase, base, and surface course. Some elements that must be addressed include,but is not limited to mix design, aggregate grading, stockpile management,mixing and transporting,placing and finishing, quality control testing and inspection, smoothness, laydown plan, equipment, and temperature management plan. The Contractor shall submit a coordinated construction schedule for all work activities The schedule shall be prepared as a network diagram in Critical Path Method(CPM),PERT, or other format, or as otherwise specified in the contract.As a minimum,it shall provide information on the sequence of work activities,milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise speciped 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. The Contractor must add any additional elements to the CQCP that is necessary to adequately control all production and/or construction processes required by this contract. 100-3 CQCP organization. The CQCP shall be implemented by the establishment of a QC organization. An organizational chart shall be developed to show all QC personnel, their authority, and how these personnel integrate with other management/production and construction functions and personnel. CONTRACTOR QUALITY CONTROL PROGRAM(CQCP) C-100-2 3056 Florida Keys Marathon International Airport 4/24 Monroe County Relocated Runway 7-25 Bid Documents Project Manual The organizational chart shall identify all QC staff by name and function, and shall indicate the total staff required to implement all elements of the CQCP, including inspection and testing for each item of work. If necessary, different technicians can be used for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the CQCP, the personnel assigned shall be subject to the qualification requirements of paragraphs 100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The QC organization shall, as a minimum, consist of the following personnel: a.Program Administrator. The Contractor Quality Control Program Administrator(CQCPA)must be a full-time [ on—site ] employee of the Contractor, or a consultant engaged by the Contractor. The CQCPA must have a minimum of five (5)years of experience in QC pavement construction with prior QC experience on a project of comparable size and scope as the contract. Included in the five (5)years of paving/QC experience, the CQCPA must meet at least one of the following requirements: (1)Professional Engineer with one (1)year of airport paving experience. (2)Engineer-in-training with two (2)years of airport paving experience. (3)National Institute for Certification in Engineering Technologies (NICET) Civil Engineering Technology Level IV with three (3)years of airport paving experience. (4) An individual with four(4)years of airport paving experience,with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. The CQCPA must have full authority to institute any and all actions necessary for the successful implementation of the CQCP to ensure compliance with the contract plans and technical specifications. The CQCPA authority must include the ability to immediately stop production until materials and/or processes are in compliance with contract specifications. The CQCPA must report directly to a principal officer of the construction firm. The CQCPA may supervise the Quality Control Program on more than one project provided that person can be at the job site within two (2)hours after being notified of a problem. b. QC technicians.A sufficient number of QC technicians necessary to adequately implement the CQCP must be provided. These personnel must be either Engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level 11 in Civil Engineering Technology or higher, and shall have a minimum of two (2)years of experience in their area of expertise. The QC technicians must report directly to the CQCPA and shall perform the following functions: (1)Inspection of all materials, construction,plant, and equipment for conformance to the technical specifications, and as required by paragraph 100-6. (2)Performance of all QC tests as required by the technical specifications and paragraph100-8. (3)Performance of tests for the RPR when required by the technical specifications. Certification at an equivalent level of qualification and experience by a state or nationally recognized organization will be acceptable in lieu of NICET certification. c. Staffing levels. The Contractor shall provide sufficient qualified QC personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The CONTRACTOR QUALITY CONTROL PROGRAM(CQCP) C-100-3 3057 Florida Keys Marathon International Airport 4/24 Monroe County Relocated Runway 7-25 Bid Documents Project Manual scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The CQCP shall state where different technicians will be required for different work elements. 100-4 Project progress schedule. Critical QC activities must be shown on the project schedule as required by Section 80,paragraph 80-03,Execution and Progress. 100-5 Submittals schedule. The Contractor shall submit a detailed listing of all submittals (for example, mix designs,material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include as a minimum: a. Specification item number b. Item description c.Description of submittal d. Specification paragraph requiring submittal e. Scheduled date of submittal 100-6 Inspection requirements. QC inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by paragraph 100-9. Inspections shall be performed as needed to ensure continuing compliance with contract requirements until completion of the particular feature of work. Inspections shall include the following minimum requirements: a.During plant operation for material production, QC test results and periodic inspections shall be used to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment used in proportioning and mixing shall be inspected to ensure its proper operating condition. The CQCP shall detail how these and other QC functions will be accomplished and used. b.During field operations, QC test results and periodic inspections shall be used to ensure the quality of all materials and workmanship. All equipment used in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The CQCP shall document how these and other QC functions will be accomplished and used. 100-7 Contractor QC testing facility. a.For projects that include Item P-401, Item P-403, and Item P-404, the Contractor shall ensure facilities, including all necessary equipment,materials, and current reference standards, are provided that meet requirements in the following paragraphs of ASTM D3666, Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials: 8.1.3 Equipment Calibration and Checks; 8.1.9 Equipment Calibration, Standardization, and Check Records; • 8.1.12 Test Methods and Procedures b.For projects that include P-501, the Contractor shall ensure facilities,including all necessary equipment,materials, and current reference standards, are provided that meet requirements in the following paragraphs of ASTM C1077, Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation: CONTRACTOR QUALITY CONTROL PROGRAM(CQCP) C-100-4 3058 Florida Keys Marathon International Airport 4/24 Monroe County Relocated Runway 7-25 Bid Documents Project Manual 7 Test Methods and Procedures 8 Facilities, Equipment, and Supplemental Procedures 100-5 QC testing plan. As a part of the overall CQCP, the Contractor shall implement a QC testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional QC tests that the Contractor deems necessary to adequately control production and/or construction processes. The QC testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number(e.g., P-401) b. Item description(e.g.,Hot Mix Asphalt Pavements) c. Test type (e.g., gradation, grade, asphalt content) d. Test standard(e.g.,ASTM or American Association of State Highway and Transportation Officials (AASHTO)test number, as applicable) e. Test frequency(e.g., as required by technical specifications or minimum frequency when requirements are not stated) L Responsibility(e.g.,plant technician) g. Control requirements (e.g., target,permissible deviations) The QC testing plan shall contain a statistically-based procedure of random sampling for acquiring test samples in accordance with ASTM D3665. The RPR shall be provided the opportunity to witness QC sampling and testing. All QC test results shall be documented by the Contractor as required by paragraph 100-9. 100-9 Documentation. The Contractor shall maintain current QC records of all inspections and tests performed. These records shall include factual evidence that the required QC inspections or tests have been performed, including type and number of inspections or tests involved;results of inspections or tests;nature of defects, deviations, causes for rejection, etc.;proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the RPR daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the CQCPA. Contractor QC records required for the contract shall include,but are not necessarily limited to,the following records: a.Daily inspection reports.Each Contractor QC technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations. These technician's daily reports shall provide factual evidence that continuous QC inspections have been performed and shall, as a minimum, include the following: (1) Technical specification item number and description (2) Compliance with approved submittals (3)Proper storage of materials and equipment CONTRACTOR QUALITY CONTROL PROGRAM(CQCP) C-100-5 3059 Florida Keys Marathon International Airport 4/24 Monroe County Relocated Runway 7-25 Bid Documents Project Manual (4)Proper operation of all equipment (5)Adherence to plans and technical specifications (6) Summary of any necessary corrective actions (7) Safety inspection. (S)Photographs and/or video The daily inspection reports shall identify all QC inspections and QC tests conducted,results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible QC technician and the CQCPA. The RPR shall be provided at least one copy of each daily inspection report on the work day following the day of record. When QC inspection and test results are recorded and transmitted electronically,the results must be archived. b.Daily test reports. The Contractor shall be responsible for establishing a system that will record all QC test results. Daily test reports shall document the following information: (1) Technical specification item number and description (2) Test designation (3) Location (4) Date of test (5) Control requirements (6) Test results (7) Causes for rejection (8) Recommended remedial actions (9) Retests Test results from each day's work period shall be submitted to the RPR prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical QC charts. When QC daily test results are recorded and transmitted electronically, the results must be archived. 100-10 Corrective action requirements. The CQCP shall indicate the appropriate action to be taken when a process is deemed, or believed,to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the CQCP as a whole, and for individual items of work contained in the technical specifications. The CQCP shall detail how the results of QC inspections and tests will be used for determining the need for corrective action and shall contain clear rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, the Contractor shall establish and use statistical QC charts for individual QC tests. The requirements for corrective action shall be linked to the control charts. 100-11 Inspection and/or observations by the RPR.All items of material and equipment are subject to inspection and/or observation by the RPR at the point of production,manufacture or shipment to determine if the Contractor, producer,manufacturer or shipper maintains an adequate QC system in conformance with the requirements detailed here and the applicable technical specifications and plans. In CONTRACTOR QUALITY CONTROL PROGRAM(CQCP) C-100-6 3060 Florida Keys Marathon International Airport 4/24 Monroe County Relocated Runway 7-25 Bid Documents Project Manual addition, all items of materials, equipment and work in place shall be subject to inspection and/or observation by the RPR at the site for the same purpose. Inspection and/or observations by the RPR does not relieve the Contractor of performing QC inspections of either on-site or off-site Contractor's or subcontractor's work. 100-12 Noncompliance. a. The Resident Project Representative (RPR)will provide written notice to the Contractor of any noncompliance with their CQCP. After receipt of such notice,the Contractor must take corrective action. b.When QC activities do not comply with either the CQCP or the contract provisions or when the Contractor fails to properly operate and maintain an effective CQCP, and no effective corrective actions have been taken after notification of non-compliance,the RPR will recommend the Owner take the following actions: (1) Order the Contractor to replace ineffective or unqualified QC personnel or subcontractors and/or (2) Order the Contractor to stop operations until appropriate corrective actions are taken. METHOD OF MEASUREMENT 100-13 Basis of Measurement and Payment. Contractor Quality Control Prograin (CQCP) Contractor Quality Control Program(CQCP) is for the personnel, tests, facilities and documentation required to implement the CQCP. The CQCP will be paid as a lump sum with the following schedule of partial payments: a.With first pay request,25%with approval of CQCP and completion of the Quality Control (QC)/Quality Assurance (QA)workshop. b.When 25% or more of the original contract is earned, an additional 25%. c.When 50% or more of the original contract is earned, an additional 20%. d.When 75% or more of the original contract is earned, an additional 20% e.After final inspection and acceptance of project, the final 10%. BASIS OF PAYMENT 100-14 Payment will be made under: Item C-100-1 Contractor Quality Control Program(CQCP) Per lump sum 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. National Institute for Certification in Engineering Technologies (NICET) ASTM International (ASTM) CONTRACTOR QUALITY CONTROL PROGRAM(CQCP) C-100-7 3061 Florida Keys Marathon International Airport 4/24 Monroe County Relocated Runway 7-25 Bid Documents Project Manual ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials END OF ITEM C-100 CONTRACTOR QUALITY CONTROL PROGRAM(CQCP) C-100-8 3062 Florida Keys Marathon International Airport 4/24 Monroe County Relocated Runway 7-25 Bid Documents Project Manual This Page is Intentionally Left Blank CONTRACTOR QUALITY CONTROL PROGRAM(CQCP) C-100-9 3063 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item C-102 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control DESCRIPTION DESCRIPTION 102-1. This item shall consist of temporary control measures as shown on the plans or as ordered by the Resident Project Representative (RPR) during the life of a contract to control pollution of air and water, soil erosion, and siltation through the use of silt fences, berms, dikes, dams, sediment basins, fiber mats, gravel,mulches, grasses, slope drains, and other erosion control devices or methods. Temporary erosion control shall be in accordance with the approved erosion control plan; the approved Construction Safety and Phasing Plan(CSPP) and AC 150/5370-2, Operational Safety on Airports During Construction. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits such as borrow pit operations, equipment and material storage sites,waste areas, and temporary plant sites. Temporary control measures shall be designed, installed and maintained to minimize the creation of wildlife attractants that have the potential to attract hazardous wildlife on or near public-use airports. The Contractor will be required to file an NPDES Notice of Intent and Storm Water Pollution Prevention Plan (SWPPP). The costs to file the permit and plan will not be measured or paid for separately but shall be considered incidental to Pay Item C-102-1 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control. MATERIALS 102-2.1 Grass. Grass that will not compete with the grasses sown later for permanent cover per Item T- 901 shall be a quick-growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover. Selected grass species shall not create a wildlife attractant. 102-2.2 Mulches. , teFi,l Y r bly ell r 102-2.3 Fertilizer.Fertilizer shall be a standard commercial grade and shall conform to all federal and state regulations and to the standards of the Association of Official Agricultural Chemists. 102-2.4 Slope drains. Slope drains may be constructed of pipe, fiber mats,rubble, concrete, asphalt, or other materials that will adequately control erosion. 102-2.5 Silt fence. Silt fence shall consist of polymeric filaments which are formed into a stable network such that filaments retain their relative positions. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life. Silt fence shall meet the requirements of ASTM D6461. TEMPORARY AIR AND WATER POLLUTION, C-102-1 SOIL EROSION,AND SILTATION CONTROL 3064 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 102-2.6 Other. All other materials as shown on the Contract Drawings shall meet commercial grade standards and shall be approved by the RPR before being incorporated into the project. CONSTRUCTION REQUIREMENTS 102-3.1 General.In the event of conflict between these requirements and pollution control laws,rules, or regulations of other federal, state, or local agencies,the more restrictive laws,rules, or regulations shall apply. The RPR shall be responsible for assuring compliance to the extent that construction practices, construction operations, and construction work are involved. 102-3.2 Schedule.Prior to the start of construction,the Contractor shall submit schedules in accordance with the approved Construction Safety and Phasing Plan(CSPP) and the plans for accomplishment of temporary and permanent erosion control work for clearing and grubbing; grading; construction;paving; and structures at watercourses. The Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials. Work shall not be started until the erosion control schedules and methods of operation for the applicable construction have been accepted by the RPR. 102-3.3 Construction details. The Contractor will be required to incorporate all permanent erosion control features into the project at the earliest practicable time as outlined in the plans and approved CSPP. Except where future construction operations will damage slopes,the Contractor shall perform the permanent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices, but are not associated with permanent control features on the project. Where erosion may be a problem, schedule and perform clearing and grubbing operations so that grading operations and permanent erosion control features can follow immediately if project conditions permit. Temporary erosion control measures are required if permanent measures cannot immediately follow grading operations. The RPR shall limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the Contractor's capability and progress in keeping the finish grading,mulching, seeding, and other such permanent control measures current with the accepted schedule. If seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified as directed by the RPR. The Contractor shall provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment as directed by the RPR. If temporary erosion and pollution control measures are required due to the Contractor's negligence, carelessness, or failure to install permanent controls as a part of the work as scheduled or directed by the RPR,the work shall be performed by the Contractor and the cost shall be incidental to this item. The RPR may increase or decrease the area of erodible earth material that can be exposed at any time based on an analysis of project conditions. The erosion control features installed by the Contractor shall be maintained and cleaned by the Contractor during the construction period, at the discretion of the RPR. The debris must he disposed of legally off Airportproperty. TEMPORARY AIR AND WATER POLLUTION, C-102-2 SOIL EROSION,AND SILTATION CONTROL 3065 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Provide temporary structures whenever construction equipment must cross watercourses at frequent intervals. Pollutants such as fuels, lubricants,bitumen,raw sewage,wash water from concrete mixing operations, and other harmful materials shall not be discharged into any waterways, impoundments or into natural or manmade channels. 102-3.4 Installation,maintenance and removal of silt fence. Silt fences shall extend a minimum of 16 inches (41 cm) and a maximum of 34 inches (86 cm) above the ground surface. Posts shall be set no more than 10 feet(3 m) on center. Filter fabric shall be cut from a continuous roll to the length required minimizing joints where possible. When joints are necessary,the fabric shall be spliced at a support post with a minimum 12-inch(300-mm) overlap and securely sealed. A trench shall be excavated approximately 4 inches (100 mm)deep by 4 inches(100 mm)wide on the upslope side of the silt fence. The trench shall be backfilled and the soil compacted over the silt fence fabric. The Contractor shall remove and dispose of silt that accumulates during construction and prior to establishment of permanent erosion control. The fence shall be maintained in good working condition until permanent erosion control is established. Silt fence shall be removed upon approval of the RPR. 102-3.5 Dewatering. Dewatering practices shall he used to remove ground water or accumulated rain waterfront excavated areas including but not limited to drainage, muck excavation, etc. The Contractor mustpump all water from these areas to a temporary sedimentation basin, to an area completely enclosed by silt fence in a flat vegetated area where discharges can infiltrate into the ground, or other approved means. The water may never be discharged into storm drains, streams, salt ponds, lakes, or wetlands unless the sediment has been removed before discharge. The water table elevation is stated in the geotechnical investigation completed by Tierra South Florida. The Contractor is responsible for dewatering in all conditions, including during flooding or heavy rain events. Prior to dewatering, the Contractor must submit a Generic Permit for Discharge of Ground Waterfront Dewatering Operations (Form 621.300) as part of the NPDES Notice of Intent.It is the Contractor's responsibility to become familiar with the conditions of working in the Florida Keys and the necessary requirements to perform excavations and dewatering. No additional compensation or contract time will be granted due to dewatering activities. METHOD OF MEASUREMENT 102-4.1 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control. Temporary erosion and pollution control work as shown on the plans and as scheduled or directed by the RPR shall be measured on a lump sum basis. The lump sum includes the installation, maintenance, and removal of sediment filters, sediment control inlet device and silt fence. The NPDES Notice of Intent, SWPPP, and dewateringplan as well as all dewatering related activities andpermits shall also be included in the lump sum measurement. Measures that are required by the NPDES permit shall not be measured orpaid for separately. fequiFed will he porfnfnie,l . ,.hedffl led dit:eeted by toe nnn r~,.wplete ra pte . A-4-:4. ,;11 1,0 M rot - 4P,- a. Tomp,.,-a+y edi+ig ,,,,,,1 .v,,,1,.44*g. .;11 110,�, voa by the squafe ,,F (.,,,, a fe fnetef) h TPUMT,,-.,,-, S40pe dl4:.,JRr-, . .;11 l.o M ,-oil-by t1,0 1;,-.0.,4-f'ek (Metef) 1 A 11 f0Ft 1;Y;,f.T Will 110.�, voa by thO r,.,t (1E.T1 14gst ll.,r;A.. .,,..1 vpm Av.,1 , ,,..o, „11 l.o fasu+owl by r1 0 Ii44R 4:fgAt- TEMPORARY AIR AND WATER POLLUTION, C-102-3 SOIL EROSION,AND SILTATION CONTROL 3066 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Temporary Air and Water Pollution, Soil Erosion, and Siltation Control work will be paid with the following schedule of partial payments: a. With first pay request, 25%. b. When 25% or more of the original contract is earned, an additional25%. c. When 50% or more of the original contract is earned, an additional 20%. d. When 75% or more of the original contract is earned, an additional 20% e.After final inspection and acceptance ofproject, the final 10%. 102-4.2 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of the Contractor. BASIS OF PAYMENT 102-5.1 Temporary Air and Water Pollution, Soil Erosion, and Siltation Control.Accepted quantities of temporary air and water pollution, soil erosion, and siltation control work ordered by the RPR including installation, maintenance, and removal of inlet sediment control devices and silt fence, dewatering activities and any other temporary air and water pollution requirements from the NPDES shall be measured as provided in paragraph 102-4.1 will be paid for as lump sum. Item C-102-1 Temporary Air and Water Pollution, Soil Erosion, and Per Lump Sum Siltation Control 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. Advisory Circulars (AC) AC 150/5200-33 Hazardous Wildlife Attractants on or Near Airports AC 150/5370-2 Operational Safety on Airports During Construction ASTM International(ASTM) ASTM D6461 Standard Specification for Silt Fence Materials TEMPORARY AIR AND WATER POLLUTION, C-102-4 SOIL EROSION,AND SILTATION CONTROL 3067 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual United States Department of Agriculture (USDA) FAA/USDA Wildlife Hazard Management at Airports,A Manual for Airport Personnel END OF ITEM C-102 TEMPORARY AIR AND WATER POLLUTION, C-102-5 SOIL EROSION,AND SILTATION CONTROL 3068 Florida Keys Marathon International Airport 12/23 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item C-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. 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 all 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 Poster(WH 1321)-DOL"Notice to All Employees"Poster; and Applicable Davis-Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the work by the Owner. 105-4 Engineer/RPR field office. An Engineer/RPR field office is not required METHOD OF MEASUREMENT 105-5 Mobilization:Basis of measurement and payment. Based upon the contract lump sum price for "Mobilization"partial payments will be allowed as follows: a.With first pay request, 25%. b.When 25% or more of the original contract is earned, an additional 25%. c.When 50% or more of the original contract is earned, an additional 40%. d.After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as required by Section 90,paragraph 90-11, Contractor Final Project Documentation, the final 10%. BASIS OF PAYMENT 105-6 Payment will be made under: Item C-105-1 Mobilization Per Lump Sum 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. MOBILIZATION C-105-1 3069 Florida Keys Marathon International Airport 12/23 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Office of Federal Contract Compliance Programs (OFCCP) Executive Order 11246, as amended EEOC-P/E-1 —Equal Employment Opportunity is the Law Poster United States Department of Labor, Wage and Hour Division(WHD) WH 1321 —Employee Rights under the Davis-Bacon Act Poster END OF ITEM C-105 MOBILIZATION C-105-2 3070 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item C-110 Method of Estimating Percentage of Material Within Specification Limits (PWL) 110-1 General.When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation(Sn) of the specified number(n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values,the respective Quality index, QL for Lower Quality Index and/or Qu for Upper Quality Index,is computed and the PWL for the lot for the specified n is determined from Table 1. All specification limits specified in the technical sections shall be absolute values. Test results used in the calculations shall be to the significant figure given in the test procedure. There is some degree of uncertainty(risk)in the measurement for acceptance because only a small fraction of production material(the population) is sampled and tested. This uncertainty exists because all portions of the production material have the same probability to be randomly sampled. The Contractor's risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner's risk is the probability that material produced at the rejectable quality level is accepted. It is the intent of this section to inform the Contractor that, in order to consistently offset the Contractor's risk for material evaluated,production quality(using population average and population standard deviation)must be maintained at the acceptable quality specified or higher. In all cases, it is the responsibility of the Contractor to produce at quality levels that will meet the specified acceptance criteria when sampled and tested at the frequencies specified. 110-2 Method for computing PWL. The computational sequence for computing PWL is as follows: a.Divide the lot into n sublots in accordance with the acceptance requirements of the specification. b. Locate the random sampling position within the sublot in accordance with the requirements of the specification. c.Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification. d.Find the sample average (X) for all sublot test values within the lot by using the following formula: X=(XI +xz+x3+. . .x„) /n Where: X= Sample average of all sublot test values within a lot xl, xz,. . .xn-Individual sublot test values n=Number of sublot test values e.Find the sample standard deviation(Sn) by use of the following formula: METHOD OF ESTIMATING PERCENTAGE OF C-110-1 MATERIAL WITHIN SPECIFIC LIMITS (PWL) 3071 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual S„_ [(d12+d22+d32 +. . A.2)/(n-1)]1/2 Where: S„= Sample standard deviation of the number of sublot test values in the set d,, dZ. . . .d,, =Deviations of the individual sublot test values x,, xZ, ... from the average value X that is: dl —(xl -X), dz—(xz-X) ... d„—(x -X) n=Number of sublot test values L For single sided specification limits (i.e., L only), compute the Lower Quality Index QL by use of the following formula: QL=(X-L)/S. Where: L= specification lower tolerance limit Estimate the percentage of material within limits (PWL)by entering Table I with QL,using the column appropriate to the total number(n) of measurements. If the value of QL falls between values shown on the table,use the next higher value of PWL. g.For double-sided specification limits (i.e., L and U), compute the Quality Indexes QL and QU by use of the following formulas: QL=(X-L)/S„ and QU=(U-X)/S. Where: L and U=specification lower and upper tolerance limits Estimate the percentage of material between the lower(L) and upper(U)tolerance limits (PWL)by entering Table 1 separately with QL and QU,using the column appropriate to the total number(n) of measurements, and determining the percent of material above PL and percent of material below PU for each tolerance limit. If the values of QL fall between values shown on the table,use the next higher value Of PL or PU. Determine the PWL by use of the following formula: PWL=(PU+PL)-100 Where: PL=percent within lower specification limit PU=percent within upper specification limit EXAMPLE OF PWL CALCULATION Project: Example Project Test Item: Item P-401,Lot A. A.PWL Determination for Mat Density. 1.Density of four random cores taken from Lot A. A-1 = 96.60 A-2= 97.55 A-3 = 99.30 METHOD OF ESTIMATING PERCENTAGE OF C-110-2 MATERIAL WITHIN SPECIFIC LIMITS (PWL) 3072 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual A-4= 98.35 n=4 2. Calculate average density for the lot. X=(Xl +XZ+X3 + . . .x ) /n X-(96.60+ 97.55 +99.30+98.35)/4 X=97.95% density 3. Calculate the standard deviation for the lot. Sn = [((96.60-97.95)2+(97.55 -97.95)2+(99.30-97.95)2+(98.35 -97.95)2)) /(4 - 1)]1/2 S„= [(1.82 +0.16+ 1.82+0.16) /311/2 Sn = 1.15 4. Calculate the Lower Quality Index QL for the lot. (L=96.3) QL=(X-L)/S„ QL=(97.95 -96.30)/ 1.15 QL= 1.4348 5.Determine PWL by entering Table 1 with QL= 1.44 and n=4. PWL=98 B. PWL Determination for Air Voids. 1.Air Voids of four random samples taken from Lot A. A-1 = 5.00 A-2- 3.74 A-3 =2.30 A-4= 3.25 2. Calculate the average air voids for the lot. X=(XI +XZ+X3 . . .n) /n X=(5.00+ 3.74+2.30+3.25)/4 X=3.57% 3. Calculate the standard deviation S„ for the lot. Sn= [((3.57- 5.00)2+(3.57- 3.74)2+(3.57 -2.30)2+(3.57 -3.25)2) /(4- 1)],/2 S„ _ [(2.04+0.03 + 1.62+0.10) /3]1/2 S,,- 1.12 4. Calculate the Lower Quality Index QL for the lot. (L=2.0) QL=(X-L) /S„ QL=(3.57-2.00)/ 1.12 QL= 1.3992 5.Determine PL by entering Table 1 with QL= 1.41 and n=4. PL=97 6. Calculate the Upper Quality Index Qu for the lot. (U= 5.0) METHOD OF ESTIMATING PERCENTAGE OF C-110-3 MATERIAL WITHIN SPECIFIC LIMITS (PWL) 3073 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual QU-(U-X)/S. QU=(5.00- 3.57)/ 1.12 QU= 1.2702 7.Determine PU by entering Table 1 with QU= 1.29 and n=4. PU-93 8. Calculate Air Voids PWL PWL=(PL+PU)- 100 PWL—(97 +93) - 100=90 EXAMPLE OF OUTLIER CALCULATION(REFERENCE ASTM E178) Project: Example Project Test Item: Item P-401,Lot A. A. Outlier Determination for Mat Density. 1.Density of four random cores taken from Lot A arranged in descending order. A-3 = 99.30 A-4= 98.35 A-2= 97.55 A-1 = 96.60 2.From ASTM E178, Table 1, for n=4 an upper 5% significance level,the critical value for test criterion= 1.463. 3.Use average density, standard deviation, and test criterion value to evaluate density measurements. a.For measurements greater than the average: If(measurement- average)/(standard deviation)is less than test criterion, then the measurement is not considered an outlier. For A-3, check if(99.30 -97.95)/ 1.15 is greater than 1.463. Since 1.174 is less than 1.463, the value is not an outlier. b.For measurements less than the average: If(average -measurement)/(standard deviation)is less than test criterion, then the measurement is not considered an outlier. For A-1, check if(97.95 -96.60)/ 1.15 is greater than 1.463. Since 1.435 is less than 1.463, the value is not an outlier. Note: In this example, a measurement would be considered an outlier if the density were: Greater than(97.95 + 1.463 X 1.15)=99.63% OR less than(97.95 - 1.463 X 1.15)=96.27%. METHOD OF ESTIMATING PERCENTAGE OF C-110-4 MATERIAL WITHIN SPECIFIC LIMITS (PWL) 3074 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Table 1. Table for Estimating Percent of Lot Within Limits (PWL) Percent Within Positive Values of Q(QL and QU) Limits (PL and PU) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 1.8379 1.8630 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420 96 1.1456 1.3800 1.4897 1.5497 1.5871 1.6127 1.6313 1.6454 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4717 1.4829 1.4914 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 1.4199 1.4265 92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 1.3620 1.3670 91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1.3118 90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 1.2576 1.2602 89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 1.2098 1.2115 88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 1.1643 1.1653 87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789 85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382 84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 1.0000 0.9990 83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610 82 0.9749 0.9600 0.9452 0.9367 0.9315 0.9281 0.9258 0.9241 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 0.8901 0.8882 80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 0.8554 0.8533 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 0.8214 0.8192 78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 0.7882 0.7858 77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 0.7556 0.7531 76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 0.7236 0.7211 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0.6922 0.6896 74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 0.6613 0.6587 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 0.6308 0.6282 72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0.5686 70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0.4844 0.4820 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 0.4560 0.4537 66 0.5563 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4030 0.4001 0.3980 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 0.3705 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 0.3451 0.3432 62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 0.3179 0.3161 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 0.2908 0.2892 60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 0.2639 0.2624 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358 58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 0.2105 0.2093 57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 0.1840 0.1829 56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1588 0.1575 0.1566 55 0.1806 0.1500 0.1406 0.1363 0.1338 0.1322 0.1312 0.1304 54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 0.1049 0.1042 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0793 0.0786 0.0781 52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 0.0524 0.0521 51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 0.0262 0.0260 50 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 METHOD OF ESTIMATING PERCENTAGE OF C-110-5 MATERIAL WITHIN SPECIFIC LIMITS (PWL) 3075 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Percent Negative Values of Q (QL and Qu) Within Limits n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 (PL and Pu) 49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 -0.0264 -0.0262 -0.0260 48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 -0.0524 -0.0521 47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 -0.0793 -0.0786 -0.0781 46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 -0.1049 -0.1042 45 -0.1806 -0.1500 -0.1406 -0.1363 -0.1338 -0.1322 -0.1312 -0.1304 44 -0.2164 -0.1800 -0.1688 -0.1636 -0.1607 -0.1588 -0.1575 -0.1566 43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 -0.1840 -0.1829 42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 -0.2105 -0.2093 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 -0.2372 -0.2358 40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 -0.2660 -0.2639 -0.2624 39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 -0.2908 -0.2892 38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 -0.3179 -0.3161 37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 -0.3451 -0.3432 36 -0.4916 -0.4200 -0.3967 -03856 -0.3793 -0.3753 -03725 -0.3705 35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 -0.4030 -0.4001 -0.3980 34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4355 -0.4310 -0.4280 -0.4257 33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 -0.4592 -0.4560 -0.4537 32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877 -0.4844 -0.4820 31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 -0.5130 -0.5105 30 -0.6787 -0.6000 -0.5719 -0.5582 -0.5504 -0.5454 -0.5419 -0.5394 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 -0.5712 -0.5686 28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 -0.6008 -0.5982 27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 -0.6308 -0.6282 26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 -0.6613 -0.6587 25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 -0.6922 -0.6896 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 -0.7236 -0.7211 23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 -0.7556 -0.7531 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 -0.7882 -0.7858 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 -0.8214 -0.8192 20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 -0.8554 -0.8533 19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 -0.8901 -0.8882 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9315 -0.9281 -0.9258 -0.9241 17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9671 -0.9643 -0.9624 -0.9610 16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 -1.0000 -0.9990 15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 -1.0389 -1.0392 14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 -1.0791 -1.0789 13 -1.0597 -1.1100 -1.1173 -1.1192 -1.1199 -1.1204 -1.1208 -1.1212 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 -1.1643 -1.1653 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 -1.2098 -1.2115 10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 -1.2576 -1.2602 9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 -1.3081 -1.3118 8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 -1.3620 -1.3670 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 -1.4199 -1.4265 6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4717 -1.4829 -1.4914 5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 -1.5525 -1.5635 4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 -1.6313 -1.6454 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 -1.7235 -1.7420 2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 1 -1.8379 -1.8630 1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 -1.9994 -2.0362 METHOD OF ESTIMATING PERCENTAGE OF C-110-6 MATERIAL WITHIN SPECIFIC LIMITS (PWL) 3076 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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) ASTM E178 Standard Practice for Dealing with Outlying Observations END OF ITEM C-110 METHOD OF ESTIMATING PERCENTAGE OF C-110-7 MATERIAL WITHIN SPECIFIC LIMITS (PWL) 3077 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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. EQUIPMENT 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 101-3.1 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 pavement. 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 shall be saw cut the full depth of the pavement. The pavement inside the saw cut shall be removed by methods which will not cause distress in the pavement which is to remain in place. Tr the, w,. t@-,F .a1 ;s te;r,o meted errthe aifpeA site, it shall e t:edueed to a maxiffmm sii7e af-[I. 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 recompacted and/or replaced as shown on the plans. Adjacent areas damaged during repair shall be repaired or replaced at the Contractor's expense. Regarding concrete pavement removal that includes reinforcement, the Contractor shall saw through the full depth of the slab, including any reinforcement All removed concrete pavement reinforcement materials are to be taken offsite and disposed of in approved location meeting Local, State and Federal Regulations. Cost associated with disposal are considered incidental to existing pay items. b.Asphalt pavement removal.Asphalt pavement to be removed shall be cut to the full depth of the asphalt pavement around the perimeter of the area to be removed. The pavement shall be removed so the joint for each layer of pavement replacement is offset 1 foot(30 cm) from the joint in the preceding layer. This does not apply if the removed pavement is to be replaced with concrete or soil.All removed asphalt PREPARATION/REMOVAL OF EXISTING PAVEMENTS P-101-1 3078 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual pavement materials are to he taken offsite and disposed of in approved location meeting Local, State and Federal Regulations. Cost associated with disposal are considered incidental to existing pay items. 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 shown on the plans or as directed by the RPR. Materials and methods of construction shall comply with the applicable sections of these specifications. Any damage caused by Contractor's removal process shall be repaired at the Contractor's expense. 101-3.2 Preparation of joints and cracks prior to overlay/surface treatment. Remove all vegetation and debris from cracks to a minimum depth of 1 inch (25 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 ASTM D6690. 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,underfill the crack sealant a minimum of 1/8 inch (3 mm), not to exceed'/4 inch (6 mm). Any excess joint or crack sealer shall be removed from the pavement surface. 101-3.3 Removal of Foreign Substances/contaminates prior to, overlay,seal-coat, and remarking. Removal of foreign substances/contaminates from existing pavement that will affect the bond of the new treatment shall consist of removal of 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 a,,44 or as directed by the RPR in the field during construction. High-pressure water may be used for marking removal, and cold milling may be used for pavement removal. 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 changing the properties of the pavement, removal of asphalt causing the aggregate to ravel, or removing pavement over 1/8 inch(3 mm) deep. If it is deemed by the RPR that damage to the existing pavement is caused by operational error, such as 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's expense.No material shall be deposited on the pavement shoulders. All wastes shall be disposed of in areas indicated in this specification or shown on the plans. 101-3.4 Concrete spall or failed asphaltic concrete pavement repair. a.Repair of concrete spalls in areas to be overlaid with asphalt. The Contractor shall repair all spalled concrete as shown on the plans or as directed by the RPR. The perimeter of the repair shall be saw cut a minimum of 2 inches (50 mm) outside the affected area and 2 inches (50 mm) deep. The deteriorated material shall be removed to a depth where the existing material is firm or cannot be easily removed with a geologist pick. The removed area shall be filled with asphalt mixture with aggregate sized appropriately for the depth of the patch. The material shall be compacted with equipment approved by the RPR until the material is dense and no movement or marks are visible. The material shall not be placed in lifts over 4 inches (100 mm)in depth. This method of repair applies only to pavement to be overlaid. b.Asphalt pavement repair. The Contractor shall repair all spalled concrete as shown on the plans or as directed by the RPR. The failed areas shall be removed as specified in paragraph 101-3.lb. All failed material including surface, base course, subbase course, and subgrade shall be removed. Materials and methods of construction shall comply with the applicable sections of these specifications. PREPARATION/REMOVAL OF EXISTING PAVEMENTS P-101-2 3079 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 101-3.5 Cold milling. Milling shall be performed with a power-operated milling machine or grinder, capable of producing a uniform finished surface. The milling machine or grinder shall operate without tearing or gouging the underlaying surface. The milling machine or grinder shall be equipped with grade and slope controls, and a positive means of dust control. All millings shall be removed and disposed off- Airport property. If the Contractor mills or grinds deeper or wider than the plans specify,the Contractor shall replace the material removed with new material at the Contractor's Expense. a.Patching. The milling machine shall be capable of cutting a vertical edge without chipping or spalling the edges of the remaining pavement and it shall have a positive method of controlling the depth of cut. The RPR shall layout the area to be milled with a straightedge in increments of 1-foot(30 cm) widths. The area to be milled shall cover only the failed area. Any excessive area that is milled because the Contractor doesn't have the appropriate milling machine, or areas that are damaged because of his negligence, shall be repaired by the Contractor at the Contractor's Expense. b. Profiling, grade correction, or surface correction. The milling machine shall have a minimum width of 7 feet and it shall be equipped with electronic grade control devices that will cut the surface to the grade specified. The tolerances shall be maintained within+0 inch and-1/4 inch(+0 mm and-6mm) of the specified grade. The machine must cut vertical edges and have a positive method of dust control. The machine must have the ability to remove the millings or cuttings from the pavement and load them into a truck. All millings shall be removed and disposed of off the airport. c. Clean-up. The Contractor shall sweep the milled surface daily and immediately after the milling until all residual materials are removed from the pavement surface. Prior to paving,the Contractor shall wet down the milled pavement and thoroughly sweep and/or blow the surface to remove loose residual material. Waste materials shall be collected and removed from the pavement surface and adjacent areas by sweeping or vacuuming. Waste materials shall be removed and disposed offsite at an approved location that meets local, state and federal regulations. Costs related to removals are incidental to existing line items. 101-3.6. Preparation of asphalt pavement surfaces prior to surface treatment. Existing asphalt pavements to be treated with a surface treatment shall be prepared as follows: a.Patch asphalt pavement surfaces that have been softened by petroleum derivatives or have failed due to any other cause. Remove damaged pavement to the full depth of the damage and replace with new asphalt pavement similar to that of the existing pavement in accordance with paragraph 101-3.4b. b.Repair joints and cracks in accordance with paragraph 101-3.2. c.Remove oil or grease that has not penetrated the asphalt pavement by scrubbing with a detergent and washing thoroughly with clean water. After cleaning, treat these areas with an oil spot primer d. Clean pavement surface immediately prior to placing the surface treatment so that it is tree of dust, dirt, grease,vegetation, oil or any type of objectionable surface film. 101-3.7 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 kept 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. PREPARATION/REMOVAL OF EXISTING PAVEMENTS P-101-3 3080 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 101-3.8.1 Removal of Existing Joint Sealant. All existing joint sealants will be removed by plowing or use of hand tools. Any remaining sealant and or debris will be removed by use of wire brushes or other tools as necessary. Resaw joints removing no more than 1/16 inch(2 mm) from each joint face. Immediately after sawing, flush out joint with water and other tools as necessary to completely remove the slurry. 101-3.8.2 Cleaning prior to sealing. Immediately before sealing,joints shall be cleaned by removing any remaining laitance and other foreign material. Allow sufficient time to dry out joints prior to sealing. Joint surfaces will be surface-dry prior to installation of sealant. 101-3.8.3 Joint sealant. Joint material and installation will be in accordance with Item P-605. 101-3.9 Preparation of Cracks in Flexible Pavement prior to sealing. 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 cracks and does not damage the pavement. 101-3.9.1 Preparation of Crack. Widen crack with router by removing a minimum of 1/16 inch(2 mm) from each side of crack. Immediately before sealing, cracks will be blown out with a hot air lance combined with oil and water-free compressed air. JflJ-.J.QA RPM(J3111fll Of b he-- Femoved 1.y use af„ r,rt I-A -ee, ,N.l.:,,,o.a . 44b, ,,;1 .,44.7 .Ix-Ate-if f o0 oa 101-3.9.3 Crack Sealant. Crack sealant material and installation will be in accordance with Item P-605. 101-3.9.4 Removal of Pipe and other Buried Structures. a. Removal of Existing Pipe Material.Remove the types of pipe as indicated on the plans. The pipe material shall be legally disposed of off-site in a timely manner following removal. Trenches shall be backfilled with material equal to or better in quality than adjacent embankment. Trenches under paved areas must be compacted to 95%of ASTM D 1557. b. Removal of Inlets/Manholes and Other Buried Drainage Structures. Where indicated on the plans or as directed by the RPR, inlets and/or manholes, shall be removed and legally disposed of off-site in a timely fashion after removal. Excavations after removal shall be backfilled with material equal or better in quality than adjacent embankment. When under paved areas must be compacted to 95% of ASTM D1557,when outside of paved areas must be compacted to 95% of ASTM D698. METHOD OF MEASUREMENT 101-4.1 PA VEMENT REMO V 4L (CONCRETE) (FULL DEPTH),PA VEMENT REMOVAL (ASPHA L T)(FULL DEPTH) (DEPTH l INCH-3.5 INCH), and PAVEMENT REMOVAL (ASPHAL T)(FULL DEPTH) (DEPTH 5.5INCH-9INCH). Pavement removal: The unit of measurement for pavement removal shall be the number of square yards 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 be made for saw cutting. Saw cutting shall be incidental to pavement removal. Dowel bar installation shall be incidental to pavement removal. Concrete pavement removal may include reinforcement removal. The Contractor shall saw through the full depth of the slab, including any reinforcement, at no additional costs to the client.All materials resulting from pavement removal activities are to be taken offsite and disposed of in approved location meeting Local, State and Federal Regulations. Cost associated with disposal are considered incidental. PREPARATION/REMOVAL OF EXISTING PAVEMENTS P-101-4 3081 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 101-4.4 PAVEMENT MARKING REMOVAL (HIGH-PRESSURE WATER). Removal of Foreign Substances/contaminates. The unit of measurement for foreign Substances/contaminates removal shall be the square foot(meter). 101 4.S joint and er-aek repair-. The :�in}t efFfteastiEeFftent fzeE j e4mnt—and eEaek Eeiga4mE el=ial! be—tn e 14:neaE feet (Ricte,)—e f j e 4m 101 4.4 Spa1led and failed asphalt pavement repair-. The an4mt$€ m e a s,dEe €e E fa4mleEA asjq4alt ja e-z�ement ez�rbe—s q+iaEe €ee-_ 101 4.5 C-enr-e to Spa!! Repa1��e—tx3 i t of me a s�E e €e ee n e E et- - ,, , e s��be—tire—nabere f s q1 a-=- feet is e— c e r m leeat-; en arzr4 - eke } + of t4= pate , a� _Abe—ele,}e- - ed and g-eed imipen ley L1Te RPRanel t4eent 101 4. 6--Eels—m1111ng. Tl=ie—a n i t of Asa,e €eEee-1 Ei m-l -n j s4alrlee r_r inehes -e f ffiillinEj pei= iae ya is el ( fir=e—fft}e L-)The—1 eee:�A enanel , ;:�e L-age—d ela t h e f tote—eel ,a ---l i , J shall i3e as sh e w - }lc plans . if the initial edt-ccvcS net eaiTcet trre eenditien, the Geircz-irc i= shall iae-fftill the aiaea and ; ! i ]�e jea4md f e tie—ta:r7a! E4 ept_tip e f tfri ! i t. BASIS OF PAYMENT 101-5.1 Payment.Payment shall be made at contract unit price for the unit of measurement 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 complete this item. Item P 101-1 PAVEMENT REMOVAL (CONCRETE) (FULL DEPTH) - per SY Item P 101-2 PAVEMENT REMOVAL (ASPHALT) (FULL DEPTH) (DEPTH 1 INCH - 3 . 5 INCH) - per SY Item P-101-3 PAVEMENT REMOVAL (ASPHALT) (FULL DEPTH) (DEPTH 5 . 5 INCH - 9 INCH) - per SY Item P-101-4 PAVEMENT MARKING REMOVAL (HIGH-PRESSURE WATER) - per SF 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. Advisory Circulars (AC) AC 150/5380-6 Guidelines and Procedures for Maintenance of Airport Pavements. ASTM International(ASTM) ASTM D6690 Standard Specification for Joint and Crack Sealants,Hot Applied, for Concrete and Asphalt Pavements END OF ITEM P-101 PREPARATION/REMOVAL OF EXISTING PAVEMENTS P-101-5 3082 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item P-102 Safety and Security DESCRIPTION 102-1.1 The provisions of this safety and security plan and associated procedures are applicable within the boundaries of the Key West International Airport. A complete understanding of all procedures and requirements contained herein is required to ensure safety during construction. The Airport has completed a Construction Safety and Phasing Plan (CSPP), which is included in Appendix 1 of the Project Manual. It is required that the contractor comply with this CSPP at all times during the project. The contractor shall be required to submit for approval a Safety Plan Compliance Document (SPCD) which details how the contractor will comply with the CSPP. This safety plan is a part of this Contract and deviations from the requirements established herein will be sufficient cause for Contract termination. Required reference material associated with this safety plan includes: FAA AC 150/5200-18C, Airport Safety Self-Inspection FAA AC 150/5210-51), Painting, Marking and Lighting of Vehicles Used on an Airport FAA AC 150/5370-2G, Operational Safety on Airports During Construction These documents are available online at http://www.faa.gov/airports/resources/advisory circulars or can be provided upon request. CONTRACTOR SAFETY AND SECURITY OFFICER 102-2.1 CONTRACTOR SAFETY AND SECURITY OFFICER(CSSO). The Contractor shall appoint its on-site Construction Superintendent or other qualified individual(s) as its duly authorized representative to seine as Contractor Safety and Security Officer(CSSO) for the duration of the Contract. The CSSO shall thoroughly understand the safety and security requirements of the Contract, the necessity for them and shall have sufficient authority to implement its provisions without significant deviation. The Contractor shall notify the Resident Project Representative (RPR) in writing of the name of the individual(s) selected for the assignment. The CSSO shall represent the Contractor on safety and security requirements compliance. The CSSO shall be especially knowledgeable regarding the requirements of FAA AC's 150/5200-18, Airport Safety Self Inspection Guide and 150/5370-2 Operational Safety on Airports During Construction,latest edition. 102-2.2 RESPONSIBILITIES OF THE CONTRACTOR SAFETY AND SECURITY OFFICER. Prior to the desired date for commencement of any work on the project, the CSSO shall accomplish the following: a. Develop and submit in writing a detailed work sequence schedule with dates and times specified for all milestone events. This sequence schedule shall be subject to the approval of the RPR. To assure adequate time for coordination, this document shall be submitted at least one week prior to the date of the Pre-construction Conference. b. Develop and submit in writing a detailed outline of the procedures to be followed to maintain SAFETY& SECURITY P-102-1 3083 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual safety and security of both Contractor operations and the integrity of airport landside and airside operations during the prosecution of contract work. This plan shall detail, in addition, the procedures to be followed in the event of an accident or fire involving Contractor personnel and the Contractor's efforts to maintain fire protection and security. These procedures shall be subject to the approval of the RPR and reflect any change as may be deemed necessary. c. Conduct at least one meeting of all Contractor supervisory personnel prior to the start of contract work. The purpose of this meeting is to review the approved Work sequence schedule and safety and security procedures. Attendance at this meeting by the CSSO, all Contractor supervisory personnel and the RPR is mandatory. This meeting shall also be open to other employees of the Contractor and others as the Construction Manager may deem appropriate. Minutes of this meeting shall be taken by the CSSO, copies provided to each supervisor and kept on file in the Contractor's construction office for periodic review and updating. d. Develop a safety and security orientation program and provide a briefing for all employees of the Contractor and subcontractors that will be used on the project. A similar briefing will be given to new employees prior to their use on contract work. In addition, the CSSO shall be responsible for briefing, from time to time, all Contractor personnel on any changes to safety and security measures deemed necessary. e. Submit a Safety Plan Compliance Document (SPCD) to the airport operator describing how it will comply with the requirements of the CSPP and supplying any details that could not be determined before contract award. The SPCD must include a certification statement by the contractor that indicates it understands the operational safety requirements of the CSPP and it asserts it will not deviate from the approved CSPP and SPCD unless written approvals granted by the airport operator. Any construction practice proposed by the contractor that does not conform to the CSPP and SPCD may impact the airport's operational safety and will require a revision to the CSPP and SPCD and re-coordination with the airport operator and the FAA in advance. 1) The Safety Plan Compliance Document (SPCD) should include a general statement by the construction contractor that he/she has read and will abide by the CSPP. In addition, the SPCD must include all supplemental information that could not be included in the CSPP prior to the contract award. The contractor statement should include the name of the contractor, the title of the project CSPP, the approval date of the CSPP, and a reference to any supplemental information (that is, "I , Name of Contractor , have read the Title of Project CSPP, approved on Date , and will abide by it as written and with the following additions as noted:"). The supplemental information in the SPCD should be written to match the format of the CSPP indicating each subject by corresponding CSPP subject number and title. if no supplemental information is necessary for any specific subject, the statement, "No supplemental information," should be written after the corresponding subject title. The SPCD should not duplicate information in the CSPP: i. Coordination. Discuss details of proposed safety meetings with the airport operator and with contractor employees and subcontractors. ii. Phasing. Discuss proposed construction schedule elements, including: 1. Duration of each phase. 2. Daily start and finish of construction,including"night only" construction. 3. Duration of construction activities during: 4.Normal runway operations. SAFETY& SECURITY P-102-2 3084 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 5. Closed runway operations. 6. Modified runway"Aircraft Reference Code"usage. iii. Areas and operations affected by the construction activity. These areas and operations should be identified in the CSPP and should not require an entry in the SPCD. iv. Protection of NAVAIDs. Discuss specific methods proposed to protect operating NAVAIDs. v. Contractor access. Provide the following: 1. Details on how the contractor will maintain the integrity of the airport security fence (Monroe County Sheriff's Airport Security Office Technician or Deputy as gate guards, daily log of construction personnel, and other). 2. Listing of individuals requiring driver training (for certificated airports and as requested). 3. Radio communications. 4. Types of radios and backup capabilities. 5. Who will be monitoring radios. 6. Whom to contact if the AT-G=T Airport Operations cannot reach the contractor's designated person by radio. 7. Details on how the contractor will escort material delivery vehicles. 8. Compliance with FWC boater safety regulations. vi. Wildlife management. Discuss the following: 1. Methods and procedures to prevent wildlife attraction. 2. Wildlife reporting procedures. vii. Foreign Object Debris (FOD) management. Discuss equipment and methods for control of FOD, including construction debris and dust. viii. Hazardous material (HAZMAT) management. Discuss equipment and methods for responding to hazardous spills. ix. Notification of construction activities.Provide the following: 1. Contractor points of contact. 2. Contractor emergency contact. 3. Listing of tall or other requested equipment proposed for use on the airport and the timeframe for submitting 7460-1 forms not previously submitted by the airport operator. x. Inspection requirements. Discuss daily (or more frequent) inspections and special inspection procedures. xi. Underground utilities. Discuss proposed methods of identifying and protecting underground utilities. xii. Penalties. Any penalties are identified in the CSPP. SAFETY& SECURITY P-102-3 3085 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual xiii. Special conditions. Discuss proposed actions for each special condition identified in the CSPP. xiv. Runway and taxiway visual aids. Including marking, lighting, signs, and visual NAVAIDs. Discuss proposed visual aids including the following: 1. Equipment and methods for covering signage and airfield lights. xv. Marking and signs for access routes. Discuss proposed methods of demarcating access routes for vehicle drivers. xvi. Hazard marking and lighting. Discuss proposed equipment and methods for identifying excavation areas. xvii. 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: 1. Equipment and methods for maintaining Taxiway Safety Area standards. 2. Equipment and methods for separation of construction operations from aircraft operations, including details of barricades. xviii. Other limitations on construction should be identified in the CSPP and should not require an entry in the SPCD. 2) Have available at all times copies of the CSPP and SPCD for reference by the airport operator and its representatives, and by subcontractors and contractor employees. 3) Ensure that construction personnel are familiar with safety procedures and regulations on the airport. Provide a point of contact who will coordinate an immediate response to correct any construction-related activity that may adversely affect the operational safety of the airport. Contractor shall provide 24-hour coverage. 4) Identify in the SPCD the contractor's on-site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be on-site whenever active construction is taking place. 5) Conduct inspections sufficiently frequently to ensure construction personnel comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. 6) Restrict movement of construction vehicles and personnel to permitted construction areas by flagging, barricading, erecting temporary fencing, or providing escorts, as appropriate and as specified in the CSPP and SPCD. 7) Ensure that no contractor employees, employees of subcontractors or suppliers, or other persons enter any part of the air operations area (AOA) from the construction site unless authorized. 8) The Contractor shall submit and receive approval of SPCD prior to issuance of Notice to Proceed. SAFETY& SECURITY P-102-4 3086 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual CONSTRUCTION SEQUENCING 102-3.1 CONSTRUCTION SEQUENCE. The Contractor shall prepare a construction schedule and submit to the RPR at least one week prior to the pre-construction conference. 102-3.2 CLOSING RUNWAYS AND TAXIWAYS. The Contractor shall acquaint his supervisors and employees with the sequence of construction and its relationship to airport activity and aircraft operations that are inherent to this airport. No runway, taxiway, apron or airport roadway shall be closed without the written approval of the Owner, to enable necessary NOTAMS and/or advisories to airport fixed based operators (FBOs),tenants and users. The Contractor shall contact the RPR a minimum of 72 Hours prior to any requested closing. Any construction activity within 200 feet of the centerline of an active runway (runway safety area) or within 93 feet of the centerline of an active taxiway or apron (taxiway object free area) requires the closure of the affected area. These safety areas are shown on the phasing plan. The RPR will arrange for an inspection prior to return to service of any facility, that has been closed for work, on or adjacent thereto, or that has been used for a crossing point or haul route by the Contractor. MARKING AND LIGHTING 102-4.1 Proper marking and lighting of areas on the airfield associated with the construction shall be the responsibility of the Contractor and shall be described by the SPCD. This will include properly marking and lighting closed runways, taxiways, taxilanes, and aprons, the limits of construction, material storage areas, equipment storage areas, haul routes, parking areas and other areas defined as required for the Contractor's exclusive use. The Contractor shall erect and maintain around the perimeter of these areas suitable marking and warning devices visible for day and night use. Temporary barricades, flagging, and flashing warning lights shall be required at critical access points. The type and location of marking and warning devices will be approved by the RPR. Special emphasis shall be given to open trenches, excavations, heavy equipment marshalling areas, and stockpiled material located in the airport operations area, which shall be predominantly marked by the Contractor with flags and lighted by approved light units during hours of restricted visibility and darkness. All marking shall be in accordance with FAA Advisory Circular (AC) 150/5340-1J or latest edition. TRAFFIC CONTROL 102-5.1 VEHICLE IDENTIFICATION. The Contractor shall establish and maintain a list of Contractor and subcontractor vehicles authorized to operate on the site. Contractor employee vehicles shall be restricted to the Contractor's staging area and are not allowed in the Airport Operations Area (AOA) at any time. To be authorized to operate on the airport, each Contractor or subcontractor's vehicle shall: SAFETY& SECURITY P-102-5 3087 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual a. be marked/flagged for high daytime visibility and lighted for nighttime operations. Vehicles that are not marked and/or lighted shall be escorted by a vehicle appropriately marked and/or lighted. Vehicles requiring escort shall be identified on the list. b. be identified with the name and/or logo of the Contractor and be of sufficient size to be identified at a distance. Vehicles needing intermittent identification could be marked with tape or with commercially available magnetically attached markers. Vehicles that are not appropriately identified shall be escorted by a vehicle that conforms to this requirement. Vehicles requiring escort shall be identified on the list. c. be operated in a manner that does not compromise the safety of either landside or airside airport operations. If, in the opinion of the RPR, any vehicle is operated in a manner not fully consistent with this requirement, the RPR has the right to restrict operation of the vehicle or prohibit its use on the airport. 102-5.2 ACCESS TO THE SITE OF CONSTRUCTION. The Contractor's access to the site shall be as shown on the Plans. No other access points shall be allowed unless approved by the RPR. All Contractor traffic authorized to enter the site shall be experienced in the route or guided by Contractor personnel. The Contractor shall be responsible for traffic control to and from the various construction areas on the site, and for the operation and security of the access gate to the site. A Contractor's flagman or traffic control person shall monitor and coordinate all Contractor traffic at the access gate with Airport Security. The Contractor shall not permit any unauthorized construction personnel or traffic on the site. Access gates to the site shall be locked and secured at all times when not attended by the Contractor. If the Contractor chooses to leave any access gate open, it shall be attended by Contractor personnel who are familiar with the requirements of the Airport Security Program and have been approved by Airport Operations. The Contractor is responsible for the immediate cleanup of any debris deposited along the access route as a result of his construction traffic. Directional signing from the access gate along the delivery route to the storage area, plant site or work site shall be as directed by the RPR. In addition, the following requirements are applicable: a. All Contractor traffic authorized to travel on the airport shall have been briefed as part of the Contractor's construction safety and security orientation program, be thoroughly familiar with the access procedures and route for travel or be escorted by personnel authorized by the Contractor Safety and Security Officer(CSSO). b. The Contractor shall install work site identification signs at the authorized access point(s). If, in the opinion of the RPR, directional signs are needed for clarity, they shall be installed along the route authorized for access to each construction site. c. Under no circumstance will Contractor personnel be permitted to drive their individually owned vehicles to any construction site on the airport. All vehicles must be parked in the area designated for Contractor's employee parking. d. In addition to the inspection and cleanup required at the end of each shift, the Contractor is responsible for the immediate cleanup of any debris generated along the construction site access route(s) as a result of construction related traffic or operations whether or not created by Contractor personnel. The Contractor must construct a stabilized construction entrance as shown in the Contract Plans prior to beginning Phase III of the project. SAFETY& SECURITY P-102-6 3088 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual The Contractor must maintain through traffic along Government Road during all project phases. Prior to beginning the construction on Mitigation Site 1, the Contractor must install Construction Ahead signs as shown in the Contract plans. The Contractor may not disturb any existing mitigation areas on Mitigation Site 1 or Mitigation Site 2, including but not limited to the Great White Heron Refuge. The Contractor must install temporary fence and gates at Mitigation Site 1 as shown in the Contract Plans. Access to Mitigation Site 2 is by boat only. The Contractor must abide by all boating regulations as stated by the Florida Fish and Wildlife Conservation Commission and the Coast Guard. 102-5.3 MATERIAL SUPPLIERS. All material suppliers, subcontractors and visitors to the work site are obligated to follow the same safety and security operating procedures as the Contractor. All material suppliers shall make their deliveries using the same access points and routes as the Contractor and shall be advised of the appropriate delivery procedures at the time the materials order is placed. The Contractor shall not use the Airport address for any delivery but shall use the street address appropriate to the location of the entrance of the work site. If it is not practical to conform to the vehicle identification requirements of Section 102-5.1 and the safety and security operations program requirements of Section 102-2.2, the Contractor shall be prepared to escort all suppliers, subcontractors and visitors while they are on the airport. 102-5.4 PERSONNEL IDENTIFICATION. All employees, agents, vendors, invitees, etc. of the Contractor or subcontractors requiring access to the construction site shall, conform to the Security Program. 102-5.5 CONSTRUCTION BARRICADES. The Contractor shall be required to procure, deliver, and place low-profile and Type U construction barricades as indicated in the Construction Drawings. The Contractor shall be required to maintain barricades in proper working condition. The Contractor shall be required to set up and break down barricades for each phase of construction as indicated in the Construction Drawings. GENERAL SAFETY REQUIREMENTS 102-6.1 All Contractor vehicles that are authorized to operate on the airport outside of the designated construction area limits or haul routes as defined herein shall display in full view above the vehicle a flashing amber (yellow) dome-type light or a three-foot by three-foot, or larger, orange and white checkerboard flag, each checkerboard color being one-foot square. Vehicles must be under control of a Contractor mobile (two-way) radio operator (flagmen) monitoring the Airport frequency. Vehicle operators must be vigilant for conflict with any aircraft and give way to any operating aircraft. All Contractor vehicles that are required to operate outside of the construction area limits as defined herein and cross active runways, taxiways, aprons, or runway approach clear zones shall do so under the direct control of a flagman who is monitoring the Airport frequency. Flagmen and two-way radios shall be furnished by the Contractor. Flagmen shall be instructed in the use of two-way radios prior to use. All aircraft traffic on runways,taxiways and aprons shall have priority over Contractor's traffic. Construction vehicles not in use for extended periods during the work day, or during nights and weekends (non work periods) shall be parked away from active runways,taxiways, and aprons in designated vehicle SAFETY& SECURITY P-102-7 3089 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual marshalling areas. The Contractor shall disconnect backup beepers and prevent banging tailgates during nighttime operations. The Contractor will be required to use flaggers to direct equipment movement in staging areas during nighttime hours. 102-6.2 In order to protect all aircraft traffic, aviation related businesses, terminal apron areas, etc. from potential damage caused by foreign object debris (FOD) generated by construction activities, the Contractor shall provide a full time on site vacuum truck as required at the startup of construction to daily vacuum all pavements affected by construction. The vacuum truck shall remain on-site for the duration of the project and shall be available at the discretion of the Owner to vacuum pavement areas adjacent to the construction areas to ensure no FOD is present on pavements within 500 feet of any construction area. Protecting the aircraft, airport tenants, users, public, etc. against FOD is a critical safety issue therefore the cost of the vacuum truck will be included in the cost established for this specification item. CONSTRUCTION CONTROL 102-7.1 A primary and alternate responsible Contractor's representative shall be designated by the Contractor. The Contractor's representatives shall be available locally on a 24-hour basis. Names of the primary and alternate, including phone number, shall be made available to the Construction Manager by the Contractor. The Contractor shall insure that the names and phone numbers are kept current and made available to the RPR. CONSTRUCTION TECHNIQUES 102-8.1 Construction shall be planned and conducted throughout this project in such a manner as to allow the maintenance of completely safe airport operations. Every effort shall be made to reduce the impact of construction activity on overall airport operations. To this end the Contractor's activities shall be conducted in such a manner so as to preclude, except where absolutely required, open excavations, trenches, ditches and above ground obstacles such as booms on cranes or obstacle markers such as wooden saw horses. The primary responsibility for assuring that the safest possible construction techniques are followed rests with the Contractor Safety and Security Officer(CSSO). METHOD OF MEASUREMENT 102-9.1 Safety and Security shall be considered incidental to Mobilization and no separate measurement shall be made. BASIS OF PAYMENT 102-10.1 Safety and Security shall be considered incidental to Mobilization and no separate payment shall be made. Safety and Security shall include measures at the airport for safety and security for personnel or materials related to this specification item. This compensation shall include furnishing, placing and removal of all materials needed to maintain safety and security, stabilized construction entrances, temporary fencing and gates, barricades, construction signage, placing/removal and maintenance of airport provided lighted runway closed markers,providing and maintaining taxiway closure markers, steel plates (as needed), overnight site work lights (as needed), sweepers, water trucks, gate guards, flaggers, taxiway and runway edge light covers, sign covers, and for all labor, equipment, tools, and incidentals necessary to complete the item. END OF ITEM P-102 SAFETY& SECURITY P-102-8 3090 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item P-151 Clearing and Grubbing DESCRIPTION 151-1.1 This item shall consist of clearing or clearing and grubbing, including the disposal of materials, for all areas within the limits designated on the plans or as required by the Resident Project Representative(RPR). a. Clearing shall consist of the cutting and removal of all trees, stumps, brush, logs, hedges,the removal of fences and other loose or projecting material from the designated areas. The grubbing of stumps and roots will not be required. b. Clearing and grubbing shall consist of clearing the surface of the ground of the designated areas of all trees, stumps, down timber, logs, snags,brush,undergrowth, hedges,heavy growth of grass or weeds, fences, structures, debris, and rubbish of any nature,natural obstructions or such material which in the opinion of the RPR is unsuitable for the foundation of strips,pavements, or other required structures, including the grubbing of stumps,roots, matted roots, foundations, and the disposal from the project of all spoil materials resulting from clearing and grubbing. c. Tree Removal. Tree Removal shall consist of the cutting and removal of isolated single trees or isolated groups of trees, and the grubbing of stumps and roots. The removal of all the trees of this classification shall be in accordance with the requirements for the particular area being cleared. CONSTRUCTION METHODS 151-2.1 General. The removal of existing structures and utilities required to permit orderly progress of work shall be accomplished by local agencies,unless otherwise shown on the plans. Whenever a telephone pole, pipeline, conduit, sewer,roadway, or other utility is encountered and must be removed or relocated, the Contractor shall advise the RPR who will notify the proper local authority or owner to secure prompt action. 151-2.1.1 Disposal. All materials removed by clearing or by clearing and grubbing shall be disposed of offWe, outside the Airport's property limits, at the Contractor's responsibility, except when otherwise directed by the RPR. As fa,-as pFaetisa-blewaste ruo-Blefetezfid-a4Rsenfsl3a'�e plQE€d 00 SlO-POs-ef ,.heed : are-e,,,-a fi,.o v rts- -f v �: r o i. �i, ors n�.,t„ voweofle-ete , F fflasoflFy be dispesoa e f by the Ceii4ae*ar In no case, shall any discarded materials be left in windrows or piles adjacent to or within the airport limits. The manner and location of disposal of materials shall be subject to the approval of the RPR and shall not create an unsightly or objectionable view. Alh@r t4@ Cont-.,eto 151-2.1.2 Blasting. Blasting shall not be allowed. CLEARING AND GRUBBING P-151-1 3091 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 151-2.2 Clearing. The Contractor shall clear the staked or indicated area of all materials as indicated on the plans or as required by the Resident Project Representative(RPR). Trees unavoidably falling outside the specified clearing limits must be cut up,removed, and disposed of in a satisfactory manner. To minimize damage to trees that are to be left standing,trees shall be felled toward the center of the area being cleared. The Contractor shall preserve and protect from injury all trees not to be removed at no additional costs to the Airport. The trees, stumps, and brush shall be cut flush with the original ground surface. The grubbing of stumps and roots will not be required. Fences shall be removed and disposed of as directed by the RPR. Fence wire shall be neatly rolled and the wire and posts stored on the airport if they are to be used again, or stored at a location designated by the RPR if the fence is to remain the property of a local owner or authority. 151-2.3 Clearing and grubbing.In areas designated to be cleared and grubbed, all stumps, roots,buried logs,brush, grass, and other unsatisfactory materials as indicated on the plans, shall be removed, except where embankments exceeding 3-1/2 feet(105 cm)in depth will be constructed outside of paved areas. For embankments constructed outside of paved areas, all unsatisfactory materials shall be removed,but sound trees, stumps, and brush can be cut off flush with the original ground and allowed to remain. Tap roots and other projections over 1-1/2 inches (38 mm) in diameter shall be grubbed out to a depth of at least 18 inches (0.5 m)below the finished subgrade or slope elevation. Any buildings and miscellaneous structures that are shown on the plans to be removed shall be demolished or removed, and all materials shall be disposed of by removal from the site. The cost of removal is incidental to this item. The remaining or existing foundations, wells, cesspools, and like structures shall be destroyed by breaking down the materials of which the foundations,wells, cesspools, etc., are built to a depth at least 2 feet(60 cm)below the existing surrounding ground. Any broken concrete, blocks, or other objectionable material that cannot be used in backfill shall be removed and disposed of at the Contractor's expense. The holes or openings shall be backfilled with acceptable material and properly compacted. All holes in embankment areas remaining after the grubbing operation shall have the sides of the holes flattened to facilitate filling with acceptable material and compacting as required in Item P-152. The same procedure shall be applied to all holes remaining after grubbing in areas where the depth of holes exceeds the depth of the proposed excavation. METHOD OF MEASUREMENT 151-3.1-There shall be no separate measurement for P-151 Clearing and Grubbing. Clearing and Grubbing shall be considered incidental to P-101 and P-152 pay items. BASIS OF PAYMENT 151-4.1 There shall be no basis of payment for P-151 Clearing and Grubbing. Clearing and Grubbing shall be considered incidental to P-101 and P-152 pay items. END OF ITEM P-151 CLEARING AND GRUBBING P-151-2 3092 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item P-152 Excavation, Subgrade, and Embankment DESCRIPTION 152-1.1 This item covers excavation, disposal,placement, and compaction of all materials within the limits of the work required to construct safety areas,runways,taxiways, aprons, and intermediate areas as well as other areas for drainage,building construction,parking, or other purposes in accordance with these specifications and in conformity to the dimensions and typical sections shown on the plans. 152-1.2 Classification.All material excavated shall be classified as defined below: a. Unclassified excavation.Unclassified excavation shall consist of the excavation and disposal of all material (including but not limited to limerock, sandy limestone and cemented sand), regardless of its hardness or nature which is not otherwise classified and paid 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 outlet ditches; temporary levee construction; or any other type as shown on the plans.Drainage excavation shall he measured and paid for under associated drainage pay items. For dewatering, see specifications C-702,D-701, and D-751 for further details. c. Embankment.Embankment shall consist of approved material required for the construction of embankments or for other portions of the work in excess of the quantity of usable material available from required excavations. Borrow material shall be obtained from areas outside the airport boundaries. d. Gravel Removal. Gravel removal shall consist of the removal of existing gravel material as shown on the plans and transportation to an authorized offsite location. 152-1.3 Unsuitable excavation.Unsuitable material shall be disposed off-site in accordance with local, state, andfederal laws at the Contractor's total responsibility. in designated- *o aFoas as, s>,A-.:,., A14 t ply Materials containing vegetable or organic matter, such as muck,peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material suitable for topsoil may be used on the embankment slope when approved by the RPR. 152-1.4 Embankment(offsite).All embankment material shall he brought into the project areas from approved offsite borrows. CONSTRUCTION METHODS 152-2.1 General.Before beginning excavation, grading, and embankment operations in any applicable area, the area shall be cleared or cleared and grubbed in accordance with item P-151. In areas where clearing and/or grubbing is not applicable,prior to grading and embankment operations Contractor must remove all vegetation and topsoil or have pavement areas prepared in accordance with Item P- 101. EXCAVATION, SUBGRADE,AND EMBANKMENT P-152-1 3093 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual The suitability of material to be placed in embankments shall be subject to approval by the RPR. All unsuitable material shall be hauled off and disposed of legally off Airportproperty by the Contractor unless otherwise directed by the RPR. Disposal is considered incidental to contract hid items. disposek Of b ,tmac 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 70-20. 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. Areas outside the limits of the pavement areas where the top layer of soil has become compacted by hauling or other Contractor activities shall be scarified and disked to a depth of 4 inches (100 mm),to loosen and pulverize the soil. Stones or rock fragments larger than 4 inches (100 mm) in their greatest dimension will not be permitted in the top 6 inches (150 mm) of the subgrade. If it is necessary to interrupt existing surface drainage, sewers or under-drainage, conduits,utilities, or similar underground structures, the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered,the Contractor shall notify the RPR,who shall arrange for their removal 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 result from any of the Contractor's operations during the period of the contract. 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 RPR 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. Digital terrain model(DTM) files of the existing surfaces, finished surfaces and other various surfaces were used to develop the design plans. Existing grades on the design cross sections or DTM's,where they do not match the locations of actual spot elevations shown on the topographic map,were developed by computer interpolation from those spot elevations. Prior to disturbing original grade, Contractor shall verify the accuracy of the existing ground surface by verifying spot elevations at the same locations where original field survey data was obtained as indicated on the topographic map. Contractor shall recognize that, due to the interpolation process, the actual ground surface at any particular location may differ somewhat from the interpolated surface shown on the design cross sections or obtained from the DTM's. Contractor's verification of original ground surface,however, shall be limited to verification of spot elevations as indicated herein, and no adjustments will be made to the original ground surface unless the Contractor demonstrates that spot elevations shown are incorrect. For this purpose, spot elevations which are within 0.1 foot of the stated elevations for ground surfaces, or within 0.04 foot for hard surfaces (pavements,buildings, foundations, structures, etc.) shall be considered"no change". Only deviations in excess of these will be considered for adjustment of the original ground surface. If Contractor's verification identifies discrepancies in the topographic map, Contractor shall notify the RPR in writing at least two weeks before disturbance of existing grade to allow sufficient time to verify the submitted information and make adjustments to the design cross sections or DTM's. Disturbance of existing grade in any area shall constitute acceptance by the Contractor of the accuracy of the original elevations shown on the topographic map for that area. EXCAVATION, SUBGRADE,AND EMBANKMENT P-152-2 3094 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual All areas to be excavated shall be stripped of vegetation and topsoil. Topsoil shall be stockpiled for future use in areas designated eii 44e plans of by the RPR. All suitable excavated material shall be used in the formation of embankment, subgrade, or other purposes with RPR approval ass sihaev.„ ^,^ the plans. All unsuitable material or excess material shall be disposed of A__ 440 Plms offsite at an approved location that meets local, state and Federal standards. Disposal is considered incidental to contract hid items. The grade shall be maintained so that the surface is well drained at all times.The cost to furnish, install, maintain, and remove any temporary drainage measures will not be paid for separately, but shall be incidental to the associated pay items. When the volume of the excavation exceeds that required to construct the embankments to the grades as approved by RPR:fia"..,*oa Affli the r'^fts,the excess shall be disposed at an approved location, off airportproperty at contractor's own cost. The excavation of all limerock, sandy limestone and cemented sand material will be measured and paid for under Unclassified Excavation. 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 location,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 (300 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. Unsuitable materials shall be disposed off the airport property. The cost is incidental to this item. This excavated material shall be paid for at the contract unit price per cubic yard(per cubic meter) for unsuitable excavation. The excavated area shall be backfilled with suitable material obtained from the grading operations or borrow areas and compacted to specified densities. The necessary backfill will constitute a part of the embankment. Where rock cuts are made,backfill with select material. Any pockets created in the rock surface shall be drained in accordance with the details shown on the plans. Undercutting will be paid as unsuitable excavation. c. Over-break. Over-break, including slides, is that portion of any material 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 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 backfilled with suitable material and compacted as specified for embankment or as shown on the plans. All removal of utilities and subsequent backfill will he considered incidental to in-Contract unclassified excavation work. EXCAVATION, SUBGRADE,AND EMBANKMENT P-152-3 3095 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 152-2.3 Borrow excavation. There are no borrow sources within the boundaries of the airport property. The Contractor shall locate and obtain offsite borrow sources, subject to the approval of the RPR. The Contractor shall notify the RPR at least 15 days prior to beginning the excavation so necessary measurements and tests can be made by the RPR. All borrow pits shall be opened to expose the various strata of acceptable material to allow obtaining a uniform product. Borrow areas shall be drained and left in a neat,presentable condition with all slopes dressed uniformly. Borrow areas shall not create a hazardous wildlife attractant. 152-2.4 Drainage excavation.Drainage excavation shall consist of excavating drainage ditches including intercepting, inlet, or outlet ditches; or other types as shown on the plans. The work shall be performed in sequence with the other construction. Ditches shall be constructed prior to starting adjacent excavation operations. All satisfactory material shall be placed in embankment fills; unsuitable material shall be hauled legally off airport property rlaeoa in Ele;Si 4latoa WaStO S ,r01-06te b)'640 ADA. All necessary work shall be performed true to final line, elevation, and cross-section. The Contractor shall maintain ditches constructed on the project to the required cross-section and shall keep them free of debris or obstructions until the project is accepted. All drainage excavation and backfill will be considered incidental to in-Contract drainage work. 152-2.5 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 of subgrade shall be compacted to not less than 100%of maximum density for non-cohesive soils, and 95% of maximum density for cohesive soils as determined by ASTM D1557. As used in this specification, "non-cohesive" shall mean those soils having a plasticity index(PI) of less than 3 as determined by ASTM D431 S. 152-2.6 Preparation of embankment 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 and shall then be compacted per paragraph 152- 2.10. Sloped surfaces steeper than one (1)vertical to four(4)horizontal shall be plowed, stepped,benched, or broken up so that the fill material will bond with the existing material. When the subgrade is part fill and part excavation or natural ground,the excavated or natural ground portion shall be scarified to a depth of 12 inches (30ffim) and compacted as specified for the adjacent fill. No direct payment shall be made for the work performed under this section. The necessary clearing and grubbing and the quantity of excavation removed will be paid for under the respective items of work. 152-2.7 Control Strip. The first half-day of construction of subgrade and/or embankment shall be considered as a control strip for the Contractor to demonstrate, in the presence 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 be 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 specified density. The RPR must witness this demonstration and approve the lift thickness prior to full production. Control strips that do not meet specification requirements shall be reworked,re-compacted, or removed and replaced at the Contractor's expense. Full operations shall not begin until the control strip has been accepted by the RPR. The Contractor shall use the same equipment,materials, and construction methods for the remainder of construction,unless adjustments made by the Contractor are approved in advance by the RPR. EXCAVATION, SUBGRADE,AND EMBANKMENT P-152-4 3096 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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 (300 mm)of compacted thickness. The offsite borrow material shall consist of inorganic, non plastic,granular soil containing less than 12%passing the No. 200 sieve(Unified Soil Classification SP or SP-SM).No separate payment shall he made for the laboratory testing of offsite borrow material.All offsite borrow material testing and associated efforts shall he incidental to hid items in this contract. Onsite borrow material, if applicable, shall be approved as suitable by the RPR prior to placement and after receipt of required laboratory soil gradation and proctor data.No separate payment shall be made for the laboratory testing of onsite borrow material. All onsite borrow material testing and associated efforts shall be incidental to bid items in this contract. 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 met. 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 shall embankment be placed upon frozen material. Material shall not be placed on surfaces that are muddy, frozen, or contain frost. The Contractor shall drag, blade, or slope the embankment to provide surface drainage at all times. The material in each lift shall be within f2% 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 be accelerated by blending in dry material or manipulation alone to increase the rate of evaporation. The Contractor shall make the necessary corrections and adjustments in methods,materials or moisture content to achieve the specified embankment density. The contractor will take 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 D 1557. A 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-180 Annex Correction of maximum dry density and optimum moisture for oversized particles. If nuclear density machines are to he used for density determination, the machines shall be calibrated in accordance with ASTMD6938. Rolling operations shall be continued until the embankment is compacted to not less than 100% of maximum density for non-cohesive soils, and 95% of maximum density for cohesive soils as determined by ASTM D1557. Under all areas to be paved,the embankments shall be compacted to a depth of 12" and to a density of not less than 100 percent of the maximum density as determined by ASTM D1557.As EXCAVATION, SUBGRADE,AND EMBANKMENT P-152-5 3097 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual used in this specification, "non-cohesive" shall mean those soils having a plasticity index(PI) of less than 3 as determined by ASTM D4318. On all areas outside of the pavement areas,no compaction will be required on the 4 inches which shall be prepared for a topsoil and sod seedhed in accordance with Item T-904 and T-905. The in-place field density shall be determined in accordance with ASTM D1556 or ASTM 6938 using Procedure A,the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938. The 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. If the specified density is not attained, the area represented by the test or as designated by the RPR shall be reworked and/or re-compacted and additional random tests made. This procedure shall be followed until the specified density is reached. 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 lifts as specified or as directed by the RPR and the finer material shall be used to fill the voids forming a dense, compact mass. Rock, cement concrete pavement, asphalt pavement, and other 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 breaking 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 and finer fragments of rock. The lift shall not be constructed above an elevation 4 feet(1.2 m) below the finished subgrade. There will be no separate measurement or payment for compacted embankment. All costs incidental to placing in lifts, hauling, compacting, discing,watering,mixing, sloping, testing and other operations necessary for construction of embankments will be included in the contract price for excavation, embankment , or other items listed in this specification. 152-2.9 Proof rolling. The purpose of proof rolling the subgrade is to identify any weak areas in the subgrade and not for compaction of the subgrade. After compaction is completed, the subgrade area shall be proof rolled with a heavy pneumatic-tired roller having four or more tires abreast, each tire loaded to a minimum of 30,000 pounds and inflated to a minimum of 125 psi in the presence of the RPR. Apply a minimum of one coverage, or as specified by the RPR,under pavement areas. A coverage is defined as the application of one tire print over the designated area. Soft areas of subgrade that deflect more than 1 inch or show permanent deformation greater than 1 inch shall be removed and replaced with suitable material or reworked to conform to the moisture content and compaction requirements in accordance with these specifications. Removal and replacement of soft areas is incidental to this item. EXCAVATION, SUBGRADE,AND EMBANKMENT P-152-6 3098 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 152-2.10 Compaction requirements. The subgrade under areas to be paved shall be compacted to a depth of 12 inches and to a density of not less than 100 percent of the maximum dry density as determined by ASTM D1557. The subgrade in areas outside the limits of the pavement areas 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 by ASTM D1557. The material to be compacted shall be within f2%of optimum moisture content before being rolled to obtain the prescribed compaction(except for expansive soils). When the material has greater than 30 percent retained on the 3/4 inch(19.0 mm) sieve, follow the methods in ASTM D1557 procedures in AASHTO T180 Annex for correction of maximum dry density and optimum moisture for oversized particles. Tests for moisture content and compaction will be taken at a minimum of 1000 SY of subgrade. All quality assurance testing shall be done by the Contractor's laboratory in the presence of the RPR, and density test results shall be furnished upon completion to the RPR for acceptance determination. The in-place field density shall be determined in accordance with ASTM D 15 56 or ASTM D6938 using Procedure A,the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938 within 12 months prior to its use on this contract. The gage shall be field standardized 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 be reworked and/or re-compacted and additional random tests made. This procedure shall be followed until the specified density is reached. All cut-and-fill slopes shall be uniformly dressed to the slope, cross-section, and alignment shown on the plans or as directed by the RPR and the finished subgrade shall be maintained. 152-2.11 Finishing and protection of subgrade.Finishing and protection of the subgrade 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 subgrade shall be brought to grade. Scarifying,blading,rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans. All ruts or rough places that develop in the completed subgrade shall be graded,re- compacted, and retested. The Contractor shall protect the subgrade from damage and limit 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 subsequent layers. No subbase,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 necessary and incidental part of the work. The Contractor shall include the cost in the contract unit price for the pay of items of work involved.No payment will be made separately or directly for hauling on any part of the work. The Contractor's equipment shall not cause damage to any excavated surface, compacted lift or to the subgrade as a result of hauling operations. Any damage caused as a result of the Contractor's hauling operations shall be repaired at the Contractor's expense. The Contractor shall be responsible for providing,maintaining and removing any haul roads or routes within or outside of the work area, and shall return the affected areas to their former condition,unless otherwise authorized in writing by the Owner.No separate payment will be made for any work or materials associated with providing,maintaining and removing haul roads or routes. EXCAVATION, SUBGRADE,AND EMBANKMENT P-152-7 3099 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 152-2.13 Surface Tolerances.In those areas on which a subbase or base course is 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 mm),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+/- '/z inch(12 mm)when tested with a 12-foot(3.7-m) straightedge applied parallel with and at right angles to the centerline. The straightedge shall be moved continuously forward at half the length of the 12-foot(3.7-m) straightedge for the full length of each line on 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 +/- 0.05 feet(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 shall not vary 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 reshaping. 152-2.14 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 any excavation or embankment fill. if, in the judgment of the RPR, it is practical to place the salvaged topsoil at the time of excavation or stripping,the material shall be placed in its final position without stockpiling or further re-handling. Upon completion of grading operations, stockpiled topsoil shall be lia-Hdled and ..laeea as snovm A44 thR, plans hauled offsite and disposed of at an approved location at contractor's cost, and as required in Item T-905. Topsoil shall be paid for as provided in Item T-905. No direct payment will be made for topsoil under Item P-152. METHOD OF MEASUREMENT 152-3.1 The quantity of Unclassified Excavation to be paid for shall be the number of cubic yards measured in its final position. Measurement for payment specified by the cubic yard shall be computed by the comparison of digital terrain model(DTM) surfaces for computation of neat line design quantities, subject to verification by the RPR, Measurement shall not include the quantity of materials excavated without authorization beyond normal slope lines, or the quantity of material used for purposes other than those directed by the RPR. 152-3.2 The quantity of Unsuitable Excavation to be paid for shall be the number of cubic yards. Measurement for payment specified by the cubic yard shall be computed by the comparison of digital terrain model (DTM) surfaces for computation of neat line design quantities, subject to verification by the RPR. Measurement shall not include the quantity of materials excavated without authorization beyond normal slope lines, or the quantity of material used for purposes other-than those directed by the RPR. 152-3.3 The quantity of Embankment in place to be paid shall be the number of cubic yards hauled, tested,placed, compacted, and accepted in the proposed grade. Measurement for payment shall be the quantity measure in it final position. EXCAVATION, SUBGRADE,AND EMBANKMENT P-152-8 3100 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 152-3.4 The quantity of Gravel Removal to be paid shall be the number of square yards of gravel removed,hauled, and disposed of legally off airport property. All other excavation required, regardless of its nature, which is not otherwise classified and paid for under the various bid items in the project, will he considered incidental to above listed bid items and not measure or paid for separately. This includes, but is not limited to, drainage installation/removal related excavations and backfills, as well as underground utility trench/removal excavations and backfills. BASIS OF PAYMENT 152-4.1 The payment of Unclassified Excavation shall be made at the contract unit price per cubic yard. This price shall be full compensation for excavation, striping/grass removal, compaction, regrading, hauling, stockpiling or disposing excess material legally off Airport property and furnishing all materials, labor, equipment, tools, and incidentals necessary to complete the item. 152-4.2 The payment of Unsuitable Excavation shall be made at the contract unit price per cubic yard. This price shall be full compensation for furnishing all materials, undercutting, excavation, hauling, stockpiling, testing, disposal, labor, equipment,tools, and incidentals necessary to complete the item. 152-4.3 The payment of Embankment shall be made at the contract unit price per cubic yard. This price shall be full compensation for furnishing all materials,labor, equipment, tools, hauling, stockpiling, compaction, testing, disposal and incidentals necessary to complete the item. 152-4.4 The payment of Gravel Removal shall be made at the contract unit price per square yard. This price shall be full compensation for furnishing all materials, labor, equipment, tools,hauling, stockpiling, legal disposal off airport property, and all incidentals necessary to complete this item. Payment will be made under: Item P-152-1A Unclassified Excavation Per CY Item P-152-1B Unclassified Excavation Per CY Item P-152-2 Unsuitable Excavation Per CY Item P-152-3A Embankment(Off-Site) Per CY Item P-152-3B Embankment(Off-Site) Per CY Item P-152-4 Gravel Removal Per SY 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. American Association of State Highway and Transportation Officials (AASHTO) AASHTO T-180 Standard Method of Test for Moisture-Density Relations of Soils Using a 4.54-kg(10-1b)Rammer and a 457-mm(I 8-in.)Drop EXCAVATION, SUBGRADE,AND EMBANKMENT P-152-9 3101 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual ASTM International(ASTM) ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort(12,400 ft-lbf/ft3(600 kN-m/m3)) ASTM D 1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort(56,000 ft-lbf/ft3 (2700 kN-m/m3)) ASTM D6938 Standard Test Methods for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth) Advisory Circulars (AC) AC 150/5370-2 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-152 EXCAVATION, SUBGRADE,AND EMBANKMENT P-152-10 3102 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item P-153 Controlled Low-Strength Material(CLSM) DESCRIPTION 153-1.1 This item shall consist of furnishing, transporting, and placing a controlled low-strength material (CLSM) as flowable backfill in trenches, abandon existing utilities or at other locations shown on the plans or as directed by the Resident Project Representative(RPR). MATERIALS 153-2.1 Materials. a. Cement. Cement shall conform to the requirements of ASTM C150 Type H(for flowable fill). b. Fly ash.Fly ash shall conform to ASTM C618, Class C or F. c. Fine aggregate(sand).Fine aggregate shall conform to the requirements of ASTM C33 except for aggregate gradation. Any aggregate gradation which produces the specified performance characteristics of the CLSM and meets the following requirements,will be accepted. Sieve Size Percent Passing by weight 3/4 inch(19.0 mm) 100 No. 200 (75 µm) 0- 12 d.Water.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. MIX DESIGN 153-3.1 Proportions. The Contractor shall submit, to the RPR, a mix design including the proportions and source of aggregate, fly ash, cement, water, and approved admixtures.No CLSM mixture shall be produced for payment until the RPR has given written approval of the proportions. The proportions shall be prepared by a laboratory and shall remain in effect for the duration of the project. The proportions shall establish a single percentage or weight for aggregate, fly ash, cement,water, and any admixtures proposed. Laboratory costs are incidental to this item. a. Compressive strength. CLSM shall be designed to achieve a 28-day compressive strength of 125 to 200 psi(690 to 1379 kPa)when tested in accordance with ASTM D4832,with no significant strength gain after 28 days. b. Consistency.Design CLSM to achieve a consistency that will produce an approximate 8-inch(200 mm) diameter circular-type spread without segregation. CLSM consistency shall be determined per ASTM D6103. CONTROLLED LOW-STRENGTH MATERIAL(CLSM) P-153-1 3103 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual CONSTRUCTION METHODS 153-4.1 Placement. a.Placement. CLSM may be placed by any reasonable means from the mixing unit into the space to be filled. Agitation is required during transportation and waiting time. Placement shall be performed so structures or pipes are not displaced from their existing l position and intrusion of CLSM into unwanted areas is avoided. The material shall be brought up uniformly to the top ofpipe or conduit to *nR,4111 ORA rhAA.,R ^R thR pIaf%or as directed by the RPR. Each placement of CLSM shall be as continuous an operation as possible. If CLSM is placed in more than one lift,the base lift shall be free of surface water and loose foreign material prior to placement of the next lift. The Contractor shall dewater the existing pipe prior to placing CLSM. b. Contractor Quality Control. The Contractor shall collect all batch tickets to verify the CLSM delivered to the project conforms to the mix design. The Contractor shall verify daily that the CLSM is consistent with 153-3.1a and 153-3.1b. Adjustments shall be made as necessary to the proportions and materials as needed. The Contractor shall provide all batch tickets to the RPR. c.Limitations of placement. CLSM shall not be placed on frozen ground. Mixing and placing may begin when the air or ground temperature is at least 357 (2°C) and rising. Mixing and placement shall stop when the air temperature is 40°F (4°C) and falling or when the anticipated air or ground temperature will be 35°F (2°C) or less in the 24-hour period following proposed placement. At the time of placement, CLSM shall have a temperature of at least 40'F (4'C). 153-4.2 Curing and protection a. Curing. The air in contact with the CLSM shall be maintained at temperatures above freezing for a minimum of 72 hours. If the CLSM is subjected to temperatures below 32°F (0°C), the material may be rejected by the RPR if damage to the material is observed. b. Protection. The CLSM shall not be subject to loads and shall remain undisturbed by construction activities for a period of 48 hours or until a compressive strength of 15 psi (105 kPa)is obtained. The Contractor shall be responsible for providing evidence to the RPR that the material has reached the desired strength. Acceptable evidence shall be based upon compressive tests made in accordance with paragraph 153-3.1 a. 153-4.3 Quality Assurance(QA)Acceptance. CLSM QA acceptance shall be based upon batch tickets provided by the Contractor to the RPR to confirm that the delivered material conforms to the mix design. METHOD OF MEASUREMENT 153-5.1 Measurement. There shall he no separate measurement for controlled low-strength material(CLSM). CLSM shall he considered necessary and incidental to the work of this Contract. . r,nt—v.iioa law st+e gt ,,.,.,to,ial BASIS OF PAYMENT 153-6.1 There shall he no separate measurement of controlled low-strength material. Controlled low- strength material shall he considered incidental to the respective pay items. CONTROLLED LOW-STRENGTH MATERIAL(CLSM) P-153-2 3104 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual eamplete the war4 as eifiea n.,.,,ne t will be, to 1 raov. Ah-a don Dips •�-rc CA-4i ell w S el-7 1rr viatefl•,l (GI ST4) Pof ell' =F m�r�c�vrr�-�F L�3..,_ � g.� �a 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) ASTM C33 Standard Specification for Concrete Aggregates ASTM C150 Standard Specification for Portland Cement ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM C595 Standard Specification for Blended Hydraulic Cements ASTM C1602 Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete ASTM D4832 Standard Test Method for Preparation and Testing of Controlled Low- Strength Material(CLSM) Test Cylinders ASTM D6103 Flow Consistency of Controlled Low Strength Material(CLSM) END OF ITEM P-153 CONTROLLED LOW-STRENGTH MATERIAL(CLSM) P-153-3 3105 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item P-211 Limerock Base Course DESCRIPTION 211-1.1 This item shall consist of the placement and compaction of new base course and reworking and recompacting of existing base course composed of limerock constructed on the prepared underlying course per these specifications and shall conform to the dimensions and typical cross-section shown on the plans. MATERIALS 211-2.1 Materials. The limerock base course material shall consist of fossiliferous limestone of uniform quality. The material shall not contain hard or flinty pieces that will cause a rough surface containing pits and pockets. The rock shall show no tendency to "air slake" or undergo chemical change when exposed to the weather. The material when watered and rolled shall be capable of compacting to a dense and well- bonded base. Limerock Base Course Material Properties' Oolitic Non-Oolitic Carbonates of calcium and magnesium' 70%minimum 75%minimum Oxides of iron and aluminum Less than or equal to 2% Less than or equal to 2% Liquid limit NA Not greater than 35 Plasticity Index NA Not greater than 6 Organic or foreign matter Not more than 0.5% Not more than 0.5% Lime Bearing Ratio(LBR)3 at 0 to+1.5% 125 125 optimum 1 The combined amount of carbonates,oxides,and silica shall be at least 97%. The material shall be non-plastic. z The chemical analysis of limerock shall consist of determining the insoluble silica,iron oxide,and alumina by solution of the sample in hydrochloric(HCl)acid,evaporating,dehydrating,re-dissolving the residue,and neutralizing with ammonium hydroxide,filtering,washing,and igniting the residue limerock. The difference between the percentage of insoluble matter and 100%is reported as carbonates of calcium and magnesium. 3 FM 5-515,Florida Method of Test for Limerock Bearing Ratio Limerock Base Course Gradation Sieve Designation Percentage by Weight (square openings) Passing Sieves 3-1/2 inch(87.5 mm) 100 3/4 inch(19.0 mm) 50-100 LIME ROCK BASE COURSE P-211-1 3106 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual All fine material shall consist entirely of dust of fracture (fine portion passing the No. 10 (2.00 mm) sieve). 211-2.2 Sampling and Testing. a.Aggregate base materials. The Contractor shall take samples of the aggregate base in accordance with ASTM D75 to verify initial aggregate base requirements and gradation. Material shall meet the requirements in paragraph 211-2.1. This sampling and testing will be the basis for approval of the aggregate base quality requirements. 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. Sampling shall be per ASTM D75. Material shall meet the requirements in paragraph 209-2.1. The lot will be consistent with the lot size used for density. The samples shall be taken from the in-place,un-compacted material at sampling points and intervals designated by the RPR. 211-2.3 Separation Geotextile. Sepal-. iai geate wile. sha 41 he Class AA CHT_0— T,r744 -f F Aaa_t-or.,I -Rates Feg, Elif g s ep .,tiofi g e 0texti - CONSTRUCTION METHODS 211-3.1 Control strip. The first half-day of construction shall be considered the control strip. The Contractor shall demonstrate, 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. Control strips that do not meet specification requirements shall be removed and replaced at the Contractor's expense. Full operations shall not continue until the control strip has been accepted by the RPR.Upon acceptance of the control strip by the RPR,the Contractor shall use the same equipment, materials, and construction methods for the remainder of construction,unless adjustments made by the Contractor are approved in advance by the RPR. 211-3.2 Preparing underlying course. The RPR shall check and accept the underlying course before placing and spreading operations are started. Any ruts or soft yielding places caused by improper drainage conditions,hauling, or any other cause shall be corrected at the Contractor's expense before the base course is placed. Material shall not be placed on frozen subgrade. 211-3.3 Placement. The material shall be placed and spread on the prepared underlying layer by spreader boxes or other devices as approved by the RPR, to a uniform thickness 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 uncompacted base course shall not be permitted. The material shall meet gradation and moisture requirements prior to compaction. The layer shall be constructed in lifts as established in the control strip,but not less than 4 inches (100 mm)nor more than 12 inches (300 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 met. The Contractor shall rework,re-compact and retest any material placed which does not meet the specifications. 211-3.4 Compaction. Immediately upon completion of the spreading operations, compact each layer of the base course, as specified,with approved compaction equipment. The number,type, and weight of LIME ROCK BASE COURSE P-211-2 3107 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual rollers shall be sufficient to compact 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 be at least 100% of the maximum density of laboratory specimens prepared from samples of the subbase material delivered to the jobsite. The moisture content of the material during placing operations shall be within::L2 percentage points of the optimum moisture content as determined by ASTM D1557. Maximum density refers to maximum dry density at optimum moisture content unless otherwise specified. 211-3.5 Finishing.After the watering and rolling of the base course, the entire surface shall be scarified to a depth of at least 3 inches (75 mm) and shaped to the exact crown and cross-section with a blade grader. The scarified material shall be rewetted and thoroughly rolled. Rolling shall continue until the base is bonded and compacted to a dense,unyielding mass,true to grade and cross-section. Scarifying and rolling of the surface of the base shall follow the initial rolling of the limerock by not more than four(4) days. When the limerock base is constructed in two layers, the scarifying of the surface shall be to a depth of 2 inches (50 mm). If cracks or checks appear in the base before the surface course is laid,the Contractor shall rescarifying, reshaping,watering, add limerock where necessary, and recompact. If the underlying material becomes mixed with the base course material,the Contractor shall,without additional compensation,remove, reshape, and recompact the mixture. 211-3.6 Weather limitations.Material shall not be placed unless the ambient air temperature is at least 40'F (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. 211-3.7 Maintenance. The base course shall be maintained in a condition that will meet all specification requirements until the work is accepted by the RPR. 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 by the Contractor at the Contractor's expense. When necessary, temporary drainage measures shall be installed to furnish and maintain the integrity and compaction of the base course. The cost necessary to install, maintain, and remove any temporary drainage measures to maintain P-211 integrity will not be paid for separately, but shall be incidental to the associated pay items. 211-3.8 Surface tolerance. After the course has been compacted,the surface shall be tested for smoothness and accuracy of grade and crown. Any portion lacking the required smoothness or failing in accuracy of grade or crown shall be scarified to a depth of at least 3 inches (75 mm),reshaped and recompacted to grade. until the required smoothness and accuracy are obtained and approved by the RPR. Any deviation in surface tolerances shall be corrected by the Contractor at the Contractor's expense. The smoothness and accuracy requirements specified here apply only to the top layer when base course is constructed in more than one layer. a. Smoothness. The finished surface shall not vary more than 3/8-inch(9 mm)when tested with a 12-foot(3.7-m) straightedge applied parallel with and at right angles to the centerline. The straightedge shall be moved continuously at half the length of the 12-foot(3.7-m) straightedge for the full length of each line on a 50-foot(15-m)grid. b. Grade. The grade and crown shall be measured on a 50-foot(I 5-m)grid and shall be within +0 and-1/2 inch(12 mm) of the specified grade. LIME ROCK BASE COURSE P-211-3 3108 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 21 1-3.9 Acceptance sampling and testing. Limerock base course shall be accepted for density on an area basis. Two tests shall be made for density and thickness for each 550 square yds. Sampling locations will be determined on a random basis per ASTM 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 at least 100% of the maximum density of laboratory specimens compacted and tested per ASTM D1557. The in-place field density shall be determined per ASTM D1556 or ASTM D6938 using Procedure A,the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938. If the specified density is not attained, the entire area shall be reworked and/or recompacted and two additional random tests made. This procedure shall be followed until the specified density is reached. Maximum density refers to maximum dry density at optimum moisture content unless otherwise specified. b. Thickness.Depth tests shall be made by test holes or cores at least 3 inches (75 mm)in diameter that extend through the base. The thickness of the base course shall be within+0 and-1/2 inch(12 mm) of the specified thickness as determined by depth tests taken 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 scarifying to a depth of at least 3 inches (75 mm), adding new material of proper gradation, and the material shall be blended and recompacted to grade. The Contractor shall replace, at his expense,base material where depth tests have been taken. 211-3.10 Rework Limerock Base. The Contractor shall rework the existing limerock base course as indicated on the plans to minimum depth of 4 inches. The rework shall include regrading and recompacting to meet the required densities. The rework of limerock base cost shall include any additional limerock required to meet proposed grades. METHOD OF MEASUREMENT 211-4.1 The quantity of limerock base course shall be the number of square yards of base material placed,bonded, and accepted in the completed base course. 211-4.2 The quantity of reworked limerock base course shall be the number of square yards of existing limerock base course regraded and recompacted and accepted by the RPR. BASIS OF PAYMENT 211-5.1 Payment shall be made at the contract unit price per square yard for limerock base course. This price shall be full compensation for furnishing all materials and for all preparation, hauling, and placing of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. The cost of removing cracks and checks including the labor, and the additional limerock necessary for crack elimination,will not be paid for separately but shall be included in the contract price per square yard for limerock base course. The cost necessary to install, maintain, and remove any temporary drainage measures to enable limerock related work will not be paid for separately, but shall be incidental to limerock base course. LIME ROCK BASE COURSE P-211-4 3109 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 211-5.2 Payment shall be made at the contract unit price per square yards for the rework of existing limerock base course. This price shall be full compensation for furnishing all materials and for all scarifying, loosening,preparation, hauling,placing, and compacting materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. The cost necessary to install, maintain, and remove any temporary drainage measures to enable limerock related work will not be paid for separately, but shall be incidental to limerock base course. Payment will be made under: Item P-211-IA 6"Limerock Base Course Per SY Item P-211-2A Re-Work Limerock Base Course Per SY Item P-211-IB 6"Limerock Base Course Per SY Item P-211-213 Re-Work Limerock Base Course Per SY 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) ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM D75 Standard Practice for Sampling Aggregates ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort(12,400 ft-lbf/ft3(600 kN-m/m3)) ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort(56,000 ft-lbf/ft3 (2700 kN-m/m3)) ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D4318 Standard Test Methods for Liquid Limit,Plastic Limit, and Plasticity Index of Soils ASTM D4491 Standard Test Methods for Water Permeability of Geotextiles by Permittivity ASTM D4751 Standard Test Methods for Determining Apparent Opening Size of a Geotextile LIME ROCK BASE COURSE P-211-5 3110 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual American Association of State Highway and Transportation Officials (AASHTO) M288 Standard Specification for Geosynthetic Specification for Highway Applications END OF ITEM P-211 LIME ROCK BASE COURSE P-211-6 3111 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual This page intentionally left blank LIME ROCK BASE COURSE P-211-7 3112 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item P-401 Asphalt Mix Pavement DESCRIPTION 401-1.1 This item shall consist of pavement courses composed of mineral aggregate and asphalt binder mixed in a central mixing plant and placed on a prepared base or stabilized course in accordance with these specifications and shall conform to the lines, grades, thicknesses, and typical cross-sections shown on the plans. Each course shall be constructed to the depth, typical section, and elevation required by the plans and shall be rolled, finished, and approved before the placement of the next course. 401-1.2 Pre-Paving Workshop. As stated in specification C-100 Contractor Quality Control Plan (CQCP), the RPR will present a half day pre paving workshop within ten days of the submittal of the P-401 mix design. The actual on-airport location for the workshop will he determined at the pre- construction meeting. It is mandatory that the Contractor and his representatives attend the workshop. The dates for the workshop will he scheduled after the project is awarded and prior to the start of the placing of pavement and will be as directed by the RPR. Mandatory attendees include: Contractor Quality Control Program Administrator(CQCPA), Project Manager, Paving Superintendent and Foreman, QC Technicians,Project Engineer/Pavement Engineer, and QA Technicians. The following are the minimum agenda items: 1. Submittals and status of submittals 2. Material supply/availability issues 3. Asphaltplant and aggregate stockpile management 4. Asphalt paving requirements 5. Paving schedule 6. Laydown plan 7. Test section requirements 8. Contractor process control testing 9. Acceptance testing requirements 10. Monitoring of CQC testing MATERIALS 401-2.1 Aggregate. Aggregates shall consist of crushed stone, crushed gravel, crushed slag, screenings, natural sand, and mineral filler, as required. The aggregates should have no known history of detrimental pavement staining due to ferrous sulfides, such as pyrite. Coarse aggregate is the material retained on the No. 4(4.75 mm) sieve. Fine aggregate is the material passing the No. 4 (4.75 mm) sieve. a. Coarse aggregate. Coarse aggregate shall consist of sound, tough, durable particles, free from films of matter that would prevent thorough coating and bonding with the asphalt material and free from organic matter and other deleterious substances. Coarse aggregate material requirements are given in the table below. ASPHALT MIX PAVEMENT P-401-1 3113 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Coarse Aggregate Material Requirements Material Test Requirement Standard Resistance to Degradation Loss: 40%maximum ASTM C131 Soundness of Aggregates Loss after 5 cycles: ASTM C88 by Use of Sodium Sulfate or 12%maxitnum using Sodium sulfate- or- Magnesium Sulfate 18%maximum using magnesium sulfate Clay lumps and friable 1.0 %maximum ASTM C142 particles Percentage of Fractured For pavements designed for aircraft gross weights of ASTM D5821 Particles 60,000 pounds (27200 kg) or more: Minimum 75%by weight of particles with at least two fractured faces and 85%with at least one fractured face' 0 oElesiglied�afaifefa4gfess Weights f4ee, Flat, Elongated, or Flat and 8%maximum,by weight, of flat, elongated, or flat and ASTM D4791 Elongated Particles elongated particles at 5:1 2 Bulk density of slag 3 Weigh not less than 70 pounds per cubic foot(1.12 ASTM C29. Mg/cubic meter) The area of each face shall be equal to at least 75%of the smallest mid-sectional area of the piece.When two fractured faces are contiguous,the angle between the planes of fractures shall be at least 30 degrees to count as two fractured faces. 2 A flat particle is one having a ratio of width to thickness greater than five(5); an elongated particle is one having a ratio of length to width greater than five(5). 3 Only required if slag is specified. b. Fine aggregate.Fine aggregate shall consist of clean, sound,tough, durable, angular shaped particles produced by crushing stone, slag, or gravel and shall be free from coatings of clay, silt, or other objectionable matter.Natural(non-manufactured) sand may be used to obtain the gradation of the fine aggregate blend or to improve the workability of the mix. Fine aggregate material requirements are listed in the table below. ASPHALT MIX PAVEMENT P-401-2 3114 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Fine Aggregate Material Requirements Material Test Requirement Standard Liquid limit 25 maximum ASTM D4318 Plasticity Index 4 maximum ASTM D4318 Soundness of Aggregates Loss after 5 cycles: ASTM C88 by Use of Sodium Sulfate or 10%maximum using Sodium sulfate-or- Magnesium Sulfate 15%maximum using magnesium sulfate Clay lumps and friable 0.3%maximum ASTM C142 particles Sand equivalent 45 minimum ASTM D2419 Natural Sand 15%maximum by weight of total aggregate ASTM D 1073 c. Sampling.ASTM D75 shall be used in sampling coarse and fine aggregate. 401-2.2 Mineral filler. Mineral filler(baghouse fines)may be added in addition to material naturally present in the aggregate. Mineral filler shall meet the requirements of ASTM D242. Mineral Filler Requirements Material Test Requirement Standard Plasticity Index 4 maximum ASTM D43I S 401-2.3 Asphalt binder.Asphalt binder shall conform to ASTM D6373 Performance Grade(PG) 76-22 PMA as defined by the Florida Department of Transportation. Asphalt Binder PG Plus Test Requirements Material Test Requirement Standard Elastic Recovery 75%minimum ASTM D60841 1 Follow procedure B on RTFO aged binder. 401-2.4 Anti-stripping agent.Any anti-stripping agent or additive (anti-strip) shall be heat stable and shall not change the asphalt binder grade beyond specifications. Anti-strip shall be an approved material of the Department of Transportation of the State in which the project is located. COMPOSITION 401-3.1 Composition of mixture(s). The asphalt mix shall be composed of a mixture of aggregates, filler and anti-strip agent if required, and asphalt binder. The aggregate fractions shall be sized,handled in separate size groups, and combined in such proportions that the resulting mixture meets the grading requirements of the job mix formula(JMF). 401-3.2 Job mix formula(JMF) laboratory. The laboratory used to develop the JMF shall possess a current certificate of accreditation, listing D3666 from a national accrediting authority and all test methods required for developing the JMF; and be listed on the accrediting authority's website. A copy of ASPHALT MIX PAVEMENT P-401-3 3115 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual the laboratory's current accreditation and accredited test methods shall be submitted to the Resident Project Representative (RPR)prior to start of construction. 401-3.3 Job mix formula(JMF).No asphalt mixture shall be placed until an acceptable mix design has been submitted to the RPR for review and accepted in writing. The RPR's review shall not relieve the Contractor of the responsibility to select and proportion the materials to comply with this section. When the project requires asphalt mixtures of differing aggregate gradations and/or binders, a separate JMF shall be submitted for each mix. Add anti-stripping agent to meet tensile strength requirements. The JMF shall be prepared by an accredited laboratory that meets the requirements of paragraph 401-3.2. The asphalt mixture shall be designed using procedures contained in Asphalt Institute MS-2 Mix Design Manual, 7th Edition. Samples shall be prepared and compacted using the gyratory compactor in accordance with ASTM D6925. Should a change in sources of materials be made, a new JMF must be submitted to the RPR for review and accepted in writing before the new material is used. After the initial production JMF has been approved by the RPR and a new or modified JMF is required for whatever reason,the subsequent cost of the new or modified JMF, including a new control strip when required by the RPR,will be borne by the Contractor. 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. The JMF shall be submitted in writing by the Contractor at least 30 days prior to the start of paving operations. The JMF shall be developed within the same construction season using aggregates proposed for project use. The JMF shall be dated, and stamped or sealed by the responsible professional Engineer of the laboratory and shall include the following items as a minimum: • Manufacturer's Certificate of Analysis (COA) for the asphalt binder used in the JMF in accordance with paragraph 401-2.3. Certificate of asphalt performance grade is with modifier already added,if used and must indicate compliance with ASTM D6373.For plant modified asphalt binder, certified test report indicating grade certification of modified asphalt binder. • Manufacturer's Certificate of Analysis (COA) for the anti-stripping agent if used in the JMF in accordance with paragraph 401-2.4. • Certified material test reports for the course and fine aggregate and mineral filler in accordance with paragraphs 401-2.1. • Percent passing each sieve size for individual gradation of each aggregate cold feed and/or hot bin;percent by weight of each cold feed and/or hot bin used; and the total combined gradation in the JMF. • Specific Gravity and absorption of each coarse and fine aggregate. • Percent natural sand. • Percent fractured faces. • Percent by weight of flat particles, elongated particles, and flat and elongated particles (and criteria). • Percent of asphalt. • Number of hi Aws A gyrations ASPHALT MIX PAVEMENT P-401-4 3116 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual • Laboratory mixing and compaction temperatures. • Supplier-recommended field mixing and compaction temperatures. • Plot of the combined gradation on a 0.45 power gradation curve. • Graphical plots of air voids,voids in the mineral aggregate (VMA), and unit weight versus asphalt content. To achieve minimum VMA during production,the mix design needs to account for material breakdown during production. • Tensile Strength Ratio (TSR). • Type and amount of Anti-strip agent when used. • Asphalt Pavement Analyzer(APA)results. • Date the JMF was developed. Mix designs that are not dated or which are from a prior construction season shall not be accepted. Table 1.Asphalt Design Criteria Test Property Value Test Method Number of r gyrations 75 Air voids (%) 3.5 ASTM D3203 Percent voids in mineral ASTM D6995 aggregate (VMA),minimum See Table 2 Tensile Strength Ratio (TSR) not less than SO at a saturation ASTM D4867 of 70-80% [Asphalt Pavement Analyzer AASHTO T340 at 250 psi hose (APA)2,3] Less than l 0 mm @ 4000 passes pressure at 64°C test temperature 1 Test specimens for TSR shall be compacted at 7 f 1.0%air voids. In areas subject to freeze-thaw,use freeze-thaw conditioning in lieu of moisture conditioning per ASTM D4867 z AASHTO T340 at 100 psi hose pressure at 64°C test temperature may be used in the interim. If this method is used the required Value shall be less than 5 mm @ 8000 passes 3 Where APA not available,use Hamburg Wheel test(AASHTO T-324) 10mm @ 20,000 passes at 50°C. The mineral aggregate shall be of such size that the percentage composition by weight, as determined by laboratory sieves,will conform to the gradation or gradations specified in Table 2 when tested in accordance with ASTM C136 and ASTM C117. The gradations in Table 2 represent the limits that shall determine the suitability of aggregate for use from the sources of supply;be well graded from coarse to fine and shall not vary from the low limit on one sieve to the high limit on the adjacent sieve, or vice versa. ASPHALT MIX PAVEMENT P-401-5 3117 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Table 2.Aggregate-Asphalt Pavements Sieve Size Percentage by Weight Passing Sieve 1 inch(25.0 mm) -- 3/4 inch(19.0 mm) 100 1/2 inch(12.5 mm) 90-100 3/8 inch(9.5 mm) 72-88 No. 4 (4.75 mm) 53-73 No. 8 (2.36 mm) 38-60 No. 16 (1.18 mm) 26-48 No. 30 (600 µm) 18-38 No. 50 (300 µm) 11-27 No. 100 (150 µm) 6-18 No. 200 (75 µm) 3-6 Minimum Voids in Mineral Aggregate (VMA)t 15.0 Asphalt Percent: Stone or gravel 5.0-7.5 Slag 6.5-9.5 Recommended Minimum Construction Lift Thickness 2 inch 'To achieve minimum VMA during production,the mix design needs to account for material breakdown during production. The aggregate gradations shown are based on aggregates of uniform specific gravity. The percentages passing the various sieves shall be corrected when aggregates of varying specific gravities are used, as indicated in the Asphalt Institute MS-2 Mix Design Manual, 7th Edition. 401-3.4 Reclaimed asphalt pavement(RAP). RAP shall not be used. 401-3.5 Control Strip. Full production shall not begin until an acceptable control strip has been constructed and accepted in writing by the RPR. The Contractor shall prepare and place a quantity of asphalt according to the JMF. The underlying grade or pavement structure upon which the control strip is to be constructed shall be the same as the remainder of the course represented by the control strip. The Contractor will not be allowed to place the control strip until the Contractor quality control program (CQCP), showing conformance with the requirements of paragraph 401-5.1,has been accepted, in writing,by the RPR. The control strip will consist of at least 250 tons (227 metric tons) or 1/2 sublot,whichever is greater. The control strip shall be placed in two lanes of the same width and depth to be used in production with a longitudinal cold joint. The cold joint must be cutback in accordance with paragraph 401-4.14 using the same procedure that will be used during production. The cold joint for the control strip will be an exposed construction joint at least four(4)hours old or when the mat has cooled to less than 1607 (71°C). The equipment used in construction of the control strip shall be the same type, configuration and weight to be used on the project. ASPHALT MIX PAVEMENT P-401-6 3118 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual The control strip will be considered acceptable by the RPR if the gradation, asphalt content, and VMA are within the action limits specified in paragraph 401-5.5a; and Mat density greater than or equal to 94.5%, air voids 3.5%+/- 1%, and joint density greater than or equal to 92.5%. If the control strip is unacceptable,necessary adjustments to the JMF,plant operation,placing procedures, and/or rolling procedures shall be made and another control strip shall be placed. Unacceptable control strips shall be removed at the Contractor's expense. The control strip will be considered one lot for payment based upon the average of a minimum of 3 samples (no sublots required for control strip). Payment will only be made for an acceptable control strip in accordance with paragraph 401-8.1 using a lot pay factor equal to 100. CONSTRUCTION METHODS 401-4.1 Weather limitations. The asphalt shall not be placed upon a wet surface or when the surface temperature of the underlying course is less than specified in Table 4. The temperature requirements may be waived by the RPR, if requested; however, all other requirements including compaction shall be met. Table 4. Surface Temperature Limitations of Underlying Course Base Temperature(Minimum) Mat Thickness OF °C 3 inches (7.5 cm) or greater 401 4 Greater than 2 inches(50 mm) 45 7 but less than 3 inches (7.5 cm) 401-4.2 Asphalt plant.Plants used for the preparation of asphalt shall conform to the requirements of American Association of State Highway and Transportation Officials (AASHTO)M156 including the following items. a.Inspection of plant. The RPR, or RPR's authorized representative, shall have access, at all times, to all areas of the plant for checking adequacy of equipment; inspecting operation of the plant: verifying weights,proportions, and material properties; and checking the temperatures maintained in the preparation of the mixtures. b. Storage bins and surge bins. The asphalt mixture stored in storage and/or surge bins shall meet the same requirements as asphalt mixture loaded directly into trucks. Asphalt mixture shall not be stored in storage and/or surge bins for a period greater than twelve (12)hours. If the RPR determines there is an excessive heat loss, segregation, or oxidation of the asphalt mixture due to temporary storage, temporary storage shall not be allowed. 401-4.3 Aggregate stockpile management.Aggregate stockpiles shall be constructed in a manner that prevents segregation and intermixing of deleterious materials. Aggregates from different sources shall be stockpiled,weighed and batched separately at the asphalt batch plant. Aggregates that have become segregated or mixed with earth or foreign material shall not be used. A continuous supply of materials shall be provided to the work to ensure continuous placement. 401-4.4 Hauling equipment. Trucks used for hauling asphalt shall have tight, clean, and smooth metal beds. To prevent the asphalt from sticking to the truck beds,the truck beds shall be lightly coated with a minimum amount of paraffin oil, lime solution, or other material approved by the RPR. Petroleum products shall not be used for coating truck beds. Each truck shall have a suitable cover to protect the ASPHALT MIX PAVEMENT P-401-7 3119 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual mixture from adverse weather. When necessary,to ensure that the mixture will be delivered to the site at the specified temperature, truck beds shall be insulated or heated and covers shall be securely fastened. 401-4.4.1 Material transfer vehicle (MTV). Material transfer vehicles used to transfer the material from the hauling equipment to the paver, shall use a self-propelled,material transfer vehicle with a swing conveyor that can deliver material to the paver without making contact with the paver. The MTV shall be able to move back and forth between the hauling equipment and the paver providing material transfer to the paver,while allowing the paver to operate at a constant speed. The Material Transfer Vehicle will have remixing and storage capability to prevent physical and thermal segregation. 401-4.5 Asphalt pavers.Asphalt pavers shall be self-propelled with an activated heated screed, capable of spreading and finishing courses of asphalt that will meet the specified thickness, smoothness, and grade. The paver shall have sufficient power to propel itself and the hauling equipment without adversely affecting the finished surface. The asphalt paver shall be equipped with a control system capable of automatically maintaining the specified screed grade and elevation. If the spreading and finishing equipment in use leaves tracks or indented areas, or produces other blemishes in the pavement that are not satisfactorily corrected by the scheduled operations, the use of such equipment shall be discontinued. The paver shall be capable of paving to a minimum width specified in paragraph 401-4.12. 401-4.6 Rollers. The number,type, and weight of rollers shall be sufficient to compact the asphalt to the required density while it is still in a workable condition without crushing of the aggregate, depressions or other damage to the pavement surface. Rollers shall be in good condition, clean, and capable of operating at slow speeds to avoid displacement of the asphalt. All rollers shall be specifically designed and suitable for compacting asphalt concrete and shall be properly used. Rollers that impair the stability of any layer of a pavement structure or underlying soils shall not be used. 401-4.7 Density device. The Contractor shall have on site a density gauge during all paving operations in order to assist in the determination of the optimum rolling pattern,type of roller and frequencies, as well as to monitor the effect of the rolling operations during production paving. The Contractor shall supply a qualified technician during all paving operations to calibrate the gauge and obtain accurate density readings for all new asphalt. These densities shall be supplied to the RPR upon request at any time during construction.No separate payment will be made for supplying the density gauge and technician. 401-4.8 Preparation of asphalt binder. The asphalt binder shall be heated in a manner that will avoid local overheating and provide a continuous supply of the asphalt binder to the mixer at a uniform temperature. The temperature of unmodified asphalt binder delivered to the mixer shall be sufficient to provide a suitable viscosity for adequate coating of the aggregate particles,but shall not exceed 3250F (160°C)when added to the aggregate. The temperature of modified asphalt binder shall be no more than 350°F (175°C)when added to the aggregate. 401-4.9 Preparation of mineral aggregate. The aggregate for the asphalt shall be heated and dried. The maximum temperature and rate of heating shall be such that no damage occurs to the aggregates. The temperature of the aggregate and mineral filler shall not exceed 3507 (175'C)when the asphalt binder is added. Particular care shall be taken that aggregates high in calcium or magnesium content are not damaged by overheating. The temperature shall not be lower than is required to obtain complete coating and uniform distribution on the aggregate particles and to provide a mixture of satisfactory workability. 401-4.10 Preparation of Asphalt mixture. The aggregates and the asphalt binder shall be weighed or metered and mixed in the amount specified by the JMF. The combined materials shall be mixed until the aggregate obtains a uniform coating of asphalt binder and is thoroughly distributed throughout the mixture. Wet mixing time shall be the shortest time that will produce a satisfactory mixture,but not less than 25 seconds for batch plants. The wet mixing time for all plants shall be established by the Contractor, ASPHALT MIX PAVEMENT P-401-8 3120 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual based on the procedure for determining the percentage of coated particles described in ASTM D2489, for each individual plant and for each type of aggregate used. The wet mixing time will be set to achieve 95% of coated particles. For continuous mix plants,the minimum mixing time shall be determined by dividing the weight of its contents at operating level by the weight of the mixture delivered per second by the mixer. The moisture content of all asphalt upon discharge shall not exceed 0.5%. 401-4.11 Application of Prime and Tack Coat.Immediately before placing the asphalt mixture, the underlying course shall be cleaned of all dust and debris. A prime coat in accordance with Item P-602 shall be applied to aggregate base prior to placing the asphalt mixture. A tack coat shall be applied in accordance with Item P-603 to all vertical and horizontal asphalt and concrete surfaces prior to placement of the first and each subsequent lift of asphalt mixture. 401-4.12 Laydown plan,transporting,placing, and finishing. Prior to the placement of the asphalt,the Contractor shall prepare a laydown plan with the sequence of paving lanes and width to minimize the number of cold joints; the location of any temporary ramps; laydown temperature; and estimated time of completion for each portion of the work(milling,paving,rolling, cooling, etc.). The laydown plan and any modifications shall be approved by the RPR. Deliveries shall be scheduled so that placing and compacting of asphalt is uniform with minimum stopping and starting of the paver. Hauling over freshly placed material shall not be permitted until the material has been compacted, as specified, and allowed to cool to approximately ambient temperature. The Contractor, at their expense, shall be responsible for repair of any damage to the pavement caused by hauling operations. Contractor shall survey each lift of asphalt surface course and certify to RPR that every lot of each lift meets the grade tolerances of paragraph 401-6.2d before the next lift can be placed. Edges of existing asphalt pavement abutting the new work shall be saw cut and the cut off material and laitance removed. Apply a tack coat in accordance with P-603 before new asphalt material is placed against it. The speed of the paver shall be regulated to eliminate pulling and tearing of the asphalt mat. Placement of the asphalt mix shall begin along the centerline of a crowned section or on the high side of areas with a one way slope unless shown otherwise on the laydown plan as accepted by the RPR. The asphalt mix shall be placed in consecutive adjacent lanes having a minimum width of 12 feet(m) except where edge lanes require less width to complete the area. The final asphalt mix lift shall be placed in consecutive adjacent strips having a minimum width of 15 feet with the exception of the outside lanes. Additional screed sections attached to widen the paver to meet the minimum lane width requirements must include additional auger sections to move the asphalt mixture uniformly along the screed extension. The paving plan shall review the timing of placement to assure hot longitudinal paving joints across the area or proposed phase and provide temporary ramps for aircraft operation (as required). The proposed minimum lift thickness shall be 2.0 inches and the maximum shall be 3.5 inches for any layer unless otherwise approved by the RPR. Prior to the end of each nightly paving shift, the Contractor must construct temporary transitions as shown in the Contract Documents. The transitions must be 5 feet for every 1 inch of grade change between the existing and proposed surfaces. The Contract must identify the proposed locations of the temporary transitions on the paving plan. The paving plan shall be submitted 14 days prior to the beginning of production. The longitudinal joint in one course shall offset the longitudinal joint in the course immediately below by at least one foot(30 cm);however,the joint in the surface top course shall be at the centerline of crowned pavements. Transverse joints in one course shall be offset by at least 10 feet(3 m)from transverse joints ASPHALT MIX PAVEMENT P-401-9 3121 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual in the previous course. Transverse joints in adjacent lanes shall be offset a minimum of 10 feet(3 m).On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical,the asphalt may be spread and luted by hand tools. The RPR may at any time,reject any batch of asphalt, on the truck or placed in the mat,which is rendered unfit for use due to contamination, segregation, incomplete coating of aggregate, or overheated asphalt mixture. Such rejection may be based on only visual inspection or temperature measurements. In the event of such rejection, the Contractor may take a representative sample of the rejected material in the presence of the 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. Areas of segregation in the surface course, as determined by the RPR, shall be removed and replaced at the Contractor's expense. The area shall be removed by saw cutting and milling a minimum of the construction lift thickness as specified in paragraph 401-3.3, Table 2 for the approved mix design. The area to be removed and replaced shall be a minimum width of the paver and a minimum of 10 feet(3 m) long. 401-4.13 Compaction of asphalt mixture.After placing,the asphalt mixture shall be thoroughly and uniformly compacted by self-propelled rollers. The surface shall be compacted as soon as possible when the asphalt has attained sufficient stability so that the rolling does not cause undue displacement, cracking or shoving. The sequence of rolling operations and the type of rollers used shall be at the discretion of the Contractor. The speed of the roller shall, at all times, be sufficiently slow to avoid displacement of the hot mixture and be effective in compaction. Any surface defects and/or displacement occurring as a result of the roller, or from any other cause, shall be corrected at the Contractor's expense. Sufficient rollers shall be furnished to handle the output of the plant. Rolling shall continue until the surface is of uniform texture, true to grade and cross-section, and the required field density is obtained. To prevent adhesion of the asphalt to the roller, the wheels shall be equipped with a scraper and kept moistened with water as necessary. In areas not accessible to the roller, the mixture shall be thoroughly compacted with approved power tampers. Any asphalt that becomes loose and broken,mixed with dirt, contains check-cracking, or in any way defective shall be removed and replaced with fresh hot mixture and immediately compacted to conform to the surrounding area. This work shall be done at the Contractor's expense. Skin patching shall not be allowed. 401-4.14 Joints. The formation of all joints shall be made to ensure a continuous bond between the courses and obtain the required density. All joints shall have the same texture as other sections of the course and meet the requirements for smoothness and grade. The roller shall not pass over the unprotected end of the freshly laid asphalt except when necessary to form a transverse joint. When necessary to form a transverse joint, it shall be made by means of placing a bulkhead or by tapering the course. The tapered edge shall be cut back to its full depth and width on a straight line to expose a vertical face prior to placing the adjacent lane. In both methods, all contact surfaces shall be coated with an asphalt tack coat before placing any fresh asphalt against the joint. Longitudinal joints which have been left exposed for more than four(4)hours; the surface temperature has cooled to less than 175°F (80°C); or are irregular, damaged,uncompacted or otherwise defective shall be cut back with a cutting wheel or pavement saw a maximum of 3 inches (75 mm)to expose a clean, sound,uniform vertical surface for the full depth of the course. All cutback material and any laitance produced from cutting joints shall be removed from the project. Asphalt tack coat in accordance with P- 603 shall be applied to the clean, dry joint prior to placing any additional fresh asphalt against the joint. The cost of this work shall be considered incidental to the cost of the asphalt. ASPHALT MIX PAVEMENT P-401-10 3122 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 401-4.15 Saw-cut grooving. Saw-cut grooves shall be provided as specified in Item P-621. 401-4.16 Diamond grinding. Diamond grinding shall be completed prior to pavement grooving. Diamond grinding shall be accomplished by sawing with saw blades impregnated with industrial diamond abrasive. Diamond grinding shall be performed with a machine designed specifically for diamond grinding capable of cutting a path at least 3 feet(0.9 m)wide. The saw blades shall be 1/8-inch(3-mm)wide with a sufficient number of blades to create grooves between 0.090 and 0.130 inches (2 and 3.5 mm)wide; and peaks and ridges approximately 1/32 inch(1 mm)higher than the bottom of the grinding cut. The actual number of blades will be determined by the Contractor and depend on the hardness of the aggregate. Equipment or grinding procedures that cause ravels, aggregate fractures, spalls or disturbance to the pavement will not be permitted. 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. The Contractor shall apply a surface treatment per P-608 to all areas that have been subject to grinding. 401-4.17 Nighttime paving requirements. The Contractor shall provide adequate lighting during any nighttime construction. A lighting plan shall be submitted by the Contractor and approved by the RPR prior to the start of any nighttime work. All work shall be in accordance with the approved CSPP and lighting plan. CONTRACTOR QUALITY CONTROL (CQC) 401-5.1 General. The Contractor shall develop a Contractor Quality Control Program(CQCP) in accordance with Item C-100.No partial payment will be made for materials without an approved CQCP. 401-5.2 Contractor quality control(QC) facilities. The Contractor shall provide or contract for testing facilities in accordance with Item C-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 deficiencies concerning the QC facility, equipment, supplies, or testing personnel and procedures. When the deficiencies are serious enough to be adversely affecting the test results, the incorporation of the materials into the work shall be suspended immediately and will not be permitted to resume until the deficiencies are satisfactorily corrected. 401-5.3 Contractor QC testing. The Contractor shall perform all QC tests necessary to control the production and construction processes applicable to these specifications and as set forth in the approved CQCP. The testing program shall include,but not necessarily be limited to, tests for the control of asphalt content, aggregate gradation,temperatures, aggregate moisture, field compaction, and surface smoothness. A QC Testing Plan shall be developed as part of the CQCP. a. Asphalt content. A minimum of two tests shall be performed per day in accordance with ASTM D6307 or ASTM D2172 for determination of asphalt content. When using ASTM D6307,the correction factor shall be determined as part of the first test performed at the beginning of plant production; and as part of every tenth test performed thereafter. The asphalt content for the day will be determined by averaging the test results. b. Gradation. Aggregate gradations shall be determined a minimum of twice per day from mechanical analysis of extracted aggregate in accordance with ASTM D5444,ASTM C136, and ASTM C117. ASPHALT MIX PAVEMENT P-401-11 3123 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual c.Moisture content of aggregate. The moisture content of aggregate used for production shall be determined a minimum of once per day in accordance with ASTM C566. d. Moisture content of asphalt. The moisture content shall be determined once per day in accordance with AASHTO T329 or ASTM D1461. e. Temperatures. Temperatures shall be checked, at least four times per day, at necessary locations to determine the temperatures of the dryer,the asphalt binder in the storage tank,the asphalt at the plant, and the asphalt at the job site. f.In-place density monitoring. The Contractor shall conduct any necessary testing to ensure that the specified density is being achieved. A nuclear gauge may be used to monitor the pavement density in accordance with ASTM D2950. g. Smoothness for Contractor Quality Control. The Contractor shall perform smoothness testing in transverse and longitudinal directions daily to verify that the construction processes are producing pavement with variances less than inch in 12 feet, identifying areas that may pond water which could lead to hydroplaning of aircraft. If the smoothness criteria is not met, appropriate changes and corrections to the construction process shall be made by the Contractor before construction continues The Contractor may use a 12-foot(3.7 m) "straightedge, a rolling inclinometer meeting the requirements of ASTM E2133 or rolling external reference device that can simulate a 12-foot(3.7m) straightedge approved by the RPR. Straight-edge testing shall start with one-half the length of the straightedge at the edge of pavement section being tested and then moved ahead one-half the length of the straightedge for each successive measurement. Testing shall be continuous across all joints. The surface irregularity shall be determined by placing the freestanding(unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between the two high points. If the rolling inclinometer or external reference device is used,the data may be evaluated using either the FAA profile program,ProFAA, or FHWA ProVal,using the 12-foot straightedge simulation function. Smoothness readings shall not be made across grade changes or cross slope transitions. The transition between new and existing pavement shall be evaluated separately for conformance with the plans. (1) Transverse measurements. Transverse measurements shall be taken for each day's production placed. Transverse measurements shall be taken perpendicular to the pavement centerline each 50 feet(15 m) or more often as determined by the RPR. The joint between lanes shall be tested separately to facilitate smoothness between lanes. (2)Longitudinal measurements. Longitudinal measurements shall be taken for each day's production placed. Longitudinal tests shall be parallel to the centerline of paving; at the center of paving lanes when widths of paving lanes are less than 20 feet(6 m); and at the third points of paving lanes when widths of paving lanes are 20 ft(6 m) or greater. When placement abuts previously placed material the first measurement shall start with one half the length of the straight edge on the previously placed material. Deviations on the final surface course in either the transverse or longitudinal direction that will trap water greater than 1/4 inch(6 mm) shall be corrected with diamond grinding per paragraph 401-4.16 or by removing and replacing the surface course to full depth. Grinding shall be tapered in all directions to provide smooth transitions to areas not requiring grinding. All areas in which diamond grinding has been performed shall be subject to the final pavement thickness tolerances specified in paragraph 401- 6.1d(3). Areas that have been ground shall be sealed with a surface treatment in accordance with Item P- ASPHALT MIX PAVEMENT P-401-12 3124 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 608. To avoid the surface treatment creating any conflict with runway or taxiway markings, it may be necessary to seal a larger area. Control charts shall be kept to show area of each day's placement and the percentage of corrective grinding required. Corrections to production and placement shall be initiated when corrective grinding is required. If the Contractor's machines and/or methods produce significant areas that need corrective actions in excess of 10 percent of a day's production,production shall be stopped until corrective measures are implemented by the Contractor. h. Grade. Grade shall be evaluated daily to allow adjustments to paving operations when grade measurements do not meet specifications. As a minimum, grade shall be evaluated prior to and after the placement of the first lift and after placement of the surface lift. Measurements will be taken at appropriate gradelines (as a minimum at center and edges of paving lane) and longitudinal spacing as shown on cross-sections and plans. The final surface of the pavement will not vary from the gradeline elevations and cross-sections shown on the plans by more than 1/2 inch (12 mm)vertically and 0.1 feet(30 mm)laterally. The documentation will be provided by the Contractor to the RPR within 24 hours. Areas with humps or depressions that exceed grade or smoothness criteria 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. Grinding shall be in accordance with paragraph 401-4.16. The Contractor shall repair low areas or areas that cannot be corrected by grinding by removal of deficient areas to the depth of the final course plus '/2 inch and replacing with new material. Skin patching is not allowed. 401-5.4 Sampling.When directed by the RPR,the Contractor shall sample and test any material that appears inconsistent with similar material being sampled,unless such material is voluntarily removed and replaced or deficiencies corrected by the Contractor. All sampling shall be in accordance with standard procedures specified. 401-5.5 Control charts. The Contractor shall maintain linear control charts for both individual measurements and range(i.e. difference between highest and lowest measurements) for aggregate gradation, asphalt content, and VMA. The VMA for each day will be calculated and monitored by the QC laboratory. Control charts shall be posted in a location satisfactory to the RPR and kept current. As a minimum,the control charts shall identify the project number,the contract item number,the test number, each test parameter,the Action and Suspension Limits applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data during production indicates a problem and the Contractor is not taking satisfactory corrective action,the RPR may suspend production or acceptance of the material. a.Individual measurements. Control charts for individual measurements shall be established to maintain process control within tolerance for aggregate gradation, asphalt content, and VMA. The control charts shall use the job mix formula target values as indicators of central tendency for the following test parameters with associated Action and Suspension Limits: ASPHALT MIX PAVEMENT P-401-13 3125 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Control Chart Limits for Individual Measurements Sieve Action Limit Suspension Limit 3/4 inch(19.0 mm) 16% 19% 1/2 inch(12.5 mm) ±6% ±9% 3/8 inch (9.5 mm) f6% f9% No. 4 (4.75 mm) ±6% f9% No. 16 (1.18 mm) f5% f7.5% No. 50 (300 µm) ±3% ±4.5% No. 200 (75 µm) f2% +3% Asphalt Content ±0.45% ±0.70% Minimum VMA -0.5% -1.0% b. Range. Control charts shall be established to control gradation process variability. The range shall be plotted as the difference between the two test results for each control parameter. The Suspension Limits specified below are based on a sample size of n=2. Should the Contractor elect to perform more than two tests per lot, the Suspension Limits shall be adjusted by multiplying the Suspension Limit by 1.18 for n-3 and by 1.27 for n-4. Control Chart Limits Based on Range Sieve Suspension Limit 1/2 inch(12.5 mm) 11% 3/8 inch(9.5 mm) 11% No. 4 (4.75 mm) 11% No. 16 (1.18 mm) 9% No. 50 (300 µm) 6% No. 200 (75 µm) 3.5% Asphalt Content 0.8% c. Corrective Action. The CQCP shall indicate that appropriate action shall be taken when the process is believed to be out of tolerance. The Plan shall contain rules to gauge when a process is out of control and detail what action will be taken to bring the process into control. As a minimum, a process shall be deemed out of control and production stopped and corrective action taken, if: (1) One point falls outside the Suspension Limit line for individual measurements or range; or (2) Two points in a row fall outside the Action Limit line for individual measurements. 401-5.6 QC reports. The Contractor shall maintain records and shall submit reports of QC activities daily, in accordance with Item C-100. MATERIAL ACCEPTANCE 401-6.1 Acceptance sampling and testing.Unless otherwise specified, all acceptance sampling and testing necessary to determine conformance with the requirements specified in this section will be ASPHALT MIX PAVEMENT P-401-14 3126 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual performed by the RPR at no cost to the Contractor except that coring as required in this section shall be completed and paid for by the Contractor. a. Quality assurance (QA) testing laboratory. The QA testing laboratory performing these acceptance tests will be accredited in accordance with ASTM D3666. The QA laboratory accreditation will be current and listed on the accrediting authority's website. All test methods required for acceptance sampling and testing will be listed on the lab accreditation. b.Lot size. A standard lot will be equal to one day's production divided into approximately equal sublots of between 400 to 600 tons. When only one or two sublots are produced in a day's production, the sublots will be combined with the production lot from the previous or next day. Where more than one plant is simultaneously producing asphalt for the job,the lot sizes will apply separately for each plant. c. Asphalt air voids.Plant-produced asphalt will be tested for air voids on a sublot basis. (1) Sampling. Material from each sublot shall be sampled in accordance with ASTM D3665. Samples shall be taken from material deposited into trucks at the plant or at the job site in accordance with ASTM D979. The sample of asphalt may be put in a covered metal tin and placed in an oven for not less than 30 minutes nor more than 60 minutes unless absorptive aggregates are identified with the mix design and the hold times shall he not less than 60 minutes and not more than 90 minutes to maintain the material at or above the compaction temperature as specified in the JMF. (2) Testing. Air voids will be determined for each sublot in accordance with ASTM D3203 for a set of three compacted specimens prepared in accordance with ASTM D6925. d. In-place asphalt mat and joint density.Each sublot will be tested for in-place mat and joint density as a percentage of the theoretical maximum density(TMD). (1) Sampling. The Contractor will cut minimum 5 inch(125 mm)diameter samples in accordance with ASTM D5361. The Contractor shall furnish all tools,labor, and materials for cleaning, and filling the cored pavement. Laitance produced by the coring operation shall be removed immediately after coring, and core holes shall be filled within one day after sampling in a manner acceptable to the RPR. (2)Bond. Each lift of asphalt shall be bonded to the underlying layer. If cores reveal that the surface is not bonded, additional cores shall be taken as directed by the RPR to determine the extent of unbonded areas. Unbonded areas shall be removed by milling and replaced at no additional cost as directed by the RPR. (3) Thickness. Thickness of each lift of surface course will be evaluated by the RPR for compliance to the requirements shown on the plans after any necessary corrections for grade. Measurements of thickness will be made using the cores extracted for each sublot for density measurement. The maximum allowable deficiency at any point will not be more than 1/4 inch (6 mm) less than the thickness indicated for the lift. Average thickness of lift, or combined lifts,will not be less than the indicated thickness. Where the thickness tolerances are not met,the lot or sublot shall be corrected by the Contractor at his expense by removing the deficient area and replacing with new pavement. The Contractor, at his expense,may take additional cores as approved by the RPR to circumscribe the deficient area. (4)Mat density. One core shall be taken from each sublot. Core locations will be determined by the RPR in accordance with ASTM D3665. Cores for mat density shall not be taken closer than one foot (30 cm) from a transverse or longitudinal joint. The bulk specific gravity of each cored sample will be determined in accordance with ASTM D2726. The percent compaction (density) of each sample will be determined by dividing the bulk specific gravity of each sublot sample by the TMD for that sublot. ASPHALT MIX PAVEMENT P-401-15 3127 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual (5)Joint density. One core centered over the longitudinal joint shall be taken for each sublot that has a longitudinal joint. Core locations will be determined by the RPR in accordance with ASTM D3665. The bulk specific gravity of each core sample will be determined in accordance with ASTM D2726. The percent compaction(density) of each sample will be determined by dividing the bulk specific gravity of each joint density sample by the average TMD for the lot. The TMD used to determine the joint density at joints formed between lots will be the lower of the average TMD values from the adjacent lots. 401-6.2 Acceptance criteria. a. General.Acceptance will be based on the implementation of the Contractor Quality Control Program(CQCP) and the following characteristics of the asphalt and completed pavements: air voids, mat density,joint density, and grade. b.Air Voids and Mat density. Acceptance of each lot of plant produced material for mat density and air voids will be based on the percentage of material within specification limits (PWL). If the PWL of the lot equals or exceeds 90%, the lot will be acceptable. Acceptance and payment will be determined in accordance with paragraph 401-8.1. c.Joint density. Acceptance of each lot of plant produced asphalt for joint density will be based on the PWL.If the PWL of the lot is equal to or exceeds 90%,the lot will be considered acceptable. If the PWL is less than 90%,the Contractor shall evaluate the reason and act accordingly. If the PWL is less than 80%,the Contractor shall cease operations and until the reason for poor compaction has been determined. If the PWL is less than 71%,the pay factor for the lot used to complete the joint will be reduced by five (5)percentage points. This lot pay factor reduction will be incorporated and evaluated in accordance with paragraph 401-8.1. d. Grade. The final finished surface of the pavement shall be surveyed to verify that the grade elevations and cross-sections shown on the plans do not deviate more than 1/2 inch(12 mm)vertically or 0.1 feet(30 mm) laterally. Cross-sections of the pavement shall be taken at a minimum 50-foot(I 5-in)longitudinal spacing, at all longitudinal grade breaks, and at start and end of each lane placed. Minimum cross-section grade points shall include grade at centerline, ± 10 feet of centerline, and edge of runway and taxiway pavement. The survey and documentation shall be stamped and signed by a licensed surveyor. Payment for sublots that do not meet grade for over 25%of the sublot shall not be more than 95%. e. Profilograph roughness for QA Acceptance. The final profilograph shall be the full length of the project to facilitate testing of roughness between lots. The Contractor, in the presence of the RPR shall perform a profilograph roughness test on the completed project with a profilograph meeting the requirements of ASTM E1274 or a Class I inertial profiler meeting ASTM E950. Data and results shall be provided within 48 hrs of profilograph roughness tests. The pavement shall have an average profile index less than 15 inches per mile per 1/10 mile. The equipment shall utilize electronic recording and automatic computerized reduction of data to indicate "must grind"bumps and the Profile Index for the pavement using a 0.2-inch blanking band. The bump template must span one inch (25 mm)with an offset of 0.4 inches. The profilograph must be calibrated prior to use and operated by a factory or State DOT approved,trained operator. Profilograms shall be recorded on a longitudinal scale of one inch equals 25 feet and a vertical scale of one inch equals one inch. Profilograph shall be performed one foot right and left of project centerline and 15 feet right and left of project centerline. Any areas that indicate"must grind" shall be corrected with diamond grinding per paragraph 401-4.16 or by removing and replacing full depth of surface course. as directed by the RPR. Where corrections are necessary, a second profilograph run shall be performed to verify that the corrections produced an average profile index of 15 inches per mile per 1/10 mile or less. ASPHALT MIX PAVEMENT P-401-16 3128 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 401-6.3 Percentage of material within specification limits (PWL). The PWL will be determined in accordance with procedures specified in Item C-110. The specification tolerance limits (L) for lower and (U) for upper are contained in Table 5. Table 5.Acceptance Limits for Air Voids and Density Test Property Pavements Specification Tolerance Limits L U Air Voids Total Mix(%) 2.0 5.0 Surface Course Mat Density(°/a) 92.8 - Base Course Mat Density(%) 92.0 - Joint density(%) 90.5 -- a. Outliers.All individual tests for mat density and air voids will be checked for outliers (test criterion) in accordance with ASTM E178, at a significance level of 5%. Outliers will be discarded, and the PWL will be determined using the remaining test values. The criteria in Table 5 is based on production processes which have a variability with the following standard deviations: Surface Course Mat Density(%), 1.30; Base Course Mat Density(%), 1.55; Joint Density(%), 1.55. The Contractor should note that(1) 90 PWL is achieved when consistently producing a surface course with an average mat density of at least 94.5%with 1.30% or less variability, (2) 90 PWL is achieved when consistently producing a base course with an average mat density of at least 94.0%with 1.55%or less variability, and(3) 90 PWL is achieved when consistently producing joints with an average joint density of at least 92.5%with 1.55% or less variability. 401-6.4 Resampling pavement for mat density. a. General.Resampling of a lot of pavement will only be allowed for mat density, and then, only if the Contractor requests same, in writing,within 48 hours after receiving the written test results from the RPR. A retest will consist of all the sampling and testing procedures contained in paragraphs 401-6.1d and 401-6.2b. Only one resampling per lot will be permitted. (1) A redefined PWL will be calculated for the resampled lot. The number of tests used to calculate the redefined PWL will include the initial tests made for that lot plus the retests. (2) The cost for resampling and retesting shall be borne by the Contractor. b. Payment for resampled lots. The redefined PWL for a resampled lot will be used to calculate the payment for that lot in accordance with Table 6. c. Outliers. Check for outliers in accordance with ASTM E178, at a significance level of 5%. METHOD OF MEASUREMENT 401-7.1 Measurement.Asphalt shall be measured by the number of tons of asphalt used in the accepted work. Batch weights or truck scale weights will be used to determine the basis for the tonnage. ASPHALT MIX PAVEMENT P-401-17 3129 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual BASIS OF PAYMENT 401-8.1 Payment.Payment for a lot of asphalt meeting all acceptance criteria as specified in paragraph 401-6.2 shall be made based on results of tests for mat density and air voids. Payment for acceptable lots shall be adjusted according to paragraph 401-8.1 c for mat density and air voids; and paragraph 401-6.2c for joint density, subject to the limitation that: a. The total project payment for plant mix asphalt pavement shall not exceed 100 percent of the product of the contract unit price and the total number of tons of asphalt used in the accepted work. b. The price shall be compensation for furnishing all materials, for all preparation, mixing, and placing of these materials, and for all labor, equipment,tools, and incidentals necessary to complete the item. c.Basis of adjusted payment. The pay factor for each individual lot shall be calculated in accordance with Table 6. A pay factor shall be calculated for both mat density and air voids. The lot pay factor shall be the higher of the two values when calculations for both mat density and air voids are 100% or higher. The lot pay factor shall be the product of the two values when only one of the calculations for either mat density or air voids is 100%or higher. The lot pay factor shall be the lower of the two values when calculations for both mat density and air voids are less than 100%. If PWL for joint density is less than 71%then the lot pay factor shall be reduced by 5%but be no higher than 95%. For each lot accepted,the adjusted contract unit price shall be the product of the lot pay factor for the lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in paragraph 401-8.1a. Payment in excess of 100% for accepted lots of asphalt shall be used to offset payment for accepted lots of asphalt pavement that achieve a lot pay factor less than 100%. Payment for sublots which do not meet grade in accordance with paragraph 401-6.2d after correction for over 25% of the sublot shall be reduced by 5%. Table 6.Price adjustment schedule' Percentage of material within specification limits Lot pay factor(percent of contract unit (PWL) price) 96— 100 106 90—95 PWL+ 10 75—89 0.5 PWL+ 55 55—74 1.4 PWL— 12 Below 55 Reject 2 Although it is theoretically possible to achieve a pay factor of 106%for each lot,actual payment above 100% shall be subject to the total project payment limitation specified in paragraph 401-8.1a. z The lot shall be removed and replaced.However,the RPR may decide to allow the rejected lot to remain.In that case,if the RPR and Contractor agree in writing that the lot shall not be removed,it shall be paid for at 50%of the contract unit price and the total project payment shall be reduced by the amount withheld for the rejected lot. d. Profilograph Roughness. The Contractor will receive full payment when the profilograph average profile index is in accordance with paragraph 401-6.2e. When the final average profile index for the entire length of pavement does not exceed 15 inches per mile per 1/10 mile,payment will be made at the contract unit price for the completed pavement. 401-8.1 Payment. ASPHALT MIX PAVEMENT P-401-18 3130 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Payment will be made under: Item P-401-1A 4"Bituminous Surface Course Per Ton Item P-401-1B 4"Bituminous Surface Course Per Ton 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) ASTM C29 Standard Test Method for Bulk Density("Unit Weight") and Voids in Aggregate ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C117 Standard Test Method for Materials Finer than 75-µm(No. 200) Sieve in Mineral Aggregates by Washing ASTM C127 Standard Test Method for Density, Relative Density(Specific Gravity) and Absorption of Coarse Aggregate ASTM C131 Standard Test Method for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C142 Standard Test Method for Clay Lumps and Friable Particles in Aggregates ASTM C566 Standard Test Method for Total Evaporable Moisture Content of Aggregate by Drying ASTM D75 Standard Practice for Sampling Aggregates ASTM D242 Standard Specification for Mineral Filler for Bituminous Paving Mixtures ASTM D946 Standard Specification for Penetration-Graded Asphalt Cement for Use in Pavement Construction ASTM D979 Standard Practice for Sampling Asphalt Paving Mixtures ASTM D1073 Standard Specification for Fine Aggregate for Asphalt Paving Mixtures ASTM D1188 Standard Test Method for Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Coated Samples ASTM D2172 Standard Test Method for Quantitative Extraction of Bitumen from Asphalt Paving Mixtures ASTM D1461 Standard Test Method for Moisture or Volatile Distillates in Asphalt Paving Mixtures ASPHALT MIX PAVEMENT P-401-19 3131 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual ASTM D2041 Standard Test Method for Theoretical Maximum Specific Gravity and Density of Bituminous Paving Mixtures ASTM D2419 Standard Test Method for Sand Equivalent Value of Soils and Fine Aggregate ASTM D2489 Standard Practice for Estimating Degree of Particle Coating of Bituminous-Aggregate Mixtures ASTM D2726 Standard Test Method for Bulk Specific Gravity and Density of Non- Absorptive Compacted Bituminous Mixtures ASTM D2950 Standard Test Method for Density of Bituminous Concrete in Place by Nuclear Methods ASTM D3203 Standard Test Method for Percent Air Voids in Compacted Dense and Open Bituminous Paving Mixtures ASTM D3381 Standard Specification for Viscosity-Graded Asphalt Cement for Use in Pavement Construction ASTM D3665 Standard Practice for Random Sampling of Construction Materials ASTM D3666 Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Road and Paving Materials ASTM D4318 Standard Test Methods for Liquid Limit,Plastic Limit, and Plasticity Index of Soils ASTM D4552 Standard Practice for Classifying Hot-Mix Recycling Agents ASTM D4791 Standard Test Method for Flat Particles, Elongated Particles, or Flat and Elongated Particles in Coarse Aggregate ASTM D4867 Standard Test Method for Effect of Moisture on Asphalt Concrete Paving Mixtures ASTM D5361 Standard Practice for Sampling Compacted Asphalt Mixtures for Laboratory Testing ASTM D5444 Standard Test Method for Mechanical Size Analysis of Extracted Aggregate ASTM D5821 Standard Test Method for Determining the Percentage of Fractured Particles in Coarse Aggregate ASTM D6084 Standard Test Method for Elastic Recovery of Bituminous Materials by Ductilometer ASTM D6307 Standard Test Method for Asphalt Content of Hot Mix Asphalt by Ignition Method ASTM D6373 Standard Specification for Performance Graded Asphalt Binder ASTM D6752 Standard Test Method for Bulk Specific Gravity and Density of Compacted Bituminous Mixtures Using Automatic Vacuum Sealing Method ASPHALT MIX PAVEMENT P-401-20 3132 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual ASTM D6925 Standard Test Method for Preparation and Determination of the Relative Density of Hot Mix Asphalt(HMA) Specimens by Means of the ACTTir��a_6 Ct,,,.d7.,1Fa Afaetiee f D,o t;,. , -1_4444-m- .,),,., speeimeas Using ASTM D6995 Standard Test Method for Determining Field VMA based on the Maximum Specific Gravity of the Mix(Gmm) ASTM El I Standard Specification for Woven Wire Test Sieve Cloth and Test Sieves ASTM E178 Standard Practice for Dealing with Outlying Observations ASTM El 274 Standard Test Method for Measuring Pavement Roughness Using a Profilograph ASTM E950 Standard Test Method for Measuring the Longitudinal Profile of Traveled Surfaces with an Accelerometer Established Inertial Profiling Reference ASTM E2133 Standard Test Method for Using a Rolling Inclinometer to Measure Longitudinal and Transverse Profiles of a Traveled Surface American Association of State Highway and Transportation Officials (AASHTO) AASHTO M156 Standard Specification for Requirements for Mixing Plants for Hot- Mixed, Hot-Laid Bituminous Paving Mixtures. AASHTO T329 Standard Method of Test for Moisture Content of Hot Mix Asphalt (HMA)by Oven Method AASHTO T324 Standard Method of Test for Hamburg Wheel-Track Testing of Compacted Asphalt Mixtures AASHTO T 340 Standard Method of Test for Determining the Rutting Susceptibility of Hot Mix Asphalt(APA)Using the Asphalt Pavement Analyzer(APA) Asphalt Institute(AI) Asphalt Institute Handbook MS-26,Asphalt Binder Asphalt Institute MS-2 Mix Design Manual, 7th Edition Al State Binder Specification Database Federal Highway Administration(FHWA) Long Term Pavement Performance Binder Program Advisory Circulars (AC) AC 150/5320-6 Airport Pavement Design and Evaluation FAA Orders 5300.1 Modifications to Agency Airport Design, Construction, and Equipment Standards ASPHALT MIX PAVEMENT P-401-21 3133 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Software FA ARFIELD END OF ITEM P-401 ASPHALT MIX PAVEMENT P-401-22 3134 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual This page intentionally left blank. ASPHALT MIX PAVEMENT P-401-23 3135 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item P-501 Cement Concrete Pavement DESCRIPTION 501-1.1 This work shall consist of pavement composed of cement concrete with reinforcement and without reinforcement constructed on a prepared underlying surface in accordance with these specifications and shall conform to the lines, grades, thickness, and typical cross-sections shown on the plans. The terms cement concrete,hydraulic cement concrete, and concrete are interchangeable in this specification. MATERIALS 501-2.1 Aggregates. a.Reactivity.Fine and Coarse aggregates to be used in PCC on this project shall be tested and evaluated by the Contractor for alkali-aggregate reactivity in accordance with both ASTM C1260 and ASTM 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 aggregate shall be tested separately in accordance with ASTM C 1260, however,the length of test shal I be extended to 28 days (30 days from casting). Tests must have been completed within 6 months of the date of the concrete mix submittal. (2) The combined coarse and fine aggregate shall be tested in accordance with ASTM C1567, modified for combined aggregates,using the proposed mixture design proportions of aggregates, cementitious materials, and/or specific reactivity reducing chemicals. If 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 cementitious materials, the aggregates shall be tested in accordance with Corps of Engineers(COE) Concrete Research Division (CRD) C662 in lieu of ASTM C1567. If lithium nitrate admixture is used,it shall be nominal 30%10.5% weight lithium nitrate in water. 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. b. Fine aggregate. Grading of the fine aggregate, as delivered to the mixer, shall 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. CEMENT CONCRETE PAVEMENT P-501-1 3136 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Fine Aggregate Material Requirements Soundness of Aggregates Loss after 5 cycles: ASTM C88 by Use of Sodium Sulfate or 10%maximum using Sodium sulfate- or- Magnesium Sulfate 15%maximum using magnesium sulfate Sand Equivalent 45 minimum ASTM D2419 Fineness Modulus(FM) 2.50<FM<3.40 ASTM C136 Limits for Deleterious Substances in Fine Aggregate for Concrete Clay lumps and friable 1.0%maximum ASTM C 142 particles Coal and lignite 0.5%using a medium with a density of Sp. Gr. ASTM C 123 of 2.0 Total Deleterious Material 1.0%maximum c. Coarse aggregate. The maxirnurn size coarse aggregate shall be 3/4-inch, 1-inch, or 1-1/2-inch based on local availability. Aggregates delivered to the mixer shall be 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 table below;washing may be required to meet aggregate requirements. Coarse Aggregate Material Requirements Material Test Requirement Standard Resistance to Degradation Loss: 40%maximum ASTM C131 Soundness of Aggregates Loss after 5 cycles: ASTM C88 by Use of Sodium Sulfate or 12%maximum using Sodium sulfate- or- Magnesium Sulfate 18%maximum using magnesium sulfate Flat, Elongated, or Flat and 8%maximum,by weight, of flat, elongated, or ASTM D4791 Elongated Particles flat and elongated particles at 5:1 for any size group coarser than 3/8 (9.5 mm) sieve Bulk density of slag z Weigh not less than 70 pounds per cubic foot ASTM C29 (1.12 Mg/cubic meter) A flat particle is one having a ratio of width to thickness greater than five(5);an elongated particle is one having a ratio of length to width greater than five(5). z Only required if slag is specified. CEMENT CONCRETE PAVEMENT P-501-2 3137 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual The amount of deleterious material in the coarse aggregate shall not exceed the following limits: 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 1.0' Lightweight particles ASTM C123 using a medium with a 0.5 density of Sp. Gr. of 2.0 Chert2(less than 2.40 Sp Gr.) ASTM C123 using a medium with a 0.13 density of Sp. Gr. of 2.40) 1 The limit for material finer than 75-µm 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 blue adsorption or X-ray diffraction analysis. z Chert and aggregates with less than 2.4 specific gravity. 3 The limit for chert may be increased to 1.0 percent by mass in areas not subject to severe freeze and thaw. d. Combined aggregate gradation. This specification is 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 well-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 plotted on a diagram as described in paragraph 501-2.1 d(4) below, the point thus determined shall fall within the parallelogram described therein. (2) The CF shall be determined from the following equation: CF= (cumulative percent retained on the 3/8 in. (9.5 mm) sieve) (100)/ (cumulative percent retained on the No. 8 (2.36 mm) sieve) (3) The WF is defined as the percent passing the No. 8 (2.36 mm) sieve 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 cubic yard(335 kg per cubic meter). (4) A diagram shall be plotted using a rectangular scale with WF 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 (CF-75, WF-28), (CF- 75, WF-40), (CF-45,WF-32.5), and(CF-45, WF-44.5). If the point determined 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 be changed as necessary. The point determined by the plotting of CEMENT CONCRETE PAVEMENT P-501-3 3138 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual the CF and WF may be adjusted during production+3 WF and+5 CF. Adjustments to gradation may not take the point 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 (Percent passing by weight) 2 inch(50 mm) 1-1/2 inch(37.5 mm) 1 inch(25.0 mm) 3/4 inch(19.0 mm) 1/2 inch(12.5 mm) 3/8 inch(9.5 mm) No. 4 (4.75 mm) No. 8 (2.36 mm) No. 16 (1.18 mm) No. 30 (600 µm) No. 50 (300 µm) No. 100(150 µm) Table remains blank until the Contractor submits the concrete mix. 501-2.2 Cement. Cement shall conform to the requirements of ASTM C150 Type II. 501-2.3 Cementitious materials. a.Fly ash. Fly ash shall meet the requirements of ASTM C618, with the exception of loss of ignition, where the maximum shall be less than 6%. Fly ash 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 C618 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 RPR. b. Slag cement(ground granulated blast furnace (GGBF)). Slag cement shall conform to ASTM C989, Grade 100 or Grade t20. Slag cement shall be used only at a rate between 25%and 55% of the total cementitious material by mass. c.Raw or calcined natural pozzolan. Natural pozzolan 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%. CEMENT CONCRETE PAVEMENT P-501-4 3139 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual d. Ultrafine fly ash and ultrafine pozzolan.U1traFine Fly Ash(UFFA) and U1traFine Pozzolan (UFP) shall conform to ASTM C618, 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. 501-2.4 Joint seal. The joint seal for the joints in the concrete pavement shall meet the requirements of Item P-605 and shall be of the type specified in the plans. 501-2.5 Isolation joint filler.Premolded joint filler for isolation joints shall conform to the requirements of ASTM D1751 or ASTM D1752 and shall be where shown on the plans. The filler for each joint shall be furnished in a single piece for the full 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 be fastened securely and held accurately to shape by stapling or other positive fastening means satisfactory to the RPR. 501-2.6 Steel reinforcement.Reinforcing shall consist of welded wire conforming to the requirements of ASTM A1064 or A884. Welded wire fahric shall he furnished in flat sheets only. 501-2.7 Dowel and tie bars. Dowel bars shall be plain steel bars conforming to ASTM A615 and shall be free from burring or other deformation restricting slippage in the concrete. a.Dowel Bars. Before delivery to the construction site each dowel bar shall be epoxy coated per ASTM A1078, 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 by the manufacturer. Dowel sleeves or inserts are not permitted. Grout retention rings shall be fully circular metal or plastic devices capable of supporting the dowel until the grout 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 mixing or curing shall be potable. If water is taken from other sources considered non-potable, it shall meet the requirements of ASTM C 1602. 501-2.9 Material for curing concrete. Curing materials 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 2, Class A, or Class B. b.White polyethylene film for curing concrete shall conform to the requirements of ASTM C 171. 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 C 171. 501-2.10 Admixtures.Admixtures shall conform to the following specifications: a.Air-entraining admixtures.Air-entraining admixtures shall meet the requirements of ASTM C260 and shall consistently entrain the air content in the specified ranges under field conditions. The air- entraining agent and any water reducer admixture shall be compatible. b.Water-reducing admixtures. Water-reducing admixture shall meet the requirements of ASTM C494, Type A, B, or D. CEMENT CONCRETE PAVEMENT P-501-5 3140 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual c. Other 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 and set-accelerating admixtures shall meet the requirements of ASTM C494, Type C. Calcium chloride and admixtures containing calcium chloride shall not be used. d. Lithium Nitrate. The lithium admixture shall be a nominal 30% aqueous solution of Lithium Nitrate,with a density of 10 pounds/gallon(1.2 kg/L), and shall have the approximate chemical form as shown below: Lithium Admixture Constituent Limit(Percent by Mass) UN03 (Lithium Nitrate) 30±0.5 SO4(Sulfate Ton) 0.1 (max) Cl(Chloride Ion) 0.2(max) Na(Sodium Ion) 0.1 (max) K(Potassium Ion) 0.1 (max) The lithium nitrate admixture dispensing and mixing operations shall be verified and certified by the lithium manufacturer's representative. 501-2.11 Epoxy-resin.All epoxy-resin materials shall be two-component materials conforming to the requirements of ASTM C881, Class as appropriate for each application temperature to be encountered, except that in addition, the materials shall meet the following requirements: 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 other voids and for use in preparing epoxy resin mortar shall be Type III, Grade as approved. c.Material for use for injecting cracks shall be Type TV, Grade 1. d.Material for bonding freshly mixed Portland cement concrete or mot-tar or freshly mixed epoxy resin concrete or mortar to hardened concrete shall be Type V, Grade as approved. 501-2.12 Bond Breaker. Choke stone shall be an ASTM C33 Number 89 stone.In lieu of choke stone, liquid membrane forming compound may be used and shall be in accordance with specification P-306 Lean Concrete Base Course. CONCRETE MIX 501-3.1. 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 this section. 501-3.2 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 must be included in the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods shall be submitted to the RPR prior to start of construction. CEMENT CONCRETE PAVEMENT P-501-6 3141 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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 28-day flexural strength that meets or exceeds the acceptance criteria contained in paragraph 501-6.6 for a flexural strength of 650 psi per ASTM C78. The minimum cementitious material shall be adequate to ensure a workable, durable mix. The minimum cementitious material(cement plus fly ash, or slag cement) shall be 470 pounds per cubic yard. The ratio of water to cementitious material, including free surface moisture on the aggregates but not including moisture absorbed by the aggregates shall be between 0.38—0.45 by weight. Flexural strength test specimens shall be prepared in accordance with ASTM C192 and tested in accordance with ASTM C78. At the start of the project, the Contractor shall determine an allowable slump as determined by ASTM C143 not to exceed 2 inches(50 mm) for slip-form 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). 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 quantities shall be based on the mass in a saturated surface dry 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. 501-3.4 Concrete Mix submittal. The concrete mix shall be submitted to the RPR at least 30 days prior to the start of operations. The submitted concrete mix shall not be more than 180 days old and must use the materials to be used for production for the project. Production shall not begin until the concrete mix is approved in writing by the RPR. Each of the submitted concrete mixes (i.e, slip form, side form machine finish and side form hand finish) shall be stamped or sealed by the responsible professional Engineer of the laboratory and shall include the following items and quantities as a minimum: • Certified material test reports for aggregate in accordance with paragraph 501-2.1. Certified reports must include all tests required; reporting each test,test method,test result, and requirement specified(criteria). • 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 cement and supplemental cementitious materials. • Certified test results for all admixtures,including Lithium Nitrate if applicable. • Specified flexural strength, slump, and air content. • Recommended proportions/volumes for proposed mixture and trial water-cementitious materials ratio, including actual slump and air content. CEMENT CONCRETE PAVEMENT P-501-7 3142 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual • Flexural strength summaries and plots, including all individual beam breaks. • Correlation ratios for acceptance testing and Contractor QC testing,when applicable. • Historical record of test results documenting production standard deviation,when applicable. 501-3.5 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 mixes and shall be between 20 and 30%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. b. Slag cement(ground granulated blast furnace (GGBF)). Slag cement may be 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 or calcined natural pozzolan. Natural pozzolan may be used in the concrete mix. When pozzolan is used as a partial replacement for cement,the replacement rate shall be determined from laboratory trial mixes and shall be 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 weight of total cementitious material. d. Ultrafine fly ash (UFFA) and ultrafine pozzolan(UFP).UFFA and UFP may be used in the concrete mix with the RPR's approval. When UFFA and UFP is used as a partial replacement for cement, the replacement rate shall be determined from laboratory trial mixes and shall be between 7% and 16%by weight of the total cementitious material. 501-3.6 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 batch. The air content of freshly mixed air-entrained concrete shall be based upon trial mixes 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 4.5% and 5.0%, depending on the maximum size aggregate of the mix(see below table for reference).Air content shall be determined by testing in accordance with ASTM C231 for gravel and stone coarse aggregate and ASTM C 173 for slag and other highly porous coarse aggregate. Air Content Requirements Maximum Size Aggregate inch (mm) 2 inch 1-1/2 inch 1 inch 3/4 inch 1/2 inch (50 mm) (37.5 mm) (25.0 mm) (19.0 mm) (12.5 mm) 4.0% 4.5% 4.5% 5.0% 5.5% b.Water-reducing admixtures.Water-reducing admixtures shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements. Tests shall be conducted with the materials to be used in the work, in accordance with ASTM C494. CEMENT CONCRETE PAVEMENT P-501-8 3143 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual c. Other admixtures. Set controlling, and other approved admixtures shall be added to the mix in the manner recommended by the manufacturer and in the amount necessary to comply with the specification requirements. Tests shall be conducted with the materials to be used in the work, in accordance with ASTM C494. d. Lithium nitrate. Lithium nitrate shall be 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 501-2.1Od. CONSTRUCTION METHODS 50-14-41.14 Gontr-ol Strip. skip(s) shall be to t4o ffe*c plaafie4joifit a-ap-of tlh-e,414--it-4-41-250 feet(75 m) ef eaeh type ef paveme-at eenstfuetien (slip fefm pilet!a-He, slip fetq�a fill in lane, ef fixed f4m). Th-e eenefete ffli�it+tfe shall be &ittidded f+effl the pavef meeting�he edge sit1w talefff-fiee and with lit4le Of fie f4fiiSkifig. P40t, 411 ifi, Amid Go-au:al sk:ips will be aeoepted sepafately. Mine.-adjustments to �A'flfl-h-P-, AMRWA 1-0t foF payment(no sublets Fequiwd faF eant-Fal stfip). Pay4ne*t will wily be made 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 equipment. The plant and mixing equipment shall conform to the requirements of ASTM C94 and/or ASTM 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 changes in condition due to accumulation of hard concrete or mortar or wear of blades. The pickup and throwover blades shall be replaced when they have worn down 3/4 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 permits the paver to operate efficiently. b. Finishing equipment. CEMENT CONCRETE PAVEMENT P-501-9 3144 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual a hOaV�'d*ty, SO4-PFE)-P011@d MaGhi]40 EI@Signe4 speeif4eally f6i:paving and finishing high quality eanef: Pa3VeffleRtS. (2) Fixed-form. On projects requiring less than 10,000 cubic yards of concrete pavement or irregular areas at locations inaccessible to slip-form paving equipment, concrete pavement may be placed with equipment specifically designed for placement and finishing using stationary side forms. Methods and equipment shall be reviewed and accepted by the RPR. Hand screeding and float finishing may only be used on small irregular areas as allowed by the RPR. c.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 be as necessary to provide a dense and homogeneous pavement and meet the recommendations of American Concrete Institute (ACI) 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 checks 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, with prior approval from RPR, and shall meet the recommendations of ACI 309R, Guide for Consolidation of Concrete. d. Concrete saws. 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 sawing operations. 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 so that when in place they will withstand,without visible 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 vary 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 full depth of the pavement section. 501-4.3 Form setting.Forms shall be set to line and grade as shown on the plans, sufficiently in 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, and subgrade shall be corrected full depth by the Contractor prior 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 501-2.12. 501-4.5 Handling, measuring, and hatching 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 washed aggregates, shall be stockpiled or binned for draining at least 12 hours before being batched. Store and maintain all aggregates at a uniform CEMENT CONCRETE PAVEMENT P-501-10 3145 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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 concrete may be mixed at the work site, in a central mix plant or in truck 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. All concrete shall be mixed and delivered to the site in accordance with the requirements of ASTM C94 or ASTM 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 minutes 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). Retempering concrete by 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 slump to meet the specified requirements provided the addition of water is performed within 45 minutes after the initial mixing operations and provided the water/cementitious ratio specified is not exceeded. 501-4.7 Weather Limitations on mixing and placing.No concrete shall be mixed,placed, or finished 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 407 (4°C) and shall not be resumed until an ascending air temperature in the shade and away from artificial heat reaches 35°F (2°C). 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 507 (10°C) at the time of placement. Concrete shall not be placed on frozen material nor shall frozen aggregates be used in the concrete. When concreting is authorized during cold weather,water and/or the aggregates may be heated to not more than 150°F (66°C). 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 501-4.13d. b. Hot weather.During periods of hot weather when the maximum daily air temperature exceeds 85°F (30°C), the following precautions shall be taken. 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 maximum. The concrete placement shall be protected from exceeding an evaporation rate of 0.2 psf(0.98 kg/ml per hour)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 take such additional measures as necessary to protect the concrete surface. If the Contractor's measures are not effective in preventing plastic cracking,paving operations shall be immediately stopped. Curing during hot weather shall be in accordance with paragraph 501-4.13e. CEMENT CONCRETE PAVEMENT P-501-11 3146 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Information regarding hot weather concreting practices may be found in ACI 305R, Hot Weather Concreting. 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 HIPERPAV 3 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 19-9, PCA, Design and Control of Concrete Mixtures. (3)Anticipated timing of initial sawing of joint. (4)Anticipated number and type of saws to be used. d. Rain. 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 concrete with the protective covering. 501-4.8 Concrete Placement.At any point in concrete conveyance, the free vertical drop of the concrete from one point to another or to the underlying surface shall not exceed 3 feet(1 m). The finished concrete product must be dense and homogeneous,without segregation and conforming to the standards in this specification. Backhoes and grading equipment shall not be used to distribute the concrete in front of the paver. Front end loaders will not be used. All concrete shall be 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 a flexural strength of 550 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-form 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 well-defined edges. The sliding forms shall be rigidly held together laterally to prevent spreading of the forms. The plastic concrete shall be effectively consolidated 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 shall not exceed 9 inches (23 cm) for slipform and at the end of the dowels for the fill-in lanes. The spacing of internal units shall be uniform and shall not exceed IS inches (0.5 m). CEMENT CONCRETE PAVEMENT P-501-12 3147 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual The term 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 be equipped with a tachometer or other suitable device for measuring and indicating the actual frequency of vibrations. The concrete shall be 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 vibratory and tamping elements shall also be stopped immediately.No tractive force shall be applied to the machine, except that which is controlled from the machine. 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 m) 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 an 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, 500 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 not more than 18 inches (0.5 m) from 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 accommodate tie bars/dowel bars where these are specified. 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 handwork. CEMENT CONCRETE PAVEMENT P-501-13 3148 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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 is stopped. c. Consolidation. Concrete shall be consolidated with the specified type of lane-spanning, gang- mounted,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 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 other evidence) shall require the immediate stopping of the paving operation and adjustment of the equipment or procedures as approved by the RPR. 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. ASTM 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 mz) 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 having 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 shown 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 sheet 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 one layer,the reinforcement may be positioned in advance of concrete placement or it may be placed in plastic concrete by mechanical or vibratory means after spreading. CEMENT CONCRETE PAVEMENT P-501-14 3149 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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,provided the minimum dimensions,weight, and tensile properties of a hand wire- brushed test specimen are not less than the applicable ASTM 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 1/2-inch(12 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). The surface across the joints shall be tested with a 12-foot(3 m) straightedge as the joints are finished and any irregularities in excess of 1/4 inch(6 mm) shall 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. 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 day's 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 dimensions required by forming a groove or cleft in 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 an 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 sawing 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, including a temporary 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 Joints (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 bent 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 slip- form operations call for tic bars, two-piece hook bolts can be installed. (2)Dowel bars. Dowel bars shall be placed across joints 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. Dowels bars at longitudinal construction joints shall be bonded in drilled holes. CEMENT CONCRETE PAVEMENT P-501-15 3150 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual (3)Placing dowels and tie bars. Horizontal spacing of dowels shall be within a tolerance of+3/4 inch(19 mm). The vertical location on the face of the slab shall be within a tolerance of±1/2 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 lubricating oil or light grease before the concrete is placed. Dowels shall be installed as specified in the following subparagraphs. Dowels and tie bars shall not be placed closer than 0.6 times the dowel bar or tie bar length to the planned joint line. If the last regularly spaced longitudinal dowel and/or tie bar is closer than that dimension, it shall be moved away from the joint to a location 0.6 times the dowel bar and/or tie bar length, but not closer than 6 inches (150 mm)to its nearest neighbor. (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 by means of suitable pins or anchors. Do not cut or crimp the dowel basket tie wires. At the Contractor's option, dowels and tie bars in contraction joints may be installed by insertion into the plastic concrete using approved equipment and procedures per the paver 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 within 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-in-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 bonding the dowels into holes drilled into the concrete. The concrete shall have cured for seven(7) days or reached a minimum flexural strength of 450 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 dowel hole shall be within a tolerance of f1/2 inch (12 mm) of the dimension shown on the drawings. On completion of the drilling operation,the dowel hole shall be blown out with oil-free, compressed air. Dowels shall be bonded in the drilled holes using epoxy resin. Epoxy resin shall be injected at the back of the hole before installing the dowel and extruded to the collar during insertion of the dowel so as to completely fill the void around the dowel. Application by buttering the dowel will not be permitted. The dowels shall be held in alignment at the collar of the hole by means of a suitable metal or plastic grout retention ring fitted around the 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. CEMENT CONCRETE PAVEMENT P-501-16 3151 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Joints shall be cut in locations as shown on the plans. The initial joint cut shall be a minimum 1/8 inch(3 mm)wide and to the depth shown on the plans. Prior to placement of joint sealant or seals, the top of the joint shall be widened by sawing 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 finishing, 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 of a breakdown of the mechanical finishing equipment. Supplemental hand finishing for machine finished pavement shall be kept to an absolute minimum. Any machine finishing operation which requires appreciable hand finishing, other than a moderate amount of straightedge finishing, shall be immediately stopped and proper adjustments made or the equipment replaced. Equipment,mixture, and/or procedures which produce more than 1/4 inch(6 mm) 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 paving 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 line 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 any other way. Fog (mist) sprays or other surface applied finishing aids specified to prevent plastic shrinkage cracking, approved by the RPR, maybe used in accordance with the manufacturers requirements. a. Machine finishing with slipform pavers. The slipform paver 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 immediately be replaced or modified as necessary. A self-propelled non-rotating pipe float 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 necessary to eliminate this condition or operations shall cease. Remove excessive slurry from the surface with a cutting straightedge and wipe off the edge. Any slurry which does run down the vertical edges shall be immediately removed by hand, 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 finishing with fixed forms. The machine shall be designed to straddle the forms and shall be 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 near buildings or trench drains, subject to the RPR's approval. Bridge deck finishers shall have a minimum operating weight of 7500 pounds (3400 kg) 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. CEMENT CONCRETE PAVEMENT P-501-17 3152 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual d. Hand finishing. Hand finishing methods will not be permitted, except under the following conditions: (1) in the event of breakdown of the mechanical equipment,hand methods may be used to finish the concrete already deposited on the grade and(2) 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 12-foot(3.7-m)finishing straightedge swung from handles capable of spanning at least one-half 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 gone over from one side of the slab to the other, as necessary. Advancing shall be in successive stages of not more than one-half the length of the straightedge. Any excess water and laitance in excess of 1/8 inch(3 mm)thick shall be removed from the surface of the pavement and wasted. Any depressions shall be immediately filled with freshly mixed concrete, struck off, consolidated, and refinished. High areas shall be cut down and refinished. Special attention shall be given to assure that the surface across joints meets the smoothness requirements. Straightedge testing and surface corrections shall continue 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 all 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 1/16 inch(2 mm) in depth. Any imperfections resulting from the texturing operation shall be corrected to the satisfaction of the RPR. a.Brush or broom finish. Shall be applied when the water sheen has practically disappeared. The equipment shall operate transversely across the pavement surface. b. Burlap drag finish.Not used. c.Artificial turf finish.Not used. 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 material of whatever kind the Contractor may elect to use, or lack of water to adequately take 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 shall be cured with wet rope,wet rags, or wet blankets. The rags,ropes, or blankets shall be kept 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 curing compound shall not be applied during rainfall. Curing compound shall be applied by mechanical sprayers under pressure at the rate of one gallon(4 liters)to not more than 150 square feet(14 sq m). 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 CEMENT CONCRETE PAVEMENT P-501-18 3153 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual compound shall be stirred continuously by mechanical means. Hand spraying of odd widths or shapes and concrete surfaces exposed by the removal of forms will be permitted. 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 equal to 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 twice 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 in position for seven(7)days after the concrete has been placed. c.Water 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 kept wet at all times and maintained for seven(7) days. When the forms are stripped,the vertical walls shall also be kept moist. It shall be the responsibility of the Contractor to prevent ponding of the curing water on the subbase. d. Concrete protection for cold weather.Maintain the concrete at a temperature of at least 507 (10°C) for a period of 72 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 be 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 hours,the concrete surface shall be protected from drying with application of a liquid membrane-forming 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, spalling, 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 considered as defective work and shall be removed and replaced in accordance with paragraph 501-4.19. 501-4.15 Saw-cut grooving.Not Included. rf shIRW.r the plans, od s„-f e-os shall-be r idea iin 501-4.16 Sealing joints. The joints in the pavement shall be scaled in accordance with Item P-605. 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 by 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, CEMENT CONCRETE PAVEMENT P-501-19 3154 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual etc. Any damage to the pavement occurring prior to final acceptance shall be repaired or the pavement replaced at the Contractor's 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 signs 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 Held cured flexural strength of 550 psi, and the slab edge is protected. All new and existing pavement carrying construction traffic or equipment shall 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 ASTM C31 have attained a flexural strength of 550 psi when tested in accordance with ASTM C78. If such tests are not conducted,the pavement shall not be opened to traffic until 14 days after the concrete was placed. Prior to opening the pavement to construction 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 from foreign matter intrusion. 501-4.19 Repair, removal, or replacement of slabs.New pavement slabs that are broken or contain cracks or are otherwise defective or unacceptable as defined by acceptance criteria in paragraph 501-6.6 shall be removed and replaced or repaired, as directed by the RPR, at the Contractor's expense. Spalls along joints shall be repaired as specified. Removal of partial slabs is not permitted. Removal and replacement shall be full depth, shall be full width of the slab, and the limit of removal shall be normal to 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 mm), shall be drilled by the Contractor and shall be filled by the Contractor with a well consolidated concrete mixture bonded to the walls 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 mm) of the pavement surface. a. Shrinkage cracks. Shrinkage cracks which do not exceed one-third of the pavement depth shall be cleaned and either high molecular weight methacrylate (HMWM) 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 HMWM to restore skid resistance. Care shall be taken to ensure that the crack is not widened during epoxy resin injection. All epoxy resin injection shall take place in the presence of the RPR. 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 6 inches (150 mm) from either adjacent original transverse joint. The full slab shall be removed and replaced at no CEMENT CONCRETE PAVEMENT P-501-20 3155 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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 as 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 for the crack shall be formed by sawing to a depth of 3/4 inches (19 mm),11/16 inch (2 mm), and to a width of 5/8 inch(16 mm),fl/8 inch(3 mm). The crack shall be sawed with equipment specially designed to follow random cracks. Any equipment or procedure which causes raveling or spalling along the crack shall be modified or replaced to prevent raveling or spalling. The joint shall be sealed with sealant in accordance with P-605 or as directed by the RPR. ii. Original 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 IV, 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. Where a parallel 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 and sealed as originally designed. (2)Full depth cracks and original joint cracked. If there is any place in the lane width where 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 in removal of additional slabs as directed by the RPR at the Contractor's expense. The underlying material shall be repaired,re-compacted and shaped to grade. 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 501-4.1 Od. Placement of concrete shall be as specified for original construction. The joints around the new slab shall be prepared and sealed as specified for original construction. e. Spalls along joints. (1) Spalls less than one inch wide and less than the depth of the joint sealant reservoir, shall be filled with joint sealant material. (2) Spalls larger than one inch and/or deeper than the joint reservoir,but less than'/z the slab depth, and less than 25% of the length of the adjacent joint shall be repaired as follows: i. Make a vertical saw cut at least one inch(25 mm) 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. ii. Remove unsound concrete and at least 1/2 inch(12 mm) of visually sound concrete between the saw cut and the joint or crack with a light chipping hammer. CEMENT CONCRETE PAVEMENT P-501-21 3156 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual iii. 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 I11, Grade I,to the dry, cleaned surface of all sides and bottom of the cavity, except any joint face. v.Fill the cavity with low slump 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 dimensions 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) Spalls deeper than 1/2 of the slab depth or spalls longer than 25%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 least 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(3-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(1 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. All grinding shall be at the expense of the Contractor. CONTRACTOR QUALITY CONTROL (CQC) 501-5.1 Quality control program. The Contractor shall develop a Quality Control Program in accordance with Item C-100. No partial payment will be made for materials that are subject to specific quality control requirements without an approved quality control program. 501-5.2 Contractor Quality Control (CQC). The Contractor shall provide or contract for testing facilities in accordance with Item C-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 deficiencies concerning the QC facility, equipment, supplies, or testing personnel and procedures. When the deficiencies are serious enough to be adversely affecting the test results,the incorporation of the materials into the work shall be suspended immediately and will not be permitted to resume until the deficiencies are satisfactorily corrected. 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 necessarily be limited to, tests for aggregate gradation, aggregate moisture content, slump, and air content. A QC Testing Plan shall be developed and approved by the RPR as part of the CQCP. CEMENT CONCRETE PAVEMENT P-501-22 3157 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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 slump. Such rejection may be based on only visual inspection. In the event of such rejection, the Contractor may take a representative sample of the rejected material in 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 daily in accordance with ASTM C 13 6 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2)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 in lieu of using an electric meter,two tests shall be made per day. Tests shall be made in accordance with ASTM C70 or ASTM 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 501-2.1b,prior to production of the control strip, and a minimum of every 30-days during production or more frequently as necessary to control deleterious substances. b. Coarse Aggregate. (1) Gradation. A sieve analysis shall be made at least twice daily for each size of aggregate. Tests shall be made in accordance with ASTM C136 from randomly sampled material taken from the discharge gate of storage bins or from the conveyor belt. (2)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 in lieu of using an electric meter,two tests shall be made per day. Tests shall be made in accordance with ASTM C566. (3) Deleterious substances. Coarse aggregate as delivered to the mixer shall be tested for deleterious substances in coarse aggregate for concrete as specified in paragraph 501-2.1c,prior to production of the control strip, and a minimum of every 30-days during production or more frequently as necessary to control deleterious substances. c. Slump. One test shall be made for each sublot. Slump tests shall be performed in accordance with ASTM C 143 from material randomly sampled from material discharged from trucks at the paving site. Material samples shall be taken in accordance with ASTM C172. d.Air content. One test shall be made for each sublot. Air content tests shall be performed in accordance with ASTM C231 for gravel and stone coarse aggregate and ASTM C173 for slag or other porous coarse aggregate, from material randomly sampled from trucks at the paving site. Material samples shall be taken in accordance with ASTM C172. e. Unit weight and Yield. One test shall be made for each sublot. Unit weight and yield tests shall be in accordance with ASTM C138. 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 ASTM C1064. g. Smoothness for Contractor Quality Control. CEMENT CONCRETE PAVEMENT P-501-23 3158 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual The Contractor shall perform smoothness testing in transverse and longitudinal directions daily to verify that the construction processes are producing pavement with variances less than'/4 inch in 12 feet, identifying areas that may pond water which could lead to hydroplaning of aircraft. If the smoothness criteria is not met, appropriate changes and corrections to the construction process shall be made by the Contractor before construction continues The Contractor may use a 12-foot(3.7 m) "straightedge, a rolling inclinometer meeting the requirements of ASTM E2133 or rolling external reference device that can simulate a 12-foot(3.7m) straightedge approved by the RPR. Straight-edge testing shall start with one-half the length of the straightedge at the edge of pavement section being tested and then moved ahead one-half the length of the straightedge for each successive measurement. Testing shall be continuous across all joints. The surface irregularity shall be determined by placing the freestanding(unleveled) straightedge on the pavement surface and allowing it to rest upon the two highest spots covered by its length, and measuring the maximum gap between the straightedge and the pavement surface in the area between the two high points. If the rolling inclinometer or external reference device is used,the data may be evaluated using either the FAA profile program,ProFAA, or FHWA profile program ProVal,using the 12-foot straightedge simulation function. Smoothness readings shall not be made across grade changes or cross slope transitions. The transition between new and existing pavement shall be evaluated separately for conformance with the plans. (1) Transverse measurements. Transverse measurements shall be taken for each day's production placed. Transverse measurements shall be taken perpendicular to the pavement centerline each 50 feet(15 m) or more often as determined by the RPR. The joint between lanes shall be tested separately to facilitate smoothness between lanes. (2)Longitudinal measurements. Longitudinal measurements shall be taken for each day's production placed. Longitudinal tests shall be parallel to the centerline of paving; at the center of paving lanes when widths of paving lanes are less than 20 feet(6 m); and at the third points of paving lanes when widths of paving lanes are 20 ft(6 m) or greater. When placement abuts previously placed material the first measurement shall start with one half the length of the straight edge on the previously placed material. Deviations on the final surface course in either the transverse or longitudinal direction that will trap water greater than 1/4 inch(6 mm) shall be corrected with diamond grinding per paragraph 501-4.19f or by removing and replacing the surface course to full depth. Grinding shall be tapered in all directions to provide smooth transitions to areas not requiring grinding. All areas in which diamond grinding has been performed shall be subject to the final pavement thickness tolerances specified in paragraph 501-6.6. Control charts shall be kept to show area of each day's placement and the percentage of corrective grinding required. Corrections to production and placement shall be initiated when corrective grinding is required. If the Contractor's machines and/or methods produce significant areas that need corrective actions in excess of 10 percent of a day's production,production shall be stopped until corrective measures are implemented by the Contractor. h. Grade. Grade will be evaluated prior to and after placement of the concrete surface. Measurements will be taken at appropriate gradelines (as a minimum at center and edges of paving lane) and longitudinal spacing as shown on cross-sections and plans. The final surface of the pavement will not vary from the gradeline elevations and cross-sections shown on the plans by more than 1/2 inch (12 mm)vertically and 0.1 feet(30 mm) laterally. The documentation will be provided by the Contractor to the RPR within 48 hours. CEMENT CONCRETE PAVEMENT P-501-24 3159 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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 areas 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 501-4.19f. 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- 2.1d. Control charts shall be posted in a location satisfactory to the RPR and shall be kept 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 limits, applicable to each test parameter, and the Contractor's test results. The Contractor shall use the control charts as part of a process control system for identifying potential problems and assignable causes before they occur. If the Contractor's projected data 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 ASTM Cl 36. The Contractor shall take at least [ two ] samples per lot to check the final gradation. Sampling shall be per ASTM D75 from the flowing aggregate stream or conveyor belt. 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 on a chart in accordance with paragraph 501-2.1d. Control Chart Limits' Individual Measurements Control Parameter Action Limit Suspension Limit Gradation *3 *3 Coarseness Factor(CF) :f-3.5 f5 Workability Factor(WF) ±2 f3 Slump +0.5 to-1 inch +1 to -1.5 inch (+13 to-25 mm) (+25 to -38 turn) Air Content f1.5% f2.0% 1 Control charts shall developed and maintained for each control parameter indicated. z Control charts shall be developed and maintained for each sieve size. 3 Action and suspension limits shall be determined by the Contractor. CEMENT CONCRETE PAVEMENT P-501-25 3160 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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 CQCP 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 be deemed out of control and corrective action taken if any one of the following conditions exists. a. Fine and coarse aggregate gradation. When two consecutive averages of five tests are outside 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, including a halt to production, shall be taken to correct the CF and WF. c. Fine and coarse aggregate moisture content. Whenever the moisture content of the fine or coarse aggregate changes by more than 0.5%,the scale settings for the aggregate batcher and water batcher shall be adjusted. d. Slump. The Contractor shall halt production and make appropriate adjustments whenever: (1) one point falls outside the Suspension Limit line for individual measurements OR (2)two points in a row fall outside the Action Limit line for individual measurements. d. Air content. The Contractor shall halt production and adjust the amount of air-entraining admixture whenever: (1) one point falls outside the Suspension Limit line for individual measurements OR (2)two points in a row fall outside the Action Limit line for individual measurements. MATERIAL ACCEPTANCE 501-6.1 Quality Assurance(QA)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 and filling operations,per paragraph 501-6.5b(l). 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 must be maintained in the range of 60' to 807 (16' to 27C), and loss of moisture from the specimens must be prevented. The specimens may be 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 bags, or using other suitable methods, provided the temperature and moisture loss requirements are met. 501-6.2 Quality Assurance(QA)testing laboratory. Quality assurance testing organizations performing these acceptance tests will be accredited in accordance with ASTM C1077. The quality assurance laboratory accreditation must be current and listed on the accrediting authority's website. All test methods required for acceptance sampling and testing must be listed on the lab accreditation. A copy of the laboratory's current accreditation and accredited test methods will be submitted to the RPR prior to start of construction. CEMENT CONCRETE PAVEMENT P-501-26 3161 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 501-6.3 Lot size. Concrete will be accepted for strength and thickness on a lot basis. A lot will consist of a day's production not to exceed 800 square yards. Each lot will be divided into approximately equal sublots with individual sublots between 400 and 500 square yards. Where three sublots are produced, they will constitute a lot. Where one or two sublots are produced, they will be incorporated into the previous or next lot. Where more than one plant is simultaneously producing concrete for the job,the lot sizes will apply separately for each plant. 501-6.4 Partial lots.When operational conditions cause a lot to be terminated before the specified number of tests have been made for the lot or for overages or minor placements to be considered as partial lots, the following procedure will be used to adjust the lot size and the number of tests for the lot. Where three sublots 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 sublots will be used in the acceptance criteria calculation, that is,n=5 or n=6. 501-6.5 Acceptance Sampling and Testing. a. Strength. (1) Sampling. One sample will be taken for each sublot from the concrete delivered to the job site. Sampling locations will be determined by the RPR in accordance with random sampling procedures contained in ASTM D3665. The concrete will be sampled in accordance 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 C31. Two (2) specimens will be made from each sample and slump, air content,unit weight, 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 be cured in saturated lime water. The strength of each specimen will be determined in accordance with ASTM C39. The strength for each sublot will be computed by averaging the results of the two test specimens representing that sublot. (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 be checked for outliers in accordance with ASTM E178, at a significance level of 5%. Outliers will be discarded and the remaining test values will be used to determine acceptance in accordance with paragraph 501-6.5b. b. Pavement thickness. (1) Sampling. One core will be taken by the Contractor for each sublot in the presence of the RPR. Sampling locations will be determined by the RPR in accordance with random sampling procedures contained in ASTM D3665. Areas, such as thickened edges,with planned variable thickness,will be excluded from sample locations. Cores shall be a minimum 4 inch(100 mm)in diameter neatly cut with a core drill. The Contractor will furnish all tools,labor, and materials for cutting samples and filling the cored hole. Core holes will be filled by the Contractor with a non-shrink grout approved by the RPR within one day after sampling. (2) Testing. The thickness of the cores will be determined by the RPR by the average caliper measurement in accordance with ASTM C174. Each core shall be photographed and the photograph included with the test report. (3)Acceptance.Acceptance of pavement for thickness will be determined by the RPR in accordance with paragraph 501-6.6. CEMENT CONCRETE PAVEMENT P-501-27 3162 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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)Profrlograph smoothness(Not used.) (5) Adjustments for repairs Acceptance for strength, thickness, and grade, will be based on the criteria contained in accordance with paragraph 501-6.6b(1), 501-6.6b(2), and 501-6.6b(3),respectively. Production quality must achieve 90 PWL or higher to receive full payment. Strength and thickness will be evaluated for acceptance on a lot basis using the method of estimating PWL. Production quality must achieve 90 PWL or higher to receive full pavement. The PWL will be determined in accordance with procedures specified in Item C-110. The lower specification tolerance limit(L) for strength and thickness will 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. If the PWL of the lot equals or exceeds 90%, the lot will be acceptable. Acceptance and payment for the lot will be determined in accordance with paragraph 501-8.1. (2) Thickness. If the PWL of the lot equals or exceeds 90%,the lot will be acceptable. Acceptance and payment for the lot will be determined in accordance with paragraph 501-8.1. (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 mm) laterally. The documentation stamped and signed by a licensed surveyor shall be in accordance with paragraph 501-5.3h. Payment for sublots that do not meet grade for over 25% of the sublot shall reduce by 5%and not be more than 95%. (4)Profilograph roughness for QA Acceptance. Not used. (5)Adjustments for repair. Sublots with spall repairs, crack repairs, or partial panel replacement,will be limited to no more than 95%payment. (6)Adjustment for grinding. For sublots with grinding over 25% of a sublot,payment will be reduced 5%. METHOD OF MEASUREMENT 501-7.1 PORTLAND CEMENT CONCRETE SURFACE COURSE(14" THICKNESS, REINFORCED). Concrete pavement shall be measured by the number of square yards of plain concrete pavement as specified in-place, completed and accepted. The measurement shall include all necessary tools, equipment, and personnel needed to complete the work, including, but not limited to transport, testing, dowels, curing,joint sealants,forms, and bond breaker. CEMENT CONCRETE PAVEMENT P-501-28 3163 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual BASIS OF PAYMENT 501-5.1 PORTLAND CEMENT CONCRETE SURFACE COURSE(14" THICKNESS, REINFORCED). Payment.Payment for concrete pavement meeting all acceptance criteria as specified in paragraph 501-6.6. Acceptance Criteria shall be based on results of strength and thickness tests. Payment for acceptable lots of concrete pavement shall be adjusted in accordance with paragraph 501- 8.la for strength and thickness; 501-8.1b for repairs; 501-8.1c for grinding; and 501-8.1d for smoothness, subject to the limitation that: The total project payment for concrete pavement shall not exceed 100 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 be full compensation for all labor,materials, tools, equipment, and incidentals required to complete the work as specified herein and on the drawings. 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 be the higher of the two values when calculations for both strength and thickness are 100%or higher. The lot pay factor shall be 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 be the lower of the two values when calculations for both strength and thickness are less than 100%. Price Adjustment Schedule' Percentage of Materials Within Specification Lot Pay Factor Limits (Percent of Contract Unit Price) (PWL) 96— 100 106 90—95 PWL+ 10 75—90 0.5 PWL+ 55 55—74 1.4 PWL— 12 Below 55 Reject' ' Although it is theoretically possible to achieve a pay factor of 106%for each lot,actual payment in excess of 100%shall be subject to the total project payment limitation specified in paragraph 501-8.1. The lot shall be 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 be the product of the lot pay factor for the lot and the contract unit price. Payment shall be subject to the total project payment limitation specified in paragraph 501-8.1. 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 lots which remain in place and/or sublots with adjustments for repairs. b.Adjusted payment for repairs. The PWL lot pay factor shall be reduced by 5%and be no higher than 95% for sublots which contain repairs in accordance with paragraph 501-4.19 on more than 20% of CEMENT CONCRETE PAVEMENT P-501-29 3164 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual the slabs within the sublot. Payment factors greater than 100 percent for the strength and thickness cannot be used to offset adjustments for repairs. re. Adjusted payment foF gr-inding. The P3A'J—lot pay faet&rs-hall be,vedueed by 0 d. Profilograph Roughness.Not used. e. Payment. Payment shall be made under: Item P-501-1 PORTLAND CEMENT CONCRETE SURFACE Per square yard COURSE(14" THICKNESS, REINFORCED) 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) ASTM A184 Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement ASTM A704 Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement ASTM A706 Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A775 Standard Specification for Epoxy-Coated Steel Reinforcing Bars ASTM A884 Standard Specification for Epoxy-Coated Steel Wire and Welded Wire Reinforcement ASTM A934 Standard Specification for Epoxy-Coated Prefabricated Steel Reinforcing Bars ASTM A996 Standard Specification for Rail-Steel and Axle-Steel Deformed Bars for Concrete Reinforcement ASTM A1035 Standard Specification for Deformed and Plain,Low-Carbon,Chromium, Steel Bars for Concrete Reinforcement ASTM A1064 Standard Specification for Carbon-Steel Wire and Welded Wire Reinforcement, Plain and Deformed,for Concrete ASTM A1078 Standard Specification for Epoxy-Coated Steel Dowels for Concrete Pavement ASTM C29 Standard Test Method for Bulk Density("Unit Weight")and Voids in Aggregate ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field ASTM C33 Standard Specification for Concrete Aggregates ASTM C70 Standard Test Method for Surface Moisture in Fine Aggregate ASTM C78 Standard Test Method for Flexural Strength of Concrete(Using Simple Beam with Third-Point Loading) CEMENT CONCRETE PAVEMENT P-501-30 3165 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual ASTM C88 Standard Test Method for Soundness of Aggregates by Use of Sodium Sulfate or Magnesium Sulfate ASTM C94 Standard Specification for Ready-Mixed Concrete ASTM C 114 Standard Test Methods for Chemical Analysis of Hydraulic Cement ASTM C117 Standard Test Method for Materials Finer than 75-µm(No.200) Sieve in Mineral Aggregates by Washing ASTM C123 Standard Test Method for Lightweight Particles in Aggregate ASTM C 136 Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates ASTM C131 Standard Test Method for Resistance to Degradation of Small-Size Coarse Aggregate by Abrasion and Impact in the Los Angeles Machine ASTM C 136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C138 Standard Test Method for Density(Unit Weight),Yield,and Air Content (Gravimetric)of Concrete ASTM C142 Standard Test Method for Clay Lumps and Friable Particles in Aggregates ASTM C143 Standard Test Method for Slump of Hydraulic-Cement Concrete ASTM C150 Standard Specification for Portland Cement ASTM C171 Standard Specification for Sheet Materials for Curing Concrete ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C 173 Standard Test Method for Air Content of Freshly Mixed 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-Bar Method) ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C260 Standard Specification for Air-Entraining Admixtures for Concrete ASTM C295 Standard Guide for Petrographic Examination of Aggregates for Concrete ASTM C309 Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete ASTM 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 ASTM C595 Standard Specification for Blended Hydraulic Cements ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM C642 Standard Test Method for Density,Absorption,and Voids in Hardened Concrete CEMENT CONCRETE PAVEMENT P-501-31 3166 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing ASTM C685 Standard Specification for Concrete Made by Volumetric Batching and Continuous Mixing ASTM C881 Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete ASTM C989 Standard Specification for Slag Cement for Use in Concrete and Mortars ASTM C 1017 Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete ASTM C 1064 Test Method for Temperature of Freshly Mixed Hydraulic-Cement Concrete ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation ASTM C1157 Standard Performance Specification for Hydraulic Cement ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates(Mortar-Bar Method) ASTM C1365 Standard Test Method for Determination of the Proportion of Phases in Portland Cement and Portland-Cement Clinker Using X-Ray Powder Diffraction Analysis ASTM C1567 Standard Test Method for Determining the Potential Alkali-Silica Reactivity of Combinations of Cementitious Materials and Aggregate(Accelerated Mortar- Bar Method) ASTM C 1602 Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete ASTM D75 Standard Practice for Sampling Aggregates ASTM D1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction(Nonextruding and Resilient Bituminous Types) ASTM 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 D3665 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 E1274 Standard Test Method for Measuring Pavement Roughness Using a Profilograph ASTM E2133 Standard Test Method for Using a Rolling Inclinometer to Measure Longitudinal and Transverse Profiles of a Traveled Surface American Concrete Institute(ACI) ACI 305R Guide to Hot Weather Concreting ACI 306R Guide to Cold Weather Concreting ACI 309R Guide for Consolidation of Concrete Advisory Circulars(AC) CEMENT CONCRETE PAVEMENT P-501-32 3167 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual AC 150/5320-6 Airport Pavement Design and Evaluation Federal Highway Administration(FHWA) HIPERPAV 3,version 3.2 Portland Concrete Association(PCA) PCA Design and Control of Concrete Mixtures, 1611 Edition U.S.Army Corps of Engineers(USACE)Concrete Research Division(CRD) CRD C662 Determining the Potential Alkali-Silica Reactivity of Combinations of Cementitious Materials,Lithium Nitrate Admixture and Aggregate(Accelerated Mortar-Bar Method) United States Air Force Engineering Technical Letter(ETL) ETL 97-5 Proportioning Concrete Mixtures with Graded Aggregates for Rigid Airfield Pavements END ITEM P-501 CEMENT CONCRETE PAVEMENT P-501-33 3168 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual This Page was Intentionally Left Blank CEMENT CONCRETE PAVEMENT P-501-34 3169 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item P-602 Emulsified Asphalt Prime Coat DESCRIPTION 602-1.1 This item shall consist of an application of emulsified asphalt material on the prepared base course in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 602-2.1 Emulsified Asphalt material. The emulsified asphalt material shall be as specified in ASTM D3628 for use as a prime coat appropriate to local conditions. The Contractor shall provide a copy of the manufacturer's Certificate of Analysis (COA)for the emulsified asphalt material. The COA shall be provided to and approved by the Resident Project Representative (RPR)before the emulsified asphalt material is applied. The furnishing of the COA for the emulsified asphalt material shall not be interpreted as a basis for final acceptance. The manufacturer's COA may be subject to verification by testing the material delivered for use on the project. CONSTRUCTION METHODS 602-3.1 Weather limitations. The emulsified asphalt prime coat shall be applied only when the existing surface is dry; the atmospheric temperature is 50°F (10°C) or above, and the temperature has not been below 35°F (2°C) for the 12 hours prior to application; and when the weather is not foggy or rainy. The temperature requirements may be waived when directed by the RPR. 602-3.2 Equipment. The equipment shall include a self-powered pressure asphalt material distributor and equipment for heating asphalt material. Provide a distributor with pneumatic tires of such size and number that the load produced on the base surface does not exceed 65.0 psi (4.5 kg/sq cm) of tire width to prevent rutting, shoving or otherwise damaging the base, surface or other layers in the pavement structure. Design and equip the distributor to spray the asphalt material in a uniform coverage at the specified temperature, at readily determined and controlled rates from 0.05 to 1.0 gallons per square yard(0.23 to 4.5 L/square meter),with a pressure range of 25 to 75 psi(172.4 to 517.1 kPa) and with an allowable variation from the specified rate of not more than±5%, and at variable widths. Include with the distributor equipment a separate power unit for the bitumen pump, full-circulation spray bars,tachometer,pressure gauges,volume-measuring devices, adequate heaters for heating of materials to the proper application temperature, a thermometer for reading the temperature of tank contents, and a hand hose attachment suitable for applying asphalt material manually to areas inaccessible to the distributor. Equip the distributor to circulate and agitate the asphalt material during the heating process. If the distributor is not equipped with an operable quick shutoff valve, the prime operations shall be started and stopped on building paper. A power broom and power blower suitable for cleaning the surfaces to which the asphalt coat is to be applied shall be provided. EMULSIFIED ASPHALT PRIME COAT P-602-1 3170 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Asphalt distributors must be calibrated annually in accordance with ASTM D2995. The Contractor must furnish a current calibration certification for the asphalt distributor truck from any State or other agency as approved by the RPR. 602-3.3 Application of emulsified asphalt material. Immediately before applying the prime coat, the full width of the surface to be primed shall be swept with a power broom to remove all loose dirt and other objectionable material. The asphalt emulsion material shall be uniformly applied with an asphalt distributor at the rate of 0.15 to 0.30 gallons per square yard(0.68 to 1.36 liters per square meter) depending on the base course surface texture. The type of asphalt material and application rate shall be approved by the RPR prior to application. Following application of the emulsified asphalt material and prior to application of the succeeding layer of pavement, allow the asphalt coat to cure and to obtain evaporation of any volatiles or moisture. Maintain the coated surface until the succeeding layer of pavement is placed,by protecting the surface against damage and by repairing and recoating deficient areas. Allow the prime coat to cure without being disturbed for a period of at least 48 hours or longer, as may be necessary to attain penetration into the treated course. Furnish and spread sand to effectively blot up and cure excess asphalt material. The Contractor shall remove blotting sand prior to asphalt concrete lay down operations at no additional expense to the Owner. Keep traffic off surfaces freshly treated with asphalt material. Provide sufficient warning signs and barricades so that traffic will not travel over freshly treated surfaces. 602-3.4 Trial application rates. The Contractor shall apply a minimum of three lengths of at least 100 feet(30 m)for the full width of the distributor bar to evaluate the amount of emulsified asphalt material that can be satisfactorily applied with the equipment. Apply three different application rates of emulsified asphalt materials within the application range specified in paragraph 602-3.3. Other trial applications can be made using various amounts of material as directed by the RPR. The trial application is to demonstrate the equipment can uniformly apply the emulsified asphalt material within the rates specified and determine the application rate for the project. 602-3.5 Freight and waybills. The Contractor shall submit waybills and delivery tickets during the progress of the work. Before the final estimate is allowed, file with the RPR certified waybills and certified delivery tickets for all emulsified asphalt materials used in the construction of the pavement covered by the contract. Do not remove emulsified asphalt material from storage until the initial outage and temperature measurements have been taken. The delivery or storage units will not be released until the final outage has been taken. METHOD OF MEASUREMENT 602-4.1 The emulsified asphalt material for prime coat shall be measured by the gallon. Volume shall be corrected to the volume at 60'F (16°C)in accordance with ASTM D4311. The emulsified asphalt material paid for will be the measured quantities used in the accepted work,provided that the measured quantities are not 10% over the specified application rate. Any amount of emulsified asphalt material more than 10% over the specified application rate for each application will be deducted from the measured quantities, except for irregular areas where hand spraying of the emulsified asphalt material is necessary. Water added to emulsified asphalt will not be measured for payment. EMULSIFIED ASPHALT PRIME COAT P-602-2 3171 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual BASIS OF PAYMENT 602-5.1 Payment shall be made at the contract unit price per gallon for emulsified asphalt prime coat. This price shall be full compensation for furnishing all materials and for all preparation, delivering, and applying the materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item P-602-IA Emulsified Asphalt Prime Coat Per gallon Item P-602-1 B Emulsified Asphalt Prime Coat Per gallon 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) ASTM D2995 Standard Practice for Estimating Application Rate and Residual Application Rate of Bituminous Distributors ASTM D3628 Standard Practice for Selection and Use of Emulsified Asphalts END OF ITEM P-602 EMULSIFIED ASPHALT PRIME COAT P-602-3 3172 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item P-603 Emulsified Asphalt Tack Coat DESCRIPTION 603-1.1 This item shall consist of preparing and treating an asphalt or concrete surface with asphalt material in accordance with these specifications and in reasonably close conformity to the lines shown on the plans. MATERIALS 603-2.1 Asphalt materials. The asphalt material shall be an emulsified asphalt as specified in ASTM D3628 as an asphalt application for tack coat appropriate to local conditions. The emulsified asphalt shall not be diluted. The Contractor shall provide a copy of the manufacturer's Certificate of Analysis (COA)for the asphalt material to the Resident Project Representative (RPR)before the asphalt material is applied for review and acceptance. The furnishing of COA for the asphalt material shall not be interpreted as a basis for final acceptance. The manufacturer's COA may be subject to verification by testing the material delivered for use on the project. CONSTRUCTION METHODS 603-3.1 Weather limitations. The tack coat shall be applied only when the existing surface is dry and the atmospheric temperature is 50°F (10°C)or above; the temperature has not been below 35°F (2°C)for the 12 hours prior to application; and when the weather is not foggy or rainy. The temperature requirements may be waived when directed by the RPR. 603-3.2 Equipment. The Contractor shall provide equipment for heating and applying the emulsified asphalt material. The emulsion shall be applied with a manufacturer-approved computer rate-controlled asphalt distributor. The equipment shall be in good working order and contain no contaminants or diluents in the tank. Spray bar tips must be clean, free of burrs, and of a size to maintain an even distribution of the emulsion. Any type of tip or pressure source is suitable that will maintain predetermined flow rates and constant pressure during the application process with application speeds under eight(8)miles per hour(13 km per hour) or seven(700) feet per minute (213 in per minute). The equipment will be tested under pressure for leaks and to ensure proper set-up before use to verify truck set-up (via a test-shot area), including but not limited to,nozzle tip size appropriate for application, spray-bar height and pressure and pump speed, evidence of triple-overlap spray pattern, lack of leaks, and any other factors relevant to ensure the truck is in good working order before use. The distributor truck shall be equipped with a minimum 12-foot(3.7-m) spreader spray bar with individual nozzle control with computer-controlled application rates. The distributor truck shall have an easily accessible thermometer that constantly monitors the temperature of the emulsion, and have an operable mechanical tank gauge that can be used to cross-check the computer accuracy. If the distributor is not equipped with an operable quick shutoff valve,the prime operations shall be started and stopped on building paper. EMULSIFIED ASPHALT TACK COAT P-603-1 3173 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual The distributor truck shall be equipped to effectively heat and mix the material to the required temperature prior to application as required. Heating and mixing shall be done in accordance with the manufacturer's recommendations. Do not overheat or over mix the material. The distributor shall be equipped with a hand sprayer. Asphalt distributors must be calibrated annually in accordance with ASTM D2995. The Contractor must furnish a current calibration certification for the asphalt distributor truck from any State or other agency as approved by the RPR. A power broom and/or power blower suitable for cleaning the surfaces to which the asphalt tack coat is to be applied shall be provided. 603-3.3 Application of emulsified asphalt material. The emulsified asphalt shall not be diluted. Immediately before applying the emulsified asphalt tack coat,the full width of surface to be treated shall be swept with a power broom and/or power blower to remove all loose dirt and other objectionable material. The emulsified asphalt material shall be uniformly applied with an asphalt distributor at the rates appropriate for the conditions and surface specified in the table below. The type of asphalt material and application rate shall be approved by the RPR prior to application. Emulsified Asphalt Surface Type Residual Rate,gal/SY Emulsion Application Bar Rate,gal/SY (L/square meter) (L/square meter) New asphalt 0.02-0.05 (0.09-0.23) 0.03-0.07(0.13-032) Existing asphalt 0.04-0.07(0.18-0.32) 0.06-0.11 (0.27-0.50) Milled Surface 0.04-0.08 (0.18-0.36) .0.06-0.12(0.27-0.54) Concrete 0.03-0.05 (0.13-0.23) 0.05-0.08 (0.23-0.36) After application of the tack coat, the surface shall be allowed to cure without being disturbed for the period of time necessary to permit drying and setting of the tack coat. This period shall be determined by the RPR. The Contractor shall protect the tack coat and maintain the surface until the next course has been placed. When the tack coat has been disturbed by the Contractor,tack coat shall be reapplied at the Contractor's expense. 603-3.4 Freight and waybills The Contractor shall submit waybills and delivery tickets, during progress of the work. Before the final statement is allowed, file with the RPR certified waybills and certified delivery tickets for all emulsified asphalt materials used in the construction of the pavement covered by the contract. Do not remove emulsified asphalt material from storage until the initial outage and temperature measurements have been taken. The delivery or storage units will not be released until the final outage has been taken. METHOD OF MEASUREMENT 603-4.1 The emulsified asphalt material for tack coat shall be measured by the gallon. Volume shall be corrected to the volume at 60°F (16°C)in accordance with ASTM D1250. The emulsified asphalt material paid for will be the measured quantities used in the accepted work,provided that the measured quantities are not 10% over the specified application rate. Any amount of emulsified asphalt material more than 10% over the specified application rate for each application will be deducted from the EMULSIFIED ASPHALT TACK COAT P-603-2 3174 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual measured quantities, except for irregular areas where hand spraying of the emulsified asphalt material is necessary. Water added to emulsified asphalt will not be measured for payment. BASIS OF PAYMENT 603.5-1 Payment shall be made at the contract unit price per gallon of emulsified asphalt material. This price shall be full compensation for furnishing all materials, for all preparation, delivery, and application of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-603-IA Emulsified Asphalt Tack Coat Per gallon Item P-603-1B Emulsified Asphalt Tack Coat Per gallon 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) ASTM D1250 Standard Guide for Use of the Petroleum Measurement Tables ASTM D2995 Standard Practice for Estimating Application Rate and Residual Application Rate of Bituminous Distributors ASTM D3628 Standard Practice for Selection and Use of Emulsified Asphalts END ITEM P-603 EMULSIFIED ASPHALT TACK COAT P-603-3 3175 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual This Page is Intentionally Left Blank EMULSIFIED ASPHALT TACK COAT P-603-4 3176 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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 pavement. MATERIALS 605-2.1 Joint sealants.Joint sealant materials shall meet the requirements of ASTM D5893. Each lot or batch of sealant shall be delivered to the jobsite 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. 605-2.2 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 ASTM D5249. The backer-rod material shall be 25%±5 %larger in diameter than the nominal width of the joint. 605-2.3 Bond breaking tapes. Provide a bond breaking tape or separating material that is a flexible,non- 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 ASTM D789. The bond breaker tape shall be approximately 1/8 inch(3 mm) wider than the nominal width of the joint and shall not bond to the joint sealant. A bond breaking separation tape or backup material shall not he used between Items P-605 and P-606. CONSTRUCTION METHODS 605-3.1 Time of application. Joints shall be sealed as soon after completion of the curing period as feasible and before the pavement is opened to traffic, including construction equipment. The pavement temperature shall be 50OF (10°C) and rising at the time of application of the poured joint sealing material. Do not apply sealant if moisture is observed in the joint. When used with Item P-606, such as light can installation,Item P-605 shall not he applied until the P- 606 has fully cured. 605-3.2 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 times. Submit a list of proposed equipment to be used in performance of construction work including descriptive data, 7 days prior to use on the project. 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 will not damage the sides of the joints. The tool shall be designed so that it can be adjusted to remove the old material to varying depths as required. The use of V-shaped tools or rotary impact routing devices will not be permitted. Hand-operated spindle routing devices may be used to clean and enlarge random cracks. JOINT SEALANTS FOR PAVEMENTS P-605-1 3177 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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. Sandblasting is not allowed. d.Waterblasting equipment. The Contractor must demonstrate watcrblasting equipment including the pumps,hose, guide and nozzle size,under job conditions,before approval in accordance with paragraph 605-3.3. The Contractor shall demonstrate, in the presence of the RPR, that the method cleans the joint and does not damage the joint. e.Hand tools. Hand tools may be used,when approved, for removing defective sealant from a crack and repairing or cleaning the crack faces. Hand tools should be carefully evaluated for potential spalling effects prior to approval for use. f. Cold-applied,single-component sealing equipment. The equipment for installing ASTM D5893 single component joint sealants shall consist of an extrusion pump, air compressor, following plate, hoses, and nozzle for transferring the sealant from the storage container into the joint opening. The dimension 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 in good working condition, serviced in accordance with the supplier's instructions, and unaltered in any way without obtaining prior approval. Small hand-held air-powered equipment(i.e., caulking guns)may be used for small applications. 605-3.3 Preparation of joints. Pavement joints for application of material in this specification must be 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. a. Sawing. All joints shall be sawed in accordance with specifications and plan details.Immediately after sawing the joint,the resulting slurry shall be completely removed from joint and adjacent area by 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 waterblaster as specified in paragraph 605-3.2. The newly exposed concrete joint faces and the pavement surface extending a minimum of 1/2 inch(12 mm) from the joint edge shall be sandblasted clean. Cleaning shall be accomplished in a minimum of two passes. One pass per joint face with the nozzle held at an angle directly toward the joint face and not more than 3 inches (75 mm) from it. After final cleaning and immediately prior to sealing,blow out the joints with compressed air and leave them completely free of debris and water. The joint faces shall be surface dry when the seal is applied. 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 backer rod in accordance with paragraph 605-2.2 to prevent the entrance of the sealant below the specified depth. Take care to ensure that the backer rod is placed at the specified depth and is 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 joint opening so it will not float up into the new sealant. JOINT SEALANTS FOR PAVEMENTS P-605-2 3178 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 605-3.4 Installation of sealants.Joints shall be inspected for proper width, depth, alignment, and preparation, and shall be approved by the RPR before sealing is allowed. 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 cleaning with compressed air. Fill the joints from the bottom up to 1/4 to 3/8 inch 11/16 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 in accordance with the manufacturer's instructions. Check the joints frequently to ensure that the newly installed sealant is cured to a tack-free condition within the time specified. 605-3.5 Inspection. The Contractor shall inspect the joint sealant for proper rate of cure and set, bonding to the joint walls, cohesive separation within the sealant,reversion to liquid, entrapped air and voids. Sealants exhibiting any of these deficiencies at any time prior to the final acceptance of the project shall be removed from the joint, wasted, and replaced as specified at no additional cost to the airport. 605-3.6 Clean-up.Upon completion of the project,remove all unused materials from the site and leave the pavement in a clean condition. METHOD OF MEASUREMENT 605-4.1 Joint sealing material will not be measured separately and shall be considered incidental to P-501 Concrete Pavement pay items. BASIS OF PAYMENT 605-5.1 Joint sealing material will not be paid for separately and shall be considered incidental to P-501 Concrete Pavement pay items. 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) ASTM D789 Standard Test Method for Determination of Relative Viscosity of Polyamide (PA) ASTM D5249 Standard Specification for Backer Material for Use with Cold-and Hot- Applied Joint Sealants in Portland-Cement Concrete and Asphalt Joints ASTM D5893 Standard Specification for Cold Applied, Single Component, Chemically Curing Silicone Joint Sealant for Portland Cement Concrete Pavements Advisory Circulars (AC) AC 150/5340-30 Design and Installation Details for Airport Visual Aids END ITEM P-605 JOINT SEALANTS FOR PAVEMENTS P-605-3 3179 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item P-606 Adhesive Compounds, Two-Component for Sealing Wire and Lights in Pavement DESCRIPTION 606-1.1 This specification covers two types of material: a liquid suitable for sealing electrical wire in saw cuts in pavement and for sealing light fixtures or bases in pavement, and a paste suitable for embedding light fixtures in the pavement. Both types of material are two-component filled formulas with the characteristics specified in paragraph 606-2.4. Materials supplied for use with asphalt and/or concrete pavements must be formulated so they are compatible with the asphalt and/or concrete. MATERIALS 606-2.1 Curing. When pre-warmed to 777 (25°C),mixed, and placed in accordance with manufacturer's directions,the materials shall cure at temperatures of 450F (7°C) or above without the application of external heat. 606-2.2 Storage. The adhesive components shall not be stored at temperatures over 86'F (30'C),unless otherwise specified by the manufacturer. 606-2.3 Caution. Installation and use shall be in accordance with the manufacturer's recommended procedures. Avoid prolonged or repeated contact with skin. In case of contact, wash with soap and flush with water. If taken internally, call doctor. Keep away from heat or flame. Avoid vapor. Use in well- ventilated areas. Keep in cool place. Keep away from children. 606-2.4 Characteristics. When mixed and cured in accordance with the manufacturer's directions, the materials shall have the following properties shown in Table 1. ADHESIVE COMPOUNDS, TWO-COMPONENT FOR P-606-1 SEALING WIRE AND LIGHTS IN PAVEMENT 3180 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Table 1. Property Requirements Physical or Electrical Property Minimum Maximum ASTM Method Tensile Portland cement concrete 1,000 psi D 638 (70 kg/sq cm) Asphalt concrete 500 psi (35 kg/sq cm) Elongation Portland cement concrete See note 1 D 638 Asphalt concrete 50% D 638 Coef. of cub. exp. 0.00090 0.00120 D 1168 cu. cm/cu. cm/°C Coef. of tin. exp. 0.000030 0.000040 D 1168 cm/cm/'C Dielectric strength, short time test 350 volts/mil. D 149 Are resistance 125 sec Pull-off Adhesion to steel 1,000 psi (70 kg/sq cm) Adhesion to Portland cement concrete 200 psi (14 kg/sq cm) Adhesion to asphalt concrete No test available. Adhesion to aluminum 250 psi 20%or more(without filler)for formulations to be supplied for areas subject to freezing. SAMPLING,INSPECTION,AND TEST PROCEDURES 606-3.1 Tensile properties. Tests for tensile strength and elongation shall be conducted in accordance with ASTM D638. 606-3.2 Expansion. Tests for coefficients of linear and cubical expansion shall be conducted in accordance with,Method B, except that mercury shall be used instead of glycerine. The test specimen shall be mixed in the proportions specified by the manufacturer and cured in a glass tub approximately 2 inch (50 mm)long by 3/8 inch (9 mm)in diameter. The interior of the tube shall be precoated with a silicone mold release agent. The hardened sample shall be removed from the tube and aged at room temperature for one(1)week before conducting the test. The test temperature range shall be from 35'F (2°C) to 140OF (600C). 606-3.3 Test for dielectric strength. Test for dielectric strength shall be conducted in accordance with ASTM D149 for sealing compounds to be furnished for sealing electrical wires in pavement. 606-3.4 Test for are resistance. Test for arc resistance shall be conducted for sealing compounds to be furnished for sealing electrical wires in pavement. ADHESIVE COMPOUNDS, TWO-COMPONENT FOR P-606-2 SEALING WIRE AND LIGHTS IN PAVEMENT 3181 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 606-3.5 Test for adhesion to steel. The ends of two smooth, clean, steel specimens of convenient size (1 inch by 1 inch by 6 inch) (25 mm by 25 mm by 150 mm)would be satisfactory when bonded together with adhesive mixture and allowed to cure at room temperature for a period of time to meet formulation requirements and then tested to failure on a Riehle (or similar)tensile tester. The thickness of adhesive to be tested shall be 1/4 inch(6 mm). 606-3.6 Adhesion to Portland cement concrete a. Concrete test block preparation. The aggregate grading shall be as shown in Table 2. The coarse aggregate shall consist of crushed rock having a minimum of 75% of the particles with at least one fractured face and having a water absorption of not more than 1.5%. The fine aggregate shall consist of crushed sand manufactured from the same parent rock as the coarse aggregate. The concrete shall have a water-cement ratio of 5.5 gallons (21 liters) of water per bag of cement, a cement factor of 6, 10.5,bags of cement per cubic yard(0.76 cubic meter) of concrete, and a slump of 2-1/2 inch(60 mm), 11/2 inch(60 mm I12 mm). The ratio of fine aggregate to total aggregate shall be approximately 40%by solid volume. The air content shall be 5.0%,±0.5%, and it shall be obtained by the addition to the batch of an air-entraining admixture such as Vinsol®resin. The mold shall be of metal and shall be provided with a metal base plate. Means shall be provided for securing the base plate to the mold. The assembled mold and base plate shall be watertight and shall be oiled with mineral oil before use. The inside measurement of the mold shall be such that several one inch (25 mm)by 2-inch (75 mm)by 3-inch (25 mm by 50 mm by 75 mm) test blocks can be cut from the specimen with a concrete saw having a diamond blade. The concrete shall be prepared and cured in accordance with ASTM C 192. Table 2.Aggregate for Bond Test Blocks Type Sieve Size Percent Passing Coarse Aggregate 3/4 inch(19.0 mm) 97 to 100 1/2 inch (12.5 mm) 63 to 69 3/8 inch (9.5 mm) 30 to 36 No. 4 (4.75 mm) 0 to 3 Fine Aggregate No. 4 (4.75 mm) 100 No. 8 (2.36 mm) 82 to 88 No. 16 (1.18 mm) 60 to 70 No. 30 (600 µm) 40 to 50 No. 50 (300 µm) 16 to 26 No. 100 (150 µm) 5 to 9 b. Bond test.Prior to use, oven-dry the test blocks to constant weight at a temperature of 220°F to 230°F (104°C to 110°C), cool to room temperature, 73.4°F f3°F (23°C::L1.6°C),in a desiccator, and clean the surface of the blocks of film or powder by vigorous brushing with a stiff-bristled fiber brush. Two test blocks shall be bonded together on the one inch by 3 inch(25 mm by 75 mm) sawed face with the adhesive mixture and allowed to cure at room temperature for a period of time to meet formulation requirements and then tested to failure in a Riehle (or similar) tensile tester. The thickness of the adhesive to be tested shall be 1/4 inch(6 mm). ADHESIVE COMPOUNDS, TWO-COMPONENT FOR P-606-3 SEALING WIRE AND LIGHTS IN PAVEMENT 3182 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 606-3.7 Compatibility with asphalt mix. Test for compatibility with asphalt in accordance with ASTM D5329. 606-3.8 Adhesive compounds-Contractor's responsibility. The Contractor shall furnish the vendor's certified test reports for each batch of material delivered to the project. The report shall certify that the material meets specification requirements and is suitable for use with concrete and asphalt pavements. The report shall be provided to and accepted by the RPR before use of the material. In addition, the Contractor shall obtain a statement from the supplier or manufacturer that guarantees the material for one year. The supplier or manufacturer shall furnish evidence that the material has performed satisfactorily on other projects. 606-3.9 Application.Adhesive shall be applied on a dry, clean surface, free of grease, dust, and other loose particles. The method of mixing and application shall be in strict accordance with the manufacturer's recommendations. When used with Item P-605, such as light can installation, Item P-605 shall not be applied until the Item P-606 has fully cured. METHOD OF MEASUREMENT 606-4.1 The adhesive compound shall not be measured separately and shall be considered incidental to electrical pay items. BASIS OF PAYMENT 606-5.1 The adhesive compound shall not be paid for separately and shall be considered incidental to electrical pay items. 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) ASTM C192 Standard Practice for Making and Curing Concrete Test Specimens in the Laboratory ASTM D149 Standard Test Method for Dielectric Breakdown Voltage and Dielectric Strength of Solid Electrical Insulating Materials at Commercial Power Frequencies ASTM D638 Standard Test Method for Tensile Properties of Plastics ASTM D5329 Standard Test Methods for Sealants and Fillers, Hot-applied, for Joints and Cracks in Asphaltic and Portland Cement Concrete Pavements END OF ITEM P-606 ADHESIVE COMPOUNDS, TWO-COMPONENT FOR P-606-4 SEALING WIRE AND LIGHTS IN PAVEMENT 3183 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item P-610 Concrete for Miscellaneous Structures DESCRIPTION 610-1.1 This item 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 all concrete other than airfield pavement which are cast-in-place. MATERIALS 610-2.1 General. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. Materials may be subject to inspection and tests at any time during their preparation or use. The source of all materials shall be approved by the 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 clean before any material or concrete is placed in them. The use of pit-run aggregates shall not be permitted unless the pit-run aggregate has been screened and washed, and all fine and coarse aggregates stored separately and kept clean. The mixing of different aggregates from different sources in one storage stockpile or alternating batches of different aggregates shall not be permitted. a.Reactivity.Fine aggregate and coarse aggregates to be used in all concrete shall have been tested separately within six months of the project in accordance with ASTM C1260. Test results shall 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 is greater than 0.08% at 14 days,but less than 0.20%, a minimum of 25% of Type F fly ash, or between 40%and 55%of slag cement shall be used in 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 that meet P-501 reactivity test requirements may be utilized. 61 0-2.2 Coarse aggregate. The coarse aggregate for concrete shall meet the requirements of ASTM C33 and the requirements of Table 4, Class Designation 5S; and the grading requirements shown below, as required for the project. CONCRETE FOR MISCELLANEOUS STRUCTURES P-610-1 3184 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Coarse Aggregate Grading Requirements Maximum Aggregate Size ASTM C33, Table 3 Grading Requirements (Size No.) 1 1/2 inch(37.5 mm) 467 or 4 and 67 1 inch(25 mm) 57 3/4 inch(19 mm) 67 Yz inch(12.5 mm) 7 610-2.2.1 Coarse Aggregate susceptibility to durability(D) cracking.Not used. 610-2.3 Fine aggregate. The fine aggregate for concrete shall meet all fine aggregate requirements of ASTM C33. 610-2.4 Cement. Cement shall conform to the requirements of ASTM C150 Type I. 610-2.5 Cementitious materials. a.Fly ash. Fly ash shall meet the requirements of ASTM C618, with the exception of loss of ignition, where the maximum shall be less than 6%. Fly ash shall have a Calcium Oxide(CaO) content of less than 15%and a total available alkali content less than 3%per ASTM C311. Fly ash produced in furnace operations using liming materials or soda ash(sodium carbonate) as an additive shall not be acceptable. The Contractor shall furnish the previous three most recent, consecutive ASTM C618 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 RPR. b. Slag cement(ground granulated blast furnace (GGBF)). Slag cement shall conform to ASTM C989, Grade 100 or Grade 120. Slag cement shall be used only at a rate between 25%and 55% of the total cementitious material by mass. 610-2.6 Water.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. 610-2.7 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 ASTM C260 and shall consistently entrain the air content in the specified ranges under field conditions. The air- entrainment agent and any water reducer admixture shall be compatible. CONCRETE FOR MISCELLANEOUS STRUCTURES P-610-2 3185 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual b.Water-reducing admixtures. Water-reducing admixture shall meet the requirements of ASTM C494, Type A, B, or D. ASTM C494, Type F and G high range water reducing admixtures and ASTM C1017 flowable admixtures shall not be 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 ASTM C494, Type A, B, or D and set- accelerating shall meet the requirements of ASTM C494, Type C. Calcium chloride and admixtures containing calcium chloride shall not be used. 610-2.8 Premolded joint material.Premolded joint material for expansion joints shall meet the requirements of ASTM D1751. 610-2.9 Joint filler. The filler for joints shall meet the requirements of Item P-605,unless otherwise specified. 610-2.10 Steel reinforcement. Reinforcing shall consist of reinforcing steel conforming to the requirements of ASTM A615, Grade 60, unless otherwise specified in contract drawings. 610-2.11 Materials for curing concrete. Curing materials shall conform to ASTM C171 and ASTM C309. CONSTRUCTION METHODS 610-3.1 General. The Contractor shall furnish all labor,materials, and services necessary for, and incidental to,the completion of all work as shown on the drawings and specified here. All machinery and equipment used by the Contractor on the work, shall be of sufficient size to meet the requirements of the work. All work shall be subject to the inspection and approval of the RPR. 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 ASTM C31 and tested in accordance with ASTM C39. The concrete shall contain not less than 470 pounds of cementitious material per cubic yard(280 kg per cubic meter). The water cementitious ratio shall not exceed 0.45 by weight. The air content of the concrete shall be 5%+/- 1.2% as determined by ASTM C231 and shall have a slump of not more than 4 inches (100 mm) as determined by ASTM C143. 610-3.3 Mixing. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C94 or ASTM C685. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 407 (4°C)without 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 (10°C)nor more than 100°F (38°C). The Contractor shall be held responsible for any defective work,resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his expense. Retempering of concrete by adding water or any other material is not permitted. CONCRETE FOR MISCELLANEOUS STRUCTURES P-610-3 3186 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual The rate of delivery of concrete to the job shall be sufficient to allow uninterrupted placement of the concrete. 61 0-3.4 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, quality, and strength to build the structure as shown on the plans. The forms shall be true to line and grade and shall be mortar-tight and sufficiently rigid to prevent displacement and sagging between supports. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The Contractor shall be responsible for their adequacy. The internal form ties shall be arranged so no metal will show in the concrete surface or discolor the surface when exposed to weathering when the forms are removed. All forms shall be wetted with water or with a non-staining mineral oil,which shall be applied immediately before the concrete is placed. Forms shall be constructed so they can be removed without injuring the concrete or concrete surface. 610-3.5 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 be supplied by the Contractor when required. 610-3.6 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,rust, scale, oil, or any foreign matter. The concrete shall be spaded and consolidated around and against embedded items. The embedding of wood shall not be allowed. 610-3.7 Concrete Consistency. The Contractor shall monitor the consistency of the concrete delivered to the project site; collect each batch ticket; check temperature; and perform slump tests on each truck at the project site in accordance with ASTM C143. 610-3.8 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 falsework, and the placing of the steel reinforcing have been approved by the RPR. Concrete shall be placed as soon as practical after mixing, but in no case later than one (1)hour after water has been added to the mix. The method and manner of placing shall avoid segregation and displacement of the reinforcement. Troughs,pipes, and chutes shall be used as an aid in placing concrete when necessary. The concrete shall not be dropped from a height of more than 5 feet(1.5 m). Concrete shall be deposited as nearly as practical in its final position to avoid segregation due to rehandling or flowing. Do not subject concrete to procedures which cause segregation. Concrete shall be placed on clean, damp surfaces, free from running water, or on a properly consolidated soil foundation. 610-3.9 Vibration. Vibration shall follow the guidelines in American Concrete Institute (ACI) Committee 309R, Guide for Consolidation of Concrete. 610-3.10 Joints.Joints shall be constructed as indicated on the plans. CONCRETE FOR MISCELLANEOUS STRUCTURES P-610-4 3187 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 610-3.11 Finishing. All exposed concrete surfaces shall be true, smooth, and free from open or rough areas, depressions, or projections. All concrete horizontal plane surfaces shall be brought flush to the proper elevation with the finished top surface struck-off with a straightedge and floated. 610-3.12 Curing and protection.All concrete shall be properly cured in accordance with the recommendations in American Concrete Tnstitute (ACT) 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°C), follow the cold weather concreting recommendations found in ACI 306R, Cold Weather Concreting. 610-3.14 Hot weather placing. When concrete is placed in hot weather greater than 850F (30°C), follow the hot weather concreting recommendations found in ACI 305R,Hot Weather Concreting. QUALITY ASSURANCE (QA) 610-4.1 Quality Assurance sampling and testing. Concrete for each day's placement will be accepted on the basis of the compressive strength specified in paragraph 610-3.2. The RPR will sample the concrete in accordance with ASTM C172; test the slump in accordance with ASTM C143; test air content in accordance with ASTM C231; make and cure compressive strength specimens in accordance with ASTM C31; and test in accordance with ASTM C39. The QA testing agency will meet the requirements of ASTM C1077. The Contractor shall provide adequate facilities for the initial curing of cylinders. 610-4.2 Defective work.Any defective work that cannot be satisfactorily repaired as determined by the RPR, shall be 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. METHOD OF MEASUREMENT 610-5.1 Concrete shall be considered incidental, and no separate measurement shall be made. BASIS OF PAYMENT 610-6.1 Concrete shall be considered incidental, and no separate payment shall be made. Contractor shall furnish all materials including reinforcement and embedded items, equipment, tools, complete all preparation, delivery, installation, and curing of these materials, and perform all labor considered incidental to complete this work. !abef:, equipment, tools, c�clematals neeessa+y to eemplete the item CONCRETE FOR MTSCELLANEOUS STRUCTURES P-610-5 3188 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Pa-y4.,ort. J-1 no,..,.,ao, Naar. rt@rir�n n r484464:0t@,PO4:etibie ymds 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) ASTM A184 Standard Specification for Welded Deformed Steel Bar Mats for Concrete Reinforcement ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement ASTM A704 Standard Specification for Welded Steel Plain Bar or Rod Mats for Concrete Reinforcement ASTM A706 Standard Specification for Low-Alloy Steel Deformed and Plain Bars for Concrete Reinforcement ASTM A775 Standard Specification for Epoxy-Coated Steel Reinforcing Bars ASTM A884 Standard Specification for Epoxy-Coated Steel Wire and Welded Wire Reinforcement ASTM A934 Standard Specification for Epoxy-Coated Prefabricated Steel Reinforcing Bars ASTM A1064 Standard Specification for Carbon-Steel Wire and Welded Wire Reinforcement, Plain and Deformed, for Concrete ASTM C31 Standard Practice for Making and Curing Concrete Test Specimens in the Field ASTM C33 Standard Specification for Concrete Aggregates ASTM C39 Standard Test Method for Compressive Strength of Cylindrical Concrete Specimens ASTM C94 Standard Specification for Ready-Mixed Concrete ASTM C136 Standard Test Method for Sieve or Screen Analysis of Fine and Coarse Aggregates ASTM C114 Standard Test Methods for Chemical Analysis of Hydraulic Cement ASTM C136 Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates ASTM C143 Standard Test Method for Slump of Hydraulic-Cement Concrete ASTM C150 Standard Specification for Portland Cement ASTM C171 Standard Specification for Sheet Materials for Curing Concrete ASTM C172 Standard Practice for Sampling Freshly Mixed Concrete ASTM C231 Standard Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method CONCRETE FOR MTSCELLANEOUS STRUCTURES P-610-6 3189 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual ASTM C260 Standard Specification for Air-Entraining Admixtures for Concrete ASTM C309 Standard Specification for Liquid Membrane-Forming Compounds for Curing Concrete ASTM 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 C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM C666 Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing ASTM C685 Standard Specification for Concrete Made by Volumetric Batching and Continuous Mixing ASTM C989 Standard Specification for Slag Cement for Use in Concrete and Mortars ASTM C1017 Standard Specification for Chemical Admixtures for Use in Producing Flowing Concrete ASTM C1077 Standard Practice for Agencies Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Testing Agency Evaluation ASTM C1157 Standard Performance Specification for Hydraulic Cement ASTM C1260 Standard Test Method for Potential Alkali Reactivity of Aggregates (Mortar-Bar Method) ASTM Cl 365 Standard Test Method for Determination of the Proportion of Phases in Portland Cement and Portland-Cement Clinker Using X-Ray Powder Diffraction Analysis ASTM C1602 Standard Specification for Mixing Water Used in the Production of Hydraulic Cement Concrete ASTM D1751 Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction(Nonextruding and Resilient Asphalt Types) ASTM D1752 Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction American Concrete Institute (ACI) ACI 305R Hot Weather Concreting ACI 306R Cold Weather Concreting ACI 308R Guide to External Curing of Concrete ACI 309R Guide for Consolidation of Concrete END OF ITEM P-610 CONCRETE FOR MISCELLANEOUS STRUCTURES P-610-7 3190 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item P-620 Runway and Taxiway Marking DESCRIPTION 620-1.1 This item shall consist of the preparation and painting of numbers,markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Resident Project Representative(RPR). The terms "paint"and "marking material" as well as "painting" and"application of markings"are interchangeable throughout this specification. MATERIALS 620-2.1 Materials acceptance. The Contractor shall furnish manufacturer's certified test reports, for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. This certification along with a copy of the paint manufacturer's 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 be 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. a. Paint. Paint shall be Waterborne Type I(permanent pavement marking) in accordance with the requirements of this paragraph and TT-P-1952F. Paint colors shall comply with Federal Standard No. 595 (refer to Table 1). The non-volatile portion of the vehicle for all paint types shall be composed of a 100% acrylic polymer as determined by infrared spectral analysis. Paint shall include a biocide(e.g. Rocima 63 or equal) to resist algae contamination. Black paint shall he used to outline a border at least 6 inches wide around markings on all pavements, unless otherwise specified in the projectplans,FAA Advisory Circular 150/5340-1M, and/or RPR. Prior to reopening pavements at Part 139, Contractor must verify that all markings comply with Part 139 requirements. Temporary markings not in compliance with AC 150/5340-1 will require a NOTAM regarding any non-standard marking be issued. For example,temporary markings without beads. Retroreflectivity shall be measured by a portable retro-reflectometer according to ASTM E1710 and the practices of ASTM D7585 shall be followed for taking retroreflectivity readings with a portable retroreflectometer and computing measurement averages. A vehicle-mounted retroreflectometer may also be used. See Section 620-3.8 for Initial Retro-reflectance values that must he achieved at installation. b. Reflective media. Glass beads for white and yellow paint shall meet the requirements for Federal Specification TT-B-1325D Type III. Glass beads for red and pink paint shall meet the requirements for Type I,Gradation A. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. RUNWAY AND TAXIWAY MARKING P-620-1 3191 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Glass beads shall not be used in black and green paint. Type III glass beads shall not be used in red and pink paint. Table 1.Marking Materials Paint' Glass BeadS2 Type Color Fed Std.595# Application Rate Type Application Rate Permanent Marking Yellow 33538 115 sgft/gal Type III 10 lbs/gal Waterborne Type I Permanent Marking White 37925 115 sgft/gal Type iTT 10 Ibs/gal Waterborne Type i Permanent Marking Red 31136 115 sgft/gal Type I, 7 Ibs/gal Waterborne Type I Gradation A Permanent Marking Black 37038 115 sgft/gal N/A N/A Waterborne Type 1 620-2.3 Signs and Foundations. The proposed signs and foundations shall he installed at locations shown on the plans. All work and materials for the signs and their assemblies shall he in accordance with the latest FDOT Standard Specifications for Road and Bridge Construction, Section 700-10, Single Column Ground Signs. The Contractor must submit shop drawings for all signs,posts, and assemblies to the Engineer for approval prior to procurement and installation. CONSTRUCTION METHODS 620-3.1 Weather 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 620-2.1. 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 wind 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. 620-3.2 Equipment.Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand-painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray-type or airless type marking machine with automatic glass bead dispensers suitable for application of traffic paint. It shall produce an 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 marking equipment for both paint and beads shall be calibrated daily, and regular monitoring of material coverages shall he recorded to ensure compliance with these specifications. 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 be performed to ensure the surface is clean and free of grit or other debris left from the cleaning process. RUNWAY AND TAXIWAY MARKING P-620-2 3192 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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 PCC 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,water blasting, or by other methods approved by the RPR minimizing damage to the pavement surface. The removal area may need to be 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 `block out' the removal area to eliminate `ghost' markings. c. Preparation of pavement markings prior to remarking. Prior to remarking existing markings, loose existing markings must be removed minimizing damage to the pavement surface,with a method approved by the RPR. After removal,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. 620-3.4 Layout of markings. The proposed markings shall be laid out in advance of the paint application. The locations of markings to receive glass beads shall be shown on the plans. 620-3.5 Application.A period of 30 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 spacing 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), and marking dimensions and spacing shall be within the following tolerances: Marking Dimensions and Spacing Tolerance Dimension and Spacing Tolerance 36 inch(910 mm) or less f1/2 inch(12 mm) greater than 36 inch to 6 feet(910 mm to 1.85 m) +1 inch(25 mm) greater than 6 feet to 60 feet(1.85 in to 18.3 m) f2 inch(50 mm) greater than 60 feet(18.3 m) +3 inch(76 mm) Markings that do not meet the above tolerances and are hence not accepted by the airport and RPR will need to be redone(including all associated costs to complete the work) by the Contractor at their own cost until tolerances are met, and application is approved by the airport and RPR. 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. Paint shall not be hand applied Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished that is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall not be hand applied. 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 RUNWAY AND TAXIWAY MARKING P-620-3 3193 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual cease until corrections are made. Different bead types shall not be mixed. Regular monitoring of glass bead embedment and distribution should be performed. 620-3.6 Application--preformed thermoplastic airport pavement markings. Preformed thermoplastic pavement markings not used. 620-3.7 Control strip. Prior to the full 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 embedded and evenly distributed across the full width of the marking. Prior to acceptance of the control strip,markings must be evaluated during darkness to ensure a uniform appearance. 620-3.8 Retro-reflectance. Reflectance shall be measured with a portable retro-reflectometer meeting ASTM El710 (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 are within 30%of each other. The retro-reflectance measurements should be recorded one to seven days after marking installation is completed. Markings that do not meet the minimum retro-reflectance values and are hence not accepted by the airport and RPR will need to be redone (including all associated costs to complete the work)by the Contractor at their own cost until minimum values are met, and application is approved by the airport and RPR. Minimum Retro-Reflectance Values Material Retro-reflectance mcd/mz/lux White Yellow Red Initial Type f 300 175 35 Initial Type III 600 300 35 Initial Thermoplastic 225 100 35 All materials, remark when less than' 100 75 10 ' `Prior to remarking determine if removal of contaminants on markings will restore retro-reflectance 620-3.9 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 disfiguration by spatter, splashes, spillage, or drippings. 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 620-4.1 REFLECTIVE PAVEMENT MARKING WITH GLASS BEADS. The quantity of "Reflective Pavement Marking with Glass Beads" to be paid for shall be the number of square feet of painting performed in accordance with the specifications and accepted by the RPR. This pay item is applicable to all colors needed for reflective pavement marking. RUNWAY AND TAXIWAY MARKING P-620-4 3194 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 620-4.2 NON-REFLECTIVE PAVEMENT MARKING. The quantity of "Non-Reflective Pavement Marking " to be paid for shall be the number of square feet of painting performed in accordance with the specifications and accepted by the RPR. This pay item is applicable to all colors needed for non-reflective pavement marking. 620-4.3 SAFETYAREA WARNING SIGNS(FDOT R1-1 30"X30"AND AIR SAFETY SIGN 48"X30')AND FOUNDATION. The quantity to be paid shall be measured per each completed sign installation accepted by the RPR. BASIS OF PAYMENT 620-5.1 REFLECTIVE PAVEMENT MARKING WITH GLASS BEADS. Payment of "Reflective Pavement Marking with Glass Beads" shall be made at the respective contract price per square foot for painting. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item including reflective beads, any surface preparation, and any protection of structures. The area of permanent pavement markings at 100% application rate shown on the plans shall be measured and paid for only once. This payment shall include the double coat of pavement markings. Markings at 50% application rate placed in the final location shall not be paid for separately and are incidental to the final paint application. 620-5.2 NON-REFLECTIVE PAVEMENT MARKING.Payment of"Non-Reflective Pavement Marking" shall be made at the respective contract price per square foot for painting. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item including any surface preparation and any protection of structures. The area of permanent pavement marking at 100% application rate shown on the contract plans will only be measured and paid for once. This payment shall include the double coat of pavement markings. Markings at 50% application rate placed in their final location shall not be paid for separately and are incidental to the final paint application. 620-5.3 SAFETYAREA WARNING SIGNS(FDOT RI-130"X30"AND AIR SAFETYSIGN 48"X30'9 AND FOUNDATION. Payment shall be made at the contract unit price per each completed sign installation accepted by the RPR. The price shall fully compensate the contractor for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. This includes but is not limited to allpreparation, excavation, and installation of aluminum posts, aluminum soil plates and signs, compaction of backfzll. Payment will be made under: Item-620-1A REFLECTIVE PAVEMENT MARKING WITH PER SQUARE FEET GLASS BEADS Item P-620-2A NON-REFLECTIVE PAVEMENT MARKING PER SQUARE FEET Item-620-113 REFLECTIVE PAVEMENT MARKING WITH PER SQUARE FEET GLASS BEADS Item P-620-2B NON-REFLECTIVE PAVEMENT MARKING PER SQUARE FEET RUNWAY AND TAXIWAY MARKING P-620-5 3195 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item P-620-3 SAFETY AREA WARNING SIGNS (FDOT R1-1 PER EACH 30"X30" AND AIR SAFETY SIGN 48"X30") AND FOUNDATION 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) ASTM D476 Standard Classification for Dry Pigmentary Titanium Dioxide Products ASTM D968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive ASTM D1652 Standard Test Method for Epoxy Content of Epoxy Resins ASTM D2074 Standard Test Method for Total,Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D2240 Standard Test Method for Rubber Property-Durometer Hardness ASTM D7585 Standard Practice for Evaluating Retroreflective Pavement Markings Using Portable Hand-Operated Instruments ASTM E303 Standard Test Method for Measuring Surface Frictional Properties Using the British Pendulum Tester ASTM E1710 Standard Test Method for Measurement of Retroreflective Pavement Marking Materials with CEN-Prescribed Geometry Using a Portable Retroreflectometer ASTM E2302 Standard Test Method for Measurement of the Luminance Coefficient Under Diffuse Illumination of Pavement Marking Materials Using a Portable Reflectometer ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet(UV) Lamp Apparatus for Exposure of Nonmetallic Materials Code of Federal Regulations (CFR) 40 CFR Part 60, Appendix A-7, Method 24 Determination of volatile matter content,water content, density, volume solids, and weight solids of surface coatings 29 CFR Part 1910.1200 Hazard Communication Federal Specifications (FED SPEC) FED SPEC TT-B-1325D Beads (Glass Spheres)Retro-Reflective FED SPEC TT-P-1 952F Paint, Traffic and Airfield Marking,Waterborne FED STD 595 Colors used in Government Procurement RUNWAY AND TAXIWAY MARKING P-620-6 3196 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Commercial Item Description A-A-2886B Paint, Traffic, Solvent Based Advisory Circulars (AC) AC 150/5340-1 Standards for Airport Markings AC 150/5320-12 Measurement, Construction, and Maintenance of Skid Resistant Airport Pavement Surfaces END OF ITEM P-620 RUNWAY AND TAXIWAY MARKING P-620-7 3197 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item P-621 Saw-Cut Grooves DESCRIPTION 621-1.1 This item consists of constructing saw-cut grooves to minimize hydroplaning during wet weather, providing a skid resistant surface in accordance with these specifications and at the locations shown on the plans, or as directed by the Resident Project Representative(RPR). CONSTRUCTION METHODS 621-2.1 Procedures. The Contractor shall submit to the RPR the grooving sequence and method of placing guide lines to control grooving operation. Transverse grooves saw-cut in the pavement must form a 1/4 inch(+1/16 inch, -0 inch)wide by 1/4 inch(+1/16 inch)deep by 1-1/2 inch(-1/8 inch,+0 inch) center- to-center configuration. The grooves must be continuous for the entire runway length. They must be saw- cut transversely(perpendicular to centerline)in the runway and kigh wood +.,..:..ay pavement to not less than 10 feet from the runway pavement edge to allow adequate space for equipment operation. The saw-cut grooves must meet the following tolerances. The tolerances apply to each day's production and to each piece of grooving equipment used for production. The Contractor is responsible for all controls and process adjustments necessary to meet these tolerances. The Contractor shall routinely spot check for compliance each time the equipment aligns for a grooving pass. a.Alignment tolerance. The grooves shall not vary more than fl-1/2 inch(38 mm) in alignment for 75 feet(23 m) along the runway length, allowing for realignment every 500 feet(150 m)along the runway length. b. Groove tolerance. (1)Depth. The standard depth is 1/4 inch(6 mm). At least 90%of the grooves must be at least 3/16 inch(5 mm), at least 60% of the grooves must be at least 1/4 inch(6 mm), and not more than 10% of the grooves may exceed 5/16 inch (8 mm). (2)Width. The standard width is 1/4 inch(6 mm). At least 90%of the grooves must be at least 3/16 inch(5 mm), at least 60% of the grooves must be at least 1/4 inch(6 mm), and not more than 10% of the grooves may exceed 5/16 inch(8 mm). (3) Center-to-center spacing. The standard spacing is 1-1/2 inch(38 mm). Minimum spacing 1- 3/8 inch (34 mm). Maximum spacing 1-1/2 inch (38 mm). Saw-cut grooves must not be closer than 3 inches (8 cm)or more than 9 inches (23 cm) from transverse joints in concrete pavements. Grooves must not be closer than 2'-0"A iiiehes(150 mm) and no more than 2'-3"19 inehes (0.5 m) from in-pavement light fixtures. Grooves may be continued through longitudinal construction joints. Where neoprene compression seals have been installed and the compression seals are recessed sufficiently to prevent damage from the grooving operation, grooves may be continued through the longitudinal joints. Where neoprene compression seals have been installed and the compression seals are not recessed sufficiently to prevent damage from the grooving operation, grooves must not be closer than 3 inches (8 cm) or more than 5 inches(125 mm) from the longitudinal joints. Where lighting cables are installed, grooving through longitudinal or diagonal saw kerfs shall not be allowed. SAW-CUT GROOVES P-621-1 3198 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 621-2.2 Environmental requirements. Grooving operations will not be permitted when freezing conditions prevent the immediate removal of debris and/or drainage of water from the grooved area. Discharge and disposal of waste slurry shall be the Contractor's responsibility. 621-2.3 Control strip. Groove a control strip in an area of the pavement outside of the trafficked area, as approved by the RPR. The area shall be 50 feet long by two lanes wide. Demonstrate the setup and alignment process, the grooving operation, and the waste slurry disposal. 621-2.4 Existing pavements.Bumps, depressed areas,bad or faulted joints, and badly cracked and/or spalled areas in the pavement shall not be grooved until such areas are adequately repaired or replaced. 621-2.5 New pavements.New asphalt and Portland cement concrete pavements shall be allowed to cure for a minimum of 30 days before grooving,to allow the material to become stable enough to prevent closing of the grooves under normal use. Tf it can be demonstrated that grooves are stable, and can be installed with no spalling, tearing or raveling of the groove edge, grooving may occur sooner that 30 days with approval of the RPR. All grade corrections must be completed prior to grooving. Spalling along or tearing or raveling of the groove edges shall not be allowed. 621-2.6 Grooving machine. Provide a grooving machine that is power driven, self-propelled, specifically designed and manufactured for pavement grooving, and has a self-contained and integrated continuous slurry vacuum system as the primary method for removing waste slurry. The grooving machine shall be equipped with diamond-saw cutting blades, and capable of making at least IS inches(0.5 m) in width of multiple parallel grooves in one pass of the machine. Thickness of the cutting blades shall be capable of making the required width and depth of grooves in one pass of the machine. The cutting head shall not contain a mixture of new and worn blades or blades of unequal wear or diameter. Match the blade type and configuration with the hardness of the existing airfield pavement. The wheels on the grooving machine shall be of a design that will not scar or spall the pavement. Provide the machine with devices to control depth of groove and alignment. 621-2.7 Water supply. Water for the grooving operation shall be provided by the Contractor. 621-2.8 Clean-up.During and after installation of saw-cut grooves,the Contractor must remove from the pavement all debris,waste, and by-products generated by the operations to the satisfaction of the RPR. Cleanup of waste material must be continuous during the grooving operation. Flush debris produced by the machine to the edge of the grooved area or pick it up as it forms. The dust coating remaining shall be picked up or flushed to the edge of the area if the resultant accumulation is not detrimental to the vegetation or storm drainage system. Accomplish all flushing operations in a manner to prevent erosion on the shoulders or damage to vegetation. Waste material must be disposed of in an approved manner. Waste material must not be allowed to enter the airport storm sewer system. The Contractor must dispose of these wastes in strict compliance with all applicable state, local, and federal environmental statutes and regulations. The grooved bituminous pavement must he sufficiently clean from all debris, slurry, waste, and by- products prior to the installation of final pavement marking to ensure adherence of the final pavement marking. 621-2.9 Repair of damaged pavement. Grooving must be stopped and damaged pavement repaired at the Contractor's expense when directed by the RPR. SAW-CUT GROOVES P-621-2 3199 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual ACCEPTANCE 621-3.1 Acceptance testing. Grooves will be accepted based on results of zone testing. All acceptance testing necessary to determine conformance with the groove tolerances specified will be performed by the RPR. Instruments for measuring groove width and depth must have a range of at least 0.5 inch(12 mm) and a resolution of at least 0.005 inch (0.13 mm). Gauge blocks or gauges machined to standard grooves width, depth, and spacing may be used. Instruments for measuring center-to-center spacing must have a range of at least 3 inches (8 cm) and a resolution of at least 0.02 inch(0.5 mm). The RPR will measure grooves in five zones across the pavement width. Measurements will be made at least three times during each day's production. Measurements in all zones will be made for each cutting head on each piece of grooving equipment used for each day's production. The five zones are as follows: Zone 1 Centerline to 5 feet(1.5 m)left or right of the centerline. Zone 2 5 feet(1.5 m)to 25 feet(7.5 m) left of the centerline. Zone 3 5 feet(1.5 m)25 feet(7.5 m)right of the centerline. Zone 4 25 feet(7.5 m)to edge of grooving left of the centerline. Zone 5 25 feet(7.5 m)to edge of grooving right of the centerline. At a random location within each zone, five consecutive grooves sawed by each cutting head on each piece of grooving equipment will be measured for width, depth, and spacing. The five consecutive measurements must be located about the middle blade of each cutting head::L4 inches (100 mm). Measurements will be made along a line perpendicular to the grooves. • Width or depth measurements less than 0.170 inch(4 mm) shall be considered less than 3/16 inch (5 mm). • Width or depth measurements more than 0.330 inch(8 mm) shall be considered more than 5/16 inch (8 mm). • Width or depth measurements more than 0.235 inch (6 mm) shall be considered more than 1/4 inch(6 mm). Production must be adjusted when more than one groove on a cutting head fails to meet the standard depth, width, or spacing in more than one zone. METHOD OF MEASUREMENT 621-4.1 The quantity of grooving to be paid for shall be the number of square yards (squa+e mote fo of grooving performed in accordance with the specifications and accepted by the RPR per paragraph 621-3.1. BASIS OF PAYMENT 621-5.1 Payment for saw-cut grooving.Payment for saw-cut grooving will be made at the contract unit price per square yard(squa-Fe meter4 for saw-cut grooving. This price shall be full compensation for furnishing all materials, and for all preparation, delivering, and application of these materials, and for all SAW-CUT GROOVES P-621-3 3200 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual labor, equipment, tools, water, control strip, clean up procedures, cleaning/flushing slurry/debris as the operation progresses, disposal of debris, by products, and waste legally off airport property, acceptance testing, and incidentals necessary to complete the item. Payment will be made under: Item P-621-IA Grooving Per SY Item P-621-1 B Grooving Per SY 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. Advisory Circulars (AC) AC 150/5320-12 Measurement, Construction, and Maintenance of Skid Resistant Airport Pavement Surfaces END OF ITEM P-621 SAW-CUT GROOVES P-621-4 3201 Florida Keys Marathon International Airport 4/24 Monroe County Relocated Runway 7-25 Bid Documents Project Manual Item D-701 Pipe for Storm Drains and Culverts DESCRIPTION 701-1.1 This item shall consist of the construction of pipe culverts, storm drains and desilting in accordance with these specifications and in reasonably close conformity with the lines and grades shown on the plans. MATERIALS 701-2.1 Materials shall meet the requirements shown on the plans and specified below. Underground piping and components used in drainage systems for terminal and aircraft fueling ramp drainage shall be noncombustible and inert to fuel in accordance with National Fire Protection Association(NFPA)415 701-2.2 Pipe. The pipe shall be of the type called for on the plans or in the proposal and shall be in accordance with the following appropriate requirements: StAPdAM SPesiF46atieR f0f G0f+Ug-at€�l St€€- St-H-4E44ira!Plate,Zinc Coated, €et:Field Belted retie ekes n n cu rn TR1 on c+ ra,,,-,1 SpOe f4GAi01 C-411ve, + n Piro and Pipe A Fe-hem; nn TR S-HT0 1 Oti St.,,-,.1.,,-.1 C.-.eei f e f C=tiai F e.-.-„ga, pad n 1,,m;,,.um Pip@ fat:Sewe s ,444 D 1:;4 HRs A n cLTr�arr v i42219 St.,.,da f 1 S peei fie,t;,.,.. f6f/ eft-,,,.,, b e n I,,,,,;,. a Alley c+,-,,,, of 1 PI e T �,1 vizi€l'ld Belted Pipe, AnSlna4TOO-rN4243 C+.,,-.,a.,f C.-.oeifi.a4ie- f fFiel,J n,-.plie,J G,.,,tifiT ,.F!''e,-.-,,,.., e Meo l Stotl t�te�Pip e, Fehes A R d 4 vehes nn CT7rroxrT0-M-251 CtQ:WE1av`1 SpOeif nntiO f_v G...-.-.,gatO`1 PO1Yothy!O-ffe n T?.-.,,;.,.,agO Pope !1 A S14T-0 N4294 Star 1,,,-,1 Speeifieatieff 4 Gemdg4ed Pelyet4yleiie Pipe, 300—to 1500 A n S14T-0 W04 StH-HE1.,,-,1 C.-eei fiea4;..,-. f f Pely(t7i ffy1 C l,,fide) (PNLC) P,-e f le Wall Tl.-„i Piff ,,,-,.1 R;ttiHg.. R,,..o.l An cT7 P20 S—tnr„1nv`1 C.- 04AGnti011 f,-Ctool -R-04BF fGOE D01..othylo,-.0 (PR)A;l-.be AASHTO R73 Standard Practice for Evaluation of Precast Concrete Drainage Productions A cTTR n'7ti(1 c+.,4„1,,,-,1 Spe6 iGkti�nFv r-cvr„g-&t@ a�@@ ✓t l-- CA-`Ft@ zfa r Co,ciovc .,.-.dl Tl.-.,;,-,.- PIPE FOR STORM DRAINS AND CULVERTS D-701-1 3202 Florida Keys Marathon International Airport 4/24 Monroe County Relocated Runway 7-25 Bid Documents Project Manual A STTiT n'7-61 S+^+W.1^+-a Specification fef:Geeft:igated StrElEt ral Steel Plate,Zi-- Coated fef Field Belted Pipe,Pie-Ai:ehes, a-HEI Afehes nsTTR n762 S•tP:WEld+dvpeEifWatiffil vr-G^vriugat04Steel PiPO, P01y4n0f:DreEBxl�edz�v S o.c.o vIs ,4.,.1 D1:A i I q 1, n cTTa n 8Ao St +.daf Speeifiea4ieff fef Nst Applied Ge i-ng. PH-Vings, gs- f !`,..-.-,,gatR.l Stool S-ey"o,-.,.-,.a Tl,-,,;,-age Di-fte ncTizi T-r- 4---RB745 S•tQ:WEla+d S+,.0ei4P-.,f;A-44 f+-( 044-,,gat0El n4R4,R;-RU4:. V i P 0 f+-co IA'o+-. .,-14 Drains n•STTR r1 it S-tP=,1 d- SPeGirfr^Gati014-fq--1:N^ors€ R-vr6ed CviiE,FeteveW0F, 8-r"�rnxztrraia,, ASTM C76 Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe AT�C-2,5 0-6- c+ 7a,-,l�CPeEiiivati6rrivr-RRiPrfAVOORd CAPRrete 4461crr Gcilyeft,StE)F n CTrcir:Tcv�� StQ:WEla+SP0EiA6ati0'A fA-4:Rcei44 v4:CCPC oRCC4:ete D L 0a d C,1"eFt,St044:R Pfain, n n cT�_ T�T1:3 St.,+W,a.,+-,l S.P06i f4 6 a4i0+f f,-D.-PC CC-R;t D o;Hf+-,.o,a !`,.fl,..-oro TR,-,4-„1:r1,;R i],.:, ASTM C1479 Standard Practice for Installation of Precast Concrete Sewer, Storm Drain, and Culvert Pipe Using Standard installations n STiz� Trr-rci57'7 S-t=.7.,,-.1 SV ee t;...,+;..,,. I'..,-RVORA141?o;,gf4420,7 ("AP(24•o+o 44R-.,l;+l a Box S@Etxoi1s far-GialveftS, S rs eyh'e.-p:rDesigiied Agee-Fdiffg to As— !`1746 St.,:wda-,l S,- e6 f,,.atiO,-, f0f Sogffl ,-,t„1 D,-o,.,,.,+Do;,rf,-,.o,l !-a-fi -rete Bw �eEtiEl;rS#"vr ccr veftS,Ste Ill-i1vfanins, and-Se3S'ewS De-signed 4eeeF(4i4g-te ASTM C1840 Standard Practice for Inspection and Acceptance of Installed Reinforced Concrete Culvert, Storm Drain, and Storm Sewer Pipe As-r TTv Rr n z 6Q S-W= la-1 v p€flf46cti6i f f"Fiber SS" S e�zc€f}xfv fe ccl�AS—TT 4-D4 1 l l S+.,V,da-d- Spy tiOR vi"FivergIaSS" S.r-t'il3e €�i3x�vr"^ved Resi„)Pipe TE)i is TT.,ilig Seals n cTTR F 714 &W-W 1a l Spe6if;...,+;.,44 f,-A Iyeth)'Iefle (AF) -NaStiO Pipe (1lT PR) RDanodl A., 0-1 tni`lo il;n,.moto.- n STTR F-794 Ct;44:l J.,+-,l S.-.oEi fi.,,+:.,+-, fB f P01Y(t iff- 1 !`l,l.,fidO) (PVC) D.-O410(=fH-Vi SeweF Pipe ,,,-..l Fittings Basel ..,-, Cpffl-Hrallo.l T,-,s;. e Tl;.,w,oto.- PIPE FOR STORM DRAINS AND CULVERTS D-701-2 3203 Florida Keys Marathon International Airport 4/24 Monroe County Relocated Runway 7-25 Bid Documents Project Manual n•CTTR F9-9 4 Ct.,4.1.,,-.1 F,-P01yethyl0 fle (PE)T ., e Pi-A ffioAo,-AF-Aflo I1,7.,11 CoAcio,-A414 TlfajJ4 Pipe n•CTAR F 9 4 9 StP:WE[fl F Poly(Viay 1 !''6 la+:ide) (P3,1G) !`.,.-,-, gato`I n Crrc T�- N4 F-2435 Stp-wdafd C,-eei f,.a4ie,, f f Steel Reiiifefeed Pel„ethyle-n (RE-) Gawdga�ed Pipe n CTAR F7 2 CC 0atiO F C 22 RRJRf;v 0 T: 1. RibbOd PiPO an l 2TLTSZTITZ � OG T�:-CTt-rO�Q�GG TCGT�ITVTF.G ZTl�il'C�I'C�JTCC�Tt'lGZTIVLT T'I�JGZTITC[ Fittings f',.,-TAT..,., pfes Tl tffe fai-.age Hind sewe,ag-e n•crrS Tr_i 4-F2 736 S_W=E1.,,-.7 Speeifl..,tOAR f r W 30 i (1 52 tO 762 ,, M)Pely ff ylo.,o (PP) Ceffug4ed Single Alai!Pipe a-ad Double Wall p4pe �-z n•CTTR 1 Ct ,-„1af 1 C,- ee f,.,,t:,.,-. F 30 to 60 in. ('750 t,. 1 -m cnn m) Poly..,-,.pyiPe,-,or_r-r-rvr-F z .,(PP) T-fip1e«7.,11 n;«.0 afld F=jtti;,gS- Of Twrrr0P zSv 'rc-Sa-RitafyT--Sewof A.P.PliGalians rn-n CTTR F .,,-„1 Ct1.,,-,1 Spee;f,,.,,t:,.,-. F 1 2 to 60 in. (' 00_ ta_ 1 cnn,N„__) palms,,..,opylo.-.o r-r-rvr-rz (PP)Dual Wall Pipe and 1-44i.gs f„-Nei Pfes.ufe Ct..,-,r, Sewe,- Applie4io-fis n ST-N4 D3A34 SW:WE1afE1 SpeeiAe-atien f Typo:PSM Poly (Vi4iyl Ghlo fide) (PVC) rci�-r�vry �P Tr'vr—r�P ��T^T3��rn-vrrcroT"C"rrc7 Sewef Pipe a-REI Fittings 701-2.3 Concrete. Concrete for pipe cradles shall have a minimum compressive strength of 2000 psi (13.8 MPa) at 28 days and conform to the requirements of ASTM C94. 701-2.4 Rubber gaskets. Rubber gaskets for rigid pipe shall conform to the requirements of ASTM C443. Rubber gaskets for PVC pipe,polyethylene, and polypropylene pipe shall conform to the requirements of ASTM F477. Rubber gaskets for zinc-coated steel pipe and precoated galvanized pipe shall conform to the requirements of ASTM D1056, for the"RE"closed cell grades. Rubber gaskets for steel reinforced thermoplastic ribbed pipe shall conform to the requirements of ASTM F477. 701-2.5 Joint mortar.Pipe joint mortar shall consist of one part Portland cement and two parts sand. The Portland cement shall conform to the requirements of ASTM C 150, Type I. The sand shall conform to the requirements of ASTM C144. 701-2.6 Joint fillers.Poured filler for joints shall conform to the requirements of ASTM D6690. 701-2.7 Plastic gaskets.Plastic gaskets shall conform to the requirements of ASTM C990. 701-2.8. Controlled low-strength material (CLSM).Not Used. Ce-444-^11ed 10w st4:eiggti. ,..,.,tevial .,i,.,rl . 701-2.9 Precast box culverts. Manufactured in accordance with and conforming to ASTM C1433. 701-2.10 Precast concrete pipe. Precast concrete structures shall be furnished by a plant meeting National Precast Concrete Association Plant Certification Program or American Concrete Pipe Association QCast Plant Certification program. PIPE FOR STORM DRAINS AND CULVERTS D-701-3 3204 Florida Keys Marathon International Airport 4/24 Monroe County Relocated Runway 7-25 Bid Documents Project Manual CONSTRUCTION METHODS 701-3.1 Excavation. The width of the pipe trench shall be sufficient to permit satisfactory jointing of the pipe and thorough tamping of the bedding material under and around the pipe,but it shall not be less than the external diameter of the pipe plus 12 inches (300 mm) on each side or as designated in the contract plans. The trench walls shall be approximately vertical. The Contractor shall comply with all current federal, state and local rules and regulations governing the safety of men and materials during the excavation,installation and backfilling operations. Specifically, the Contractor shall observe that all requirements of the Occupational Safety and Health Administration (OSHA)relating to excavations, trenching and shoring are strictly adhered to. The width of the trench shall be sufficient to permit satisfactorily jointing of the pipe and thorough compaction of the bedding material under the pipe and backfill material around the pipe,but it shall not be greater than the widths shown on the plans trench detail. Where rock, hardpan, or other unyielding material is encountered,the Contractor shall remove it from below the foundation grade for a depth of at least 8 inch(200 mm) or 1/2 inch(12 mm)for each foot of fill over the top of the pipe (whichever is greater)but for no more than three-quarters of the nominal diameter of the pipe. The excavation below grade should be filled with granular material to form a uniform foundation. Where a firm foundation is not encountered at the grade established, due to soft, spongy, or other unstable soil,the unstable soil shall be removed and replaced with approved granular material for the full trench width. The RPR shall determine the depth of removal necessary. The granular material shall be compacted to provide adequate support for the pipe. The excavation for pipes placed in embankment till shall not be made until the embankment has been completed to a height above the top of the pipe as shown on the plans. All existing utilities to remain and located within the limits of any pipe excavations shall he supported and protected until pipe installation is complete and approved by the RPR. The Contractor shall submit a plan to support and protect any such existing utilities to the Engineer a minimum of 72 hours prior to the beginning ofpipe installation. The grade shall be maintained so that all surfaces are well drained at all times. When necessary, temporary drains and drainage ditches shall be installed to intercept or divert surface water that may affect the work. The cost to furnish, install, maintain, and remove any temporary drainage measures will not be paid for separately, but shall be incidental to the associated pay items. 701-3.2 Bedding. The bedding „fee f f toe pipe shall p ide ., f„r,iatier ofuff f,-.., density+ suppeft the pipe+r.,-,.,,ghoeut;+'; P-444Fo Ieag+r The pipe bedding shall conform to the class specified on the plans. The bedding surface for the pipe shall provide a firm foundation of uniform density throughout the entire length of the pipe. When no bedding class is specified or detailed on the plans, the requirements for Class C bedding shall apply. a.Rigid pipe. The pipe bedding shall be constructed uniformly for the full length of the pipe barrel, as required on the plans. The maximum aggregate size shall be 1 in when the bedding thickness is less than 6 inches, and 1-1/2 in when the bedding thickness is greater than 6 inches. Bedding shall be loosely placed uncompacted material under the middle third of the pipe prior to placement of the pipe. b. Flexible pipe. For flexible pipe, the bed shall be roughly shaped to fit the pipe, and a bedding blanket of sand or fine granular material shall be provided as follows: PIPE FOR STORM DRAINS AND CULVERTS D-701-4 3205 Florida Keys Marathon International Airport 4/24 Monroe County Relocated Runway 7-25 Bid Documents Project Manual Flexible Pipe Bedding Pipe Corrugation Depth Minimum Bedding Depth inch mm inch mm 1/2 12 1 25 1 25 2 50 2 50 3 75 2-1/2 60 3-1/2 90 c. Other pipe materials. For PVC,polyethylene,polypropylene, or fiberglass pipe, the bedding material shall consist of coarse sands and gravels with a maximum particle size of 3/4 inches (19 mm). For pipes installed under paved areas, no more than 12%of the material shall pass the No. 200 (0.075 mm) sieve. For all other areas,no more than 50%of the material shall pass the No. 200 (0.075 mm) sieve. The bedding shall have a thickness of at least 6 inches (150 mm)below the bottom of the pipe and extend up around the pipe for a depth of not less than 50% of the pipe's vertical outside diameter. 701-3.3 Laying pipe. The pipe laying shall begin at the lowest point of the trench and proceed upgrade. The lower segment of the pipe shall be in contact with the bedding throughout its full length. Bell or groove ends of rigid pipes and outside circumferential laps of flexible pipes shall be placed facing upgrade. Paved or partially lined pipe shall be placed so that the longitudinal center line of the paved segment coincides with the flow line. Elliptical and elliptically reinforced concrete pipes shall be placed with the manufacturer's reference lines designating the top of the pipe within five degrees of a vertical plane through the longitudinal axis of the pipe. 701-3.4 Joining pipe.Joints shall be made with (1)cement mortar, (2) cement grout, (3)rubber gaskets, (4)plastic gaskets, or(5) coupling bands. Mortar joints shall be made with an excess of mortar to form a continuous bead around the outside of the pipe and shall be finished smooth on the inside. Molds or runners shall be used for grouted joints to retain the poured grout. Rubber ring gaskets shall be installed to form a flexible watertight seal. Furnish and install a filter fabric jacket around all pipe joints and the joint between the pipe and the structure in accordance with FDOT Standard Plans,Indexes 425-001 and 430-001. Use fahric meeting the physical requirements of Type D-3 specified in Section 985. Extend the fabric a minimum of 12 inches beyond each side of the joint or both edges of the coupling hand, if a coupling hand is used. The fabric must have a minimum width of 24 inches, and a length sufficient to provide a minimum overlap of 24 inches. Secure the filter fahric jacket against the outside of thepipe by metal orplastic strapping or by other methods approved by the RPR. a. Concrete pipe. Concrete pipe may be either bell and spigot or tongue and groove. Pipe sections at joints shall be fully seated and the inner surfaces flush and even. Concrete pipe joints shall be sealed with rubber gaskets meeting ASTM C443 when leak resistant joints are required. Geaef to pipe .rots shallno 440.-eidgl4ly A ,eUe'd b,oF plying meet .-E) gFe»+.Do not allow the gap between sections of pipe to exceed 518-inches for pipe diameters 12-inches through 18-inches, 718-inch for pipe diameters of 24- inches through 66-inches, and 1-inch for pipe diameters 72-inches or larger. Where minor imperfections in the manufacture of the pipe create an apparent gap in excess of the tabulated gap, the PIPE FOR STORM DRAINS AND CULVERTS D-701-5 3206 Florida Keys Marathon International Airport 4/24 Monroe County Relocated Runway 7-25 Bid Documents Project Manual RPR will accept the joint provided that the imperfection does not exceed 113 the circumference of the pipe, and the rubber gasket is 114 inch or more past the pipe joint entrance taper. Where concrete pipes are outside of these tolerances, the Contractor will cover the cost of corrective action. Do not apply mortar,joint compound, or other filler to the gap which would restrict the flexibility of the joint. b. Metal pipe.Metal pipe shall be firmly joined by form-fitting bands conforming to the requirements of ASTM A760 for steel pipe and AASHTO M196 for aluminum pipe. c. PVC,Polyethylene, or Polypropylene pipe.Joints for PVC, Polyethylene, or Polypropylene pipe shall conform to the requirements of ASTM D3212 when leak resistant joints are required. Joints for PVC and Polyethylene pipe shall conform to the requirements of AASHTO M304 when soil tight joints are required. Fittings for polyethylene pipe shall conform to the requirements of AASHTO M252 or ASTM M294. Fittings for polypropylene pipe shall conform to ASTM F2881,ASTM F2736, or ASTM F2764. d. Fiberglass pipe. Joints and fittings shall be as detailed on the plans and in accordance with the manufacturer's recommendations. Joints shall meet the requirements of ASTM D4161 for flexible elastomeric seals. 701-3.5 Embedment and Overfill. Pipes shall be inspected before any fill material is placed; any pipes found to be out of alignment,unduly settled, or damaged shall be removed and re-laid or replaced at the Contractor's expense. 701-3.5-1 Embedment Material Requirements Embedment material and compaction requirements for all pipe installations shall be in accordance with the FDOT Standard Specifications for Road and Bridge Construction,July 2021 Section 125 Excavation for Structures and Pipe. a. Concrete Pipe. • 404-f-40fial is iiSe4, :r t,.t-he pja44 details b. Plastic and fiberglass Pipe. Effi-^o,l,,,ei t Ratei:i 1 isha 14 fneet the nts of ASTM P3 292 rAzZ,A 2 4,A 5 of r RB,l-.o.lm ..f..,.,to .,1 .,h.,ll 1-.o F oo ..F.. .,fo .,1 rtA r the t. V. F t1,o r c.Metal Pipe. d �x: AVRA 144 111P S. AS ^ - ,baek .,,-ate-14,,1s, sah,A11 ffneet the Y fits of 4cT14 D3282,z A 1, Aiz-z-ei:A �. Embedment,n,,, e f 1 shall extend to 12 : elies 4 eve the rifp f the pipe. 701-3.5-2 Placement of Embedment Material The embedment material shall be compacted in layers not exceeding 6 inches (150 mm) on each side of the pipe and shall be brought up one foot(30 cm) above the top of the pipe or to natural ground level, whichever is greater. Thoroughly compact the embedment material under the haunches of the pipe without displacing the pipe. Material shall be brought up evenly on each side of the pipe for the full length of the pipe. When the top of the pipe is above the top of the trench, the embedment material shall be compacted in layers not exceeding 6 inches (150 min) and shall be brought up evenly on each side of the pipe to one foot(30 cm) above the top of the pipe. All embedment material shall be compacted to a density required under Item P-152. PIPE FOR STORM DRAINS AND CULVERTS D-701-6 3207 Florida Keys Marathon International Airport 4/24 Monroe County Relocated Runway 7-25 Bid Documents Project Manual Concrete cradles and flowable fills, such as controlled low strength material (CLSM) or controlled density fill (CDF), may be used for embedment provided adequate flotation resistance can be achieved by restraints,weighing, or placement technique. It shall be the Contractor's responsibility to protect installed pipes and culverts from damage due to construction equipment operations. The Contractor shall be responsible for installation of any extra strutting or backfill required to protect pipes from the construction equipment. 701-3.6 Overfill Pipes shall be inspected before any overfill is in place. Any pipes found to be out of alignment,unduly settled, or damaged shall be removed and relaid or replaced at the Contractor's expense. Evaluation of any damage to RCP shall be evaluated based on AASHTO R73. Overfill material shall be place and compacted in layers as required to achieve compaction to at least 95 percent standard proctor per ASTM D1557. The soil shall contain no debris, organic matter, frozen material, or stones with a diameter greater than one half the thickness of the compacted layers being placed. 701-3.7 Inspection Requirements An initial post installation inspection shall be performed by the RPR no sooner than 30 days after completion of installation and final backfill. Clean or flush all lines prior to inspection. [Use a camera with lighting suitable to allow a clear picture of the entire periphery of the pipe interior. Center the camera in the pipe both vertically and horizontally and be able to pan and tilt to a 90 degree angle with the axis of the pipe rotating 360 degrees. Use equipment to move the camera through the pipe that will not obstruct the camera's view or interfere with proper documentation of the pipe's condition. The video image shall be clear, focused, and relatively free from roll, static, or other image distortion qualities that would prevent the reviewer from evaluating the condition of the pipe. ] [For pipe sizes larger than 48 inches, a walk-through visual inspection shall be performed. ] Incorporate specific inspection requirements for the various types of pipes beneath the general inspection requirements. Reinforced concrete pipe shall be inspected, evaluated, and reported on in accordance with ASTM C1840, "Standard Practice for Inspection and Acceptance of Installed Reinforced Concrete Culvert, Storm Drain, and Storm Sewer Pipe."Any issues reported shall include still photo and video documentation. The zoom ratio shall be provided for all still or video images that document any issues of concern by the inspection firm. [Flexible pipes shall be inspected for rips, tears,joint separations, soil migration, cracks, localized buckling, settlement, alignment, and deflection. ] [Determine whether the allowable deflection has been exceeded by use of a laser profiler for internal pipe diameters of 48 inches or less, or direct measurement for internal pipe diameters greater than 48 inches. Laser profile equipment shall utilize low barrel distortion video equipment. Deflection of installed pipe shall not exceed the limits provided in the table below, as a percentage of the average inside diameter of the pipe. Maximum Allowable Pipe Deflection Type of Pipe Maximum Allowable Deflection(%) Corrugated Metal Pipe 5 Concrete Lined CMP 3 PIPE FOR STORM DRAINS AND CULVERTS D-701-7 3208 Florida Keys Marathon International Airport 4/24 Monroe County Relocated Runway 7-25 Bid Documents Project Manual Thermoplastic Pipe 5 Fiberglass 5 If deflection readings in excess of the allowable deflection are obtained,remove the pipe with excessive deflection and replace with new pipe. Isolated areas may exceed allowable by 2.5%with concurrence of RPR. Repair or replace any pipe with cracks exhibiting displacement across the crack,bulges, creases, tears, spalls, or delaminations. The report for flexible pipe shall include as a minimum, the deflection results and final post installation inspection report. The inspection report shall include: a copy of all video taken,pipe location identification, equipment used for inspection, inspector name, deviation from design line and grade, and inspector's notes.No separate payment will be made for inspection requirements delineated herein. METHOD OF MEASUREMENT 701-4.1 18" DIAMETER REINFORCED CONCRETE PIPE (CLASS V). The length of 18-inch Class V Reinforced Concrete Pipe" shall be measured in linear feet of pipe in place, completed, and accepted. It shall be measured along the centerline of the pipe from inside face of structure to inside face of structure. All fittings shall be included in the footage as typical pipe sections in the pipe being measured. No separate measurement will be made for connections of new stormwater pipes or for installation of concrete collar at the point of connection as described in the Contract Plans.Any connections or materials needed to complete the work described herein will be considered incidental to bid items in contract. BASIS OF PAYMENT 701-5.1 18"DIAMETER REINFORCED CONCRETE PIPE(CLASS V) -Payment will be made at the contract unit price per linear foot for each kind of pipe of the type and size designated The price shall fully compensate the Contractor for furnishing all materials and for all preparation, excavation, and installation of these materials; and for all labor, equipment, tools, and incidentals necessary to complete the item including shoring/sheeting, dewatering,pipe bedding, legal disposal of excess material off airportproperty including hauling, backfzlling, inspection and compacting. Support and protection of any existing utilities crossing the installation of the pipe shall also be included in the cost per linear foot. Payment will be made under: Item D-701-1 18"Diameter Reinforced Concrete Pipe (Class V) Per linear foot 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. PIPE FOR STORM DRAINS AND CULVERTS D-701-8 3209 Florida Keys Marathon International Airport 4/24 Monroe County Relocated Runway 7-25 Bid Documents Project Manual American Association of State Highway and Transportation Officials (AASHTO) AASHTO M167 Standard Specification for Corrugated Steel Structural Plate,Zinc- Coated, for Field-Bolted Pipe,Pipe-Arches, and Arches AASHTO M190 Standard Specification for Bituminous-Coated Corrugated Metal Culvert Pipe and Pipe Arches AASHTO M196 Standard Specification for Corrugated Aluminum Pipe for Sewers and Drains AASHTO M219 Standard Specification for Corrugated Aluminum Alloy Structural Plate for Field-Bolted Pipe, Pipe-Arches, and Arches AASHTO M243 Standard Specification for Field Applied Coating of Corrugated Metal Structural Plate for Pipe, Pipe-Arches, and Arches AASHTO M252 Standard Specification for Corrugated Polyethylene Drainage Pipe AASHTO M294 Standard Specification for Corrugated Polyethylene Pipe, 300-to 1500- mm(12-to 60-in.)Diameter AASHTO M304 Standard Specification for Poly(Vinyl Chloride) (PVC)Profile Wall Drain Pipe and Fittings Based on Controlled Inside Diameter AASHTO MP20 Standard Specification for Steel Reinforced Polyethylene (PE)Ribbed Pipe, 300-to 900-mm(12-to 36-in.)Diameter ASTM International(ASTM) ASTM A760 Standard Specification for Corrugated Steel Pipe, Metallic Coated for Sewers and Drains ASTM A761 Standard Specification for Corrugated Steel Structural Plate, Zinc Coated, for Field-Bolted Pipe,Pipe-Arches, and Arches ASTM A762 Standard Specification for Corrugated Steel Pipe, Polymer Precoated for Sewers and Drains ASTM A849 Standard Specification for Post-Applied Coatings, Pavings, and Linings for Corrugated Steel Sewer and Drainage Pipe ASTM B745 Standard Specification for Corrugated Aluminum Pipe for Sewers and Drains ASTM C14 Standard Specification for Nonreinforced Concrete Sewer, Storm Drain, and Culvert Pipe ASTM C76 Standard Specification for Reinforced Concrete Culvert, Storm Drain, and Sewer Pipe ASTM C94 Standard Specification for Ready Mixed Concrete ASTM C144 Standard Specification for Aggregate for Masonry Mortar ASTM C150 Standard Specification for Portland Cement ASTM C443 Standard Specification for Joints for Concrete Pipe and Manholes,Using Rubber Gaskets PIPE FOR STORM DRAINS AND CULVERTS D-701-9 3210 Florida Keys Marathon International Airport 4/24 Monroe County Relocated Runway 7-25 Bid Documents Project Manual ASTM C506 Standard Specification for Reinforced Concrete Arch Culvert, Storm Drain, and Sewer Pipe ASTM C507 Standard Specification for Reinforced Concrete Elliptical Culvert, Storm Drain and Sewer Pipe ASTM C655 Standard Specification for Reinforced Concrete D-Load Culvert, Storm Drain and Sewer Pipe ASTM C990 Standard Specification for Joints for Concrete Pipe,Manholes, and Precast Box Sections Using Preformed Flexible Joint Sealants ASTM C 14 33 Standard Specification for Precast Reinforced Concrete Monolithic Box Sections for Culverts, Storm Drains, and Sewers ASTM D1056 Standard Specification for Flexible Cellular Materials Sponge or Expanded Rubber ASTM D3034 Standard Specification for Type PSM Poly(Vinyl Chloride) (PVC) Sewer Pipe and Fittings ASTM D3212 Standard Specification for Joints for Drain and Sewer Plastic Pipes Using Flexible Elastomeric Seals ASTM D3262 Standard Specification for"Fiberglass" (Glass-Fiber Reinforced Thermosetting Resin) Sewer Pipe ASTM D3282 Standard Practice for Classification of Soils and Soil-Aggregate Mixtures for Highway Construction Purposes ASTM D4161 Standard Specification for"Fiberglass" (Glass-Fiber Reinforced Thermosetting Resin) Pipe Joints Using Flexible Elastomeric Seals ASTM D6690 Standard Specification for Joint and Crack Sealants,Hot Applied, for Concrete and Asphalt Pavements ASTM F477 Standard Specification for Elastomeric Seals (Gaskets) for Joining Plastic Pipe ASTM F667 Standard Specification for 3 through 24 in. Corrugated Polyethylene Pipe and Fittings ASTM F714 Standard Specification for Polyethylene (PE)Plastic Pipe (DR PR) Based on Outside Diameter ASTM F794 Standard Specification for Poly(Vinyl Chloride) (PVC)Profile Gravity Sewer Pipe&Fittings Based on Controlled inside Diameter ASTM F894 Standard Specification for Polyethylene (PE)Large Diameter Profile Wall Sewer and Drain Pipe ASTM F949 Standard Specification for Poly(Vinyl Chloride) (PVC) Corrugated Sewer Pipe with a Smooth Interior and Fittings ASTM F2435 Standard Specification for Steel Reinforced Polyethylene (PE) Corrugated Pipe ASTM F2562 Specification for Steel Reinforced Thermoplastic Ribbed Pipe and Fittings for Non-Pressure Drainage and Sewerage PIPE FOR STORM DRAINS AND CULVERTS D-701-10 3211 Florida Keys Marathon International Airport 4/24 Monroe County Relocated Runway 7-25 Bid Documents Project Manual ASTM F2736 Standard Specification for 6 to 30 in. (152 to 762 nun)Polypropylene (PP) Corrugated Single Wall Pipe and Double Wall Pipe ASTM F2764 Standard Specification for 30 to 60 in. (750 to 1500 nun)Polypropylene (PP) Triple Wall Pipe and Fittings for Non-Pressure Sanitary Sewer Applications ASTM F2881 Standard Specification for 12 to 60 in. (300 to 1500 mm)Polypropylene (PP)Dual Wall Pipe and Fittings for Non-Pressure Storm Sewer Applications National Fire Protection Association(NFPA) NFPA 415 Standard on Airport Terminal Buildings,Fueling Ramp Drainage, and Loading Walkways END ITEM D-701 PIPE FOR STORM DRAINS AND CULVERTS D-701-11 3212 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item D-751 Manholes,Catch Basins,Inlets and Inspection Holes DESCRIPTION 751-1.1 This item shall consist of construction of ems,^ate inlets s mint, eheek-a' s in accordance with these specifications, at the specified locations and conforming to the lines, grades, and dimensions shown on the plans or required by the RPR. Underground piping and components used in drainage systems shall be noncombustible and inert to fuel in accordance with National Fire Protection Association (NFPA) 415. PERFORMANCE,COMPOSITION AND PROPORTIONING 751-2.1 Refer to FDOT Specification 425 Inlets,Manholes, and Junction Boxes,Section 425-2 Composition and Proportioning. MATERIALS 751-3.1 Refer to FDOT Specification 425 Inlets,Manholes, and Junction Boxes,Section 425-001, 425- 3 Materials, Section 425-4 Forms, and Section 425-5 Precast Inlets, Manholes, and Junction Boxes for FDOT Index 425-052 Type D Ditch Bottom Inlet. n c TT 4. ete-pipeManhole fings shall, rfeV-m to the n A44..h AIR. -ct5l RU 14hAll PB" a0 fe"iie+00+4 F n STTif CAA of State Highway and T,-.,,-,.-,.,..-atio,-, Off;,.ials T426 . , e.n STMn7 Steel e-astmgs- 1 A CTM A 742, (`_,a_de rl• C+.-,,,.t V•„ „1 Stool f6 f g:_r to., .,,-„l 4_;4:':0o., e. A Cn, TMT5:'36 5-45-12: 4-irotilo 4044 asti4igs f n STIR A R-9 7• 4„St0R V.o.-o,l .l„GtiloiFARA404 9 1- MANHOLES, CATCH BASINS, D-751-1 INLETS AND INSPECTION HOLES 3213 Florida Keys Marathon International Airport 414 Monroe County Relocate Runway 7-25 Bid Documents Project Manual All OaStiflgS OF StMOttlFal Steel Units Shall eonfafm to Me dimensions Shown On the plans and shall All effstings shall be dislodged by(fafP6 bidt Which Will allow easy FeMON'al f0f access to the StfUet- meet the Fequifements of ASTN4 A 1'l3 751 2.7 Steps. The steps of laddef bafs shall be gfay Of malleable east ifen 04:galvanived steel. T-40 steff Shall be 00 S?q length, and Shape ShOWR On the Plans and those Steps that a+@ flat galvaniZe Of. paint, when directed. CONSTRUCTION METHODS AND GUARANTEES 751-5.1 Refer to FDOT Specification 4251nlets, Manholes, and.function Boxes, Section 425-6 for required Construction Methods for all proposed drainage structures. 751-5.2 Cleaning and restoration of site:After the backfill is completed, the Contractor shall dispose of all surplus material, dirt, and rubbish from the site. Surplus dirt may he deposited in emhankinents, shoulders, or as approved by the RPR. The Contractor shall restore all disturbed areas to their original condition. The Contractor shall remove all tools and equipment, leaving the entire site free, clear, and in good condition. a. The C=OAt+aetoF shall eNeavate f0f stpaetu+es and footings to the lines and gfades of , pbeing Of the AW width and length ef Me stmetwe of sttuetwe footings Shown. The elev bottoms Of footings, as ShOWH On the plaRS, Shall be GORS410HEI as apfffflEmlatOly Ofily; and the RPR May b.Bouklefs, logs, of any other objeetionable matefiy eneountefed in eNeavation shall be ShOWR OR the plans, Of as Staked by the RVR. The e*eavatioa shall be of Sufficient si,-e to pefMit Me tto fv F eithef level, stepped, ef seffated, as difeeted by the RPR. All seams of efeviees shall be elep4led e14 and ,-f., .Me shall net be made rintil immediately befafe the eenefete ef b is pla exeavatioli and the .,+,-,,,.+,,,e as o roa fe f Safety , ,,f,.,-.f,.,,, o+ geveming laws. The east eff bfaElffg' sheathing, damageA A! bwebt Sheathing, of shofing involved in the eonstmetion WAS item shy! be vemovk by Me The east of femovy shy!be induded in the unit pfiee bid faf the st+uetufe. e.A#ef eheavation is completed f9f each stfuetufe, the Contfaetof shall notify the R12R ,.hff GtOf Of the MANHOLES, CATCH BASINS, D-751-2 INLETS AND INSPECTION HOLES 3214 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual absefb affy appfeeiable ameu+l+of additional watef at the time they af e laid. All b+:iek shall be laid i f eS l,,fRa a elesu+es,tiepieee fbF v i #i..,„ ti.o, ,:a�i r .,,i to i..-;,.v shall be used; —And .,,heire„o,-p etieablo A'A"hele,1fie'y l 11 be,, e'd „ l laid b o ao e.joints. All jaints shall be filled with meftar-at evefy eour-se Exter-ier-f4ees shall be laid-up-i* d. Pointing.Faeejeia-ts shall be aea4ly s4uek,using the weathef: s4uekjoint. Alljoi+4s shall be irished i Offfly zs-th layiffg Qr the iC1 jfiagFeSs@s�hR,44 RAJl- l; e o o,l the hales shall he 0 0 0 feamil„t o 0 „QY,^�� P� FO"ifed Shall bO PlaeOd;_4S i_4_1_d_J_PU;_4Pvd_A_.n t4e plans a-REI shall be appFaved by the_R_V_R_hV-4AVP�hR RA-RC-4:04R,JP., Pad. ^o t meeti-fig P,-tificc cioirpmgm+n. MANHOLES,CATCH BASINS, D-751-3 INLETS AND INSPECTION HOLES 3215 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual the " CU+,,.•o .,.. (2)„t lize a • 1-.be f gasket V. - A CTT4f!,44-1 Tho tOp 4tho, ppff aSt 6 o+o SO-N-A:..V, 1. and leads that,, ' pfevisiefi shall be Made 4;qf � b Of 1 f;tti flg, Shall l.e f;,,-.,;..he,l tO ;,le igipeo r; 1.,-,,,,,.hos . ,;th the eAfFRR4,l:.N.o, .';iA,,.; ete S"b , et.,l ..,die te,l the .,t.uet,,,-es Shall be, laee,l ,..fefee,l , .-ete h e , e e ft-W-soh ll he plaeed aFouadthese pipes to F.-a a tight,neat rAJAR e 754 and All and fittings • 7 fittings. > oto h. of fittingsWhen 4-ames of es of 44ings lqave been set in f 7_554-3.8-ba-st-al-1--ati-a-H of steps. The steps shall-be inst-alle-4_as i4fid-i-e4ed an the pi-ants; offl:as d-J-4feetedby the galvanized. CA 78. The, steps Shall be r0as"iffte the, s id-o' of t4ffe' se'e-4-00-fis _;#_Uhe't RAW, When steps afe feEtuiF@d with eaffugated metal stmetm es,they sha4 bO welded ifftE) aligii0d ff)sitiffli at veftioal spaeiiig of 12; ehes (inn,v m) MANHOLES,CATCH BASINS, D-751-4 INLETS AND INSPECTION HOLES 3216 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual by welling the top oA ta_ fib-PO stiff .-WFe and g „ i-fig the b044..,M, .»-r ,,,to .l,.;llo.l hc4lo., i44 41,0 A♦4ov 1, .- establish that the eenefete has attailied St+�eiOflt b 754 3.40-cieaning and FesrtoFaflon of5iti. A Fri 4. 1 I1iffi; -Plete,J the !`,.,,4,-,,,.4,,,-ShallEliS E)Se good r.4i4' METHOD OF MEASUREMENT 751-4.1 TDOT INDEX 425-052 TYPE D DITCH BOTTOM INLET. The quantity of inlet and manhole installations shall be measured per each completed in place and accepted by the RPR. 754_4 1 MAnhE40S, Ea G-h vbaSiBS, ii4440tS, "d inspaeti@44-hales sW_11 be m e by 41,0 twit. BASIS OF PAYMENT 751-5.1 TDOT INDEX 425-052 TYPE D DITCH BOTTOM INLET. The price shall include all materials, equipment, tools, and labor needed to complete the work, including but not limited to concrete, reinforcing steel,frame,grate, cover, and additional incidental materials. The price shall also include all hauling, dewatering, excavation, testing,furnishing, installing, connection piping to the existing/proposed pipes, compacting and backfill material as described under P-152, shoring/sheeting, and legal disposal of excess material off airport property at an approved location. Item D-751-1 FDOT Index 425-052 Type D Ditch Bottom Inlet Per Each 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) ASTM A27 Standard Specification for Steel Castings, Carbon, for General Application ASTM A47 Standard Specification for Ferritic Malleable Iron Castings ASTM A48 Standard Specification for Gray Iron Castings MANHOLES, CATCH BASINS, D-751-5 INLETS AND INSPECTION HOLES 3217 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual ASTM A123 Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products ASTM A283 Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates ASTM A536 Standard Specification for Ductile Iron Castings ASTM A897 Standard Specification for Austempered Ductile Iron Castings ASTM C32 Standard Specification for Sewer and Manhole Brick(Made from Clay or Shale) ASTM C144 Standard Specification for Aggregate for Masonry Mortar ASTM C150 Standard Specification for Portland Cement ASTM C443 Standard Specification for Joints for Concrete Pipe and Manholes,Using Rubber Gaskets. ASTM C478 Standard Specification for Precast Reinforced Concrete Manhole Sections ASTM C913 Standard Specification for Precast Concrete Water and Wastewater Structures. American Association of State Highway and Transportation Officials (AASHTO) AASHTO M36 Standard Specification for Corrugated Steel Pipe, Metallic-Coated, for Sewers and Drains END OF ITEM D-751 MANHOLES,CATCH BASINS, D-751-6 INLETS AND INSPECTION HOLES 3218 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual This Page is Intentionally Left Blank MANHOLES,CATCH BASINS, D-751-7 INLETS AND INSPECTION HOLES 3219 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual ITEM L-105 MODIFICATION,REMOVAL AND DEMOLITION OF AIRFIELD LIGHTING SYSTEMS GENERAL 105-1.1 Definitions. a. Modification shall mean any change or rearrangement in the component parts, including structural, mechanical, electrical systems, or internal or external arrangements of existing equipment or structures. b. Removal shall mean the dismantling of existing materials, components, equipment, and utilities. Removal of existing equipment, etc., shall be performed carefully to prevent damage to existing equipment. Removed items not to be reinstalled shall be delivered and turned over to airport maintenance,unless otherwise directed by the Engineer, in which case these items shall be disposed of off airport property at the Contractor's expense. c. Demolition shall mean the dismantling and disposal of existing materials, components, equipment, and utilities which cannot or will not be reused or which will have no salvage value,or which cannot be reused due to unrepairable damage caused by age, non-demolition related reasons, etc. All demolished items not designated to be turned over to the Owner shall be disposed of in a safe manner and at a location acceptable to the Owner. 105-1.2 General.All items to be turned over to the Owner shall be properly enclosed or boxed to protect the items from damage and transported by the Contractor to a location on the Owner's property, designated by the Engineer and/or the Owner. The installation and/or removal of lighting equipment may be critical to airport operations; therefore, the Contractor shall follow the work schedule established in the plans and specifications or as directed by the Engineer. The system shall be installed in accordance with the National Electrical Code and/or local code requirements. The Contractor shall provide temporary wiring as required to reconnect existing circuits to provide guidance for aircraft to pass through the construction areas on those taxiways/runways which must remain open. The Contractor shall check all temporary circuits before dark each day to assure that they are operational. In the event of failure,the Contractor shall immediately take steps to restore operation. 105-1.3 Condition of Existing Facilities. The Contractor shall verify the areas, conditions, and features necessary to tie into existing construction. This verification shall be done prior to submittal of shop drawings, fabrication or erection, construction or installation. The Contractor shall be responsible for the accurate tie-in of the new work to existing facilities. Special attention is called to the fact that there may be conduit, cable, fixtures or other items in the existing systems which must be removed or relocated in order to perform the modification work. All conduit, wiring, boxes, etc., that do not comply with the contract documents shall be removed or corrected to comply with the contract documents. All unused conduit not removed shall be identified and a pull line shall be installed. The work shall include all removal and relocation required for completion of the modifications and the new construction. MODIFICATION,REMOVAL,AND DEMOLITION OF AIRFIELD LIGHTING SYSTEMS L-105-1 3220 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 105-1.4 Safety Requirements. The Contractor shall conduct alterations and removal operations in a manner that will ensure the safety of persons in accordance with the requirements of CFR 29 PART 1926 and 1910. As a minimum,work place safety shall comply with NFPA 70E, OSHA, federal, state and local requirements. Where a conflict occurs,the most stringent requirement shall govern. The Contractor shall comply with the Construction Safety and Phasing Plan(CSPP). 105-1.5 Classification of Removed/Demolished Items. Existing materials and equipment indicated to be removed will be classified as "salvageable" and shall remain the property of the Owner or will be classified as "debris" and shall be disposed of legally off the airport. Reusable salvaged items- Salvaged materials and equipment shall be reused in the work as described on the contract drawings,unless noted otherwise. Retained salvaged items- Salvaged materials and equipment to be retained by the Owner but not reused in the work shall be turned over to the Owner at a site at the facility to be determined by the Owner. Retained salvaged items shall be stored on Owner property where indicated by the Owner. Items classified as debris shall be legally disposed of off the airport property. The cost of such disposal shall be included in the cost of other items of work. 105-1.6 Temporary Protection. The Contractor shall provide and maintain the following requirements: a. Protection of persons and property shall be provided throughout the progress of the work in accordance with the contract documents. b. Provide temporary enclosures and partitions prior to starting modification and removal/demolition work. Such items shall protect existing materials, equipment, and other remaining building or system components from damage by weather and construction operations. Temporary enclosures shall isolate space utilized by equipment during construction, from dirt, dust, noise, and unauthorized entry. c. Provide temporary exits,entrances, and protected passages where work prevents the use of existing facilities. d. Provide weathertight temporary enclosures over and around openings to be made to existing exteriors of facilities prior to the start of work. The Contractor shall maintain such temporary enclosures until new construction will protect the interior of existing facilities from the elements. e. Provide temporary exterior wall construction which will be designed and fabricated to resist an applied horizontal wind pressure of not less than 130 mph. f. Provide temporary exterior roof construction which will be capable of supporting an applied vertical live load of not less than 200 psf, uniformly distributed over the entire roof area. g. Design and fabricate temporary enclosures to maintain temperatures inside the existing facilities within a range of plus-or-minus 5 degrees F of normal operating conditions. MODIFICATION,REMOVAL,AND DEMOLITION OF AIRFIELD LIGHTING SYSTEMS L-105-2 3221 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual h. Provide temporary jet blast structures which will withstand the jet blast with a safety factor of 2. i. Where elevated light fixtures have been removed and the base can is to remain for a new or reinstalled light fixture, a temporary 5/8-inch thick plywood cover shall be provided to keep debris from entering the base can. j. Where elevated light fixtures have been removed and the base can is to remain without a fixture, a permanent 3/8-inch thick steel cover plate with new gasket, washers and stainless-steel bolts shall be provided. k. Where in-pavement light fixtures and the top can sections have been removed and the bottom can section is to remain for a new or reinstalled light fixture, a temporary 5/8-inch thick plywood cover and 1/8-inch thick mudplate shall be provided to allow for milling and paving operations. 1. Where in-pavement fixtures have been removed and the base can is to remain without a fixture, a permanent 3/4-inch thick steel cover plate with new gasket, locking washers and coated bolts. Stainless steel bolts meeting the requirements of FAA Engineering Brief#83A shall be provided with a bolt clamping force to exceed 4,900 lbs. The bolts will be installed in accordance with the requirements of FAA Engineering Brief#83A. Prior to ordering the L-868 light base bolts the contractor shall provide a shop drawing submittal with the bolt data for review by the RPR. This data shall include the bolt specification, the manufacturer's recommended bolt torque,and bolt clamping force. EXECUTION 105-2.1 Disconnecting Utilities. Prior to the start of work, the necessary utilities serving each area of modification,removal, or demolition will be shut off by the Owner and shall be disconnected and sealed by the Contractor, as required. Lockout/Tag/Try procedures shall be utilized in accordance with airport approved procedures. Prior to the disconnection, interruption or removal of any circuit supplying power to an FAA owned and maintained facility, the Contractor must notify the local FAA or authorized representative 48 hours in advance and be granted permission. 105-2.2 Temporary Utility Services. The Contractor shall install temporary utility services in satisfactory operating condition before disconnecting existing utilities. Such temporary services shall be maintained during the period of construction and removed only after new permanent services have been tested and are in operation. 105-2.3 Temporary Airport Lighting Systems. The Contractor shall maintain the airport lighting systems during the various phases of the work as shown on the phasing plan(s)or as directed by the Engineer. The Contractor shall be responsible for all temporary connections in the field or at the regulator necessary for operation of the circuits during construction. All existing electrical equipment and lighting systems shall be kept in operation,unless prior approval of the Engineer has been received and as otherwise specified below and on the Drawings. The Contractor may use salvaged materials for temporary construction where required. The permission for temporary work and using salvaged materials shall be obtained from the Engineer. Lighting for active runway and taxiway surfaces shall be maintained at all times. Temporary electrical fixtures and conductors are allowable when necessary, but shall be MODIFICATION,REMOVAL,AND DEMOLITION OF AIRFIELD LIGHTING SYSTEMS L-105-3 3222 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual installed as follows: a. Temporary lights shall be bolted to the pavement in a manner rendering the light stationery and allowing space for conductors to enter or exit and to be spliced. b. When the above is not practical, lights shall be fastened to a weighted object adaptable for the purpose and of sufficient weight to inhibit movement by jet engine blast. c. Temporary conductors supplying temporary lights shall be installed in a rigid galvanized steel conduit system and secured every five feet to prevent movement by jet engine blast. Conduit shall comply with Item L-110. d. All joints or splices in temporary conductors shall have heat shrink tubing with integral sealant applied to secure mechanical and electrical connection and prevent water entry. e. All plug-in connections shall have heat shrink tubing with integral sealant applied to prevent accidental disconnection and shall be color code taped to expedite quick, efficient disconnection and restoration. f. Temporary airfield lighting and signage shall conform as closely as possible to permanent locations normally on the taxiway or runway and that shall guide aircraft in a safe path away from all possible accident prone areas. g. Temporary cables installed in turf shall be direct buried. Closed taxiways and runways shall be so marked in a manner acceptable to FAA and the Owner and said marking shall be kept in acceptable condition. This item shall include, at the Engineer's discretion the temporary removal or covering of airfield signage. CAUTION: The series lighting circuit must always be complete before a regulator is energized. Normal circuit voltage is less than 5,000 volts, open circuit voltage can be more than 10,000 volts. All personnel shall be instructed to protect the integrity of the lighting circuit. Turn off,lock out and tag the constant current regulator at the vault before opening the circuit. Continuity of the circuit shall be checked before the regulator is reconnected and reenergized. The installation and/or removal of lighting equipment may be critical to airport operations; therefore, the Contractor shall follow work schedules established in the plans and specifications or as directed by the Engineer. The temporary system shall be installed in accordance with the contract documents,FAA Advisory Circulars and if applicable the National Electrical Code and/or local code requirements. The Contractor shall provide temporary wiring as required to reconnect existing airfield lighting and signage to provide guidance for aircraft to pass through the construction areas on those taxiways/runways, which must remain open. Cable shall comply with Item L-108. It shall be the Contractor's responsibility to determine that all airfield lighting circuits,except those that are serving closed taxiways or runways,are completely operational,using tower/radio controls(as applicable), at the end of each work shift and shall so certify to the Engineer before leaving the work site. Day shift report of system operation shall be at 4 p.m. Second shift report shall be 1 hour before dark. Any other shift shall report 1 hour prior to the need for airfield lighting or as determined by the Engineer. Should bad weather cause poor visibility, the Engineer may require additional status reports of system MODIFICATION,REMOVAL,AND DEMOLITION OF AIRFIELD LIGHTING SYSTEMS L-105-4 3223 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual operability and may call for the operation of the lighting system at any time. In the event of lighting system failure, the Contractor shall immediately take the necessary steps to restore proper operation. Whenever the scope of work requires connection to an existing circuit, the circuit's insulation resistance shall be tested, in the presence of the Engineer. This test shall be performed in accordance with paragraph L-108-2.1f and L-108-2.11 prior to any activity affecting the respective circuit. The Contractor shall record the results. When the circuit is returned to its final condition,the circuit's insulation resistance shall be checked again in the presence of the Engineer. The Contractor shall record the results. The second reading shall be equal to or greater than the first reading or the Contractor shall make the necessary repairs, to the circuit, to bring the second reading above the first reading. All repair costs including a complete replacement of the L-823 connectors, L-830 transformers and L-824 cable, etc. if necessary, shall be borne by the Contractor. All test results shall be submitted in the Operation and Maintenance(O&M)Manual. All temporary lighting systems shall be removed at the end of the project or work phase(as applicable) and systems shall be restored to original condition. 105-2.4 Removal Work. The Contractor shall not disturb the existing construction beyond that indicated or necessary for installation of new work. Temporary shoring and bracing for support of building components to prevent settlement or other movement shall be as indicated and as required to protect the work. The Contractor shall provide protective measures to control accumulation and migration of dust and dirt in all areas of work,particularly those adjacent to occupied areas. The Contractor shall remove dust, dirt, and debris from the areas of work daily. 105-2.5 Backfilling for Removal of Light Bases and Equipment Foundations. After a light base or equipment foundation has been removed, the area around it shall be backfilled in horizontal layers not to exceed 6 inches in thickness measured after compaction to the density requirements in Item P-152. 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 plans or as directed by the Engineer. Where required, the Engineer may direct the Contractor to add, at his own expense, sufficient water during compaction to assure a complete consolidation of the backfill. 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 backfill. Where light bases or equipment foundations have been removed from existing pavement to remain,the void shall be filled with P-610 concrete. 105-2.6 Salvageable Materials and Equipment. The Contractor shall remove all salvageable materials and equipment in a manner that will cause the least possible damage thereto. Removed items which are to be retained by the Owner shall be carefully handled, stored, and protected. The Contractor shall provide identification tags on all items boxed or placed in containers, indicating the type, size, and quantity of materials. DEMOLITION 105-3.1 Demolition Operations. Demolition operations shall be conducted to ensure the safe passage MODIFICATION,REMOVAL,AND DEMOLITION OF AIRFIELD LIGHTING SYSTEMS L-105-5 3224 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual of persons to and from facilities occupied and used by the Owner and to prevent damage by falling debris or other cause to adjacent buildings, structures, and other facilities. The sequence of operations shall be such that maximum protection from inclement weather will be provided for materials and equipment located in partially dismantled structures. 105-3.2 Maintaining Traffic. Demolition operations and removal of debris to disposal areas shall be conducted to ensure minimum interference with runways,taxiways, aprons, roads, streets, walks, and other facilities occupied and used by the Owner. Streets, walks, runways, taxiways and other facilities occupied and used by the Owner shall not be closed or obstructed without written permission from the Owner. 105-3.3 Reference Standards Requirements. Demolition operations shall be conducted to ensure the safety of persons in accordance with ANSI A 10.6 Safety Requirements for Demolition. Demolition shall be conducted in accordance with OSHA, state and local requirements. DISPOSAL OF DEMOLISHED MATERIALS 105-4.1 General. The Contractor shall dispose of debris, rubbish, scrap, and other non-salvageable materials resulting from demolition operations. Demolished materials shall not be stored or disposed of on airport property. 105-4.2 Disposal of Debris. Materials classified as debris shall be transported from Owner property and legally disposed of at no additional cost to the Owner. Permits and fees for disposal shall be paid by the Contractor. MODIFICATION WORK 105-5.1 General. Cutting,patching, repairing, and other modifications work shall be done by tradesman skilled in the particular trade or work required. Where required to patch or extend existing construction, or both, such modifications shall match existing exposed surface materials in finish, color,texture, and pattern. Salvaged items for reuse shall be as approved by the Engineer and Owner. METHOD OF MEASUREMENT 105-6.1 Measurement for removal or demolition of airfield lights,junction cans, and guidance signs will be per each for the quantity removed or demolished. Measurement for this item will also include the demolition of the light base and foundation. The cost to furnish and install a blank steel cover on an existing base can where a lighting fixture is scheduled for removal shall be considered incidental to the removal of the fixture. 105-6.2 Temporary Wiring. Temporary wiring will be measured on a lump sum basis. Measurement MODIFICATION,REMOVAL,AND DEMOLITION OF AIRFIELD LIGHTING SYSTEMS L-105-6 3225 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual shall include all temporary wiring provisions installed and removed by the contractor as described in this specification and shown on the Contract Drawings. Measurement shall include, at a minimum, cable, conduit, fitttings, hardware, removal and reinstallation of existing lighting fixtures as well as all labor, equipment,materials and incidentals required to install and remove temporary provisions as shown on the Contract Drawings to support the uninterrupted operation and integrity of the existing lighting circuits during construction. 105-6.3 The quantity of cables removed from existing electrical ducts shall be measured by the linear foot along the length of each duct from which they are removed. Multiple cables in a duct shall be measured by the length of the duct, shall be removed in a single pull and shall be measured once for all cables contained in the length of the duct. Cables removed from a duct shall not be measured individually. Any other removals required shall be considered incidental to the bid items provided. 105-6.4 Removal of existing ducts or conduits shall be measured by the number of linear feet of existing duct or conduit(including drainage)removed. Distinction shall be made between removal of concrete encased ductbank and direct buried conduit. However, no distinction will be made between differing sizes, types, or other characteristics of each direct buried conduit or concrete encased ductbank configuration to be removed. Measurement shall include excavation, backfill and restoration of the disturbed area. BASIS OF PAYMENT 105-7.1 Payment will be made at the contract unit price for each airfield light,junction can, and guidance sign removed. This price shall be full compensation for the disconnection from the electrical system, removing and disposing of all materials, site restoration,and for all labor,equipment, tools, and incidentals necessary to complete this item in accordance with the provisions and intent of the plans and specifications. This payment shall also include the transportation of salvaged materials to the Owner's designated location. 105-7.2 Payment will be made at the contract lump sum price for Temporary Airfield Lighting. This price shall be full compensation for temporary jumpers,connections, conduit, and for all labor, equipment,tools, and incidentals necessary to complete this item in accordance with the provisions and intent of the plans and specifications. 105-7.3 Payment for Cable Removal will be made at the contract unit price per linear foot as accepted by the Project Manager. This price shall be full compensation for all labor, equipment, tools, supplies, and incidentals necessary to complete the work. It shall also include the installation of a new pull wire. 105-7.4 Payment for removal of existing ductbank or conduit will be made at the contract unit price per each as accepted by the Project Manager. This price shall be full compensation for all labor, equipment, tools, supplies, and incidentals necessary to complete the work. Payment will be made under: Item L-105-1 Demolish Existing Taxiway Edge Light—per each Item L-105-2 Demolish Existing Runway Edge or Threshold/End Light—per each Item L-105-3 Demolish Existing Guidance Sign and Foundation-per each MODIFICATION,REMOVAL,AND DEMOLITION OF AIRFIELD LIGHTING SYSTEMS L-105-7 3226 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item L-105-4 Demolish Existing Runway Distance Remaining Sign and Foundation- per each Item L-105-5 Demolish Existing Electrical Junction Structure or Light Base-per each Item L-105-6 Temporary Airfield Lighting-per lump sum Item L-105-7 Demolish Existing Electrical Handhole—per each Item L-105-8 Cable Removal—per linear foot Item L-105-9 Remove Existing Concrete Encased Electrical Duct Bank—per linear foot Item L-105-10 Remove Existing Direct Buried Electrical Conduit—Per linear foot END OF ITEM L-105 MODIFICATION,REMOVAL,AND DEMOLITION OF AIRFIELD LIGHTING SYSTEMS L-105-8 3227 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item L-108 Underground Power Cable for Airports DESCRIPTION 108-1.1 This item shall consist of furnishing and installing power cables that are direct buried and furnishing and/or installing power cables within conduit or duct banks per these specifications at the locations shown on the plans. It includes excavation and backfill of trench for direct-buried cables only. Also included are the installation of counterpoise wires, ground wires, ground rods and connections, cable splicing, cable marking, cable testing, and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the RPR. This item shall not include the installation of duct banks or conduit,trenching and backfilling for duct banks or conduit, or furnishing or installation of cable for FAA owned/operated facilities. EQUIPMENT AND MATERIALS 108-2.1 General. a. Airport lighting equipment and materials covered by advisory circulars(AC) shall be approved under the Airport Lighting Equipment Certification Program per AC 150/5345-53, current version. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification, when requested by the RPR. c. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications. Materials supplied and/or installed that do not comply with these specifications shall be removed(when directed by the 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 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 in a clear,precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete any non-pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in the project that may accrue directly or indirectly from late submissions or resubmissions of submittals. e. The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with the plans and specifications. The Contractor's submittals shall he electronically submitted in pdf format. 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 codes, specified in this document. f. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for at least twelve(12) months from the date of final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at UNDERGROUND POWER CABLE FOR AIRPORTS L-108-1 3228 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual the Owner's discretion,with no additional cost to the Owner. The Contractor shall maintain a minimum insulation resistance in accordance with paragraph 108-3.10e 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 150/5340-26,Maintenance Airport Visual Aid Facilities,paragraph 5.1.3.1,Insulation Resistance Test. 108-2.2 Cable.Underground cable for airfield lighting facilities (runway and taxiway lights and signs) shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits latest edition. Conductors for use on 6.6 ampere primary airfield lighting series circuits shall be single conductor, seven strand,#8 American wire gauge(AWG),L-824 Type C, 5,000 volts,non-shielded,with 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 cross-linked polyethylene insulation. L-824 conductors for use on the L-830 secondary of airfield lighting series circuits shall be sized in accordance with the manufacturer's recommendations. All other conductors shall comply with FAA and National Electric Code (NEC)requirements. Conductor sizes noted above shall not apply to leads furnished by manufacturers on airfield lighting transformers and fixtures. Wire for electrical circuits up to 600 volts shall comply with Specification L-824 and/or Commercial Item Description A-A-59544A and shall be type THWN-2, 75'C for installation in conduit and RHW-2, 75'C for direct burial installations. Conductors for parallel (voltage) circuits shall be type and size and installed in accordance with NFPA-70,National Electrical Code. Unless noted otherwise, all 600-volt and less non-airfield lighting conductor sizes are based on a 750C, THWN-2, 600-volt insulation, copper conductors, not more than three single insulated conductors, in raceway, in free air. The conduit/duct sizes are based on the use of THWN-2, 600-volt insulated conductors. The Contractor shall make the necessary increase in conduit/duct sizes for other types of wire insulation. In no case shall the conduit/duct size be reduced. The minimum power circuit wire size shall be#12 AWG. Conductor sizes may have been adjusted due to voltage drop or other engineering considerations. Equipment provided by the Contractor shall be capable of accepting the quantity and sizes of conductors shown in the Contract Documents. All conductors,pigtails, cable step-down adapters, cable step-up adapters, terminal blocks and splicing materials necessary to complete the cable termination/splice shall be considered incidental to the respective pay items provided. Cable type, size,number of conductors, strand and service voltage shall be as specified in the Contract Document. 108-2.3 Bare copper wire (counterpoise,FAA Guard Wire,bare copper wire ground and ground rods).Wire for counterpoise or ground installations for airfield lighting systems shall be No. 2 AWG bare solid copper wire for counterpoise and/or No. 2 AWG insulated stranded for grounding bond wire per ASTM 133 and ASTM B8, and shall be hare copper wire. For voltage powered circuits,the equipment grounding conductor shall comply with NEC Article 250. FAA Guard Wire shall he bare, stranded copper,No. 1/0 AWG and shall he provided over all non- ferrous conduit or duct. UNDERGROUND POWER CABLE FOR AIRPORTS L-108-2 3229 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Ground rods shall be sectional copper-clad steel. The ground rods shall be of the length and diameter specified on the plans,but in no case be less than 10 feet long and 314 inch in diameter. 108-2.4 Cable connections. In-line connections or splices of underground primary cables shall be of the type called for on the plans, and shall be one of the types listed below.No separate payment will be made for cable connections. a. The cast splice.A cast splice, employing a plastic mold and using epoxy resin equivalent to that manufactured by 3M"Company, "Scotchcast"Kit No. 82-B, or an approved equivalent,used for potting the splice is acceptable. b. The field-attached plug-in splice.Not Used. c. The factory-molded plug-in splice.Not Used. d: The taped or heat-shrink splice.Not used. Taped^~Bees ewpleying field applied ftibbef, sytithetie ftibbef tape ee:=efedwtlh plastie tape is acceptable. The ~.,bbe f tape sheer is woof.i , 24394 of Genimefeial Reffi Desefiptiaii,k A 55809. Heat shfiiikable aibiiig shall be heffvy wall, self The ttibing shall be faetefy eeated with a thefmoplastie a&esi�ve sealant that will a&efe te the i-astilatieff of the wife being splieed fefmiffg a meisPafe and dift pfeef seal. Additienally,heat shfinkable tdbi-ag faf applieation. Heat s4inkable tubing aiid�abitig kits shall be fflanufaettifed by T-yee Eleetfanies,/Ra-yehefii, a tachfeo�>e �he lighter 108-2.5 Splicer qualifications. Every airfield lighting cable splicer shall be qualified in making airport cable splices and terminations on cables rated at or above 5,000 volts AC. The Contractor shall submit to the RPR proof of the qualifications of each proposed cable splicer for the airport cable type and voltage level to be worked on. Cable splicing/terminating personnel shall have a minimum of three (3) years continuous experience in terminating/splicing medium voltage cable. 108-2.6 Concrete.Not Used. 108-2.7 Flowable backfill.Not Used. 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. UNDERGROUND POWER CABLE FOR AIRPORTS L-108-3 3230 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 108-2.9 Tape. Electrical tapes shall be Scotch TM Electrical Tapes—Scotch TM 88 (1-1/2 inch(38 mm) wide) and Scotch TM 130C'linerless rubber splicing tape (2-inch(50 mm)wide), as manufactured by the Minnesota Mining and Manufacturing Company(3MTM), or an approved equivalent. 108-2.10 Electrical coating. Electrical coating shall be ScotchkoteTM as manufactured by 3MT1, or an approved equivalent. 108-2.11 Existing circuits.Whenever the scope of work requires connection to an existing circuit, the existing circuit's 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 shall record the results on forms acceptable to the RPR. When the work affecting the circuit is complete, the circuit's 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 make 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 connectors, L-830 transformers and L-824 cable, if necessary, shall 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 tape shall be polyethylene film with a metalized foil core and shall be 3-6 inches wide. Detectable tape is 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 108-3.1 General. The Contractor shall install the specified cable at the approximate locations indicated on the plans. Unless otherwise shown on the plans, all cable required to cross under pavements expected to carry aircraft loads shall be installed in concrete encased duct banks. Cable shall be run without splices, 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 responsible 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. In addition to connectors being installed at individual isolation transformers,L-823 cable connectors for maintenance and test points shall be installed at locations shown on the plans. Cable circuit identification markers shall be installed on both sides of the L-823 connectors installed and on both sides of slack loops where a future connector would be installed. Provide not less than 3 feet(1 m) of cable slack on each side of all connections, isolation transformers, light units, and at points where cable is connected to field equipment. Where provisions must be made for testing or for future above grade connections,provide enough slack to allow the cable to be extended at least one foot(30 cm)vertically above the top of the access structure. This requirement also applies where primary cable passes through empty light bases,junction boxes, and access structures to allow for future connections, or as designated by the RPR. UNDERGROUND POWER CABLE FOR AIRPORTS L-108-4 3231 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Primary airfield lighting cables installed shall have cable circuit identification markers attached on both sides of each L-823 connector and on each airport lighting cable entering or leaving cable access points, such as manholes,hand holes,pull boxes,junction boxes, etc. Markers shall be of sufficient length for imprinting the cable circuit identification legend on one line,using letters not less than 1/4 inch(6 mm) in size. The cable circuit identification shall match the circuits noted on the construction plans. 108-3.2 Installation in duct banks or conduits. This item includes the installation of the cable in duct banks or conduit per the following paragraphs. The maximum number and voltage ratings of cables installed in each single duct or conduit, and the current-carrying capacity of each cable shall be per the latest version of the National Electric Code, or the code of the local agency or authority having jurisdiction. The Contractor shall make no connections or splices of any kind in cables installed in conduits or duct banks. Unless otherwise designated in the plans,where ducts are in tiers,use the lowest ducts to receive the cable first,with spare ducts left in the upper levels. Check duct routes prior to construction to obtain assurance that the shortest routes are selected and that any potential interference is avoided. Duct banks or conduits shall be installed as a separate item per Item L-110,Airport Underground Electrical Duct Banks and Conduit. The Contractor shall run a mandrel through duct banks or conduit prior to installation of cable to ensure that the duct bank or conduit is open, continuous and clear of debris. The mandrel size shall be compatible with the conduit size. The Contractor shall swab out all conduits/ducts and clean light bases,manholes, etc., interiors immediately prior to pulling cable. Once cleaned and swabbed, the light bases and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, light bases,manholes, etc., is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be re-cleaned at the Contractor's expense. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the 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, heat shrinkable tubing before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a conduit, all cable shall be pulled in the conduit at the same time. The pulling of a cable through duct banks or conduits may be accomplished by hand winch or power winch with the use of cable grips or pulling eyes. Maximum pulling tensions shall not exceed the cable manufacturer's recommendations. A non-hardening cable-pulling lubricant recommended for the type of cable being installed shall be used where required. The Contractor shall submit the recommended pulling tension values to the 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 manufacturer's minimum bend radius or NEC requirements(whichever is more restrictive) shall apply. Cable installation,handling and storage shall be per manufacturer's recommendations. During cold UNDERGROUND POWER CABLE FOR AIRPORTS L-108-5 3232 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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 RPR, 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. 108-3.3 Installation of direct-buried cable in trenches.Not Used. plaeed in the tfeaeh in a series of S eiffves. Shffp bends of kinks in the eable shall net be peftnitted. the(wise ei fie,l shall be installed io the same t+eoeh. When feek is eneettatefed, the feek shall be femoved to a depth of at least 3 inehes (75 fmii)below the fe"ii:ed eable depth and it shall be feplaeed with bedding matefial of eaf�h of sand eentaining fie ay-z Falla ss (_) _ —_a _______ shallbe ________—________y. _—____- ___ _______ shall be—__r__.___ to _______ ,.1-selt roles,ne damage has a o,l UNDERGROUND POWER CABLE FOR AIRPORTS L-108-6 3233 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual meastifeffleiit, atid shall eafi4aiii iia paftieles that watt d be f etaiiied aii it atie iiieh (25.0 ffim) sieve. The - e f199--f-eL-eenle f 44 P i L a e ent-le3�eE4 4:apt tape, with a sedeiinff s�T14i=imJ J l f-e—}-,�- - - -�-rrr-„J H 4�rrr q H s e e ems-4m iq -rJ J [ lea ,�mr1w4mt-t'i--c`"ei=Hr 1el1eel 1-end st-=is J4 h ----4 e„-13l (GUSP4 eL-e1 UNDERGROUND POWER CABLE FOR AIRPORTS L-108-7 3234 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 108-3.4 Cable markers for direct-buried cable.Not Used. Ti.o' * �� 8P di fea t r.,...ie- e4ifeiWits ' " hp, appfw6ma4ely 4 4+ehes (100 fnm)-kigh R14-4-d 3 itiffe.-h-es (75 ffiffi)Wide, With Width 1_12 i-JJ6-h(1-2 mffl) and 4/4 ineh (6 ff+m) deep. Steneils shall be t+sed faf eable maAEef lettefing; tie hand lettefing shall be i4eEl _- :_, of- 108-3.5 Splicing. Connections of the type shown on the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: a. Cast splices.Not used. Ti....,,. shall be,...,a..b. t+si_1 ..-----I ,.___+ etE)fS fafja++ti g ..0oa.,eta-s „r....,.r:, tis „n,7 to fhe ,,atis f etia... of the DUD b. Field-attached plug-in splices. These shall be assembled per the manufacturer's instructions. These splices shall be made by plugging directly into mating connectors. The joint 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- 1/2 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(3) On connector kits equipped with water seal flap;roll-over water seal flap to sealing position on mating connector. c. Factory-molded plug-in splices. These shall be made by plugging directly into mating connectors. The joint 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 1-1/2 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(3) On connector kits so equipped with water seal flap; roll-over water seal flap to sealing position on mating connector. Taped or heat-shrink splices.Not used. ^ tared spliee shall be made in the folio r UNDERGROUND POWER CABLE FOR AIRPORTS L-108-8 3235 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual e. Assembly. Surfaces of equipment or conductors being terminated or connected shall be prepared in accordance with industry standard practice and manufacturer's recommendations. All surfaces to be connected shall be thoroughly cleaned to remove all dirt, grease, oxides, nonconductive films, or other foreign material. Paints and other nonconductive coatings shall be removed to expose base metal. Clean all surfaces at least 1/4 inch(6.4 mm)beyond all sides of the larger bonded area on all mating surfaces. Use a joint compound suitable for the materials used in the connection. Repair painted/coated surface to original condition after completing the connection. 108-3.6 Bare counterpoise wire or FAA Guard Wire installation for lightning protection and grounding.If shown on the plans or included in the job specifications,bare copper counterpoise wire or FAA Guard Wire shall be 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. a. Equipotential.— The counterpoise size is as shown on the plans. The equipotential method is applicable to all airfield lighting systems; i.e. runway,taxiway, apron—touchdown zone, centerline, edge, threshold and approach lighting systems. The equipotential method is also successfully applied to provide lightning protection for power, signal and communication systems. The light bases, counterpoise, etc—all components -are bonded together and bonded to the vault power system ground loop/electrode. Counterpoise wire shall be installed in the same trench for the entire length of buried cable, conduits and duct banks that are installed to contain airfield cables. The counterpoise is centered over the cable/conduit/duct to be protected. The counterpoise conductor shall be installed no less than 8 inches minimum or 12 inches maximum above the raceway or cable to be protected, except as permitted below: UNDERGROUND POWER CABLE FOR AIRPORTS L-108-9 3236 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual (1) The minimum counterpoise conductor height above the raceway or cable to be protected shall be permitted to be adjusted subject to coordination with the airfield lighting and pavement designs. (2) The counterpoise conductor height above the protected raceway(s) or cable(s) shall be calculated to ensure that the raceway or cable is within a 45-degree area of protection, (45 degrees on each side of vertical creating a 90 degree angle). The counterpoise conductor shall be bonded to each metallic light base,mounting stake, and metallic airfield lighting component. All metallic airfield lighting components in the field circuit on the output side of the constant current regulator(CCR) or other power source shall be bonded to the airfield lighting counterpoise system. All components rise and fall at the same potential; with no potential difference,no damaging arcing and no damaging current flow. See AC 150/5340-30, Design and Installation Details for Airport Visual Aids and NFPA 780, Standard for the Installation of Lightning Protection Systems, Chapter 11, for a detailed description of the Equipotential Method of lightning protection. Reference FAA STD-019F, Lightning and Surge Protection, Grounding Bonding and Shielding Requirements for Facilities and Electronic Equipment,Part 4.1.1.7. b. Isolation—Not used. c. Common Installation requirements. Grounding electrodes may be rods, ground dissipation plates, radials, or other electrodes listed in the NFPA 70 (NEC) or NFPA 780. Where raceway is installed by the directional bore,jack and bore, or other drilling method,the counterpoise conductor shall be permitted to be installed concurrently with the directional bore,jack and bore, or other drilling method raceway, external to the raceway or sleeve. The counterpoise wire shall also be exothermically welded to ground rods installed as shown on the plans but not more than 500 feet apart around the entire circuit. The counterpoise system shall be continuous and terminate at the transformer vault or at the power source. It shall be securely attached to the vault or equipment external ground ring or other made electrode-grounding system. The connections shall be made as shown on the plans and in the specifications. The FAA Guard wire shall also he exothermically welded to ground rods installed as shown on the plans but not more than 90 feet(27 m) apart around the entire circuit. The Guard Wire system shall be continuous and terminate at the existing EES or Guard Wire installation. The ground rod placement shall vary 90 feet+/- 10% to avoid resonance. The ground rods shall be placed on alternate sides of the trench and shall be located 6'-0"from the ducthank at each location. The connections shall be made as shown on the plans and in the specifications. UNDERGROUND POWER CABLE FOR AIRPORTS L-108-10 3237 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Where an existing airfield lighting system is being extended or modified, the new counterpoise conductors shall be interconnected to existing counterpoise conductors at each intersection of the new and existing airfield lighting counterpoise systems. d. Parallel Voltage Systems. Provide grounding and bonding in accordance with NFPA 70,National Electrical Code. 108-3.7 Counterpoise installation above multiple conduits and duct banks. Counterpoise or FAA Guard wires shall be installed above multiple conduits/duct banks for airfield lighting cables or FAA systems,with the intent being to provide a complete area of protection over the airfield lighting cables. When multiple conduits and/or duct banks for airfield cable are installed in the same trench,the number and location of counterpoise wires above the conduits shall be adequate to provide a complete area of protection measured 45 degrees each side of vertical. Where duct banks pass under pavement to be constructed in the project, the counterpoise shall be placed above the duct bank. Reference details on the construction plans. 108-3.8 Counterpoise or FAA Guard Wire installation at existing duct banks. When airfield lighting cables are indicated on the plans to be routed through existing duct banks,the new counterpoise or FAA Guard Wire wiring shall be terminated at ground rods at each end of the existing duct bank where the cables being protected enter and exit the duct bank. The new counterpoise or FAA Guard Wire conductor shall be bonded to the existing seise system. 108-3.9 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 make these connections. Contractor shall demonstrate to the satisfaction of the RPR, the welding kits,materials and procedures to be used for welded connections prior to any installations in the field. The installations shall comply with the manufacturer's recommendations and the following: a. All slag shall be removed from welds. b. Using an exothermic weld to bond the counterpoise to a lug on a galvanized light base is not recommended unless the base has been specially modified. Consult the manufacturer's installation directions for proper methods of bonding copper wire to the light base. See AC 150/5340-30 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 mm of 3M" Scotchkote"', or approved equivalent, or coated with coal tar Bitumastic®material to prevent surface exposure to corrosive soil or moisture. 108-3.10 Testing. The Contractor shall furnish all necessary equipment and appliances for testing the airport electrical systems and underground cable circuits before and after installation. The Contractor shall perform all tests in the presence of the RPR. The Contractor shall demonstrate the electrical characteristics to the satisfaction of the RPR. All costs for testing are incidental to the respective item being tested. For phased projects, the tests must be completed by phase. The Contractor must maintain the test results throughout the entire project as well as during the warranty period that meet the following: UNDERGROUND POWER CABLE FOR AIRPORTS L-108-1 1 3238 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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. b. Should the counterpoise or ground grid conductors be damaged or suspected of being damaged by construction activities the Contractor shall test the conductors for continuity with a low resistance ohmmeter. The conductors shall be isolated such that no parallel path exists and tested for continuity. The 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 RPR the following: c. That all affected lighting power and control circuits(existing and new) are continuous and free from short circuits. d. That all affected circuits (existing and new) are free from unspecified grounds. e. That the insulation resistance to ground of all new non-grounded high voltage series circuits or cable segments is not less than 500 megohms. 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. g. That all affected circuits (existing and new) are properly connected per applicable wiring diagrams. h. That all affected circuits (existing and new) are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. 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 be used,as described by American National Standards Institute/Institute of Electrical and Electronic Engineers (ANSI/IEEE) Standard 81, to verify this requirement.As an alternate, clamp-on style ground impedance test meters may be used to satisfy the impedance testing requirement. Test equipment and its calibration sheets shall be submitted for review and approval by the RPR prior to performing the testing. Two copies of tabulated results of all cable tests performed shall be supplied by the Contractor to the RPR. Where connecting new cable to existing cable, insulation resistance tests shall be performed on the new cable prior to connection to the existing circuit. There are no approved"repair"procedures for items that have failed testing other than complete replacement. UNDERGROUND POWER CABLE FOR AIRPORTS L-108-12 3239 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual METHOD OF MEASUREMENT 108-4.1 Cable or counterpoise wire installed in trench, duct bank or conduit shall be measured by the number of linear feet installed, including cable tags,L-823 connectors, racking, testing,grounding connectors ready for operation, and accepted as satisfactory. Separate measurement shall he 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 Contractor's unit price.No separate measurement or payment will be made for cable or counterpoise slack. 108-4.2 Ground rods shall be paid per each unit installed complete including exothermic weld. Each 10 foot section of ground rod shall be paid separately. BASIS OF PAYMENT 108-5.1 Payment will be made at the contract unit price for bare counterpoise wire installed in trench (direct-buried), or cable and equipment ground installed in duct bank or conduit, in place by the Contractor and accepted by the Resident Engineer. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals, including ground connectors and trench marking tape,necessary to complete this item. 108-5.2 Payment will be made at the contract unit price for each ground rod installed. This price shall be full compensation for all labor, equipment,tools, supplies, and incidentals necessary to complete the work. Payment will be made under: Item L-108-1 No. 8 AWG, SkV,L-824, Type C Cable,Installed in Duct Bank or Conduit-per linear foot Item L-108-2 No. 2 AWG, Solid,Bare Copper Counterpoise Wire,Installed Above the Duct Bank or Conduit,Including Connections/Terminations-per linear foot Item L-108-3 No. 1/0 AWG,Bare Copper Guard Wire,Installed Above the Duct Bank or Conduit,Including Connections/Terminations-per linear foot Item L-108-4 3/4"Dia.x 10'Long Copper Clad Ground Rod—per each Item L-108-5 Ream Existing Duct Bank or Conduit —per linear foot 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. UNDERGROUND POWER CABLE FOR AIRPORTS L-108-13 3240 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Advisory Circulars (AC) AC 150/5340-26 Maintenance of Airport Visual Aid Facilities AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-53 Airport Lighting Equipment Certification Program Commercial Item Description A-A-59544A Cable and Wire, Electrical(Power, Fixed Installation) A-A-55809 Insulation Tape, Electrical,Pressure-Sensitive Adhesive,Plastic ASTM International(ASTM) ASTM 133 Standard Specification for Soft or Annealed Copper Wire ASTM 138 Standard Specification for Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft ASTM 1333 Standard Specification for Tin-Coated Soft or Annealed Copper Wire for Electrical Purposes ASTM D4388 Standard Specification for Nonmetallic Semi-Conducting and Electrically Insulating Rubber Tapes Mil Spec MIL-PRF-23586F Performance Specification: Sealing Compound(with Accelerator), Silicone Rubber,Electrical MIL-I-24391 Insulation Tape, Electrical,Plastic, Pressure Sensitive National Fire Protection Association(NFPA) NFPA-70 National Electrical Code(NEC) NFPA-780 Standard for the Installation of Lightning Protection Systems American National Standards 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 UNDERGROUND POWER CABLE FOR AIRPORTS L-108-14 3241 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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-108 UNDERGROUND POWER CABLE FOR AIRPORTS L-108-15 3242 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual THIS PAGE INTENTIONALLY LEFT BLANK UNDERGROUND POWER CABLE FOR AIRPORTS L-108-16 3243 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item L-109 Airport Transformer Vault and Vault Equipment DESCRIPTION 109-1.1 This item shall consist of removing an existing airport transformer vault and equipment and; constructing an airport transformer vault or a prefabricated metal housing per these specifications and per the design and dimensions shown in the plans. This work shall also include the installation of conduits in the floor and foundation,painting and lighting of the vault or metal housing, and the furnishing of all incidentals that are necessary to produce a completed unit. Included as a separate part under this item or as a separate item where an existing vault is to be used shall be the furnishing of all vault equipment, wiring, electrical buses, cable, conduit,potheads, and grounding systems. This work shall also include the painting of equipment and conduit; the marking and labeling of equipment and the labeling or tagging of wires; the testing of the installation; and the furnishing of all incidentals necessary to place it in operating condition as a completed unit to the satisfaction of the RPR. EQUIPMENT AND MATERIALS 109-2.1 General. a. Airport lighting equipment and materials covered by advisory circulars(AC) shall be certified in AC 150/5345-53,Airport Lighting Equipment Certification Program(ALECP) and listed in the ALECP Addendum. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the RPR. c. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications. Materials supplied and/or installed that do not comply with these specifications shall be removed(when directed by the 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 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 in a clear,precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete any non-pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in the project that may accrue directly or indirectly from late submissions or resubmissions of submittals. e. The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with the plans and specifications. The Contractor's submittals shall be provided in electronic 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 codes, specified in this document. AIRPORT TRANSFORMER VAULT AND VAULT EQUIPMENT L-109-1 3244 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual f. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve(12) months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion,with no additional cost to the Owner. CONSTRUCTION OF VAULT AND PREFABRICATED METAL HOUSING 109-3.1 Electrical vault building.Not Used. The eleetfieffl�Va-ultbiiildilig ffpdst eemply with NEC; n ft ele iT StJtaff��e ffiinifaum T T 75-2 T e e A 109-3.2 Concrete. Not Used. 109-3.3 Precast concrete structures. Not Used. P feeast ete st...,ePdfes Shall be F,..-.ishea by a p 109-3.4 Reinforcing steel.Not Used.. 109-3.5 Brick.Not Used. . 109-3.6 Rigid steel conduit. Rigid steel conduit and fittings shall be per Underwriters Laboratories Standards 6 and 514B. 109-3.7 Plastic Conduit and fittings. Plastic Conduit and fittings shall conform to the requirements of UL-651 and UL-654 schedule 40 polyvinyl chloride (PVC) suitable for use above or below ground. 109-3.8 Lighting. Vault or metal-housing light fixtures shall be of a vapor-proof type. 109-3.9 Outlets.Not Used. 109-3.10 Switches.Not Used. . 109-3.11 Paint.Not Used. a.Pfiffling paint faf non gaWaiiized ffietal suff4ees shall be a high salids alkyd pfiffief eempatible b.A"ite paint faf body and fitiis4i eaa�s ati ffietrd and wood soffftees shall be feady ffli*ed pa44 eqiiivalefl4. Walls aiid eeifing shall be light gfay rffid the fleof shall be fneditiffi gfffy. e The_ _ -- ___ n _- be hot asphalt fflatefial i - ---- ,-—2---. --- -.__ ____ _____ -g i_ AIRPORT TRANSFORMER VAULT AND VAULT EQUIPMENT L-109-2 3245 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 109-3.12 Ground bus.Not Used. 1ffr- 109-3.13 Square duct. Duct shall be square similar to that manufactured by the Square D Company(or equivalent), or the Trumbull Electric Manufacturing Company(or equivalent). The entire front of the duct on each section shall consist of hinged or removable cover for ready access to the interior. The cross- section of the duct shall be not less than 4 x 4 inch except where otherwise shown in the plans. 109-3.14 Ground rods.Not Used. &etuid f ads shah oeirraesefdaiieewith Reffi h 108. 109-3.15 Vault prefabricated metal housing.Not Used. 109-3.16 FAA-approved equipment. Certain items of airport lighting equipment installed in vaults are covered by individual ACs listed below: AC 150/5345-3 Specification for L-821, Panels for Remote Control of Airport Lighting AC 150/5345-5 Circuit Selector Switch AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-10 Specification for Constant Current Regulators and Regulator Monitors AC 150/5345-13 Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits. AC 150/5345-49 Specification for L-854,Radio Control Equipment AC 150/5345-56 Specification for L-890 Airport Lighting Control and Monitoring System (ALCMS) 109-3.17 Other electrical equipment. Distribution transformers, oil switches, cutouts,relays, terminal blocks, transfer relays,circuit breakers, and all other regularly used commercial items of electrical equipment not covered by FAA equipment specifications and ACs shall conform to the applicable rulings and standards of the Institute of Electrical and Electronic Engineers(IEEE) or the National Electrical Manufacturers Association(NEMA). When specified,test reports from a testing laboratory indicating that the equipment meets the specifications shall be supplied. In all cases, equipment shall be new and a first- grade product. This equipment shall be supplied in the quantities required for the specific project and shall incorporate the electrical and mechanical characteristics specified in the proposal and plans. Equipment selected and installed by the Contractor shall maintain the interrupting current rating of the existing systems or specified rating whichever is greater. 109-3.18 Wire.Wire (in conduit)rated up to 5,000 volts shall be per AC 150/5345-7, Specification for L- 824 Underground Electrical Cables for Airport Lighting Circuits. For ratings up to 600 volts,moisture and heat resistant thermoplastic wire conforming to Commercial Item Description A-A-59544A Type AIRPORT TRANSFORMER VAULT AND VAULT EQUIPMENT L-109-3 3246 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual THWN-2 shall be used. The wires shall be of the type, size,number of conductors, and voltage shown in the plans or in the proposal. a. Control circuits.Unless otherwise indicated on the plans,wire shall be not less than No. 12 American wire gauge(AWG) and shall be insulated for 600 volts. If telephone control cable is specified,No. 19 AWG telephone cable per ANSI/Insulated Cable Engineers Association(ICEA) S- 85-625 specifications shall be used. b. Power circuits. (1) 600 volts maximum—Wire shall be No. 6 AWG or larger and insulated for at least 600 volts. (2) 3,000 volts maximum—Wire shall be No. 6 AWG or larger and insulated for at least 3,000 volts. (3) Over 3,000 volts-Wire shall be No. 6 AWG or larger and insulated for at least the circuit voltage. 109-3.19 Short circuit/coordination/device evaluation/are flash analysis. Not Used. T-4e CONSTRUCTION METHODS CONSTRUCTION OF VAULT AND PREFABRICATED METAL HOUSING 109-4.1 General.Not Used. distanee of 10 feet(3 m) on all sides. The slope shall be not les!i �han 1,12 ineh pef feet(12 tnm pef 0.3 m) AIRPORT TRANSFORMER VAULT AND VAULT EQUIPMENT L-109-4 3247 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 109-4.2 Foundation and walls.Not Used. wheti the fefffis afe femeNzed the ends ef gie ties shall be at least eiie iiieh(25 mm)befieffth the eeiiefet_& , Fiii!es rffid shapes rffid shall emifefffi to AST-N4 G90 aiid shall iiielude the elasiifes,jaffibs, aiid athef shapes AIRPORT TRANSFORMER VAULT AND VAULT EQUIPMENT L-109-5 3248 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual • 109-4.3 Roof.Not used. ___ -__- shall be feinfefeed eeoefete _._ ___ ..__-the plaos. Reitifafeitig steel veids. The !i"ee shall have a!iteel tfeweled fitiish and shall be slaped as shown in the dfa7wifig. 109-4.4 Floor.Not used. tifiless a gfeatef depth is speeified in the invitatien fef b4i. This afea shall be baekfilled with ffiatefials the fill pfief to plaeiiig emiefete. The floof siif�ees shall have a steel troweled fiiiish. The fleaf shall be dewfiwaf d tewafd the dfain. A 1,14 ineh (6 mm) asphalt felt e*pansien j eint shall be plaeed between f4eef veils. 109-4.5 Floor drain.Not used. diaffietef. 109-4.6 Conduits in floor and foundation. Conduits shall be installed in the floor and through the foundation walls per the details shown in the plans. All underground conduit shall be painted with an asphalt compound. Conduit shall be installed with a coupling or metal conduit adapter flush with the top of the floor. All incoming conduit shall be closed with a pipe plug to prevent the entrance of foreign material during construction. Space conduit entrances shall be left closed. 109-4.7 Doors.Not used. 109-4.8 Painting.Not used. , AIRPORT TRANSFORMER VAULT AND VAULT EQUIPMENT L-109-6 3249 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual shall be bfttshed elean of all et=ystals and thefetighly washed wi44 eleaf watef. Paint f6f walls and eeiling paint. The seeeod eeat shrd!be applied w4hatit�hinning. All doefs, lintels, and windows shAl be eleaned to Femeve a"fidst of fefeign matefial and shall be given ene body and effe finish eeat of white paint. ems. 109-4.9 Lights and switches.Not used. The Ga fA.-,..to f shall f;,....is aii iiist.nffiiiiiffitHn ,. -two atitlets shall be iiistalled. INSTALLATION OF EQUIPMENT IN VAULT OR PREFABRICATED METAL HOUSING 109-5.1 General. The Contractor shall furnish, install, and connect all equipment, equipment accessories, conduit, cables,wires,buses, grounds, and support necessary to ensure a complete and operable electrical distribution center for the airport lighting system as specified herein and shown in the plans. When specified, an emergency power supply and transfer switch shall be provided and installed. The equipment installation and mounting shall comply with the requirements of the National Electrical Code and local code agency having jurisdiction. All electrical work shall comply with the NEC and local code agency having jurisdiction including the separation of under 600V work from 5,000V work." 109-5.2 Power supply equipment. Transformers,regulators,booster transformers, and other power supply equipment items shall be furnished and installed at the location shown in the plans or as directed by the RPR. The power supply equipment shall be set on steel"H" sections, "I"beams, channels, or concrete blocks to provide a minimum space of 1-1/2 inch between the equipment and the floor. The equipment shall be placed so as not to obstruct the oil-sampling plugs of the oil-filled units; and name- plates shall, so far as possible, not be obscured. If specified in the plans and specifications, equipment for an alternate power source or an emergency power generator shall be furnished and installed. The alternate power supply installation shall include all equipment, accessories, an automatic changeover switch, and all necessary wiring and connections. The emergency power generator set shall be the size and type specified. 109-5.3 Switchgear and panels. Oil switches, fused cutouts,relays,transfer switches,panels, panel boards, and other similar items shall be furnished and installed at the location shown in the plans or as directed by the RPR.Wall or ceiling mounted items shall be attached to the wall or ceiling with galvanized bolts of not less than 3/8-inch diameter engaging metal expansion shields or anchors in masonry or concrete vaults. 109-5.4 Duct and conduit. The Contractor shall furnish and install square-type exposed metallic ducts with hinged covers for the control circuits in the vault. These shall be mounted along the walls behind all floor-mounted equipment and immediately below all wall-mounted equipment. The hinged covers shall be placed to open from the front side with the hinges at the front bottom. AIRPORT TRANSFORMER VAULT AND VAULT EQUIPMENT L-109-7 3250 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Wall brackets for square ducts shall be installed at all joints 2 feet(60 cm) or more apart with intermediate brackets as specified. Conduit shall be used between square ducts and equipment or between different items of equipment when the equipment is designed for conduit connection. When the equipment is not designed for conduit connection, conductors shall enter the square-type control duct through insulating bushings in the duct or on the conduit risers. 109-5.5 Wiring and connections. The Contractor shall make all necessary electrical connections in the vault per the wiring diagrams furnished and as directed by the RPR. In wiring to the terminal blocks, the Contractor shall leave sufficient extra length on each control lead to make future changes in connections at the terminal block. This shall be accomplished by running each control lead the longest way around the box to the proper terminal. Leads shall be neatly laced in place. 109-5.6 Marking and labeling. All equipment, control wires, terminal blocks, etc., shall be tagged, marked, or labeled as specified below: a. Wire identification. The Contractor shall furnish and install self-sticking wire labels or identifying tags on all control wires at the point where they connect to the control equipment or to the terminal blocks. Wire labels,if used, shall be of the self-sticking preprinted type and of the manufacturer's recommended size for the wire involved. Identification-markings designated in the plans shall be followed. Tags, if used, shall be of fiber not less than 3/4 inch in diameter and not less than 1/32 inch thick. Identification markings designated in the plans shall be stamped on tags by means of small tool dies. Each tag shall be securely tied to the proper wire by a nonmetallic cord. b. Labels. The Contractor shall stencil identifying labels on the cases of regulators,breakers, and distribution and control relay cases with white oil paint as designated by the RPR. The letters and numerals shall be not less than one inch in height and shall be of proportionate width. The Contractor shall also mark the correct circuit designations per the wiring diagram on the terminal marking strips, which are a part of each terminal block. METHOD OF MEASUREMENT 109-6.1 The quantity of equipment to he paid for under this item shall consist of all equipment installed, connected and accepted as a complete unit ready for operation within an existing vault or prefabricated metal housing.Measurement shall include all conduit, cable and equipment attached to the vault building exterior and withing 5 feet of the building exterior. as well as repair of handhole attached to north side of vault building. Measurement shall include the demolition of all material within the vault structure, attached to the building exterior and located within 5 feet of the vault building. All cable and conduit installed outside of 5 feet of vault building will not be included for measurement but will be paid separately under other sections of these specifications. BASIS OF PAYMENT 109-7.1 Payment will be made at the contract lump sum price for each completed and accepted vault or prefabricated metal housing equipment installation. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. AIRPORT TRANSFORMER VAULT AND VAULT EQUIPMENT L-109-8 3251 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Payment will be made under: Item L-109-1 Airfield Lighting Vault Equipment Modifications-per lump sum 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. Advisory Circulars(AC) AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-3 Specification for L-821, Panels for Remote Control of Airport Lighting AC 150/5345-5 Circuit Selector Switch AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-10 Specification for Constant Current Regulators and Regulator Monitors AC 150/5345-13 Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits AC 150/5345-49 Specification L-854,Radio Control Equipment; AC 150/5345-53 Airport Lighting Equipment Certification Program American National Standards Institute/Insulated Cable Engineers Association(ANSI/ICEA) ANSI/ICEA 5-85-625 Standard for Telecommunications Cable Aircore, Polyolefin Insulated, Copper Conductor Technical Requirements ASTM International(ASTM) ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement ASTM C62 Standard Specification for Building Brick(Solid Masonry Units Made from Clay or Shale) ASTM C90 Standard Specification for Loadbearing Concrete Masonry Units ASTM D2823 Standard Specification for Asphalt Roof Coatings,Asbestos Containing ASTM D4479 Standard Specification for Asphalt Roof Coatings—Asbestos-Free AIRPORT TRANSFORMER VAULT AND VAULT EQUIPMENT L-109-9 3252 Florida Keys Marathon Tnternational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Commercial Item Description(CID) A-A 59544 Cable and Wire, Electrical(Power,Fixed Installation) Institute of Electrical and Electronic Engineers (IEEE) IEEE 1584 Guide for Performing Arc-Flash Hazard Calculations Master Painter's Institute(MPI) MPI Reference#9 Alkyd, Exterior, Gloss (MPI Gloss Level 6) Underwriters Laboratories (UL) UL Standard 6 Electrical Rigid Metal Conduit—Steel UL Standard 514B Conduit, Tubing, and Cable Fittings UL Standard 514C Nonmetallic Outlet Boxes,Flush-Device Boxes, and Covers UL Standard 651 Schedule 40, 80, Type EB and A Rigid PVC Conduit and Fittings UL Standard 651A Type EB and A Rigid PVC Conduit and HDPE Conduit National Fire Protection Association(NFPA) NFPA-70 National Electrical Code(NEC) NFPA-70E Standard for Electrical Safety in the Workplace NFPA-780 Standard for the Installation of Lightning Protection Systems END OF ITEM L-109 AIRPORT TRANSFORMER VAULT AND VAULT EQUIPMENT L-109-10 3253 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item L-110 Airport Underground Electrical Duct Banks and Conduits DESCRIPTION 110-1.1 This item shall consist of underground electrical conduits and duct banks(single or multiple conduits encased in concrete or buried in sand) installed per this specification at the locations and per the dimensions, designs, and details shown on the plans. This item shall include furnishing and installing of all underground electrical duct banks and individual and multiple underground conduits and removal of existing duct banks. It shall also include all turfing trenching,backfilling,removal, and restoration of any paved or turfed areas; concrete encasement,mandrelling,pulling lines, duct markers,plugging of conduits, and the testing of the installation as a completed system ready for installation of cables per the plans and specifications. This item shall also include furnishing and installing conduits and all incidentals for providing positive drainage of the system. Verification of existing ducts is incidental to the pay items provided in this specification. EQUIPMENT AND MATERIALS 110-2.1 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 by 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 and replaced with materials,that comply with these specifications, at the Contractor's cost. c. All materials and equipment used to construct this item shall be submitted to the 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 in a clear,precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete non-pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles(highlighting is not acceptable). The Contractor is solely responsible for delays in project that accrue directly or indirectly from late submissions or resubmissions of submittals. d. The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with the plans and specifications. The Contractor's submittals shall 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 codes specified in this document. e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve(12) months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion,with no additional cost to the Owner. AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS L-1 10-1 3254 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 110-2.2 Steel conduit. Rigid galvanized steel(RGS) conduit and fittings shall be hot dipped galvanized inside and out and conform to the requirements of Underwriters Laboratories Standards 6, 51413, and 1242. All RGS conduits or RGS elbows installed below grade, in concrete,permanently wet locations or other similar environments shall be painted with a 10-mil thick coat of asphaltum sealer or shall have a factory-bonded polyvinyl chloride(PVC) cover. Any exposed galvanizing or steel shall be coated with 10 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." 110-2.3 Plastic conduit. Plastic conduit and fittings-shall conform to the following requirements: • UL 514B covers W-C-1094-Conduit fittings all types, classes 1 thru 3 and 6 thru 10. • UL 514C covers W-C-1094-all types, Class 5 junction box and cover in plastic (PVC). • UL 651 covers W-C-1094-Rigid PVC Conduit,types I and II, Class 4. • UL 651A covers W-C-1094-Rigid PVC Conduit and high-density polyethylene(HDPE) Conduit type III and Class 4. Underwriters Laboratories Standards UL-651 and Article 352 of the current National Electrical Code shall be one of the following, as shown on the plans: 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. 110-2.4 Split conduit. Split conduit shall be pre-manufactured for the intended purpose and shall be made of steel or plastic. 110-2.5 Conduit spacers. Conduit spacers shall be prefabricated interlocking units manufactured for the intended purpose. They shall be of double wall construction made of high grade,high density polyethylene complete with interlocking cap and base pads. They shall be designed to accept No. 4 reinforcing bars installed vertically. 110-2.6 Concrete. Concrete shall be proportioned,placed, and cured per Item P-610, Concrete for Miscellaneous Structures. AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS L-1 10-2 3255 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 110-2.7 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 party certification program. Precast concrete structures shall conform to ASTM C478. 110-2.8 Flowable backlill. Not used. �'�-�'-'���+ , , , to baek fill, rduit aii duet batik t fei ,.hes shall esnfofffi to the:egttifemeats of 4effi '53, Goof failed Law St fe ffg� M to fi,, 110-2.9 Detectable warning tape. Plastic, detectable,American Public Works Association(APWA)red (electrical power lines, 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 3-6 inches wide. Detectable tape is incidental to the respective bid item. CONSTRUCTION METHODS 110-3.1 General. The Contractor shall install underground duct banks and conduits at the approximate locations indicated on the plans. The 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 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 shown otherwise on the plans, grades shall be at least 3 inches per 100 feet. On runs where it is not practicable to maintain the grade all one way,the duct bank and conduit lines shall be graded from the center in both directions toward access points or conduit ends,with a drain into the storm drainage system. Pockets or traps where moisture may accumulate shall be avoided. Under pavement, the top of the duct bank shall not be less than 18 inches (0.5 m)below the subgrade; in other locations, the top of the duct bank or underground conduit shall be not less than 18 inches below finished grade. The Contractor shall mandrel each individual conduit whether the conduit is direct-buried or part of a duct bank. An iron-shod mandrel,not more than 1/4 inch smaller than the bore of the conduit shall be pulled or pushed through each conduit. The mandrel shall have a leather or rubber gasket slightly larger than the conduit hole. The Contractor shall swab out all conduits/ducts and clean base can,manhole,pull boxes, etc., interiors immediately prior to pulling cable. Once cleaned and swabbed the light bases,manholes,pull boxes, etc., and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts,base cans,manholes, etc.,is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor's expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the 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 200-pound(90 kg)test polypropylene pull rope. The ends shall be secured and sufficient length shall be left in access points to prevent it from slipping back into the conduit. Where spare conduits are installed, as indicated on the plans,the open ends shall be plugged with removable tapered plugs, designed for this purpose. AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS L-1 10-3 3256 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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. Unless otherwise shown on the plans, concrete encased duct banks shall be used when crossing under pavements expected to carry aircraft loads, such as runways, taxiways, taxilanes,ramps and aprons. When under paved shoulders and other paved areas, conduit and duct banks shall be encased using Fowable fill for protection. All conduits within concrete encasement of the duct banks shall terminate with female ends for ease in current and future use. Install factory plugs in all unused ends. Do not cover the ends or plugs with concrete. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for conduits and duct banks may be excavated manually or with mechanical trenching equipment unless in pavement, in which case they shall be excavated with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of graders shall not be used to excavate the trench. When rock is encountered,the rock shall be removed to a depth of at least 3 inches 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 sieve. Flowable backfill 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 twist to set the joint tightly. Where more than one conduit is placed in a single trench, or in duct banks,joints in the conduit shall be staggered a minimum of 2 feet(60 cm). Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be accomplished using manufactured sweep bends. Whether or not specifically indicated on the drawings,where the soil encountered at established duct bank grade is an unsuitable material, as determined by the 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. Dewatering necessary for duct installation, and erosion per federal, state, and local requirements is incidental to Item L-110. AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS L-1 10-4 3257 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Unless otherwise specified, excavated materials that are deemed by the RPR to be unsuitable for use in backfill or embankments shall be removed and disposed of offsite. Any excess excavation shall be filled with suitable material approved by the RPR and compacted per Item P-152. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables) cross proposed installations, the Contractor shall ensure that these cables are adequately protected. Where crossings are unavoidable,no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur-shall proceed as follows: a. Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred b. Trenching, etc., in cable areas shall then proceed with approval of the 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. 110-3.2 Duct banks. Unless otherwise shown in the plans, duct banks shall be installed so that the top of the concrete envelope is not less than 18 inches below the bottom of the base or stabilized base course layers where installed under runways,taxiways, aprons, or other paved areas, and not less than 18 inches below finished grade where installed in unpaved areas. Unless otherwise shown on the plans, duct banks under paved areas shall extend at least 3 feet(1 m) beyond the edges of the pavement or 3 feet(1 m)beyond any under drains that may be installed alongside the paved area. Trenches for duct banks shall be opened the complete length before concrete is placed so that if any obstructions are encountered,provisions can be made to avoid them. Unless otherwise shown on the plans, all duct banks shall be placed on a layer of concrete not less than 3 inches thick prior to its initial set. The Contractor shall space the conduits not less than 3 inches 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 thick unless otherwise shown on the plans.All conduits shall terminate with female ends for ease of access in current and future use. Install factory plugs in all unused ends. Do not cover the ends or plugs with concrete. Conduits forming the duct bank shall be installed using conduit spacers.No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches to anchor the assembly into the earth prior to placing the concrete encasement. For this purpose,the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5-foot 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. When specified,the Contractor shall reinforce the bottom side and top of encasements with steel reinforcing mesh or fabric or other approved metal reinforcement. When directed,the Contractor shall supply additional supports where the ground is soft and boggy,where ducts cross under roadways, or ATRPORT UNDERGROUND ELECTRTCAL DUCT BANKS AND CONDUITS L-1 10-5 3258 Florida Keys Marathon Tnternational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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 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 wide tape, 8 inches minimum below grade above all underground conduit or duct lines not installed under pavement. Utilize the 3-inch wide tape only for single conduit runs. Utilize the 6-inch wide tape for multiple conduits and duct banks. For duct banks equal to or greater than 24 inches in width,utilize more than one tape for sufficient coverage and identification of the duct bank as required. When existing cables are to be placed in split duct, encased in concrete, the cable shall be carefully located and exposed by hand tools. Prior to being placed in duct, the RPR 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 Conduits without concrete encasement. Trenches for single-conduit lines shall be not less than 6 inches nor more than 12 inches wide. The trench for 2 or more conduits installed at the same level shall be proportionately wider. Trench bottoms for conduits without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the conduit along its entire length. Unless otherwise shown on the plans, a layer of fine earth material, at least 4 inches 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 sieve. The bedding material shall be tamped until firm. Flowable backfill may alternatively be used. Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits within the Airport's secured area where trespassing is prohibited are at least 18 inches 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 below the finished grade per National Electric Code (NEC), Table 300.5. When two or more individual conduits intended to carry conductors of equivalent voltage insulation rating are installed in the same trench without concrete encasement, they shall be spaced not less than 3 inches apart(measured from outside wall to outside wall) in a horizontal direction and not less than 6 inches apart in a vertical direction. Where two or more individual conduits intended to carry conductors of differing voltage insulation rating are installed in the same trench without concrete encasement, they shall be placed not less than 3 inches apart(measured from outside wall to outside wall) in a horizontal direction and lot less than 6 inches apart in a vertical direction. Trenches shall be opened the complete length between normal termination points before conduit is installed so that if any unforeseen obstructions are encountered,proper provisions can be made to avoid them. Conduits shall be installed using conduit spacers.No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6 inches 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 ATRPORT UNDERGROUND ELECTRTCAL DUCT BANKS AND CONDUITS L-1 10-6 3259 Florida Keys Marathon Tnternational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual at 5-foot 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. 110-3.4 Markers. The location of each end and of each change of direction of conduits and duct banks shall be marked by a concrete slab marker 2 feet square and 4-6 inches thick extending approximately one inch above the surface. The markers shall also be located directly above the ends of all conduits or duct banks, except where they terminate in a junction/access structure or building. Each cable or duct run from a line of lights and signs to the equipment vault must be marked at approximately every 200 feet along the cable or duct run,with an additional marker at each change of direction of cable or duct run. The Contractor shall impress the word"DUCT" or"CONDUIT" on each marker slab. Impression of letters shall be done in a manner, approved by the 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 high and 3 inches wide with width of stroke 1/2 inch and 1/4 inch deep or as large as the available space permits. Furnishing and installation of duct markers is incidental to the respective duct pay item. 110-3.5 Backfilling for conduits. For conduits, 8 inches of sand, soft earth, or other fine fill(loose measurement) shall be placed around the conduits ducts and carefully tamped around and over them with hand tampers. The remaining trench shall then be backfilled and compacted per Item P-152 except that material used for back fill shall be select material not larger than 4 inches in diameter. Flowable backfill may alternatively be used. Trenches shall not contain pools of water during back filling operations. The trench shall be completely backfilled and tamped level with the adjacent surface; except that,where sod is to be placed over the trench,the backfilling shall be stopped at a depth equal to the thickness of the sod to be used,with proper allowance for settlement. Any excess excavated material shall be removed and disposed of per instructions issued by the RPR. 110-3.6 Backfilling for duct banks. After the concrete has cured, the remaining trench shall be backfilled and compacted per Item P-152 "Excavation and Embankment"except that the material used for backfill shall be select material not larger than 4 inches in diameter. In addition to the requirements of Item P-152,where duct banks are installed under pavement, one moisture/density test per lift shall be made for each 250 linear feet of duct bank or one work period's construction,whichever is less. Flowable backfill may alternatively be used. Trenches shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface; except that,where sod is to be placed over the trench,the backfilling shall be stopped at a depth equal to the thickness of the sod to be used,with proper allowance for settlement. Any excess excavated material shall be removed and disposed of per instructions issued by the RPR. ATRPORT UNDERGROUND ELECTRTCAL DUCT BANKS AND CONDUTTS L-1 10-7 3260 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 110-3.7 Restoration. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the work shall be restored to its original condition. The restoration shall include topsoiling and seeding shown on the plans. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. All restoration shall be considered incidental to the respective L-110 pay item. Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly visually inspect the area for 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. See Specification Section L-105. 110-3.10 Cored Holes. Cored holes in existing handholes or junctions structures will be required when connecting new conduit or ductbank into existing structures. METHOD OF MEASUREMENT 110-4.1 Underground conduits and duct banks shall be measured by the linear feet of conduits and duct banks installed, including encasement, locator tape,trenching and backfill 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. 110-4.2 Cored holes in existing structures required for the installation of ducts and conduits will be measured separately for payment for each cored entry regardless of the number of conduits installed in that entry location BASIS OF PAYMENT 110-5.1 Payment will be made at the contract unit price per linear foot for each type and size of conduit and duct bank completed and accepted, including trench and backfill with the designated material, and, for drain lines, the termination at the drainage structure. This price shall be full compensation for removal and disposal of existing duct banks 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 provisions and intent of the plans and specifications. For duct bank installed in existing asphaltpavement thisprice shall include theprice of milling and overlaying within 5'centered on the duct bank alignment, sawcutting the existing pavement full depth, and the installation of the self adhesive stress absorbing membrane as shown on the plans. 110-5.2 The accepted quantity of cored holes 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 other structures as may be required to complete the item as shown on the plans and for all labor, equipment, tools and incidentals necessary to complete the work. Payment will be made under: Item L-110-1 1-Way,2" Concrete Encased Electrical Conduit-per linear foot AIRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUITS L-1 10-8 3261 Florida Keys Marathon Tnternational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item L-110-2 2-Way, 2" Concrete Encased Electrical Duct Bank-per linear foot Item L-110-3 4-Way,2" Concrete Encased Electrical Duct Bank-per linear foot Item L-110-4 4-Way,2" Concrete Encased Electrical Duct Bank, in Existing Pavement-per linear foot Item L-110-5 2-Way,4" Concrete Encased Electrical Duct Bank-per linear foot Item L-110-6 1-Way, 2"Non-Encased Electrical Conduit-per linear foot Item L-110-7 2-Way, 2"Non-Encased Electrical Duct Bank-per linear foot Item L-110-8 Cored Hole-per each 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. Advisory Circular(AC) AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-53 Airport Lighting Equipment Certification Program ASTM International(ASTM) ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement National Fire Protection Association(NFPA) NFPA-70 National Electrical Code(NEC) Underwriters Laboratories (UL) UL Standard 6 Electrical Rigid Metal Conduit- Steel UL Standard 514B Conduit, Tubing, and Cable Fittings UL Standard 514C Nonmetallic Outlet Boxes,Flush-Device Boxes, and Covers UL Standard 1242 Electrical Intermediate Metal Conduit Steel UL Standard 651 Schedule 40, 80, Type EB and A Rigid PVC Conduit and Fittings ATRPORT UNDERGROUND ELECTRICAL DUCT BANKS AND CONDUTTS L-1 10-9 3262 Florida Keys Marathon Tnternational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual UL Standard 651A Type EB and A Rigid PVC Conduit and HDPE Conduit END OF ITEM L-110 ATRPORT UNDERGROUND ELECTRTCAL DUCT BANKS AND CONDUTTS L-1 10-10 3263 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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 cans, etc.)installed per this specification, at the indicated locations and conforming to 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 all associated excavation, backfilling, sheeting and bracing, concrete,reinforcing steel, ladders, appurtenances, testing, dewatering and restoration of surfaces to the satisfaction of the RPR. EQUIPMENT AND MATERIALS 115-2.1 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 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 specifications shall be removed(when directed by the RPR)and replaced with materials that comply with these specifications at the Contractor's cost. c. All materials and equipment used to construct this item shall be submitted to the 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 in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete any non-pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in the project that may accrue directly or indirectly from late submissions or resubmissions of submittals. 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 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 codes, specified in this document. e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve(12) months from the date of final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. 115-2.2 Concrete structures. Concrete shall be proportioned,placed, and cured per Item P-610, Concrete for Miscellaneous Structures. Cast iii plaee emiefete stfidetttfes shall be as shewii aii the plaiis. ELECTRICAL MANHOLES AND JUNCTION STRUCTURES L-115-1 3264 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 115-2.3 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 shall have mortar or bitumastic sealer placed between all joints to make them watertight. The structure shall be designed to withstand 100,000 lh aircraft loads,unless otherwise shown on the plans. Openings or knockouts shall be provided in the structure as detailed on the plans. 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, design calculations, and other information requested by the RPR shall be submitted by the Contractor to allow for a full evaluation by the RPR. The RPR shall review per the process defined in the General Provisions. 115-2.4 Junction boxes. Junction boxes shall be L-867 Class 1 (non-load bearing) or L-868 Class 1 (load bearing) airport light bases that are encased in concrete. The light bases shall have a L-894 blank cover, gasket, and stainless steel hardware. All bolts, studs,nuts, lock washers, and other similar fasteners used for the light fixture assemblies must be fabricated from 316L(equivalent to EN 1.4404), 18-8, 410, or 416 stainless steel. If 18-8,410, or 416 stainless steel is utilized it shall be passivated and be free from any discoloration. Covers shall be 3/8-inch thickness for L-867 and 3/4-inch thickness for L-868. All junction boxes shall be provided with both internal and external ground lugs. 115-2.5 Mortar. The mortar shall be composed of one part of cement and two parts of mortar sand, by 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% of the weight of cement used. The hydrated lime shall meet the requirements of ASTM C206. Water shall be potable, reasonably clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. 115-2.6 Concrete.All concrete used in structures shall conform to the requirements of Item P-610, Concrete for Miscellaneous Structures. 115-2.7 Frames and covers. The cover shall he spring assisted as shown on the Contract Drawings. The frames shall conform to one of the following requirements: a. ASTM A48 Gray iron castings b. ASTM A47 Malleable iron castings c. ASTM A27 Steel castings d. ASTM A283, Grade D Structural steel for grates and frames e. ASTM A536 Ductile iron castings E ASTM A897 Austempered ductile iron castings All castings specified shall withstand a maximum tire pressure of 250 psi and maximum load of 100,000 lbs. ELECTRICAL MANHOLES AND JUNCTION STRUCTURES L-115-2 3265 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings specified. Each 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. All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A123. Each cover shall have the word"ELECTRIC"or other approved designation cast on it. Each frame and cover shall be as shown on the plans or approved equivalent.No cable notches are required. Each manhole shall be provided with a"DANGER--PERMIT-REQUIRED CONFINED SPACE, DO NOT ENTER"safety warning sign as detailed in the Contract Documents and in accordance with OSHA 1910.146 (c)(2). 115-2.8 Ladders.Not Used. ,,if 6peeified, shall be galizaniyed steel af as shown en the plaas-. 115-2.9 Reinforcing steel.All reinforcing steel shall be deformed bars of new billet steel meeting the requirements of ASTM A615, Grade 60. 115-2.10 Bedding/special backfill.Bedding or special backfill shall be as shown on the plans. 115-2.11 Flowable backfill.Not used. l 1,...,.ble fflaefi l used to>1.ek fi11 shall, rf..... to the «is of rr,.... D 153, Gent folle Low St fengl Matefial. 115-2.12 Cable trays. Cable trays shall be of plastic. Cable trays shall be located as shown on the plans. 115-2.13 Plastic conduit.Plastic conduit shall comply with Item L-110,Airport Underground Electrical Duct Banks and Conduits. 115-2.14 Conduit terminators. Conduit terminators shall be pre-manufactured for the specific purpose and sized as required or as shown on the plans. 115-2.15 Pulling-in irons. Pulling-in irons shall be manufactured with 7/8-inch diameter hot-dipped galvanized steel or stress-relieved carbon steel roping designed for concrete applications (7 strand, 1/2- inch diameter with an ultimate strength of 270,000 psi (1862 MPa)). Where stress-relieved carbon steel roping is used, a rustproof sleeve shall be installed at the hooking point and all exposed surfaces shall be encapsulated with a polyester coating to prevent corrosion. 115-2.16 Ground rods. Ground rods shall be one piece, copper clad steel. The ground rods shall be of the length and diameter specified on the plans,but in no case shall they be less than 8 feet long nor less than 518 inch in diameter. CONSTRUCTION METHODS 115-3.1 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 RPR without additional expense to the Owner. ELECTRICAL MANHOLES AND JUNCTION STRUCTURES L-115-3 3266 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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 RPR. 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. Dewatering necessary for structure installation and erosion per federal, state,and local requirements is incidental to Item L-115. Boulders, logs and all other objectionable material encountered in excavation shall be removed. All rock and other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped or serrated, as directed by the 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 final grade shall not be made 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 effected in a manner that will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. After each excavation is completed, the Contractor shall notify the RPR. Structures shall be placed after the RPR has approved the depth of the excavation and the suitability of the foundation material. Prior to installation the Contractor shall provide a minimum of 6 inches of sand or a material approved by the RPR as a suitable base to receive the structure. The base material shall be compacted and graded level and at proper elevation to receive the structure in proper relation to the conduit grade 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 as 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 be made watertight by use of sealant at each tongue-and-groove joint and at roof of manhole. Excess sealant shall be removed and severe surface projections on exterior of neck shall be removed. 115-3.4 Placement and treatment of castings, frames and fittings.All castings, frames and fittings shall be placed in the positions indicated on the Plans or as directed by the RPR and shall be set true to line 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 manufacturer. Erection equipment shall be suitable and safe for the workman. Errors in shop fabrication ELECTRICAL MANHOLES AND JUNCTION STRUCTURES L-115-4 3267 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual or deformation resulting from handling and transportation that prevent the proper 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 shall 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 into the concrete walls of the structure. 115-3.5 Installation of ladders.Not Used. Laddefs shall be installed stieh that they ffiffy be feffieved i 115-3.6 Removal of sheeting and bracing. In general, all sheeting and bracing used to support the sides of trenches or other open excavations shall be withdrawn as the trenches or other open excavations are 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 of material is placed above the top of the structure and before any bracing is removed. Voids left by the sheeting shall be carefully refilled with selected material and rammed tight with tools especially adapted for the purpose or otherwise as may be approved. The RPR may direct the Contractor to delay the removal of sheeting and bracing if, in his judgment, the installed work has not attained the necessary strength to permit placing of backfill. 115-3.7 Backfilling.After a structure has been completed, the area around it shall be backfilled in horizontal layers not to exceed 6 inches in thickness measured after compaction to the density requirements in Item P-152. 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 plans or as directed by the RPR. Backfill shall not be placed against any structure until approval is given by the RPR. In the case of concrete, such approval shall not be given until tests made by the laboratory under supervision of the RPR establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. Where required, the RPR may direct the Contractor to add, at his own expense, sufficient water during compaction to assure a complete consolidation of the backfill. 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 backfill. 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 bank reinforcement at the time the duct bank is installed. 115-3.9 Grounding.A ground rod shall be installed in the floor of all concrete structures so that the top of rod extends 6 inches above the floor. The ground rod shall be installed within one foot(30 cm) of a corner of the concrete structure. Ground rods shall be installed prior 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 shall drill a 4-inch diameter hole into the earth to receive the ground rod. The hole around the ELECTRICAL MANHOLES AND JUNCTION STRUCTURES L-115-5 3268 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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 bus of 4/0 bare stranded copper shall be exothermically bonded to the ground rod and loop the concrete structure walls. The ground bus shall be a minimum of one foot above the floor of the structure and separate from other cables. No. 2 American wire gauge(AWG)bare copper pigtails 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. Hardware connections may be mechanical,using a lug designed for that purpose. 115-3.10 Cleanup and repair.After erection of all galvanized items, damaged areas shall be repaired by applying a liquid cold-galvanizing compound per MIL-P-21035. Surfaces shall be prepared and compound applied per the manufacturer's recommendations. Prior to acceptance, the entire structure shall be cleaned of all dirt and 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 backfill compacted to match surrounding areas, and surfaces shall be repaired using materials comparable to original materials. Following restoration of all trenching near 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 part. After all work is completed, 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 conformance with the plans and this specification. Any indication of defects in materials or workmanship 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 shall be performed prior to establishing connections to other ground electrodes. 115-3.13 Manhole elevation adjustments.Not Used. ELECTRICAL MANHOLES AND JUNCTION STRUCTURES L-115-6 3269 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual afeas th4 afe not to be Paved. The e6flefete Slab shall eenfafffi to the diffiensioes shawff an the plans. 115-3.14 Duct extension 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 shall be standard manufactured connectors designed and approved for the purpose. The duct extensions shall be installed according to the concrete encased duct detail and as shown on the plans. METHOD OF MEASUREMENT 115-4.1 Electrical 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 dewatering:; sheeting and bracing; cable racks,grounding, all required backfilling with on-site materials;restoration of all surfaces and finished grading and turfing; all required connections. 115-4.2 Junction Can Plazas shall he 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 dewatering:; sheeting and bracing;junction cans,grounding,ground ring, conduit, all required backfilling with on- site materials;restoration of all surfaces and finished grading and turfing;all required connections. 115-4.3 Ground rods shall not be included for measurement with the structures but shall be paid separately in another section of these specifications. BASIS OF PAYMENT 115-5.1 The accepted quantity of 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 other structures as may be required to complete the item as shown on the plans and for all labor, equipment, tools and incidentals necessary to complete the structure. Payment will be made under: Item L-115-1 L-867D Base Can, with 318" Thick Blank Coverplate, in TurfAreas- Per Each Item L-115-2 4'x 4'x 4.Handhole,FAA Power and Control-Per Each Item L-115-3 Junction Can Plaza, 2-Can -Per Each ELECTRICAL MANHOLES AND JUNCTION STRUCTURES L-115-7 3270 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item L-115-4 Junction Can Plaza, 4-Can -Per Each 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. American National Standards Institute/Insulated Cable Engineers Association(ANSI/ICEA) ANSI/IEEE STD 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System Advisory Circular(AC) AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-42 Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and Accessories AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-53 Airport Lighting Equipment Certification Program Commercial Item Description (CID) A-A 59544 Cable and Wire, Electrical (Power, Fixed Installation) ASTM International(ASTM) ASTM A27 Standard Specification for Steel Castings, Carbon, for General Application ASTM A47 Standard Specification for Ferritic Malleable Iron Castings ASTM A48 Standard Specification for Gray Iron Castings ASTM A123 Standard Specification for Zinc (Hot Dip Galvanized)Coatings on Iron and Steel Products ASTM A283 Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates ASTM A536 Standard Specification for Ductile Iron Castings ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement ELECTRICAL MANHOLES AND JUNCTION STRUCTURES L-115-8 3271 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual ASTM A897 Standard Specification for Austempered Ductile Iron Castings ASTM C 144 Standard Specification for Aggregate for Masonry Mortar ASTM C150 Standard Specification for Portland Cement ASTM 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-70 National Electrical Code(NEC) END OF ITEM L-115 ELECTRICAL MANHOLES AND JUNCTION STRUCTURES L-115-9 3272 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual THIS PAGE INTENTIONALLY LEFT BLANK ELECTRICAL MANHOLES AND JUNCTION STRUCTURES L-115-10 3273 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item L-125 Installation of Airport Lighting Systems DESCRIPTION 125-1.1 This item shall consist of airport lighting systems furnished and installed in accordance with this specification, the referenced specifications, and the applicable advisory circulars (ACs). The systems 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 necessary to place the systems in operation as completed units to the satisfaction of the RPR. EQUIPMENT AND MATERIALS 125-2.1 General. a. Airport lighting equipment and materials covered by Federal Aviation Administration(FAA) specifications shall be certified under the Airport Lighting Equipment Certification Program in accordance with AC 150/5345-53, current version. FAA certified airfield lighting shall 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 all costs to correct the system for to operate properly. b. Manufacturer's certifications shall not relieve the Contractor of their responsibility to provide materials in accordance with 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 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 RPR 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 of submittals. 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 RPR reserves the right to reject any or all equipment, materials or procedures, which, in the RPR'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(12) months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion,with no additional cost to the Owner. INSTALLATION OF AIRPORT LIGHTING SYSTEMS L-125-1 3274 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual EQUIPMENT AND MATERIALS 125-2.2 Conduit/Duct. Conduit shall conform to Specification Item L-110 Airport Underground Electrical Duct Banks and Conduits. 125-2.3 Cable and Counterpoise. Cable and Counterpoise shall conform to Item L-108 Underground Power Cable for Airports. 125-2.4 Tape.Rubber and plastic electrical tapes shall be Scotch Electrical Tape Numbers 23 and 88 respectively, as manufactured by 3M Company or an approved equal. 125-2.5 Cable Connections. Cable Connections shall conform to Item L-108 Installation of Underground Cable for Airports. 125-2.6 Retroreflective Markers.Not required. 125-2.7 Runway and Taxiway Lights. Runway and taxiway lights shall conform to the requirements of AC 150/5345-46. 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. Lights Type Class Mode Style Option Base Filter Transformer Notes LED L-861T(L) 2 1 N/A 4 L-867B B or 15W 14" Tall W/Y or LED L-861(L) 2 1 N/A 4 L-867B W/W 15W 20" Tall LED L-861E(L) 2 1 N/A 4 L-867B G/R 15W 20" Tall 125-2.8 Runway and Taxiway Signs.Runway and Taxiway Guidance Signs should conform to the requirements of AC 150/5345-44. INSTALLATION OF AIRPORT LIGHTING SYSTEMS L-125-2 3275 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Signs Type Size Style Class Mode Notes L-858(L) 2 2 1 2 LED, See plans for options and additional requirements 125-2.9 Runway End Identifier Light(REIL).Not required. 125-2.10 Precision Approach Path Indicator(PAPI). The light units for the PAPI shall meet the requirements of AC 150/5345-28, Type L-880, Style B,Class I. 125-2.11 Circuit Selector Cabinet.Not required. The eifeidit seleete.eabinet shall meet th m 1f ' f-eT"'9 1 125-2.12 Light Base and Transformer Housings. Light Base and Transformer Housings should conform to the requirements of AC 150/5345-42. Light bases shall be Type L-867, Class IA, Size B shall be provided as indicated or as required to accommodate the fixture or device installed thereon.Base plates, cover plates, and adapter plates shall be provided to accommodate various sizes of fixtures. 125-2.13 Isolation Transformers. Isolation Transformers shall be Type L-830, size as required for each installation. Transformer shall conform to AC 150/5345-47. 125-2.14 Anti-Seize Compound Anti-Seize compound shall be marine grade, Loctite LB 8023 or equal INSTALLATION 125-3.1 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 and state and local 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. Bond the light fixture to the light base internal ground lug via a No. 6 AWG stranded copper wire rated for 600 volts with green XHHW, THWN-2, or other suitable insulation, bare stranded conductor or a braided ground strap of equivalent current rating. The bonding conductor length must be sufficient to allow the removal of the light fixture from the light base for routine maintenance. See the light fixture manufacturer's instructions for proper methods of attaching a bonding wire to the fixture. List connections for direct earth burial. INSTALLATION OF AIRPORT LIGHTING SYSTEMS L-125-3 3276 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Inspect each light fixture to determine that it is installed correctly, at the proper height, in line with the other fixtures, level, and properly oriented. Check all fixture securing screws or bolts to ensure that they are tightened per manufacturer recommendations. Use a marine grade anti-seize compound on bolts made of stainless steel. Check each light fixture to determine that the lenses are clean and unscratched. Inspect lighting fixtures concurrently with installation because of the subsequent inaccessibility of some components. Check identification numbers for each light unit to determine that the number at the installation is as assigned in the plans. Check equipment covered by FAA specifications to determine if the manufacturers have supplied certified equipment. Also check the equipment for general conformance with specification requirements. Inspect all cables, wiring, and splices to obtain assurance that the installation is per AC 15015370-10, the NEC, and local codes. Inspect and test insulation resistance of underground cables. Check the input voltage at the power and control circuits to determine that the voltage is within limits required for proper equipment operation. Select the proper voltage tap on equipment where taps are provided. Check the proper operation of the CCR's open-circuit protection. Also check circuitry per the manufacturer's requirements. Check base plates for damage during installation and refinish, as required, according to manufacturer's instructions. 125-3.2 Testing. All lights shall be fully tested by continuous operation for not less than 24 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 24-hour test. The fixtures shall illuminate 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 weather 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. 125-3.4 Elevated and In-Pavement Lights.Water, debris, and other foreign substances shall be removed prior to installing fixture base and light. A jig or holding device shall be used when installing each light fixture to ensure positioning to the proper elevation, alignment,level control, and azimuth control. Light fixtures shall be oriented with the light beams parallel to the runway or taxiway centerline and facing in the required direction. The outermost edge of fixture shall be level with the surrounding pavement. Surplus sealant or flexible embedding material shall be removed. The holding device shall remain in place until sealant has reached its initial set. 125-3.5 Spare Equipment.A contract allowance will be provided under which the Contractor shall supply spare taxiway edge lighting fixtures,guidance sign components and isolation transformers as INSTALLATION OF AIRPORT LIGHTING SYSTEMS L-125-4 3277 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual part of the project. The contractor shall provide a quote from the fixture manufacturer to the airport with per unit costs without contractor markup for each configuration (including various lens color configurations)of light fixtures, applicable sign components as described on the Contract Drawings and their required isolation transformers that are installed on the project. The airport will select the quantities of each item to be supplied within the limits of the contract allowance for spare fixtures. Fixture assemblies and isolation transformers shall be turned over to the airport and stored at a location as directed by the RPR. 125-3.6 Demolition of Existing PAPE The contractor is responsible for demolishing the existing PAPI systems at both ends of the runway. See Specification L-105 for specific requirements regarding the demolition of the units.Payment for the demolition of the equipment is included in the installation of the new units as defined in Section 125-4.5 and 125-4.6 below. 125-3.7 F4A Flight Check. Contractor shall coordinate with FAA to facilitate a flight check of the installed PAPI systems once installed and commissioned Flight check for PAPI systems shall be consolidated with the required flight check for the REILs system. See Specification Section L-900 for further information and payment. Coordinate with FAA at least 60 days prior to anticipated flight check date. METHOD OF MEASUREMENT 125-4.7 New elevated lights installed on new L-867B base cans in turf areas will be measured by the number of elevated lights installed as completed units in place, ready for operation, and accepted by the RPR. Elevated lights shall include the light fixture, isolation transformer,fixture ground cable, concrete encased transformer housing, identification tag, L-823 connectors, hardware, and other incidentals installed as shown on the Contract Drawings. Measurement shall also include the installation of the new base can and base plate sized per the requirements of the Contract drawings, sealant,frangible coupling,plywood cover, hardware, coring, and backfill, required at each light fixture base to install the light fixture to the elevation and tolerances required and as detailed on the Contract Drawings. 125-4.2 New elevated threshold/end lights installed on new L-867B base cans in blast pad pavement will be measured by the number of elevated threshold/end lights installed as completed units in place, ready for operation, and accepted by the RPR. Elevated threshold/end lights shall include the light fixture, isolation transformer,fixture grouted cable, concrete encased transformer housing, concrete maintenance pad, expansion joint material, identification tag,L-823 connectors, hardware, and other incidentals installed as shown on the Contract Drawings. Measurement shall also include the installation of the new base can and base plate sized per the requirements of the Contract drawings, sealant,frangible coupling, hardware, and backfill, required at each light fixture base to install the light fixture to the elevation and tolerances required and as detailed on the Contract Drawings. 125-4.3 New guidance signs on new foundations will be measured by the number ofguidance signs installed as completed units, in place, ready for operation, and accepted by the RPR. This measurement shall include the frangible couplings,gasket, bolts, anchor bolts, sign tethers, connector kits,L-823 extension cord,ground clainp. Measurement also includes new isolation transformer, hardware, excavation, backfill,gravel, topsoil, seed, and all other incidentals installed as shown on the Contract Drawings. Distinction will not be made between the various sizes and number of modules for new guidance signs. INSTALLATION OF AIRPORT LIGHTING SYSTEMS L-125-5 3278 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Ground rods are not included for measurement but shall be paid separately under another section of these specifications. 125-4.4 New Guidance Sign Panels will be measured by the number of signs that requires new panel(s) to be furnished and installed as completed units, in place, ready for operation, and accepted by the RPR.Measurement shall include guidance sign panels, hardware, storage and transportation of panels, disposal of obsolete panels and all labor, materials and incidentals needed to complete the work. Measurement will be taken per sign location regardless of quantity of individual panels needed at each location. 125-4.5 The Runway 7 PAPI System will be measured for payment as one complete PAPI system. This measurement shall include the installation of all PAPI LHA's, equipment foundations, concrete encased transformer housings, steel cover plates, identification plate or tag,fixture bonding jumper, base cans, lamps, spare parts,PAPI control cable, testing, one Aiming Device, one Instruction Manual, L-823 connectors, hardware, and other incidentals installed as shown on the Contract Drawings. Measurement includes the demolition of the existing 4 box PAPI, Control equipment,foundations, conduit and cable within 5 feet of all foundations. Cable and conduit removal upstream of this point is paid separately under other sections of this specification. 125-4.6 The Runway 25 PAPI System will be measured for payment as one complete PAPI system. This measurement shall include the installation of all PAPI LHA's, equipment foundations, concrete encased transformer housings, steel cover plates, identification plate or tag,fixture bonding jumper, base cans, lamps, spare parts,PAPI control cable, testing, one Aiming Device, one Instruction Manual, L-823 connectors, hardware, and other incidentals installed as shown on the Contract Drawings. Measurement includes the demolition of the existing 4 box PAPI, Control equipment,foundations, conduit and cable within 5 feet of all foundations. Cable and conduit removal upstream of this point is paid separately under other sections of this specification. 125-4.7An allowance is provided in the bid form for the estimated cost to provide spare equipment in the quantities and types indicated on the Contract Drawings.Measurement for this item shall include the direct cost to the Contractor from the manufacturer for the equipment provided. Measurement shall also include approved time and materials required for the contractor to receive the materials and transport to a storage location on the airport property as directed by the RPR. BASIS OF PAYMENT 125-5.1 Payment will be made at the Contract unit price for each complete runway or taxiway light, guidance sign,precision approach path indicator installed by the Contractor and accepted by the RPR. This payment will be full compensation for furnishing all materials and for allpreparation, assembly, and installation of these materials, and for all labor, equipment, tools and incidentals necessary to complete this item. INSTALLATION OF AIRPORT LIGHTING SYSTEMS L-125-6 3279 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 125-5.2 Payment will be made at the Contract unit price for installation of new panels at existing guidance sign locations by the Contractor and accepted by the RPR. This payment will be full compensation for all labor, equipment, tools and incidentals necessary to complete this item. 125-5.3 An allowance of$10,000 is provided in the Bid Form of the Contract Proposal for the estimated cost to provide spare equipment as indicated on the Contract Drawings. The amount paid to the Contractor shall be the exact amount indicated on the Contractor's approved invoice slips from the equipment manufacturer, and the Contractor's approved time and material invoice slips for receiving, transporting, and storing the materials. The Allowance paid under this contract shall not exceed $10,000. Payment will be made under: Item L-125-1 L-858(L)LED Guidance Sign, Size 2, 1 Module, and New Foundation —per each Item L-125-2 L-858(L)LED Guidance Sign, Size 2, 2 Module, and New Foundation —per each Item L-125-3 L-858(L)LED Guidance Sign, Size 2, 3 Module, and New Foundation —per each Item L-125-4 L-858B(L)LED Distance Remaining Sign, Size 5, and New Foundation—per each Item L-125-5 New Guidance Sign Panel—per each Item L-125-6 L-861 T(L)LED Elevated Taxiway Edge Light, and L-867B Base can, in Turf Areas—per each Item L-125-7 L-861 T Quartz Elevated Taxiway Edge Light, and L-867B Base can, in Turf Areas—per each Item L-125-8 L-861 T(L)LED Elevated Taxiway Edge Light, on Existing L-867B Base can—per each Item L-125-9 L-861(L)LED Elevated Runway Edge Light, and L-867B Base can, in Turf Areas—per each Item L-125-10 L-861E(L)LED Elevated Runway Threshold/End Light, and L-867B Base can, in New Pavement—per each Item L-125-11 Runway 7 PAPI System,L-880 Current Driven—per lump sum Item L-125-12 Runway 25 PAPI System,L-880 Current Driven—per lump sum Item L-125-13 Spare Parts—Per Allowance INSTALLATION OF AIRPORT LIGHTING SYSTEMS L-125-7 3280 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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. Advisory Circulars (AC) AC 150/5340-18 Standards for Airport Sign Systems AC 150/5340-26 Maintenance of Airport Visual Aid Facilities AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-5 Circuit Selector Switch AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-28 Precision Approach Path Indicator(PAPI) Systems AC 150/5345-39 Specification for L-853, Runway and Taxiway Retroreflective Markers AC 150/5345-42 Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and Accessories AC 150/5345-44 Specification for Runway and Taxiway Signs AC 150/5345-46 Specification for Runway and Taxiway Light Fixtures AC 150/5345-47 Specification for Series to Series Isolation Transformers for Airport Lighting Systems AC 150/5345-51 Specification for Discharge-Type Flashing Light Equipment AC 150/5345-53 Airport Lighting Equipment Certification Program Engineering Brief(EB) EB No. 67 Light Sources Other than Incandescent and Xenon for Airport and Obstruction Lighting Fixtures END OF ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS L-125-8 3281 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item L-900 Relocation of FAA Navaids DESCRIPTION 900-1.1 General. This work shall consist of relocating Runway End Light Identifier (REIL) serving Runway 7 as shown on the Contract Drawings. The relocation and installation of the above-referenced NAVAIDS shall be done in accordance with the Specifications and following the dimensions and layout as shown on the Contract Drawings. The work shall include the following: furnishing and constructing components supplied by the Contractor; installing new/relocated equipment on Contractor constructed foundations; removing and disposing of existing equipment and foundations; and removing and transporting existing equipment to the FAA. Any existing FAA NAVAID equipment to be removed and not reused shall become property of the FAA; these items shall be stacked and stockpiled on a designated area at the airport. 900-1.2 Navaids. All work involving NAVAIDS shall be performed under the supervision of the FAA. This shall include but not be limited to granting approval for decommissioning of the existing systems,the location and layout of the proposed systems, installation and erection of the proposed systems, testing, troubleshooting, and calibration. The Contractor shall work closely with the FAA during this work and shall be required to obtain FAA sign off prior to the acceptance of the work. The work associated with the relocation, removal and disposal, and/or relocation of these facilities shall include but is not limited to: • Layout • Site preparation,including excavation,backfill, and/or compaction, shoring and dewatering • Underground electrical conduit/ductbank installation • Precast concrete handhole and pull box installation • Cast in-place concrete with steel reinforcement foundation installation • Existing REILs equipment installation(relocation) • Electrical and communications cable installation and termination • Electrical grounding • Electrical and facility operational testing • Removal/demolition of existing REILs facilities. Detailed power system block diagrams have been provided along with power distribution drawings and equipment schedules. The Contractor shall familiarize himself with these and is cautioned as to understanding which equipment is existing to remain, and which equipment is Contractor provided. 900-1.3 Runway End Identifier Lights (REILs). The work shall consist of the following work items and shall also consist of all transportation,handling, construction, earthwork, erection, demolition, and all material not otherwise specifically identified as being supplied by the FAA or being relocated, RELOCATION OF FAA NAVAIDS L-900-1 3282 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual as required to properly construct a functioning Runway End Identifier Light System for Runway 7. Also included will be all testing, troubleshooting and calibration required for the REILs to pass certification procedures (flight check)performed and required by the FAA. • Disconnection, removal, storage and reinstallation of the existing designated REILs equipment including,but not limited to, flasher units, individual control junction boxes. • Demolition and disposal of all foundations and appurtenances as noted on the Contract Drawings. • Construction of all proposed foundations—reinforced concrete, pea stone, etc, as required. • All conduit,wiring, ground wire, ground rods, etc. as required on the Contract Drawings. • Reinstall REILs flasher and Individual Control Junction Box equipment assemblies, foundations, foot flanges and frangible couplings. • Furnish and install SPD and disconnect switches on the existing Power and Control Rack. The Contractors attention is directed to the fact that every wire, connector,penetration, sweep, etc.has not been shown. However, it is the Contractors responsibility to become familiar with the intention of the required plans and specification and to provide all material, equipment, supplies, etc. required to complete the installation and that following the installation a complete and functioning product will be provided. Attention should be given to the fact that some of the stations will be constructed in a new EMAS bed. Coordination with the EMAS manufacturer will be required to facilitate the installation. Modifications to EMAS bed materials to facilitate the installation will only be acceptable if performed by, or approved by, the EMAS bed manufacturer in writing. EQUIPMENT AND MATERIALS 900-2.1 General. All work and materials shall be as specified in this Specification, as contained in the Appendices of this Project Item and as shown on the Contract Drawings. Airport Lighting equipment and materials covered by FAA specifications shall have the prior approval of the Federal Aviation Administration, Airports Service,Washington,D.C. 20591, and shall be listed in Advisory Circular 150/5345-1U Approved Airport Lighting Equipment. All other equipment and materials covered by the other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. 900-2.2 Navaids.NAVAIDS will be reused as noted above and as shown in the Contact Drawings. 900-2.3 Conduit. Conduit, both steel and plastic, shall conform to the requirements of"L-110 Airport Underground Electrical Duct Banks and Conduits"of these specifications. RELOCATION OF FAA NAVAIDS L-900-2 3283 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 900-2.4 Warning Tape. Detectable warning tape shall conform to the requirements of"L-110 Airport Underground Electrical Duct Banks and Conduits"of these specifications. 900-2.5 Conductors. 600v conductors shall conform to the requirements of "L-108 Installation of Underground Cable for Airports"of these specifications. 900-2.6 Bare Copper Wire.Bare copper wire for ground wire counterpoise and guard wire installations shall conform to the requirements of"L-108 Installation of Underground Cable for Airports"of these specifications. 900-2.7 Cable Connectors. Cable connectors shall conform to the requirements of"L-108 Installation of Underground Cable for Airports"of these specifications. 900-2.8 Bolting Hardware.Bolts used for all mechanical connections shall be 11-8 stainless steel bolts (3/8"-16)unless otherwise directed. Bolts shall be furnished with two-piece locking washers and locking nuts. All bolts, locking washers and locking nuts shall be furnished by the Contractor. 900-2.9 Anti-Seize Compound. Anti-seize compound shall conform to the requirements of"L-125 Installation of Airport Lighting Systems"of these specifications. 900-2.10 Ground Rods. Ground rods shall conform to the requirements of"L-108 Installation of Underground Cable for Airports"of these specifications. 900-2.11 Concrete. Concrete shall conform to the requirements of"P-610 Structural Portland Cement Concrete"of these specifications. CONSTRUCTION METHODS 900-3.1 General. Installation and relocation of NAVAIDS shall be in accordance with this Project Item (including all Appendices)of these Specifications and as shown on the Contact Drawings. 900-3.2Installation of the REILs Equipment. Installation location and aiming angle shall meet the requirements set forth on the Contract Drawings and as specified below. a. Frangible Couplings. All frangible couplings must be 2"-diameter cast aluminum couplings having a hexagonal clamping ring. The coupling must accommodate 2"- diameter EMT conduit. The frangible couplings must meet the requirements of either Military Specification MS-17814-1,or of FAA Drawing C-6046. The straight-thread Multi-Electric Cat. No. 961-A frangible coupling is among couplings meeting MS- RELOCATION OF FAA NAVAIDS L-900-3 3284 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 17814-1. The tapered-thread Multi-Electric Cat.No. 961-AT frangible coupling is among couplings conforming to FAA Drawing C-6046. If the Contractor intends to furnish substitute frangible couplings, the Contractor must submit catalog cuts to the Engineer, demonstrating that the substitute couplings meet the above specifications. b. Frangible Coupling Installation. Each frangible coupling has a hexagonal throat with a break-off groove in the middle, designed to break at low impact,thereby minimizing damage to colliding aircraft. When installing the frangible coupling, take care to use a wrench that will grip only the lower portion of the hexagonal throat of the coupling, i.e., that portion immediately below the break-off groove. If the wrench grips the upper portion of the hexagonal throat, the coupling may break when torque is applied. The Contractor must apply anti-seize compound to the threads of the frangible coupling, and to the internal threads of the receiving coupling or hole, to facilitate removal. The compound must be an anti-seize assembly lubricant formulated to provide protection for stainless steel and dissimilar metal threaded fasteners against galling, seizure, and heat- freeze. Do not use plumber's pipe joint compound. The frangible coupling must be screwed down tightly into the conduit coupling or light base cover plate threaded hole, to prevent the EMT mounting from turning. c. Cable Connectors. Where cable connectors are required within the frangible couplings, the connectors must have the capability of separating easily upon breakage of the frangible couplings. Therefore, apply silicone grease of high dielectric strength to the mating surfaces of the plug and receptacle connectors. Do not allow the silicone grease to make contact with the plug and receptacle terminals, and do not place electrical tape over the connector joints. Connection shall be made inside c-fitting above coupling—no cable clamp allowed. d. Aiming and Alignment of Lights. Each light must be adjusted so that its optical axis is parallel to the runway centerline, directed outward from the runway threshold, and aimed upward to the required vertical angle. Use a manufacturers' approved aiming device for vertical aiming of the fixtures. Final aiming of fixtures shall take place in the presence of the FAA. e. All light unit foundations must be cast-in-place. 900-3.3 Earth Support. The following guidelines shall be followed when providing earth support for FAA NAVAID work. In addition, all applicable OSHA regulations apply. A. Provide shoring, sheeting, and/or bracing at excavations, as required, to assure complete safety against the collapse of earth at side of excavations. B. If sufficient or proper supports have not been provided, additional support shall be placed at the expense of the Contractor. Direction by the Engineer to provide additional shoring, sheeting, and/or bracing shall in no way relieve the Contractor of his responsibility for the adequacy and safety of his construction. Care shall be taken to prevent voids outside of sheeting, but if voids are formed, they shall be immediately filled and rammed. C. Sheeting shall be driven ahead of the excavation to avoid loss of material from behind the sheeting, except as may otherwise be permitted by the Engineer. Care shall be taken to prevent voids outside of the sheeting,but if voids occur,they shall be filled immediately with sand and compacted. D. The Contractor shall leave in place all sheeting unless otherwise directed in writing by the RELOCATION OF FAA NAVAIDS L-900-4 3285 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Engineer. The Engineer may direct that sheeting be cut off 3 feet below finishing grade, and the lower portion be left in place. All voids left or caused by withdrawal of sheeting shall be backfilled immediately using suitable materials and compacted. E. All sheeting and bracing not ordered left in place shall be carefully removed in such a manner as not to endanger the construction of other structures utilities, or property,whether public or private. All voids left after the withdrawal of sheeting shall be immediately refilled with sand and rammed with tools especially adapted to that purpose, or otherwise compacted as directed to achieve the required density. All earth support required shall be considered incidental to NAVAID installation work. Prior to placing any earth support systems, they shall be designed by a Licensed Professional Structural Engineer in the State of Florida, stamped, and submitted for review. 900-3.4 Dewatering. The Contractor shall control the grading in areas under construction of the site so that the surface of the ground will properly slope to prevent accumulation of water in excavated areas and adjacent properties. Should surface, rain, or ground water be encountered during the operations,the Contractor shall furnish and operate pumps or other equipment, and provide all necessary piping to keep all excavation clear of water at all times and shall be responsible for damage to work or adjacent properties from such water. All piping exposed above surface for this use shall be properly covered to allow foot traffic and vehicles to pass without obstruction. Presence of ground water in soil will not constitute a condition for which an increase in the Contract price to be made. Under no circumstances place concrete fill, lay piping, or install appurtenance in excavation containing free water. 900-3.5 Grounding Testing. Ground resistance test results shall not exceed 5 ohms for any part of the REILs system. 900-3.6 Coordination with FAA. The Contractor shall coordinate all work with local FAA Resident Engineer at least 14 days in advance of proposed work on any FAA owned system. All new work associated with the relocation of the FAA owned REILs shall be inspected daily and approved by the FAA resident engineer. All work shall meet the requirements of the FAA in addition to these Contract Documents. 900-3.7 FAA Flight Check. The Contractor shall coordinate with the FAA to facilitate a flight check of the installed FAA Navaid system once installed and commissioned. Coordinate with FAA at least 60 days prior to anticipated flight check date.Flight check of the REILs shall be scheduled to include a flight of the newly installed PAPIs as defined in Section L-125 of these specifications. METHOD OF MEASUREMENT 900-4.1 The unit of measurement for each relocated NAVAID shall be by the lump sum price per navigational aid. The lump sum cost for each NAVAID shall include layout,site preparation,including excavation,backfill, and/or compaction,concrete foundation for flasher units, concrete foundations for the aiming alignment poles, equipment support structure, cable and conduit within and on the new foundations, equipment replaced on the Power and Control Rack, relocation of designated FAA owned equipment, furnishing and installing new equipment as designated, grounding, electrical and facility operational testing,removal/demolition of existing REILs facilities,and all incidentals,labor,tools and equipment used to relocate and install the FAA NAVAIDS RELOCATION OF FAA NAVAIDS L-900-5 3286 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual as shown on the Contract Drawings and to the satisfaction of the FAA resident inspector. Costs associated with shoring and dewatering will not be measured for payment and are considered incidental to all NAVAID work. Installation and demolition of underground conduit and cable outside 5'-0" of flasher foundations and Power and Control Rack shall be measured separately for payment under other pay items of these specifications. 900-4.2 Installation of FAA handholes shall be measured separately for payment under other sections of these specifications. 900-4.3 Installation of ductbank shall be measured separately under other sections of these specifications. 900-4.4 Cable installed in/above duct bank or conduit shall be measured by the number of linear feet installed and grounding connectors, and trench marking tape ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable installed in duct bank or conduit. The measurement for this item shall not include additional quantities required for slack. Cable slack is considered incidental to this item and is included in the Contractor's unit price. No separate measurement or payment will be made for cable slack. 900-4.5 An allowance is provided in the bid form for the estimated cost to provide an FAA flight check for the installed systems. Measurement for this item shall include the direct cost to the Contractor from the FAA for the services provided. Flight check shall include the Runway 7 REILs,Runway 7 PAPI and Runway 25 PAPI systems. BASIS OF PAYMENT 900-5.1 Payment will be made at the contract lump sum price for each NAVAID relocated. This price shall be full compensation for laying out and placing all materials and for all labor, equipment, tools, and incidentals necessary to complete the work including the removal and disposal of existing NAVAIDS equipment not being relocated and as shown on the Contract Drawings. 900-5.2 Payment will be made at the contract unit price for cable installed in duct bank or conduit, in place by the Contractor and accepted by the Resident Engineer. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals, including ground connectors and trench marking tape, necessary to complete this item. 900-5.3 An allowance of$25,000 is provided in the Bid Form of the Contract Proposal for the estimated cost to provide an FAA flight check of the installed REILs system as indicated on the Contract Drawings. The amount paid to the Contractor shall be the exact amount indicated on the Contractor's approved invoice slips from the FAA. The Allowance paid under this contract shall not exceed$25,000. Payment will be made under: Item L-900-1 Relocate Runway 7 REILS-per lump sum RELOCATION OF FAA NAVAIDS L-900-6 3287 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item L-900-2 No. 6 AWG, 600v Cable, Installed in Duct Bank or Conduit-per linear foot Item L-900-3 6 Pair#19 Shielded Control Cable—per linear foot Item L-900-4 FAA Flight Check—per Allowance 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. Advisory Circulars (AC) AC 150/5340-26 Maintenance of Airport Visual Aid Facilities AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-53 Airport Lighting Equipment Certification Program Commercial Item Description A-A-59544A Cable and Wire, Electrical (Power, Fixed Installation) A-A-55809 Insulation Tape,Electrical, Pressure-Sensitive Adhesive,Plastic ASTM International(ASTM) ASTM B3 Standard Specification for Soft or Annealed Copper Wire ASTM B8 Standard Specification for Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft ASTM B33 Standard Specification for Tin-Coated Soft or Annealed Copper Wire for Electrical Purposes ASTM D4388 Standard Specification for Nonmetallic Semi-Conducting and Electrically Insulating Rubber Tapes Mil Spec MIL-PRF-23586F Performance Specification: Sealing Compound(with Accelerator), Silicone Rubber,Electrical MIL-I-24391 Insulation Tape,Electrical, Plastic, Pressure Sensitive National Fire Protection Association(NFPA) NFPA-70 National Electrical Code(NEC) NFPA-780 Standard for the Installation of Lightning Protection Systems RELOCATION OF FAA NAVAIDS L-900-7 3288 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual American National Standards 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-019f Lightning and Surge Protection, Grounding Bonding and Shielding Requirements for Facilities and Electronic Equipment END OF ITEM L-900 RELOCATION OF FAA NAVAIDS L-900-8 3289 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item T-901 Seeding DESCRIPTION 901-1.1 This item shall consist of soil preparation and seeding of the disturbed areas AR the,p' r.. or as directed by the RPR in accordance with these specifications. MATERIALS 901-2.1 Seed. The species and application rates of grass, legume, and cover-crop seed furnished shall be those stipulated herein. Seed shall conform to the requirements of Federal Specification JJJ-S-I S 1, Federal Specification, Seeds,Agricultural. Seed shall be furnished separately or in mixtures in standard containers labeled in conformance with the Agricultural Marketing Service (AMS) Seed Act and applicable state seed laws with the seed name, lot number, net weight,percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the RPR duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within six (6)months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name,percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture,the proportions of each kind of seed. Wet,moldy, or otherwise damaged seed will be rejected. Type:Argentine Bahia Seeds shall be applied as follows: Seed Properties and Rate of Application Seed Minimum Seed Minimum Rate of Application lb/acre Purity(Percent) Germination(Percent) (or lb/1,000 S.F.) Argentine 95 85 50 lb/acre Bahia oa by the RPR. 901-2.2 Lime.Not required. 901-2.3 Fertilizer. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall be applied at the rate and to the depth specified, and shall meet the requirements of applicable state laws. They shall be furnished in standard containers with name,weight, and guaranteed analysis of contents clearly marked thereon.No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms: SEEDING T-901-1 3290 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual a. A dry, free-flowing fertilizer suitable for application by a common fertilizer spreader; b. A finely-ground fertilizer soluble in water, suitable for application by power sprayers; or c. A granular or pellet form suitable for application by blower equipment. Fertilizers shall be a commercial fertilizer andshall be spfe a at the rate e The commercial fertilizer shall he mixed with water in the hydro seeder. The mixture shall he applied after the seedlings are established. The fertilizer shall not he mixed with the seed-inoculant mixture, as it may kill the inoculant. 901-2.4 Soil for repairs. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively tree from large stones,roots, stumps, or other materials that will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the RPR before being placed. CONSTRUCTION METHODS 901-3.1 Advance preparation and cleanup. After grading of areas has been completed and before applying fertilizer ara g4:e nd lmi .,este4ia areas to be seeded shall be raked or otherwise cleared of stones larger than 2 inches (50 mm) in any diameter, sticks, stumps, and other debris that might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass-covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage include filling gullies, smoothing irregularities, and repairing other incidental damage. An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recently been thoroughly loosened and worked to a depth of not less than 5 inches (125 mm) as a result of grading operations and,if immediately prior to seeding,the top 3 inches (75 mm) of soil is loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. When the area to be seeded is sparsely sodded, weedy,barren and unworked, or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise loosened to a depth not less than 5 inches (125 mm). Clods shall be broken and the top 3 inches (75 mm)of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers,rollers, drags,harrows, or other appropriate means. 901-3.2 Dry application method. a.Liming.Not required. b. Fertilizing.Following advance preparations and cleanup fertilizer shall be uniformly spread at the rate that will provide not less than the minimum quantity stated in paragraph 901-2.3. c. Seeding. Grass seed shall be sown at the rate specified in paragraph 901-2.1 immediately after fertilizing. The fertilizer and seed shall be raked within the depth range stated in the special provisions. Seeds of legumes, either alone or in mixtures, shall be inoculated before mixing or sowing, in accordance with the instructions of the manufacturer of the inoculant. When seeding is required at other-than the seasons shown on the plans or in the special provisions, a cover crop shall be sown by the same methods required for grass and legume seeding. d. Rolling.After the seed has been properly covered,the seedbed shall be immediately compacted by means of an approved lawn roller,weighing 40 to 65 pounds per foot(60 to 97 kg per meter) of width for SEEDING T-901-2 3291 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual clay soil (or any soil having a tendency to pack), and weighing 150 to 200 pounds per foot(223 to 298 kg per meter) of width for sandy or light soils. 901-3.3 Wet application method. a. General. The Contractor may elect to apply seed and fertilizer(and lime, if required)by spraying them on the previously prepared seedbed in the form of an aqueous mixture and by using the methods and equipment described herein. The rates of application shall be as specified in the special provisions. b. Spraying equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons (190 liters) over the entire range of the tank capacity,mounted so as to be visible to the nozzle operator. The container or tank shall also be equipped with a mechanical power-driven agitator capable of keeping all the solids in the mixture in complete suspension at all times until used. The unit shall also be equipped with a pressure pump capable of delivering 100 gallons (380 liters) per minute at a pressure of 100 lb/sq inches (690 kPa). The pump shall be mounted in a line that will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipe lines shall be capable of providing clearance for 5/8 inch(16 mm) solids. The power unit for the pump and agitator shall have controls mounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gauge connected and mounted immediately at the back of the nozzle. The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 degrees above the horizontal. There shall be a quick-acting, three-way control valve connecting the recirculating line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying from 20 to 100 feet(6 to 30 m). One shall be a close-range ribbon nozzle, one a medium-range ribbon nozzle, and one a long-range jet nozzle. For case of removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick-release couplings. In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet(15 m) in length shall be provided to which the nozzles may be connected. c.Mixtures.Lime, if required, shall be applied separately, in the quantity specified,prior to the fertilizing and seeding operations.Not more than 220 pounds (100 kg) of lime shall be added to and mixed with each 100 gallons (380 liters) of water. Seed and fertilizer shall be mixed together in the relative proportions specified,but not more than a total of 220 pounds (100 kg) of these combined solids shall be added to and mixed with each 100 gallons (380 liters)of water. All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life. The Contractor shall identify to the RPR all sources of water at least two (2)weeks prior to use. The RPR may take samples of the water at the source or from the tank at any time and have a laboratory test the samples for chemical and saline content. The Contractor shall not use any water from any source that is disapproved by the RPR following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within two(2)hours from the time they were mixed or they shall be wasted and disposed of at approved locations. d. Spraying.Lime, if required, shall be sprayed only upon previously prepared seedbeds. After the applied lime mixture has dried, the lime shall be worked into the top 3 inches (75 mm), after which the seedbed shall again be properly graded and dressed to a smooth finish. SEEDING T-901-3 3292 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the lime, if required, shall already have been worked in. The mixtures shall be applied by means of a high- pressure spray that shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray.Nozzles or sprays shall never be directed toward the ground in such a manner as might produce erosion or runoff. Particular care shall be exercised to ensure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accordance with specifications shall be used to covet-specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited thereon. On surfaces that are to be mulched as indicated by the plans or designated by the RPR, seed and fertilizer applied by the spray method need not be raked into the soil or rolled. However, on surfaces on which mulch is not to be used,the raking and rolling operations will be required after the soil has dried. 901-3.4 Maintenance of seeded areas. The Contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved by the RPR. Surfaces Bullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. When either the dry or wet application method outlined above is used for work done out of season, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the RPR. A grass stand shall be considered adequate when bare spots are one square foot (0.01 sq m) or less,randomly dispersed, and do not exceed 3% of the area seeded. METHOD OF MEASUREMENT 901-4.1 Seeding will not he measured separately and shall be considered incidental to Mobilization. T140 qU ititc -E--A i--io e pai4 f9f.4 All vc c R,4411MhR4:�i 11444S �T��S-EfaaEe f 2 e t- (S{ rrrj- -ra e L`e ( 'rC -i) I sir€zasufecd eii the gfeuffd suffaceE6mpieted and ffeEepted. BASIS OF PAYMENT 901-5.1 Seeding will not he paid for separately and shall be considered incidental to Mobilization. D.,y-.,- eiat stt.,lI l.o t-t-t.,dlo eA tl,o e 410:net, a p v sej,i Ee feet-(s "..rC�-rrrj a Y� PFOS6t-ibO( iv. t<hit; 4otvt 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) ASTM C602 Standard Specification for Agricultural Liming Materials SEEDING T-901-4 3293 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Federal Specifications (FED SPEC) FED SPEC JJJ-S-181, Federal Specification, Seeds, Agricultural Advisory Circulars (AC) AC 150/5200-33 Hazardous Wildlife Attractants on or Near Airports FAA/United States Department of Agriculture Wildlife Hazard Management at Airports,A Manual for Airport Personnel END OF ITEM T-901 SEEDING T-901-5 3294 Florida Keys Marathon Tnternational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item T-904 Sodding DESCRIPTION 904-1.1 This item shall consist of furnishing,hauling, and placing approved live sod on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the RPR. MATERIALS 904-2.1 Sod. Sod furnished by the Contractor shall have a good cover of living or growing grass. This shall be interpreted to include grass that is seasonally dormant during the cold or dry seasons and capable of renewing growth after the dormant period. All sod shall be obtained from areas where the soil is reasonably fertile and contains a high percentage of loamy topsoil. Sod shall be cut or stripped from living,thickly matted turf relatively free of weeds or other undesirable foreign plants, large stones, roots, or other materials that might be detrimental to the development of the sod or to future maintenance. At least 70% of the plants in the cut sod shall be composed of the species stated in the special provisions, and any vegetation more than 6 inches (150 mm) in height shall be mowed to a height of 3 inches (75 mm) or less before sod is lifted. Sod, including the soil containing the roots and the plant growth showing above, shall be cut uniformly to a thickness not less than that stated in the special provisions. Type:Argentine Bahia 904-2.2 Lime.Not required. 904-2.3 Fertilizer.Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall be applied at the rate and to the depth specified, and shall meet the requirements of applicable state laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon.No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms: a.A dry, free-flowing fertilizer suitable for application by a common fertilizer spreader; b.A finely-ground fertilizer soluble in water, suitable for application by power sprayers; or c.A granular or pellet form suitable for application by blower equipment. Fertilizers shall be 10-10-10(n p-k) commercial fertilizer and shall be spread at the rate of 400 lbs/acre. 904-2.4 Water. The water shall be sufficiently free from oil, acid, alkali, salt, or other harmful materials that would inhibit the growth of grass. Water shall be provided by the contractor at no additional cost to the airport. 904-2.5 Soil for repairs. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, compacting, and establishing turf, and shall be approved by the RPR before being placed. SODDTNG T-904-1 3295 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual CONSTRUCTION METHODS 904-3.1 General.Areas to be solid, strip, or spot sodded shall be shown on the plans. Areas requiring special ground surface preparation such as tilling and those areas in a satisfactory condition that are to remain undisturbed shall also be shown on the plans or determined by the RPR in the field. Suitable equipment necessary for proper preparation of the ground surface and for the handling and placing of all required materials shall be on hand, in good condition, and shall be approved by the RPR before the various operations are started. The Contractor shall demonstrate to the RPR before starting the various operations that the application of required materials will be made at the specified rates. 904-3.2 Preparing the ground surface. After grading of areas has been completed and before applying fertilizer and limestone, areas to be sodded shall be raked or otherwise cleared of stones larger than 2 inches (50 mm) in any diameter, sticks, stumps, and other debris which might interfere with sodding, growth of grasses, or subsequent maintenance of grass-covered areas. If any damage by erosion or other causes occurs after grading of areas and before beginning the application of fertilizer and ground limestone,the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. 904-3.3 Applying fertilizer and ground limestone.Following ground surface preparation, fertilizer shall be uniformly spread at a rate which will provide not less than the minimum quantity of each fertilizer ingredient, as stated in the special provisions. If use of ground limestone is required, it shall then be spread at a rate that will provide not less than the minimum quantity stated in the special provisions. These materials shall be incorporated into the soil to a depth of not less than 2 inches (50 mm)by discing, raking, or other suitable methods. Any stones larger than 2 inches (50 mm) in any diameter, large clods, roots, and other litter brought to the surface by this operation shall be removed. 904-3.4 Obtaining and delivering sod.After inspection and approval of the source of sod by the RPR, the sod shall be cut with approved sod cutters to such a thickness that after it has been transported and placed on the prepared bed,but before it has been compacted, it shall have a uniform thickness of not less than 2 inches (50 mm). Sod sections or strips shall be cut in uniform widths, not less than 10 inches (250 mm), and in lengths of not less than IS inches (0.5 m),but of such length as may be readily lifted without breaking, tearing, or loss of soil. Where strips are required, the sod must be rolled without damage with the grass folded inside. The Contractor may be required to mow high grass before cutting sod. The sod shall be transplanted within 24 hours from the time it is stripped,unless circumstances beyond the Contractor's control make storing necessary. In such cases, sod shall be stacked,kept moist, and protected from exposure to the air and sun and shall be kept from freezing. Sod shall be cut and moved only when the soil moisture conditions are such that favorable results can be expected. Where the soil is too dry, approval to cut sod may be granted only after it has been watered sufficiently to moisten the soil to the depth the sod is to be cut. 904-3.5 Laying sod.Limits of sodding must be demarked by Contractor infield, and inspected and measured by RPR prior to sod delivery onsite. Sodding shall be performed only during the seasons when satisfactory results can be expected. Frozen sod shall not be used and sod shall not be placed upon frozen soil. Sod may be transplanted during periods of drought with the approval of the RPR,provided the sod bed is watered to moisten the soil to a depth of at least 4 inches (100 mm) immediately prior to laying the sod. The sod shall be moist and shall be placed on a moist earth bed. Pitch forks shall not be used to handle sod, and dumping from vehicles shall not be permitted. The sod shall be carefully placed by hand, edge to edge and with staggered joints, in rows at right angles to the slopes, commencing at the base of the area to be sodded and working upward. The sod shall immediately be pressed firmly into contact with the sod bed by tamping or rolling with approved equipment to provide a true and even surface, and ensure SODDTNG T-904-2 3296 Florida Keys Marathon Tnternational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual knitting without displacement of the sod or deformation of the surfaces of sodded areas. Where the sod may be displaced during sodding operations, the workmen,when replacing it, shall work from ladders or treaded planks to prevent further displacement. Screened soil of good quality shall be used to fill all cracks between sods. The quantity of the fill soil shall not cause smothering of the grass. Where the grades are such that the flow of water will be from paved surfaces across sodded areas,the surface of the soil in the sod after compaction shall be set approximately one inch(25 mm)below the pavement edge. Where the flow will be over the sodded areas and onto the paved surfaces around manholes and inlets, the surface of the soil in the sod after compaction shall be placed flush with pavement edges. On slopes steeper than one (1)vertical to 2-1/2 horizontal and in v-shaped or flat-bottom ditches or gutters, the sod shall be pegged with wooden pegs not less than 12 inches(300 mm) in length and have a cross-sectional area of not less than 3/4 sq inch(18 sq mm). The pegs shall be driven flush with the surface of the sod. After laying the sod, the Contractor shall secure the sod to be able to withstand wind, rain washouts, and jet blast. 904-3.6 Watering.Adequate water and watering equipment must be on hand before sodding begins, and sod shall be kept moist until it has become established and its continued growth assured. In all cases, watering shall be done in a manner that will avoid erosion from the application of excessive quantities and will avoid damage to the finished surface. Water shall be provided by the contractor at no additional cost to the airport. 904-3.7 Establishing turf. The Contractor shall provide general care for the sodded areas as soon as the sod has been laid and shall continue until final inspection and acceptance of the work. All sodded areas shall be protected against traffic or other use by warning signs or barricades approved by the RPR. The Contractor shall mow the sodded areas with approved mowing equipment, depending upon climatic and growth conditions and the needs for mowing specific areas. Weeds or other undesirable vegetation shall be mowed and the clippings raked and removed from the area. 904-3.8 Repairing.When the surface has become gullied or otherwise damaged during the period covered by this contract, the affected areas shall be repaired to re-establish the grade and the condition of the soil, as directed by the RPR, and shall then be sodded as specified in paragraph 904-3.5, at no additional cost to the airport. METHOD OF MEASUREMENT 904-4.1 This item shall be measured on the basis of the area in square yards of the surface covered with sod and 3"topsoil accepted by the RPR. The hauling of material, the placing of material, the staking of sod to withstand wind and jet blast, watering of material, and placing/hauling of topsoil material per specification T-905 shall not be measured separately and will be considered incidental to T-904-1 Sodding with 3"Topsoil. BASIS OF PAYMENT 904-5.1 This item will be paid for on the basis of the contract unit price per square yard for sodding, and 3"topsoil, which price shall be full compensation for all labor, equipment,material, watering, staking to withstand jet blast, and incidentals necessary to satisfactorily complete the items as specified. Payment will be made under: Item T-904-1 Sodding with 3" Topsoil Per square yard SODDTNG T-904-3 3297 Florida Keys Marathon Tnternational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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) ASTM C602 Standard Specification for Agricultural Liming Materials Advisory Circulars (AC) AC 150/5200-33 Hazardous Wildlife Attractants on or Near Airports FAA/United States Department of Agriculture Wildlife Hazard Management at Airports, A Manual for Airport Personnel END OF ITEM T-904 SODDTNG T-904-4 3298 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item T-905 Topsoil DESCRIPTION 905-1.1 This item shall consist of preparing the ground surface for topsoil application,removing topsoil from designated stockpiles or areas to be stripped on the site or from approved sources off the site, and placing and spreading the topsoil on prepared areas in accordance with this specification at the locations shown on the plans or as directed by the RPR. MATERIALS 905-2.1 Topsoil. Topsoil shall be the surface layer of soil with no admixture of refuse or any material toxic to plant growth, and it shall be reasonably free from subsoil and stumps,roots,brush, stones (2 inches (50 mm)or more in diameter), and clay lumps or similar objects. Brush and other vegetation that will not be incorporated with the soil during handling operations shall be cut and removed. Ordinary sod and herbaceous growth such as grass and weeds are not to be removed, but shall be thoroughly broken up and intermixed with the soil during handling operations. Heavy sod or other cover,which cannot be incorporated into the topsoil by discing or other means, shall be removed. The topsoil or soil mixture, unless otherwise specified or approved, shall have a pH range of approximately 5.5 pH to 7.6 pH,when tested in accordance with the methods of testing of the Association of Official Agricultural Chemists in effect on the date of invitation of bids. The organic content shall be not less than 3%nor more than 20% as determined by the wet-combustion method(chromic acid reduction). There shall be not less than 20% nor more than 80%of the material passing the 200 mesh (75 µm) sieve as determined by the wash test in accordance with ASTM C117. Natural topsoil may be amended by the Contractor with approved materials and methods to meet the above specifications. 905-2.2 Inspection and tests.Within 10 days following acceptance of the bid, the RPR shall be notified of the source of topsoil to be furnished by the Contractor. The topsoil shall be inspected to determine if the selected soil meets the requirements specified and to determine the depth to which stripping will be permitted. At this time,the Contractor may be required to take representative soil samples from several locations within the area under consideration and to the proposed stripping depths, for testing purposes as specified in paragraph 905-2.1. CONSTRUCTION METHODS 905-3.1 General.Areas to be topsoiled shall be shown on the plans. If topsoil is available on the site,the location of the stockpiles or areas to be stripped of topsoil and the stripping depths shall be shown on the plans. Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the RPR before the various operations are started. 905-3.2 Preparing the ground surface.Immediately prior to dumping and spreading the topsoil on any area,the surface shall be loosened by discs or spike-tooth harrows, or by other means approved by the RPR, to a minimum depth of 2 inches (50 mm) to facilitate bonding of the topsoil to the covered subgrade TOPSOIL T-905-1 3299 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches (50 min) in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification. Grades on the area to be topsoiled,which have been established by others as shown on the plans, shall be maintained in a true and even condition. Where grades have not been established,the areas shall be smooth-graded and the surface left at the prescribed grades in an even and compacted condition to prevent the formation of low places or pockets where water will stand. 905-3.3 Obtaining topsoil.Prior to the stripping of topsoil from designated areas, any vegetation, briars, stumps and large roots,rubbish or stones found on such areas,which may interfere with subsequent operations, shall be removed using methods approved by the RPR. Heavy sod or other cover,which cannot be incorporated into the topsoil by discing or other means shall be removed. When suitable topsoil is available on the site, the Contractor shall remove this material from the designated areas and to the depth as directed by the RPR. The topsoil shall be spread on areas already tilled and smooth-graded, or stockpiled in areas approved by the RPR. Any topsoil stockpiled by the Contractor shall be rehandled and placed without additional compensation. Any topsoil that has been stockpiled on the site by others, and is required for topsoil purposes, shall be removed and placed by the Contractor. The sites of all stockpiles and areas adjacent thereto which have been disturbed by the Contractor shall be graded if required and put into a condition acceptable for seeding. When suitable topsoil is secured off the airport site,the Contractor shall locate and obtain the supply, subject to the approval of the RPR. The Contractor shall notify the RPR sufficiently in advance of operations in order that necessary measurements and tests can be made. The Contractor shall remove the topsoil from approved areas and to the depth as directed. The topsoil shall be hauled to the site of the work and placed for spreading, or spread as required. Any topsoil hauled to the site of the work and stockpiled shall be rehandled and placed without additional compensation. 905-3.4 Placing topsoil. The topsoil shall be evenly spread on the prepared areas to a uniform depth of 2 inches (50 nun)after compaction,unless otherwise shown on the plans or stated in the special provisions. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches (50 mm) or more in diameter),roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor. after spreading is completed,the topsoil shall be satisfactorily compacted by rolling with a cultipacker or by other means approved by the RPR. The compacted topsoil surface shall conform to the required lines, grades, and cross-sections. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. METHOD OF MEASUREMENT 905-4.1 Topsoil obtained on the site or off the site shall not be measured separately and will be considered incidental to Pay Item T-904-1 Sodding with 3"Topsoil. by the a,,a4be f,.r,.,,>,;,..,afEls r,.,,bie TOPSOIL T-905-2 3300 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual in „bie y .f4s (`„oteFS) „te by tl o `„ofHr.,l R- oUnd aveas BASIS OF PAYMENT 905-5.1 Topsoil obtained on the site or off the site shall not he paid for separately and will he considered incidental to Pay Item T-904-1 Sodding with 3"Topsoil. Pay4ne -t will bPC M-ao .,t t>10 T1,;.- .. ..1,.,11 l.o fill] 60a4plete the item it€m T-905-5.1 TETSO l ( PRd AP SrtR Af ceVivP€d�rrStOekrpile_pof 4ie ya,-l Upam i Q05 Topsoil /� (F-w=nisl9e�4em Off Ilia Site)-pef ears^.yaFE1(euvic Metef) REFERENCES The publications listed below form a part of this specification to the extent referenced. The publications are refeiTed to within the text by the basic designation only. ASTM International(ASTM) ASTM Cl 17 Materials Finer than 75 µm (No. 200) Sieve in Mineral Aggregates by Washing Advisory Circulars (AC) AC 150/5200-33 Hazardous Wildlife Attractants on or Near Airports FAA/United States Department of Agriculture Wildlife Hazard Management at Airports,A Manual for Airport Personnel END OF ITEM T-905 TOPSOIL T-905-3 3301 APPENDIX 1 CONSTRUCTION SAFETY AND PHASING PLAN 3302 IFIIII iiiriiiida Keys Maira"I'llhairi IIII iii iiriiiw iiii iir IIIII iiiiiirllli iiirtl Monroe County Relocate Runway 7-25 Construction Safety and Phasing Plan i ray, . C f ERNA,1 Prepared for: THE MONROE COUNTY BOARD OF COUNTY COMMISSIONERS Mr. David Rice, District 4 Commissioner Mr. Craig Cates, District 1 Commissioner Ms. Michelle Lincoln, District 2 Commissioner Mr. Jim Scholl, District 3 Mayor Pro Tem Ms. Holly Raschein, District 5 Mayor Prepared by: 7 a co s 200 West Forsyth St, Suite 1520 Jacksonville, Florida 32202 904.636.5432 phone, 904.636.5433 fax March 2024 3303 SCOPE OF WORK, GENERAL SAFETY REQUIREMENTS AND GUIDANCE This document covers work at Florida Keys Marathon International Airport to relocate Runway 7-25 approximately 40-feet to the North from it's current location. Work items associated with the runway relocation include: • Demolition of the south half of Runway 7-25 • Partial demolition of Taxiway E • Full demolition of Taxiways B and Taxiway C • New construction of Taxiway connectors A2 and A5 and partial reconstruction of Taxiway connectors Al, A3, and A4 • Installation of new runway and taxiway electrical equipment, as well as navigation equipment (PAPIs) and relocation of REILs to accommodate the new airport geometry changes The Relocation of Runway 7-25 and subsequent impacted airfield elements will require electrical modifications to accommodate for the new geometries, as well as drainage adjustments to address change in grades and the addition of impervious surfaces. Work is anticipated to start on or about May 2025 and be completed by October 2025. Access points, staging areas, and haul routes are as shown on Appendix A. All work within this contract will be performed by the contractor at the direction of the Airport with all airfield work coordinated by the Resident Project Representative (RPR). All AOA construction activity is supervised by an Airport Operations Personnel who is fully trained in Part 139, airfield construction management requirements and airfield operating procedures. The Resident Project Representative (RPR), Airport Operations Personnel, or other designated airport representatives with ultimate responsibility to ensure compliance with safety regulations and Airport Rules and Regulations, may order the contractor to suspend operations and move personnel, equipment, and materials to a safe location. Required reference material associated with this safety plan includes: FAA AC 150/5200-18C, Airport Safety Self Inspection FAA AC 150/5370-2G, Operational Safety on Airport During Construction FAA AC 150/5340-1 M, Standards for Airport Markings FAA AC 150/5210-5D, Painting, Marking, and Lighting of Vehicles on an Airport Copies of each of these documents are available at: http://www.faa.gov/documentLibrary/media/advisorycircular/ - 2 0- 8C/ 1 C.o f httos://www.faa.aov/documentLibrgry/media/Advisory Ci cu a /1 0- 7 -2 .p f _https://www.faa.gov/d.ocumentLibraEy/media/Advisory®Circular/1 - - -C - - Airpo - ains®pf CSPP for Relocate Runway 7-25 1 3304 https-//www.faa.qov/documentLibrarv/media/AdvisorvCircular/AC 150 5210-_5D.pdf The following sections of this document describe all aspects concerning the coordination and implementation of the safety plan associated with this project. The sections correspond to those found in Section 2.4 of AC 150/5370-2G. DEFINITIONS AIR OPERATIONS AREA (AOA): Any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. The air operations area includes all areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runways, taxiways, or aprons. The AOA is further defined into movement and non-movement areas. CONSTRUCTION: The presence and movement of construction-related personnel, equipment, and materials in any location. MOVEMENT AREA: The runways, taxiways, and other areas of an airport that are used for taxiing or hover taxiing, air taxiing, takeoff, and landing of aircraft, exclusive of loading ramps and aircraft parking areas. NON-MOVEMENT AREA: Loading ramps and aircraft parking areas, restricted vehicle service roads and tenant ramp and lease-hold areas. OBSTRUCTION: Any object/obstacle exceeding the obstruction standards specified by 14 CFR part 77, subpart C or any object/vehicle/equipment higher than 25 feet. TAXIWAY OR RUNWAY OBJECT-FREE AREA (ROFA and TOFA): An area on the ground centered on the runway (ROFA), taxiway, or taxilane (TOFA) centerline provided to enhance safety of aircraft operations by having the area free of objects except for those objects that need to be located in the OFA for air navigation or aircraft ground maneuvering purposes (see AC 150/5300-13, Airport Design, for additional guidance on OFA standards and wingtip clearance criteria). OBSTACLE-FREE ZONE (OFZ): The airspace below 150 feet (45m) above the established airport elevation and along the runway and extended runway centerline that is required to be clear of all objects, except for frangible visual NAVAIDs that need to be located in the OFZ because of their function, in order to provide clearance protection for aircraft landing or taking off from the runway and for missed approaches (refer to AC 150/5300-13 for guidance on OFZs). RESIDENT PROJECT REPRESENTATIVE (RPR): Individual appointed to represent the airport in all field construction matters during this project. RUNWAY SAFETY AREA (RSA): A defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, CSPP for Relocate Runway 7-25 2 3305 overshoot, or excursion from the runway, in accordance with AC 150/5300- 13B (or latest edition). TAXIWAY SAFETY AREA (TSA): A defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway, in accordance with AC 150/5300-13B (or latest edition). THRESHOLD: The beginning of that portion of the runway available for landing. In some instances, the landing threshold may be displaced. Coordination The contractor will appoint its onsite construction superintendent or other qualified individual as its duly authorized representative to serve as Contractor Safety and Security Officer (CSSO). The CSSO shall be especially knowledgeable regarding the requirements of FAA Advisory Circulars 150/5200-18-Airport Self Inspection Guide, latest edition and 150/5370-2 - Operational Safety on Airports During Construction, latest edition. The CSSO shall represent the Contractor on safety and security compliance. The CSSO will accomplish the following: 1. Develop and submit in writing a detailed work schedule with dates and times of all milestone events. 2. Develop and submit in writing a detailed outline of the procedures to be followed to maintain safety and security of both Contractor operations and the integrity of airport landside and airside operations during the prosecution of contract work. 3. Conduct at least one meeting of all Contractor supervisory personnel prior to the start of contract work. The purpose of this meeting is to review the approved Work sequence schedule and safety and security procedures. Attendance at this meeting by the CSSO, all Contractor supervisory personnel and the RPR is mandatory. 4. Develop a safety and security orientation program and provide a briefing for all employees of the Contractor and subcontractors that will be used on the project. 5. Submit a Safety Plan Compliance Document (SPCD) to the RPR describing how it will comply with the requirements of the CSPP and supplying any details that could not be determined before contract award. Before beginning any construction activity, the RPR will instruct and assure that the contractor is aware and understands the safety requirements and hazards described in the Federal Aviation Administration Advisory Circular (AC) 150/5370-2 (latest version), Operational Safety on Airports During Construction. A copy will be provided to the contractor and reviewed at a pre-construction meeting prior to the start of any work. Operational safety shall be an agenda item at the pre-construction meeting. The Contractor shall schedule regular progress meetings throughout the construction of the project. Operational safety shall be a standing agenda item during these meetings. CSPP for Relocate Runway 7-25 3 3306 Phasing The work required to complete the Relocate Runway 7-25 project is separated into 5 phases. The work associated with each Phase is discussed below. Some of the work to be completed under Phases 1, 2 and 3 will require partial overnight closures (between the night-time hours of 9:00 PM thru 6:00 AM)of applicable taxiways. Phases 4 and 5 activities will require overnight and rolling runway closures respectively. The Contractor shall receive prior approval from Airport Operations prior to each work shift within the RSA and TOFA. For clarity, the taxiway references within this document will refer to existing connectors by their current nomenclature, and newly constructed connectors by their new naming convention. The taxiways will be renamed accordingly: Existing T/W Proposed T/W Name Name B Al C A2 D A3 E A4 -* A5 Phase 1 - The construction activities in Phase 1 includes the construction of Taxiway Connector A5. Prior to starting Phase 1 construction, the contractor shall install all barricades, construction signs, and erosion control devices. Demolition tasks include grubbing, excavation, grading and disposing of existing material. Construction tasks include compaction of subgrade, embankment and base course material placement, as well as full depth taxiway asphalt placement. Other work items include the installation of drainage structures on either side of the connector, installation of taxiway edge lights, taxiway signs, electrical conduits, and application of pavement markings. Phase 1 can be concurrent with Phases 2 and 3. Work activities in Phase 1 outside of TWY A and E TOFAs may occur 24 hours a day with appropriate coordination with the Airport and RPR. Work within taxiway TOFAs will require the partial closure of Taxiways A and E between 9:00 PM and 6:00 AM. Refer to Sheet G-301 in Appendix A for more information. Phase 2 - The construction activities in Phase 2 includes the construction of the south- portion of Taxiway Connector A2 (proposed). Prior to starting Phase 2 construction, the contractor shall install all barricades, construction signs, and erosion control devices. Demolition tasks include grubbing, excavation, grading and disposing of existing material. Construction tasks include compaction of subgrade, embankment and base course material placement, as well as full depth taxiway asphalt placement. Other work items include the installation of taxiway edge lights, taxiway signs, electrical conduits and application pavement markings. Phase 2 can be concurrent with Phases 1 and 3. Work activities in Phase 2 are limited to the hours between 9:00 PM and 6:00 and will require partial closure of Taxiway A. Refer to Sheet G-302 in Appendix A for more information. Phase 3 - The construction activities in Phase 3 includes the construction of the south- half of Taxiway Connector A3 (proposed). Prior to starting Phase 3 construction, the CSPP for Relocate Runway 7-25 4 3307 contractor shall install all barricades, construction signs, and erosion control devices. Demolition tasks include grubbing, excavation, grading and disposing of existing material. Construction tasks include compaction of subgrade, embankment and base course material placement, as well as full depth taxiway asphalt placement. Other work items include the installation of taxiway edge lights, taxiway signs, electrical conduits and application pavement markings. Phase 3 can be concurrent with Phases 1 and 2. Work activities in Phase 3 are limited to the hours between 9:00 PM and 6:00 and will require partial closure of Taxiway A. Refer to Sheet G-303 in Appendix A for more information. Phase 4—The construction activities in Phase 4 include the preparation of the area where the new runway footprint will be constructed, as well as the demolition of extraneous pavement on the south footprint of existing runway in preparation for the future RSA grading. Phase 4 can be concurrent with 5. Work activities in Phase 4 are limited to the hours between 9:00 PM and 6:00 AM and will require overnight runway closures. Refer to Sheet G-304 in Appendix A for more information. Phase 5 - The construction activities in Phase 5 includes the construction of Runway 7- 25, TWY Al and A4, as well as the north-halfs of TWY A2 and A3. Phase 5 also includes the demolition of existing Taxiway B, and a portion of Taxiway E. Prior to starting Phase 5 construction, the contractor shall install all barricades, construction signs, and erosion control devices. Demolition tasks include clearing, excavation, grading and disposing of existing material. Construction tasks include compaction of subgrade, subbase course material placement, as well as full asphalt placement. Other work items include the installation of taxiway and runway edge lights, taxiway signs, electrical conduits, Runway NAVAIDS, and application pavement markings. Phase 5 can be concurrent with Phase 4 but can only be started after Phase 1 completion. Work activities in Phase 5 may occur 24 hours a day with appropriate coordination with the Airport and RPR and will require the continuous closure of Runway 7-25. Refer to Sheet G-305 in Appendix A for more information. Areas and Operations Affected by Construction Activity This project is located adjacent to active taxiways, aprons, and runway. The specific work areas are as follows: 1. Taxiway A, B, C, D, and E Safety Area and Object Free Areas 2. Existing and Future Runway 7-25 footprint Any excavations or trenches located within the TOFA or RSA will be covered adequately prior to reopening of closed work areas. Coverings for open trenches must be designed to allow the safe operation of the heaviest aircraft (EMBRAER 175) operating on the runway or taxiways. The RSA and TOFA will not be allowed to have any drop-off greater than 3 inches. A 1.5-inch drop between paved and unpaved services is required to ensure proper drainage away from paved surfaces. The first 10 feet outside the paved surface shall have a 3% to -5% grade to ensure positive drainage away from the apron. Any excavations must be temporarily ramped back up to existing grade in all directions. The temporary ramps shall be removed during the work shift when the Contractor is ready to place backfill material. Steel plates may be used for open holes or trenches that cannot CSPP for Relocate Runway 7-25 5 3308 be ramped up at the end of the shift. Prior to re-opening any area under work, the construction site must be inspected and approved by Airport Operations. The Contractor may, at the discretion of the Airport, be required to provide and maintain an emergency response route through the work area for Airport Emergency Vehicles. The emergency response route must be clearly defined, graded to prevent ponding and able to support the frequent use by Aircraft Rescue and Fire Fighting (ARFF) vehicles. Construction vehicles will give way to emergency vehicles at all times. Parking or staging of any construction equipment or stockpiling of materials blocking the road or access to the road is prohibited. The need to establish an ARFF/Emergency roadway and the status of the route will be coordinated with the Airport, ARFF, and police personnel. NAVAIDS Construction activities in Phase 5 will impact NAVAIDS and NAVAID critical areas. The Contractor shall have underground electrical utilities located prior to the start of construction and shall protect these utilities from damage at all times. The Contractor shall avoid damaging existing airfield pavement edge lighting. PAPIs will be replaced and REILs will be relocated to accommodate newly shifted runway geometry. Contractor Access The contractor must control all project related construction access through the designated project access gate. The gate must be secured following entry/exit. The Contractor will provide and maintain secure access to the construction site, as well as staging areas at all times. No unauthorized construction personnel or traffic will be allowed onto the airfield. To this end, the Contractor shall establish and maintain a list of Contractor and subcontractor vehicles authorized to operate on the site. The Contractor shall supply this list to the gate guard to keep on hand while guarding an open gate. The contractor staff, employees and sub-contractors (including delivery and haul operators) required to enter the air operations area (AOA) to conduct contracted work may be required to produce valid government issued photo identification. This project will not require security badging. Location of Stockpiled Construction Materials The Contractor's staging area is located immediately inside the Aviation Blvd Gate located at the west end of the airfield. No stockpiling beyond a day's worth materials will be allowed in the Aviation Blvd staging area. The height of any material stockpiles must not encroach on the Part 77 surfaces or any of the approach surfaces of Runway 7-25. CSPP for Relocate Runway 7-25 6 3309 There are no stockpiles or any storage of materials or equipment permitted in the ROFA or TOFA. Stockpiled material must be constrained to prevent its movement as a result of aircraft blast and wind conditions. See section titled `Hazard Marking and Lighting' for requirements for identification of stockpiles. See section titled `Wildlife Management' for provisions to prevent stockpile material from becoming wildlife attractants. See section titled `Foreign Object Debris Management' for provisions to prevent stockpile material from becoming Foreign Object Debris (FOD). Vehicle and Pedestrian Operations Access to the airfield for construction activities must traffic through the staging area off Aviation Blvd, located just West of the airfield. A Contractor's gate guard shall monitor and coordinate all Contractor traffic through the gate. The AOA Gates must remain locked and secure at all times. The Contractor must verify that the access gates are locked at the end of each work shift. The Contractor must provide a gate guard to be posted at the gate to allow the gate to remain open. All Contractor personnel authorized to travel on the airport shall have been briefed as part of the Contractor's construction safety and security orientation program. Contractor personnel will not be permitted to drive their individually owned vehicles to any construction site on the airport under any circumstances. Contractor employee vehicles shall be restricted to the Contractor's staging area and not allowed on the AOA at any time. Material suppliers, subcontractors and visitors to the construction site must follow the same safety and security procedures as the Contractor. The Contractor's vehicles operating on the airfield shall display above the vehicle a flashing amber (yellow) dome-type light or three-foot by three-foot orange and white checkerboard flag. Two-Way Radio Communications The Contractor's vehicles must be under the control of a contractor mobile (two-way) radio operator (flagmen) monitoring the Airport frequency. All Contractor vehicles required to operate outside the construction area limits as shown in the contract plans must be under the direct control of a flagman monitoring the Airport frequency. Flagmen and two-way radios will be furnished by the Contractor. Flagmen shall be instructed in the use of two-way radios prior to using them on the airfield. CSPP for Relocate Runway 7-25 7 3310 Airport Security For additional Airport security information, see "Contractor Access" and "Vehicle and Pedestrian Operations" sections above. The Contractor has the option of hiring their own security guard or an extra security guard during larger scale events. Contractor, subcontractor, and supplier employees or any airport personnel will be restricted from entering an airport area that would be hazardous. The Contractor, staff, employees, sub-contractors, delivery and haul operators, or anyone required to enter the Air Operations Area related to the contract work, is required to produce valid government issued photo identification. The Contractor is required to supply daily lists of all workers as well as list of all planned or anticipated deliveries. All vehicle operators must have, in their possession and produce on request, a valid driver's license. No temporary construction gates are permitted through the airport perimeter security fence. All access to the AOA will be via designated access gates as described in the above subsection `Vehicle and Pedestrian Operations.' Altering or any impact to the security fencing requires continuous monitoring by Airport Operations staff or designee and the fence must be restored at the end of the work period. Security fence that is relocated to permit construction activity shall meet airport perimeter security fence requirements. Temporary, non-compliant fencing requires continuous monitoring by Airport Operations staff or designee. Wildlife Management No food or food related debris is to be left on the site or disposed of on a construction site. The contractor will be directed to maintain construction sites, haul routes, stockpiles, and storage areas in compliance with the Airport Wildlife Hazard Management Plan. Ensure dumpsters are secured and/or covered. Foreign Object Debris Management The contractor shall be educated regarding airfield work and FOD including dust control. The Contractor shall provide one watering truck, and two vacuum assisted sweeper trucks at the start of construction to daily clean all pavements affected by construction. The second vacuum truck will be the back-up in the event of a mechanical issue with the primary vacuum truck. The vacuum truck shall remain on-site for the duration of the project and shall be available at the discretion of the RPR to vacuum pavement areas CSPP for Relocate Runway 7-25 8 3311 adjacent to the construction areas to ensure no FOD is present on pavements within 500 feet of any construction area. Ensure all vehicle loads are secured and/or covered during transport. Waste and loose material must not be placed in active movement areas. Materials tracked onto movement areas must be removed continuously during the work project. Provide continuous clean-up operations including vacuum sweepers for all haul operations or other related traffic to and from the work site. The Contractor will control dust and debris from the construction operations to a level acceptable to the RPR. Hazardous Materials Management The Contractor shall develop HAZMAT management plans and keep copies on the jobsite of material safety data sheets (MSDS) for all materials handled on the jobsite. Notification of Construction Activities All runway and taxiway closures will be coordinated with the RPR. The Contractor must contact the RPR a minimum of 72 hours in advance of any requested closing. The Contractor is advised that all closures are contingent on review and approval by the RPR. The Contractor shall designate a primary and alternate employee to be the responsible Contractor's representative. Each of these designees will be available locally on a 24- hour basis. The names and phone numbers of each of these designees will be made available to the RPR. Points of contact for this contract: - RPR: TBD - Marathon Airport Manager, Michael Legere: Office: 305-289-6302 Mobile: 305-699-7573 NOTAMs will be issued and updated by the Airport with the latest airport construction information. The Contractor has no involvement in the NOTAM process. The Contractor coordinates all work through the RPR who is responsible to coordinate all work with the Airport. The NOTAM system will be supplemented with an appropriate Aeronautical Construction Notice disseminated to the ATC, all tenants and ARFF personnel. The notice is a text and graphical depiction of airport construction activity in accordance with CERTALERT 07-01 The contractor will be supplied with and required to keep posted at each work site the following emergency numbers: CSPP for Relocate Runway 7-25 9 3312 - Monroe County Emergency Dispatch: 911 for medical, fire and police emergencies. - Monroe County Sheriff's Office — Marathon Substation: 305-289-2430 - Marathon Fire Department: 305-743-5266 - Baptist Health Emergency Care I Fishermen's Hospital: 305-434-1000 - Monroe County Animal Care & Control: 305-294-4857 Inspection Requirements The Contractor is responsible to perform routine onsite safety inspections with the RPR throughout the project and address any deficiencies, whether caused by negligence, oversight, weather, airport operations or project scope change. The RPR will arrange for inspections prior to return to service of any facility, that has been closed for work, on or adjacent thereto, or that has been used for a crossing point or haul route by the Contractor. Underground Utilities Contractor is required to comply with all airport safety provisions, permit and certification requirements such as underground utility mark-out, electrical circuit shutdown, welding, confined-space etc. The Contractor will obtain underground clearance from all utility companies at least 48 hours prior to beginning any construction. The Contractor shall obtain a Sunshine State One Call of Florida, Inc. certification clearance number and field markings at least 48 hours prior to beginning any excavation. Sunshine State One Call of Florida: 811 The Contractor shall maintain a list of all utility owners and contact information for each utility owner. The Contractor shall notify utility owners in the event of any accidental disruption of their respective utility. Penalties Noncompliance by the Contractor with airport rules and the regulations or failure to comply with the Airport's approved CSPP may result in fines as allowed by law. Special Conditions Airport runway, taxiways and ramp areas will remain in use by aircraft to the maximum extent possible. Contractor's operation will be controlled to minimize disturbance to aircraft area including dust control procedures and debris control. CSPP for Relocate Runway 7-25 10 3313 The Contractor will be required to provide and maintain lighting, and/or signs adjacent to the work area or any lighting and signage affected by electrical work related to the contract work. Contractor, construction employees, sub-contractors, delivery and haul operators, or any other support workers required to enter the AOA related to contract work will be required to wear a reflective safety vest, day or night. In addition, all personnel are required to wear appropriate personal protective equipment (PPE) for the work they are performing. Runway & Taxiway Visual Aids — Marking, Lighting, Signs & Visual NAVAIDs New runway and taxiway edge lights, runway and taxiway signs, and conduit will be installed to comply with the new taxiway geometries. New runway edge lights, signs, NAVAIDS, and conduit will be installed to comply with the new runway geometry. Marking and Signs for Access Routes The Contractor shall mark and sign the access routes as directed by the RPR and stated above in the section titled `Contractor Access' above. Signs shall conform to the Federal Highway Administration Manual on Uniform Traffic Control Devices and/or State highway specifications. Refer to Sheet G-320 in Appendix A for more information. Hazard Marking and Lighting Proper marking and lighting of areas on the airfield associated with the construction shall be the responsibility of the Contractor and shall be described by the SPCD. This will include properly marking and lighting closed runway, taxiways, taxilanes, and aprons, the limits of construction, material storage areas, equipment storage areas, haul routes, parking areas and other areas defined as required for the Contractor's exclusive use. The Contractor shall erect and maintain around the perimeter of these areas suitable marking and warning devices visible for day and night use. Temporary barricades, flagging, and flashing warning lights shall be required at critical access points. The type and location of marking and warning devices will be approved by the RPR. Special emphasis shall be given to open trenches, excavations, heavy equipment marshalling areas, and stockpiled material located in the airport operations area, which shall be predominantly marked by the Contractor with flags and lighted by approved light units during hours of restricted visibility and darkness. All marking shall be in accordance with FAA Advisory Circular (AC) 150/5340-1 M or latest edition. All Air Operations Areas not in compliance with FAR Part 139 will be closed, secured and appropriate notification disseminated. Access to hazardous areas will be restricted and all hazards shall be marked with a combination of barricades, traffic cones and/or flashing red lights in order to make the hazard obvious to aircraft, personnel, and vehicles. CSPP for Relocate Runway 7-25 11 3314 Hazards such as open utility covers, areas under repair and stockpiled materials will be marked and lighted. Barricades and signs affixed to the surface must be frangible at grade level or as low as possible, but not to exceed 3 inches above the ground. Traffic cones may also be used as approved by Airport Operations. Non-frangible hazard barricades such as concrete barriers, 12x12 railroad ties and/or metal-drum-type barricades are not to be used in aircraft movement areas per coordination with and approval from the RPR. Ensure adequate distance for aircraft engine blast protection within the work site is provided. All barricades must be weighted or sturdily attached to the surface to prevent displacement from prop wash, jet blast, wing vortex, or other surface wind currents. All barricades will be continuous and securely connected together unless the contract drawings specifically permit spacing. Spacing of barricades, when permitted, will be no greater than four feet. Barricades and red flashing lights are required for Taxiway closures as directed by the RPR. The contractor may be directed to supply and place signs and other construction barricades to completely enclose a staging or construction area. All barricades, temporary markers, and other objects placed adjacent to safety areas associated with any open runway, taxiway, or taxilane must be as low as possible to the ground; of low mass; and easily collapsible upon contact with an aircraft or any of its components. The contractor will be required to supply and place orange traffic cones, flashing red lights, collapsible barricades marked with diagonal, alternating orange and white stripes as directed by the RPR. The contractor shall designate a primary and alternate contact from among the Contractor's personnel to be available on a 24-hour basis to be responsible for the maintenance of hazard lighting and marking equipment. The names and phone numbers of the designees will be made available to the RPR. Protection of Runway and Taxiway Safety Areas Certain phases of this project are located adjacent to active runway and taxiways; therefore all construction activities shall be conducted in a manner acceptable to the Resident Project Representative (RPR), airport operations and the federal aviation administration (FAA) to provide acceptable levels of safety for all airport operations. Periodic meetings will be held to coordinate the activities of this contract with other Airport operations Activities can only begin once approval from RPR is received. The Contractor shall establish a system of visual aids for marking and delineating the limits of required clearances adjacent to active taxiways, runways, and NAVAIDS during CSPP for Relocate Runway 7-25 12 3315 construction. The system shall be easily distinguishable during both day and nighttime construction. The Contractor shall submit a detailed plan describing this system of visual aids to the RPR for approval prior to the beginning of construction. No work is permitted within 75 feet of an open runway centerline or 62 feet of an open taxiway centerline. Work within these areas can only be performed during closure of the subject runway or taxiway. See section titled `Notification of Construction Activities' for more information on obtaining runway and taxiway closures. Open trenches or excavations are not permitted within the RSA, TSA, or TOFA while the associated runway or taxiway is open. Trenches must be backfilled, if possible, prior to reopening of the taxiway. If not possible, trenches must be covered in such a way as to allow the passage across the trench of the heaviest aircraft operating on the taxiway without damage to that aircraft. Trenches, excavations or other hazards will be marked and/or lighted in accordance with the section titled `Hazard Marking and Lighting.' Runway and taxiway safety areas disturbed by construction work or activity will be graded and continuous measures taken to prevent erosion by water, wind or blast. Equipment, vehicles and materials, not being utilized in the immediate future in the work area must be removed and stored at a remote site not on the AOA. Construction equipment must be removed from the TOFA and RSA when not in use. Materials should not be stockpiled in the airfield outside of staging area unless they are to be used within that day's work shift. All equipment, supplies and excess materials shall be returned to the contractor's staging area at the end of each work period. Construction equipment will not be parked on the AOA in a safety area or obstacle free area. Site storage of supplies and equipment requires approval by the RPR. All site storage containers must have company name and 24-hour contact number clearly displayed. All containers, equipment and/or supplies will be located in designated and defined contractor staging area clear of all airport safety areas, object/obstacle free zones, obstruction restrictions, movement areas and clear of aircraft engine blast criteria. Phases conducted during nighttime hours will occur between the hours of 9:00 PM and 6:00 AM as noted on drawings. The Contractor must coordinate with the RPR and Airport Operations prior to any work area closure and re-opening. Prevent personnel, material, and/or equipment, from penetrating the Obstacle Free Zone (OFZ) as defined in the Federal Aviation Administration Advisory Circular AC 150/5300-13 Airport Design, Paragraph 306, "Obstacle Free Zone". CSPP for Relocate Runway 7-25 13 3316 Runway thresholds must provide an unobstructed approach surface over equipment and materials. Construction activity will be limited in order to provide Part 77 Obstruction clearances. Other Limitations on Construction Open flame welding or torch cutting operations are prohibited unless adequate fire safety precautions are provided and these operations have been authorized by the RPR. A permit is also required for these activities. A permit is required for any interference with any life-safety system, e.g. fire hydrants. Work involving any life-safety system must be coordinated through the RPR. Any proposed crane operation shall be evaluated through the FAA Obstruction Evaluation/Airport Airspace Analysis (OE/AAA), filing forms 7460-1 and 7480-1 electronically using: tt s://oeaaa.faa. ov/ . Crane booms shall be obstruction marked and lighted. Cranes working during periods of darkness or low visibility shall be fitted with a red light illuminating the crane boom. These red light beams shall be aimed and shielded so as not to shine toward aircraft in the area. The Contractor shall provide contact information for a Contractor's employee who is on-call 24 hours per day and seven days per week for emergency maintenance of obstruction markings and flood lights. The use of flare pots within the AOA at any time is strictly prohibited. The use of flare pots within the AOA at any time is strictly prohibited. The use of electrical blasting caps on or within 1,000 feet of airport property is strictly prohibited. CSPP for Relocate Runway 7-25 14 3317 APPENDIX A CSPP for Relocate Runway 7-25 15 3318 1011 al6NOD--N-ale --i / aa� 5 G]" S31ON GNV NV-ld ONISVHd ONV X13dVS E NOuom]1SNOOIV2i3N3O (� ! � 4,,Vl -o�N o z¢ zr m m¢ o~cN mw am w° z r z° � z �wr Z Do EaaU xFNos o 11 �'! _ _ _ _ _ m (J-J z! 3 _m ° WDF�x ° _ w ¢ c wr wm f,;�t 1 I I a0 LLD w WFo ra< _ 3 3 a �� oz N� z z x zN ¢s a a a a w r u ... cc ow oz _ o'o�M� wz 3m w z LL �QQQ ¢w 1 w w ww o� 7 1 Q om o rim �w w w ¢rc¢ i 1 '} I ditlRR P. III' I '�aw If�,I �r; wpx °3:1 z� �x fj 1 � Q 1 I I J d� m w w zr O O O w w- r¢O T. w�Y OQD �0� Z LLD O O �OOW = �D pijFj� '¢� 1 III III I�1 m� m D ° i F N°a - 1 ( o.Vlw ' c`G ��LL 2Q a¢ 1 oDzm- zpd D w _ _mWi> nip FI.¢w aU' - - r z0 pw - ' aria J?s¢ D ,Qo ad awaNzz aw�2- oar '0W _ ¢p =ia��~ a�(z'VY" Ana � w�wa5�� D > 'a�as> 'o°> wrd ! IIpII az��zw sm�° �owo4Q Jogo�a�a - p , waw¢>� ji¢p _3wa5 aD¢� �- ° a�= ° o�oNo� ozo¢ pwz-Qa - oUi 1 I+ wa o aow>�� �" a,r„LLsw o� ==oFo raa� saa _ rco� mz °=riaoo raa_oi o a owwD ywo oszc - - r� �¢zr zwz O o -El- =_m �wz = p o '�s FD � ��W I I I, ! I Diw�°Js oQapv,4pw F N�o�_ o3zo _ wza°¢ ozw �r IY�N \.!i w5woas'n wu'w� r f. FDi i¢ QOQw¢ �c= ow z D D t9��Wz uc¢.i�¢m(II �a Jwvi �YaU 1 r zuo� D wo-m°W z°wm aaw zozmoz ¢� wo�am WS p ri r¢ W. JLLNw w aoaJ¢y 1 I ro"_� _ Gw i° oo;nod i"�om W. W - ! 5.z77 J.m 1Dazazm, m_ uDSaDz ur_rca ror�ruo rasa u�mz moa II J' �` ""7�,II �;. lJI;7 1I1 1��Yrt,-./ �����"✓1„':. wo wo`oy o �W"w � waYawm°o�zwosm�� �zz�tow Nzwz� or 1 I) I w - a - wul aa°w°z�Woz r In - _ <wo a� ¢ �ow "w1 _ . ra °� - boo oar YD p p wyo =dam tt]v� w ow o� _ z �i= _ _ °3gsom W�rc- _ maDwo Ci ¢°tea ytim�i ¢� aomrca rm 3Qo� �¢� _wov' w wwoi wo d_ D _ I 1 o U D > rc�z=�3wz � awwrm �� f dY1 d II, .p ( I ¢ o s�yoaLLWxN oo� ¢ Il,.f wa�a caoa �~tt�i ¢�zWQ; Sw `Du ° - ¢� r o wF Daga� o�w � J 1 Q olo �ip u'oo�6¢m ocp�zO ?Zrrww of = �[aa mrm¢a ¢ _ oa¢_Waz - r zwD°�°' Q3 r Rz°-w?=< - 0�,/;: s op - aamow soots oaos Q p�� wa oNor z 1 m o wiz - r� w� m mm oo�03. pa - 1 ¢ acaz o 3y�w°a aLLa a�oo 1 �:. � az m rr rm¢?Swwa¢z �O¢zow o Joax w aF �w 3319 N0113-16NO3—1°N-IN a°N--i S31ON GNV NV-ld N N sgooe ONISVHd ONV 113dVS a o Noi-Lo b1SNOO L 3SVHd (� u = W — a X/2(✓ ❑ ,✓ a w El m o a ❑i o „ a } Q Q N W a / m m m W w W � � m ' o ❑ z L ,"u ss4,Uni ❑ ui w �.. r o El H 1 m O El O 1 �¢ ❑ YElIf x z O E_'' O w > OKpt W - _ - Y rc� w U OF O Q - Z w w F a z 2 w O jU - zo D O Q�oU-N - ¢ O r 00 - - O W S wQ S. I r - 2� a - 2 w(9 m0o o o ¢ - 1 - ¢ - 0 I ICI _ _ �ozo 1 � ia 1 0 1 -w� 'o - w a s oo _ Z. am - - o� - w -w y w n w z z a¢ o a o U � � �� rU a / a w � i 0 ow` W y�',,, w za _r o 1.oa 1m1 ofw �owLL J w � u u r - �_> �o °° mFwz w zo a W m w w _aoo g wo moo=m a=� ¢ 1 v,a x4�Oww �zw w ¢am QYa F -z� El w f 7 �° orc o- o° o= IV'f ❑� ❑ , w tiw �° ti= oo� way a ,�.. z - �Uma� zzLL allo Nw�� ° - a��=w o ❑ o � waa Ne - �- LL Nam w maw o svAml o - o - amozw ow�W w ¢ ✓ w ¢ 3� m El' El o � w \3 Boa <�a w oa' >�¢ w w zFW oN FFo= o w m O E-7' El D a° a°� aaa ��� am� ° xwxo z o� w z � p js:mlm I I - c� o z o - ,,,- ,,--- o o�_ am w III UI um'll�u"�..uu tul� w m orw o o - - a a o 0 0 - �oU I n r rn - w - o w o IS o aR r mw F z w o I m ww w w -o a - - 1 w L > o z w ow w rL = am 'oaw _ >oo _ � Ia w o - o ma 1 I rn w s m a°d x 3320 III—oNaN—d I N°Il°nT isN—a°i 1°N-010 am G3—i "-�"" z ae 3rrr�rrnu-a»i — S3ION ONV NVId ONISVHd ONV rl13dVS Noi-Lo ]ISNOO Z 3SVHd N (j ir, t w z o > _ t LL N w F o o a o I ~ z z w < w N U m - �../ W O D FX V� �n...... - N MMM o ° o o o c a a a rc rc ° w w ¢ z x z I I Im 1 �r P AVM WI III 3 ¢ a j o -a c I�" = w ur. N °° - w d ww � ww � as a a x w w ` o LLw a li 0 0 °a ° ° x w w z o 1 o a Y ° a a �g °a N N w 3< o o w,o L. f I M w � Na - =aww �a as ¢_< a,w AWN w =mow d rl w mow¢°o z �a=� =cos o z =� z gza ° z =a Nao a� ow �a ��Z - - w _ ° sa LL wao� zQ�� Q w s z s _z _� w o � w 71 oz 72 � _ i 1' ' Yi 2 w 2aa° wz tt U UO D1zOF2 W W tt H O z m�0aa' 70 71 Iwo Ht�ttU ¢Fa¢O K 1\ we T w > ° I� O , r G 12 12 ° z � o d, Nf� �o LLm No ¢d � CZYhtl ANL � � Dom 9D m o ¢ a O O D �a =o �N �u •,o w - - o�`s I - o - N o oQa J _ yam iY 011 - I s, - o or` w _ o4¢W >��d z oar z - ,� owio - = fi£ 332 1 sPoarozm3�da�,d�Ma—N—N— NOI1011?J1-00-1—M ❑31 i 5..�.. 63ION ONV NVId o ONISVHd 4NV/U3dVS c� NouonwSNOD£3SVHd (� r %i J`, IIII11 W — m �m M y � — N E�' n, �, z z m a w � o — �� B `' ( ^, p m - w �; d r, _ � a m � w — � � w u „ � r � � _ w w w I a � m � � z I 0 G _ � � r~ o - U �e r. m rq z 0 0 p m m m a a w i a - > m m � w 'z � w z z x x z ¢ z w w I 1�' Am Q �o mm h — I m w 0 N w N I IIIIIIIIIVI�IIf I � � —_ � � a z5 00 O Z r= r ¢ J a a WU K ¢m O m — w0 O ¢ I ~ m O lStlp krI9 A 1 � c9 m — O O� 00 D O �JQ O O t,K Z U a U o az U U ttu U�UU' GI W K ¢a0 2 2 w ¢ W w Z Z O m K ri O W O m u ' N t a� 114 �m +w � oLL � o�w aW mm m jsmz w 11 _z U _ w o _ wrr ¢ P! ¢�D z pill �rsz� o0O wow r w a iz � 5 z ____ o �aiwm'o oodww > _ Ulf o z m 2 0 �wawzw -zao w� s �ll I o o �az �2�Qow 2�a �¢ q, � z w w .... w m� a o -m a9poa � °->aao� a ¢ mM. Q a3o �`va w Y a oo� � i w wino moaaw w z oozao� = o o�c�owz � N w w y _ w _ w w =o a� �xwz� w ,w o �m s o ¢�a¢o rc 2 > � z + w � 81 a m w 4 w W , W 0 z w a, om a =a 0 aw aw a. m a _M J I ¢ w F m w w MM Nst — i wq oar o�¢ m= a� _ O z o`a oaF a a.F zq two wm m o m w m ¢ � m o wm > w ow o /) a / # WIN w ar a a + � wm i QII �= 3322 — N—E3��a� N011pll?J1-03—1—W ❑31 i 14 S310N ONV NVId CD"f ' f, SNISVHd 4NV A13dVS r� '2p N011om]ISNOO b 3SVHd (� 1) � 19�f���� �� � li I �I �7�•�� a - - ' a a o -z p a w w p s w w IT - i !11i F o p o � a w N f w a m O o o - � a z K I �it I �V Ili - r ' � _ 75 p 1 p wiul � p p =a I p = rK aKa� a a� w �wa a r� �� K= zz I �z z wp M -zp o w p �rN p� J , a ( ,�� LL z z -- 0 I o�w oww � _ KSpzz op°'zz FKx ¢ Wwo W c� ww op r aw wxp oar Nw xo iap _wz m - oz �� o �r r/ �pa� w NSoF ���� o�mp . �r"Y i,i ���; iod 1 W�ira� 1,,,rit w o - o o o ri _ - s II a =aw - - o== = K =pw w wK w �e g�w axY Na�wz'o. r t p xoo xw ow� u5� ¢�� 3 p= z4�w oo�> �z I°wQ f ICI p m Q w ZQo�w - _� pp o¢� N ��ww Kw zpQp w�pw xF� z�p� Qaoa a�>�w a�>°� w p w �I f _ _- �.ow= amww �a_� - map ' w w IRw -H <a � <wd <�� a�aap ii .zz w =� JKa>= �xKzr w rl 0 {{ # t/, � W.O o � ¢1 o wF - o K w° a S III 1 I� `T 4 w , p I y4 Cy[ , _ a � o wp a o w oop K x I a iQ w as z w w � w Ko xm a oaF !f,{�f'.... sY w - rcQ Qos .o i w w o x p p l 2'<�7) <= ? rc3 � o �z w a Koo -zo w w3o az � w m owl oo¢w - a p a o yo_ wa 3323 NOIIOI1-6NOO NCJ ION-419 NO,f U-SSI M mtuna�xuv�r�nm xma y a3J r�r 63ION ONV NVId ONISVHd4NV)l13dVS NOuoml1SNOO 5 3SVHd `(� , 0 1 '�.I w a D It o if r z Il� N w o w a w w a x IIr � PI � �+ o ° D M w w w ¢ I X F � I I�.f �I o � , �II _ a € I D a a Q _ l ° f ° � wz W "� LLoo LL�S°wo a �¢ w o�= �wtiwz w N z ¢ Q ? Q DJa =QOWw= z a �Q LL LL P. z � o F o 0 oa ro N�Oo �dz�o o o S w >o w o�zomz LL oa � � w- 'r w �� Rio oi"� _ ¢2 5J ti ° ' t � f � •.0 o wD U'o D s qq z� qq LL ! F ¢ N y 7 �11 yF M f z II Wp,EF wo oc�Q ui ¢o zza�2 w°� owF zZQti 2 f ` kk o° N DaNz zd z jo Qaao ow o- - U Nowa `= w o z D oNa= w ¢= rc i owzj y w w x xl ✓ ,.a < I a3a� oa a xNxi»� �� n x w z /Arne W„ -d � x if,.� � .> awm�rc aw °� I Ni> ZDOzw (� ;=z N ° wm _o J Ol- w = �¢ o�w Q� 3��� 1. � w a�awz, 11 w z x w a D I z a n 3 ° o I �1 1, o �D 7 jL.fl J I 's °aa o02. 9. IIEI `I >o°g aoDo 11 D 4 xw � a �Ob U ➢ m F _ o - oz zd Q¢ x o, S.rr o 04 iOz z4 ti z ' D __� �, o�so - a a� Z� F_ w - tows o `—¢'o ., w o¢ — w i¢ oas m aPePti�oz3�dalo,d,Ma63�oNa�dN�,d536d9�so,uM�a��oox��E��,�°I�3�oad.z�� 3324 NOI1011?J1-00-1—W ❑31 i rl11Z, C (E JO 0 SMON dNH ME S-IIHl34 A-ElivS ' C� s - a��z -aNw w 0 o z wwa W-°N--F�a"¢�LLO-w�Q<Fw z - m QJQF zw J E, wU°s _ W W p _ p ?t vmmx oSw ° U wai - W m 2 °> u¢i WIo pa�OW G Oam= Q 2 C W Z m W Z¢ °Swm QV 2 m F ° d D W w o � O z m C7 Z OrVt (JJ L of JOB _ �_U'o °S�mVO VWO a_ °�wz 2 zOQu.i O° O W ~U oW F 00 (V O Lou =oz ¢awz U ~ - JU LLoaj o oz K = �z - Q m0¢aon Oo °o� -- - W ¢ w wxo mow°moo c�¢ �zm �o J Qi� WttV aNwu~iN zz Z�w _ �OJ Ox_F __ w00 �A N �m nV¢ VmV Ti~ F O J z o i a a L7 _ WW. �w J W - _ F U - Lu LL h p - Q Z wJ U TILu I U - - Q oo J U U wLL V F = p W W N ¢ 7 U 0 � W cn z z az s U za i .o a _ LL z W =o a-z aQ U mw -- �F - 0 o L z= � J w w w'o Q DQ J_ W °¢ Q p F W U W o Z z �� � O Z o U' F ww - _ Z O = xz LD w ? °w JJ CZ_`J 0 �a z �o O (7 o w °� W mt� z s - m °w o�F r ZO adz _ oz Z z 5 �N� ww� r F w - w N Nw �ws - v m ° _�� wo F W - - w Z - -00 �x� _ i-� - _ W. = ma Z - \ ° w F mw° Yw- °tea O o w -LLo O IIIIIIIII U TLu Z w Z57) m �� w� �= _ =s� - - o NSW Z W, - w c�a w 0 - AAVSS3°3N W r¢ ?3? 7 LLm SV H1d30 O a Iluuuuuuu�uuuuuuuulllllllllll z sP9Po oz 3 da a,d ,a s,ro 3a u3�oz 9,ti,�a�,00.,a srw�3,5 3 oyd za a�o,l, , 3325 w , rl �\ ® qGe® E£»SM Neq ©: & : g� Jugs »rr : > ,!! / Lu \ \ u) _ ) § / / ( / _ - � j .. .d :�, ) , c _ \ - j : \ , 7'n. ,z !d§ a \ � xo » 3 of u\,_ /„: 10 \ - �� \/ /\\ \ . - � : 2 ) _ \ \\�\_ \Lu \ / \ \ w = w aX 1. e Lu :: E: , }§ » _: ! - - _ 77j ] )_ ® \ Ew \\ \ _ of \{\\\ �< �} ( /\ /I10 §§ §2Lu )( (� L . Lu o 2 2 G w = 4- » /\ )(()} )\ t I!/E §; EZ \)< Z§ §\ )\!/\ /\ /} /\[ \§ /§ \� 3326 ® © \ ` a N -M G > g� Jugs g! / , rl ::{ \ \) , a \\ \ \\\} \\\\} \\\ \ Lu \ } \Lu / \ § _ : $ » F ) 6,Y / / z--4- / § / / ' > \ \ 2 / )� } } -� / / - ): _ « \\ Lo , , 3327 3328 APPENDIX 2 GEOTECHNICAL INVESTIGATION 3329 ti.7 October 20, 2023 Jacobs 245 Riverside Avenue, Suite 300 Jacksonville, Florida 32202 Attn: Kaly Queiroz, P.E. Email K.L Qjja j oz RE: Geotechnical Services MTH Relocate Runway 7-25, Phase 2 Monroe County, Florida TSFGeo File No. 7111-23-275 Dear Kaly: As requested, TSFGeo has completed twenty-two (22) Standard Penetration Test(SPT)borings to depths of 10 feet below existing grade, eleven (11) asphalt pavement cores, and collected six (6) samples for California Bearing Ratio (CBR) testing. Subsurface conditions were explored with a total of twenty-two (22) SPT borings to depths of 10 feet below existing grade,located as shown on the attached Boring Location Plan. The SPT borings were drilled using a truck-mounted CME-75 drill rig equipped with an automatic hammer. Samples of the in-place materials were recovered at frequent intervals using a standard split spoon, driven with a 140-lb hammer freely falling 30 inches (The SPT after ASTM D 1586). Samples of the in-place soils were returned to our laboratory for classification by a geotechnical engineer, in general accordance with the Unified Soil Classification System (USCS). The soil test boring profiles are presented on the attached Soil Profile sheets. Based on visual classifications, underneath the topsoil/asphalt layers, the soils encountered in the borings generally consisted of a thin layer of limerock fill underlain by limestone strata extending to the boring termination depth. Occasional layers of silty sand (SM) were encountered between the limestone strata in some of the borings. The silty sand layers were generally in the medium- dense to dense density conditions and the limestone strata were generally in the soft to very hard conditions. Groundwater depth in the borings generally was encountered between 3 to 41/2 feet below existing grade. Additional information regarding the borings may be found on the attached Boring Location Plan and Soil Profile sheets. A total of eleven (11) asphalt cores were obtained from the existing runway. Core samples were reviewed in the laboratory for asphalt thickness. A summary of the core data and photos of the core locations in the field and laboratory are attached. 2765 Vkta Parkway,Suite 10*West F'alro Reach,Florida 33411 3330 State of Florida Professional Engineers er s•e#38�173, snes License 2 Six (6) samples of the near surface soils were obtained from the field and submitted to the laboratory for California Bearing Ratio (CBR) testing. The samples were taken from approximately 6 inches to 11/z feet below existing grade. Laboratory CBRs ranged from 90 to 165. The results of the testing are included on the attached Report of Moisture Density Relationship. If you have any questions pertaining to this report,or if we may be of further service, please contact our office. Very truly yours, TIERRA SOUTH FLORIDA, INC. Ramakumar Vedula, P.E. Sean Tromans, E.I. Principal Engineer Staff Engineer FL Registration No. 54873 Attachments: Boring Location Plan and Soil Profiles— Sheets 1-4 Pavement and Base Material Data Sheet Core Photos Report of Moisture Density Relationship Summary of Laboratory Tests Grain Size Data Sheets Geotechnical Services TSFGeo MTH Relocate Runway 7-25,Phase 2 Monroe County,Florida TSFGeo File No.7111-23-275 3331 �-�3mn H�ronl z T �> IN Jul LU LL ,r Q LU U ~=U z Ua o 0 o ; v+• � m w zx w w" +, >' y ! n rz Y N � d m E ul it Z q > w p x � W M �" )• J v > ° ., m O 2 J () CL W � W N or Uj J r. > <� ti 00 h � � mr rw CD SI V-V 31P]14 ljvhl 3hil HDIVN1 w 3332 O z w N x DEPTH(FEET) DEPTHn(FEET) ti W¢Q ¢ 0 ¢ Lf) n wmw N w w � do a` ti 2 x zw=os_, pw=�wQ QywU G w ww�c O o w y z a RISC 9 Z � W W L, =W �'oi�oo O W(n�Z asti`nzo d �Q O w owzNwo o U a O z W_s., w 12 ° o �m c awa W ^i �w �a VMS o = w m ° , � NW m ❑ � � � �� SooF-1- z3~a a��a =�wazi=Qo x x r-az-�s W 1- ti ti W '~ � -z � oWV- po❑ � 1� m s ¢ w s ''wLLN��"- w z z z z pa o � WAQzp m � do ro� ; m� npiw m m 'N m� nsi asi na�Y¢y F tip ti J "' �ti wa~-~'= Z ¢x xxzx¢-.z a�wawJo¢ co ❑ F f7 on py S ~ LL EWu W~J J � LL y 2 til o�'�s! W W V U .� J W ate.twrW�W LL Y K pz�� u�diot O � J =p=` Q CL W'Z/1WCD > zz� za z¢-.rjo'n W W ao a INS, H N 0 A I 2 LLl ti y � a W ❑ 'o - Q o .N mm Nii m N N� ^ m vo No v� d � a w ■ -®�a" w o o r I I I I I I o m o m ^ m0 °m (133jJ H1d3O �133j1 Hld3a �� 3333 O z w CO w x OEPT H^(FEET) ^ OEPT H^(FEET) LUO d°tiR a�wmw N tz m Q w wx o K w w w w w L2owoQ In Z J LL � N >w w w w oaQ LU F p V)z W 71 ti J QZ W s °w�cz O ()a - 1,21 � O 0 z o =a x J Z vo v� m J VI mti m '� J VI � m`u 20o F- I-�I-z~Worn zy spo�a w s n Y Y °Wo = N 2 WQ�r�Wj�l� Wo ZWl,p❑ p r Lo �d WO��sZ I_ rn s �p W� N•� No o - rnu-�-YWF-�- ul z co Lb ° F- co Q CO CO O z z za W wTw,]ms J V a s�u:w w u_ 'S w w oz w _ <d W QQ � o 0 0 0 LL mw�zgw � ~ a Q CD a w -=owozo H LU N °�R s� w� wrnoa o = x ui � a w w a tt J w N W ~ O _w w W o � o Q 00 aQ G'SIT L:4 m Np N a z ■ ti O I I I I I I 0 o m0 °m (133j1 H1d3O (133j1 H1d3O s s 3334 O z w w x OEPT H^(FEET) OEPT H^(FEET) a�QR LUO �a�wmw N w owz�'�m a c w wx o 2 w �\oa pw w v' 9aQ J =N r w weti=w.` p LU W V)� a c'sw zc o Ua w m2 O tiro �w� W OQ �� z I V` rvw a x- x ¢ m zy soz s � x`m�ao-nQo 2 N c w w W mU-r ti w M o o wwm, �ww K nod Lo 40 hoa aF-F- F- w�w�o7 co w V CO o I.- Q CO CO }LL w = O ?� 2 y ti w LL Y Q d W m LL mw�zg U3 F a Q >CD L co [n LU H N h o moo. � ry ry �o �❑=E __ v , N N N _o ry , %%irr x x w W � a J O W o Y w a ov m m c N N a z ■ ti O I I I I I I 0 o m0 °m (133j1 H1d3O (133j1 H1d3O �� 3335 zz zz 47 zz zz '�z <O❑ <OC7 ¢OC7 ¢�❑ <O❑ <O C7 4O[7 ¢�❑ <O❑ <O C7 ¢OC7 w m w m w m w m w w m w m w m w m w w m w m w w m Z p10 ZOO CO C O Zp10 Zp10 CO C O Zp10 Zp10 CO a V a U W U a V a V a U W U W V a V a V W U w w w w w w w w w w w a,�W p,nw w w a✓�W p,�w w w a✓�W p,�w w Ewa Ewa oai a� owa Ewa Ewa oai a� oai na Ewa SwF SwF �r- �m E €e W W W W W W W W W W W L M N m E 3. 33w OZa OZa a3. a3. 0a OZa 3. 3. 0 W 0• W -0 w W F W F w w W F W F w0 0 vw�-- :a0 a0 a0 �z wz wz �z z z z wz 4 4 r r 4 4 r r 4 > > > > > > > > > > > a i o d 5 q R `za C T T T T T U U U U U O � � � � r•.7 w 0.W .p - U L W 3336 SHEET NO.: 01 GEOTECHNICAL ENGINEERING SERVICES MTH Relocate Runway 7-25,Phase 2 Project f 9400 Overseas Hwy,Marathon,FL 33050J DATE: 9/25/23 TSFGeo Project No.7111-23-275 �Q6 �NJ onli ,, INSPECTED BY: ST PAVEMENT CORE#1 I � / p , IR r/ I�f .Y.� Geotechnkal servNoes Report h P roje�ct# MIH Relocate Runway 7-2'S,Phase 2 Project 9400 overseas Hwy,Marathon,FL 133050 TSFGeo Project No,7111-23-275 ke �'* �dr Core# µ h Layer ry`xy I ti d ld Layer 2 Layer 3 Layer 4 U Layer 5 f Layer G y. s DESCRIPTION LAYER THICKNESS(in) ASPHALT 5.5 BASE 6 Note: Stabilized Subgrade not visible on site. Base course underlain by limestone based on samples recovered. 3337 SHEET NO.: 02 GEOTECHNICAL ENGINEERING SERVICES MTH Relocate Runway 7-25,Phase 2 Project f 9400 Overseas Hwy,Marathon,FL 33050J DATE: 09/25/23 TSFGeo Project No.7111-23-275 �Q6 �NJ 'li ,, INSPECTED BY: ST PAVEMENT CORE#2 r r � M w�Y,ja v i h M Pr o* �y�,�� GeuSecMnCaal Sorvir�s Report ��� fly;; 1�' � �,+LTW Relacake Awnwaq 7-25,Phase 2 PralecY 6 �904 Overseas Hvuy,Msrakhon,,FL 33bStY � �� / 'T5F'Cveo prujeck dl@,7111-23�2'25 �. Care# Layer 3. y Layer 2 N Layer 3 Layer 1: Layer 5 r, Layer 6 by: 'TJP r� sd��rAt flfh�rQrrflli��p� �Iru a C6 yr� uF9G� w I, MV11�JY�l�fr,�Ir��.�Oil�R11RRkf�d/9r��i7il�JDi,�arrma�rlJm�l��i�ir�mr�r�°rRm�ha�mmof���mrmroRm�orouorororcRoort�rr�w���"l�� L`,���yl�L�';, ,.. DESCRIPTION LAYER THICKNESS(in) ASPHALT 6.7 BASE 8 Note: Stabilized Subgrade not visible on site. Base course underlain by limestone based on samples recovered. 3338 SHEET NO.: 03 GEOTECHNICAL ENGINEERING SERVICES MTH Relocate Runway 7-25,Phase 2 Project f 9400 Overseas Hwy,Marathon,FL 33050J DATE: 09/25/23 TSFGeo Project No.7111-23-275 "NJ l; ,, INSPECTED BY: ST PAVEMENT CORE#3 1 yumdm it � ro: =.vmixinxr / w /r At v r , *Wrap it r"I➢��,,, 15m�, �r e: ✓l �//J�j /'�1r/////,1 Dili r//r//%/ rU r r/i/ urn , r 7��r��„ ,m✓�"„k, //�y/,��/�������//��i„/////�//////r��� ��„�n .� ��r�um�I�VUVufRfof�lll DESCRIPTION LAYER THICKNESS(in) ASPHALT 1.8 BASE 7 Note: Stabilized Subgrade not visible on site. Base course underlain by limestone based on samples recovered. 3339 GEOTECHNICAL ENGINEERING SERVICES " SHEET NO.: 04 MTH Relocate Runway 7-25,Phase 2 Project f 9400 Overseas Hwy,Marathon,FL 33050J DATE: 09/25/23 TSFGeo Project No.7111-23-275 NJ �I ,, INSPECTED BY: ST PAVEMENT CORE#4 1j J� I Wei 1 r r w DESCRIPTION LAYER THICKNESS(in) ASPHALT 2.6 BASE 6 Note: Stabilized Subgrade not visible on site. Base course underlain by limestone based on samples recovered. 3340 SHEET NO.: 05 GEOTECHNICAL ENGINEERING SERVICES MTH Relocate Runway 7-25,Phase 2 Project f 9400 Overseas Hwy,Marathon,FL 33050J DATE: 09/25/23 TSFGeo Project No.7111-23-275 �Q6 �NJ ,, INSPECTED BY: ST PAVEMENT CORE#5 r1�'IiYbl�%/�,,��/� //i ��/I�%%%%��///%�������gjiJ����//�✓ �/���///i/�,��j��ii�IlN/���� �� ���%�a/y /i'%/1lim�� �nroraNN ,,, -;,,, „ „„,, ,./ i, ,i%/✓ill/ili//G�/ '��� !!' i d n„ c" , 31 n �'Y r t aiii�ii/ I Y/ � X A 9 1 � J , 9 Y i DESCRIPTION LAYER THICKNESS(in) ASPHALT 3.5 BASE 9 Note: Stabilized Subgrade not visible on site. Base course underlain by limestone based on samples recovered. 3341 SHEET NO.: 06 GEOTECHNICAL ENGINEERING SERVICES MTH Relocate Runway 7-25,Phase 2 Project f 9400 Overseas Hwy,Marathon,FL 33050J DATE:09/25/23 TSFGeo Project No.7111-23-275 "NJ ,, INSPECTED BY: ST PAVEMENT CORE#6 v i Ge4Re[h z9;+rPtilte R p,t n P'rQbjeCfi# MTHReI ateaZ waya-zs,Phaseaprvjec¢ � dr ��. � �' rti 9400 O e -`Hwyar M th m,FL Moo F TUC-Protect No,.yell23-M Core# Layer Layer 2 r+ Layer 3 i Layer 4 Layer 5 DESCRIPTION LAYER THICKNESS(in) ASPHALT 8.3 BASE 7 Note: Stabilized Subgrade not visible on site. Base course underlain by limestone based on samples recovered. 3342 SHEET NO.: 07 GEOTECHNICAL ENGINEERING SERVICES MTH Relocate Runway 7-25,Phase 2 Project f 9400 Overseas Hwy,Marathon,FL 33050J DATE:09/26/23 TSFGeo Project No.7111-23-275 �Q6 �NJ o�i ,, INSPECTED BY: ST PAVEMENT CORE#7 IV II �,. 'tiny ur;rr� V ya y„t I Project# MTN JReo t R W V7xS Phase 2 Prssleek 94M 0-041 HWY,.MI rathl"r FL 330SO YT'3FF p Jea No.7112 231-27S a Core# Layer I ' Layer 2 Layer Layer 4 Lager 5 DESCRIPTION LAYER THICKNESS(in) ASPHALT 6.6 BASE 7 Note: Stabilized Subgrade not visible on site. Base course underlain by limestone based on samples recovered. 3343 SHEET NO.: 08 GEOTECHNICAL ENGINEERING SERVICES MTH Relocate Runway 7-25,Phase 2 Project f 9400 Overseas Hwy,Marathon,FL 33050J DATE: 09/27/23 TSFGeo Project No.7111-23-275 �Q6 �NJ ,..,,.. ,, INSPECTED BY: ST PAVEMENT CORE#8 , 4 old r ® Layer� Layer 4 rl � xlrrr a ;r, w1 r u rir U d � 9 DESCRIPTION LAYER THICKNESS(in) ASPHALT 1.2 BASE 4 Note: Stabilized Subgrade not visible on site. Base course underlain by limestone based on samples recovered. 3344 SHEET NO.: 09 GEOTECHNICAL ENGINEERING SERVICES MTH Relocate Runway 7-25,Phase 2 Project f 9400 Overseas Hwy,Marathon,FL 33050J DATE: 09/26/23 TSFGeo Project No.7111-23-275 �Q6 �NJ ,, INSPECTED BY: ST PAVEMENT CORE#9 Care# ✓y r .,�,�!" � r„J J,,,,,, ,��,f//o/,a0/r///D'/i % ��i�i�J�,lr////y�i/�/�%,�1��'%�r�%�Il/1�'� �,.;'� , %„fi/,�''�,�r/,�; r t i �If ��%( a 1 W�XY3Y Id SG f/ 7' .. _W _. �. Laver 1 p Layer 2 / r n Layer3 �rLayer 4 ark. Layers. Layer r r/ by: TJP r ) r / orf�u�a,� r�nammmmam�mnm�nimmummmiomm immrkRa�r� i„ i e rvw� DESCRIPTION LAYER THICKNESS(in) ASPHALT 1.9 BASE 9 Note: Stabilized Subgrade not visible on site. Base course underlain by limestone based on samples recovered. 3345 SHEET NO.: 10 GEOTECHNICAL ENGINEERING SERVICES MTH Relocate Runway 7-25,Phase 2 Project f 9400 Overseas Hwy,Marathon,FL 33050J DATE: 09/25/23 TSFGeo Project No.7111-23-275 NJ �I ,, INSPECTED BY: ST PAVEMENT CORE#10 v r Layer 1 L er I yLaVer 3 Layer 7 Layer 6 y ���� �+�9/ri/irk„//,��%�/rrf i�//rin j/i�%�i/�O�r%/%�i�i'j1�;�i✓f�� �lilrr � fr I DESCRIPTION LAYER THICKNESS(in) ASPHALT 1.9 BASE 6 Note: Stabilized Subgrade not visible on site. Base course underlain by limestone based on samples recovered. 3346 SHEET NO.: 11 GEOTECHNICAL ENGINEERING SERVICES MTH Relocate Runway 7-25,Phase 2 Project f 9400 Overseas Hwy,Marathon,FL 33050J DATE: 09/26/23 TSFGeo Project No.7111-23-275 �Q6 �NJ ,, INSPECTED BY: ST PAVEMENT CORE#11 r u� rrr , H d /Ord/ ' i Nj[rg eaCfi# nrratraa,�i a w.r % flu M M /� Y5 rrwYmeeN YY? rr ✓ / far �1� ,Layer 3 Layer 4 ti %a rf ' Layer 6 , YY � ma' ,i�nr i, lt7r/)r l` 1//� r/! ✓ia/"i / /r ' �����/ ��,d0�✓�W�111,%ryy,�, �r DESCRIPTION LAYER THICKNESS(in) ASPHALT 1.8 BASE 7 Note: Stabilized Subgrade not visible on site. Base course underlain by limestone based on samples recovered. 3347 REPORT OF MOISTURE DENSITY RELATIONSHIP Tested for: Jacobs Project: MTH Relocate Runway 7-25,Phase 2 Project 245 Riverside Avenue,Suite 300 9400 Overseas Hwy,Marathon,FL 33050 Jacksonville,FL 32202 TSF Project No.:7111-23-275 Attn: Kaly Queiroz,P.E. Inspector: Juan Rosa cc: TSFGeo Project#:7111-23-275 Date: 10/11/23 122 190 ®®®®®®®®®®®® 121 170 120 119 150 c n118 TT a 2 130 'w 117 > c � 2116 v 110 0 115 90 114 70 113 112 is =1 50 8 9 10 11 Moisture Content(%) 13 14 15 1 S 9 10 11 12 13 14 15 16 Moisture Content(%) SOIL DESCRIPTION Visual Classification: LIGHT BROWN SAND WITH LIMEROCK Sample Source: CBR-1 Method of Test: ASTM D-1883(CBR) Surcharge= 10 Ibs Test Results: Maximum Dry Density= 120.8 pcf Optimum Moisture= 12.6 % CBR Value: 165 Note: These test results apply only to the specific locations noted and may not represent any other location or elevations.Reports may not be reproduced,except in full,without permission by Tierra South Florida,Inc. 3348 REPORT OF MOISTURE DENSITY RELATIONSHIP Tested for: Jacobs Project: MTH Relocate Runway 7-25,Phase 2 Project 245 Riverside Avenue,Suite 300 9400 Overseas Hwy,Marathon,FL 33050 Jacksonville,FL 32202 TSF Project No.:7111-23-275 Attn: Kaly Queiroz,P.E. Inspector: Juan Rosa cc: TSFGeo Project#:7111-23-275 Date: 10/11/23 115 130 114 20 113 �112 10 _T w 111 > 100 C a L m 0 V 0 110 90 109 80 108 107 70 8 9 10 11 12 Moisture Content(%) 15 16 17 18 1 11 12 13 14 15 16 17 18 19 Moisture Content(%) SOIL DESCRIPTION Visual Classification: LIGHT BROWN SAND WITH LIMEROCK Sample Source: CBR-1 Method of Test: ASTM D-1883(CBR) Surcharge= 10 Ibs Test Results: Maximum Dry Density= 114.1 pcf Optimum Moisture= 15.8 % CBR Value: 120 Note: These test results apply only to the specific locations noted and may not represent any other location or elevations.Reports may not be reproduced,except in full,without permission by Tierra South Florida,Inc. 3349 REPORT OF MOISTURE DENSITY RELATIONSHIP Tested for: Jacobs Project: MTH Relocate Runway 7-25,Phase 2 Project 245 Riverside Avenue,Suite 300 9400 Overseas Hwy,Marathon,FL 33050 Jacksonville,FL 32202 TSF Project No.:7111-23-275 Attn: Kaly Queiroz,P.E. Inspector: Juan Rosa cc: TSFGeo Project#:7111-23-275 Date: 10/18/23 114 110 100 113 90 112 20 80 c 70 _T w 111I I I I V1 I I I I I I I I I I I I I I I I > 60 C a L m o 50 C 110 40 30 109 20 108 10 g 8 9 10 11 12 13 14 15 16 17 8 9 10 11 Moisture Conten[t"/) 14 15 16 1 Moisture Content(%) SOIL DESCRIPTION Visual Classification: LIGHT BROWN SAND WITH LIMEROCK Sample Source: CBR-3 Method of Test: ASTM D-1883(CBR) Surcharge= 10 Ibs Test Results: Maximum Dry Density= 113.2 pcf Optimum Moisture= 13.8 % CBR Value: 98 Note: These test results apply only to the specific locations noted and may not represent any other location or elevations.Reports may not be reproduced,except in full,without permission by Tierra South Florida,Inc. 3350 REPORT OF MOISTURE DENSITY RELATIONSHIP Tested for: Jacobs Project: MTH Relocate Runway 7-25,Phase 2 Project 245 Riverside Avenue,Suite 300 9400 Overseas Hwy,Marathon,FL 33050 Jacksonville,FL 32202 TSF Project No.:7111-23-275 Attn: Kaly Queiroz,P.E. Inspector: Juan Rosa cc: TSFGeo Project#:7111-23-275 Date: 10/18/23 120 0 119 100 so 118 80 V117 70 _T .116 > 60 C a. L m 0 115 50 40 114 30 113 20 112 10 6 7 8 Moisture Content(a� 11 12 1 6 7 8 9 10 11 12 13 Moisture Content(%) SOIL DESCRIPTION Visual Classification: LIGHT BROWN SAND WITH LIMEROCK Sample Source: CBR-4 Method of Test: ASTM D-1883(CBR) Surcharge= 10 Ibs Test Results: Maximum Dry Density= 118.8 pcf Optimum Moisture= 10.3 % CBR Value: 105 Note: These test results apply only to the specific locations noted and may not represent any other location or elevations.Reports may not be reproduced,except in full,without permission by Tierra South Florida,Inc. 3351 REPORT OF MOISTURE DENSITY RELATIONSHIP Tested for: Jacobs Project: MTH Relocate Runway 7-25,Phase 2 Project 245 Riverside Avenue,Suite 300 9400 Overseas Hwy,Marathon,FL 33050 Jacksonville,FL 32202 TSF Project No.:7111-23-275 Attn: Kaly Queiroz,P.E. Inspector: Juan Rosa cc: TSFGeo Project#:7111-23-275 Date: 10/18/23 121 110 100 so 120 10, 80 c 70 T R > 60 C a L m (,) .50 119 40 30 20 118 10 6 7 $ Moisture Content(1� 11 12 1 6 7 8 9 10 11 12 13 Moisture Content(%) SOIL DESCRIPTION Visual Classification: LIGHT BROWN SAND WITH LIMEROCK Sample Source: CBR-5 Method of Test: ASTM D-1883(CBR) Surcharge= 10 Ibs Test Results: Maximum Dry Density= 120.6 pcf Optimum Moisture= 10.5 % CBR Value: 98 Note: These test results apply only to the specific locations noted and may not represent any other location or elevations.Reports may not be reproduced,except in full,without permission by Tierra South Florida,Inc. 3352 REPORT OF MOISTURE DENSITY RELATIONSHIP Tested for: Jacobs Project: MTH Relocate Runway 7-25,Phase 2 Project 245 Riverside Avenue,Suite 300 9400 Overseas Hwy,Marathon,FL 33050 Jacksonville,FL 32202 TSF Project No.:7111-23-275 Attn: Kaly Queiroz,P.E. Inspector: Juan Rosa cc: TSFGeo Project#:7111-23-275 Date: 10/18/23 100 90 so 110 70 c 2 60 R v m 50 V 0 109 40 30 20 108 IiLLUiLIlIULL10 8 9 10 11 Mois g S 9 10 11 12 13 14 15 16 17 ture Conten[t"/) 14 15 16 1 Moisture Content(%) SOIL DESCRIPTION Visual Classification: LIGHT BROWN SAND WITH LIMEROCK Sample Source: CBR-6 Method of Test: ASTM D-1883(CBR) Surcharge= 10 Ibs Test Results: Maximum Dry Density= 110.7 pcf Optimum Moisture= 13.9 % CBR Value: 90 Note: These test results apply only to the specific locations noted and may not represent any other location or elevations.Reports may not be reproduced,except in full,without permission by Tierra South Florida,Inc. 3353 \ )k IL IL }7 & & !) !) \ \} \j }\ \j \j \j }/ \j 0� �� §( § - - �\ �\ )\ )\ ( )) )( )\ \ 717i \\ 0\ LU /) � 0 (L 0t z ` 133�U) /{) f 0IJ ■Z NM IN z ; ` k))I) ) §! }) \ \ \ \ } 7 7 7 } } 3354 GRAIN SIZE DATA SHEET � PROJECT INFORMATION Geotechnical Services Report MTH Relocate Runway 7-25,Phase 2 Project 9400 Overseas Hwy,Marathon,FL 33050 TSFGeo Project No.7111-23-275 DATE: 10/6/2023 GRAIN SIZE DISTRIBUTION CURVE J'Saaali'Tu -.. %,5amuav .O.TSaaaluaA 2-1 425:Wr,au ZSeOeLnni L—.— FSuaimu sm,,,a3, n srr asn a:✓a.m s7,a^° mw, wam xoauo wr.�, ararpcu arz,owa �•. x:^ xa sue.;.".", xr�_s.Q,."�,�, 1E..e ......o e 90.0 80.0 ]0.0 I �P U' 60.0 Z Q F S0.0 w a 40.0 30.0 1, 20.0 10.0 0.0 300 10 1 0.1 0.01 SIEVE OPENING SIZE(mm( ASTM D 2487 Classification of Sail for Engineering Purposes Coarse Sand <#4 and>#10 Cu=D60/D10=3.7 Coarse Gravel <3"and>3/4" Medium Sand <#10 and>440 Cc=(D30)12/(D10 x D60)=0.3 Fine Gravel <3/4"and>44 Fine Sand <#40 and>#200 BORING# G-03 SAMPLE# 2 DEPTH(ft): 2 TO 4 STRATUM: 6 SOIL CLASSIFICATION: A-8 MC% 46.3 LIGHT BROWN SANDY LIMESTONE WITH ORGANIC SILT OC% 19.02 -200% 26 ATTERBERG LIMIT (-#40 Material ) LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX 3355 GRAIN SIZE DATA SHEET � PROJECT INFORMATION Geotechnical Services Report MTH Relocate Runway 7-25,Phase 2 Project 9400 Overseas Hwy,Marathon,FL 33050 TSFGeo Project No.7111-23-275 DATE: 10/6/2023 GRAIN SIZE DISTRIBUTION CURVE J'Saaali'Tu -.. %.5amuav .O.TSaaaluaA 2-1 425:Wr,au ZSeOeLnni L—.— FSuaimu sm,,,a3, n srr asn a:✓a.m s7,a^° mw, wam xoauo wr.�o, ararpcu arz,owa TFFFTT- �•. x:^ xa sue.;.".", xr_s.Q,."�,�, n><.m.ci moo 90-0 Illlllllllel�p r,I 90.0 ppp 01 II 70.0 Illllllp US 60.0 Z Q F S0.0 w a 40.0 30.0 1, e, 20.0 10.0 0.0 Too to 1 0.1 0.01 SIEVE OPENING SIZE(mm( ASTM D 2487 Classification of Sail for Engineering Purposes Coarse Sand <#4 and>#10 Cu=D60/DID=3.7 Coarse Gravel <3"and>3/4" Medium Sand <#1 D and>440 Cc=(D30)12/(DID.D60)=0.3 Fine Gravel <3/4"and>44 Fine Sand <#40 and>#20D BORING# G-03 SAMPLE# 3 DEPTH(ft): 4 TO 6 STRATUM: 5 SOIL CLASSIFICATION: A-1-b MC% 28.8 LIGHT BROWN SANDY LIMESTONE WITH SILT OC% -200% 19 ATTERBERG LIMIT (-#40 Material ) LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX 3356 GRAIN SIZE DATA SHEET � PROJECT INFORMATION Geotechnical Services Report MTH Relocate Runway 7-25,Phase 2 Project 9400 Overseas Hwy,Marathon,FL 33050 TSFGeo Project No.7111-23-275 DATE: 10/6/2023 GRAIN SIZE DISTRIBUTION CURVE J'Saaali'Tu -.. %.5amuav .O.TSaaaluaA 2-1 425:Wr,au ZSeOCLnni L—.— FSuaimu sm,,,a3, n srr asn a:✓a.m s7,a^° mw, wam xoauo wr.�o, ararpcu arz,owa �•. x:^ xa sue.;.".", xr_s.Q,."�,�, n><.m.ci 1E..e �I 90.0 IIII IIIIIII 80.0 II ]0.0 U' 60.0 Z Q F- S0.0 w a 40.0 30.0 Illpl� 20.0 10.0 0.0 100 10 1 0.1 0.01 SIEVE OPENING SIZE(mm( ASTM D 2487 Classification of Sail for Engineering Purposes Coarse Sand <#4 and>#10 Cu=D60/DID=3.7 Coarse Gravel <3"and>3/4" Medium Sand <#1 D and>#40 Cc=(D30)12/(DID x D60)=0.3 Fine Gravel <3/4"and>#4 Fine Sand <#40 and>#200 BORING# G-05 SAMPLE# 2 DEPTH(ft): 2 TO 4 STRATUM: 8 SOIL CLASSIFICATION: A-1-b MC% 24.4 BROWN SILTY SAND WITH LIMESTONE OC% -200% 17 ATTERBERG LIMIT (440 Material ) LIQUID LIMIT I N/P PLASTIC LIMIT I N/P PLASTIC INDEX N/P 3357 GRAIN SIZE DATA SHEET � PROJECT INFORMATION Geotechnical Services Report MTH Relocate Runway 7-25,Phase 2 Project 9400 Overseas Hwy,Marathon,FL 33050 TSFGeo Project No.7111-23-275 DATE: 10/6/2023 GRAIN SIZE DISTRIBUTION CURVE J'Saaali'Tu -.. %.5amuav .O.TSaaaluaA 2-1 425:Wr,au ZSeOeLnni L—.— FSuaimu sm,,,a3, n srr asn a:✓a.m s7,a^° mw, wam xoauo wr.�o, ararpcu arz,owa �•. x:^ xa sue.;.".", xr_s.Q,."�,�, n><.m.ci 1E..e ......o e 90.0 Nl,e E0.0 1011 II I�il 70.0 pp p101 U' 60.0 IIIIIIpl1 Z Q F S0.0 w a 40.0 30.0 1, II l 20.0 1, 10.0 0.0 Too to 1 0.1 0.01 SIEVE OPENING SIZE(mm( ASTM D 2487 Classification of Sail for Engineering Purposes Coarse Sand <#4 and>#10 Cu=D60/DID=3.7 Coarse Gravel <3"and>3/4" Medium Sand <#1 D and>#40 Cc=(D30)12/(DID x D60)=0.3 Fine Gravel <3/4"and>#4 Fine Sand <#40 and>#200 BORING# G-07 SAMPLE# 2 DEPTH(ft): 2 TO 4 STRATUM: 5 SOIL CLASSIFICATION: A-1-b MC% 39.6 LIGHT BROWN SANDY LIMESTONE WITH SILT OC% -200% 18 ATTERBERG LIMIT (-#40 Material ) LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX 3358 GRAIN SIZE DATA SHEET � PROJECT INFORMATION Geotechnical Services Report MTH Relocate Runway 7-25,Phase 2 Project 9400 Overseas Hwy,Marathon,FL 33050 TSFGeo Project No.7111-23-275 DATE: 10/6/2023 GRAIN SIZE DISTRIBUTION CURVE J'Saaali'Tu -.. %,5amuav .O.TSaaaluaA 2-1 425:Wr,au ZSeOeLnni L—.— FSuaimu sm,,,a3, n srr asn a:✓a.m s7,a^° mw, wam xoauo wr.�o, ararpcu arz,owa �•. x:^ xa sue.;.".", loe.e ......o e 90.0 80.0 70.0 III Illllllllr U' 60.0 Y III IIIII III NIIIIIIIIIII III IIIIIII Ik F- 50.0 Z U a 40.0 1, 30.0 47 20.0 u(U 10.0 0.0 300 10 1 0.1 0.01 SIEVE OPENING SIZE(mm( ASTM D 2487 Classification of Sail for Engineering Purposes Coarse Sand <#4 and>#10 Cu=D60/DID=3.7 Coarse Gravel <3"and>3/4" Medium Sand <#10 and>#40 Cc=(D30)"2/(Di 0 x D60)=0.3 Fine Gravel <3/4"and>#4 Fine Sand <#40 and>#200 BORING# P-01 SAMPLE# 3 DEPTH(ft): 4 TO 6 STRATUM: 5 SOIL CLASSIFICATION: A-1-a MC% 26.0 LIGHT BROWN SANDY LIMESTONE WITH SILT OC% -200% 14 ATTERBERG LIMIT (-#40 Material ) LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX 3359 GRAIN SIZE DATA SHEET � PROJECT INFORMATION Geotechnical Services Report MTH Relocate Runway 7-25,Phase 2 Project 9400 Overseas Hwy,Marathon,FL 33050 TSFGeo Project No.7111-23-275 DATE: 10/6/2023 GRAIN SIZE DISTRIBUTION CURVE J'Saaali'Tu -.. %.5amuav .O.TSaaaluaA 2-1 425:Wr,au ZSeOeLnni L—.— FSuaimu sm,,,a3, n srr asn a:✓a.m s7,a^° mw, wam xoauo wr.�o, ararpcu arz,owa �•. x:^ xa sue.;.".", xr�_s.Q,."�,�, 1E..e ......o e W 90.0 80.0 70.0 1, U' 60.0 Z ppuµapppl Q F S0.0 WIII131SIIII a 40.0 III Illllllwl 30.0 20.0 10.0 0.0 100 10 1 0.1 0.01 SIEVE OPENING SIZE(mm( ASTM D 2487 Classification of Sail for Engineering Purposes Coarse Sand <#4 and>#10 Cu=D60/DID=3.7 Coarse Gravel <3"and>3/4" Medium Sand <#1 D and>440 Cc=(D30)12/(DID x D60)=0.3 Fine Gravel <3/4"and>44 Fine Sand <#40 and>#20D BORING# P-06 SAMPLE# 1 DEPTH(ft): 0 TO 2 STRATUM: 5 SOIL CLASSIFICATION: A-1-b MC% 12.4 LIGHT BROWN SANDY LIMESTONE WITH SILT OC% -200% 21 ATTERBERG LIMIT (-#40 Material ) LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX 3360 GRAIN SIZE DATA SHEET � PROJECT INFORMATION Geotechnical Services Report MTH Relocate Runway 7-25,Phase 2 Project 9400 Overseas Hwy,Marathon,FL 33050 TSFGeo Project No.7111-23-275 DATE: 10/6/2023 GRAIN SIZE DISTRIBUTION CURVE J'Saaali'Tu -.. %,5amuav .O.TSaaaluaA 2-1 L 425:Wr,au ZSeOeLnni —.— FSuaimu sm,,,a3, n srr asn a:✓a.m s7,a^° mw, wam xoauo oso �-0. arz,owa �•. x:^ xa sue.;.".", xr_s.Q,. e I r, 90.0 80.0 III III ]0.0 6,92�� m US 60.0 z Q F S0.0 Z U a 40.0 30.0 20.0 10.0 0.0 300 10 1 0.1 0.01 SIEVE OPENING SIZE(—) ASTM D 2487 Classification of Sail for Engineering Purposes Coarse Sand <#4 and>#10 Cu=D60/D10=3.7 Coarse Gravel <3"and>3/4" Medium Sand <#10 and>440 Cc=(D30)12/(D10 x D60)=0.3 Fine Gravel <3/4"and>#4 Fine Sand <#40 and>#200 BORING# P-06 SAMPLE# 3 DEPTH(ft): 4 TO 6 STRATUM: 8 SOIL CLASSIFICATION: A-4 MC% 23.3 BROWN SILTY SAND WITH LIMESTONE OC% -200% 40 ATTERBERG LIMIT (440 Material ) LIQUID LIMIT I N/P PLASTIC LIMIT I N/P PLASTIC INDEX N/P 3361 GRAIN SIZE DATA SHEET � PROJECT INFORMATION Geotechnical Services Report MTH Relocate Runway 7-25,Phase 2 Project 9400 Overseas Hwy,Marathon,FL 33050 TSFGeo Project No.7111-23-275 DATE: 10/6/2023 GRAIN SIZE DISTRIBUTION CURVE J'Saaali'Tu -.. %.5amuav .O.TSaaaluaA 2-1 425:Wr,au ZSeOeLnni L—.— FSuaimu sm,,,a3, n srr asn a:✓a.m s7,a^° mw, wam xoauo wr.�o, ararpcu arz,owa �•. x:^ xa sue.;.".", xr_s.Q,."�,�, n><.m.ci 100.B ......o e ; 90.0 80.0 III IIIII IIII I 70.0 1, l7 60.0 Z Ilw'e'mllukmll Nl F 50.0 a 40.0 30.0 20.0 10.0 0.0 V.$. 300 10 1 0.1 0.01 SIEVE OPENING SIZE(mm( ASTM D 2487 Classification of Sail for Engineering Purposes Coarse Sand <#4 and>#10 Cu=D60/DID=3.7 Coarse Gravel <3"and>3/4" Medium Sand <#1 D and>#40 Cc=(D30)12/(DID x D60)=0.3 Fine Gravel <3/4"and>#4 Fine Sand <#40 and>#200 BORING# P-10 SAMPLE# 1 DEPTH(ft): 0 TO 2 STRATUM: 5 SOIL CLASSIFICATION: A-2-4 MC% 26.9 LIGHT BROWN SANDY LIMESTONE WITH SILT OC% -200% 33 ATTERBERG LIMIT (-#40 Material ) LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX 3362 GRAIN SIZE DATA SHEET � PROJECT INFORMATION Geotechnical Services Report MTH Relocate Runway 7-25,Phase 2 Project 9400 Overseas Hwy,Marathon,FL 33050 TSFGeo Project No.7111-23-275 DATE: 10/6/2023 GRAIN SIZE DISTRIBUTION CURVE J'Saaali'Tu -.. %.5amuav .O.TSaaaluaA 2-1 425:Wr,au ZSeOeLnni L—.— FSuaimu sm,,,a3, n srr asn a:✓a.m s7,a^° mw, wam xoauo wr.�o, ararpcu arz,owa �•. x:^ xa sue.;.".", xr�_s.Q,."�,�, 1E..e ......o e W 90.0 80.0 70.0 U' 60.0 Z Q F S0.0 w a 40.0 IIIIII Zr 30.0 (r, 20.0 10.0 0.0 100 10 1 0.1 0.01 SIEVE OPENING SIZE(mm( ASTM D 2487 Classification of Sail for Engineering Purposes Coarse Sand <#4 and>#10 Cu=D60/DID=3.7 Coarse Gravel <3"and>3/4" Medium Sand <#1 D and>440 Cc=(D30)12/(DID x D60)=0.3 Fine Gravel <3/4"and>44 Fine Sand <#40 and>#200 BORING# PC-08 SAMPLE# 1 DEPTH(ft): 0 TO 2 STRATUM: 2 SOIL CLASSIFICATION: A-1-b MC% 19.0 LIGHT BROWN TO BROWN LIMEROCK WITH SAND(FILL) OC% -200% 16 ATTERBERG LIMIT (440 Material ) LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX 3363 GRAIN SIZE DATA SHEET � PROJECT INFORMATION Geotechnical Services Report MTH Relocate Runway 7-25,Phase 2 Project 9400 Overseas Hwy,Marathon,FL 33050 TSFGeo Project No.7111-23-275 DATE: 10/6/2023 GRAIN SIZE DISTRIBUTION CURVE J'Saaali'Tu -.. %.5amuav .O.TSaaaluaA 2-1 L 425tmau ZSeOeLnni —.— FSuaimu sm,,,a3, n srr asn a:✓a.m s7,a^° mw, wam xoauo oso �-0. arz,owa �•. x:^ xa sue.;.".", xr_s.Q,."�,�, n><.m.ci 100.8 ......W„�, �,o , ), IIII III 90.0 80.0 III�I 70.0 IIIIIIII I�I Z 60.0 Q F S0.8 w a 40.0 Illlllplll 30.0 mN�U 20.0 10.0 0.0 Too 10 1 0.1 0.01 SIEVE OPENING SIZE 1-1 ASTM D 2487 Classification of Sail for Engineering Purposes Coarse Sand <#4 and>#10 Cu=D60/DID=3.7 Coarse Gravel <3"and>3/4" Medium Sand <#1 D and>440 Cc=(D30)12/(DID x D60)=0.3 Fine Gravel <3/4"and>44 Fine Sand <#40 and>#200 BORING# PC-10 SAMPLE# 1 DEPTH(ft): 0 TO 2 STRATUM: 2 SOIL CLASSIFICATION: A-1-b MC% 44.1 LIGHT BROWN TO BROWN LIMEROCK WITH SAND(FILL) OC% -200% 22 ATTERBERG LIMIT (440 Material ) LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX 3364 GRAIN SIZE DATA SHEET � PROJECT INFORMATION Geotechnical Services Report MTH Relocate Runway 7-25,Phase 2 Project 9400 Overseas Hwy,Marathon,FL 33050 TSFGeo Project No.7111-23-275 DATE: 10/11/2023 GRAIN SIZE DISTRIBUTION CURVE J'Saaali'Tu -.. %,5amuav .O.TSaaaluaA 2-1 425:Wr,au ZSeOeLnni L—.— FSuaimu sm,,,a3, n srr asn a:✓a.m s7,a^° mw, wam xoauo wr.�, ararpcu arz,owa �•. x:^ xa sue.;.".", xr_s.Q,."�,�, n><.m.ci loo.e ......o e �u 90.0 I III IIIIIII 80.0 IIIIIII III II 70.0 IIIIIIIIII III IIII� U' 60.0 III Z d F S0.0 w a 40.0 30.0 IR, 20.0 10.0 0.0 300 10 1 0.1 0.01 SIEVE OPENING SIZE(mm( ASTM D 2487 Classification of Sail for Engineering Purposes Coarse Sand <#4 and>#10 Cu=D60/D10=3.7 Coarse Gravel <3"and>3/4" Medium Sand <#10 and>440 Cc=(D30)12/(D10 x D60)=0.3 Fine Gravel <3/4"and>44 Fine Sand <#40 and>#200 BORING# CBR-1 SAMPLE# 1 DEPTH(ft): 0.00 STRATUM: 0 SOIL CLASSIFICATION: A-1-b MC% 5.1 OC% -200% 14 ATTERBERG LIMIT (-#40 Material ) LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX 3365 GRAIN SIZE DATA SHEET � PROJECT INFORMATION Geotechnical Services Report MTH Relocate Runway 7-25,Phase 2 Project 9400 Overseas Hwy,Marathon,FL 33050 TSFGeo Project No.7111-23-275 DATE: 10/11/2023 GRAIN SIZE DISTRIBUTION CURVE J'Saaali'Tu -.. %.5amuav .O.TSaaaluaA 2-1 425:Wr,au ZSeOeLnni L—.— FSuaimu sm,,,a3, n srr asn a:✓a.m s7,a^° mw, wam xoauo wr.�o, ararpcu arz,owa �•. x:^ xa sue.;.".", xr_s.Q,. 90-0 80.0 Ipppl II 70.0 U' 60.0 IIIIIIIII II Z IIIIIIIII IIII II Q II F 50.0 w a 40.0 30.0 dr 1 20.0 I 10.0 0.0 Too to 1 0.1 0.01 SIEVE OPENING SIZE(mm( ASTM D 2487 Classification of Sail for Engineering Purposes Coarse Sand <#4 and>#10 Cu=D60/DID=3.7 Coarse Gravel <3"and>3/4" Medium Sand <#10 and>#40 Cc=(D30)12/(Di 0 x D60)=0.3 Fine Gravel <3/4"and>#4 Fine Sand <#40 and>#200 BORING# CBR-2 SAMPLE# 1 DEPTH(ft): 0.00 STRATUM: 0 SOIL CLASSIFICATION: A-1-b MC% 4.4 OC% -200% 13 ATTERBERG LIMIT (440 Material ) LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX 3366 GRAIN SIZE DATA SHEET � PROJECT INFORMATION Geotechnical Services Report MTH Relocate Runway 7-25,Phase 2 Project 9400 Overseas Hwy,Marathon,FL 33050 TSFGeo Project No.7111-23-275 DATE: 10/16/2023 GRAIN SIZE DISTRIBUTION CURVE J'Saaau'Tu %'.5amuav .O.TSaaaluaA 2-1 425:Wr,au ZSeOeLnni L—.— FSuaimu sm,,,a3, n srr asn a:✓a.m s7,a^° mw, wam xoauo wr.�o, ararpcu arz,owa �•. x:^ xa sue.;.".", xr_s.Q,."�,�, n><.m.ci 180.B ......o e l 90-0 III 80.0 IIIII ppl I 70.0 u Op II ICI U' 60.0 Z a F 50.0 li w a 40.0 1, 30.0 ik 20.0 1, e,. 10.0 0.0 Too to 1 0.1 0.01 SIEVE OPENING SIZE(mm( ASTM D 2487 Classification of Sail for Engineering Purposes Coarse Sand <#4 and>#10 Cu=D60/DID=87.5 Coarse Gravel <3"and>3/4" Medium Sand <#1 D and>#40 Cc=(D30)12/(DID x D60)=1.3 Fine Gravel <3/4"and>#4 Fine Sand <#40 and>#200 BORING# CBR-3 SAMPLE# 1 DEPTH(ft): 0.00 STRATUM: 0 SOIL CLASSIFICATION: A-1-a MC% 3.8 OC% -200% 10 ATTERBERG LIMIT (440 Material ) LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX 3367 GRAIN SIZE DATA SHEET � PROJECT INFORMATION Geotechnical Services Report MTH Relocate Runway 7-25,Phase 2 Project 9400 Overseas Hwy,Marathon,FL 33050 TSFGeo Project No.7111-23-275 DATE: 10/16/2023 GRAIN SIZE DISTRIBUTION CURVE J'Saaali'Tu -.. %.5amuav .O.TSaaaluaA 2-1 425:Wr,au ZSeOeLnni L—.— FSuaimu sm,,,a3, n srr asn a:✓a.m s7,a^° mw, wam xoauo wr.�o, ararpcu arz,owa �•. x:^ xa sue.;.".", xr_s.Q,."�,�, n><.m.ci 1E..e ......o e W 90.0 INN 80.0 I 70.0 U' 60.0 Z Q F S0.0 w U a 40.0 30.0 (r, 20.0 10.0 0.0 300 10 1 0.1 0.01 SIEVE OPENING SIZE(mm( ASTM D 2487 Classification of Sail for Engineering Purposes Coarse Sand <#4 and>#10 Cu=D60/DID=3.7 Coarse Gravel <3"and>3/4" Medium Sand <#1 D and>#40 Cc=(D30)12/(DID x D60)=0.3 Fine Gravel <3/4"and>#4 Fine Sand <#40 and>#200 BORING# CBR-4 SAMPLE# 1 DEPTH(ft): 0.00 STRATUM: 0 SOIL CLASSIFICATION: A-1-a MC% 2.3 OC% -200% 14 ATTERBERG LIMIT (440 Material ) LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX 3368 GRAIN SIZE DATA SHEET � PROJECT INFORMATION Geotechnical Services Report MTH Relocate Runway 7-25,Phase 2 Project 9400 Overseas Hwy,Marathon,FL 33050 TSFGeo Project No.7111-23-275 DATE: 10/16/2023 GRAIN SIZE DISTRIBUTION CURVE J'Saaali'Tu -.. %.5amuav .O.TSaaaluaA 2-1 425:Wr,au ZSeOeLnni L—.— FSuaimu sm,,,a3, n srr asn a:✓a.m s7,a^° mw, wam xoauo wr.�o, ararpcu arz,owa �•. x:^ xa sue.;.".", xr_s.Q,."�,�, n><.m.ci 100.8 ......o e 90.0 80.0 70.0 IS U' 60.0 IIIIIII IIII e, Z Q F 50.0 w a 40.0 30.0 20.0 IR, 10.0 0.0 300 10 1 0.1 0.01 SIEVE OPENING SIZE(mm( ASTM D 2487 Classification of Sail for Engineering Purposes Coarse Sand <#4 and>#10 Cu=D60/DID=166.7 Coarse Gravel <3"and>3/4" Medium Sand <#1 D and>#40 Cc=(D30)12 I(DID x D60)=1.7 Fine Gravel <3/4"and>#4 Fine Sand <#40 and>#200 BORING# CBR-5 SAMPLE# 1 DEPTH(ft): 0.00 STRATUM: 0 SOIL CLASSIFICATION: A-1-a MC% 1.9 OC% -200% 9 ATTERBERG LIMIT (-#40 Material ) LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX 3369 GRAIN SIZE DATA SHEET � PROJECT INFORMATION Geotechnical Services Report MTH Relocate Runway 7-25,Phase 2 Project 9400 Overseas Hwy,Marathon,FL 33050 TSFGeo Project No.7111-23-275 DATE: 10/16/2023 GRAIN SIZE DISTRIBUTION CURVE J'Saaali'Tu -.. %,5amuav .O.TSaaaluaA 2-1 425:Wr,au ZSeOeLnni L—.— FSuaimu sm,,,a3, n srr asn a:✓a.m s7,a^° mw, wam xoauo wr.�o, ararpcu arz,owa �•. x:^ xa sue.;.".", xr_s.Q,."�,�, n><.m.ci 100.8 ......o e 90.0 80.0IS IIIIIIII 70.0 (IIIIIIII III II IIIIIIII US 60.0 Z Q F 50.0 Z U a 40.0 30.0 20.0 (r, I 10.0 e,. 1, 0.0 100 10 1 0.1 0.01 SIEVE OPENING SIZE(mm( ASTM D 2487 Classification of Sail for Engineering Purposes Coarse Sand <#4 and>#10 Cu=D60/DID=50 Coarse Gravel <3"and>3/4" Medium Sand <#1 D and>#40 Cc=(D30)12/(DID x D60)=1.1 Fine Gravel <3/4"and>#4 Fine Sand <#40 and>#20O BORING# CBR-6 SAMPLE# 1 DEPTH(ft): 0.00 STRATUM: 0 SOIL CLASSIFICATION: A-1-a MC% 3.3 OC% -200% 7 ATTERBERG LIMIT (440 Material ) LIQUID LIMIT PLASTIC LIMIT PLASTIC INDEX 3370 3371 APPENDIX 3 FDOT Specifications 3372 NOI1011?J1-00?JOBi -W ❑31 i SC CY7 � (8 dO b)100-SZb'ON m _ SNVIdCIHVdNV1SlOad rvrry ua xr Q CO } F cL tn w ().!;r .I �• 1 KK" ,raw QL uu F C .................. G x Md f IK lz LU ct � k 7 X wj a/ w c u w w uj W t-- 4 - Nvrb d0i '•• xw'7r wolldk7 " kn --J N ...... 4 rN 4. u u) IA El Lu cc u>m Q Ly w uJ z 05 w n NOd'S'IA PB 6 un �. 3373 NOI1011?J1-00?JOB1—M ❑31 i SqCY kr (8 dO S)100-SZb'ON m _ SNVO ONVONV1S IOM 2v TWIT LIREQ r l s. 4 ' k 00- °' �,.,,, ' r , a. .N ", ....... Zoo a to, N. ti 4i P HIS 12 y I �a ya, M :ZOn., uwn + 51 n ✓" % f,7 L� m ell n c 'x 447 142' i r s r i"•7 x sx�< 6 6 how N,h P a �.., b L hr � M+v � Y �� IM "'!�•N M k+.'R' +: ¢M i„ MV r �i. ....................... ,°,° �,,,i, r 4s r %,,,,r, �,F,,,,..p.., I�� I LOL �c wlot its a rf t~, Wyk h , itt a a �r a f % m4m r.Mr U404 M r ,k, ,) y old to v ry to x q u M 6 60, but w b Ob* ,Yx, 5 ti r,Vr a 11�4,. ns ,. CS a S. i.0 I w.. r..r MGd SI,MxMB !o, r; un'w 3374 NOI1011?J1-00?JOB1—W ❑31 i 1Z SC16er, (8 d0 9)l00 SZb'ON =a _ SNHId 421HdNV1S load ' 'U 1, ,.. i x LU L2 rs a uj W Al .... ry -_____ w r° Z x tL LT. a I Y YF 4s 1 •• ........ ........... ult; c Cc Cc a L y m cL y P N u i N r mi � It � .. fx ^ W � ✓ � H � � PoV ..a 6 LA uj C[ h 1 a r y " " s *, n 3375 N0113-1-03—-N-W aoN--i d�,J sgooe (bl d0 0ZS0 SZb \j 'ON a _ SNVId CIHVdNV1S lOad ' uj CL h ua ul b ar7 4 ld1 w M A a �� ✓ ............................................. .::.........., Cc / ,,1 x / lz 17, LU 'w, v Ln ' c r kn Cr h t M i i � v LU r ti J LU P•, 1 LU x� 3376 NOI1011?J1-00?JOB1—W lOJ❑31 i SC�CY k� (bl d0£)ZSC-GZ17'ON m _ SNVIdCIHVdNV1SlOad a a � w va?il e15.C,! J ry Lo S i N� q ,.. I� ,I LQ LU JI J lj Ul a a � u „ a kd w,m .. ij u cr �.� w h vk cc q e Ct n uj Lu �. I - k LU n 9 v cLr. lk a � o e ' Pefi tNN ! - it A W. tn IRI N ....,... .....,.,. ..............�.....,... I. �'�" ..� .1 M {�rcJ .. ...... ..... , .. ..i..n. riarlaN.t m'" `r'r u. �M 1 7l as X'� ✓i __� y yfAj,y�4'w 4 +l P 1.:...1" f r,PU�:�9 4P f Y�9wR�d"d"f afA!l�rlltl �� r.. PNOI$i A3b u. 1�.. w . ail id 1,V.l Jv q � a�N 3377 NO11of1T isNOO}CJ iCN-010?OJ G3—l 071 JO 6)ZSO-SZb'ON m _ SNVId ObV4NV1S. Nd➢U LU m Ud ZI rw w r r� vy ..�, „ Q CQ xw n V r / i h M1 w' /f I {- I f w r n n Y 4_. E r 3378 3379 1 U 0 e! z K 3 w 5 z U Wov a E f w J z 4 a L z Z Al I� >uo o , oa r► o f ZMwl aC Q 0. f Z O z IL N L7 a i. zai,w � LL N O L) o � LL z z W a , W a z a LLI � fi ti• a zLL 0 3380 NOIlOnMSN00 TJ09 lON-019 a OA 03-1 a� ma]na]1NY.tTJnm lm a3J 4N3031(INV N r SNOIIVIn3b99V =�E o - 1 'S133HS HO X34NI -0 awaa = 0Wn w w 10 N �m -- - � � _ �� � � w 10 w w O LL w 1. x I o W o 0 - ffi 11 a _- - - o� �zwwzi Faz -- _ Via", - - wa - - oz aow_'JLL cziIrcz¢`1'>1>w oo woo w� am o¢9 F��a¢ a o 0000zowom'�mwow mI.� wo w' ' w _ ¢ -F�Foozo waa=3mWwwa4osws��zQpz ----- - - -- - �aawzaaow�zd�wdr - aaaaaaaaaammwmmwwmwwmwm�wm�,m ��>»»»s LLILLasa ~ a wdawawdwdcazrczzzrc wawrcrcw wNmm�,mmmNmmmmm m�'����� ��»»»�3 0 wawE 0 LL o a - s� FpQ _z¢-¢¢w¢¢-�,¢��wzm�m0m�am��w>3m w?0ax zaagwuzo�o woww aza oo�Fm�o�w°0o aa-wa�o�ow000w wawwwwwwFaw_�w�awo-w wwoozwzog>wggz>w w�w LLw`ww'0'o cte�oz. oaiUrwax aw��mow��o��sw��ozoz m��z�OF¢z��ozzo�wm��o wLLLLo�owxo��3aiLL�aoz��o�3w 0w�ozaaa0�ozJ¢w 0 wzo `-` ° ww _ z a- wz z zw w a ao� '_Fz- z z ww �� JwzLL_�a Sw _ � z� w 0rcw 1_wo O 00 -� a w�zwz _ = 1FzaFwwa �ay a w" G3woo5 zz _c xm ¢t�Fz z�w '27 000°owa w m JDaamm�m� -wo000oc"i c'�o0 Wzwwww°w a�LL�LLama vw,0�do� �oam�< o om wa o aaaa _ O wwwuwowww wa,w_wwa, 'uS�wLLLL woc�oxxxsxew°'�w�����_ � zz000ddaa aad Z 3 _ o �o - -- - - -- - - -- - - -- - - - - - - - - x - S S S S S S a _ _ _ _ Z z - o G 5 0 0- - - _ _ _ _ _ _ __ _ _ o 0 0 0 0 0 0 0 0 0 ~0 3 3 3> > - - - - -- - - - - -- - 3 m aPbPe�oz3�da�o,d,M9s�33�6�ox3aN�-�oo,uM�a��oo���E��,�e��3�oad.z�� 3381 NOI1011?J15 00 ION-W ❑31 i sqwe� S31ON�V213N3J o i a 11 - - V� o a�wy ~ ¢° - Boa°° ota o��aw = w.zoo o2 o LL ZUj _ V- >d wKaa jo W < - - F a>� F'zdo - ' - w"w zO O _ �zooa U F - LLj_o_-mw_wQow �o _=- F ZZQ - _ - � Jz -- w a a - Q - N a 1 LL -3z LL1 LL LL LL aw W _w ra�°1 III. aw��n � >o° zaw>a4 arxa ME— �~ Z O U W O Z .� 7 U O Ot o ?o u xXxxwWwww �sssss t -- zN =� z sao - zs-- w �Sw ?s ono WW�o __ _ - -� Nw _ - - w - - z h� -�o-s - - - - _ zo _ _ a - _ _ _�� �zaJ _ rx of - aaom �a¢opw° oWU°� oLLwOg - - - - - - - - - -2. - _ oQyFs - - F � - ?� �� - of - - 8 _ x> °_ =z a QWOG - - - - �o artLzw�y - awo�� -< =ooU _ _ _- av F s' --_-- - o - - as_o - - - - a _ �^ - - - via = _ LL - FF - - - - - - - ti - - _ - _W. wa gLL _ _ z _ _ <a - osoo" waw - - - - -as _ - - _ �n0ow. _=r �°ua orc_ ao >N«sw ?a°>a .rcro °-° _ �narcux _ ?'s 2 _LL_w_r -o°°o_ _¢ �xrgo- _ �a;JaFa� za = - wp>�aw� r [� - umzo°a Yrc - - tz=jpaQ'=�wooF moo tcximyFaoi= Af oz - �w�= - age - ac�ms¢ffi=Jw=�xo- - Jh - ° awn �a GO� _ oaw �o - _ �odwooFwmz=Vaa -w�c _Qai - w> wz�sm wo aow _ -zooN - ws� i4ww� a`�wY2 X.1 a�5s - _ - ws�o=�osm�rwwwa xis iz�o�m ° ia_ �,G�i��aoFzw� !SEE - - WwzoozcaF ozaOz�� _ y�aa° _ J�?_ - w=��z N - _ -at?zrzp> - = _ - - W --- - - a�va¢oQ a = �F?�c'l owa' _ ter¢ �tw�a�w _ _ _ �� �oz>j.owa -_ = oa - _`sa<�smz�za«°� - - = sa--"Fx Z �warwo ao=?�aaoo= _ - �o�NF�mzaw�o�yaa - z`� -�o - - max- >- - -- w�aWFa_ °Qw _ _ Ft. r _ Q _ _ _ _ _ _ __ wKo W - _ - - - woaaaz - - - >- Z amrcaa, �a°o°LLa�LLao�,a Ih�a xx�°umarca >LLaarc°_am_aa� saa�max�xa� ��a°a ��a��a_oa �aaamdwha�a°�o�a W 3382 N0110NMSNOO TJ09 lON-019 a OA 09-1 r S31111NHf1D m o sqwe zio ubjv vs d E a R RE 'a a i U! Ni F� F Z' 3 - w ............E 0 m m n m m tl F Z Z - 3 u S¢ G ~ So � o 3 o5i o� o 3 0 3 3 3 3 3 3 .........E 0 i o .. rvm a m 3383 NOl-?JOB 1-W ❑31 i SC�tl��� NVId�0211N00 A3�?Jf1S p113 _ ONV 311S 1H2i3N30 i� o V� _If I � Jry I I lo . r � I I�� I .... •��I � III � �, z ao 0 i1 a LpIlI1l� I I I �� � I arcLLa =N oE2 _ QLL It i i az o� Al o a m - = a, w LLo UZLL I a a �0/IV.I III l = F N� a Oz� � *,owl o ww Im H °o��S �° w�zio N JLV m _ _a w� a� ao °z Of 0 I Jf¢ Q a I Lu III 4 1 rr F a I, 0 I 0 r I° w a z w I cn w 1) J (u III �� IJJI � 1�� s wLu w z I IR l iil � m , I I I li I a � � aa a as w o o m J) a m m m �l dr.i - e .a � mm� ao � J m a m 0 j a n a n m m m m M o Ilz w _ - € If oe Mew OQee � eeeee I � I i Ieb,� I��� = - - - = mm � � mm � m s � a Bo�Po az3 da a,d ,a d,d31s,�3 32soo9,ti,�a�,00.,a s w�3,5 3 oyd za a�o,l, , 3384 NOLO—N00 TJO�lCN-4W IOJ-nss1 S3ovA2:i s IL I2JVd o _ aNV 31fJ02J-inVH �� � III II�t :/�0 1, l �✓/i�/kt:o� "r it/ ' - e 11 Ii I� If�i �>! -w w- -w -w l 1 1 11.1�Im a o a LL I � r w �1 II f w II ¢ wMi Lu Lu z o� l I i I irsfi ib 1� w w� I �lS ! I IJI / a so I J �z ri r�rr I nu o � /I o za og aoaoo J a ¢ n w I �,(! Vr ; I / s3 titititi33333 f � zzzzzxxxxx zaf �l z Q Lu x? wwwwwzzzzz N e e P I N zm 1 (ID `+ < r`? -o W. "ww �z m x �x . ¢�oQ f: �9 z-Ao� wWz� w f I o� �l � fl �cna�mww z f I ➢ _ _. ono aW. y i r f; rwa w W�a aza� ao= Oxo so P,oar o (e �I z�w as ° a owm�a rl �v 9�5 °za gto a. °ool 2C �m�o - a� �a Ha mm a 1` o I� IIt r �' . Lu I p7 ?a I a o} a Qow if o�� s - _ - a - 'o a_ ly. aw %Qf I i j 5 1 0 I a =2 �"v c, �y w o �° ¢lw m �114 f w m q -gym w m 40 ,w ao J a�� az� � 1 � � �/d U oa_ �' oo� lI /k�rr ~ s a °tea w _�. � IV, w�a aoy _ —7 Il � rl �Z -W w< �f sox 0, �oa a a � o w'ae w `, / InWitlrre�fh/k I�yr.�.. /r "oi z=� mod ms mwo I � sew tea¢ �Na s-'a aa� �ws ono zzw z o <wQ I €/ Jj i✓r r j is7 �„ -W. a'oir �s'o P� =" ww� wiz xss x�o 1 8trevb„U,.Alva 1Ow 9ha ulavd aNv SSaOOv W l&9ha�aovBu0g5£6ewxOa,51Ja�DadSZUZ�roa.iZo,ldw�, 3385 NOI1011?J1-0 1—W——i LLa3� SC'ooe NV�d NOIlV0S a o _ 0NIH09BIO N=a V-V 3NIlHOIVW 8-8 BNIIHOIVW r m fj J Q a a OID D O O D O z O m J a c a S a cc a c v c 3 a O a F — O U _ J 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 d m m m m m m m m m m m m m m m m m Z � D O O D O O O D O O D O O O D O O O m �Q o 4� a� a i °R z �o ,, - a� 4 y - # oaz 66 Lu O 69 /Z _ _ Ef f� Z W a a's c J a V-V 3NIlH3IVW 8-8 3NIlH3iVH earoPo=oz3 0 o,d ,a d,d o a ,INIIIIIIII , ...... sw�3,5......... o , 3386 NOI1011?J1-00 O 1—W 0 ❑31 i sgweW S311�O2id N ONMO8-IIOS Aloe m o tV M arpr apt ry t�Ea-Y;r .,.. rrr�e CN 1d- ti s ; r tC w a f, 0 UJ O S of 4t 0 IL� °e 0x ck cc ui le uj 12 �... x T u; me_ r x i s we ` v m C-- z ;y m L!uirt r t Bl r! J(P (¢�7"k tJ It id^N¢'7 � 3387 NOI1011?J1-00 O 1—W 0 ❑31 i sgweW S311�O2id N a,. dda ONMO8-IIOS Al` 0 o w t+7 - �, 5 T .......... LO P. *' r P u aua G1# w CC NCI WJ V) fi z @L LLY IJ r,5 � h � { L t1k r 12 iLb c:A r > ul 0 w eau ti ,r,, ,w �, �' YY. S`F CIry N1 "' t hem tr k �.7r. L-"I .r v "' ,�✓� IF 2.1 It 40 •F L 3 a � s 3388 NOI1011?J1-00 O 1—W 0 ❑31 i sgweW S311�O2id N ONMO8-IIOS Al` m V W d To-,O f f N fm P P rd ff d!'B h'1 .". xa v v a....e 1 ., ... r v i V w:W e �............I x r.........-F A �r x re p.C,4 y YG ui a u "r La 0 m J lz �. , w, El iE x 1Y� k J w M•. M ro ( C 0 Lu f a xx o cc � M r �H 1 Nt ° r < u s I, rr . d i. ...... 1 ...... J L % ........ to 11........ f,d 3�F.¢tdePiiPCY f d k Ptil N(1✓,fiiYt7 3389 NOI1011?J1-00?JO 1—W 0 ❑31 i LO � 319H1 VIVO N 3210�1N3W3AVd 0 a ��` o ................................... ...... .... ..... ........ ........ ...... ... ...... ..... .................................. ' ........ x :r ..r...... ......... .r ........ c x x :..... ......... O � " 25 5 C 3 x L P T S rn S rn S 4 w N IS tS , "s, n r� � U � 3390 1011 al6No°-1°N-ale --i / aa� 5 G]" S31ON GNV NV-ld ONISVHd ONV X13dVS E NOuom]1SNOOIV2i3N30 (� I 4,,Vl 1, �F��fl Hilo �Ir!�JI D wo E- T, oz¢ m �l II Ilf I I w b z E a �� �... ga ?� LL m DO LZ¢¢ KD w OS KDQ O - 7 7 7 - Y I�li Yl I I II I , x0 r D20� OF¢ �QFN om z Kj D O _ UO p WDi O1. _ -u'F° D w w u 0 I w W ¢ m�D D Hm > O> a w a LL� w Foy _ �� o 0 JII 1 1 I � ° °� _¢ �LLQ� LLz w — — aoE W. wz a a a a w o m .{.. 1 Y �w oa oa osoU °`rc'o ���zm >�s w oz W a m W D W wqi )I / msLL b z€3z r lil11 1 M °o= z� �I I II s w ¢ ¢ ¢ ¢ ¢ m m m m m m m m 1 ¢ w-- �,� �Id, II � { a z5 1 r,„ J KWZKtt w 1 Boa=a a J d� p O O .°a� ° wF �° w War to �I Z J�o o D �E�W g > pwFzo - ¢FO - Y- w aI 1 J ��:I J( III I�{ m um ° umm _ mDULL mo 2¢1g� a�1 wD`�Wz �owz¢ rm ¢ 1 oUzmw zod Qu¢�iiw D - x - _mW?> act gQ w�aw -� g Q��"LLiQ ° D _ --¢D _ zo - _ _-iow - ' w Clwow mw�F¢ pwx na W��iz zW.-�pLL Qaj _urF <-� "aw�zD a o 1 > w i a° _ ° >¢ z a_a So o o¢ oz ow>W aN = >�JazxU� ooc_Un� ¢zx °r x=QQo �aa`? ¢�' - 3ao v✓f llj Y /� 4,`I 1... °=riao>p ��rooz�i ° ~-¢aWD mW- oszo - i - - w ° - - f ~i3ww a oav¢ u,Qwz DOQaQN �¢a o oai- liS ww Ws "zpO¢ °zw �y r w'swww�a oo'9°msWz ? 4 -ma Faso o¢ Do¢sm -wwxx z ry woz F i�wUzw `j��Wz uc¢i��m -s ooa3a w g - _ _-was -o�Fzu si��awvi �YaU 'I 1 ? ¢`¢`i� -rmzuo� c� wd-m°� zDU_maaw zGzm Fz amoW�oG D a= r¢ W¢ JLLm�1.c� oD°J¢y {I 1 I t Z. _ iD oo;nod i"�om w1D¢i w xw - D� n ! 14 1 f m¢>omc�o 5=awa�c�¢ �U¢zaz(n_. rr_ uc�5°c�z u�-a¢ �U���,no �ac�mmz rco¢ooYw of > WYw? Ozz zw - w¢ ¢ —�¢oa QWx mo o 1 '/ au'o¢m0 Yoz rywo w 'sue utrFo Nw "o [rj ( '1 F - W ao�m�FwD o�ww� � wm_o z}�{'�1II.fIl,1',l�..i.:.�I{`If}1/JI�1}7 1Il I�ItdI�{ + /r1II',;/"s!'ii i,.,�111I1I111I1�Nf°{.Sd'SI i hfY tfr{1{x{1.l(r1 u 5{{.1ilrrI{,i.i t!DDDr{JJ 1 i f Og f(II IIl I IVIIII(IfIJI,I"1?^'.I",,✓{/,/I11.'... w 3owoo N�W�om��FhD� o-��¢'sw� a DFuo� �wz'OS�w9U>m�wrcNza°_�N�wOJ¢zO�Ua�wn awxLL=-�wWLLoo��x Ozp�mzw= = o ¢_waw x _oomx3Fo oQZ_Fw-=moro;z��"�N0w�J¢zoz¢° OT i~ww z_a - § - ozU�w wD_ F< QooD w ao ° ° ow7a dam - ¢ W°z-°Q° a F w mo ° a Tcwi w ¢� ao� T" l Q m °a9 ao Zo 3u ¢ o t D W Q o_ ww Qj ¢Qoms000 � �wQz s oo w ��a "o7yaa maw olo z °o a_a LLao °°z of zw Io am Q; - ow?wa z IJ ww 1 / k i D Q N¢ UDw l o 6 {a < �35woQ¢ w� 1 Q �N�w�� LL°¢ m52i iz az m¢�m�waQ� _ °Q¢ Is w° 3391 N0113-16NO3—-N-IN aoN--i S31ON GNV NV-ld N N sgooer ONISVHd ONV 113dVS a o Noi-Lo b1SNOO L 3SVHd (� u �. • 4 �, w w o l ¢ N 4 4 w LL o w z w w w o 0 0 � x X/2 y� w ¢ z _ a w a w ¢ ° N w El ° w 1 El w ✓ w j _ m z LL w w o El1 ❑ a w a w i o o x a x w z s o w a K El a U a F El es. ❑. uf� LI 13 LI 'b z m o o ° oIf x z Eltea El w x °mod o rc� UJ G - z 0 - ww 0 w - w awoa 0 sz ° awm�= -- - 'z mao o a - _ o% �ozo - 1 1 w-� 'o oao - wa am - w y w o a w ow` - 0 oa wow zm w ZW, A or c�owLL 4 m Al Qo mF zo��z Jgm b° w _ zo r J w °awwo - m w a w _ao _ o g wo moo a=� ¢ �vo,z i4 wz o?w m /� !r El / III. 1Vp o ¢ ¢ao QYo - iV'f ❑� ❑ �� w tiw z° ti= Z. way a ,_ z soma w a'�_ ��' w� az�w o Elo wa° <� °ow N U LL Naz New o qv Aml r o 7, w°w \ amo owwW Nw j�F ww 3�w - ow w _° u� 7 J' El ❑ p o z Iwo z -".-o El' y Fo r w d'o� Y o o_� u; O' 'L ro w s � i Q o �o� 'maz -, - - oo� J x ' rza Onl w �or m _ _ z w o¢� _. azw IS w a rzzlwowN LI =wxaDz�w az?ao waomza owLLr o r c� o w z � z o - III Vi um.'lieu"�..uu tm oz 'o 9 �o 1 _ pow ¢°o ° s m 1 n r rn - w o w o - aR 1 jO zz - lowa° z m z w - w � i ° m ww w z w ¢ - - - 1 w L > o z w ow g rL = am 'oaw a _ >oo _ --rc a4w�, -7� > o ma > LLRLL ¢ ° os 1 I rn w s LL a°d x � = o m z ° o a z o _ 3392 N°Il°nTisN° a°i 1°N-010 am Gan l "-�"" z ae 3irr�rLnu-a»i 13B S3ION ONV NVId ONISVHd(INV)113dVS Noi-Lo lISNOO Z 3SVHd N (j ww z a _ LL a ¢ � w w w w � r ~ _ �w LL � N a a a c S a a a rc rc r ° LL ¢ z x z w w o z ¢ I I Im 1 �x ° °AVMIXVI�III 1 ¢ = F o n e w j M1 . z J116 1... F ° z D zw. 1"N VP r z 09 O D z ° w D co n \ I O ° � � _ � r ~ z� tt z — L asa a z za z a LL o w LL ¢ LL aw I, 2 z o 0 0 ° I w w� z aaw =w o ° oa w�w N ow o oo w,o Iz I I I ¢ LL LLw = ¢¢ _°. oam — �, w w ¢o r =w LLw ¢h=a~� owpza�aQys ww�NwN �W°as � -� aaa�o�a_p o oN s° a `'( o w ¢ %%{ z z ` woa f`s=I o0 woz wa jO _ rn m°o w �>o rc w m[[ w o w � _ U N tit~— tiz�m � �Q¢Wp Z< wz F o °~i W — o F LL �m ~ jJ{ ..... ¢ —o mmJ �Jo 71.1 11 x W w w a� ro U ~ °°o RK QiJwO2� tt ~ z i�oaxz �°¢D =ow0 wzKO m��att W f 24a m I O r, n, I m ; z z m I w ° z d+ z� w� m ° wa a aw ¢ N ¢p a 00 0 N 3a w w �F — I I mo i (ZY)Z tl A VLL W y D o 0 0 o m Mo IiJ IY \ s a W FO i�=1 zw��nm^� N y 'S ilk I ,I'r rc _ - wl O �� OQF ZQ Z z LL wpm Z< — Z a ° r iR o' o W s, row — I� — o o� w _ �Qaw >�F� z oar z — = _ ~ rc a2 as'i i z uao a¢ fi£ 3393 sPoarozm3 da ,d Ma.-Na dN dz3IIIIIIRI, NOIlUII?i---1°N-W?JOB❑31 i ..�.. 63ION ONV NVId o ONISVHd 4NV/U3dVS c� NouonwSNOD£3SVHd (� J`, IIIII 1 r A , �i w a ¢ m M I ay — w g N — w � � w ° 0 a w m a � a a w z x >x W z � x o µ unY w w a a � � / a Q w � a w� w w a � w z � o � z N a r J z w z5 9 a W a a le /HI 15tli 9 A 1 d m tt _ O � Z Q JO 1t D x 0 0 0 00 m - O O� W �\ U U az U ttLL O�O U'U a � F W c ✓1 ✓~i W O a J w 2 2 - F � . 0 10 =iw ffi� M-w lit °< — ,j �m w oLL U °sa r''•. �i ¢ o �� ivi�z ��Q lit aWw is1W zmmaW w o - � wow Y a a ?z z � w z r w io¢ mowwm�w w - mc�o� - � oo dww >a o =w _ �'gw o z W w a _zao z w w .... w MEN! _m a9poa°_ aoo� w - °n r o �p - ion Roza a3o �Qa � w °�o o� maw H. 00� a�wa3 w � M1A � moa¢a w z oozao� x o w�ooWz � m w w h mm o �z w y �aa>x- w w �o �� M. Q�Qaa W � � z —wo m m 0 0 a- a= M Yp zw z as �� m aw m ° �M J oRid Rtoo mo z Mgt w oar u, zw w a- � o�a ' naW� aa3 za x m.4 ip m uu� umlk °u � z " o z o`a oaF a a�F zR>m a two w� �a _ � r > s w w ar a a � ww iaa a� awo oR¢a x �da 3394 N—E3��a� NOI1011?J1-00-1—W ❑31 i 14 S310N ONV NVId o "f ' f, SNISVHd 4NV A13dVS r� '2p N011om]ISNOO b 3SVHd (� '^u4i 7 1) . � 1!'����� �� I If I �I fl�•i� a - - o _ w t r ¢ J y a W � W Nay W w � w mam > w aa � a NLL � a wz I w= I I � ` - m w w° m W =z w x "f Q o oo — yj li � e a m m a= �Illli (t i� m 7j a j W I � 12 ` m -W° �a� S a J ¢o z z Tj 66 z z wo I m woLL oc�Q o o�xLLm m zwo w o�Wmaoz 1 IIdCd,�ll 1. w _ Qomzz �s who _z�W 2 oo iow m> a d" w� w¢ vW, NW p a� x �r w az �� ao¢ �a am I I I =o ¢ =QK tt o II ¢ =ow Q _- W g`�'w �wm Y F� INN x W z w r m � �W ¢ rT I,hI I�` II IIIIl0fr1 �/ 3 111 11 C,. w0w uw, sQo� 0 �iawa n>¢ _°¢w 1. 1. z oa�- �o-� o —z, w rI a IIf I IIIIII o �w zw =� F i 0 � o m G W o� W. m~ K a O�W m _ - �a_ - - uli m 00 0� ¢ x iQ z w tt - _ w ¢ o J 1 a m a d ¢ 111 if" ;) z D ��_✓� iQo z4 0 Z / I r, I J j _ - - - ( r I f l+i�(l = r �Y oo N_ � o --- 4w moo II 4 �.� �If f(II ? u�w wok w rco WzW, rc3 woo who aw Ana �> wW m % of wo �o¢w - ¢ o ¢w ow "'03 e�o�rz�z3�da-1 SMa 63-NaNdN1d 3395 NOIIOI1-6NOONCJ ION-419 NO U-SSI M mtuna�iuv�r�nm xma y a3J r�f 63ION ONV NVId ONISVHd4NV)l13dVS Nciio liSNOO 5 3SVHd `(� I a a a D r z o a a o w _ LL � o 4 0 o D o h 4 IIIIII I n m � w D Q o o - w ¢ 0 0 I x II �, � i l i i l IIIIII o - a ti _ _ w a o w= � a � w �i mi D z w a� Wc�� w�D LL`zD—o _ _ EQ �-F �� o - ¢¢° oa= ¢ a ti w N = _ a w miaow D w g � - o a zQ- w w �z2 D � III o o o F o 0 oa ro N�Do q �az�o ow ¢3g o�zomz Yz �r a IS o0 so rcLL Ii z o r z as D� z z w� 3a 7 k IY D ¢zzw Qo �Q� �owF zZi� 2 ' I .N w oFNZ zdWw ¢ ¢o- lY > a W¢ w F a Q ++ f o J z oD=oo oo� ion howo¢ � o a oz wd mar tizX lal J o D ~ow¢i w az � s < <� w=a asao � wo. o xdQ�m m fn1�, l� ;� . -��� ��� - �a o", owz- a=wm�¢ _ w arrow 0o Qoo o o °mow f �tio��Q j ��, sawJ ��Qw�z , w I ( ,� arrif cll l�l -ea r= as rao 3z - , y 0 �D 7 jL.fl ? 1 I 's °aa o0 ( �1 f ��)} 9. lit, ` >og aoDo . S 1 1 r r w D a a 11 m a -,o -¢O Nc9 o - oz Qa ow_� z< 1 D4a oD z4 D 1 xa o� ''-ooLL c ap _yo o,Aa °ao a w oN J is �a s as m aPePa�oz3�dalo,d,Ma63�oNa�dN�,d536d9�so,uM�a��oox�E��,�°I�3�oad.z�x 3396 NOIl°II?i--?JOB1-W ❑31 i rl11Z, C (E JO 0 SMON dNH ME S-IIHl34 A-ElivS ' C� s - a��z _aNW w 0 aoo o °m ow °s�hs � _ o aO z NEW F oQw3 p w aq oFLLQ 3 zm Q w_ Q14 Q�z w w of°o aawwjs o - - p _ p �t o 7. 7o3w _ 7, _ W m _ Q y to aam- U � oa U sw w is 3 oswm - - ¢� r m F o Z Lu Oz C7 Z x�ot of 03 ?�o °'$zm"a wo d > w< a UOF ¢D °a oW O O o = z p m e iF as Wz - Q W a w __wx> �zm �o J a(� Wttwp aNwtiN_ 56 Hew w00 ~ F O J z o i a a L7 O z W ww J W - - F m - LL p - O Q Z wJ z U TII U Q > Lu oo J O U wLL V F = p w W > ¢ 7 U a � W cn z z az s w- U - za W, LL z W =o a-z aQ O mw �F - 0 o L z= � J w w w'o Q DQ J_ W °¢ Q p H � W no Z W Z o U' H ww - - Z w ? °w 0 Z_7 a z O U_ o w a °� O m� Z U _ _ s - m ow p owe oz z z 5 �N� w " mw �ws w - Z 1o� �x� _ i-� - _ °wp = N Z - \ °tea a O ol ow z_ °per _LLo O rc a rm m IIIIIIIII a - W u) �- - - z °LL °wa m z NNw �w = =s� ,. O p� Z - w Z.a w W ? LL 0 - A`JVSS3I3N �¢ 33 ¢w �a mom Q Stl H1d30 Illllllluuuum�uuuuuulllllllllll zm sP9Po oz 3 da a,d ,a s,ro 3a u3�oz 9,ti,�a�,00.,a srw�3,5 3 oyd za a�o,l, , 3397 m , rl �\ ® ® Ge® E£»SM Neq ©: & : g� Jugs »rr : > ,!! / Lu \ \ u) _ ) § / ( S _ - � j .. .d :�, ) , c _ \ - j : \ , 7'n a ,z \ !d§ xo » 3- of uLu - \, 10 \ - �� \}} / § \ - L2gg - � - : 2 \ : ([Lu ) / \ \ \ w w = w a Lu X 1. � e Z§ » - - _ z' j ] )_ ® \ » a-, \ \\ \ _ ) & \{\\\ Z.�} \� ( /\ II§- §§ §2 ° §( Lu )( (� L . 4- » /§ )} /\ _ )\ §; EZ \)< k§ §\ /\ /§ \� 3398 ® © \ ` a N -M G > g� Jugs g! / , rl ::/ \ \J , a ! E\ § \\[§ \\)§\ \(j} \ \\ ( \\\\ \\ \ Lu } \ / \ § _ : $ » ) / / § / / ' > \ \ 2 / )� } } - ): _ :: « \j Lo 3399 N01——-N-NE ao+--i Sqwq SNOIlI4N0O JNIlSIX3 i IZO L"3 133HS 33S)OS+gZ'V1S 3NFH31V IN I J ; 4 J I v 1 v I �e a J Y �uu u � J N �i ,I , � � II II I III II j � 1 - I m I 11 I I v - I � I w x I I z Lu \ I w r , III � II LL LL z � - - - - - - x w x w w w w w w w w w o x x x °J 11 t 7 1 AMI 1 ,)In / / I / I 9 AtlMIXb11M1l + o S� -- I � \ � f � 1 N °•p I � ,V c�3�wF � ° a�� w << - I / o � a I I y o/ 1.6°ate �ffia�w aa__ o�a� I.a I I ow ow oY a a owa0 I / �5� - _ -- z z 1 w _= —mom II W 1 1 ,\ I 1 1 yU'i uiFZ o�pWG�=F1a F�c]FD / „I I \ -_rmrza�m oo Foi�Nz�Fm waw w W W z o O w-� aow Nw 0 -Q -0 w o�F I I x _ /IJ I.E, I j H -"i�Wx= oo rcoa3Da wJ��w oywa o2w ,� I lI I i I If \ Z oa��oi an�m l o 191 F WzT g�ga�z - - z'o \ � / I ,1, 1 // X LLwwoOoo -m�m�moY_o�oo .L w O 8W0-oZ�Z diva iO�d 9Ma 6N0111aN009NliSlxapOlB9m,a,aovB00p5£6�w ,51Oa�DadSZUZ,roa.iZo,ldw�, 3400 N01——-N-NE ao+--i CN SNOIlI4N0O JNIlSIX3 Al s .. � U (£Ol O 133HS 335)OO+g£' V1S 3NI7H3iVW 1 � 1 I I j 1 Iwl )El i I f a� Z Q J 1 Z aLu / ; �I } 5 / „ \ I i II I vI I � I if I I i I I V I 0 y , m _ a� i I I III I) I I I a W. I I w w s F i I w w z a / I w 1 w w� I � i a - k N w 5 =o a w I i9 ° ° ° ° ° ° ° ° ° ° ° ° � `� II i IIIII I - - - - - - - - - - - - - �; ' o -x x w v jI w i `i Y r^ wif o=� w w w w o�w �a ry n w _� =�y QOQ W oar w°�� wo �o eww� p -Wa�w it oQogw ate« a o= w N¢z a '7" -=o w"w- °�- I �� ,o w=° wwg� r � w w a ��w a a° LL ° °mow° °°�° �< LL ° rw° W.aaWY �w �a hzw�wo_o -zo-5zti� a ¢3�it hI ��� �g�>�w w°zaww o���a __zLwz a- _- °maN� ° wo _ - "'�,� D�woomww �o o I z �. ?o. �owz ¢o�zm��m� 11 1 z -aDZUQ°z_w�z --°iaw�'5- swa D wpaw m � °w°wz¢wyviiN 1 w Dim — �� CD ¢�n _ / %.� �,• I z t°a N�o?mw Wtt wLL¢¢a¢ QWFOW w X O — KOWD¢� U�°U rc uL LLw �°w_ z (LOL-31331HS 336)OS+9Z'V1S 3NI7H3iVW a�o�zz3�dao,d�MasNo���aN��N��s�x�o��,�ti,�a���o�vss.w ,51OaDad U roa o,Nw�v 3401 101——-N-ale ao+--i lI4 SNOIN0O JNIlSIX3 0 tAli (AL-3 s s os s 3iVll i I a I a a ff.. w r I I � ts; I 11 i I 11 Y I a I 1 F I I I� I I I nl; II 1 I I Iv I I I i I I III r _ a � 1 1 I I x z r 1 � Vi r — I I \ r I 1 1 ) w Q I III W O ¢ 4 w W. h� i J l ICI w z t� I I � o I w i a l � I \ a a o a a > > m ¢ y > w ¢ rc w z a a w - - - - - - - - - - - - - I w w w w w w w w w w w w � i x x x x x x al w f l Lu f� �'j �w v�ipZ rya - � •� I. / la ,. ;i: w=oa v /ff wp�� o0 1 \ I rJl NV F) / 1 UDo¢ wOQui 2.0 1 � xUa fa r I r iQnx¢ � Q w2 N „ i2 i�p0 .... �NZw� z U l k � Ir m 0Zo-��� z o- az=a RHO a"1w oa_o �11���<woa1�ww x� 171H ss2w wo I I 'Al < �� s I I I iI �,wwoz Ir ,� o �w= - 'u �zwLLw=- z0 ~w�Jo o°6LQa - Lz - I _ wow - I I I I w aoz I I Ili i� III w zo �'o�www�w s o } z o j ' - ---_ �sowaw� ,, ;w� oow�w �wz �wx ag zQN����ozz CD ¢z�ag�w��-w��� ���ww� a� z-woo ow��w z�mrc / W 133HS 336)00+g£'V1S-INM3iVIN Q U 2 30 4 2 a���z�z 3�Va�o,��Ma s�ol�la���Nl�slx}o���,�ti,�a���o�,5E6\wx�,51�3r0adSZUZ�roa iZ�,Nw�, 101——-N-ale ao+--i sqwq- SNOIlI4N0O JNIlSIX3 0 Al i (901 O 133HS IDS)OO+19'V1S 3NFH3iVW I � 1 1 A 2iri 2,1 > Lu P2 IA i 1 1 I. I 1 / I II ii I d I I I I 1 1 1 1 I I I � I I II i Eat IL., I i I I I a I , I I I I I i I I � ¢ w ¢ w a - � ' � > s u r 1 L� _ _ _ L m / I � I J � X, w wx w w w w w X X IXIXaz W ) 1i COLu r..l I° II i II i _wozF°F NOF ��a wwz Wdyo� w� ww I. LI wit °?w II I II �aoow a�-« F"o= it a=Q w=m rN¢z w ly, ti�} rya owo g wu5waa =o ow10 o wa,' o 71— 1 I r �i 11 ow za�tz N a w w��o w�pa 'om ac�_�oa om o . z o w N 0 —pow"o �wo=owm wJ z o 'pw¢�ow woo w W �a � �r o�i'� Qa��z�oom 1 1 h Z oo ¢oyz / oowa�ow' w aza�H o z >mx �wp pm?j~z-w� ¢ w¢wJx �� J) ... Dij¢Ozo OwO aDzp Oc�NN�N �dw K < QttQZaQ r w I / J J l pp Inl Z pg oi��wF wLL ¢ < f 1 1 td. F �sswm -zaw�zw WQ�� . 1 f _ _ x wwwo'�o¢� mpx_��a� W. LU 133HS-136)OS+6b'V1S 3NM3iVIN m a�o�z�z3�Vao,d�Mas�ol�la���Nl�slx�o���;�ti,�a���o�s�s.w ,51OarOad U roa o,Nw�, 3403 N01-—-N-NE ao3--i LO SK'w SNOIlI4N0O JNIlSIX3 i (901-0133HS 33S)OS+ZL'V1S 3NFH3iVW I I II Y �a Z /= y Lu i I I I I I 1111 I �rll, 11 ts, 3AV.1—lII / V iI / J I I i, t II I I I II 0 a z I I r Y I II Y I ° t aLLaLL � mLL I Yo a a x x z z w ? a m > LL w w w w w w w w w I I Z x 1 I ( 11J I cD ) Lu l I II . ly t =i I li a�¢�s��a oar Mod S II I n V �o �wz oz lw aa, S boo T z , I I IIIV t,. ¢zQttioQ �F¢ �w2m Y II OV Y�Q NKNK pwwp p�_p 0w'8 a oz I I I w II _ t uw�w�aa zi -dog pw =w www�w o0 Al I; I'� o �ar��a� aa� zLu ooa I t Z oowa�zo2. <o o�y Q- �oow5z�`-'ma , 1 � I ,t n I x � oiw��oa CD ¢ a o_o�w� QOF�zoa=o odw�o zw�ow F I - z I - I W (b01-31331HS 336)00+19'V1S-INI7H3iV[N m 3404 a-- Io,d 1NOI1I1—D�Nl�slx�o�l�,�ti,�a���o�ss.w ,510at0ad N01——-N-NE aoN--i Sqwq SN0111411000NIISIX3 Al cL Lu U r a o a Q v a z> i � 61 1, i fi, 51, � I & v, J I h ,.I,I I,r I I/ f[ I fr a ¢ ¢ w w w w w w w LL � LL a5737 7o o w w w w w w w w w w w w z N Lu Lu r, r.. a - F aFffi U ww l wo J Za �w Fp� ,yea �I �il, � 1 I 1 I Qo oa" Fw 1 I 1 I q; I „ is wa o�� "mac rca¢w ianx¢�� �rc?LL fc J� � I 1 1 1 I zoo�w c� � m r, 1 �w 1 1 1 �� I l JI i rl II ' '7, � ?o o°ww° °�. w.5w =oo ia11 o °wz�ztea�=�wax� LL�m��w" j o w�c�on z_�=—�w11=�w k`o< l r w m 7 1 Ld Ezo I I I I m)I � - �m��aom � � ri -god=ww�I TS. a � - � I wr ,o �� � zw������� Q<ozoo� ?, z oowa�z o3o ¢o o-?za_w� t r. II z�x � = �'�w °��71 :�-I �� Icrr �,i ✓ =oa�wo a���II,� ¢ z Z aa��wi� w�CD HH.Pa X 1 �o�lo¢o _o�ao W " m (SO l-D 1331HS 336)OS+ZL'VIS 3NI7H3iVW 0 U 2 3405 8W0-oZ�Z diva iOId 9Ma 6N01111N009N11SIXao0lB9Ma,aovB00p5£6ewx�,51Oa�DadSZUZ,roa.iZo,ldw�, NOI1011?J1-03-1—Nil TJOJ❑31 i NV�d NOIlI�OW34 CD i U � QOZ O 133HS IDS)OS+£1'V1S 3NPH3IVW CC e z�a a t, �o I � I II II I of 9 z' I I c � I Ij' F a - 0 w m4 a I o - z- � am J N Lu = � I j LL� LLmNwwwwwww 1 � 0 Lu w Ifi6 � w a v I www o =m=o h O ?wNO " M I >< a _ a � ww n66 = � /I W� D J�oo „N - -_ - 13 b O _ II < o I Q evnvb..o..alva to/d Oha Snv,d oFvavonva,Ohmaovaoo�\acstw alsna�oadcvnzt�oadeo/Idwf�\ 3406 NOI1011?J1-00-1—W ❑31 i NV�d NOIlI�OW34 N i (£OZ-O 133HS IDS)OO+gZ'V1S 3MPH31VW r a w Y and IX { m -[ { I II { y I I < 1 r„ J rll I I J S F U o a a� ) I w „ J „ a I _ I { J m o LLm w w w w w w w - ow o W �� -94 - m - < � Js Sp � I - L, _ oZ o Z - / a O a� z o _ H - J 3m3a ti O � _ -mLL��o wm ���� mama as �aa (LOZ-:)133HS 3,3 OS+SI'V-LS 3NMQiVW BP9Pe�o�3���a,d�haSN�,do��3poaz,�h�a�,00.,a�s�w 3,5��3�oyd�za��ay�o,�,��, 3407 NOI1O11?J1-03-1—W ❑31 i NV�d NOIlI�OW34 N i (AZ-3 133HS IDS)OS+9£'V1S 3MPH31VIN { w, t I r wL =w 2,C) a i zw m�l, e w ` r mm { +1 cLD rc { o0 K) { K M I � I I I nn —� , = w t aU z z z z z z - - - - - - - 1 { o m um u w m w u u w I I I L. w { Fr S. UK wL _ - TE - m - zw oz W zry -d z - oo+zaz `o' Lu W m Iwo wn �www ra w as rm { u m a (ZOZ-:)133HS 33S)OO+SZ'V-LS 3NMQiVW BP9Peo3���a,d�haSN�,do��3poaz,�h�a�,00.,a�s�w 3,5��3�oyd�za��ay�zo,�,��, 3408 NOI1O11?J1-03-1—W ❑31 i NV�d NOIlI�OW34 N i (SOZ-O 133HS IDS)OO+gb'V1S 3NPH3iVIN �f Lu zt XX LD 1111 a �e } . Y �t is / v III f — l � j M K S l { r S of I a ` - a � } t� rU - - a - wo j - e, { - > _ - - - - - - - x LLm N w w w w w w w t I I I I I I z w W Lu O< z i W I I I I I I I I a w - - N- - xa= w� - _ � - �t �a r w w r ow�wa =w �w 71 1-7 00 37 0 w o (£OZ-:)133HS 33S)OS+g£'V-LS 3NMQiVLN BP9Pe�o�3�V��a,d�haSN�,do��3poaz,�h�a�,00.,a�s�w 3,5��3�oyd�za��ay�zo,�,�r„ 3409 Noi-n J15NOO?JOB1—W ❑31 i NV�d NOIlI�OW34 N i (90Z-3 133HS IDS)OS 69'V1S 3NFH3iVIN 771 it 2<Aa I w Y / z w lubu oo � 1 a a� mtl , I li e 5 zw j 4 ml I { I _ F z" � x am a { �U w� a aw a z a w r - - - - - - - N m o LL m w w w w w v W Ih I zt J� zwzwz - - _ 'o _ s? 5 w rr C' T�� - - FN ? - r - z 0 ,� { �,LL��o w� ���� �am� �, as T� W � a 01OZ-3133HS 33S)OO+gb'V-LS 3NMQiVLN BP9Pe�o�3���a,d�haSN�,do��3poaz,�h�a�,00.,a�s�w 3,5��3royd�za�ray�zo,�,�r„ 3410 NOI1011?J1-00-1—W ❑31 i sgooer- NV-ld NOIII-10W30 Cl Al i s_ e a N' /..... ........ J a % m w z a m � a e a m N � / Jn ,zm w w m 10 a.. 3 O f�pp} m pp+lp9 pp+Zp4 p0+Sp9 p9 l � I � w Uh 1I D~ x F ru o q N n fi! v� o �n ry 2w � I � w F I I o� I � � I I yr; I I r EZ a < uj _I x I F � a 0 I I N I, a w �I - w _ - - - - - - - a I LLm N IXw w w w w w 7 z I w I N� r cu 1 � � Lu I I I I I I � I �} I 1 II I hI I I - _ J _ sw -- - oz,va z - 0, _ � _ LL I 0 - 1 LU (SOZ-:)1EFIHS 33S)OS+69'V-LS 3NMQiVIN BP9Peo3�V��a,d�haSN�,do3poaz,�h�a�,00.,asw 3,5��3oyd�za�ay�zo,,��, 3411 N°Il°nalsNo°aoN-N-NE a°N--i SqCl a NVId AN13W03J Rp C? _ (ZO£"3133HS IDS)OS+SI'V1S 3NFH3iVIN N a o a o j a Z v z W I a , .. ods t .00s _ Lua N Y H1aIM hvMNna r1 O'Q04 a A u o r^ I ri�l fy�' a lr N i / I j o \ 2 kJ°Il b'°a3SaJ A'IfMIXVl''1�J AdMNna /j 506c' J NS 1 t� 4 17 aZ ) f' ' a m ~ 5 C m mU z o rn W 00+OO1 00 101 00'Z�� Z Q w 394'9Z Lb.ZZS I I OS"OS�-1 W m mh — a m � a m a J 4 7') Ro °4 v W � Zw (� rn lip z g W Z — D N — o LL w al a 4 H101M Otid IsVIG .O'OZL % Lu ��. a r WU' rr rr rr rr r r d p III II' ■ ° N z _ a �N �¢ w Wp Wa = =a o W �w a° W W = 7,0sa . \/ fr z 1 F - o Lu BvnVb„0„Alva 1o,d 9ma SNmd ealawOa��uEB,9haraovBu0g5£6ewx�,51Ja40adSZUZrroa.iZo,Hww, 3412 N0IlOna1sN00 and-N-NE and Odnssl CN Sqtb Nbld X2113 W03J CD (£O£-3133HS 33S)OO+SZ'V1S 3NFH3IVll o Z a a Y Lu r a rr /I J� 1 _ _ I1 � OIl tld3S�A,tlMIXti1 1�Ati MNn21 N 5 H z F a w j0 Cos — .o'as \ H141M{}tlMNnay r� tj 0'�Ol D — g 2 2O 0 0 Lu / z r , r _ _ a Q LL, f I I O — �O O � rr)•) H T z OF m ¢ Q D _ Z fr W 0 mw s a amp O (l0£M3 133HS 336)OS+£l'V1S 3NI7H3IVW BvnVb„0„Alva 1o,d 9ma SNmd ealawOa��uEB,9ha�aovBu0g5£6ewx�,51Jar0adSZUZ�roa.i:Zo,Hww, 3413 Noll°nalsNo°ao+-N-NE ao+--i Sqtb NVId X2113 W03J CD _ Al (b0£-3133HS 33S)OS+9£'V1S 3NFH3IVIN , Q z w 3 F a Lu o + 1 � N w � t o_ m M — ¢ y z r w ! o ° rl ° t o� a Q rc _ 4 .o'as I—I a'os HiOIQVMNn? o — � o p,4 , i ! a z I I I W 1 w ■ !'� ,� NO1V tld3S�J AtlM*b'1 l�J AtlMNna f 11 ,S ObZ O w w " Nrvns 3 94'9Z Ib.ZZS m r F Z O a K 'w a oo«ooz as+!oz oo+zaz !v+a zV AvmlXV Ij57 Lu r� � ww ¢ a atttt Q w (ME-3133HS 336)00+SZ'V1S 3NI7H3IVIN BvnVb„0„Alva wo,d 9ma SNmd ealawOa��uEB,9ha,aovBu0g5£6ewx�,51Jaf0adSZUZ,roa.i:Zo,ldww, 3414 NDIlOnalsNDO aD+-N-NE ao+--i SK�tb Nbld X2113 W03J CD (SO£"3133HS 33S)OO+gb'V1S 3NFH3IVll a Z a of a Y zt ti' a a ! �1 M H101 IwVMNn` a 1/ t NOIl `dd3S�AbMIXV1'1�AVMNnJ S'Ob,Z � z d o <o7 as - - w o w — a o o 7Nr1 lu _ r.. z f w 1) J mm rl� O �N m e 2 m o n z m 2 1 r m m o` o O H � Oa LL � W �w z w w ; 7 70 _ sa w 1 w ti5 �F w d n5Lu N (£O£-3 1331HS-136)OS+9£'V1S 3NI7H3IVW BvnVb„0„Alva 1o,d 9ma SNmd ealawOa�ruEB,9haraovBu0g5£6ewx�,51Jaf0adSZUZrroa.i:Zo,HwO, 3415 NOIlOnalsNoO and-N-al&and adnssl LO SK�tb Nbld X2113 W03J CD (90£-3133HS 33S)OS+69'V1S 3NFH3IVll v g 'N1aIM a've lsb�e Z� d P TO L W n � o l x + w J m J 4 4 „00'l06 3,9b'9Z OO+IZOb lb ZO vA Z-1 (3)bY AYMIXVl w - <z a - r r z O a x z Fy � 1 .w � F N o m <! Z 1, m u % Lu w a W O ,. a C7 71 NO11 Yd3SI AYMIXbl O1�Ab MNny M e e 11 ObZ W J r Iu ;w u u > o - 2 2 2 2 - n\�\ a'os o as I � H141M{}YMNnay > ! � W �o v a w l zk,w w: N a o> r — a o � — m m — ii, u F w m LL w m > O z > o a m \ n e w w w_ r > > > > zt Lu ;L "4 L6u m J w a'e 5 m x rrzlli z mQ 00+OOf 00+1 Of 00+zM 0 a z '\ .. 3:.yb'9Z rob-ZZ6_,_,. O z 1 £V AYMIXYl c — _ � ao / 7 a mN w m � 8 a Vow _ } m W I� O � mw s a amp (b0£43 133HS 336)00+gb'V1S 3NI7H3IVW aU�o-e�o 3�da�o,���,a sN��.a��wo3���E��ti wa���og5E6ewx�,51Ja�DadSZUZ,roa iZo,Nw�, 3416 N0113-16NO3 ao+-N-W ao+--i Sqtb Nbld X2113 WO3J CD Al 1 _ m� as a o m m z a Ja w x y o a � � / N :, y oo+os' as+los sn^'� o+ s oo+eos 611 os / a S 5 y C Lu O o z Zw � u~iz J h a i z m m 3 z x G 5 Z rc o + z �m Lu w F p 'w re Lu 1 w O 6 C7 \ J F zW w S m ~ R Z a cr > a 15 Li w o o :5 o o LL m as . .w w . Q �e wow W � m z 4 � aLLJ U � oaa w a .. . .1 - ° a x m J z F w K Lu Lu / x > > Vw w _ w I W p w xz O �rco _a . a z MF a wz o ash - oaa' O w wa wx Lu (SUE-3 133HS 336)09+69'V1S 3NI7H3IVW aU�o-e�o 3�da�o,���,a sN��.a�3wo3���E��tiwa���og5E6ewx�,51Jax0adSZUZIroa iZo,Nw�, 3417 NOI1011?J1-03-1—W ❑311SSI r fla o, p oo+zz'vis mmi o s rra W oo+Z'Vls s3-llJobd E ch r SZ-L AVMNnH () (N011vl)NI1N0D`dOd MOZ39311dO?J 33S) )NO11vf1"03`d0d LLE-0133HS33S) 00+ZL'Vi -3NHHO1VA OO+ZZ'V1S-3NPHQlVA (iA)NI-A— (11 N-1 1 0 1b'S f f f e v ` o LZ'S k N LZ'S � 845 'j ffL'9 m a a 8ff5 ,� SZ'S 0 w o 0 sb's ,J q On a 6ff5 ',l GZ'9 r I' z W 0£'S 1 1 w fis5 �_ �1 oEs w N z o mp �s L'f � OQ -� 154 Z 6E'S �w J F� 1 b ZS'S Z£'S 111111 :I' f£'S .� 0. I f F Za Z W b£'S W G aU m_ bE"5 Z l y m u f u So 9 N 9E5 } oe I o NO1103} 1 11))L II _ ) S II _ o l LL e f 09 S A3 3 A I O'S OE' 00 OZ L Y S A J f Lu Lu N j N 00In 00 G Y S A, LL.O if OZOH53`J 1 Z A `J 1 3 _ ) f O B9 Y of o<> oa oo o a a lOS's 09'S A3 13 A ;a BS'SJ Ob'S ON OS S Y S A O d s'ti 8 1 3 bb'S J Ob'S SL'S A f31A bb'S Ltli � o w o 00 00 S 1S IA —a + ; m J' £Z'S ?F LtlS N N £aS UW Sa 0� �J �V OO a 2y o O� e h £tib � Eti9 EZ'b bb'S eb'e All Ob'S z J I F i I — I w 1 9b'S I 1 I Lb's 11)NOLLVA3f3 v o V f f f 1SI NO-A3t3 v o lNOIlVn Nl1N—O Od 3AO8V 3IHO`d 3351 00+ZL'V1S-3NIIH31VA eU ovovOv diva iOfd 9ma 53tH0a.tolEB:9m,a�oovBONg5E6ewx�,51Oa�DadSZUZ�roa.i:Zo,Hw�, 3418 Nai-n?J s--1—W ❑j IISSI OO+Zb'ViS mmi Sqwe. 00+ZZ'V1SS3-IIAONd ' SZ-L AVMNnH () (NOI1Vf1NI1NOD T OJ MOBS 3ZIJO}d 33S) (NOIlVNNIlN—`dW ZLE-O 133HS 33S) OO+ZE'V1S-3NIlHO1VW 00+Zb VI 3NPHQIVW (ljl Nolltln3l3 ljl NOIlHn3l3 oZ'S II e Ir' �i OZ'S fl oz" J w OZ'S a 0 OZ'S r� v f Z'S J OZ'S 1 o'I f ( 11 oz" )))II 0 Z'S ;j OZ'S J t OZ'S -� OZ'S j e OZ'S J I1 J A OZ'S ;f OZ5 e l 1 r 'l OZ'9 I � J a 1 1 Z'S J OZ'S O f' 1 � 1 0 Z'S OZ'S OZ 4' )t 'S ,I + OZ'S 7' v m m OZ'9 N f( f` OZ'S } LL II oz" 4n a .S d W W .M�. oZ'9 ILW W w J 1 LU LU OZ'S UJ fn ,,s q OZ'S ca s f ozs 0 oyrvr, a f a � OZ 5 � oZ'9 OZ'S I m r OZ'S 0 3 3 d OZ'S 0 0+s b S d f NC Il3`J3 N.. All I 0Z -Yw ,_� OZ'S s t OZ( w 0 lZ J � oZ'y 2 Ji OZ'S N ;7 OZ'S ;) r,J 11" :i o 0 I. � ( o , OZ'S iEz9 ( ozS bZ'S � OZ'S � o a sz's y oz's m L dZ's � OZ's OZ'� ,:, J LZ'5 f 0", 151 NOLLvn3N3 f 151 N01i A— v o m (NOIIVNNIINOD sO,0 LE-3 133HS 33S) (NOIIVHNIlNOO T Oj 3AO9V AIHOdd 33S) 00+ZZ'V1S-jNIlH�1VW 00+ZE'V1S-3NIIH31VA eU ovovOv diva i0,e 9ma 53tH0a.tOlEB�9m,a�0ovB00g5E6ewx�,51Oa�DadSZUZ�roa.i�ZO,Hw�, 3419 NOIlUII?J1-03-1 -W?JOd❑ ssi OO+Z9'V1S mmi N s W OO+Zb'V1S S3-lIAONd c� 5Z-L AVMNnH (NaiivnNI1NOD T OJ MOBS 3IIJO}d 33S) 00+Z5'V1S-3NHHO1VA (ljl Nolivn3l3 V11 NOI1HA313 v OZ'S 0 0 xry I I .J I .9. .� oZ'S �31A b'1+19 iS IA 0 wl y I o f OZ'S W � Efi b r 1 0 S'3 31 d J o 0 0+0 =V SI O N Il inn 3'Yi3'N'i A 1 q „a I....... 0bb e9 O's i 90'9 li'f' f O t oZ'S £l's J r• J a s'33 d J Z � OZ'S 0'fr+b 'tl S d SZ'S NW ( OZ'S W, r � b�'S A 131A � �• OZ'S 0 5+5 is IA L9'9 1 w t o � a E90 N Y OZ r S i., O 999 J x Z5 LL.I „J �}... W 'i V 0 J I f l. 0 W 3 ( ) s II o K ofi '3, I d J IW N • II OlOHS3`JHl 0 cn 0Z'9 — oo E+L Vl d o -+ o bZ'L J11. K c £ O~ LLL'33I 6 J =I, of r �'g LL Ijj W as E+y tl s Vd 90'1 p_Ijj W J> NdiDaSJ 1 IC Ib A """' J> Q m Q 1 0 z.s co fib—I O U) G oz's o zl z19 0 o r D a z w 5 o s5 s 7 LZ' 3 A I LZ'B i' 11oy sS A i; SO'9 0 06'1 a �n w K oZ b N U ( G S s95 Cry ii'r. (7 0 F o0 N X Z'S vi b5'S o U l W W ✓� OZ'S W F � o Sb'S � � a oZ r• ZF � v U _ 0 5 ce o I LE's Y x o u oz's j J a J 0Z's 'P o' 1 oz's oz's 451 Nolivna�a o II NOI-Alll o (NOI1VnNI1NO0 i 0'L LE-3133HS 33S) (NOI1tln NI1NOO T OJ 3A09V AIHOdd 3As) 00+Zb'v S- 00+ZS'tl1S-3NIIH31VA eU oUbvOv diva i0,e 9ma 53tH0a.tolEB�9m,a�oovBONg5E6ewx�,51Oa�DadSZUZ�roa.i�Zo,HwA, 3420 NOI1011?J1-00—10N-W?J 03❑31 i W GV GNV 17V'EH'Zsqwe H'lH SzPIAM:1d),VAA Hl a ch (i Noll A— 09'E b H M N o 9':3 Q 69 li M (ljl Nolivn— 0 0'0+OE S A3 ry} $ OS E � o F O m - M vwi LL V —.11n Z L IA OS FFnw� a= be'E II _ HL'9"x"Os 1S In y p— ,� W II SyAlkiALL z p_r f. J K_ p......... -b aLL Y �S c+ Z C £'b aW mo.......2 oL J?a b 0 In U m b fi Q vii o j, sae n fEv h 9L'b LL' 0 S A 1 . ¢ } m 9 mm c OZ'S w¢ >o V - (.� W` II c m n o + 09 LL (Lj1 N111Vn313 >f a 00'9 LL ..W x� = r° n oW> Nm 9 l0 Sl TA-1W Q 0 N O (I NOLLvn3,3 ... - o .; N o w N a II as's o as I N N a x + 9L'b - o m H M L LO'b n+� o N w w 69li } j... ZL'b _gyp... - wFo brE O w 2 02r dOm W II S M......... o +md J J IV e 3fi9A 1 0 Q o 6 l'9+ 1 30. .f m a =LL' f (1jl Nolltln393 J SZ'b a W W `o J> N W Q 0 05b p W a o tb o wa 1' mw - a L6'b OZ'S m m a N o N <D f• 11i1N01IA— (ii)N—AII3 I o N I m I +m (1�7 Nolivn3�3 I .v a dw a o ry iot .mow I mw + I r¢ as I a mm m a w I a o a\ N Q o a �f c a '5 w 1 U -- .. N LL zm¢ W N II S. 3. 9 I� _ 0�I V Dz� o l A 1 c J N II n> z.. Ij m'+e o 'z OoF o ,� .s auj W o w 3 o I j m..,. f IG'£ W Q L'b 99 S Z K S W Q> w W o�> 1 0U) N -z� o (q U g 0_ o m a- �,., w � O �a> a� a3 J �w fr NN m Sl'b fr u w bb.b z 55 L Yd Iry 1111 NOLLvn3L3 0 ,t - � U N r �9 4H AN ZO'9 � d 3 wa lE'S d b 09'S m m a N c ICE LI)N011vn313 ' eU ovovOv diva i0,e 9ma 53tId0a.tolEB9m,a�oovBONg5E6ewx�,51Oar0adSZUZ�roa.iZo,ldwe, 3421 N0113-1-03—-N-W aoN--i NV-ld CD ryw s w JNMJI JVA-N3W3nb'd QU-3 133HS IDS)OS+£l'V1S 3N17H3iV1N Z�Q a N f Lu a � Y N I W U U o 1) 1 U 4 V U U "al OF +0 00+1O1 3�.94'9Z,b,ZZS 04 o o :.a LV AVMIXYl �� ,i, i o o z W O'OOZ O m /1 Du of o _Lu / v J � y. x LL Q � Z oz_ uJ ow c W w W ao-�z�z 3�da�o„�n,a sN���N�adw�N3w3nd�o�e�,�ti,�a���og5E6ewx�,510a�DadSZUZ�roa iZo,Nw�, 3422 N0113-16NO3—-N-W ao+--i CN SK�Cb NV-ld � JNM:JVW 1N3W3nb'd $ (M-3 133HS 33S)OO+SZ'V1S 3NFH3iVIN o'ooz , a�m Z�Q } s y Lu z w o+ µ m o S qw o, r 1 /o III} ! ! J , of o m n r A I a .p o + z W / o fr w o P o �o Lu o= w (l w o 's of �o ss L w 40VD 133HS 336)09+S1'V1S 3NI7H3iVW ao-�z�z 3�da�o„�ti,a sN���N�dw�N3w3�d�o�e�,�ti,�a���og5E6ewx�,510a�DadSZUZ�roa iZo,Nw�, 3423 N0113-1-03—-N-W ao+--i SK�tb NV-ld v o JNM:JVA 1N3A3nb'd U s .. (At-3 133HS 33S)OS+g£'V1S 3N17H3IV1N wL 2,C) _ w �r m� Y ow I a 3_a II1 57 i I �N ) o+a � mM ) —o /I 1 0 N w w M iro z p m u m c III} } \ �I )1\/J S re re fw n {w ie fw m� j %I ) zw o F F U U U F a o 0 3..94'9Z.64.ZZS F O a d /� 050bZ=1 Z 5 z —— Z'dAVMIXVl RyO� m coo a az ¢w Q W (ZOV3 133HS 336)00+SZ'V1S 3NI7H3IVA 8VMN2�Z Alva 1Ow 9ma SNmd�Nlxavw 1NawanvtpObB9m�a�aovB00g5£6�wx�151pa�DadSZUZ�roa.i�Zo,ldw�, 3424 N0113-16NO3—-N-W ao+--i SK�tb NV-ld v o JNM:JVW 1N3W3nb'd U s .. (5073133HS 33S)OO+gb'V1S 3NFH3IVIN of } i v w I} QY `n atzt a , zz AN j wi WQa Z66 a z w 1 w w N a " m r z w a o � uwi z J of z z w Q a r� z w a� w o 2 > a W (£OV3 133HS 336)09+9£'V1S 3NI7H3IVW ao-�z�z 3�da�o„�ti,a sN���N�adw�N3w3�d�oae�,�ti,�a���og5E6ewx�,510a�DadSZUZ�roa iZo,Nw�, 3425 101——-N-ale ao+--i SK�Cb NV-ld � JNM:JVW 1N3W3nb'd (9070133HS 33S)OS+69'V1S 3NFH3iVIN e Z, CL Lu I 111�YTZ U U \ w 90+006 00+LOb Op lb Ob I 1 I / � w c 1 0 � o z � m y y. i i w J S m F jIII� 1 o o o U 1 tdw 9z' U Y U U dzw 1 U JOS'ObZ=I n &M AtlMX'dl R6J p z — W + e z � o z Q n o r? w O F �O �2 (1 w WLu Q mO �� W I 070V3 133HS 336)OO+gb'V1S 3NI7H3iVLN f v m 8VMN2�Z Alva 1Ow 9ma SNmd�tilxavw 1NawanvtWnB9m,a�oovB0�g5E6ewx�,51Oa�DadSZUZ�roa.iZo,ldw�, 3426 N0113-16NO3—-N-W ao+--i SK�Cb NV-ld � JNM:JVW 1N3W3nb'd / a o — z a Z� cL Lu r 1 � m �v w w 0 m� n w / J � a � , z a o w 0 w i i i i i Y U wa oz a w � a z Lu w x > a v m L 1 (90V0 133HS�136)09+65'V1S 3NI7H3IVW ao-�z�z 3�da�o„�ti,a sN���N�adw�N3w3�d�o�e�,�ti,wa���og5E6ewx�,510a�DadSZUZ,roa iZo,Nw£, 3427 NOI1011?J15N00-1-W ❑311551 sgo3er- s-11vl3a m _ SNINH 1N3W3ndd p a.25 w~ mg > I '_ zz Q N 12.V aK OZ�ttUZOaUZOF�JOLQa n z -S I zOw 1.S Q m w WW z W w u)` 1. Z p n p Lu _ 69 Na�wZ z 1.25 W CH}Qz�}QXQFmC Uotiz - U _ W lai ¢ Nw Z •0'b � N -_ W RM __ ter am Z a U IIIII III W¢ 3 - W }> IIIII IIIII Ctb III ° - p Q K - mI0 plimimim a 1� IIIIIII IIIII , ivuww maulllllll�'-+� n w O �� 1.25' 1.25' 0 � �, z IIIIIIIIII IIIIIIII lWllwuwu uwll z r IIII IIII sda,*'_�� 1¢Ip zo ~ � W 1.7 Q OZ� �J a F IIIIIIII IIII > - wa>z I wear �w ww -" - _ Z Ipuml, u) a.,ra aw _ LD w IIIII IIII IIIIIVuuu uul 'aM1^ cn Y _JQo a�Nh ?r w z WN tlry „ O 2-5 �u�� Illll�ll�ll�ll�ll�i�i�l�l�l�l � CD z a'b� poa 3z 1.o IIIII IIIII sb U F IIIIIII LL� o �¢ m w W 'as t N 2z - _ a �IIUtiIIIU �r �a z Z z Z IuN Mry tlb ti< Oz- I !n LU N w mul reremoouuuuuuuuuuuuuuuuuuuuuuuu ul � w= - U X D z w =o IIWII���II�II�I�I�I�I�I�I 1111 ws=r�w _ �u tiU wp�a-�"¢ Q 11 zzw' �� �a'ro� wiz>z cwir w a ,9'b ePo�zaz3 da o,d has,d Sa 3428 d........da......,�......,a s w�3,........... ® ® Ge` g�« ! mI m a,m»a \{/ : ` ( G / \>y . / ; > I . . - N y G Lu Lu of AA ` A A AAA A A AAA", » \ uj §k( � �\ uj \ \ Lu a 2 = Lu \ I - _ \� z % \ \ [ A,,§ LU �� \ \\ I §� I ) ` G I ( \ CD m / � / I \� \ .tz I 3429 Noi-n—NOO NOJ ION-M?J03 03nssi sqo3ins oaH�o3, ��y�A e SIIVl34(INV NVId ONIAOObO � U I � ,• III. �! � ':f Zs 1N3 W3�Vd vAmi i - Ca DNIAOGND 3O 11WI7 z ' �v Awl f u) li 4 Ij Ili ' , a w III I ( T— o= w o= w o rII D , yaw w 0. o Q 1 h s Lu Lu Z / / I J y 1 I oaz ! wx w _ 1�I aaw Foo Q¢a _ �D D F_ w o i(,17.11, LI O arcoa `�wi >a� w��� o�� - zw_ s LL J Ewa go °z m=� w w6F - wa wag Qo, w mow= o� a x� F ,S ,,1� Ltl Ai�Al Z zywQ zow¢�3 ?N�� o�z� orcw wc'Jm ~Oo ~ �1f zzc� -z J wwa ov��nw z-z ¢W w�Ow Da=Ntt `c'Jz> c9Jo� oQa - O�>w D�¢zD)� w¢�w w xw¢D iw'�'i� �xorc x xvxi ozLL ra Drc Da �D rti N� `� Z roams �oorvi ¢o DD r?¢r r 2 ttox i r ,tttw tt� xrc xx w ' ) W c9 ePo =o�3�da�o,d�Mas,b�3a�Nl�oob �o�,�M�aa�oos�s,W��s�,3�oad�za��oa�z��� �, 3430 N0113-1-03 and-N-Wand--i SK'w SN011O3S-1VOIdJ l zS 1 �wowg��s" i rw�<�=os� z� sa �"wNz_ I x a o L2w Q=gip=¢ x W I _w W a LL apWow¢� w�w3z �� z�a�a =mma oa mr a �a�<ww m- .. Wo w Q a ow o o = a 69 - ��� u o o ry 1� j o � is w o a< - }i�)), } w o p J w a p >W a z {{ rr1 p 2 w bma �m'n mom z P Q } u) z y �m W o yf U� - oe 69 {gq7t 2 N H w o LL to m W p z U o o 'y7w - p SI w I =aF ¢ow _ aK o - a1 X 1 I a;mr r�Wo Q N01123S (Wj w -ww d r7 0 1�1N3W3Atld+� Q WEn W o p r a p W 1tl31dA1 � w _ J } (/) �wH w2 - 2 �F ° W m— �mw "mo / > J w Ow cLp 5k {,} WLu �rc� o� / �Q W .�t W 3.� ¢z }N o pao { 0 7 a by tJy�, d J L+r jT'ti O W F Z \ - LU m mo mn \\ LU <Z a nO r;, =O w Lu QW � m� � wz _ ag 2t<'y�f � ��' t ¢O Y �� < w>m �:{tP'lly;t zm }w, z� / w 0W zaw 5k 1y j) 7 W p - � .t " oew �9 + z �dirb zpzi y m�� //////.//y �wm zLa d1 r DL) y Q �OmOX Lu �pLu w 1XL1 tom t Q Q _o F cr7 w D K Q L m W o° Ha - o Fa m z z Q ��� zD Z J w ��w 1. XU7,� zpa o� - - Fpo _ �mD W W Q w X. - - Fpp ap m so 0o w W N011l35 � �3 1N3 W3Atld ltl�IdAl 3431 S sqwq- mo asap# \\ \ { Al \ . a « : \ : \ \ ) / \ yi:: \ o - \> Lu \ o } � \) \�{----- : tu co } / »dd2 - :g « 2\ / , �}\}� \\MH \/\ _ , ,_ . 3432 NOI—aoN-N-ale aoN--i SK�Cb As NVId 39VNlVIdG 4NV ENI4V2iS s_ .. (9 Q09-3133HS IDS)OS+£1'V1S 3NFH3iVW i Q Z,l a aLu i ® > at I o a „ I I v I 1 del I _ i � I Ial Fyn I I I I 1 IV a I \v I I a I )v I < w I A o 0 0 0 0 II � III o o o 0 0 •� i v � + g El El Mt / 1 1\ ® 13 - 1 0 0 - - o 0 0 o a o 0 0 0 Z uj o ry ID Lu / 1 � / 1 / u O / 1 / D D(9pz p p - 2-iw N a � p 10 to W 4 F ZW / \ i r. m \.1 \ UW UU UQ UN xF x x w F W 1 a�oU�z�z 3v�0 vo,���,a s��,��Nla�a�o��,�ti,�a���og5E6ewx�,510a�DadSZUZ,roa iZo,Nw�, 3433 N0113-1-03 ao+-N-W ao+--i SqCb As NVId 39VNlVldG C 4NV 9Nlab4jS 1 s_ .. (£09-0133HS 33S)OO+9Z'V1S 3NFHoiVW El v Q El Z�Q cL >- Lua ' o m a I v a I �v I vI I<I rya I 11 I g I � 1 I I � 1 I hI� zi � I � I I I Yt I� I I 1 I o o % 0 N ICI o 20 0 0 0 I �7 ® 9 90 [El O V 1 I = J 1 / I o o 0 0 0 0 o a o 0 0 1 a a w w a a a a a a a a a 1 Nt w I J ,\I I l 1 4 / t D D O(��z \ \ 1 ICI a� _ h V O V F \ 3 _ u- \ V cz c0 cw o --Ww t' FttV ttr tt V tt VUJ¢i W JI i p n m v n 409-D 133HS 336)09+£l'V1S 3NI7H3iVW a�oU�z�z 3r�o ro,�9�,a sN�,�9NIa��o��,�ti,�a���ow5E6ewx9a,510ar0adSZUZ�roa iZo,Nw�v 3434 N0113-1-03 ao+-N-W ao+--i SK�Cb NVId 3❑VNIVldG C 4NV❑Nlab4j❑ 1 s_ .. C9 (A9-3133HS 33S)OS+9£'V1S 3NFH3iVW wL 1 J W [j J Y t 1 1 IJ J 1 a 1 I S 1 � l m � I 1 � I 1 I � 1 m a 1 o R m � I 1 m , ` I 1 w waw - � o� a o aaoo a aaaa 1 r lo+ ® ,. o 0 0 0 0 0 0 0 0 0 0 J 1 J o o _ _ 0 0 0 o a o 0 0 0 10 1. Lu 13 R � 1 o 1 1 o M o II I I� o a oaoz I I I _ woo 3 - �� o % W a - - < w W o ° _7 _o� w _ _o= o wF „1 00 OZ 00+�Z O 0 lb OZ 1 ZVA MXb'1 W } s Q El Z (Z09-D 133HS 336)00+SZ'V1S 3NI7H3iVW 9vovnZUZ alvo 10�d 9n,a SNmd 9Nlava�0U9B9m�a�aovB00g5£6ewx9a,51Oa�DadSZUZ�roa.i�Zo,ldw�, 3435 N0113-1-03 ao+-N-W ao+--i SqCb NVId 39VNIb2i0 C 4NV 9Nlab4jS 1 s_ .. (909-3133HS 33S)OO+gb'V1S 3NFHoiVIN II III Q � a Lu zt I I I ' I ' I I�I� IEI et 1 I � I i a+ I m a a m I >M w ' l I / 1 1 I I i L o , a = _ II I o 1 1 I Z2 o o u - `� o o - - 0 0 0 o a o 0 0 0 I I w o N y ■ � O o ® � 9 w � � �� 13 1 I 1 p I � � z o � _ I I\ I I woo I F2w 1a w w o7 o m _ o� o= o 66 a wa w oaQ i w 0 a (£09-3 133HS 336)09+9£'V1S 3NI7H3iVW a�oU�z�z 3��0�o,�9�,a sN�,�9N�a��o��,�ti,�a���o�,5E6ewx9a,510a�DadSZUZ�roa iZo,Nw�, 3436 N01100a16N00 ao+-N-W a0+--i LO SqCb NVId 39VNIVldG C 4NV 9NI4V2JS 1 s_ .. (909-3133HS 33S)OS+69'V1S 3NFHoiVW dLu of S } `" ry / Jl m 6 S it k a a \ m y • ` 00 b lb ZO N = Qo s CI o aao 1. — — _ — — / w i � f o — IT r, �® �® ®4 0 0 o 0 0 o a o 0 0 0 a a w w a a a a a a a a a Lu o w zt J 1 al 1 °� ry O 2 K O2¢O e u � ) o o K Z jSDQ i — El .bd D 2 �o a a tt 00 0£ I l I + za r.. O wFD ® e ❑ q I m�a \ m� ii'i I �w Fz ow ti ao�vwi Vw Wo 2. ua w m¢zu I ! II v wa w� � w Wawa v m 4 \ "�❑ OFF rU 0O pD l Lu J w ttV ¢r tt� tt VUJ¢i W ~ n m v h O j 1 1 I Z f 0709-3 133HS 336)OO+gb'V1S 3NI7H3iVW a�oU�£�£3��0�o,�9�,a s��,�9NIa��o��,�ti,�a���o�,9�6ewx9a,510a�DadSZUZ�roa iZo,Nww, 3437 N0113-16NO3 ao+-N-W ao+--i SqCb NVId 39VNIVIdO C (INV 9Nlab4jS 1 U " s_ t a o. Q o ZS Ja �I Lu Y w 7 a N Y o r N a / z d K w ao w W � / mp • Ls • ,' o aaoa , a a K K 6[ OS e ¢ c N I � � w p w � _ M 1 a o q Q J z � u IS 0 0 J w _ a z a x r IA c� III11 1 • 0 S IJ Z ®w o ry v ■ B O o e I J _ xO OF=z ¢UFU z z ''I £ Ow > W Wys 0 a owwi N �w2W = wpm=z �I, I _ o 3 0 o�ww ^woo o� p o�oo am w r a a F �o 1 I� - o=o�a V �z o� oaw c o0 W _ _ oa �9� n : o rcz - �t t� w< w oc<�w (909-D 133HS 336)09+69'V1S 3NI7H3iVW 3438 \ , y \ gA«e« \)\ } em+«,m,IVIHo \ 0/ 0 / §LU LU co co LU Of Of CD LU 2 2 / / \ \ \ \ \ ° }\ ( 10 Ff/ - y ( } - , § ° - - d� LU , : , .........., 343§ NOI1011?J1-00?JOB1—W ❑31 i SC CY7 � (8 dO b)100-SZb'ON m _ SNVIdCIHVdNV1SIOad w xr Q CO } F cL tn w ().!r .I �• 1 KK" ,raw QL uu C .... 1 ru! '^^perry ^• �i wy G�.." ... w G x Md f IK lz LU ct � k 7 X wj a/ w c u w w uj W t-- 4 - Nvrb d0i Nw•7s wolldk7 " kn --J N ...... 4 rN 4. W u) IA El Lu cc Q Ly uj w z 05 w n NOd'S'I,M,-FP8 6 un �. 3440 NOI1011?J1-00?JOB1—M ❑31 i SqCY kr (8 dO S)100-SZb'ON m _ SNVO ONVONV1S IOM 2v TWIT LIREQ r l s. 4 ' k 00- r , a .NAWN ZO ....... Zoo a to, N. ti 4i P HIS 12 y I �a ya, M :ZOn., uwn + 51 NM n ✓" % f,7 L� m ell n c 'x 447 142' i r s r i"•7 x sx�< 6 6 how N,h P a �.., b L hr � M+v � Y �� IM "'!�•N M k+.'R' +: ¢M i„ MV r �i. ....................... ,°,° �,,,i, r r %,,,,r, �,F,,,,..p.., I�� I LOL �c wlot its a rf t~, Wyk h , itt a a �r a f % m4m r.Mr U404 M r ,k, ,) y old to v ry to x q u M 6 60, but t w b Ob* ,Yx, 5 t ns ,. CS a S. i.0 I w.. r..r MGd SI,MxMB !o, r; un'w 3441 NOI1011?J1-00?JOB1—W ❑31 i 1Z SC16er, (8 d0 9)l00 SZb'ON =a _ SNHId 421HdNV1S load ' 'U 1, ,.. i x LU L2 rs a uj W Al .... ry -_____ w r° Z x tL LT. a I Y YF 4s 1 •• ........ ........... ult; c Cc Cc a L y m cL y P N i N r mi � It � LA ..a 6 C[ h 0 U 1 a r y " uj �l 3442 N0113-1-03—-N-W aoN--i d�,J sgooe (bl d0 0ZS0 SZb'ON a _ SNVId CIHVdNV1S IOad ' uj CL h ua ul b ar7 4 ld1 w M A a �� ✓ ............................................. .::.........., Cc / ,,1 x / lz 17, LU 'w, v Ln ' c r kn Cr h t M i i � v LU r ti J LU P•, 1 LU x� 3443 NOI1011?J1-00?JOB1—W lOJ❑31 i SC�CY k� (bl d0£)ZSC-GZ17'ON m _ SNVIdCIHVdNV1SIOad a Lo a � w S i N� q ,.. I� ,I LQ LU JI lj Ul a a u a 1-1 cr u kd w rm .. ij �.� w h vk cc q e Ct n uj Lu �. I - k LU n 9 v cLr. lk a � o e ' Pefi tNN - it A W. tn IRI N .....,.,. ..............�.....,... ..� "a M {$rcN .. ...... ..... , .. ..i..n. riarlaN.t m'" `r'r u. �M 1 jl 4 as X'� ✓i __� y 4 +l P 1.:...1" f x PU�:�9 4P f Y�9wR�d"d"f afA!l�rlltl �� r.. PNOI$i A3b u. 1�.. w . ail id 1,V.l Jv q � a�N 3444 No11onT isN—aoi loN-010 am G3—1 xm°a�aax 071 dO 6)ZSO-SZb'ON _ SNVId abV4NV1S IOOd N d 3 U It r N, Cs1 71 r r� vy „ Q 411 hi L r k � xw � � 1 � x nyx nzV r / i h M1 w' /f {_ w r n n Y 4_. rIN 3445 NOI—aoN l N-ale aoN a3 i SK�Cb As NVId IOb1NOO CD NOISM:e � m s_ .. QW-3133HS IDS)OS+£l'V1S 3MFH31VIN I I o a Z a Lu �� fP a If 9 a } J 0 N r' Iml i w N , I v - \ / LL k� 1 I I I Ir a \ m z o a(.%, /, 1 — = I IF U 0 0 OLL ¢ r 1 / U yI \ p (9 w J N O ~O O .71 h / / 1 w20 0� 7 _ r Lu Q° �3 z w � Ja o Lu I a,o�z�z3�da�o,���,a sN��,oa�No�No�soa�o�,�,�ti,�a���oq5E6ewx�,510ar0adSZUZ�roaiZo,Nw�, 3446 NOI—ao+-N-NE ao+--i CN SK�Cb NVId IOb1NOO CD NOISM:e � m s_ .. (M-3133HS IDS)OO+SZ'V1S 3NFHoiVll r 2 I E i�ry k 5 Z cLLu \ nj , Y IY y r i, I I I l w a LL ti I , } I I o ow w lK w w ao � a p \ I II � _ \ O 75 h K U _ W w w to WK Vtn�U c a¢¢� w as w c7 LL (LU-3 1331HS 336)OS+SI'V1S 3NI7H3iVW 3447 N01——-N-NE ao+--i K�Cb As NV-ld r S �ONINOO NOISO213 a U (A)-O 133HS IDS)OS+g£'V1S 3NFH3iVll Lu o U I J I J I N o o r,l � I � _ 1 I w o I 1 0 a I Ix i + I ��I Ji ... ..,.u... s� vta l III �s o+ / M Ii LL ; . I l + N i I I r Y w w a rl � y r i�F rc a Nv�i2w w 4 r J ul li, w O n n a o 0 w.Z a r I 00 00 \ h 1-1 K ¢Ew u 4 OZ e V� +1 Z 0 dOZ 0 lb+ LL y � W.Lu A o¢x3 z I � W r° a W u (u w (ZOL-D 1331HS 336)00+SZ'V1S 3NI7H3iVW 3448 N01——-N-NE ao+--i K�Cb As NV-ld r S -1ONINOO NOISMIA I s_ .. (SO)-O 133HS IDS)OO+gb'V1S 3NFH3iVIN I � N nk, I Q of l w Z a ` l LL Lu rr h a w a LL h zt s a o , o I I + -- � ;t Iml i:1 r. o, y, n � I �J j AV i. I I I \ I 1 h J� f ! I li I a „I I III III' i III /I_ o i m urc I < Iml �NI U I 1 J li I I iml r91 ) _ A v l� I I I L; I \ v v v Iml �I v I I - � ''a m o I r 4 0 oy — , N \ q z _ u, a 1 1 o Y W W �K w I Z JI (£OL-D 1331HS 336)OS+g£'VIS 3NI7H3iVW 3449 RI-1 i-01���,asN��—No�Nolsoa���<z3 N01——-N-NE ao+--i SK�Cb As NV-ld r �ONINOO NOISO213 I s_ .. (90)-3133HS IDS)OS+69'V1S 3NFH3iVIN N o. nl Ix 1 YW k ;w J a 0 a Lu a ...„ 0 1 )' �I 9 71 I ry' I I u. 11111�1 m,00 49 1 1 y J�\4 �4I III r �Ijwj . ,. ,,,141 � r r I r Illll�illlll � II I � � � rm, � IIII,I II III i , �I w NI!VI ��I I � t m — r r P Nr h ' Do,Do, Do D I w ao I AVMIXY Z o v — �`� / w a II N � u, W W�aW z ul r I 4 (VU-3 1331HS 336)00+gb'V1S 3NI7H3iVW 3450 101——-N-ale ao+--i ro K�Cb As NV-ld o S -1ONINOO NOISMIA I Q o �,. aLu Y a 4 _ I I a I I I - i u N 't III"i , . I � w w i J jl) fl I f11 L- I J �Aj IL I It IJ,f Le I I;; I — � 0 a / I � 444 I a r I z o I r�z I - { w�Wo w w (SU-31331HS 336)OS+65'VIS 3NI7H3iVIN 3451 \ Wiz ` e�� y+moNOI mm Al S ,!! \ . o / 7. ( /\ / f ` ~ -�-- \ \ \ LU H. z 70. \ Lu » _ ) ! (} \_ \_� )\0 ( )) \ \ o - _ ) )§<!_:_:): (- _ \#))\((/) ( })\§E //E§Z:):// : - ) )\)/)\/((\ [»Z `/\ E) \// _ . :: Z.- ;(§//§�`k /) \ \} / f§/\=:j!§: :§) ;(\ j> :§: =P = w9Q> o/2gd= 2: / » 3/i : - - - § \\[;L [/:,r!§!§§) ;§! ;: ;§/))�: \)/\(§j)(§ /\i )§\ j( !(} §� \ j\\ \§( }((()\( \\}§(}j\(\ /)} \(\ \( . ( \\ \\ j //! /§!!;!§ 3452 N01130a1-03 11oi loN-W aoi--i SK�Cb Asr a3� os+s mHl CDo � 00+£'b'1S-SNOIl071S d E o0 SSOH3 AVMNnH (j 0 llil NOI1VA313 Ili)NOI1VA313 (li)NOI1VA313 � e a I I I I I I I I I I I I I o _.. _... ...o _.. :..o I I I I I I I I I I o I a �I be ijo I __ s cn 11 � v5 zs=33c I - 90'b YZ'b 9Z'b 3c 99'6'l3 UU'U5'ii0 o lbb o ��� 69 b 0_o,. E'b_o U .' f•o � 3' u4 a rc b0'S � �n a robs 13 bbS o p lOS a �3 so's, cn = ss'ro rn U3 33G oU'o Zti L'l3 s DL sir-iia 1 oo na=l5o I q I o I a I 1 I 1 1 I I S o w o \ a G 9 (13)NOVLVA313 (li)N011VAa�3 (li)NOIIVAE�3 D � � ur — 6J 1111 N011VA313 11J)NOLVA313 (lj)NOI1VA313 w x I I I I I I ... I ..... ..I... .. I ... , I I I I I I 0 o a I I I w � w I I I 00 0 0 La�s 55o a e 33c ss'Ut:31c � � y r D l3 p, ZZB'33o O Y 9 6 0 9b k o _. b l'b � Q< t w o 33c w — 93 iol O > Ib i3 v ¢p Llb O oI Q z xw w z y m I + + 1 + Z 0006fja ma S'b„o o M b E l3 bL'E oo M z za ¢ o o Q - oUo ii Q F F F w z I I �= o o a nh w > 3 co LL z 0 0 o a a w I I I o m I we Qo 0 II o o N� w uJ \ \ \ oLLa \ \ \ sw uuwi w 9 q o ...o ....o .....o ¢w Foa 1111 N011VA313 11j)N011VA313 (lj)NOI1VA313 U J3 _ Q m Z ry n 3453 2—MI—flow U—SNo1ID3S SSoa3 emmNnxfU08B9m,a�covBUUp9E6ewxo3,51oa UOadSZOZ�Uoa.iZU3liwo\ N011-16NO3—1oN-O18 aoj--i sqt� H3� os+s mHl o OO+g'ylS SNOIl071S lH o0 SSOH3 AVMNnH (j 0 llil NOI1VA313 Ili)NOIIVA373 (li)NOIIVA373 m n e v o m n e n o I I o i3 Ls uou-Hi0 B8£ uH 464 68a Z8'E - G8'E rr� EL'b oIT roLHbl jja Zb Ob b o Lf'b 1� Ls b o i.L „q tit bL'b,o .. 83 b_o no a5 j10 Bt�Vb aN no'o5 68a .',f•oN '.i a - UJ ii0 o z oeo HO 1 o o U) � �. LL's, cn G ; BL'b o 5 6L'b o l3 08'b o O 60 I -� o00 � I _o oUOY j1 � •. 1 � ..gy' 13 ss Lt=iio 1 tl He-s10 I vHHt='jio 1 I I I a o a I I I I I I I do 4 I R F I 4 1 wp \ wp 1 I o 1 0 1 0 9 G 9 11i1 NOLVA313 (li)N(t11VAa�3 (li)NOIIVAE�3 D � � ur - 6J IIA)NWVA313 Ilj)NI1VAAIA (lj)NOIIVA373 w ZZ'E ry a 0 0 = I I I I - W � w S6'k: � ss',E,,, I ✓� � N I o � 0 0 o uJ w b.:b 9 Z8'£ 3 E£l3 LL U v' Y b H'jH K W h U 9 ij0 6W1,ES' I�i rob a�3 BO I ur ¢ a tt o o�lja f'I.b~ ooL=jia I.G 5'iio 1Hi o 000 � 48,b,,.q as iio L8'b o � p w � a � z y, 6L9 i O � � E, O O Q a a + + > 3 8L'S o l 955„0 5ss li -s 955 00 <D li ;� ES'S a <D Lu W e In •" 8L's U] •" 8L'S u) J ' Lb'b lNb 9 b o a _. L8' 0 3 �q 0 00'0 10 HHo w > F I £45s=�so 1 9e sH-ssO I D 0 0 o QH w S lo I I I D - 1 1 aN �a a < w IIA)NOI1VA313 Ilj)NO11VAAIA (lj)NOIIVA373 1. Q ¢ m Z 3454 2—MI—110w U—ENo11oa5 66oao emmNnxf008B9m;a;aovB00p5£6Lwx�151pa�0adSZOZ;Loa.iZO6Nw�\ sqweW a3� os+L L n2]Hi v o 00+6'V1S-SNOL071S E o0 IMF SSOHO AVMNnH (j 0 llil NOI1VA313 Ili)NOIIVA373 (li)NOIIVA373 � e a I I I I I I I I I I o o 0 - 'e=�3 l D- 6t£ Wt a lbl�10 oa E �rinl-�10 la'£ w w a LLu � cU rc U b I o 9 Da os-'SSo - t.'U� oo'os j10 o.'.'f"o 00'05'1So a '� Ol4 O 119, O Zl5 O a + y + + fibs o 5 l3 I OS'S'_a O u• $ O l' fn �' �( L L's. (~/] � .. Z L's to e titD l3 t b l3 _ stb l3 000'3 SSa %� 00 OS ij0 00 OY ji0 <1 F� "13sE£ l 9£a ZE l3N �E'E 89L jja � < s_ fJa I o�9L=tJo I c I a I I I I 00 0 w w Os"Z 1 1 se ee� jjw , G 9 (13)NOI1VA313 (li)NOIIVAa�3 (li)NOIl D � � ur — 6J Iljl NWVA313 11j)NOIIVAAIA (lj)NOIl w I I I N n N I I I I I I I I I 0 o a — 7e's't3 ec�ro�-1jo 1jo is�D�-iio — — w w � m Z8'k: Z11 E Lf"E ✓� ry tt Q — D w o 0 o ti yo w o iw a 60'b Ol' W.µ..o yo o I I,r...a U O a � 6 m LE b,,, i i l m w 9L6 3 5 0 3 Lt'b z w � oo os Sja I/� aPos o OUOS ji z H 2 ¢ r h m m m 91'9 _ z x£l'S a AAA 9 li i 95'yi„o a 455 li l59 o T dss li Z$'$oo T Z a ooD i,o 1 w 00o a y Szv 9L'b LL'b e o w > lffu=iSO I O 0 0 � o ol S S I w DLL Q I ww I wO I 1 w w� oLLO x 1 1 1 1 1 1 ¢w uuwi w 1 I I — q o � Iljl NOliVA313 11j)NOIIVAAIA (lj)NOIl w J3 _ Q ¢ m Z ry n 3455 2 1,.U.aivalowU—ENOI10a5660a�emmNnxf008B9m�alaovB00p5£6lwx�,51Oas0adSZUZ,roa.iZS,Idw�, - N0113-1-03 11oi-N-018—--i 5 tb Asr a3� OS+bL n1 ]H1 v o 00+ZL'HIS'SNO1103S E oS � SSOHO AHMNnH (j 0 lli)NOI1VA313 Ili)NOIIVA373 (li)NOIIVA373 � e a I I I I I I I I I I I I 5Zo 8L£f j90 GL£f LE o` 6Z6 f 4 6Z6 0 li 1Z'b i. ..... v I` asb�a I oe'n o 3 o as -la 89t,.q .. . 0009 jjo .'I' � aoo 9jc oVo5 9jo cl) p w yfi's� N jo aPOY H e, i OE£ I I I c c as I I I I 1\I 1 I I I I o I o I o (13)NOUVA313 (li)NOIIVA3�3 (li)NOIIVAE�3 D � � ur _ S I1Z)NWVA313 IIJ)NOIIVA3Z3 (iJ)NOIIVA373 w D o I I I I I I I I I I I I 0 o a bo LnL=sjo jio e v�=ijo w - w a o o x m I o � twit D OEb If L£'b w D `N oo os-js II OGb c IL b G i3 ZG'b o O 4E6 i i a z o w o oo'os jfa � G9'S O 809 60'9 - - o a {I 00 ij0 Ili"o c c 000 �� �," i•..o c I ` LVS_o li I 3 Sb'y� 965 l3 9b 5 1 S o z 000 ii0 "� p d a Lu oL'b'l3 OL'b 9 b l3 lL'b 9 3 ZL'b� 40'os-'99c �� oo¢4-jjo I � opo4 j90 �l I � a w >bZ 9l=ija I O � Q LL lo I W LL 9� D , 1 �o � do ZgZ o No No 3 �'a 91'Z„a oLL 1 u ' aN oz z Dm wo x... 1 ..... fb'Z 1 q o �N I1Z)NOI1VA313 IIJ)NOIIVA3Z3 (iJ)NOIIVA3IA Q ¢ m Z ry n 3456 au-bPZ-—LOW011EN-DIS 66caDemmNnxf008B9m,a�oovB05p5aaLwx�,SlOa ZoadaZUZ�roa.iZo,liwrA, N0113-16NO3 ao91oN-W aol--i SK�Cb Asr x3� os+LL n2]H1 o � OO+s L'H1S-SN01103S SSOHO AVMNnH (j 0 (19)NOI1VA313 113)NOI1VA313 (13)NOI1VA313 � e a I I I I I I I I I I I I o l f L fjo ZbOby�'ij0 SL'£ 11'£ GG'E iw I y� =Q o 0 0 wO � LLo LL'b'9 LL'b 9 3 at'b'l3 OL'b_o &bb='l3 E9'b o Qo oS-'�9o. J'y� oa a5'9jo 'i f o 000�tjo ,- xIC r fff i�o dG. 9E i,..o x uo L9 $ £0 S,_o E l3 8E'S..o Y l o o s _ II. o a I I I 0 0 �a I I I I I I\ I I I o w o w y< a 1 o I o 1 0 G 9 ' a (13)NOUVA313 113)NOIIVAa�3 (13)NOIIVAE�3 D � � ur Ill)NWVA313 Ilj)NOLVA913 (iJ)NOI1VA919 w 0 0 0 I I I I I I I I I I I I 0 0 I ..... .....� _I.. w .....E s�a3 w zs'e=�3 xS obL Sta oe i � o� zB£,3 m a io ox ova i�o w � w tl1'k: LG'k: L'G'E ✓� y y� EOb� ZOb� EO'ba O D Z iw uN LZ bo , LZti a w a ,. 9Z'b N uwi o o I� 59'b i3 s�13 13 w oo os < o � � LO'9 O Z09 £0'9 _ + y l] + jia _ LJS..o a obs 13 �' Z�S..o 13 �,z Lff5 a o z o00 0 000 1j0 "� rc Q o Q � W e5b 13 fn 49'b .. .9b o oo os'99a 994 " n 9 I I I Z D I I I a F a w oo 1 w`s I wm � I wO ' aN oz x — 1 - 9 9 0 = a 7, a Ill)NOI1VA919 Ilj)NO11VA919 (iJ)NOI1VA919 w J3 _ Q ¢ m Z ry n 3457 2-1,.U.1—Low U—S-IDIS I—D emmNnxf008B9m�a�aovB00px£61wx�151pa50adSZOZ�SOa.iZ091iw£\ NOI1011?J1-03—1—W?JOi❑31 i os+oz nbHi Sqme. 00+2 L'V1S-SNOIIOAS W- SSOHO AVMNnH L 0 llil NOI1VA313 Ili)NOIIVA373 (li)NOIIVA373 � e a I I I I I I I I I I I I eL iia f � 'iia f aov.'iio 0 0 S9'b� 90'b� I HG'b� w w w i a 9E'b f � � LE'b f I? lf'b 98'b, o Lav s ..o eb-53 xv o osv',3 o o 90 _ z Luo iia I U o z]v�iio �l f o z voU-iio � � p d - d O O8'b o l 3 LH'b o l3 ... Z8'b o Zb'E Eb'E._... bs lztjjos .. _ bb'E na l aao I I I I I I 0 o a I I I I I �0 4 I �o R Fw I o0 1 0 1 0 \ o y o 11i1 NOI1VA313 (li)NOIIVA3�3 (li)NOIIVAE�3 D � � ur - ¢J I1A1 NWVA313 11j)NOIIVAAIA (lj)NOIIVA373 w m a e v o v a e ry o I I I I I I I I I I o I o a o I a o oL pia L s DU WP ul w I.o 0 v K w h U ' - 9b_� „. Lb'b p w p f I i I tt oo os 9jo i'�`� oo o�9 'i%N 000s 9ia r z ¢ r m m X a m w + rr i P + O o Z2 a o w o a, S � fi9 65iA u EE' bEs l3 bE S,,,o 000 ii Q w Q o Q u-vb'b l3 b569 V=13 53 b_a � o0'oTjjo -� oJaTGjo irk� z='�90 'G�a Sti!l=fjo I u 2 I o I I o o p w ol I I I o pw ' oLL a ¢w am 1 \ a 1 \ 1 pm oLLa x 1 \ 1 ¢w uuwi w 1 \ 1 p✓� _ 9 q o w a IIA)NOI1VA313 11j)NOIIVAAIA I,NOIIVA3IA uj Q ¢ m Z ry n 8W0-o,.U.diva 3458 1Ow Ull ENOIIDIS 6 D—Nmf00aB9m�a�aovB00p5£6ewx0a151pa�0adSZOZ�LOa.i�Z091iww\ N0113-16NO3—1oN-W aoj--i sqt� a3� os+sz n2]Hi r v o � OO+6Z'H1S-SN01103S dE o0 SSOHO AVMNnH (j 0 llj)NOI1VA313 llj)NOI1VA313 (13)NOI1VA313 � e a I I I I I I I I I I I I 9 o t ji L]i Z66E1=�]O as l o 0 q r bL'E a j 9L'E, c I bCsll j Z YLIH ii0 Lti£ 8ti£ 46'b w � w 0 o yo zrc Il 1 1,n, roG' o o 2 a .... sL,v Q ec<�a erg bLv-�a o aoas��o b 66'b 00' V y r z oco i6o DZ o N x Ezu " o N 'i3 g,,, BZ'`tio N p p `y ne'b Lo o 00's N ..o ... l0's N O 'l3 bL'b o s L'b o 0 l3 91'b q m e azl3 9E£ k l34 In _6L.&13� EE'E £99G-6s0 5L—jjo I o59L=6ja I I I I I I 0 o a I I I I\l I I w o w o 0 1 I = 1 1 o I o 1 a Y G 9 (13)NOI1VA313 (13)NOIIVAa�3 (13)NOIIVAE�3 D � � ur ¢J Ill)NWVA313 Ilj)NOI1VA313 (lj)NOI1VA313 w D 0 0 0 I I I I I I I I I 0 o a l'jia c oro�Aso so oral=j —SL'£ 9L'E 9L'£ ✓� y o w w o 0 EE'bo SE'b 9� x Il io 9qm a p _ ) t T _ N uwi o N m K ( o RRR N a SL'b o 6L'b ij3 � ass ,,,Q � zO r z ¢ r 6 0 j,0.... _ b s. O Q a ao W w Z l3 LZ'S O e ) O o ooa ji y i.q N y N oo a o rc Q Q w ZO'S £0'S LO ,. 60'S N Q e � w 0 0 o p w � a w LL ¢LL o o g I yo I yo I ho zw oLL rcw I I I m w _ 9 q 9 = Ill)NOI1VA313 Ilj)ND11VA313 (lj)NOI1VA313 Q ¢ m Z ry n 3459 2-1,.U.1—LOw 9�ma SNOIID35 660aD emmNnxf008B9mlalaovB00p5£6Lwx�3151W ZOadaZOZIZOa.iZOENw£\ N0113-16NO3 11-1oN-W aoj--i SK�Cb Asr a3� os+sz n2]H1 v o � OO+bZ'H1S-SN01103S d E o0 SSOHO AVMNnH (j 0 113)NOI1VA313 113)NOI1VA313 (13)NOI1VA313 w 26�=iSo I I I 0 ZL'£ ZL'£ I EO'b 9st a I 0 0 Iz,vSiZ'b 05'b OL'b o OL'b_o 1 EL'b o ULD'l3 U 'l3 'l3 oo US'iio G o oa n9'iio � 'I�o UVo5 iic a UZs�3 9Z'S..o N 'T of 3 OZ'S...o N z UtU sso ;. t�U o z UUU=sio �)f�o USU-'iio '.,o b co 6b N 0 0 c ' 'S1-'iic I -<'. 6t st-'iia I Di'et='iia I I I I o c ao o c , I I I I I I l m o rw o rw o y a \ a 1 a 1 0 1 0 1 0 Y G 9 (13)NiDUVA313 113)N011VAa�3 (13)NOIIVAE�3 D � � ur - 6J 111)NWVA313 11j)NOI1VA313 (lj)NOI1VA313 w a ry a av 3 o n N Os E —iio I fL o a — 6 I ei2=i3 9 a iio bt'oc�'iia - w tt o D bfiE a 5zc L ii0 SG'£ st D4 9fiE a io W 0 o U LZ'b f 9Z b f eZ'b f w o K Y ¢ U � y z N 11'b_o 3 Ztb .b„o Uuos' ' a c5 w Z z O z fL F 2 ¢ r h r _.a c 96 •�' F,` a m w w + +ZZ'5 Q ZZ a .. ,,..o o N r' o Uo iia o � Q Q W u) s a Lfi b N LL'b a - ZL'b 9 - £L'b 9 lL�l3 z D-'l3 2['9'l3 q a w > ££'E l3�. b2"E b['[13 F a5 s1-iio I 9t=��O I I O _ 0 0 o Q w LL - ... oLL rcw 1 O 1 O 1 m 1 1 I w wm oLLa x 1 1 1 sw uuwi w o q 9 111)NOI1VA313 11j)NO11VA313 (lj)NOI1VA313 uj1. Q ¢ m Z ry n 3460 2-1,w.1-1pw U—ENc11DIS 66caz emmNnxfU08B9m,a�covBUUg5E6ewx�,51Oa UOadSZOZ�UOa.iZU9Nw£\ N0113-1-03 aoi-N-W aoi--i SK�tb Asr a3� 09+6z n2]H1 00 o 00+LZ'H1S SN01103S dE 00 SSOHO AVMNnH (j 0 lli)NOI1VA313 Ili)NOIIVA373 (li)NOIIVA373 I I ros'E N I I = I I 0 o a onL SSa z I SSo s bs scl=jSo ..... GL'£ SL'£ .. .. I T SO'b £G'b ZO'b G o b o 0 0 rc l£'b O£'b OL'b V oGb o a l3 GL'b o o lb l3 fi1'bo ooa %y� oa ns S � 'f•o ap u5 1So - a Y � I t 56'b, VZ+ ,,. ..o y + + OZ'S+ oZ's l3 OZ'S„o N o iSo _i V o a=Sio VL b o a=iio N d d d p p p c-o 56'b _ ... s6'b N l3 OL'b q l3 OG'b o � 3 OL b o So i n a n .LZ's:-13 EEE LZE 3�... E£'£ ,. !!=ZZ't &Zu SSo - LLet-SSo I oZSSa I I I 0 o ao 0 0 , I I\I I\I ym o rw o rm o o 0 4 1 1 1 1 0 \ o \ o o q o (13)NOI1VA313 Ili)NOIIVAa�3 (li)NOIIVAE�3 D � � ur _ S 11S)NWVA313 11j)NOIIVAAIA (iJ)NOIIVA373 w D I I I I I I I I I I I I 0 o a SSa SSa on ecl-SSo w � w l tL�-1 _ oSLL- O D Orb� GG'£� 8fiE o0 ul w Z'b 6Z'b EZ'b N uwi o rc rc , w m tt [I [f} OL'b 2 [ OL'b_o OL'b_a tt -a l3 w m m az s_o Ga ao o i�o 9 b Sfi b i N y o N h 00 z ooa I Lu p o a a s w 'l3 OL 6 9 0 oL 6 9 l3 fi1'b 9 e� s � w of st I Zb LL SSo I e.9!=SSo I O - 0 0 0 o w 0 o a W o ¢LL - � z� N am m w 9 q 9 11S)NOI1VA313 11j)N011VAAIA (iJ)NOIIVA3IA Q ¢ m Z ry n 3461 2-1,.U.1—low U—S-11oa5 66oaZ emmNnxf008B9m,a�oovBOVp5E6lwx�,SlOa ZoadSZUZ�roa.iZV,IiwrA, N0113-16NO3 aoi-N-W aoi--i sqt� a3� os+zE n2]Hi OO+OE'VIS-SNOIIOAS d E o0 SSOHO AVMNnH (j 0 lli)NOI1VA313 Ili)NOIIVA373 (li)NOIIVA373 � e a I I I I I I I I I I I o I ..... ,...o L... I I Yc�3 61'£ 1I17I I " SO'b� m I LN.b o oobL- H6b o a rc Wv a Zf'b G w.. zrc r EL'b o o oo'as'iio U� oU'as'iio o ao'U5 Rio. -a OZ o i6o i'o a u ii a d p 0 52&=']3y ZE,� sZ&�3N Z£E _22E l3� ZE'E cs sc=aao I = ass! iio 1 Sou=lao 1 I I I o c ao o c , I I\I I m o rw o rm I 1 I I o 1 o I o y o (1i)NOI1VA313 (1i)NOIIVAa�3 (li)NOIIVAE�3 D � � ur ¢J IIA)NWVA313 IIJ)NOIIVA3IA (11)NOIIVA373 w D 0 fi£'£ 0 `" o N o 7 In 9 o 9 m ,a e n Lx' o m m e ae alL iio 96'E 6sL... £L'f l3 o o I o bE'£ 9 W o9L L UOL ii0 Z lUUbl ii0 O6'E ✓� tt oD OU w LOb � LOb 9 ZLb w a o a w 9 z OL b OL b o o0 os N o i OL'b O F D 00 0o ns o o m J m ur x ` 96b O OZ's l3 Z'S„o C'J ? UZs l3 O6'5 O L l3 OZ 5 � O a w w O Yl n Y m U0 '...o M " tt QLu w rc J sub � � Stib s'fib u) " o!'b'l3 OL'b 9 OLb 9 ote l3 41'b 9 M s'iia � s ZE'E EEE UZ. l3� .. £E'E 3 ..... a'i3.. r V =i�a -6ia 1 sVlt=iio I LLo _ I I I 1 zDD 0 o a F¢ S w I I w ¢LL Dow D 0 o ... 1 ..... I,..... _.1 ..... 1.._. z. �� I 1 1 sw uuwi w I 1 1 c�✓� _ 9 q 9 IIA)NDI1VA313 1,1 NOIIVA3IA (ll)NOIIVA3IA w J3 _ Q ¢ m Z ry n 3462 aU-oPo—diva 1Ow Ull ENOIIDaS I—D—Nmf0U839m�a�aovBU0p5£6lwx�,51Oa�DadSZUZ�roa.iZo,Iiww, N0113-16NO3—1oN-W aoj--i sqt� x3� os+sE n2]Hi OO+EE'V1S-SNO1103S Rp o0 SSOHO AHMNnH (j 0 llj)NOI1VA313 llj)NOI1VA313 (13)NOI1VA313 � e a I I I I I I I I I I I I o o I ... va uoL��o szov.i�o oe'E Irl za'E EL'E 9o'b� x Y' Lo'b SG,b 0 o x w f m f =w ...o yo o mw rc ZE'b ); Zf'b LL.0 LE'b fi1'b o oL0'l3 a 'l3 oLb13 oo'a5'j10 i'f C� I. 0 0 0 o ' e'b co 5G'b u) .. s6'b N 0 0 O OL'b o L 3 OL'b o l3 OL'b o I I I 0 o a m o \I o \r Iw o \ \ 1 \ 0 1 0 1 0 o q o (13)NOUVA313 (13)NOIIVAa�3 (13)NOIIVAE�3 D � � ur _ S Ill)NMVA313 Ilj)NOLVA313 (lj)NOI1VA313 w I I I I I I I I I 0 0 �a3 zsc�3 I &ba i3 9 LL'ob4'j10 w � w I Ob 9ob C,a O 1...Q i LE b a 6 v rc LLIT LE a"v 2 oLb o ot'b_o z p — x w `N o0 os jjo V o0 os j10 P N o0 os 1j o o > w w _ z _ r z ¢ y OLs l3 oZ'S o M ¢ OZ 13 GZ'S o r'] xZs 13 0'c'S o M z i z 000 i0 "" SG b oLb o 3 oLb �3 oLb a w > ZE'£ cZ[x3 WE .. ZE'E x ¢ Sa'13 3Z E'13 r � O 0 0 o O w w LL L ¢LL — aw a� 1 I m I O Ot9 _ x wo I I I < uuwi w a w o Ill)NOI1VA313 Ilj)NO11VA313 (lj)NOI1VA313 Q ¢ m Z 3463 2-1,w.1—low U—ENo110a5I—D emmNnxf008B9m�a�aovB00p5£61wx�,51Oa50adSZUZ�roa.iZo,ldw�, N0I13-16NO3 aoi-N-W aoi--i sqt� a3� os+ss n2]Hi 00+9£'V1S-SNOIIOAS iD o0 SSOHO AVMNnH (j 0 llil NOI1VA313 Ili)NOIIVA373 (li)NOIIVA373 � e a I I I I I I I I I es oro���o se one a1's f aLs f gas_ c i3 ssc i3 b0'b SO'b _ L6b zrc 4C Wv f 6 0 0 ZE'b a LL� � I. y 010'l3 oL'b,o a 1 o 61'b 23 oL'b ` I- .'o i O b ..o r Sfib V. o iS0 z o00- ". .. OJU ii0 M o o 0 b p a d 6:t oo os-1jo oo'oa=ljo ""0 3 6 :� oo os-SSo ti i2 I I I I o I o I a I I I I I G � 11i1 NOI1VA313 (li)NOIIVAa�3 Ili)NOIIVAE�3 D � � h 6J 1191 NMVA313 IIJ)NOIIVAAIA (iJ)NOIIVA373 W D I I I N n N I I I_.. I ..... _7... .. I ... I I I I I 0 o I a I ..... .....� I_. " .. ... " o 0 � _o cb onr 61' ubl iia L v�vl.. I LE � ¢ ..o w � a D o D o oT b w lE w Y z�e D rn r � D Y 3 OL'b o a 3 6L'b l l o ¢ 96'b 95 i Sfi' w a Y a Q + D D L l3 pZ'S^o M a OZ 93 ' oZS o M als 93 Oi:S a M 0 ij0 �o z 000 ji0 �" /.. W eb o[e l3 oL'b_9 ote l3 61'b N 0 a e a w > x _zz'c=i3 WE Rzr l3 WE _c'Z'a l3� ZEE r � 6E�1 iia 1 b99[ jio I so[L=iio I O - 0 0 � a o a z 1 ol I I 1 D o N ax \ \ 1 om oLLa x z W �w 1191 NOI1VA313 IIJ)NOIIVAAIA (iJ)NOIIVA3IA Q ¢ m Z ry n 3464 2-1,.U.aiva low U—ENOI10a5I—D emmNnxf008B9mlalaovB00p5£61wx�151parOadSZOZIrOa.iZ09Nw�\ N0113-16NO3 aoi loN-W aoi--i K�tb r` OS+Lb n1 ]H1 S 00+6c'V1S-SNOIIOAS Rp o0 SSOHO AHMNnH (j 0 lli)NOI1VA313 Ili)NOIIVA373 (li)NOIIVA373 � e a I I I I I I I I I I I I o ii0 ii0 boo�' I bL'£_c 8LE f f fiq Zo'b� �I to,v s a a _ E p S 4£b _ lE'b rc c oLb'l3 oL'b o a 3 oL"o o!b l3 o1'b o ao o5'fJo i Ia oaa iio f,..o ao u5 iio -a n n I Y V V l+ `Y .y. + M ?; + �0 ii0 o z 1100 i0 o OJU ii0 o ¢ a 66 � r 6b N i VV os--jto :'� 0o'o3'ijo � oo oY=jto � UT Z£'£ so 3l=ljG Lute-'ii0 I I zb!!=tio I I I I a c a I I I I I I w o o r 1 \ \ 0 o q o (1i)NOI1VA313 Ili)NOLVAa�3 (li)NOIIVAE�3 D � � h _ S 11l)NMVA313 11j)NI1VAAIA (lj)NOIIVA373 w .....o .....o ..,..a I I I I I I I I I o o a se s�3 I _ bvv�3 w s oro�=lio vs oro�iio es obi=ita w � w lx'£ 611E Of."E ✓� � y O o w 0 ZEb f £Eb � ZE'b_ N h p a ! e w f V ' OL'b oo OL'b a l3 w `N oo os o oo os do i'o oo os iio. i...a 2 - - u, 96'b , ._... 95b O _o, , Sfi b O u�O - µ. v, f + + Zs l3 OZ'9„o a OZ l3 0 oZ'5� M als l3 0'c'S o M Lu o z V00 ii0 ..0 rc 'l3 oL q ...o oL b� l3 oL b 9 w > ZE'E z l3 � vet=iio I tL eG-ijo O - I 0 0 20 w oD . o LL rcw \ \ 1 w Om oa X \ 1 sw uuwi w q q q = a 11l)NOI1VA313 11j)NOIIVAAIA (lj)NOIIVA3IA w J3 _ Q ¢ m Z 3465 2-oPo,.6-diva 1Ow Ull S-IDIS SSOa9—Nnis-60839m�a�aovBO6p5£6lwx�151pa60adSZOZ�6Oa.iZOZliww\ NOI1011?J1-00-1—W ❑j IISSI Os+bt7n2]H1 <� Stl me. OO+Zb'V1S-SNOIIOAS R E o0 SSOHO AVMNnH () 0 llil NOI1VA313 Ili)NOIIVA373 (li)NOIIVA373 � e a I I I I I I I I I I I I o Zb obl= ZL'£ unbL a 9G£ sa�v�= bG'E 0 0 0 o a a 6Z'b a O£'b zrc V LLD Y'. ..c i LLiv i� O£'b oL'b o o OL'b_ - 41'b_o o!b'l3 a 'l3 o!b l3 _ fib g f. 96'b O O 9; . i O M y F N r co u)66..o a 0 330 `'fGfr, � nd 3 L oZ 9 o r OJ U 330 c o p a � e'b b In - 56 U!'b'13 oL'b o i OL'b o 0 O 330 l3 .. OL b o �4Z'i l3� .. l.. roa et-3Ec I '<'- lt9t-'jia I 4E'll-Eic I I I I 0 o a I I I I I\I I\I m o rw o rm o I o 1 o I a Y G 9 (13)NOI1VA313 (li)NOIIVA3�3 (li)NOIIVAE�3 D � � ur _ S Iljl NOI1VA313 Ilj)NOIIVAAIA (lj)NOIIVA373 w D I I I o I I I I I I I I I o e 9 0 EL'k: LG'k: 6G'E ✓� � y o o - 0 0 o O 1 2 ¢ w° rc w U w... Z'b za 4E b,,,, 5 o a o oev't OL'bo 0 3 O z 3 OL'y `N oo ns 330 -- G� oo'¢s 330 1- 'ICJ N oo¢s fJc - r aas, oz s o ors g � w w r„ sti b SCv oL'b 9 ...LZ'.c,3 o I I 6tiu-i3o I w z o - 0 0 o a a w w w I I I oLL rcw 1 3 1 c \ c 1 \ m \ w om oLLa x 9 q o w a Iljl NOI1VA313 Ilj)NOIIVAAIA (lj)NOIIVA3IA Q ¢ m Z ry n 3466 2-1,.U.1-10w 011-1-36 66oa3 emmNnxf008B9m�a�aovB00p5£6ewx03,51O3�cadSZUZ�roa.iZo,I3wZ, 101-aoi-N-W aoi--i SK�tb Asr a3� OS+Lb ln2]H1 OO+gb'V1S-SNOIIOAS d E o0 SSOHO AHMNnH (j 0 lli)NOI1VA313 Ili)NOI1VA313 (li)NOI1VA313 � e a I I I I I I I I I I I I 91 E sU LOL=ji LL'E Wt Of b Of b 6z b rc � LL r, rc ULb'l3 OL b, 0 3 {, OL b, U!b 53 fi1 b„ aU o5 j5c %G Da os jjo /'i f aU u5 j5c r l3 ' OZS„o v qq OL S_o V 9 l3 q 3J0 b o z LUO I II i P... J) 1 e'b U) ... .. s6'b N O U!'b'l3 0!'b o � 0!b o utb l3 OL'b q ZE'£ 6L E l3�. ZE£ _gL'£'13 _ ZE'E bbst-'sso I '" os 5!'sso I I I I I 0 o a I I I m o rw o rm o 0 0 0 Y Y 9 Y llil NOI1VA313 Ilil NOIl (li)Null D � � ur _ S IIA)NMVAA1A Ilj)NOI1VAMA (iJ)NOI1VA313 w D I I I I I I I I I I I I o e a LU'LbL A.-'.jfc ' Oq ✓� � y o 0 0 66�„o GGb� _ _ fifiE a D eZ'b GZ'b ,. EZ'b N uwi o v D v D Y z o U OL'bo OL'b o w o O z `a oo Us sjo OL b,,,o oo os sjo i � oo os jso. � � ¢ r 2 z z ii ozs„o oz is oz s..o Gas g CLu 7 00o iio b a ooa o aoo i�o ,.a stib SGb N e` s'fib !b l3 OL�b„9 o!b l3 OL�b„9 ote l3 fiL�b„a oo'oY'jsc ":� oo'oY'jso r � oo oY'ssc � e w > I I roz_!-'ssc I u 2 o - 0 0 0 o w o F i w o I I I oLL rcw m \ w 1 1 om oLLa x o q o Ill)NOI1VAAIA Ilj)NOI1VAAIA (iJ)NOI1VA313 Q ¢ m Z ry n 3467 8u-60-—aiva 1Ow J11 EN-DIS 66ca5 emmN1-239m�a�aovBU0p5£6lwx�151parOadSZOZ�rOa.iZUSNwrAA N0113-16NO3 aoi-N-O18 aoi--i SK�CY r a3� os+os n2]H1 OO+gb'V1S-SNOIIOAS Rp o0 SSOHO AHMNnH (j 0 llil NOI1VA313 Ili)NOIIVA373 (li)NOIIVA373 m n e v o a n e n o m m e n o I I I N N N m n 4 LLw i:, 1 I ez vs4=iio I - s I °o o'w Mv ._... _ _. I a 0 o a ,'I ..... bZ'b OE'b� .. .. Efi'b`? i � o I rc � a rc tv Y, 3a o „q 56'b L6'b 1' Sfi b 9 , oto a�a oz,s.o to �ma Rio a;; fiz's_o v ' e'b 56'b .. 56'b N u l3 OL'b� o t EE£ e £ ZE� I I I 0 o a I I I I\ I I I I\I I w o rw o rw o I I I I o 1 o I c Y G 9 (13)NOI1VA313 (li)NOIIVA3l3 (li)NOIIVA3l3 D � � h ¢J 11,J1 NMVA313 11j)NOIIVAAIA (iJ)NOIIVA373 w D c c ry c bE'E r o 0 0 I I = I I Ln ae�'ijo I I I 0 0 b..ubu 1�o jio �b=iio w � w O D c o o U twit w .r...a U z a O o xo U U z OL'b c a v oLb�3 o U w oe b't3 o 3 OL' c o o"I, z O F biro � _ z r z ¢ r Z's-'l3 I fiZ'S O OZ's l3 L O i 0%5 O a .o w w 0 96'b a � 95b �' Sfi'b Z c O Z OZ'S 00 ij0 �o z f100 ji0 o 000 ii0 .: rc Q rc � c a' fiL't E b OL' Y„G F oo'oY-'1io Sfi'..� ote�3 fi1'b� 0 ]3 ZE£ l w I I I o 0 o a Z rr 0 0 o D w o a F K W o ¢LL \I vi D o aw a� DD 1 1 1 'a'w �uwi 9 q 9 = a 11,J1 NOI1VA313 11j)NDIIVA373 (iJ)NOIIVA3IA w Q ¢ m Z ry n 3468 2-1,.U.1-1pw U—ENOI10a5I—D emmNnxf008B:9m,a�aovB00p5£6lwx�,51Oat0ad£ZUZ�roa.i:Zo,Iiw�, N0113-1-03 aoi 10N-W a0i--i sqt� a3� os+ss n2]Hi 00+L9'V1S-SNOIIOAS Rp o0 SSOHO AHMNnH (j 0 lli)NOI1VA313 Ili)NOIIVA373 (li)NOIIVA373 at I N N N a F 0 �% 66£..o ,;: s6'G 9 1 1,, L26t 4-iio 4 H4L jio I !9 330 EL'b�.o �y I SL b� L v bb v b' b o 'b„a oo u5-j3o :'f�� Da oS j3o �..f o aou�j3o I � b fib 86�.: _ O + i? O+ + Y � f £ZS 330 5 i,..o 4�'l �out c N6 b..o N oas�3 ',? OZ'S..o uN'� L LES > EZS " a d ry ,, a L86 l3 � l8b� a l3 � �� � � 00 os'-jja £r'l3 r o ZE'E.. I I as se=ii0 I I I I 0 0 0 9 I I I ... I.. ... ...I� .. I I I I I I w o rw o rw o I a I u I a 1 o I o I o y o (13)NOI1VA313 Ili)N011VAa�3 Ili)NOIIVAE�3 D � � ur 6J I1A)NMVA313 11J)NOIIVAMA (iJ)NOIIVA373 w a 69'£ E9'£9 : I o I I of o � a 41 I 0 L'b Ol'b 1 Ob n N tt K i 0 W a U � Oa Zbb ZtlD w )(,� I O � p rc I= rc lb'b w m ur N m tr Y w Ie 2 O N L- OG'b o a 3 OL'b..o oo os ji OL'b..Q r x Sfib OZ's l3 OZ'S. _ - + s O q d + ohs l� SZ S.q a S` sG'b.o ifs Zs Za �`, Oi:S o Lu a ooa-iio o aoo iio ,. 'a p Q Q w 6 b.. N J , S3 OL'b� � � 6b� 30 noa Z oY'33a 1 w z 2 O I I I O 0 0 0 ¢ ol I I I W LL o a� ...N I ...x I w•w � I `� � I w x... ..... ._.I .. _. sw uuwi w w I111 NOI1VA313 I1J)N011VAAIA Ili)NOIIVA3IA w J3 _ Q ¢ m Z ry n 3469 2-1,.0 1—sOw011-1-36 6 6 0a3 emmNnxf008B9m�a�aovB00g5£6ewxo3,51O3�oadSZUZ�roa.iZo,Iiw�, N0113-16NO3 aoi-N-W aoi--i SK�CY r e3� os+ss n2]H1 00+b9'V1S-SNOIIOAS Rp 00 SSOHO AVMNnH (j 0 llil NOI1VA313 Ili)NOIIVA373 (li)NOIIVA373 EL't'l3 b tfr--'93 I e eu os�uuo 9Zt o ss bs-iio 6L'b 9E'b y�o _ LTI 4 o b 9 i.. _�3 i o 0 98e l3 ei zZt-6ia LO'S_`? 99'b� sx..rur iva eEb� a f f z b l3 98'S E', 9L'9 0 obu l3 p � 0 9ffs=3 0� Bb'$o Tv.. sous-9ja r�f,o uu u5-190 - + r o z o O i ,rL d a L 9 co � 3 W be's W of 8L 9 L5 l3 a bl9 o gs s 9 c l3 9VS co O 90 5 £b b _. e6'ro sbt 10 a sa=luo _ I t�3 o svoe e o c c c I I I I I I I o rw o 0 1 0 1 o I c y o (13)NOI1VA313 (li)NOIIVAa�3 (li)NOIIVAE�3 D � � ur _ S I1A1 NMVA313 IIJ)NOIIVA3Z3 (iJ)NOIIVA379 w D c c c c o 9ffE 9 o a m e .� 0 8L'£9 m m e .� o `✓H9'£9 I II. o I o sees i ( SL'b..N 1 ) w w I; 'b tl9 l3 6'b [441�.a 8Z'b m tt o a D I O w U 1 ab bZL o U N w L'b 09' 0 0 � b o 9tib 9 w a m wQ wQ a ? w y U 6Z'S„o ''Z3 ZL's o s6o Z3 s6'b o z - 0 0 / O � 2 + z` z � 00u 09S c rc a z J G£'S F 3 F F =13 nZ's 9 3 ZCS 9 sue l3 Stib 9 �'e10 '910 I et et-9lo LLo _2 0 0 o O w ol I I I w LL ¢LL 1" I m 1 1 m 1 1 I m om oLLa x 1 1 1 r sw uuwi w IIA)NDI1VA313 IIJ)NOIIVA3Z3 I,NOIIVA3IA w J3 _ Q ¢ m z ry n 3470 2-1,.U.1-10w U—ENOI1DIS I—D emmNnxfpueB9mraraovBu0p5£6Zwx�a151parOadSZOZrrOa.iZOZNw�\ N0113-16NO3 aoi-N-a18 aoi--i SK�CY r x3� 09+69 n2]H1 00+L4'V1S-SNOIIOAS Rp o0 SSOHO AHMNnH (j 0 lli)NOI1VA313 tli)NOILVA373 (li)NOIIVA373 aB cou iia sa ab�iio I xtlZbl Lisa I iip c o a m 9994E iip 0 0 0 4'13 / E9'b Ld 99 iio 6 1 so u9 iio o w9'iip Zl'3 0 �Vs z¢ k a L8 b + + + 3 ZL'b o 2 5z'5 l3 SZ S o N P iio 5330 ii..o 4'] l o o z a]U 3io I i�o ou9 sL.6 'iip 7 8E'E Ls"E 's ,.. ZO'b rw yo a sdt w 4ff9 p l3 li 9c E44-'iio Zb'E 0 o d o z p y is LLp \ 59 sL1 iip 1 J I LLl--ii0 I I:"'"'" \ o V o 1 0 u G o (1i)NOILVA313 (li)NOILVAa�3 ILi)NOIIVAE�3 D � � ur _ S IIA)NOILVA3l3 IIJ)NOIIVAAIA (iJ)NOIIVA373 w a c o a Zti£sx zfi io i 6Lf N ii0 1 9frf n 9L'b N w uO� J II• xVl o /I r w a o e 0 ZO'b 806 9 � a o I, 9 � o /' 9l'b iOba4 iio tt'b LL'b w ry tt D e o o fi S o W a m ss Y'o 0 6 O LL f] ry E!'b l3 ip a k{I K w m U fiN ooe Gip " f9'S Q s i fl',{_o s iip ,., 96'9 0 0 o z 999 O O b89 w ¢ o 88$,..0 � bi:L_a N W 3 � efi 0o iio ) I z ao i rc Q rc Q W u) OS"9 N1 1yt, 'p{��y atls'fii btl9 LTI ii I w w 1 0 0 0 20 trip 1 LL I i f w LL 13 66.E "� ss'E .. L` 59'E o w O / .. ;... � I P om wa — oz�ari�i LZ L9�—iio 1 �m ztlas iio p �o �tlb?l3 C l6'£ � .... 9L'E..'oxl iip ijp 1 � s w u uwi w IIA)NOI1VA313 IIJ)NO11VAAIA (iJ)NOIIVA3IA Q ¢ m Z ry n 3471 8s-oP—31vp Low pima S-IDiS 65oap—NmfOs839m�a�povBSOL\s£6Lwxpi151pi�0adSZOZ��oa.iZ06Nwo\ N0113-16NO3—-N-W ao3--i sqt� x3� oo+L9 n2]Hi 00+09'VIS-SNOIIOAS Rp o0 SSOHO AHMNnH (j 0 (13)N0I1VA313 (13)NOI-A313 (13)NOI-A313 n ci 4 ZW LLZ a 0 o w 0 b c l3 dSO 1o'b 64 ro y b z o a o 0 rt io 16Vt' ii0 ! 80'S � GS'b 3, P L9'b 45 l3 Bb b9 Af 9G'S o ) 69 S o Lb'ro o :I ,I 1 a J � �I w _9i + £ - 0 8 a P 3+ > Ztib„$ .. b Q w w rc tl.. co b8-� Ln — a Eb'E _ U z&'c !� I nLc spa I c I 1 o I o x 3 p I �w z o I L o aat���c 8 azE w � u P a — "' W ow s' � � a o 0 0 0 ¢ a m (11)NOI—AIA (13)NOI-A313 (13)NOI-A313 m ¢ O W J z O 20 O� o O �7 W — �N — a — z w 6 — Q � w Z N M 3472 2-oPo,.p.31va 1011 Ull S-IDdS I—D evm11-239m�a�povBOpgxR6ewxOa151pdpOadSZOZ�pOa.i�ZO1NwA\ N0113-16NO3—-N-W ao3--i os+soy nbHl o Sqwe 09+00L'VIS-SN01103S ono SSOHO ld kVMIXV-L � e 0 (13)NOI1tlA313 _ + I +I _ Q No I z¢ 3 0 ti I I xp o w„ c 6s'E o (13)NOI1VA313 (1�)N0I1tl1313 (13)NOI1tlA313 (13) mr NOIII -A3 ,. aLS8zz&E&_...o j"6V' � oo. + o £y 13 p13 _0a�2wwaJmxw' I wp o e_e vva ', o I o a 59'E..o ......o 118)NOI1VA313 (1A)NOI1VA313 113)NOI1VA313 9 Q — D (ll)NOI1tl— (11)NOI-313 (13)NOI-A313 � Y N o n o IY'b N o z r ¢ o m J m fjo.. LL� ..... 94'C s z.i< 48£ ... l8'b z x a oaw vva � 7 W m m ¢ Les'l3 uw 46'{,o O ¢ 044 Y x O � — 0 Fw w bY£ _.. QF ... 9 frfr 65 e!—ii0 9 ¢ I o —,a e o zw x m .a e au o ,.,.o m m a .v o rv•j b o m au o 6L�,D.o a cn x o x (16)NOI1VA313 (1A)NOI1VA313 (13)NOI1VA313 U' X Om _ o� a w z— Mo W — wo ~O mS 9v00-LZUZ 31va iOld 9nwa 6NOIID35550a0 evnwlwl-OS8B:9m,a�aovB00g5£6ewxO3,51O3�DaaSZUZ�roa.i:ZolldwA, 3473 N0113-1-00 a031oN-W a01--i oo+zoz naHl i sqooeW 09+OOZ b'1S-SN01103S E C.,I SSOJ3 zv XVMIXHl () s 0 (l3)NOIltlA3p3 (1S)NOI1tlA313 I I l3 JIAu) mlAu) N y.aW j I o (lj)NOIIVA= (11)NOI1VA313 D � � m (13)NOIltl— (11)NOI1tl— S w ti a b6'E a 13 ._o oox SSo o G8 Lb-sSa _ oG's i + vt o a_ < 5 o y b o O oo-jja £Lb w f c E O �C O _ a U w U ., ao's ,• w a m u) U a aob l3 El'b ZLb LL O m 9L Ec jjo o m O pub o m ¢ a K Y z 4 � U W_ 7 Lu wrc m J m ui o e o z x m .a e n o f m a e ry a (lj)NOI1tlA3p3 I13)NOI1VA313 Z w J O O� S ¢m O Om _ o� a w z- Mo w _ W - wo ~O mU Z N M sPba�zoz3 dp o,d MasNo!35 a .tlM !-o s„ti,�a�,00la s!w�3,5l......... 3474 N0113-1-03—-N-W aO3--i OO+ZOE f121H1 N Sqwe 09+00£'VIS-SN01103S d E SSOHO£d kVMIXVI 1 0 1131 Nolly— NOI1tl— 7.1 I a c <sa se-sio m — I — Z9E l3 s i]O g£sia 68:E O _ O )y a ¢ r 2 Q Q a F bL' ! Gl3 o a o fi8'£..o w o 0 ZS'E.. 1131 NOIIVAAIA f 111)NOI1VA313 o D � � m (13)NORVA— L1)NOI1tl— — 3 Xt S ocro S w ... ...-a u� ... 60'b. w�....e OL'b S , u l3 51'[ io lZ'ro O .. Z:b O 9 p � a + 'a + w w r � r O vi f tt - M � D r Q r ¢ m w b ...[ l3 fn ... !n K U h Y I` 0 0 0o m m a O �b I. O Y z _ O u m J m ui - z x m .a e n o m a e ry a 113)NOIIVA3�3 111)NOI1tlA313 Lu Z C7 w O - O� S Qm O O� X uj Om _ o� a w z— Mo w — wo ~O mS 9vo0-oZuc diva im,e 9nwa 6NOIID35550a0 evnwlwi-OS8B9m�a�aovB00p5£6Zwx�151pa ZOadSZOZ�ZOa.i�ZOZNww\ 3475 NOLLOnalsNOO aol-IN-ale aol--i OO+ZOb ln2]Hl Sqwe 09+00b b'1S-SN01103S E CM I, bd kVMIXb'1 s_ t 0 I131 Nauvn3�3 (11)NOLLtln3l3 ,. 04 l3 LLc'J S e iio. b0'b S �13 Zb l3 SL ii0 - 9£ii0 a ¢ N ¢ 3 aza'p g ° q ss o �,a n° o ° � r i e F i Q Sfi£ fn ,. b£'b N -01 ss sc=iia tiZ'fY'iia Ofi E S fi0'b S � h � I w E6'£ I r� LO'b W ° ° LL'£,,,o I131 NOIl f Ill)NOI1tlA313 , D � � h (13)Nauvn3�3 (11)NOLLtln3l3 — 3 os'ro ss's w 0 0 w w o o ° a 6 o �n 60:13vt + a £ 9 o..a I O a O Q ¢ W W w y .a a' s ZO'S, - 00 sz-ii0 N LL O ggql 0£'9 o N £t9'b 0'9 O m J m h I13)NOI1tlZ3S3 a Ill)NOI1tlA313 Z Lu C7 w O O� S ay O O� X Ow _ o� a w z— Mo w _ W — wo ~O S 9Ub0-oZUZ diva iO,e 9Ma 6NOIID35550a0 evMlwl-OS8B9m�a�aovB00g5£6Lwx�151pa ZOadSZUZ�roa.i�Zaz,liww, 3476 N0113-16NO3—-N-a18 aO3--i oo+sos nbHl Sqwe 09+OOS'V1S-SN01103S d E SSOHO SV kVMIXVI 1 0 Qe)NOIlVn313 fie)NOI-313 Q3)NOI-A— I I I I o I I I I 0 0 I;o asp a'w m o,bn-'S of o e ow � 99 b9 =. p So + s o ,„, r 3 bL'S 0 N 0 Y x a o a r 13 w ' i �' yji0 W Q w sl Sb ° 694 ¢ 53SO Q 94'b 8l I 13 1 0 3 0 0 I•� 'R l y W I I �'i' , aL SL—S3o L ty S ll6t-- I � nv nsfi13 LLw 4 I rose Sao I LL 1 0 bb s I w p o 1 o I o a � £lS„o LLb„o m(16)NOI1VA313N o m/iA)NOI1VA3l3N o 1. m(13)NOI1VA313.v o D � � h (1S)NOlLVA313 (IS)NOI1VA313 (13) , ,N3 O I-IIAI I 3 So � be'o6 Zo998I''bDSbbIV ofo_m0000 UlOp�Q+ p41-!� J _mzW _�oUOKOW ow " Z LE IbJ -,13 09.b 11J I I� sale'SSo I•P W J 0 LL� 69'b I zp I N I o i � 0 0 o F (16)NOl—VA f (19)NOI-313 f (13)NOI-A313 S Gy o O� X Om o� a w z— Mo W — wo ~O S Z N M 9U60-roZUZ diva able 9nwa 6NOIIDa555ba0 evnwlwl-OS8B9m�a�aovB00p5£6Lwxba,5lOa�DadSZUZ�roa.i�Z51IdwA, 3477 N0113-1-03—-N-W aoN--i LO sq wpc. OS+EOS b'1S-SN01103S _ SSOJO SV IVMIXVl 0 iiA)NOI1VAAIA 0 9s ev=ii0 fiS'b .�rro l3 FG'b.-q J d a � 0'S F R w ... a ..... co w w a LL wt o w N z in N S I LLw o I LL o o _ I ' I u, ... I ..moo I � I q i1j1 NOI1VAAIA tt O W J O O� S ¢y D o� a w z— Mo w _ W — wo ~O S 9Uro0-RZUZ 31va i0,e 9nwa 6NOIIDa5550a0 evnwlwl-OS8B9m�a�aovB00g5£6ewx�3151W 50adSZOZ�SOa.i�ZOSNw�\ 3478 N0113-16NO3—-N-W aoN--i mvrvoa vyuv p ryw SqCb SNOIIVIn3J88b' v CD _ 3 S310N IHOIJ103I3 a 9 LU w ° 2 ?o�w �avwi - a 9 _ - o"� zaw 3 z„ m agzw�az�wma w i a,9 9_8-2 > -1 d �? °¢ aza N�IW �u-.m3s�o°3LL3LL0Ell" 3�=>3i3i3�w �awzoz�oaiuw3aa's¢�wo'go¢¢snw s=w w°> sN° a rc a F x a� M.M.a¢mm o 3 ¢°z�xzoz¢ w mm� z ooa ° ¢ aa°ammo°�000wwwww����=_s����s��zzzzzodaada�mmmm��m��mm�N��°����x as oz - c� - _ oo� oa °wm�aoawx 'm wmw �w= - m�x - aOaO� <a ao �w z� �c�s� - ma _ ao worm wo _ a oa1z ¢ &moo° 7d °5z - a ° _ z aU r~n'owr zz (n j0oii warm (a/1 - a vj - tt 1 c� 2LL, O F w' a�0 oN� O < z z zi��z � a�a w C7 wo F a.a i< a °Q p - d w°poa��No �zwD - z zw w w �o ;i;- wa�z� a 7 0� oOw� wWQo_ -za g 0 �mz° C7 - M u) - "zw> o < nj 7Soo - sNaa J is xa �w xz twom��oz a°zz go �� E 3w� ¢�90o WO» '-��z wm - wa - zw - _ - wa _w E.", of 3o m� ° �? h�°w�'`smw -a, 00 - o�T7J�wzwiQ <-L - a w=' m c� _ aQ z-m w N Nw� �zyFr - J�Ja o�-� osa ¢ - ��F�- _ of warty g o w oa x o�°w ¢i�5� °w z z waa� �o zz as z a" a Nw a Now xFa¢m °�w ¢o m2oo wwp 3� coo= o o aa�?�u¢xito w9tm > oosaW oza¢� oW=¢ °o z° c aa� z_owawo"a °cwia _ �oF- _ � �Da°a °Jc>>w '? - - o� zo aNWJ �a��a°Nzo zs� w -_ m a a w zz �> o_a Ca zo F °mom i g � z �¢ xo� z r� _�5�, w mw° �o� �awNi°¢Q -o ~ o O wo '7 a -7o � LL z" wz LL- - z- - _ _ - _� =oo�z _ �� w000zo o - w°mQo�ooaWz NNE az�� vwia Ea wo=-moo 's �c�o�owzao N ZNa -a�a woa� wz �ow, _ - - 3z mF = �O oFsa aF wo°�° i .1.1 F - am - - wow P.F - _> °s �B°=o °a - _ zo O - o - oW� - �g>F Qoa _owe wa LLFa�o o29 ui F� - o E. -~ ¢-wwm>z�z wo ora_x �,�os - x �o� zomww'i's o0 Q ¢z a Y �w�yz w- awwa raNwao _amrc �'FU row oo9woo rn - ui� tt � wa Ld z w f a- o o zx�z=� ¢ J w7 WJ¢ a� - �aa¢mWO�DmoaLLlz°F Fmin awo(�oSQ �X¢wm¢aO=ND zHJ(w�'mm� FO�n¢Hw¢�w Fdtt0rcm iF_�yS 9mN Oz�tt ¢-��C��OQw FttOF�ama H F JLL; w 2 0 0 0QO o waw5O�zo=~mwwFwroim OZF w jw 12 Q D 11 w c D wzwQocFr�_¢FawaWw' z ¢ mvO¢�i W a�o�r.�z��da�o,d�Ma 6�,,,����3,3 o�3a-a��3,�ti,wa���og5E6ewx�,510a�DadSZUZ�roa iZo,Nww, 3479 N0113-1-03—-N-ale aoN--i mvrvoa�vyuvI„ ON3 J3l�H�211�3�3 a O Al s I W 3 w n w 44 a w "Y w w w w d = d N N V V o W tiD W ww W tt- N Ua0 v N U _ W W (D D W D Z a N a X - 3 = 3 = w _ _ w w x o x o U w U _ w o N ^ oY w� - - � or or �� HO HO U HO HO Z ll n� - 5 3 _ 5 3 F Z W ❑ U K V a � ao zo 0 = D w a o= rj- r 0 D o - W = � ¢O - - w of opa xQ w w w� z a - wo a?�rg o w �o � o J i az - 3 � moo1g w If:a¢ - - -wQ 011 9 o w 1� o o _ a _ g�a o m N D No J J J ?D Jo arc n v F 1<¢ Q J = w 5 m a j - oy w= uo�to W R = - - D0 Prw o o a ❑ o r Q _ ❑ Q aw> �, o Z xl U w ZO W �=aY Z R W 1 F o i W D a o z a z [mi a z z a z z a O ® D D D 3 _ _ z z r3 W I I I 1 I I I 1 ❑ 3480 S�oU-o.uZ 31va i0,e 9Ma 6Nvtd wJfIDa,a Ow3a-OU439m�a�aovB00g5£6ewx�3,51O3�DadSZUZ�roa.iZo,ldw�, N011-16NO3—-N-W aoN--i sqo NV mvw�a.w vyuv p ryw NOIlIIOA30-IH01b103-0 a LLJ QOL-D i3EHS 3ES)C&19Z'V1S 3NIIHDiVA cL 0 i - i9 IIIII Y r Ivi r a f;-u-IGrn1 I Hl,w(�*-r,l aaa� P f;f"- F f'1 pig P � VIII 11 h*iB1µal �I a 'a iur IV VIII C 1� �'I I Y H L ' z ' I w R w 18)IY AtlMIXb'1^ W 6 I y wl RAY - u yll+�•i,- 7wG1 oLL 4 p � II m 0 of � LL z0 - - tea - QaYo dw oNw °o�=D P o-=za-= w __ t o z� �mm#o� =z w E J � �d oQE d � - N<ow w - SNo Lq -- 9 - o� - - J o�= x oaao_ a� g �a �a�w_�t = o o ��z¢J JW wNw�_a w; ° w= wo N W J w z � L. a or.�z��da�o,d�Ma 6�,,,����3,3 o�3a-al3,�ti,�a���og5E6ewx�,510aDadSZUZroa iZo,Nw�, 3481 N011-16NO3—-N-W aoN--i mvw�a.wvyuv N0111-10W34 lH01b103-3 Al LLJ �EOL-D i3EHS 3ES)MIRE'V1S 3NIlHDiVW " I � 4 Z a o �� w RR a Y �b a Izlr., t Ifilh'I�"'� I 1,64 ii A2� th �,V Y IIIII e;�l t r..11 r I:II !I IIIII o v "I ! ry 4 n -- 0111 w¢ ww zrc Jww�� z¢ n a z o�w a z m a�a IF a 'u o'z^za� LLa _ a"a _ wo IIIII z� Dow � �o � o3 _ zw — LLw�a�SFEi F I'.II tj o9z��w5 — �z�iz oa w z zLL w _ wo Ewa o — w� ooazZ¢a vi a�a�za o w aw y moo oo Qo �a _ � Wo e w o ' I i IIIII o ML-71 EMS 33S)0919Z VV1S 3NIlHD1VW a�o�r.�z��da�o,d�Ma 6�,,,����3,3 o�3a-a��3,�ti,�a���og5E6ewx�,510a�DadSZUZ�roa iZo,Nw�, 3482 N0I1—i-03—-N-ale aoN--i co NV-ld CD mvw�awvyvn NOIlI�OW3OlH01b103-0 a LLJ �VOL-3133HS 33S)09+6b'V1S 3NIlHD1VW 4 "a —a 1 ti — .� z a m Lu 3a i a N 3d a i r � � r U 4 Yl i I i Hi I J � b w w x p _ w � I IIIII . s m q I n � (BOI 3133HS 33S)3NI1HO1VW Ii F i l a o �.... 3�AYMIX'dl ) _ 1w ' C T r. 1 I D 1.1 __� ��'.p J s r ¢ ¢ Y i o � z o -_ za t�a - Qoy�m dw a mto� - ' ¢ems z� Z r - �27 c�o�-x 'u o 71 - w �z z ¢ �o +wioLL LLd 2 �c��,�m� az inx+wo s?o zw Yi o�b g9zw�;5 zz"iz " oNo¢ w a tiz 2 oQa=w Nam � _ __�> JazQ N° oo Qtiw�i= YN+Fwa wj 0<31F¢ rya c�N�a F a� vi oa� za ���zadw U oa w ma, - ~O M a- Y �ZOI-3133HS 33S)OO+8£'V1S 3NIlHD1VW a�o�r.�z 3�da�o,d�Ma 6�,,,����3,3 o�3a-a��3,�ti,�a���o�s�sewx�,510aJ0adSZUZ�roa iZo,Nw�, 3483 N0113-16NO3—-N-W aoN--i mvrvoa�w v yuv p n sqo,! � Nt/�d v o NOIlIIOW3O lHO1b1O3-3 Al LLJ �SOL-3133HS 33S)MI N'V1S 3NIIHD1VW 71) a Y 7 N a Y o 'd M _ ZSj. } �, Y os N V U t 0 Irzl f � � o Y s iY roll l Al �Y 'I T� f^fl p kMa: rr s j I w I w w z _ za �E - Qa� w an z Y o� - a �i hl 0 z wo w z� El o w _ ow o9 >��z��s z��wz � - �� ��-�2 " 91 1 w �Hm Nlow o o 11 �a w Wo w�m o �o ��ym� 11 I-I N y wm N w ��w od , (£OL-3133HS 33S)09+6b'V1S 3NIIHD1VW a�o�r.�z��da�o,d�Ma 6�,,,����3,3 o�3a-a��3,�ti,�a���og5E6ewx�,510a�DadSZUZ�roa iZo,Nw�, 3484 N0113-16NO3—-N-W aoN--i LO mvw�a.wvyuv NOIlIIOW3O lHO1b1O3-3 Al LLJ �90L-3133HS 3ES)OS+ZL'V1S 3NIIHD1VW /gym r (gip; al III A7 4 'o/ c, cL - � w , a w „ N „j A6-1 I 1 \ u r� ,1 hlf 1 ti p 4 ��. I V 4 El sv i a y � w ✓fi 6�A m N r�l 1 fl57 r , N I rr s d_.4 "�` w � \ " I) 1 N z o a a o _ N _ tad Qo A � W� j„ 7 xs-xw w �w uO j?a¢ �d 14, — WQ oQ <_om poi za u w R .or LL>;o�gui wJ wNs.�� 3J P C _ ^ y G ! y � o9�wz�� zzaiz o - aw r ¢ro o�2z� wD r N w m w w 3 ~ I O cN°e• P ! � - _ z 07O1-3133HS 33S)00+19'V1S 3NIIHD1VW 3485 N011-16NO3—-N-W aoN--i mvw�a.w vyuv NOIlIIOW3O lHO1b1O3-3 Al LLJ / w a o a z a e Z a a Lu , m a a � wr " m c9 z a �1--H I V I V_••�A-h d J l..1-.1-4�h r Y 9 J A J-A-1- 1._.V I 4 M_. 4 F � �., '1�; w w Wu �III� ° I', a ' w ,I w -- x aI 11 I AS 457 II+ 0 oLL ->a° �w LL N_5a o — N ow w F a� — w wFw >wz z' w .,, oozWQm_ -- zzUiz — aw ua] del vl wz wm o ° _ r¢iFwa �� iV2 >Lvo �Q aF F LL zQtiw w � waww v i , n M a , Z r (SO1-3133HS 33S)091Z1 V1S 3NIIHD1VW a�o�r.�z��da�o,d�Ma 6�,,,����3,3 o�3a-a��3,�ti,wa���og5E6ewx�,510a�DadSZUZ�roa iZo,Nw�, 3486 N011-16NO3—-N-W aoN--i mvw�a�wvyvn NOIlIIOW3O lH01b103-3 Al LLJ � m Z l a Lu s 4 y � Y a I la w ow � a, ap , I mw 1 w w w w w r I 1 � v I, � r h / z ao ao ww ��� =pro sw a w — _� �w oQ w — w ow �a�a o "gam=� 0 o ww i a a aw pow wam woa w= a,a,, was �o I, > a� LL o� w�M#a ww a �= �� a �wwa�� oQa�� - =aa J= as o 4No= a wa _ �w _ �Qoa �o oaLL� I a w� N �a moos<� Asa �_wdww wa cr a a�o�r.�z��da�o,d�Ma s�,,,d���3,3 o�3a-a��3,�ti,�a���og5E6ewx�,510ar0adSZUZ�roa iZo,Nw�, 3487 N0113-1-03—-N-W aoN--i 00 mvw�a.�w vyuv NOIlI�OW3OlH01b103-0 a LLJ u Lu o fa a a r II/ 0 c W ( J Y F w \)) w 1 w of w w m , LL 1 w <m 1 r n` n I o I � w r r 1 / M W F W W Y w � I N o� w i w ¢��ttw� I�dFG w w tiw —xw i G ott-F �F / / (\V z w I 02xaOw w�w \ wa awsw ai 3�� o zy o a z� _ No uw2z�z �Fo w s o»o gF — wNso �J a�woa_ w�,� jjj., �¢ otizO�N° ooaow o qN '�a LLz zw w - 1.. o� j' ma o�wzaaw w�cw o � s soww�w� wiz LOo�su,ws � �£OP3133HS 33S)3NFH3iVW S�oU-o.uZ Alva i0,e 9Ma 6Nvtd wJfIDa,a Owaa-OUla:9m,a�aovB00g5£6ewx�,51Oa�DadSZUZ�roa.i:Zo,ldw�, 3488 N011—i-03--N-ale---i mvw�a.w vyuv p ryw sgwec. Nt1ld a o 0 lvW:jl33l3 03SOdObd s LU QOZ-3 i3EHS D3S)09+£l'V1S 3NIIHDiVW �I ry I h:II a Z m ICI 2t4� W I � I IIIII Q Y ' I I E— NI o g �1 IIIII 0. w s 'oQ wa � os wLL� i ¢ o= I amm I a s� _—w _ IIIII saD cai vll �:`I i rw I tlml — ....r N s w oo+om �I m oo+Lm - oo=aoe �"f � ' 19)LHAVMIXb'1 1 - w � �30�uZ-1 ' J z z m _ m , w m WOE -- Dd 2� S w I¢D tt O w / wz m _ Qw= _ M. o o �U- _ `w z r u w oaz � New o aoa o ¢V z — Qiw x a� w0 5¢o a a—a ¢ — —w <a =w- w - - _ sa N w= w o w N �O a N [1 Z 8WU-o,.U.a1va iO�d 9ma 6rnftd T/JMIDa�a QaSO.iQad-OUZa9m,a�oovB0�g5E6ewx�,51Oa�DadSZUZ�roa.iZo,ldw0, 3489 N011-16NO3—-N-IN aoN--i mvw�a.w vyuv lVOlbl0313 03SOdObd a LLJ �SOZ-3133HS 33S)OO+SZ'V1S 3NIIHD1VW N _ Ny a " py 41 Z8 i z � I 1 I Z Lu Al s I Ir t ilm°I� N B2`4' r�u o Mo Mil 0 48� ]du, I s =w - o w o w a — 2,5 a ow N <w x a w� w ww -�' o a o+ z (40Z-3 133 HS 33S)OS+£l'V1S 3NIIHD1VW 3490 N0113-1-03—-N-IN aoN--i mvw�a.w vyuv lVOlblO313 03SOdObd a W �VOZ-3133HS 33S)OS+9E'V1S 3NIIHD1VW Lu - a s � a �Imu y =a j o , I Hi w o N o W w w ' I w, 93 , I, ax I ® � IIIII , I � IIIII o} I 5 (80Z 3133HS 33S)3NIIHO1VW w , I I ..u. zL sod � li, OZ ol m , x 1 z w - 3a tU r o ax °D o 62 FD go - �ql , w - " � rc „ _ wW mo ¢w w -r OOryuOZ 00+1OZ oI a 00+Z IZ Lb+OZ O w N ¢O ¢+ N m¢ m 5 n r (ZOZ-3133HS 33S)00+SZ'V1S 3NIIHD1VW 3491 N0113-1-03—-N-IN apN--i mvrvoa�w v yuv p n [��� NVId 5 v o lVWlb103l3 03SOd, a LLJ �SOZ-3133HS 33S)00+gb'V1S 3NIIHD1VW a Lu 7 I a ' � o i I ' I I z , v ~ oN ay pz. o7— o o a i Iftili i ra� I B4 4 r i p I I �} of t �I �U sooLI J_ e+ w —� — oz a — w am ¢ 5 -� ----- I -- _ ____-.__ ____( .Z-Z___________--____ -La w p« ___ U o ¢Fw ¢ r ) �I Qy V o D cp x8 mIi P, ¢w } XQ ml pX— — FW ww I asz 1 Fa — i 5 � OZ I , l£0Z-3133HS 33S)05+9£'V1S 3NIIHD1VIN 3492 N01—ao91°N-IN a°9--i LO mvw�a.�w vyuv lVOlblO313 03SOdObd a W �90Z-3133HS 33S)OS+69'V1S 3NIIHD1VW I z J aw , as 0 z�F w a W `d o a L _ M i o ' e z LLw 'I pf E _� 11 i G ZN = � . a �� 60 Ob � 00+1Ob � 00 Z0 lb , 5 i I tiF , 00 09 w' (3)btl AtlMIXtll iU wf " , Aa i 0 E 25 hti I - zi )�I I oN ; � w wa w;NLL z=� p 't ren,w dw _ ki-r r , w k. m I A II Etl i ` 1 a 3 w a n= o , o _ in B54 2w o I I III � w - z° z°ow ace rt F w ' �~ —IYN_� n5 w 7 �w _ so zFr ,w ' o I , , a _- � uJ =w wtrz zpQ I i ww wsJw -� = w�� o = m I� A3� et wg as a°m_ a=w o F ws wm w+ ww 3a w I E A3 0 a I _ I , � o 07OZ-3133HS 33S)00+9b'V1S 3NIIHD1VIN M 8WU-o,.U.a1va iO�d 9ma 6rnftd T/JMIDa�a QaSO.iQad-OUZa�9m,a�oovB0�g5E6ewx�,51Oa�DadSZUZ�roa.i�Zo,ldww, 3493 N0113-16NO3—-N-W aoN--i mvw�a.�w vyuv lVOlblO313 03SOdObd a W a Z J � w Q a W _ I � a N � m � o Q Y IX I � o a m m� �n � r o w xo Z J � t �5707 w W 2 + O X. y 2 + uL2ZlA m • ..... . • 1J°7JFp0-L + w _________• It � ^— m G O U+09 90+404 00+Z05 �ij— 'EL 05 J = SV AtlMIXb'1 > w 41] ox ¢�nl a+ +m o-------- w 3 r IIIII m 88 u w1`o w s � y 0 +t r E A5 Q 3 a + a o — m� oa o z��z wz I uw w+ — 'tb {N I .. II or o m I _ zN 5 w� �I s = aw - - - �Q �Ql o I a o - — so ICI w o wW J w w o o f N (SOZ-3133HS 33S)09+65'V1S 3NIIHD1V1N 8WU-o,.U.Alva iO�d 9ma 6rnftd TfJM1.9a,a QaSO.iQad-OUZa:9m,a�oovB0�g5E6ewx�,51Oa�DadSZUZ�roa.i:Zo,ldw�, 3494 N0113-1-03—-N-W aoN--i mvw�awvyvn lVOlbl0313 03SOdObd a LU � m Z l a Lu s 4 y � Y a la a, mw 1 w w 1 1 w , w r I 1 � v I N I 0 �.v J MM V w s Nmw �z _ a= �oaw ti� w� �w z<ww N37 w xo�& �.! a wz Jw as , _o a _s -- ------------- Z _ � M 3495 N0113-16NO3—-N-IN aoN--i 00 mvw�a.w vyuv lVOlbl0313 03SOdObd a LU Lu p 0 a � 1 f 1 Y a a 1/\ wm wow o >: o w ��owmm.7� 0 J r�93z� 3vwi o W x � d o U a3w w a F O a z J 11 1� r w w JJJm HO mz O W W H O F w U r V✓1 O z W F r 1 / M W F W W �x W Y w � U z ww m Fz w a wmp rc � m �zz m o aw xaw / a _ \\ z F w s w J w W N�rc � 'sm z � w W�— ' — Wa wmo o � a mV w aw a / of �£OZ-3133HS 3ES)3NFH3iVW 8WU-o,.U.a1va iO�d 9ma 6rnftd T/JMIDa�a QaSO.iQad-OUZa9m,a�oovB0�g5E6ewx�,51Oa�DadSZUZ�roa.iZo,ldw�, 3496 N0113-16NO3 aoa-N-W aoa--i CD mvw�a.�w vyuv p SqCl a NVld InOl.Vl 32:Inlx1d E LU QOE-D i3EHS D3S)09+£l'V1S 3NIIHDiVW 3- d , ea m II a J ; as-a a-a Z� d Y w aS M j Y g ZSYM I,m�i LS-M".I VIII a m' aSM'A w o w 'u5 aL-M rill 0a-M?i;� w Q T � ~ I 10' I SL-M a oo+om �I as+Lm � oa=toe ��� I�®_________ I a_________� ———a- �Eo uZ-L - ro - X 9� d a� t� o — 14 �5 a Z. m� \ ?o WaF `z_— -z ws wH16 _ _< _ _ -- M a Wst < 2 3497 N0113-16NO3—1°N-W aoN--i mvw�a�wvyvn I„ 5('we NVldInOl.Vlzl fnlxld a M 1 W o. �50E-3133HS 33S)00+SZ'V1S 3NIIHD1VW , o a osa o �e a `� senn Z�o a; —Im } LE-w f Y a lj 404 M ryJl LJ zF7 J Ilul� •� , N+ IIIII 1 66-M[L,I T bb-M(ail tf.I ZS-aI� �La o� +IIII FMII.;ll ,-7"I n yII / Lfi-M l,a; a 9b-7",I 1....._7 l �w, ml .s IIIII / i o D w bfi-M l l—+�) 65-aI� a � � 11III z-rj x i Efi-M ) OS-M YID� w + .5.} ¢ Z6 Mi, }IIIII Y UwD wa /� •. o KW xj pD 20 05-M of Zs h\ia..l ¢H w H x- In of w x z U - x i fo¢ Z_w �Nz o+ o IIIII F a w rcoa aom° LLz� (lOC3 133HS 33S)OS+£l'V1S 3NIIHD1VW a�b�oz��3�da�o,d�Ma s�d a1 aanlNd-a�f3,�ti,wa���og5E6ewx�,510a�DadSZUZ�roa iZo,Nw�, 3498 N0113-16NO3—-N-W aoN--i mvw�a.�w vyuv r � cl) CD SqCl a NVld InO),Vl zl fnlxld E W �VOE-3133HS 33S)Oa+9E'V1S 3NIIHD1VW cL bba� m ItdSla �� IIIII Z , Z J 4 Lu I _ w r o2 ' I loll Hi i i J 0 o J ' o ' ci I I ,yL-M® � IIIII � � ezL-nn'�] IIIII I o um ++ a ZZL-M iu.iu.o-i.iu.o-i I L f�I o I 4 x LL Lo-a� g �yL-a f I� I} 6LL-M� " ' a )'I Ill EE ti i i XQ F eo-al� LL-a I N+ °, — —� — ao-al� gf ii o+� bo?u a f i fl �r waF II Ztl Atl W-1 SCMj,!iu) — OOryuOZ o no I" I v n a KD od �Om IZOE-3133HS 33S)00+SZ'V-LS 3NIIHD1VW a�b�oz��3�da�o,d�Ma s�d a1 aanlNd-a�e3,�ti,�a��roog5E6ewx�,510a�DadSZUZ�roa iZo,Nw�, 3499 NOLLUnalsNOU—-N-ale --i mvrvoa�w v yuv I„ NV-Id 1f10AHl 321f11X1d a M m ` W �SOE-3133HS 33S)00+gb'V1S 3NIIHD1VW - a , , sE-a� �Lz-a , z Z Lu p.___ Obl N[I,. bLM if e Lu N o YY r fiE-a 9° �OZ-a l \ w S , a , II1 � III GL-M�IJ 9fL M'�I LZM lti 7 P �I , e , � bf4 N•. ZMI„p.. J Lra� eL-a a I — � C a w r II r. of Zb21 } ' I , , I )vl ZEL-M SZ-M�i9,1 f,3m-------------- , a LZ i, aL-f LZ a — a LAM('` Oil h\� ,`✓�'�L2 �o K d (ao)z14 T ON m w Eba 9L-a f rc " — y r .� sgw w Zz ,?Jz tiU , e er g wa — N W w q + BZl-M m J W. i W. — tt , uz w iw w w F Q � ni ni a ui, v r� l£OC3133HS 33S)OS+9£'V-LS 3NIIHD1VW J a�b�oz��3�da�o,d�Ma s�d aI aanlNd-a�r3,�ti,wa���o�s�fiewx�,51Oa�DadSZUZ�roa iZo,Nw�, 3500 1O1—a03-N-W a03 Q3—i mvw�a.�w vyuv r � LO CD SqCl a NV-Id InOl.Vl zl fnlxld E W �90f~3133HS 33S)OS+69'V1S 3NIIHD1VW S?3.M I Lu 9�3� 0 IIIII 01 0 o , a 4 Lu -IIFIII 6�3j Z 3 W I„ m _ , o , n w n � a �E3ED ' IIIII i 60 Ob 00+LOb � 00+ZOb Ib+ZOb 00 os w AtlMIX'dl I�O Z N',,;,; I i L9 L-M� — bE-a 4 �SZ a r I Ifl o � 1 o o + I I' M K &M 4Mn i — oL-nn ' tll , a i Y , , I + o Etl AtlMXtll a � W� ' w O Y.. U) m wm w w 2 — wm w w w O KDd �OU ,izr 07OC3133HS 33S)OO+9b'V-LS 3NIIHD1VIN M S�oUOZL�Alva 10�d 9Ma Srnftd of aenlNd-OUEa�9m;a;aovB00g5£6Zwx�,51Oa�DadSZUZ;roa.i�Zo,ldww, 3501 NOLLOn?JISNOO AOJ ION-ale?OJ 03nssl Nbld 1f10AHl 32Jf11Xlj ��ECD I w a z , w v r 0 arr� 2¢ a W oo+os oo+cos oo+zos w' Gt'o w°tEo - ,, I SV AYAAIXb'1 _ , I ------- --- - � bl9 n m ^- �w m -- I �� ' sea �• --W .... TII I zo-a o LL ' — 9 13SNI-3NIIH01VW 0'bE�3 A. n � m— °EC3 I zE-3 I l M0139 913SNI 33S 3NIIH31VVI AAO139 V 13SNI AM 3NIIHOIVW 0 0 I `I J ii 8b3_ / I I I ��-1 Ld31°III � I�013 m r 3 I \ *.:lez-a I Y13SNI-3NIIH01VW /1 0 3 _tl3 r �I _ UW z ? �a wa zgaid,... �a 1 I w w W3 or o o N m mz� W two o w N� w =mow w w S (n w m w o LL wm W (n¢ w w rcDo? ¢OmU LLZr O F (90C3133HS 33S)05+65'V-LS 3NIIH01VIN S�ovoZ��Alva 10Ad 9Ma Srnftd of aenlNd-OUEa;9m,a,aovB00g5£6ewx�,51Oa�DadSZUZ�roa.iZo,ldww, 3502 N0113-1-03—-N-W aoN--i mvrvoa�w v yuv L NVId SqCl q N0111101A301N3Wdif103 i1nVn 1VOI JUO313 a W a a o� w — o 0 ao _ a 3 -o s � - _ - o �LL w zw 3a� � _ o — o�o — J q � _ o w a ww w w w a a a Ll Ll h M a a wOx m u o 0 'o �M P ZZ a w _ o z a wa w o w� a a o 2S N ID 4 n I i Q U F U N n Qw 3503 s11-o.uz l-1011 Ell noun�NUN�n a�aNaly-ouoa,�m�maov�m��ses.wx�lsi0aroadSZOZ�roa.i�Zo�Nw�� N0113na16NO3 a°N 1°N-W a°N--i mvrvoaw v yuv 5 + NVId o q ' 43SOdOHd 1N3Wdif1O3 i1nVn IVOI JUO313 a W �° wow 0 'o E. �o - _ - oo� 000 Saz��- _ o - �s w - °wo °w° - 2z - 9 - - 0 11u a° z - - Qmo a 3 3 o w rc sa - o o¢a o =w - - wwm -22 D - o o a o w o,zz ¢� ` — — )L9 OFN U — m _ a _ D 0 ° z > mw z = W. o s W.W. - _ �� aW. a mxQ w� m F �z¢o a a`w'> orc'o �: a a o�Q �o�x ? � w x o - __ o - �� =� w`� j- °w - a_ - aN J mom W. _ Y wI — _ — — o _ a °W w a °Qo m �m> a aoU av a aw a amm. aN�a ° o w LL c� ° og o Oa i2z oho 'o rco LL IIII Pzz Q \ w w s \ ¢ atl io NnNININ..PS ' o 0 ° a r; o o z i ao �o � O p z� Z N 4 � J Q U U W m W a�ou-r.uz aiva io�e�Ma noun�NUN�n a�aNaly-ouoa,�m�maov�m��ses.wx�isioaroa.�szoaroa.nzo�i�wn� 3504 ^_ ® ` rgVig a7a mg «, / ! sqwq- ; s«!a�iO- \\ j7. / ` ` \ \\ § \ \ ( )f �/ f f _ 6o ( - o Z. §) )_ _/ / \ : - - ƒ_ ` . .a .a . . © ) // / CD a 2.', _ _ /t o gI �/ \ \ / \ § S 2 o .. .. . o < "\ y (755 \ o 6 Z. ~^ ` 5 2/ � �: , wr ; _ , 3505 N0113-1-03—-N-W aoN--i mvrvoa�w v yuv p ins 5 ;y per Z SllV134 1N3Wdif103 0 ` 1lf1Vn IVORJlO3l3 Al, W o Foi"a ~wao_ _ �r awouzo � °owyr �3w — O.W�_m_a o�ar_x z aa��aLLo �zp z �5� m000Q�,rc oaoaa z zw°ww F�°po o�Nm wQN j°oa=oN — zmzo w��az —aos" W FODa� o¢ziaoi �¢o r¢ o LL_mw . O zo `ate ooQQ�=°' � �owxoaj b JwwWw ��s�QMo ' OO z — J zr�D a�a pF Ooz OLL F �ipwOOw U w�i� �azj YO 70c�i�ttr (� �QWW¢K3N � ZDO�Q_ 0¢>ON pJJ oS¢00=p — — Oa�w U d�j�000 WWwJ^Qw a��F� —w — �pO�tn�OmV W —�°> oFo�aFa 3�m Wx W °z i w?.p —FAO ttiU' — O�FFrn aO z� —O Lu ? — Opa�Op GQ? p0z�0 a° O�OZrw O>�iw�ott o Q ¢ —O— ¢?Qa¢wcLLi OaOc�i¢? —N (n ozy ws 7 W W cJ rp �Q ¢� _ zDQ _ zj 1p �za p p zw Ny ¢-W Ov0 rK dKi, W w O ° ��tt Y w°jF0 Wti� � � �pa0 gip? Z oLLa x a>°� —py O �LL� oa � zapLL c� Fao o'zg — > `�� w ayx _ moo — tm ma� —apx -P, pia° K z ap z w�� caiwwo d° a � No° WE N �¢0 Ozuw F K O Z O O tl N F U_ a�w � F tt�0 9 U _Q z G �cwia Ow �a °¢Oz ouWi 2 z _a F o°a —WO� ~ a ono o r Q °w z orc� 0 o xz— x wo ow w _ p pa° 0a12 a,Wn ° wNo °a a� prcw ar ou-r.uz arva io�e�Ma noun�NUN�n a�aNaly-ouoa,�m�maov�m��sesewx�lsrOa roadSZOZ�roa.i�Zo�NwO� 3506 N0113-1-03—-N-W aoN--i mvw�a.�w vyuv 5 ;y per E SllV134 1N3Wdif103 v o ` 1lf1Vn lVOI2JiO313 Al, W w L)w = U W W O O H U N� FO wo W m(~j� am ¢p N a U ❑ �z F a> p u Z w Z W W � 2 m W F o a W O w C7� 0 x K 0 0 a� m1L mr=¢ �O> mo mwz 0 J U ~— a w 0 gcxi��wX g¢o �> ❑� z ❑ z�> >aLL¢ �7Owocn o❑�� ❑z 0 Q Z W K j o Y W d W Z ¢Oyo�¢ -poo W w❑z a o H F �o j li 3 m H a w d�> m�U0 d > Ko_ m m W O w 0= U W Q ZO Z p O w a N W 6 m~ K LL Z H y F Q U U¢ F = H W z o 0 Q U U Z W Q p to> U K❑-w O O Nw� c~na�OK �wwK z wc� W m cw-o zxza u w z 7 w O O w w w O O U¢a w m z U a rt ¢U U m U❑U1 Uma¢ w x N � N M V v� H I p Z F o wa W ID ¢ = a Z Q Z Fa H z� I wQwwz ma x mw �w ¢ ❑ ¢ a W Y W X w Z U 2-W LL >a w> w W Z op c9 wO O m O O m Z o E�¢x o o U z F Sao❑F z= Q Qw Z Z o z �Y D~ # # # Y y U ❑ ¢" a x¢ z it w�o¢ w L)p 0 w ❑ mo��a y U Z U O LL' W N N N LL a U Y Z w Z w m¢ Y ❑ ❑ ❑ ❑ W LL Z Z O w U Y w d ❑ > > > > Y Q U m U W m m W o o o o z W z ~ a w K O a m U K K K K O K¢O Jo ❑U ❑m LLo¢ oo W ¢ m U LL' ¢ m U ❑ ❑ a O O m ❑ m ar Z ❑ o w ¢ F m m o a � O W K a ¢ a U ❑ ❑ W W Z n _ — Z 5� W �3 W O O a a s a ay < ay wz ww w� m ❑ Q � m a�ou-r.uz aiva io�e�Ma noun�NUN�n a�aNaly-ouoa,�m�maov�m��ses.wx�isioaroa.�szoaroa.nzo�i�wn� 3507 N0113-16NO3—-N-W aoN--i mvw�a.w vyuv 5 ;y per b SllV134 1N3Wdif103 v o ` 1lf1Vn lVOI2JiO313 a W �W tj °ma r 5 oaow� ° az x w _ F y - W N a - °wn Z N Q ¢O tt-�� WO�� O u u u u Y 'F U YaY �U w oa oao -w � -'a o D o m �o O z LL p U O - LL 20, Ow5 �2 6 us ow C� U =° F�0 zmo w W W � - ;w s "o Lu cL tz Z 3 F y�y O o a Lu �^ 10 g3 o ~- ao a U .O zu, a z Jz Ni � ElC�j F-o D 2., _LL Zo U =o s O ° w F °° w BJLL wHzw z O Q Lu z a,: 00oll g~OV 1w�tiQa D z) j> (W O- - � J K w = O <64 a BOO zK D� Oz � - - 10 U aad L — J —i a°= z - I =� J _ �U z ¢w F =7 U S Z jo r OU wow J =�J OD - 30� �m N i i i T�_� o oow s > i SooQwJ�[�r nor .a n a . m r m n . 66 w Z a�ou-r.uz aiva io�e�Ma noun�NUN�n a�a,Marc-ouoa,�m�maov�m��ses.wx�isioaroa.�szoaroa.nzo„�wn� 3508 N011-1-3—-N-W aoN--i ryw sqw IS-lIH134lHo1b1o3P3 .EL? W z on z a° _ Iz -xa �oa w Ewa _ 9 am ow s w� QOF mm imym3 R, a ioa -xoe o a °aoo z w w wg j¢LN wz�t - �o N -�Z o�mU <alloa zo o c� was za � mzo� Nz_a , m a -ao s��x3oow°FLL ma aomm a o?¢a z_mWm ao-`-a�o om-drcaoJ-'�^ -o¢o. w _o Nwyz a o 021 ¢ wm z m- 1. s0 mw ww Y7 P'c� aN°z o�oF - - _ w o3 ��a� �mwa s> Cryxtx%j - wza � a / iow a ��J o maw? zaw u wa m�wa m a jj � ago zap oz o mzz z w w o�a� yy z �-y _ �m - w u Jz i a zmwa� -Qg 4yti1t/„ zNwao N 7 m om>mw 1... 3,/y U eeeeeee 0;� fYX tY WY 5 0 =�o o� _zm a= ova mw ZIowgw� w� - �� wn Jwza� z�� az m����w w°w w Mo l �o=w _m w .10 w0� J °o w z cv a z J ❑w I m 3 r w -o wIW mm o Y •IL. I I kra��1 I I �� �. / t 1: p f z z o w 0 a ono a a h a�� ��(�; ,l!i! W m l I I I � � •: I z . Q w I II I � y,�;l�•l� I I I I I •,f, o I (��''%� t, / e-s s ❑ 3509 a�-o��z�z 3rda ro,���,o s,Nr3a,d��a�3,3-a�s�,�ti,�a���o�s�sewx9a,510a�DadSZUZ�roa iZo,Nw�, NOI1°nT iSNOQ bGJ 1ON-OI8 aCJ 03—i Z S-IIHl34 WzQ:1133M] ow woo °a w - �in�> Dd wD F ¢¢D �zw L9F jt°n aF0 — m0z D° �w ~ It z JD pJ 3z F 5 K J _ n iw a w m p No o LL- p N � V", o =- mwoo M� a w oLL -a z4F>a� >o. >°w`�� oa o d O U —a a W Q Z V Z ao LI U U � 0 � J W Z U O to W w F U� Z W Q 51HOI� O A MIXb'1`JOB.bl S1H`JII AtlMN(121210�.OZ pN w/m, N o.. a Da Kw a ATE o - o zW �w �x o� t� i¢ w33w p'�os a w w wow pd 0o i- spx °uaw �a 2owz �0 0 w - w�¢� ao�o wm a - -a LLwaz w °mai o� op�w7 -w. - j ?°oW w a°_ muw> >� 'rc i�z caisa� w'Z< mo oU - _- �� 3�a - a000 z g o ww zw ° caio w_�w is w z Qox a� v° _ a '°" F xwi wpm ao 3w a wY N a �m wo _ -5Z. 0 oow z - Q ° ° '} w y w K • '• I Y w �j rk sb H i 1 Z s H '. i 7 O t�: z wz a F o ¢w ° w" sor000zoz3 da o,d ,os,N 3a,v la1 a,a-ao�,ti,�a�,00.,a s w 3510 �a,51......... oadeo,ldw, N0113-16NO3—-N-W aoN--i mvrvoa�vvyuv i q- £S-lIHl34 WzQ:1133M] Ilp LO m z �oH o _ s °w -6, xz _per w s o N wi3 ~Nc� w�� Iz Uo W \� o o ,mgm5w - - Li oa 05 0 azH _ _ ❑ U Z zz LZ ❑ W ¢ Q ¢ 1I JHa � mw mc9 K Z O w �+U u0 Qooc�i D U act - � Z _ F p rn o xoz wg �wwo ' w o o z n J c� z,. w D FwaD - J Iz F �o _ m - wo ( . O ow _ �aoo _ ❑ �J� F ZS W =� w _ Qa °cz �U_ awonaaQ� ¢ U �r H. ¢ \ N \ H iu Iz H r0 wH D p O zw, W OjFw mwm_V �Y zoww rr D UHF - _ QOi2 amH � - l\\III D z \ Hw W W. Lo U? Uz o ID w ba w �D o N¢s. 00 a w w3a V o�w N _ m� i37w ❑ U 3511 a�r��z�z 3�da�o,���,o s,N�3a,d����3,3-a�s�,�ti,wa���og5E6ewx�,510a�DadSZUZ�roa iZo,Nw�, N0113-16NO3—-N-W aoN--i mvrvow v v yuv i„ sqww b S-1IHl34 WZI?J103M] a lL m ` W -- c5J aw °o w� aN zaz° i °Ja °wo oJoz - mo zi �Ua �ooa z Qj9w a mo - wwz az � �wi2 - -zw °¢=tea o� awszW ao? aomoWw �¢ °ozN o0. �,�w �o�Y=o oowW gz�xw z o° 112 _ Q w oQg w�W ¢z � �oo Goz�w U za _3¢z ��` ¢a23o z Z. o xoz N d 11 -r43°w°ww J-v, o c 0- �oaNY o�� ooN -iowz �ozFo zD�>o Paz ° ¢ To Nc�iz=a a�mao� a'o? aN�oo a'oD U Nw° - _- - wFow - ai aodzz _ iwaa - ` � oQa w i 7 s¢ m ° a o - w a J m a cCOz > a��- r ° zwx aaw > a C7I �w ° w'o - a ELLS'Ew w a O'Q - Z. LL as ° Oo z ��zLL zoo a1 �w� o�a �¢Vo o`w'a rcr °z w�owz� azw zu w ��aNw way D�zo� °oo°ono oww Qoow� °a�r� owe �rc��aao ¢°z m °uzy �w°oz -o - aoa 'u a�r��z�z 3�da�o,���,o s,N�3a,d����3,3-a�s�,�ti,wa���og5E6ewx�,510a�DadSZUZ�roa iZo,Nw�, 3512 N0113-16NO3—-N-W—--i mvrvoavvyuv i„ sqww 5 S-lIHl34 lHol?J1O3P3 a l W - _ oza _ -s z 26z m a t�-r tQ ��� zso a�LLJ �zFo Fa - za3m d oozS �°� a9 - - x Q0� ° °� - °" w0� z� zaw N; aaY�n ro_a y 0�a a oo _— �° xw 0°gym a� oo�� `�ooQ _ w w� w a _ Q N a 40Lu U U / ego O r �w ow ��a4'///�l r U - - ' ea o� ocoiz a� o oa oU �mz a�Q ao w rc - a° mz °o z0 z�r a _z du°LLw 5� s¢o iaw M� wt� az �---- - wLLrnw " ao x3 '- 0 U ww a w wo _ a - oo W Q ' xo �r-- 1•� �N O z z z J t t t t w Z. vxi°>x LL°w¢ — � fj � 44 a�r�°z�z 3�da�o,���,o s,N�3a,d����3,3-a�s�,�ti,�a���og5E6ewx�,510a�DadSZUZ�roa iZo,Nw�, 3513 N0113-1-00—-N-W aoN--i mvrvoa�vvyuv i„ sqw w 9 S-lIHl34 WzQJ133M] Ilp l s W w� 0-z 9 - _ a �m J W Jew a" ommU = Q�r oo7m�N <a�amo LL =a J � ozaz -w _ z2 ja sz9� Z owao� _ nl m?ww o z�'o3�wz -a a z 3A08V'NIW..I F n C o �Y, zm Q t = a Z i Um a =toZm '�mmo', pOJ¢ O W w'TN mw Z L. J O O¢�Zo ?l ', =a a oFFN W, =_m z s 1�1 �l Q aw �3 Z oQa°a a °ooa�a pogo - o om� O a oaF� � oF� - w H xa Z wa�a�� o aQooJ �3mow m_ �w,aao° F'o - W�c�i a m Imo s 00 z goQzow zwo _ww� t:2 jw zLL Y 3 No�Ooo�worc�O o _z¢o m m2 ws - W-z° a as aws-m om ww w w w -Xf- w wNS. oz p ww- Qo¢�+ �za ¢z� mou o mw o� rc oow o� °'oo ozvwi �I Z'a� zwa oz�o w _ omw I I �,wi a� aww — Ac�?� wad m _ ¢_ o or Qo�a m— �¢ — m ow m z 0 o d O D�zWN Q Sn n 5 L) - - a ¢4a �o _ — =_ _o II I ?aQoo �D II Ss 0 rao�sa 9 p. — y, li — > ww�z= oo = uw,ao _ Z z=zwwa� ~z ��� ¢�wa _ g �w W- wa _ _,F__ ti a 0 I II a O 0WQ ¢ z N dAl) j I I I I U � 1X31 ALE'a II II � Q m o U �Q <m -�z 'J 71 I — —— U — L J Lu > F Z /) W Owl W V i J a. - 4 > a < 1,51 w= g z w U ww0 owza rw �o m c� — .8— _ m�z� wow a3�z mo rc Oz O O9O¢O t O �m w. ¢Sc¢.i — rw a _ wDa ¢oz� azF a�N ¢zm o caw moron zoo `\ T\J u�mm o NIA �w n n n II II II II II II a w w Z� 3 szeo'o-.00'o+�I W _ II II II w 5 II II II I• < II II II // a W Z z • — a Lu z Lu o W II / II N W ww.a _fir____ H J 0w z -- z <zy �, / • II II II Y w II II II II m II II II II m II II II _N II II II II ..GAL III Z U .P.Z lw OrU J —1. ..�J6 o Z JJJ u 8U-o�oZOZ Alva 1o,d Imo S�M13a wvlaIDa�a-pUsa 9m,a�oovB0�g5E6ewx�,51Oa�DadSZUZ�roa,iZo,ldw�, 3514 N0113-16NO3—-N-W—--i sqw mvrvoavvyuv � q- L S-lIHl34 WzQ:1133M] Ilp LO W 17 oyU� wa zzmw° - 3Jma o`¢' ~`aza �_woF om ao _ o FSo _ow a ° o a - Z w < u K &jiti �Fti lei/0; 1 a N X M o ¢ _ a w a z ¢ as - - az 03 - - �o a Q oZ 2 m z Q E F5~ w ¢ W — O N D H O�c Duwi= N O tt ? J ) a L) > Wa I a w o�� I a 1J4•a/////i a G c ¢b I I to m z a o—— —————————— z mg ¢_ os o ` - ,�a w o - - a o0 pw z¢o L �w o� - J N� a� �a QDc �w w W m m J ¢z S//: Q u° .�; ����/i/ii/ oL �, ��)a° �// o< �, //- L)m 1 � � a z ow pyiiD iE wc NIW SL � "y a�r��z�z 3�da�o,���,o s,N�3a,d����3,3-a�s�,�ti,�a���o�s�sewx�,510a�DadSZUZ�roa iZo,Nw�, 3515 NOLL°na16No°--IN ale --i mvrvow�vvyuv .r yw 'SIqwq y O 8 S�IHl34�NzIbl33M] E L s W � ❑ w a 3w o� c�a y U F w >> �!r / �/ / < ❑�II III I III I ,I �II � I � II I,iI iIIII IiIIIIIII ii III III�II ICI iI I!I�IIIII oy � 1J�V ) )f�7,� � I �r�k) , z illll illll II I I I iI'I I Nz a)I k)�� ) lj�� � � I ❑ IW O U h 7 'NIW.OE .G 92 Q tt aj O O ° rc O 5 F Z O off? W r� OuIO s z z O ❑ it`a O z¢~d D� W O �a tOQ Q w i_Oa ¢- join W _OF a�Umtt W OOtt D zoU J 2z-UF ��zDa N¢ - W - - UZOjtiti z75 3 `Y aiviU Z dy III 1� � ��� �� / ❑ � r rz ll�lll II�IIII III�II� ' � / II�I�II�III, II II II IIIl I� w III III II Il y z w ¢'o 11� � '. I ��� z III I IIII II IIIIII i� � w — /i//i�///,: II III III I. II II / w o� W m e s U ✓i l//i✓ /l/ /i l��� 8 L m o vm Z s .E s� m a� z ° Z-a z _ z CDQ� owa ozo �¢ w N Lu m� OFz � ttw ❑ n� ¢a - m a�� v� �� � z W Y O Z ° ° U 111 I=IIII 111 I IIIIII I I I=II1I1�1 =' � � � m 11L 11L LLL— U O = F ❑ I—I I—I I—III �w o U { Y YAW Y YI Y y U Z OZ � ' o k� "ryY )Y l yY �v� z w — w �ti yW� HEIII III—IIIa,7 o =a ¢ ¢D U as o II=III�1�1=1�1 o <wT r > ..0£ ..G �Oo Jx LL N - Nw v °Nj wo mo D ❑ 3516 N0113-1-03 aoN-N-W aoN--i mvrvoavvyuv p ryw Sqwec S3�f143H�S v o _ NSIS 30NWAno Al a LLJ N W H D i w oa ❑ = _ oQ - `��wwo a N m oJa m C7 -7mm w _ rc -zQma z�Q z a�ws� wN o 12 m Z _?m¢w _ ❑ D zo oo� - z J zz Q�WN wo z 0,wa oWaz om vim, �Q w zZNr� (7 w 31 o U F_ n ym z u O p Q ==I¢=D >�aa =m N Nm=wWU QNWW� ❑ wo�oz� ¢r ¢azJ �6 U �Jowx� wza¢cwi w3 - C7 ma allow r �z -mod 20 Z. ❑ _wawD w oLLo m ❑ _va,mm_o Sxoz° a a - w N oa`a xw zwo x '3D mo3 aum¢_ r�woa mwm t a z uu 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 o� ' ' ' 2 ' .1 3 3 3 F F F 3 3 3 3 F m 3 3 3 3 3 3 3 3 3 3 3 " " " " " Qo 0 W LL 3 3 3 3 3 QO= Z O � W Z - Z cnU m O U z u N Z � W a O n Z Z z � T 9 z w75 w � J U W T a a a T T T E z T T ? 4 T T T y �600 8 i i i z w ���i + 0 + ++B e e JI - mmo ❑ 3517 a�r��z�z 3�da�o,���,o s,N�3a,d����3,3-a�s�,�ti,�a���og5E6ewx�,510a�DadSZUZ�roa iZo,Nw�, N0113-1-03—-N-W aoN--i mvrvoa�vvyuv 5(� � l 3 ln(]AHOS zl fM-Xlz a � 1 W m 0 z w CD Ff c � Ff x w w w w a R v w a a w w w a w w w w as a w a a a `v a . . N W . W W W . . �. . L W . $ $ $ $ $ $ S 5 a���oz��3�da�o,d�Ma s�d a1 aanlNd-a�e3,�ti,�a���og5E6ewx�,510a�DadSZUZ�roa iZo,Nw�, 3518 N0113-1-03—-N-W aoN--i mvrvoa�vvyuv 'SIq�."Y� Z 3�f143H�S 321f11X1� ==E cp g s W z a s Wm m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m m a N H H N N H N H H N N N N N N z z y m m m m m m m m m m m m m m m m m m m m m m . . . m . . R R ^J R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R R S $ S 5 a���oz��3�da�o,d�Ma s�d a1 aanlNd-a�e3,�ti,�a���og5E6ewx�,510a�DadSZUZ�roa iZo,Nw�, 3519 N0113-1-03—-N-W aoN--i mvrvoa�v v yuv i„ sgwq £3�f143H�S 321f11X1� a cep m ` W S u] R R R R R R R R R R R R R R R R R R R R R R R R R 4 4 4 a���oz��3�da�o,d�Ma s�d a1 aanlNd-a�e3,�ti,�a���og5E6ewx�,510a�DadSZUZ�roa iZo,Nw�, 3520 N0113-16NO3 and-N-ale and--i mvrvoavvyuv p ryw i; Sqwec l S�It1134 v o _ NOUVOO-I J IMI VVJ Al a LLJ 1 sc T wJ m QD o w 7 O o ¢Z¢pW (�7 - a malo Q zo W �swN Y c 3 za ¢tz� 72 ¢tea W xa z0¢twi3 Kz ¢ > w z udima U� Y - �z _ W w M1 I m U ti B£ Dw 'Jjo J L9�� h DQ �d Dw 2o_oo OD¢ - aN O �w wLL ga ¢¢ ow a ¢vi DS n cam 66 O SzaS'� z zo a62n wo \ r ozo Na w. ww ADD w w a� is LLB . 5� �z - U DoiQ wFa - Z Y K aoa O.m m0�5 xD t K2 D — ¢a r p0w UFD Ww U .1... a—o" UB ¢w U ¢rm ¢mu ¢ m¢ < Q ¢ Q (d All.z U z dun 30 =< -Z. o �o zz Sm wm '��¢ oDpo woJ F Q r ¢ of=LLl�Jo w zDaZN �� ga amwx Dow x¢�N oo xzw <.w�a� m Fo ocdi�w ro 3�Dzjo - Ma Jzusw sDa _ o a ¢ o Dco o a - �� =F wo Ba>�o a �<2 a D ¢ a LL W I rz I �m li�✓i✓a ✓i'� ✓rci � ai✓i�✓ i✓)�� ys is I I s' l:(�is ", w I I W > z w � � $I/5) � G 1y Z '✓ C t SI'Yo o 9 U IT'�PICAL) D Q O D wu ¢ L __ __ tiF v ti LL� /�:j llil�i�ji li�i�ji sl Ali li�ji li ili r��ril P) �� D 4' ° 5D o 8. D� _Qom oc� ��oa acaish �ouw 01,.. >`� s .J� BVbvnA2 diva 1o,d�n,a b'tN1ao wd-OU139m,a�aovB00g5£6ewx�,51Oa�DadSZUZ�roa.iZo,ldw�, 3521 N0113-1-03—-N-W aoN--i mvrvoa�vvyuv sgwe�r Z S�IHl34 y o NOliVOO-13J IM]WJ Ala W o �¢ a o 'w s W,sp w a�o w iwXa - wa U oroo o w o W. - o� Z aU OF zU Q ¢o a w — DO o U w zU � OSo UOW mDo W o7 z _ nm' O WQ U w m ¢ m_ LL p — O�Z OUP a Y O� U o U¢ r o ao D a p _ w w z z Iailllj l I � I zw-- ) lI. a (.III ( ffIf I;III �fflf l f fllf f '. �`4 i.I III II II II II II II I- II p II'IIif lik�I II II II II II N I.I III III III III II II III III' /i z wl Ol E I O SD ��lw wUa dw N� _ n _ z� — cJZ LL uw=i-W wm�w w dU zmm va i0 yF Q�vw 0 ' m S s 12� a o� rc "O> o'a s ga, orc _ - - �Jo zo 0 0 w zo 3 -- _ wI - o=10 N� a zo a Uo� F w j w� _ aJ - 1u I I III I I I II IIII I I III I it I f Illlf fl I II fl )fl if fl w � CAI I�' 11� III 1� III I III III III ��C Y J m II II II ICI II I I II II+I I I I 11-III II �y z In H W# U U z K w a pol ¢ QK — LL rcw rr�_ BVbvnA2 diva 1o,d�n,a b'tN1ao wd-pU13�9m,a�oovB08g5E6ewx�,51Oa�DadSZUZ�roa.i�Zo,ldw�, 3522 N0113-16NO3—-N-W aoN--i mvrvoa�vvyuv sgwe�r E S�It1134 y o _ NOUVOO-I3J IMI WJ Ala W m m z a U W U 5 W W I I ¢o Y Z W a r o �z �a o w� ��w a wwo=a - wo t w� Sao t oa Z — U W N N /j JJ _oW W O W _ W ¢ � N W O W Z 71 o aaw � I Iwo I �. .......- .-._ a z I W at W w o I J z� - Fw m <o w ..-...-...- BVbvnA2 diva 10rd�n,a b'tN1ao wd-OU139m,a�aovB00g5£6ewx�151parOadSZOZ�rOa.iZOrNw�\ 3523 N0113-16NO3—1°N-W a°N--i mvrvoa v v ywr p SK'�we bS�IHl34 &maCD NOliVOO-13J IM]VVJ Al= LLJ o�o�92 Paz a z °oiw vwio�J z �� O o � 0 0� -W w �LL w ow< w� zoo n000 ,�z wo wz w o - F w w a w °w ° w< Cn 7a�a w�°n� Iw Rio 3z ° xy=�� i`� L1J z��5 zap zz o �o�a _ w wwoo zimr� Iw zw" oyo z awd� 1x«_ ww Faa & w�� d a o 0 �m ao a >ow=z w d m e w_�,o O a w O w O # Y f � F wo — _1.<W W oZ w° ', 7 `°I �o�i d ¢zm Uz ao W z as �¢ wN aow, z 0 F -- w - w D Noa p sad a5 w tw° w Fo zzF > wx N ayoN J uW O .w U 1w� LL wix z _ r sw w �w° O / a ay O mp w oa r o W w l� 1O w� �� z LL �... ° o o o oz 'o wwo m l Q z z w II � � w F3w a 1 w ...� O ��,Il.l 0z w w w wzi rl Fw w�wzo I ( I I - I c7z omwo�o / wrr Fw N LL >nwsQ Ntmoz ._._. ._. u "a'zt ao-�.�z�z 3�da�o,���,a�,ro��a�,-a��,�ti,�a���og5E6ewx�,510ar0adSZUZ�roa iZo,Nw�, 3524 N0113-16NO3 and 1°N-W a°d ad i mvrvoa�vvyuv sgwe�r S S�It113p y o I' NOUVOO-I3J IMI WJ a W p oo� ooi_woot2 8 w zo-" o3oiw�a = W LL 2j2~-N a zN Jo °LL�w=wzm _ w a 3zo�mw�¢-Q Z a a Iz zzw z� wo »gym sl,"✓,nll ^l ¢ w LLx >a z�a000w iNo mzo N✓ o w� � Q W n o 3 w=z w z ✓s?✓n✓s,✓l� �� w �o .Iz z o z a Nmv s No ax�axm .o-z �w NIW.sD.- ¢ - MT w Q ° a ¢ x # — — 1w F of W o Sw � ar o az ¢ a - Z� o z o a= w w W U LL = D m z O w Q o W F a-� Q O z o N o - a <a °x azWLL z O ¢ J W = w oaz zW l.F _ Wz - oN rim � O oz oaw< �° n W.Z°z���� o p °a ° _ D a0 HUtlO`J ID r - z U DOE z Z w w F °U a —m H W H3VO`JddH M <w F a=aN Nw w w w o�J K _ 00 �rw 72 a W OnW > aF Uoz D ZO OFi SzWLL �jJw z(9 _ Q _ p wi�w 'off w u� Jai? �2w ao w _ woo 'w oWw z 'oa a ooQ m O = av a � ¢ F � x u � z w a h O a O o z z oo a ups w o°o w � w ❑ 8 d oQFJ x w Uz 3 W LL �a zWoo= w-aa o w z r .Iz ~~z C w w m .dAL..E o G O Q=_ ow oJ wg� — - mo ra p w¢ �wi�iOww j x X rcQ= OwJ wOm°?°tea ¢zUU1, J JV J z a= - �� a�?�°°'Wa� -a3ua tz°g zQ z°wmJ - °z�Qa W w 7w �zomo - 000 �N oz-ma - aowQo�za oa -7 a°pia 77 _ ow ,� - z� - ZI z wo 7. za z _ zz� a - om i�3z�w zzwJ ww°ems wwax�axm mwuuwu ao-�.�z�z 3�da�o,���,a�,ro��a�,-a��,�ti,wa���og5E6ewx�,510a�DadSZUZ�roa iZo,Nww, 3525 N0113-16NO3—-N-W aoN--i mvw�a.�w vyuv sgwe�r 9 S�It1134 y CD _ I' NOUVOO-I J IMI WJ a w o _ - - �N 0 0 w _ o c� u — o m � z mx F �o '¢k z o o �m ¢¢ m m� w a s z I I I I II I I 1i i I III-lI II Ih1I I1al-� — — — __ zN Jw� w =a o a z = <a o0 ao mo wa =x �w - d - �< w a - o. 0 ow a z - w 10 m a� m �aLLa� �8z� =o,ww �waa J� w � m h 11 III o Iz �&z Wl >o=�= -mM�m - oa �N - W a a =� - 0 0 � o W =a J wN Nz ww aaN a=m m wow �a= - w W., w a� o w 0 Qao - - w m1. lw 1.3 m m c¢i u 0 00 a��.�z,z 3�da�o,���,a�,ro��a�,-a��,�ti,�a���og5E6ewx�,510a�DadSZUZ�roa iZo,Nw�, 3526 1011-1-03—-N-W --i mvw�a�wvyvn� sgwe�r L S�It1134 y CD NOliVOO-13J IM]WJ Ala W y a z z o I w z / Q z Io 1 wf r l o 1 �I j a z 0 w N w N CD 6 I r 3 z !i1' i i s a /i✓ � g1 T "�l� I � r II f l i ;a✓a�' r rr ��u �' 11 I���. �/�0�� 71 r�r �� ,n li��r��� LL U //i ��/„�i, rri�/// t% w r%j1�� � r /�j s 1✓� � burr ; j J 1 XX U / ' F° add //F� r r���/f J IIII ill�r 01✓Ii���"'� � C7 z w �J � err ;,1�r;ry` !< r'd ✓.'"uo a��.�z�z 3�da�o,���,a�,ro��a�,-a��,�ti,�a���og5E6ewx�,510ar0adSZUZ�roa iZo,Nw�, 3527 Ili iii e Ilse t for Cal �iii�iii Illl1611� tii iin Addendum #1i Florida Keys Marathon IIIIiir°iteiirir°i tlii iin llll Airport Monroe County Relocate Runway 7-25 l � � a 'RNXT Prepared for: THE MONROE COUNTY BOARD OF COUNTY COMMISSIONERS Mr. David Rice, District 4 Commissioner Mr. Craig Cates, District 1 Commissioner Ms. Michelle Lincoln, District 2 Commissioner Mr. Jim Scholl, District 3 Mayor Pro Tem Ms. Holly Raschein, District 5 Mayor Prepared by: ON ,Jacobs 3150 SW 38th Ave., Suite 700 Miami, FL 33146 305.441 .1864 May 2024 Addendum No.1 MTH—Relocate Runway 7-25 Bid Opening May 281h,2024 Page 1 of 4 3528 I , lii ,e o.1 I „o- ,w, h f o,ir,Corn„ Jllf !live S&11,lii ,lii1llaII,'iiilons ddeinduirn #1 11::1lauriii 'a IKeys Maiiralhlhoin Illirmteurinalllliiaurmalll Afirpoirt Monroe County Relocate Runway 7-25 The attention of Bidders submitting proposals for the subject Contract is called to the following Addendum to the Proposal, Specifications,and Drawings. The revisions set forth herein,whether of omission,addition, or substitution are to be included in and form a part of the Proposal submitted. THE ADDENDUM MUST BE ACKNOWLEDGED IN SECTION H OF THE PROJECT MANUAL. 1. Pre-Bid Conference Materials 1.1 Pre-Bid Conference Presentation, Addendum No. 1,Attachment No. 1 1.2 Pre-Bid Conference Sign-In Sheet,Addendum No. 1,Attachment No. 2 2. Project Manual,Volume 1 2.1 Division I, Section B—Instructions to Bidders: Increased Contract Time Delete Page I-I]. Replace with updated pages I-11R, Addendum No. 1,Attachment No. 3. 2.2 Division I, Section C,Attachment A—Schedule of Bid Items: Updated Bid Item P-620-3 Delete Page I-21. Replace with updated pages I-21R, Addendum No. 1,Attachment No. 4. 2.3 Division II, Section D—Contract: Increased Contract Time Delete Page II-19. Replace with updated pages H-19R, Addendum No. 1,Attachment No. 5. 2.4 Division IV, Special Provision No. 1,Project General Requirements: Increased Contract Time Delete Sheet IV-5. Replace with updated Sheets IV-5R, Addendum No. 1,Attachment No. 6. 2.5 Division IV, Special Provision No. 2,Notice to Proceed, Construction Phasing and Work Sequencing, Special Provision No.3 Contract Time and Liquidated Damages: Increased Contract Time and Increased Phase 5 Duration Delete Sheet IV-24, IV-25 and IV-26. Replace with updated Sheets IV-24R, IV-25R and IV-26R, Addendum No. 1,Attachment No. 7. 3. Project Manual,Volume 2 P-620 Runway and Taxiway Marking: Updated Information Related to Bid Item P-620-3 Delete Specification P-620-1 thru P-620-7. Replace with updated pages P-620-1R thru P-620-7R, Addendum No. 1,Attachment No. 8. 4. Construction Plans 4.1 Sheet G-003—General Notes Delete Sheet G-003. Replace with updated Sheet G-003, Addendum No. 1, Attachment No. 9. 4.2 Sheet G-004—Summary of Quantities: Updated Bid Item P-620-3 Delete Sheet G-004. Replace with updated Sheet G-004, Addendum No. 1, Attachment No. 10. 4.3 Sheet G-101—Haul Route and Part 77 Surfaces Delete Sheet G-101. Addendum No.1 MTH—Relocate Runway 7-25 Bid Opening May 28",2024 Page 2 of 4 3529 Replace with updated Sheet G-101, Addendum No. 1, Attachment No. H. 4.4 Sheet G-300 through G-303, and G-305—Phasing Plans Delete Sheet G-300 through G-303, and G-305. Replace with updated Sheet G-300 through G-303, and G-305, Addendum No. 1,Attachment No. 12. 4.5 Sheet G-320 and G-321—Safety Details and Notes Delete Sheet G-320 and G-321. Replace with updated Sheet G-320 and G-321, Addendum No. 1, Attachment No. 13. 4.6 Sheet C-206—Demolition Plan Delete Sheet C-206. Replace with updated Sheet C-206, Addendum No. 1,Attachment No. 14. 4.7 Sheet C-406—Pavement Marking Plan Delete Sheet C-406. Replace with updated Sheet C-406, Addendum No. 1,Attachment No. 15. 4.8 Sheet C-410 and C-411—Pavement Marking Details Delete Sheet C-410 and C-411. Replace with updated Sheet C-410 and C-411, Addendum No. 1, Attachment No. 16. 4.9 Sheet C-502—Typical Sections Delete Sheet C-502. Replace with updated Sheet C-502, Addendum No. 1,Attachment No. 17. 5. Questions Question 1: Plans E-501, 502, and 601 mention hind spikes on the guidance signs. Can Bird-XAll-Steel Spikes he approved as an equal product and used for this scope of work? Answer 1:A formal shop drawing review would need to be pedbr°rned during the construction phase of the project Review of°materials submitted by the contractor is not conducted until after a contractor has been awarded the contract The contractor that is awarded the project would be responsible to submit an Approved Equal to the bird spikes specified in the plans. Question 2: What is the maximum allowable height of stockpiled aggregates? Answer 2.Maximum allowable height for stockpiled materials and equipment is listed on sheet G-101, included as Attachment II in this addendum. Question 3: Will the county provide a hangar or indoor storage facility for electrical materials? Answer 3:No additional storage space will be provided Contractor can use designated,staging areas Jar storage,space, and if°there are concerns with material protection a Conex box(or,similar) can be utilized as long as it's not at an additional cost to the owner. Question 4: Contractors will need substantially more space to stockpile. Can you extend the limits of contractor staging areas? Addendum No.l MTH—Relocate Runway 7-25 Bid Opening May 28",2024 Page 3 of 4 3530 Answer 4: Current limits of',stoc%pile adjacent to Lindahl dStreet were revised and extended See Sheet G-101 included as Attachment 11 in this addendum_for more details. Question 5: There is not enough time to complete the work within phase 5 (46 calendar days). We respec fully request additional time to complete the scope within phase 5. Answer 5:Phase 5 duration will be adjusted to 50 consecutive calendar days to complete the work.As a reminder: • Contractor will have access to work area 24®hours a day during Phase 5 • Contractor can deploy multiple crews, through dilferent shifts, as deemed necessary to complete the work in a timely manner Question 6: We respectfully request consideration to move the electrical scope into a separate phase. Answer 6: Contractor is at liberty to adjust electrical scope of work as needed as long as: • There is no associated rework costs or cost increases as a result of'these adju,strnents • Tf electrical scope_falls within TOFA or RSA, work area closure guidelines (including evening work hours delineated in bid documents) apply 6. This Addendum No. 1 consists of 60 pages and 17 attachments. END OF ADDENDUM No. 1 Addendum No.1 MTH—Relocate Runway 7-25 Bid Opening May 28",2024 Page 4 of 4 3531 LULJ 1� co Its N CO u a � � � 0 4-1 N i _ L o N < NONE O " i/i// �- LL �; Ln a W�rVN� 4 3532 i gg uj W +-) O a--) U U. co cn N O O N � a cn y U 0 O 0 + M � •�•+ 3 a-J 4 0 ucn cn N `) t� � O 0 O U 0n cn Lrj cn cn p + ul O Q 3533 !; , J S I l Mr <'. r�m �mr/1 r 1�' � (JI�'�0y I�jv�' ^M�rl"rrku J 'ywm��� �o u�( ¢,mt"�i r �✓r��,. � m P �I i� � ra `«a�r+ww;u i r!rr�+, v�nW�'�kfrrm'�tu�f '��� '� 1 �mri� " �'i/^'r„�' fN (f / flv✓ rrl siirrr�,r r✓c m'h "� f'm 'Ib LULJ ;J rrawr r✓ „ihawew l ,„ �;, m1 P f I pk9` ANN "��ti,„l�" (L`�l'r r r„r � � '; r „>,;"" „, ";. ✓," i��r,,, ,� r i ".r1��1 Ir✓ /�/i� I I �L _O O V O L L O O m a) M O o M (a 5 2 O a i i O a) E m v I `) am .� � Q O � O • O I v W 0 a L ca M 1 m a U N U � •- a 1 � o O a) +� Cy : m C U U CIO r Y U O O C) 3534 J S aI l Mr <'. r�m �mr/1 r 1�' � (JI�'�0y I�jv�' ^M�rl"rrku J 'ywm��� �o u�( ¢,mt"�i r �✓r��,. uj � m P �I i� � ra `«a�r+ww;u i r!rr�+, v�nW�'�kfrrm'�tu�f '��� '� 1 �mri� " �'i/^'r„�' fN (f / flv✓ rrl siirrr�,r r✓c m'h "� f'm 'Ib ;Jrrawrr✓ „ihawewl ,„ �;, mi ir� "gyp IN�PN � ''i m "��ti,„l�" (L`�l'r r r„r � � '; r „>,;"" „, ";. ✓," i��r,,, ,� r i ".r1��1 Ir✓ /�/i� 1 I I ' W O W W U 77, a N O N O m Q U N co y-- (� O U 4- C: Eli a) a_ O 06 • U0 cu U U O Q Q �+ U co (n U m a_ (6 a) cu (Q m _0 a (6 U C a_� U a--� m L a) a) o a a � -do) a 3535 ctx- ''MR,uj C. (1) U)CL N aa... — ON O ........ - 0 - O u....0 ...a:::: 0 — a�... � _ a • Ln *, > o cc o . Ln— . .. � ,— c c 1 ... 0) — C a) :, 00n o nn " ti�,rnn oE cn c � O O O n <� o3 � � �c0 M Q G) N kjo �D -0 73 + o Uo a as > aan c c + + 4) >� _ >� E ... N C E Qq Cu � 1 3536 ',ctx- ruj LU 10 C o Ln to CL 0 y1k t=i c p� Ln v c LA c w Ln o G m ru r: t - u .5 l 3537 ,, J , t3 ,, a ,11 IN 111 uj LU 8 m ° 2 CL LL ca, c a ua M L5 ' 5 _K C. E a L a czCC E it w r n n .8 u c LL c 0C', co m U)U co U u U't U u- m"z 3538 0J , ,11 111 � p o _ Ln U uj NLn Q N N : E 0 E O n C/� E : LU (� cn � u N O LU O Q � 0 �' LL LU N ' J Q cn U� N 0 + -C U Ln a a W � Q Q E E > E E O O O O 0 O O N m _ � J u p U :D U� � CT V V u 0 0 V • a a a 3539 J , , ,11 111 uj 4-1 U O l O n - U `~ W N (6 O c C 4-1 C +-' U c Q co E � o U � � � >> .� -C c O U -C O Q 4J 4 U� � E p — U O N C > c co Q O -- O 0 a U c O (D O W O � cn 4- cn c N U a� O O cn Un c '4— > O c c c m U p O O Q W WU .Ui •�_ � � 4J � � C6 � � U Q 0 W O c — O D O E U CO LL U-i L U N 3540 r Ip, J S I l Mr <'. r�m �mr/1 r 1�' � (JI�'�0y I�jv�' ^M�rl"rrku J 'ywm��� �o u�( ¢,mt"�i r �✓r�,. uj � m P �I i� ra `«a�r+ww;u i r!rr)+, v�nW�'�kfrrm'�tu�f '��� '� 1 mri� " �'i/^'r„�' fN (f / flv✓ rrl siirrr�,r r✓c m'h "� f'm 'Ib ;Jrrawrr✓ „ihawewl ,„ �;, mi ir� "gyp IN�PN � ''i m "��ti,„l�" (L`�l'r r r„r � � '; r „>,;"" „, ";. ✓," i�r,,, ,� r i ".r1��1 Ir✓ /�/i� 1 77, I I Ln o N c: m o o c O — "c Oc .� ._ ._ � > ° >, • Ln 3 a Q 6 LnX � > C x ) C E H co � 4-p -c O O o c 0- '0 O O o o cn C Cu O Ln C C C6 • .o u }' O U O O O .0 0 (6 O (6 (6 .Q C6 (, C6 a) U C + + C C D +- c (6 n n ! n U 0 a a (6 U c (6 c F U _0 —c: a 0 Ucn . O 4- 0-) U _ 0 4 O a Q N 0 } } Q E OO Ln C c >, C6 O d L a) C 3 E 0 tN .X cc o W G) o'c v D � c O a> a— Q a >, M o 0coc c �o� � � o a o oo o o o c c a ° + cc � °o (D (D v Q v o ° . � o a o � � � >, Ln C L a) 4 > co M M — mE > o co Ln 4- Q Q) a) . 0 0 a w - a U � — U - U a 0 a na o a -0 m 0 � U 3541 J , , i ,11 111 uj a.� � 4—J 0 � — +� Ln UCo aid 0 � � Ln m > U - 0 O E N 0 C N Q 0 > 0 M U -J N — Q � � Q U 0 C: � Q d O r �C6 N U E LL � U E 0 LL Q co �� m co m �6 E O Q > cn O ' UD- 0U° � < UO' Q0 � 3542 J S „ d� m �roi� ' n!'� m �� "P� �'•� °( k�0 �A I� � °M�, ryTM� m I a �1�1 I l Mr <'. r�m �mr/1 r 1�' � (JI�'�0y I�jv�' ^M�rl"rrku J 'ywm��� �o u�( ¢,mt"�i r �✓r��,. uj � m P �I i� � ra `«a�r+ww;u i r!rr�+, v�nW�'�kfrrm'�tu�f � � '� 1 �mri� " �'i/^'r„�' fN (f / flv✓ rrl siirrr�,r r✓c •✓h "� f'm 'Ib ;Jrrawrr✓ „ihawewl ,„ �;, mi ir� "gyp IN�PN � ''i m "��ti,„l�" (L`�l'r r r„r � � '; r „>,;"" „, ";. ✓," i��r,,, ,� r i ".r1��1 Ir✓ /�/i� 1 77, I I C6 O .- N C6 >O � C6 N uR - O N C: O c °' oho °' �a - �O � N a o > .o � cc 4- + - — N U N O O N O + � c O O U > C O N N 4- > p _ Q c In (o O 0�-0 N N O > O c O U • >)� O U c � Q >n to U -C U O — � -C O N 4 Q N N u U] c m U Cc� Cu O C6 O u O a >) Q d,„ u 4 c 0 0 � U o O -C -C D p O4O .� U Z � 3543 J S �' � ,, f u ✓ ;�' � m; "!v � of �` i�1 � � V �' � " k (9 e Iww 4�'blJ W'9u�'ftin� ti ) � ir1��i ��j-YYiNI�r oo r/a V�7J�Owf�7W9�U1N4 1y1 1JJ1if �., I �s v� aM �r ci a f , / uj uj IL ........ / r if rf " G/ //;i N' l00 ry • ��� a �� � //., 0 At 3544 MA, � I � 1 I f / r / uj 1 p acu � O U) co c co M o o O U i m � LO o 0" C: N N N N w O U) N "� L C L fl' I , co O N •X 00 O (6 Q (U 0 O � ,f��p... 'ir C O � >' N7 C ' p' O O N .� 0 Q d U f6[IfO U 1 �Yy Q U OU Q U L O Q co M N LO f6 O '� U - -0 O W -0 i d f6 C co O C a) (6 O L f6 Q C d Im awM En rn N O � f �g ew > -0 f6 O O cG U (6 f6 � L U O F Q Q Ulij O O U O O O Qi R4� ita � Vi O N L > O �I U) >+ m O N � s_ (6 O � n� m o o 2 C DLO, ui co 11 oU o c ai CDa U) a) c) o rn N _ U c u� C: E Co E :% s, ,bra O OCo O O rn N . N CU M IM0 � � ;% u> > c � c L w 70 C Cl C Lo �`-e O 0-Q i -0 i 4 a o o � c r� c o !A VJ U) Lr) CJ U 00 0 a) U N N N U L 3 O �N a° ma'p' O L L L L L L O 4- o L ,L ,G �I ","•P.,y 3545 1 r r uj _ MIS U 1 M U --------------------------- Q fy✓ fir r� �; / I 1 1 � 1 � m4 ✓✓ ll N -C t ' 4+ d ✓ r Ln 3 i 4+ ✓, '` ' )44 iY' O C6 N ✓�� � ry o ��- Q rl ✓ r� t � p@✓ `% °i 4—J U �,r Ul +�+ u 1Pr ' AI, QVl f �i, Ar It 15 i r ✓/ ' 3546 uj Ln Ln 7 G A r^ 4a / \�Yf t0l 41— ; 1 1 it fH� Ln C r i O f fl Ln V 1 ILJ Ln RIM sm %' ► � V] w O 1 O r J c tW O 1 y rg r �1; w; 41 c>a ' i IL �.� � n n S x d W x jy N "Ni , s""H It w � Y c r' ' 3547 J , LULJ u m r� F 3f 4: a F A a 1 r h b I lot 16 � �FJ O � d H 9llUUIlP. 1 a DUU i M � 3548 J , uj u m r� j r3 a r rr ��j�r�rrrrjm, i rrr ro//�rorr r s U 3 � m O r� N U "9 a Wes' f 91111Up011l� 3549 J , uj u m r� 4 w ' 1 rt Ngy jiOil���� to �i C: , M U i! } c It r a u m � iw 3550 �, "*aGilgl A 4 4 1 4 fL g( .ti n 4 4 lio Is r uj L i4 co li 4 E 1 N m ++ 4 � s O b 7 I 4 O O En 4A co m a_ d 3551 LO uj i.p 1 L d err I 1 l i w 9 Cl h (6 a,u u 7y I � Q � r l a r r } % 0 1 ff -0 f r1U1r� r �mr N o Im Q r O � 5 1 r H of i f �A�xrr� am ti 3 if;.if C l N L o � U i r p r r r I �E, L Wµ�4YR8`i •� � .�V� � / �J� U IMPµ u Y J 41 C: E r� rf r 0 Ln - rn a / r 't . rly U) U) W a a f ry W W. W, I W l W" 3552 w �3 N � u ,r � > O C 41 o W � F� eolioh 0 f r ry N y/ tD 1j ➢; i �I i -0 u v 3 41 _ \ C C E V) O O Gl u U u +� C 0 u O M d r ' i or �A t hHI � , MM G Wyk c l w Ol r 41 w +O+ d a 1 � tl JI , ','I r Ip i 9g, " At �l 3553 (A #A C) C) z uj ........... 3: 2. 4 3 :::3 u n up) 0 0 u u L4 -C 4--J c a) C: -C U� a) 4- 0 E c c 0 0 E a) 10— +� a) 3: a) Ln 4- u E Ln a) 4-1 a) E U� 4- Ln -0 O L) c W -C 0 4- -C E u 0 a) >) C: 0 LF— +, o a) 4-- u D- a) m u E 4- t:i :5 < 0 4� u 0 c - 0 u4-J 0 c U Ln u U� U) (L) 7) -C 0 U� D a) 0- (L) (L) CL>)) 4-- a) 0 U a) 0 4-J 4-J c a) 0 — 4- M Ln 0 OL >) E c Ln E m 0 0 cu a) m o E 0- 0 0 D-4--J 0 4--J(L) 4� z 0 a) 0- 0 0 0 0 a 0 0 0 0 Lf) 0 o E -0 0 (L) c"T 0 x LL LL LL to Vow, J 3554 A uj a a� vi 2 >) CD cry u MM� C: -C C CD a--' a • M o Z -C -C L- - C: CD 4 N N 4� — � •• • _ C -C — O O7 m _0 4 O O O OU C (L) c -C }'— +- +� — O O cn 1 U O � c X N CU6 C O • (L) Ln O C:Q-C 0 Ln CD• CDOU O7 N 4 U .— +� -0 N c — E A) E N � O O U U Q n C > 4-, t U > O cu 0 > > O � CC C LLB � � U aU O O U -0 .a N c Ln U U C 0 u w O Ln -C O Q O O 0 0 O O O • I U 9��„ux � ���,�'� � � i � � ���I➢'�:/M1�JL' ta 'r� "ly�l �?�,��r w/ / '� � �FJ 5 i� f ,� r w i y ✓ w & �"� � i'^n* i e 1l^uF/r//rl% > >4r nor r„Fi.%ll, i�J V� J �°r� y, y n � ,. ���� r�' '`r�i�G/;Lll"u:�9�IFw a� �&k'L`" wd ;"' ^f%!/ ��F� ✓ "d`-�I o n yli, � �� t.. vWN la' 'h'N' "'"°✓fi�4r?wfww awu' r,% �1�fNo V" NN,�NN� —+���'� �i f01 �,)) 17 naj pit i s� 9� r a Al r a -r 3555 , k U ��M•• YYY t pp h uj s' U N C: w , R U P W � 0 7) C6 i ' U L �I C _ �i m U Vl r N C N cn �w,tCD CD C C: C6 U] D f cn vim] rr ," to Ln O M a"d U N (A (n 4- 7) co I a U g 3556 U 4� Ln uj �Y. F- y n k � u Al �f C: Cu cn cnl h f W U qfj cc it ,w U s c M c 14 C6 el Q VI -C �P t Hil e R °� i; Ln j> w N u] U Ln W C: o ii - ... O N 5 7p, QOD -C � o M Vl N ill = R" to �V � � � O P 1 «v — 1 c �! . B.. e Q Q 0 3557 I � ATTACHMENT 2 M J � i� s Nt,NROE COUNTY, FLORIDA FLORIDA KEYS MARATHON INTERNATIONAL AIRPORT Relocate Runway 7-25 1 Pre-Bid Conference April 25111, 2024 at 2M PM J 2 "Flavor Airport Conference Room SIGN-IN SHEET Name A �rac ��� 3�. wrniaiN Address . F� Y crrru �n cane o. a: 'A AA T +n Ll c e�h � . W Scanned with, CamSca ,e 3558 ATTACHMENT 3 Florida Keys Marathon international Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual within fifteen (15) days after notice of award has been issued by the Owner, the bond filed with the proposal shall become the property of the Owner. At his option, the Owner may then annul the award and award the contract to the next lowest responsible bidder or reject all proposals and re-advertise. 14.CONTRACT TIME: The contractor shall begin work after receipt of the Notice to Proceed in accordance with Paragraphs 80-02 and 80-03 of the General Provisions and Special Provisions Nos. 2 and 3,and shall fully complete performance within 4-58-162 consecutive calendar days of Notice to Proceed Construction. If the Contractor does not comply with the contract time, then liquidated damages will apply as per Special Provisions No. 2 and 3. 15.CONTRACT CLOSE-OUT: Subsequent to the final acceptance of this project by the Owner, the requirements of Special Provision No. 1, Section 25 "Project Documentation" Subsection H. "Prerequisites to Substantial Completion" must be satisfied. 16.BID PROPOSAL SUBMISSION: The Bid Proposal submitted for the work included in this project shall include the following fully executed documents: A. Bid Proposal Contract (Division I, Section C) B. Schedule of Bid Items (Division I, Section C) C. Bid Bond (Division I, Section D) D. Drug-free Work Place (Division I, Section E) E. Prime Bidder's Qualifications (Division I, Section F) F. Disclosure of Lobby Activities (Division I, Section G) G. Acknowledgment of Receipt of Addendum (Division I, Section H) H. Disadvantaged Business Enterprise (Division I, Section J) I. Bidder's Affidavit in Compliance with the Florida Trench Safety Act (Division I, Section K) J. Sworn Statement Under Section 287.133(3)(a) FLORIDA STATUTES, on Public Entity Crimes (Division I, Section L) BIDDING REQUIREMENTS AND CONTRACT FORMS I-11R 3559 ATTACHMENT 4 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual ATTACHMENT " A " SCHEDULE OF BID ITEMS BIDDER NAME: AIRPORT NAME: Florida Keys Marathon International Airport PROJECT: MTH Relocate RWY 7-25 Payment for the work shall be made at the contract price and payment shall be full compensation for furnishing all materials, equipment, labor, processes, tools and incidental costs required to complete the work. BASE BID SCHEDULE A* Item No. Bid Item Description Unit Quantity Unit Extended Cost Total 1 C-100-1 CONTRACTOR QUALITY CONTROL PROGRAM(CQCP) LS 1 2 C-102-1 TEMPORARY AIR AND WATER POLLUTION, SOIL LS 1 EROSION, AND SILTATION CONTROL 3 C-105-1 MOBILIZATION LS 1 4 P-101-1 PAVEMENT REMOVAL(CONCRETE)(FULL DEPTH) SY 50 5 P-101-2 PAVEMENT REMOVAL(ASPHALT)(FULL DEPTH)(DEPTH SY 46,000 1 INCH-3.5 INCH 6 P-101-3 PAVEMENT REMOVAL(ASPHALT)(FULL DEPTH)(DEPTH SY 59,000 5.5 INCH-9 INCH 7 P-101-4 PAVEMENT MARKING REMOVAL(HIGH-PRESSURE SF 1,500 WATER 8 P-152-IA UNCLASSIFIED EXCAVATION CY 5,200 9 P-152-2 UNSUITABLE EXCAVATION CY 780 10 P-152-3A EMBANKMENT(OFF-STTE) CY 16,600 11 P-152-4 GRAVEL REMOVAL SY 1,600 12 P-21 1-1 A 6"LTMEROCK BASE COURSE SY 59,000 13 P-211-2A RE-WORK LTMEROCK BASE COURSE SY 36,500 14 P-401-IA 4"BITUMINOUS SURFACE COURSE TON 14,250 15 P-501-1 PORTLAND CEMENT CONCRETE SURFACE COURSE(14" SY 50 THICKNESS,REINFORCED 16 P-602-1 A EMULSIFIED ASPHALT PRIME COAT GAL 10,800 17 P-603-1 A EMULSIFIED ASPHALT TACK COAT GAL 4,200 18 P-620-1 A REFLECTIVE PAVEMENT MARKING WITH GLASS BEADS SF 41,265 19 P-620-2A NON-REFLECTTVE PAVEMENT MARKING SF 19,740 20 P-620-3 TAXIWAY ENDING MARKER SIGN AND FOUNDATION EA 2 21 P-621-1A GROOVING SY 30,650 22 D-701-1 18"DIAMETER REINFORCED CONCRETE PIPE(CLASS V) LF 150 23 D-751-1 FDOT INDEX 425-052 TYPE D DITCH BOTTOM INLET EA 2 24 T-904-1 SODDING WITH 3" TOPSOIL SY 108,465 25 L-105-1 DEMOLISH EXISTING TAXIWAY EDGE LIGHT EA 68 BIDDING REQUIREMENTS AND CONTRACT FORMS I-21R 3560 ATTACHMENT 5 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual S E C T I O N D CONTRACT RELOCATE RWY 7-25 Florida Keys Marathon International Airport THIS AGREEMENT made and entered into the day of by and between Contractor, and the Monroe County Board of Commissioners, Key West, Florida, Owner. WITNESSETH: That the Contractor, for the consideration hereinafter fully set out hereby agrees with the Owner as follows: 1. That the Contractor, shall furnish all the materials, and perform all of the work in the manner and form as provided by the following enumerated documents; Instruction to Bidders, Form of Proposal, General Provisions, Special Provisions, Technical Specifications, Form of Contract, Form of Bond, Drawings and Addenda, which are attached hereto and made a part hereof, as if fully contained herein, for the construction of: RELOCATE RWY 7-25 Florida Keys Marathon International Airport Monroe County, Florida 2. That the Contractor shall commence the work to be performed under this agreement on a date to be specified in a written order of the Owner and shall fully complete all work hereunder within 4-58 162 consecutive calendar days from the Notice-to-Proceed (Construction) as per Special Provision No. 2. 3. The Owner hereby agrees to pay to the Contractor for the faithful performance of the agreement, subject to additions and deductions as provided in the contract documents the Contract Lump sum of ----------------------------------------------------Dollars 4. On or before the 15th day of each calendar month, the Owner shall make partial payment to the Contractor on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by the Contractor. County shall pay in accordance with the Florida Local Government Prompt Payment Act. Each Application for Payment shall be based upon the Schedule of Values for the project. The Schedule of Values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Director of Airports may require. This schedule, unless objected to by the Director of Airports, shall be used as a basis for reviewing the Contractor's Applications for Payment. Applications for Payment shall indicate the CONTRACT 11-19R 3561 ATTACHMENT 6 Florida Keys Marathon international Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SPECIAL PROVISION NO . 1 PROJECT GENERAL REQUIREMENTS 1. WORK LOCATION. The work will be performed at Florida Keys Marathon International Airport 2. SCOPE OF WORK The work includes - RELOCATE RWY 7-25 as detailed in the construction documents. 3. WORK PHASING AND SEQUENCING. Work phasing and sequencing requirements are stipulated in Special Provision No. 2 included hereinafter. 4. TIME OF COMPLETION AND LIQUIDATED DAMAGES. Work included in this contract shall be completed within 4-58-162 consecutive calendar days from Notice to Proceed Construction as stipulated in Special Provision Nos. 2 and 3. 5. PLANS. The plans included in this contract are listed in Special Provision No. 7. 6. LOCATION OF EXISTING UNDERGROUND CABLES AND STRUCTURES. All existing cables, light fixtures, signs and related structures are to be protected by the Contractor in accordance with the provisions contained in Special Provision No. 4. 7. PROTECTION OF EXISTING PAVEMENTS AND STRUCTURES. The Contractor shall be responsible for methods, means, materials and procedure necessary to protect all existing facilities, property, asphalt and concrete pavements, structures, equipment, and finishes from any and all damage whatsoever arising from the execution or non-execution of the work of this project. The Contractor shall take all necessary precautions to protect asphalt and concrete pavement surfaces when steel treaded equipment or vehicles are used. Rubber tires or treads shall be used wherever possible. All conflicts discovered between existing underground utilities or structures and new structures and other foundation work shall be immediately brought to the attention of the Engineer who will then issue directions regarding a solution to the conflict(s). 8. CONSTRUCTION LAYOUT AND STAKES. Contractor shall furnish all lines, grades and measurements necessary for the proper prosecution and control of the work and contracted for under these specifications. The project layout surveying may be accomplished during daylight hours provided the Contractor meets the following conditions: A. The Contractor shall notify the Engineer and Airport Manager forty-eight (48) SPECIAL PROVISIONS IV-5R 3562 ATTACHMENT 7 Florida Keys Marathon international Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual anticipated to be accomplished by the Contractor. No actual work shall begin until the construction progress schedule has been approved by the Engineer. It is anticipated that Notice to Proceed Construction will be issued in June 2025. At this time the Contractor shall develop all the construction activities necessary to complete the work in accordance with the contract documents. 4,58-162 consecutive calendar days will be allowed to complete the work in its entirety. Construction work under this project will be accomplished during the day- time unless otherwise shown on the plans. The construction work included in this project has to be done as shown on the plans. CONSTRUCTION PHASING AND WORK SEQUENCING Upon completion of the work, and before final payment, the contractor shall remove all equipment, surplus and discarded materials, rubbish, and shall submit an as-built information signed and sealed by a professional land surveyor. During the week of Fantasy Fest(October 31)and New Year week the contractor shall coordinate with the airport manager, RPR, and FBO's to isolate his work in some specific areas. The airport manager may instruct the Contractor to stop the work during this time. No additional time and/or cost will be granted to the Contractor. SPECIAL PROVISIONS IV-24R 3563 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual SPECIAL PROVISION NO. 3 CONTRACT TIME AND LIQUIDATED DAMAGES CONTRACT TIME NOTICE TO PROCEED DESCRIPTION CONTRACT TIME TO COMPLETE This notice shall allow the Contractor to obtain any necessary construction permits required to accomplish he work. Also, NOTICE TO PROCEED during this time, the Contractor shall order PERMITS/ and deliver materials, 30 Calendar ADMINISTRATIVE equipment and supplies needed to complete Days he work. No on-site construction activities shall be accomplished and the Airport shall remain open to aircraft operations during the stage. Project consists of RWY 7-25 shift north, approximately 40-feet. This includes Maximum 458 NOTICE PROCEED connectors construction TWY Al-A5, CONSTRUCTION 162 Consecutive drainage and electrical improvements Calendar Days associated with new runway geometry. Phase 5 will require the continuous closure Maximum 46 50 PHASE 5 of RWY 7-25. Phase 5 work must begin Consecutive August 181", 2025 and be completed and Calendar Days accepted by ^ "'October 71", 2025. SPECIAL PROVISIONS IV-25R 3564 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual LIQUIDATED DAMAGES If the work is not completed in accordance with the Contract, the Contractor will be assessed liquidated damages listed below for each calendar day the work overruns the allotted contract time. NOTICE TO PROCEED LIQUIDATED DAMAGES Failure to Open Runway 7- $100 per minute beyond 7:00 for the first 15 minutes and 25 and Taxiway A $2,000 per 15 minutes beyond the first 15 minutes. None (no on-site construction) activity is being accomplished Notice to Proceed Permit this time Notice to Proceed If the Contractor fails to achieve final completion within the Construction 4,58-162 consecutive calendar days fixed therefore by the Engineer in its partial certificate of substantial completion, the Contractor shall pay the owner the sum of$2,000.00 per day, thereafter for each and every calendar day of unexcused delay in achieving final completion of this work. Failure to have Phase 5 Phase 5 work must begin August 18th, 2025 and be completed and accepted completed and accepted by October V 711 , 2025.If the by RPR and Airport Ops Contractor fails to achieve completion and acceptance of Phase 5 work within the 46 50 consecutive calendar days within 46 50-days fixed of starting said phase, the Contractor shall pay the owner the sum of$10,000.00 per day, thereafter for each and every calendar day of unexcused delay in achieving final completion and acceptance of Phase 5. SPECIAL PROVISIONS IV-26R 3565 ATTACHMENT 8 Florida Keys Marathon Tnternational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item P-620 Runway and Taxiway Marking DESCRIPTION 620-1.1 This item shall consist of the preparation and painting of numbers, markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Resident Project Representative (RPR). The terms "paint" and "marking material"as well as "painting" and"application of markings"are interchangeable throughout this specification. MATERIALS 620-2.1 Materials acceptance. The Contractor shall furnish manufacturer's certified test reports, for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. This certification along with a copy of the paint manufacturer's 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 be 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. a. Paint. Paint shall be Waterborne Type I(permanentpavement marking) in accordance with the requirements of this paragraph and TT-P-1952F. Paint colors shall comply with Federal Standard No. 595 (refer to Table 1). The non-volatile portion of the vehicle for all paint types shall be composed of a 100% acrylic polymer as determined by infrared spectral analysis. Paint shall include a biocide (e.g. Rocima 63 or equal) to resist algae contamination. Black paint shall be used to outline a border at least 6 inches wide around markings on all pavements,unless otherwise specified in the projectplans,FAA Advisory Circular 150/5340-1M, and/or RPR. Prior to reopening pavements at Part 139, Contractor must verify that all markings comply with Part 139 requirements. Temporary markings not in compliance with AC 150/5340-1 will require a NOTAM regarding any non-standard marking be issued. For example, temporary markings without beads. Retroreflectivity shall be measured by a portable retro-reflectometer according to ASTM E1710 and the practices of ASTM D7585 shall be followed for taking retroreflectivity readings with a portable retroreflectometer and computing measurement averages. A vehicle-mounted retroreflectometer may also be used. See Section 620-3.8 for Initial Retro-reflectance values that must be achieved at installation. b. Reflective media. Glass beads for white and yellow paint shall meet the requirements for Federal Specification TT-B-1325D Type III. Glass beads for red and pink paint shall meet the requirements for Type I, Gradation A. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. RUNWAY AND TAXTWAY MARKING P-620-1 R 3566 Florida Keys Marathon Tnternational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Glass beads shall not be used in black and green paint. Type III glass beads shall not be used in red and pink paint. Table 1.Marking Materials Paint' Glass Beads' Type Color Fed Std.595# Application Rate Type Application Rate Permanent Marking Yellow 33538 115 sgft/gal Type TTT 10 lbs/gal Waterborne Type I Permanent Marking White 37925 115 sgft/gal Type III 10 lbs/gal Waterborne Type I Permanent Marking Type T, Red 31136 115 sgft/gal 71bs/gal Waterborne Type I Gradation A Permanent Marking Black 37038 115 sgtt/gal N/A N/A Waterborne Type I 620-2.3 Signs and Foundations. The proposed signs and foundations shall be installed at locations shown on the plans.All work and materials for the signs and their assemblies shall be in accordance with the latest Advisory Circular on Standards for Airport Sign Systenis (15015340-18). The Contractor must submit shop drawings for all signs,posts, and assemblies to the Engineer for approval prior to procurement and installation. CONSTRUCTION METHODS 620-3.1 Weather 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 620-2.1. 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 wind 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. 620-3.2 Equipment.Equipment shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, a bead dispensing machine, and such auxiliary hand-painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray-type or airless type marking machine with automatic glass bead dispensers suitable for application of traffic paint. It shall produce an 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 marking equipment for both paint and beads shall be calibrated daily, and regular monitoring of material coverages shall be recorded to ensure compliance with these specifications. 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 be performed to ensure the surface is clean and free of grit or other debris left from the cleaning process. RUNWAY AND TAXTWAY MARKTNG P-620-2R 3567 Florida Keys Marathon Tnternational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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 PCC 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,water blasting, or by other methods approved by the RPR minimizing damage to the pavement surface. The removal area may need to be 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 `block out' the removal area to eliminate `ghost' markings. c. Preparation of pavement markings prior to remarking. Prior to remarking existing markings, loose existing markings must be removed minimizing damage to the pavement surface,with a method approved by the RPR. After removal, 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. 620-3.4 Layout of markings. The proposed markings shall be laid out in advance of the paint application. The locations of markings to receive glass beads shall be shown on the plans. 620-3.5 Application.A period of 30 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 spacing 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), and marking dimensions and spacing shall be within the following tolerances: Marking Dimensions and Spacing Tolerance Dimension and Spacing Tolerance 36 inch(910 mm) or less 11/2 inch(12 mm) greater than 36 inch to 6 feet(910 mm to 1.85 m) ±1 inch(25 mm) greater than 6 feet to 60 feet(1.85 in to 18.3 m) ::L2 inch(50 mm) greater than 60 feet(18.3 m) ±3 inch(76 mm) Markings that do not meet the above tolerances and are hence not accepted by the airport and RPR will need to he redone(including all associated costs to complete the work) by the Contractor at their own cost until tolerances are met, and application is approved by the airport and RPR. 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.Paint shall not be hand applied Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser shall be furnished that is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall not be hand applied. 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 RUNWAY AND TAXTWAY MARKING P-620-3R 3568 Florida Keys Marathon Tnternational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual cease until corrections are made. Different bead types shall not be mixed. Regular monitoring of glass bead embedment and distribution should be performed. 620-3.6 Application--preformed thermoplastic airport pavement markings. Preformed thermoplastic pavement markings not used. 620-3.7 Control strip. Prior to the full 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 embedded and evenly distributed across the full width of the marking. Prior to acceptance of the control strip,markings must be evaluated during darkness to ensure a uniform appearance. 620-3.8 Retro-reflectance. Reflectance shall be measured with a portable retro-reflectometer meeting ASTM 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 are within 30% of each other. The retro-reflectance measurements should he recorded one to seven days after marking installation is completed.Markings that do not meet the minimum retro-reflectance values and are hence not accepted by the airport and RPR will need to he redone (including all associated costs to complete the work) by the Contractor at their own cost until minimum values are met, and application is approved by the airport and RPR. Minimum Retro-Reflectance Values Material Retro-reflectance mcd/m2/lux White Yellow Red Initial Type I 300 175 35 Initial Type III 600 300 35 Initial Thermoplastic 225 100 35 All materials,remark when less than' 100 75 10 1 `Prior to remarking determine if removal of contaminants on markings will restore retro-reflectance 620-3.9 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 disfiguration by spatter, splashes, spillage, or drippings. 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 620-4.1 REFLECTIVE PAVEMENT MARKING WITH GLASS BEADS. The quantity of"Reflective Pavement Marking with Glass Beads" to be paid for shall be the number of square feet of painting performed in accordance with the specifications and accepted by the RPR. This pay item is applicable to all colors needed for reflective pavement marking. RUNWAY AND TAXTWAY MARKING P-620-4R 3569 Florida Keys Marathon Tnternational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 620-4.2 NON-REFLECTIVE PAVEMENT MARKING. The quantity of "Non-Reflective Pavement Marking " to be paid for shall be the number of square feet of painting performed in accordance with the specifications and accepted by the RPR. This pay item is applicable to all colors needed for non-reflective pavement marking. 620-4.3 SAFETYAREA WARNING SIGNS(FDOT RI-1 30"X30"AND AIR SAFETY SIGN 48"X30')AND FOUNDATION. The quantity to be paid shall be measured per each completed sign installation accepted by the RPR. BASIS OF PAYMENT 620-5.1 REFLECTIVE PAVEMENT MARKING WITH GLASS BEADS Payment of "Reflective Pavement Marking with Glass Beads" shall be made at the respective contract price per square foot for painting. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item including reflective beads, any surface preparation, and any protection of structures. The area of permanent pavement markings at 100% application rate shown on the plans shall be measured and paid for only once. This payment shall include the double coat of pavement markings. Markings at 50% application rate placed in the final location shall not be paid for separately and are incidental to the final paint application. 620-5.2 NON-REFLECTIVE PAVEMENT MARKING.Payment of"Non-Reflective Pavement Marking" shall be made at the respective contract price per square foot for painting. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item including any surface preparation and any protection of structures. The area of permanent pavement marking at 100% application rate shown on the contract plans will only be measured and paid for once. This payment shall include the double coat of pavement markings. Markings at 50% application rate placed in their final location shall not he paid for separately and are incidental to the final paint application. 620-5.3 TAXIWAY ENDING MARKER SIGN AND FOUNDATION. Payment shall be made at the contract unit price per each completed sign installation accepted by the RPR. The price shall fully compensate the contractor for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. This includes but is not limited to allpreparation, excavation, and installation of aluminum posts, aluminum soil plates and signs, compaction of backfill. Payment will be made under: Item-620-1A REFLECTIVE PAVEMENT MARKING WITH PER SQUARE FEET GLASS BEADS Item P-620-2A NON-REFLECTIVE PAVEMENT MARKING PER SQUARE FEET Item-620-113 REFLECTIVE PAVEMENT MARKING WITH PER SQUARE FEET GLASS BEADS Item P-620-213 NON-REFLECTIVE PAVEMENT MARKING PER SQUARE FEET Item P-620-3 TAXIWAY ENDING MARKER SIGN AND PER EACH FOUNDATION RUNWAY AND TAXTWAY MARKTNG P-620-5R 3570 Florida Keys Marathon Tnternational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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) ASTM D476 Standard Classification for Dry Pigmentary Titanium Dioxide Products ASTM D968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive ASTM D1652 Standard Test Method for Epoxy Content of Epoxy Resins ASTM D2074 Standard Test Method for Total, Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D2240 Standard Test Method for Rubber Property-Durometer Hardness ASTM D7585 Standard Practice for Evaluating Retroreflective Pavement Markings Using Portable Hand-Operated Instruments ASTM E303 Standard Test Method for Measuring Surface Frictional Properties Using the British Pendulum Tester ASTM E1710 Standard Test Method for Measurement of Retroreflective Pavement Marking Materials with CEN-Prescribed Geometry Using a Portable Retroreflectometer ASTM E2302 Standard Test Method for Measurement of the Luminance Coefficient Under Diffuse Illumination of Pavement Marking Materials Using a Portable Reflectometer ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet(UV) Lamp Apparatus for Exposure of Nonmetallic Materials Code of Federal Regulations (CFR) 40 CFR Part 60,Appendix A-7, Method 24 Determination of volatile matter content,water content, density,volume solids, and weight solids of surface coatings 29 CFR Part 1910.1200 Hazard Communication Federal Specifications (FED SPEC) FED SPEC TT-B-1325D 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 Paint, Traffic, Solvent Based RUNWAY AND TAXTWAY MARKTNG P-620-6R 3571 Florida Keys Marathon Tnternational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Advisory Circulars (AC) AC 150/5340-1 Standards for Airport Markings AC 150/5320-12 Measurement, Construction, and Maintenance of Skid Resistant Airport Pavement Surfaces END OF ITEM P-620 RUNWAY AND TAXTWAY MARKING P-620-7R 3572 N0110NMSNO0 T 09 lON-019 a OA 09-1 w sgo:)e` S310N�V213N3J E o `'�,�C,„e,�:).°• bZILIS l-Wl,ON30Oti l c� � LV -a Yno mxw gU a ac�o _ oW z°-¢ - zoQswow a°o ao - U - - a Qoa - _ _ _ w r - zaao s� _ _ �a - ms OZ - - _as OU ZU o3gy o z - _ - - z - oa wo¢ _ - O - z «aaaa zap - r° xxx z - - - -- J - - .- Imo -war _ �w Z -- ���o - - - �'?_ o w LL LL w -aa �a�o� °aao ¢mom >°w z¢w>asLZ O N O z _ w N CD U O 03 - - lEI I.r - - -ow�� _ t ow - zlimao 01, zos - z - a077 _ - - U�o n - � zaww m�u zo 17 - - -8,6 - _Ow - - _ - - _ -¢WW _ - - _ PIo�w - zU __ - olI i�i - Kc¢ioar - - Qy¢w _ ~o wc�ztz toga¢ _ - a2 x`� - owaoQo�o _ - _ �w,z7w - - _ _ - , - ," - - mg ?S =ooU __-- _-3a '32 - > -� aa s - - o a - .5 oJy - _ _ ° a 71 m2 - wa - - - _ - - - _ rco° ?a wow ti_ wxw'¢ - - m onmm ?fir wc�ua om_ ao �m���n Na�>a r�¢ro zc�_c� = o mamux a 5.z ui - - F � t _ w<, - je�=FFm - - - �_ T'a ywsw�ow=mow" �3drc�wi - - ¢amaJOxoz=�°aa - - - -- _o =`-'x a ��waaarcoz¢�_c�io 66 r �°z m�wiwww �tn3a�o=a _ �g�oaao�a� r� - dwmw~'oax_ _ms�yww�orcz�s���FQwa� a�oorzw wuz° was - oa-tiwwa_ p -aoa _-m _I aw Z 3a � �a0_ It rc-o _� a mm �w - z _ ¢mm¢a m LL m�z 10 ¢ d w CD m v m �, a°, oN,da3N3s oo„Ma,aad,00L,s E.,x,3„L 3°ad zaz,, 3573 m ,o-;Pnaoz aid a N0110NMSNO0 T 09 lON-019 a OA 09-1 � ♦ a3� 1� ,1 sqo:)ec S31111NHf1D o LU zio)abjvmns A.d E a pppyy w�.-+'Yr� bZILS l-Wl,ON30OV l LV 'a U! Ni F� F Z' 3 w ............E 0 n a tl 4' N 3 a = o d o 5 5 3 3 p x a w z m Iz 3 'a 1 o o¢ .........E 0 o .. ry m a �. o n m m o .. ry m e E .. N m e � m n m m .. n m 3574 NOIIOI1-6NOO NCJ ION-419 NOI U-SSI sgo:)e- S3OVA2JnS LL 1?JVd ' (INV AinmJ-lnVH LU �'^�!---^'' bZllls l-Wl14N304ti l c "I a S. w z w N ° a I ri t w w w z z z, N 0 0 0 `t a r x x � x � W n w � /lil w � I/ II z, I � /oi��/��/ of — — 1 /Ij jIII �tJ a � G i _ u) I W 0 a + ww � � j��j � w w Irl i 1` f IIII LL oLL Q _ III r I z Qa -ED Qzo zo oti a a I �z I m f art ,b lr LLj u Ne r III �' io xw wo _--�33333 "V J� I�jxh i J-i I 7 w � xxx xx ww w w w. .......... I �I o/✓�I I wl I I:. ffr °� sio tiw II 'µIs I:. � �w III � =o waa w� II °w Ifil 1'. �1 II/r ZLL� itiaQ xo amQ m�o� m`-'�o l h ( iof J a Q w w {// Lu �_z 7 CD rl a��i a� - -w - - _ �,�,;v o�� n� u) LOW 0 �orzW °off No° :G z ¢ 0 cl w \ w O r &o I w� 1 i I�II�III '� - A� 11 j _ _ ��� 1 /�,�r cn Paz Iwo w w h o } W a N wz +I oaf _wD H _ 7 was Ewa "aw w� �� ° zYor>tyr,�J� ✓ O k z W zo' zo2 U J....I ,�> w� Pa o z aO lolF>�� ti/%,' �✓iir�.Jt��J�/�Oa°, w wl � I, v III U ti °� lr aa� a I mw , awz �'°W¢ a arc o�= o s a o a wN i Egg w�w awe m<LL Il r ..n..� o w�� 0o� aw �,r, � ,� I � z .•, � F �; ,..� �I �,� � � r W za< aoa >�� €€'������1C' / w1;Yo�//0, ;lss,:� ssw w i�� wow as �°� xox iaa � w �PSPb�o�3lda�o,d,Ma�u�daNd663����o�,uM�a��oo��Ew�,�°I�3�oad.z�� 3575 NOIlOnMSN00 T 09 lON-019`JOA M-1 63ION ONV NVId d� o " �`Sgowr� ONISVHd ONV)1133VS E M NOIlomlISNOO_V:13N30 "(j r , _oo� D s z �ww z w ° 0, izo w o 0 oaw-c xo-� _a 0t=mo �=0"0x �0-0xh t00x oa QD - o w > 0h 0hoZ 0 0woo — o a D - <i 3 3 3 3 3 a z - D ova o f a a a a d 11G1 w w aw a i 1 ol F��m z O d W P. of rz 0 u m ¢rc I o� r � 1 l >�LL" I� I zW�X d, 37 1 3 z� f 1 Z ao¢Q 1 ..� J w 1 II a Z. 1 Z Of M a ' J w¢1.D __w ow- " HE x ¢j— �¢�¢w ° _ow 4[�qQN�_.> owo r /! w w °w owu' ¢>. womz w> ¢c9 i3u,¢¢o r? ' � mw3 ° Qaw cox o 2jzo¢a 2awa 'zaNzz ¢ mow �o � ' �ao��� {�'ryg1 r 11. 11 3¢w¢r�Q� aoi iQ Fo -z z Qaw� q -w zo¢ I' J 4 m�=z�_ w� =��w w �_ w ww 10z a z w r 1 J �9wwa�D wogoD¢ow - D 1 I w OaQ7tt�H Ua¢Ow�O� O �wwW¢w -¢who awH 'o ¢o >zJ LL - i,x _z3z s d`r�, rcoo¢z rc ozD a o�o�'wD �`�!'.... o ����rc DoozoN N D ° °oox aWQQ zo o�zwao-,� Y ° ° o Do,'> >>¢¢ wG� S - aw �D o Qa=_ w=a D�Qa z � aQo�Oou wDQ�Di wop y 9�� m¢ �9ow�j max 1 D oo ZE=i, w 0zJ >° 3 0' a�iW >o�ia�Q asw�a a J 3rnw 1 � o io ° o0�uos wo"w-o'0 oJJQ j "w Q o=Jzw _��a _ u _w �� �`,a°zz w z x w 1 -w°w�"o w � ?�Q r� i!l/ /"/ o "a � 0aw¢�d¢� rcoi� _ ¢ boa l r ,r7rrf.ry ��i Q�oaa zav�i�wsa�w L 'zozc�w Qo 1 Jl i,i I. DozgD�_o "o !-ill, + 1-Itr�tifrll Q! F¢><— �N oow 1 IIIII J�1 irz¢'a m�a m d¢oQa �ow� w °� w -cwi o�w. owz - <D r� 0, ~- D D_ raewi - r�iJIJ1� i r6 "71` 0 , C QF¢>Orc� wa °o zLL,7 o¢E<w zr N�z NI!(, w x"�rc� 3oD 0xa_ �0aa.. Ozo ¢pZzo z °��=wtz °s w .Bo��a o� - 1( ¢ o Fp oD�o"a��w a¢Nz � � � o o of _ � N ° ° �PSPbzoz3r�aro, b,aN d�N15VHd,VHN3son[„�Ma,9d�oors�Er,�,3„r�3r�adrzaz,� 3576 NOIiOnT iSNOD aCJ iCN-019 aCJ on-i 63ION ONH Ndld Air '� Sqwe ONISVHd ONH 1133VS Noiio lISNOO L 3SHHd (� It ° y. ..rrrr m OEl ° 71 d ❑ ❑ z a _ r F a ./ a [ m Il / ❑ O O N ° w w N (Jl�' I III 3 3 1 "❑- a ¢ O S D ❑ El oil El 1 El J r z❑ J III 7 " 1 �... W � 1 ti 1 f O El OIL 1 > - X m w El Qt O W O O O 12 ❑ 5 Sy ❑ �� 'ii LL - � w o Z � - -°� w - O _ _ U 2�2 O U� D D � - O N K O¢ O uni D° - w0 - O O a 1 ZI a w _ D - - - - z9 W 0 w ow s a¢a _ m _ o� = o� o LL LL � m 0 0 � w a _ as wm z N <Y . F w - D °z o w rc sz � wQ zm z w z �z >� wS I rc rcF w,jF� 'o� go �-'oar m ' gm woDw �a oa.m o � ❑� �❑ r w °� o�ooN o oM wd N El 7.7 05 El El El f ❑ p o z mr �m� -m ❑ ❑ =�w o M °aw z ¢¢ x w wm>°1 mo 0 w QozD r ' El Q'. p ,..� ��° w. z ao� oaw� g aa1.o �S amir6� w El ° a z w a rxX ° lip I a�� _ D 1 w aF° Z3� - N Ta o a � m ¢ ;�w IIIIIIIIIIIIII � — ��� III v a <w za �flll�, m w 00 — w w¢¢¢ —m o � z4 — w m _ z 10 oo'o ° a i o °ws z a „ m o ❑ a 3577 w ,PSPti�oz31da�o,d,Ma63�oNa�dN�,d,36d��,o�,uM�a��oo���E��,�«��3�oad.z�� N0110NMSNOO TJ09 lON-019 a OA OM-1 63ION ONV NVId N q ONISVHd(INV)l13dVS r C? Nciio liSNOO Z 3SVHd (D c e� Z - O � _ z 0 - �,� % - I z z w p w a o � w o 3w o - w w � w o � a o o a N w a a � o z z z x x z ¢ x 11 w a I z N � p AtlMXbl "��A N Q r ° � D z w rcz 1£V)E�AILL ¢ 00 O O O N ,, 1 z � z I rn 2 LL p z to � F o oa I o rc w p - �o z r ''1 IIIIIIIIIIIIIIII I < = o zv m w �I � aw LL LL ° a z w ° .... .� 1 o 0 0 o a o a o o o zo 9 a ° �LL w z v <_ o w a -x lJ o=— aLL w Z. �aaz =m r N� � 1 z m Zap �a�w zow� z ° s�D - a� ��— I 4 � =pr x m w i F wOOau� �y> m owwn _ ovw,F�z✓� �xz V w Fw I a o a z �F�s9� moo o �z w pa rc j4tl Ir xaJw°wm Nz�owaw>w,�,w o��F+oi'w wNoO Vo -,z- tFQo�a > w° a -o z Lz o°o- w� q_zdo_ws om a � w,po ow z S ��oQo� zw ' w w o�w o y w z 0 Ewa oa ° z �... I ii ........ — �..c7 x�� iyo�xz Joao 4owa wino 1Ak coma a �o woo �H3 a�aao w m aii w CDIz _ a P 'oo wm w z I m I�I�I z W 1 a n, o a4 Qoa N �z ° I (Ztl)ZtlrIAhLL 2 m y O o Dd 0IL O O III iOM:dN"p I O hliM:A O i ° O� a° p O� �D Ji — to O FD 1 (9 h n � — 1 - II a o � - z oa � Y � m - � w wQ s� 'I - O o y oa¢ w z9 z �Qao Z. p II 011 "IIIIIIIIIIIIIIII _ - - o < Z o s o �g a a _ - - - - �z 0 w �4ww oaw v - o� 1 owwo �w oz owd o 3578 I ,PSRti�oz3�da��,d,�as3�oNa�dN�dz35���zo�„�Ma,aa��oo�s,Ea�>-,3„��3«adrzaz,, NOIlOnMSNOO TJ09 lON-019 yOA M-1 a3. 63ION ONV NVId M �' o"r, ONISVHd(INV)l13dVS NO C? Ncuonb1SNOO£3SVHd (� i r 2 z a 3 AhLL _ 1 N J m Z AN v J m i 1 a a V ¢ m m ° m o r a > > I I I I , � - p m r w a w „ >a I I — aa , p I; � �m ° r � w O tt h lulls \ N / f Ir. V i///, Ilw� t¢/1 w ° ° — r Q 2 LL N �D riiiir� � U W� a § LLO 3 r> a m Op � ¢¢O mFD Z¢ w ¢ p - K ]xW a>> w mr¢ K H m MI m V� F w `` Z22a w �oFw His C;ss I oow a m _mm iawd N¢o�z m 1 Q>z- goal loll zw �m z a o¢ w� m m � " ammo 00 Soirn ITS w - - _ w 'w ' I o 5 5 S a 5 - � m - m - °a�z WT Y w / - mo o5oz -w� mW3 � a p w � W z � w r N > a � � a m m rc Jr° °a¢J m¢Sw ° ?Qo a a p a a ir3 m Hp ill film apa1a m o tea° xxzw �� w a III I p I uu um a I ° mw w p z a p mw w ¢m m ¢ a p - I °tea "Rood � I w m� a oma w r2w p w � ¢ ¢Pp m z .am Q°a irm oaW - was / ion w a N i a i m � a 2w 2pz IX =� r aim ?o > w r» w ° w a wa �>� �a _ w a o z w a m = a= m x° I I � M � ¢� m p r Jw m�`z 2 = / IIIIIIIIII z _ Na o - 0oa zQ a ow a wom + �Y c�a— ¢� Smr m , ¢oo O¢J Q - N > m a � I 2 wlog LLm >a II 2 m w xmx ❑ a 3579 w �PSPti�oz3>da�o,d,Ma63>oNa�dN�d36d��o,uM�a��oo���E��,�«��3road.z�, N01iOnMSN00 TJ09 lON-019 a OA 03-1 Lo .e"" �oNanoa nn��vnn�,nn tan li 63ION ONV NVId CD " � r `JNISVHd ONV)113dVS U� ti Nciio liSNOO 9 3SVHd (� '�`-:��m''N'aA bZILS l-WllON340V l F J z z a r w w w w w J I � � a g ¢ F f �! �f J 1 r a > II � ..,.,.. �� a �' a o o w gar, z a I Q a � p. I I IG Il�iq ^If o - Q - aw U �zoo z w ¢ w z z wo a ti w w o _ s T. o ¢ � Q z4 � =Qazpn o �o z� oN o 0 57 z 3a °o ¢a f 7 1 It s, rZ i �1r1 ¢ m o o z C6 i r z wy z z O as a w �IYt'k I x! •� I � f r t¢/1 Hw wOFw f — 'aP f r Ili Ilir ,�::: a_ WQ�WF —xo r iJ �I1 Qa¢o7 w . Z¢ zc Oa r ¢Op i7W utOFO '/ — moo aaWrc�j(/,� lUgll t � ¢aa� ip�m 1 � w w Jew �zaw �o�rc o aF' swa_ q 5 t� �o� —zaLL w o a >zz sa w rc°z�mRQw _o¢°� f r t za¢o� ' a �Qoo ww �,00 0 w 0 0 j _ o �i7711G. 7 a rc z v / _oa fI���1 1 w �� — �¢ a a a ��1< IL� m � t o10 ao ¢o 4 w �aN o oaQ s ... '- y a y w _ � o _ Zz4 OtM< o ¢ ozz a¢¢ v w � w¢ w �PSPa�oz3�da�o,d,Ma63�oNa�dN�d536d��so,uM�a��oo��E��,�e��3�oad.z�� 3580 NOII-MSNOO TJ09 lON-019 a OA 09-1 sqwef, (E JO 0 SEUON 4NH S�IVl3413 J �VS 0 uj "�;"� Lm,Y+ bZILS l-WllON300V l im V y - =W� p O p0� O Ow �5�vwi5 C� ID Z O w 'o_ m pwa w tiaw� _ � J uJ02 W ZFUWaZ Q w- x NCO w- �'�w J O Fla o-irs,. - 0 � Q�z W W (� OizU Wg5 p _ - ¢ NKa ° U of=,m� W m mow- Q y ZRJ� Ow. O z CO ~ ~ a Z w O zwmi U' m O LLm m ¢~ LL Z rpF U w r a ¢r¢ d� Q Q 5 a 7 o S O j w D LL OJ O w �` _ f > UW m W rho - Fp wOD K� O a_0O _ - Z a� ao F N CO �w m - �a ro - m w -o _ - oz W w - wow Q o lz -_a=�� ws N'mo o m aO °F Uoz �, zaav5oz i w i� _Q i woido vain �� oo? v,d �5< m w O = ao _ yoJr 'oi�+� o0 00'o co 10 o 1 0 as�a a mm amama aa_aapp om J Z o6 o _Y ga CD O W GwW Q LU p s o OZ W z Uir y O U m m ofLu W,IIIY,,..,,. LL w Lu ml. J >O � = a p W a j;4D W � K W U) ' o z Z K Z o ti D W a� r O - L =w �m� 2 J K D z Q O F - J W 6 Z Wco �° z aa� ° n W �w z F CCD mo - aF p J a x w wo Z cq mm _ W gz WzwY _ �0 2 U o w °� o w NC' z cn w N 3 0 -� -LL 2¢ Fzo N cwi o3o wo O KJ z o °' mw °� Frj z m_o a a aww U W z r m ¢__ 69 O O _ p p # w�6 rFO - �2 i- ~ ttww DO2 Z YF� O = oaw, Z m _ j'° _ U wzo w,El II II II U) mz= IIIIIIII IIIIIIII�I�IIIIIIIIII LU w mma - m Nod O ono Z oo mao oNo llluuuuu uui Z. oN �ww . H ~ra aD�w wQ _zw o 6oc'wwi W maWm ~a mom - AavSS3�3N O � SV H1d30 �lllll�uuilllllw 0 w ��Pezoz3���o,d,Mas,ro�3au3��o�E� M�a��oo���E� �����3�oadEza�� 3581 %:)et-«` k£%@UONem } 2�«Jugs g e! . - . . LU ® \ j _ $ § } ( \ s... - 8 § \ �_ \ : \ ! .. § z E 7 K , ::2: 9 o! z o, )22 - �� }} \/ /\\ \ . - - - a - LU \ : g ` _ \ : �\ _ §; » $ Z - < : \ ^ / . § ) ) LD ) ) \ } \ ) § / [\ § _ LL _ - 2 \_ _ kj \/ ) /� / / z 3582 N0110N`J1SN00 TJ09 iON-019 a OA 03-1 5 a3� NV�d N0IlI�0W30 ��E o Nl� L-WllON300V l c V / N e LL o 0 nl f/ Z 1 z a 2w wui � J ww a a Yw w e z71 zlz / a m e. eN a7 a stl M/1 / 00 oo+las m+zos oa+¢os os J F� m e o �.a zW o ec �w a a w ,wI it II e I e w I' !I I I I r I � I F� I I m a - - r o a ra w � a w a o w I � t -w < W, - a = = = a N ° 1 LLw w w w w w w w II I o e e-.D J z �w x x W I W DON 1 1 1 "e, mg - " I zw �w — 5� — — �_ �Za -_ - _ z � o� w - - H. J < e ., _� r�a � �/,�,-- m 1,��� � I ° H. �w —w. — I 1 u �«�, ova �. 1 IW h¢��o wh +ago mama �, oa Boa f90Z-O 133HS 33S)09+65'V1S 3NI�H�IVW n w zaSPe�o�3�tla�o,d�Mas�tl,do,3aoo�uM�a��oo���E��,�e��3oad.z� 3583 NOIlOnMSN00 T 09 iON-019 a OA 03-1 f Nbld m o JNINHVW 1N3W3AVd LU "�w"�.=""tl-N"+ azie� 1-wnaNaaav 1 eZ , a LU d Z� a o Y i N 11 y \ x a w ; ms 00+09 00+404 00+EOS �L 05 Ib,ZLS Oiy 8L'9�l 5V Atl;NIXb'1 0 0' y (J v a N oa zW �-a m pe � ZW O W Zw c! a n �I m w o o ow N� CD � " T� a � W z �w Lu z a 907O 133HS 33S 09+65'V1S 3NIIHOIVW w zPSPe oz 3 V W3AVE-ooe,Ma,a d oo,s E., ,3„ 3«ad zaz, 3584 NOIlOnMSNO3 T 09 lON-019 a OA 09-1 sq6GyF s SNIMVA 1N3W3nHd 1z", L-WnON30OV l 3, : Z v 4.25• I® Z, oo i O Boaa - z Jw - w N� z J <a yam < 12.0' ILtt C�F Z a }W O��o �- QO - Z J ILw oa U Q z W QY g¢ W- O r U we Z }z Y a ZZ O �Yz Q mz� = Q J r _ Zw E wz O �a K r Ul > } W 1.25' ol5' Z Z oN T _ � F o Z N - O W J - TO r ¢ n U O x° aN Z-.�M s e O w Z Q a *1.25" w w z wo w LL tFa Z L II J IIII lu .0'b » o— �o� 712 O — �— z�w qOw W ~ a wj z q III III wa U'Q w TT 120' rc y �o� - }> IIII III a'ro1 � Q i�li��ll�umiminn nz zZ �O _ IIII III z ��o �z '� ppuuuuuullulll luu � op, UVI a,w O 1 25 #121 � IIII III WIWIIWI IlWiwli l c� 0-- ay z �z IIII I N"�vmJ" 1 I w ZQ OM IIII IIIV >z Fm awe llJ - �� °' W W z z _ z Z —a � w pllllllllllllllllllll� �,, ,� � =y _ z W @ o b ', a IN mO — J�w _ Q IIV HN o'al CD z rco IIIIIIIII 5� �=z y z<5 v o 0 z of z Z w �- U ° v m�: w� Q - --tea n - w w _ a z Y IIII III N O U Y z Jb �� 0 Q } — Z Q � � IIII III IIWII Zw a� z � II a 7 " W h IIV Illy '— mui Wouuuuuuuuuuuuuuuuuuuuuuuuuul —z 4 IIII III v> o LU ml >ozQ cy✓,o 077 -ozw_>aw_No� �z �� IIII IIIV'.. IIWII v w� _ ��w .1 II IIII wo _ w > IIV III o'a1 x°�oo o w ama a'ro m zPSPbzoz3 3585 �1.11 Ma11-90-NytlW1N3W3AVE-o N0110nMSNOO TJ09 lON-019 a OA M-1 sgo:)e- SlIVl34 SNIMVW 1N3W3nVd =U '�+-,Lm,.+ bZIGS l-WnON340V l SZ�-w -oy�_ii1aa0..0o��'•- se.o• u�cz1—ao..aya. —_,ns i�'b�i — LQZ1J 3_2waJa? = -�¢w z,8 .oa.a Iao zzo m.o• �oawnwor=r o z�° x o '3i�r G� zaJa=n � O c IaI o u O o cz L1l 1. O - .wa �4 nQa G srom CCa~OZza07 LU dw 7.3 - as '=ag 7 LU Y 1 4 Jay a tt1 � W Y tri Eft. cD z LU < o� t^ a z ai�G z w LU LU a Fz z p Y if F w_i 7 w S r d G,f N Na l I Ni Z O �o a> FW LU W x w� fr mo a13 °y w Of z a� _ ¢ w _ O _ VV �w o w x �--1� CW z 7 a z o � �a w C7 r l'dul i� � Z ~ ~ Z z Oow �� w o a _w — d,Li sGs ww c� =az - - ¢�- a oa - m r azW m � i J CK �y O Z � bZ bZ 3586 PSPbzoz3G�1.11 a11-90-NA HAIN—AVE-lI M�9��ooL��E� �����3�oadEZ-I NOliOnMSNO3 T 09 lON-019 a OA 03-1 w'�y z�a,�O,irrynynr,i,yu � a3., N sgo:)Cc SNO1103S]HOIdAl LO o AEU � �.-+'Yr IZILS l-WnON30OV l W 1® 1® U ii7>1))i it o a J > LU - ya� ---- x� yiy�iiT}z?tryr z } LU wer rIi717�1 m 4� � woaQw mo w� �wos� 'Lowy o r,a-oo u' uYl _F Quwja 50� wOQao ��o�zo�3�dawo,d,Ma6No���36,d��du-�o� M�9��oo���E� ���w�3�oadEza�� 3587 Ili iii e Ilse t for Cal �iii�iii Illl1611� tii iin Addenduii # Florida Keys Marathon IIIIiir°iteiirir°i tlii iin llll Airport Monroe County Relocate Runway 7-25 l � � a 'RNXT Prepared for: THE MONROE COUNTY BOARD OF COUNTY COMMISSIONERS Ms. Holly Merrill Raschein, District 5 Mayor Mr. James K. Scholl, District 3 Mayor Pro Tem Mr. David Rice, District 4 Commissioner Mr. Craig Cates, District 1 Commissioner Ms. Michelle Lincoln, District 2 Commissioner Prepared by: ,jacobs 3150 SW 38th Ave., Suite 700 Miami, FL 33146 305.441 .1864 May 2024 Addendum No.2 MTH—Relocate Runway 7-25 Bid Opening May 281h,2024 Page 1 of 2 3588 I , lii ,e o.1 I „o- ,w, h llr,Corn„ Jll,lii,!live S&11,lii ,lii1llaII,'iiilons ddeinduirn #2 11::1lauriii 'a IKeys Maiiralhlhoin Illirmteurinalllliiaurmalll Afirpoirt Monroe County Relocate Runway 7-25 The attention of Bidders submitting proposals for the subject Contract is called to the following Addendum to the Proposal, Specifications,and Drawings. The revisions set forth herein,whether of omission,addition, or substitution are to be included in and form a part of the Proposal submitted. THE ADDENDUM MUST BE ACKNOWLEDGED IN SECTION H OF THE PROJECT MANUAL. 1. Project Manual,Volume 2 P-620 Runway and Taxiway Marking: Updated Information Related to Bid Item P-620-3 Delete Specification sheet P-620-5R. Replace with updated pages P-620-5RR, Addendum No. 2, Attachment No. 1. L-900 Relocation of FAA Navaids: Updated Information Related to Bid Item L-900-1 Delete Specification L-900-1 thru 1-900-8. Replace with updated pages L-900-1R thru L-900-8R, Addendum No. 2,Attachment No. 2 2. Construction Plans 2.1 Sheet E-201—Proposed Electrical Plan Delete Sheet E-201. Replace with updated Sheet E-201, Addendum No. 2, Attachment No. 3. 2.2 Sheet E-205—Proposed Electrical Plan Delete Sheet E-205. Replace with updated Sheet E-205, Addendum No. 2, Attachment No. 4. 2.3 Sheet E-505—Electrical Details 5 Delete Sheet E-505. Replace with updated Sheet E-505, Addendum No. 2, Attachment No. 5. 2.4 Sheet E-703—FAA REIL Relocation Details 3 Delete Sheet E-703. Replace with updated Sheet E-703, Addendum No. 2, Attachment No. 6. 2.5 Sheet E-704—FAA REIL Relocation Details 4 Delete Sheet E-704. Replace with updated Sheet E-704, Addendum No. 2, Attachment No. 7. 2.6 Sheet E-705—FAA REIL Relocation Details 5 Delete Sheet E-705. Replace with updated Sheet E-705, Addendum No. 2, Attachment No. 8. 2.7 Sheet E-706—FAA REIL Relocation Details 6 Delete Sheet E-706. Replace with updated Sheet E-706, Addendum No. 2, Attachment No. 9. 3. Pre-Bid Conference Materials: Last Day for Questions Date Revised 3.1 Pre-Bid Conference Presentation, Next Steps Slide, Addendum No. 2, Attachment No. 10 This Addendum No. 2 consists of 19 pages and 10 attachments. END OF ADDENDUM No. 2 Addendum No.2 MTH—Relocate Runway 7-25 Bid Opening May 28",2024 Page 2 of 2 3589 ATTACHMENT I Florida Keys Marathon international Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 620-4.2 NON-REFLECTIVE PAVEMENT MARKING. The quantity of "Non-Reflective Pavement Marking " to be paid for shall be the number of square feet of painting performed in accordance with the specifications and accepted by the RPR. This pay item is applicable to all colors needed for non-reflective Pavement marking. 620-4.3 " 48'W30'9 arm FOUNDA rTnnr TAXIWAYENDING MARKER SIGNAND FOUNDATION. The quantity to be paid shall be measured per each completed sign installation accepted by the RPR. BASIS OF PAYMENT 620-5.1 REFLECTIVE PAVEMENT MARKING WITH GLASS BEADS Payment of "Reflective Pavement Marking with Glass Beads" shall be made at the respective contract price per square foot for painting. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item including reflective beads, any surface preparation, and any protection of structures. The area of permanent pavement markings at 100% application rate shown on the plans shall be measured and paid for only once. This payment shall include the double coat of pavement markings. Markings at 50% application rate placed in the final location shall not be paid for separately and are incidental to the final paint application. 620-5.2 NON-REFLECTIVE PAVEMENTMARKING.Payment of"Non-Reflective Pavement Marking" shall be made at the respective contract price per square foot for painting. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item including any surface preparation and any protection of structures. The area of permanent pavement marking at 100% application rate shown on the contract plans will only be measured and paid for once. This payment shall include the double coat of pavement markings. Markings at 50% application rate placed in their final location shall not be paid for separately and are incidental to the final paint application. 620-5.3 TAXIWAY ENDING MARKER SIGN AND FOUNDATION. Payment shall be made at the contract unit price per each completed sign installation accepted by the RPR. The price shall fully compensate the contractor for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. This includes but is not limited to allpreparation,excavation, and installation of aluminum posts, aluminum soil plates and signs, compaction of backfill. Payment will be made under: Item-620-1A REFLECTIVE PAVEMENT MARKING WITH PER SQUARE FEET GLASS BEADS Item P-620-2A NON-REFLECTIVE PAVEMENT MARKING PER SQUARE FEET Item-620-1B REFLECTIVE PAVEMENT MARKING WITH PER SQUARE FEET GLASS BEADS Item P-620-2B NON-REFLECTIVE PAVEMENT MARKING PER SQUARE FEET Item P-620-3 TAXIWAY ENDING MARKER SIGN AND PER EACH FOUNDATION RUNWAY AND TAXTWAY MARKTNG P-620-5RR 3590 ATTACHMENT 2 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item L-900 Relocation of FAA Navaids DESCRIPTION 900-1.1 General. This work shall consist of relocating Runway End Light Identifier (REIL) serving Runway 7 as shown on the Contract Drawings. The relocation and installation of the above-referenced NAVAIDS shall be done in accordance with the Specifications and following the dimensions and layout as shown on the Contract Drawings. The work shall include the following: furnishing and constructing components supplied by the Contractor; installing new/relocated equipment on Contractor constructed foundations; removing and disposing of existing equipment and foundations; and removing and transporting existing equipment to the FAA. Any existing FAA NAVAID equipment to be removed and not reused shall become property of the FAA;these items shall be stacked and stockpiled on a designated area at the airport. 900-1.2 Navaids. All work involving NAVAIDS shall be performed under the supervision of the FAA. This shall include but not be limited to granting approval for decommissioning of the existing systems, the location and layout of the proposed systems, installation and erection of the proposed systems, testing, troubleshooting, and calibration. The Contractor shall work closely with the FAA during this work and shall be required to obtain FAA sign off prior to the acceptance of the work. The work associated with the relocation, removal and disposal, and/or relocation of these facilities shall include but is not limited to: • Layout • Site preparation,including excavation,backfill, and/or compaction, shoring and dewatering • Underground electrical conduit/ductbank installation • Precast concrete handhole and pull box installation • Cast in-place concrete with steel reinforcement foundation installation • Existing REILs equipment installation(relocation) • Electrical and communications cable installation and termination • Electrical grounding • Electrical and facility operational testing • Removal/demolition of existing REILs facilities. Detailed power system block diagrams have been provided along with power distribution drawings and equipment schedules. The Contractor shall familiarize himself with these and is cautioned as to understanding which equipment is existing to remain, and which equipment is Contractor provided. 900-1.3 Runway End Identifier Lights (REILs). The work shall consist of the following work items and shall also consist of all transportation,handling, construction, earthwork, erection, demolition, and all material not otherwise specifically identified as being supplied by the FAA or being relocated, RELOCATION OF FAA NAVAIDS L-900-IR 3591 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual as required to properly construct a functioning Runway End Identifier Light System for Runway 7. Also included will be all testing, troubleshooting and calibration required for the REILs to pass certification procedures (flight check)performed and required by the FAA. • Disconnection, removal, storage and reinstallation of the existing designated REILs equipment including,but not limited to, flasher units, individual control junction boxes. • Demolition and disposal of all foundations and appurtenances as noted on the Contract Drawings. • Construction of all proposed foundations—reinforced concrete, pea stone, etc, as required. • All conduit,wiring, ground wire, ground rods, etc. as required on the Contract Drawings. • Reinstall REILs flasher and Individual Control Junction Box equipment assemblies, foundations, foot flanges and frangible couplings. • Furnish and install SPD and disconnect switches on the existing Power and Control Rack. The Contractors attention is directed to the fact that every wire, connector,penetration, sweep, etc.has not been shown. However, it is the Contractors responsibility to become familiar with the intention of the required plans and specification and to provide all material, equipment, supplies, etc. required to complete the installation and that following the installation a complete and functioning product will be provided. Attention should be given to the fact that some of the stations will be constructed in a new EMAS bed. Coordination with the EMAS manufacturer will be required to facilitate the installation. Modifications to EMAS bed materials to facilitate the installation will only be acceptable if performed by, or approved by, the EMAS bed manufacturer in writing. EQUIPMENT AND MATERIALS 900-2.1 General. All work and materials shall be as specified in this Specification, as contained in the Appendices of this Project Item and as shown on the Contract Drawings. Airport Lighting equipment and materials covered by FAA specifications shall have the prior approval of the Federal Aviation Administration, Airports Service,Washington,D.C. 20591, and shall be listed in Advisory Circular 150/5345-1U Approved Airport Lighting Equipment. All other equipment and materials covered by the other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. 900-2.2 Navaids.NAVAIDS will be reused as noted above and as shown in the Contact Drawings. 900-2.3 Conduit. Conduit, both steel and plastic, shall conform to the requirements of"L-110 Airport Underground Electrical Duct Banks and Conduits"of these specifications. RELOCATION OF FAA NAVAIDS L-900-2R 3592 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 900-2.4 Warning Tape. Detectable warning tape shall conform to the requirements of"L-110 Airport Underground Electrical Duct Banks and Conduits"of these specifications. 900-2.5 Conductors. 600v conductors shall conform to the requirements of "L-108 Installation of Underground Cable for Airports"of these specifications. 900-2.6 Bare Copper Wire.Bare copper wire for ground wire counterpoise and guard wire installations shall conform to the requirements of"L-108 Installation of Underground Cable for Airports"of these specifications. 900-2.7 Cable Connectors. Cable connectors shall conform to the requirements of"L-108 Installation of Underground Cable for Airports"of these specifications. 900-2.8 Bolting Hardware.Bolts used for all mechanical connections shall be 11-8 stainless steel bolts (3/8"-16)unless otherwise directed. Bolts shall be furnished with two-piece locking washers and locking nuts. All bolts, locking washers and locking nuts shall be furnished by the Contractor. 900-2.9 Anti-Seize Compound. Anti-seize compound shall conform to the requirements of"L-125 Installation of Airport Lighting Systems"of these specifications. 900-2.10 Ground Rods. Ground rods shall conform to the requirements of"L-108 Installation of Underground Cable for Airports"of these specifications. 900-2.11 Concrete. Concrete shall conform to the requirements of"P-610 Structural Portland Cement Concrete"of these specifications. CONSTRUCTION METHODS 900-3.1 General. Installation and relocation of NAVAIDS shall be in accordance with this Project Item (including all Appendices)of these Specifications and as shown on the Contact Drawings. 900-3.2Installation of the REILs Equipment. Installation location and aiming angle shall meet the requirements set forth on the Contract Drawings and as specified below. a. Frangible Couplings. All frangible couplings must be 2"-diameter cast aluminum couplings having a hexagonal clamping ring. The coupling must accommodate 2"- diameter EMT conduit. The frangible couplings must meet the requirements of either Military Specification MS-17814-1, or of FAA Drawing C-6046. The straight-thread Multi-Electric Cat. No. 961-A frangible coupling is among couplings meeting MS- RELOCATION OF FAA NAVAIDS L-900-3R 3593 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 17814-1. The tapered-thread Multi-Electric Cat.No. 961-AT frangible coupling is among couplings conforming to FAA Drawing C-6046. If the Contractor intends to furnish substitute frangible couplings, the Contractor must submit catalog cuts to the Engineer, demonstrating that the substitute couplings meet the above specifications. b. Frangible Coupling Installation. Each frangible coupling has a hexagonal throat with a break-off groove in the middle, designed to break at low impact,thereby minimizing damage to colliding aircraft. When installing the frangible coupling, take care to use a wrench that will grip only the lower portion of the hexagonal throat of the coupling, i.e., that portion immediately below the break-off groove. If the wrench grips the upper portion of the hexagonal throat, the coupling may break when torque is applied. The Contractor must apply anti-seize compound to the threads of the frangible coupling, and to the internal threads of the receiving coupling or hole, to facilitate removal. The compound must be an anti-seize assembly lubricant formulated to provide protection for stainless steel and dissimilar metal threaded fasteners against galling, seizure, and heat- freeze. Do not use plumber's pipe joint compound. The frangible coupling must be screwed down tightly into the conduit coupling or light base cover plate threaded hole, to prevent the EMT mounting from turning. c. Cable Connectors. Where cable connectors are required within the frangible couplings, the connectors must have the capability of separating easily upon breakage of the frangible couplings. Therefore, apply silicone grease of high dielectric strength to the mating surfaces of the plug and receptacle connectors. Do not allow the silicone grease to make contact with the plug and receptacle terminals, and do not place electrical tape over the connector joints. Connection shall be made inside c-fitting above coupling—no cable clamp allowed. d. Aiming and Alignment of Lights. Each light must be adjusted so that its optical axis is parallel to the runway centerline, directed outward from the runway threshold, and aimed upward to the required vertical angle. Use a manufacturers' approved aiming device for vertical aiming of the fixtures. Final aiming of fixtures shall take place in the presence of the FAA. e. All light unit foundations must be cast-in-place. 900-3.3 Earth Support. The following guidelines shall be followed when providing earth support for FAA NAVAID work. In addition, all applicable OSHA regulations apply. A. Provide shoring, sheeting, and/or bracing at excavations, as required, to assure complete safety against the collapse of earth at side of excavations. B. If sufficient or proper supports have not been provided, additional support shall be placed at the expense of the Contractor. Direction by the Engineer to provide additional shoring, sheeting, and/or bracing shall in no way relieve the Contractor of his responsibility for the adequacy and safety of his construction. Care shall be taken to prevent voids outside of sheeting, but if voids are formed, they shall be immediately filled and rammed. C. Sheeting shall be driven ahead of the excavation to avoid loss of material from behind the sheeting, except as may otherwise be permitted by the Engineer. Care shall be taken to prevent voids outside of the sheeting,but if voids occur,they shall be filled immediately with sand and compacted. D. The Contractor shall leave in place all sheeting unless otherwise directed in writing by the RELOCATION OF FAA NAVAIDS L-900-4R 3594 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Engineer. The Engineer may direct that sheeting be cut off 3 feet below finishing grade, and the lower portion be left in place. All voids left or caused by withdrawal of sheeting shall be backfilled immediately using suitable materials and compacted. E. All sheeting and bracing not ordered left in place shall be carefully removed in such a manner as not to endanger the construction of other structures utilities, or property,whether public or private. All voids left after the withdrawal of sheeting shall be immediately refilled with sand and rammed with tools especially adapted to that purpose, or otherwise compacted as directed to achieve the required density. All earth support required shall be considered incidental to NAVAID installation work. Prior to placing any earth support systems, they shall be designed by a Licensed Professional Structural Engineer in the State of Florida, stamped, and submitted for review. 900-3.4 Dewatering. The Contractor shall control the grading in areas under construction of the site so that the surface of the ground will properly slope to prevent accumulation of water in excavated areas and adjacent properties. Should surface, rain, or ground water be encountered during the operations,the Contractor shall furnish and operate pumps or other equipment, and provide all necessary piping to keep all excavation clear of water at all times and shall be responsible for damage to work or adjacent properties from such water. All piping exposed above surface for this use shall be properly covered to allow foot traffic and vehicles to pass without obstruction. Presence of ground water in soil will not constitute a condition for which an increase in the Contract price to be made. Under no circumstances place concrete fill, lay piping, or install appurtenance in excavation containing free water. 900-3.5 Grounding Testing. Ground resistance test results shall not exceed 5 ohms for any part of the REILs system. 900-3.6 Coordination with FAA. The Contractor shall coordinate all work with local FAA Resident Engineer at least 14 days in advance of proposed work on any FAA owned system. All new work associated with the relocation of the FAA owned REILs shall be inspected daily and approved by the FAA resident engineer. All work shall meet the requirements of the FAA in addition to these Contract Documents. 900-3.7 FAA Flight Check. The Contractor shall coordinate with the FAA to facilitate a flight check of the installed FAA Navaid system once installed and commissioned. Coordinate with FAA at least 60 days prior to anticipated flight check date.Flight check of the REILs shall be scheduled to include a flight of the newly installed PAPIs as defined in Section L-125 of these specifications. METHOD OF MEASUREMENT 900-4.1 The unit of measurement for each relocated NAVAID shall be by the lump sum price per navigational aid. The lump sum cost for each NAVAID shall include layout,site preparation,including excavation,backfill, and/or compaction, concrete foundation for flasher units, L-867 base cans and covers, concrete foundations for the aiming alignment poles, equipment support structure, cable and conduit within and on the new foundations, equipment replaced on the Power and Control Rack, concrete maintenance pad around Power and Control Rack, relocation of designated FAA owned equipment, furnishing and installing new equipment as designated, grounding, electrical and facility operational testing, removal/demolition of existing REILs RELOCATION OF FAA NAVAIDS L-900-5R 3595 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual facilities, and all incidentals, labor, tools and equipment used to relocate and install the FAA NAVAIDS as shown on the Contract Drawings and to the satisfaction of the FAA resident inspector. Costs associated with shoring and dewatering will not be measured for payment and are considered incidental to all NAVAID work. Cable and conduit installed between each REILs concrete foundation and adjacent FAA handhole shall he included for measurement as part of the REILs lump sum. Installation and demolition of underground conduit and cable amide downstream 5'-0"of Power and Control Rack shall be measured separately for payment under other pay items of these specifications. Coordination with Florida Keys Electric Company, new entrance rated panelboard, cable and conduit between the service pole and Power/Control pad, as well as all required permits and fees shall be included for measurement as part of the REILs lump sum. Any contractor support required by the FAA during commissioning and Flight Check of the REILs shall he included for measurement as part of the REILs lump sum. 900-4.2 Installation of FAA handholes shall be measured separately for payment under other sections of these specifications. 900-4.3 Installation and demolition of ductbank upstream of FAA handhole at each REILs shall be measured separately under other sections of these specifications. 900-4.4 Cable installed in/above duct bank or conduit shall be measured by the number of linear feet installed and grounding connectors, and trench marking tape ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable installed in duct bank or conduit. The measurement for this item shall not include additional quantities required for slack. Cable slack is considered incidental to this item and is included in the Contractor's unit price. No separate measurement or payment will be made for cable slack. 900-4.5 An allowance is provided in the bid form for the estimated cost to provide an FAA flight check for the installed systems. Measurement for this item shall include the direct cost to the Contractor from the FAA for the services provided. Flight check shall include the Runway 7 REILs,Runway 7 PAPI and Runway 25 PAPI systems. BASIS OF PAYMENT 900-5.1 Payment will be made at the contract lump sum price for each NAVAID relocated. This price shall be full compensation for laying out and placing all materials and for all labor, equipment, tools, and incidentals necessary to complete the work including the removal and disposal of existing NAVAIDS equipment not being relocated and as shown on the Contract Drawings. 900-5.2 Payment will be made at the contract unit price for cable installed in duct bank or conduit, in place by the Contractor and accepted by the Resident Engineer. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals, including ground connectors and trench marking tape, necessary to RELOCATION OF FAA NAVAIDS L-900-6R 3596 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual complete this item. 900-5.3 An allowance of$25,000 is provided in the Bid Form of the Contract Proposal for the estimated cost to provide an FAA flight check of the installed REILs system as indicated on the Contract Drawings. The amount paid to the Contractor shall be the exact amount indicated on the Contractor's approved invoice slips from the FAA. The Allowance paid under this contract shall not exceed$25,000. Payment will be made under: Item L-900-1 Relocate Runway 7 REILS-per lump sum Item L-900-2 No. 6 AWG, 600v Cable, Installed in Duct Bank or Conduit-per linear foot Item L-900-3 6 Pair#19 Shielded Control Cable—per linear foot Item L-900-4 FAA Flight Check—per Allowance 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. Advisory Circulars (AC) AC 150/5340-26 Maintenance of Airport Visual Aid Facilities AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-53 Airport Lighting Equipment Certification Program Commercial Item Description A-A-59544A Cable and Wire, Electrical (Power, Fixed Installation) A-A-55809 Insulation Tape,Electrical, Pressure-Sensitive Adhesive,Plastic ASTM International(ASTM) ASTM B3 Standard Specification for Soft or Annealed Copper Wire ASTM B8 Standard Specification for Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft ASTM B33 Standard Specification for Tin-Coated Soft or Annealed Copper Wire for Electrical Purposes RELOCATION OF FAA NAVAIDS L-900-7R 3597 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual ASTM D4388 Standard Specification for Nonmetallic Semi-Conducting and Electrically Insulating Rubber Tapes Mil Spec MIL-PRF-23586F Performance Specification: Sealing Compound(with Accelerator), Silicone Rubber,Electrical MIL-I-24391 Insulation Tape,Electrical, Plastic,Pressure Sensitive National Fire Protection Association(NFPA) NFPA-70 National Electrical Code(NEC) NFPA-780 Standard for the Installation of Lightning Protection Systems American National Standards 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-019f Lightning and Surge Protection, Grounding Bonding and Shielding Requirements for Facilities and Electronic Equipment END OF ITEM L-900 RELOCATION OF FAA NAVAIDS L-900-8R 3598 NOLL-MSNOO TJ09 lON-019 a OA M-1 ��Haaw,ti�w� NV-Id sqo -1VoIb1o313(13SOdObd `l=N t a", W z-wnaN3aas � IZOZ-3 133HS 33S)OS+E l'V1S 3 NIIHD1VW a e_ Q e w Y �I oZ — 0. m� o ww I x �x� w o0 o jU Ij 0 zw F¢ a ' zoF ley � c E ltl Q N _ w w I _ _ w zzF __—•-- rc Z, O ______ _____�g�gi • -- • z ff — N m r m w z ---------- _ 5 Oa O o w' �� zw oao 1. rcoa — f// o w 0-7 aaa� �aa R s —--- _ t i u � mFF sm Boa 69 aQ w oim ' _ _ I � w LLmm� — �3a w w N 0 �z��3�V9�o,d,as��d,V��a��3,3a3s�doad-oo�3,�Ma,aa�oo�s�Ew�x,3„��3«ad�zaz,� 3599 NOIlOnMSN00 T 09 lON-019 a OA 03-1 f NV m o _ WoVdIO313(13SOdObd d CV LL8 �,,.; yyN" c w Z-WllON30Oti l �96Z-3133HS 33S)09+69'V1S 3NIlHD1VW 1.,B74' I � U W m s 0 r o y ; 0 d� 66 4 I _-Z 0gaJ s �I o > - I N k +------DOM w 00+pg ^i w 014V AVMIXYl iU Po s _ 1aa A4 4 u I I I I Fa= x � N ow— I -_ w� wN = z =g a 't w , ✓ ;I. azxa )Iti. wY w¢ M7 Z. _ ng / zw° w ' o a w I o y o 0 a E Etl p , - zw 2 a5 4 � �� t7 o , o+ uZV AV,Iwl � Y �Ndw e r¢o� 2c�rc c�Zz ' I _ � Draw ,N i N , 0 OW �jiw ¢ w�zFor gD — aw w= — — — I� A3 a a — o � F , , a v t wa — — ¢¢ E A3 0 3a w �i,l Z M a ' a I f o 7 A �VNZ-3133HS 33S)00+9b 3'V1S NIIHOIWV m �z 3 da o,d,as d,V l 1a3,343sodo d-oo 3,Ma,aa,00,s E.,x,3„ 3r ad zaz,, 3600 NOl1OnMSNOO TJO9 lON-019 aOA Oln-1 4Pd sqo 4 SlIHl34 IHoRIlOZl3 dE ? �`'�,C,„ :nNN Z-WllON30OV l 3 w r Q ww W - 0 . - a a(90 aDa Y 27 z iZ N mp? '09 p. 0 oz o w3 w7 oar t w Fuzz �3 - ¢�j o� - ow x 3wW °wo z�_N s�_-.w _w cOs N° a�o� -zom o 'wo 0 �t a a y as - -z =i - mw 'W Qag a _ ° wa - °zJw 0 o F av oW .`» - - o� - oaNQ = a� �Dzo 0 00� w o > t xuaa aWz z a a _ /✓vS'/✓���' //': oD� a _ Z. w o o a a w w ate' - z °a o _ z " - o U wa wo ' ° moo" w N �3 a 0OLD U .alL 6 .,0E ¢ a / v AT ti dIIIR QV as - d➢Yl l///, a z 0 U - Om - a 5� - - ° ew oD� N U tt�U 0 zQ < D O OLLtt wX ZNO 2a W°�F �O SW lIx So - >aJ oz aw �30 wo � rco 3 - ax 0XOQ a xx - az _ °d - wo o z - o ° B ww - s� - _ �o v _ w 'aa °" J oa cl aw w °� iyE wa w so _-x O g¢ ao.I 1 1� a-II 'aa cl ¢a o r z zz z z tttt `-w' o °_ z z z - oa_o, 'o - ��z ��o�zoz3�da�o,d,ti ro�3a���a��3,3-oosM�9��oo���E� �����3�oadEza�� 3601 NOIlOnMSNO3 T 09 lON-019 a OA 03-1 CD sqo E S11V134v NOLLV00132J 113N VV3 Al lll�L2. LJ a U m Ql O H oLL U mom w w N wpD c W Fm °,� O Nor �w Noa w w zOp zaD U w w ¢ Z a d r w Q o9 Zz zoo f N< �o I wm - za�� mow f� 000� zorm z ��z wtzx w woax - am ' xw w w aF o� 3`-'-20 c�zLL zowDa�ow axw'o a� w� of oa x 'o w o ¢ °o oF� z �C� O _Xol =0 U I >a� zzz C D � r zoQWm , wo — ux]�n ZO � 1 H \ �.......,r 0 z m OJ \ :. > I N�ox a�w at= g � d > ry a Km w� zz m � w , Q a m w x d w �zoz3��a�o,E�Mas,IV134tl d-oo.3,�Ma,9a�oo�s�E.,�x,3„��3«ad�zaz,� 3602 NOLL-MSNOO TJ09 lON-019 a Ow 09f1SS1 �+ a,.irvoaw.vbs3rv.i ♦ a3� "t sq p pW b Sliv-00 v o _ 4 "� f NOLLV00132J 1132J VVJ H W Opz pT ayY — w �O Wp mom 3w(9w ?dip °D3 z° z waaw ¢mw z �- °naz oww� � zCn ono 'wo r� worn 1, yil "Z. o`�.. °a°z3 °~° a W moFw -w _ W(n -w� w 5° D �o�p Ioils U~ Pw°o r �wco¢wwwaa w 1-1 xF rp wa D �p caozmmzmw o° J� mn'z_a _o axDDwai a di w N a z Nz ZO cl ' O 0 a yd'� rwn wK U x w � pltli � __mzo �' �iiN w � NK' a - ° S c d ogw ~ paw" o¢ -«� n�Yo o °2aaz >oao >�wm wz w° �'z - pa xa3 Hw wnp-_ o a w n¢ - - w o� pNaF ww,<w z� s Q w' 4 - a >°'IT UaW O p F -mono - - w aY 'Oz °oN� _ of -z wo maN n ow ¢tea t°w aawz w m m ° Qa s ww w �zw ¢w o woO m o o °moon >w°z zp - w - mom _ ° w.o > - o� c�a�o a `I`v4i9 LL a 1 w¢ w x r S{ N o cl w ww wa ¢ mo aJ om LL , F� 0 1 Q a>Q who po a a zy ° z a xz wc_ � o L I moo°0' aoo 0.11 w -- .� �S w J"d z z 0, (/ 1 - �m dNti wm w w r w aw I Xo az c°my�� wm >awxQa ,Id �...1 po o3op .... . . - »jo _ oN w�c z gom_ awg°e rmzr . . _ zaQwa ozz1po rr.-_.; w° a �>arc aooa moaoa Zsao �zoz3r aro,d Mas,IV134tltlf-oo.3,Ma,aa,00,s E., ,3„r,3«ad zaz,, 3603 NOliOnMSNOO TJ09 lON-019 a OA Oln-1 a�°rvovx°saw° "' a3° 1 � � p S S11V134 m o _ NOUV00132J 113N VV3 LLJ M�w�:"rrr Z-WllON30OV l wz O >— zw U'N Z FN Orca nU¢ F — D ¢ �D zO F . w W w rc o o ❑ m - z 8� awz Lol ¢ w ° g w p� ❑ w � � o O pw -� I ci a a w w w Fn¢ wz J c mw �- s p/ rl�' lz N fc'✓ a a g o it_i p .z Ni. a-z m o z who `� - aim - "� J°w ow w oo a o 3w ❑z - .. M a � � � m � - w4 > oQm x °a>z z Nm o� xs wow z _waw o'g =z -�z a Imp �0�= °o oNg Loru�i oF¢w ❑ ���w = x� 3 Paz 2a�z �r�w wiaF Boa w _ Z. V �Al > >ON-- HOtlO?Jddtl �QLLO WaQ =w5 mFwOm oao pig O mFm W _Ka2 m mUw — ao: — Q �tF2N n J .9£ •8�__ ___��___ _____ �wOO � wU� gw¢�w (1 Q W W " F R�/11�,°� Z 11 O �y z N i ___may zz � W I Da Q a m II z X II O > O t II o Z � v o a � Al w wLL �oo o'�xxF<a w zz�J Qyi 2 ww_o¢aww ro zp%a¢ - pp N w � - �O w am✓=i[=aim -'w 00 JxztiLL LL - LLF W ~02 OOQi2ry O - �SQ�d 20 �Z _oZ oa~pZV m2 �mwDo ow¢ � 73 _ Uz�mQ w0- 2w�O j0 >- Szo��w�� Ow Qz �2mFU'ZZ� c 2xz - J mQmz F wtos�xxo w `�'m od m ODUoa3aX. W wN mmpmz ¢K w(� r -vipz OU JOQ Wti C'1z- ¢OwQ��22 d' OU O ¢Q�OKtio - o y0 iNOFOZ� ttO0u�0 rvcsx¢ S Q ¢ 2 Qp2w U'pi _ mW a _ �OttNz� 2 zzJ o¢ w uwiOpO#¢- K3 -QOQ� zC'J�zw wx Ow¢x? ❑ w �zoz3 a o,dOMas,tl3a�,-oo.3,OMa,aa,00,sE.,x,3„,3«adzaz,, 3604 NOIlOnMSNO3 T 09 lON-019 a Ow 09-1 f 9S11V134 m o _ 4 N NOIlV00132J 1132J VV3LU W «t �%"n'� Z-WllON30OV l F—p — ®L z _ ¢ ow 12 > z w U F O a LL tt 2 0 QV w � U o K W w o 0 o� 2 �Z �r z2 mm " Us w � a gz o0 ao to o° w > w I a�° I¢_ Qo _ a K �Ow z f i 1 � a I max w ° m Q ik sJ I a - '� r O m- z - 0 a�?j° WJ rr rr rr rr rr rr rr z9�Z ' i ,w U w I a�w ol a o s z G Iric saLw O o��N w,wNaawQ�J z �aNw0 ���o ?xawz��aa== mJ zo Qo� w ww4 az ;o'o woow �'.oz�� °� LLaoNo= = o�a�asa °;owmz a oza - z� " za ° s=- -- -a ° "g w ¢ w w� x - LL�aQ� - i i w - t��wa�Ow"g-O°� - w �aso�w a z °o � w a zwwa°�rcwa� w zL. � o�> ¢ �d� m ° w � r � " owgw¢z�-waaY g �w� o J �aww zoom d Q a s C)Q �zoz3ao,dMas,d3a�,-oo.3,Ma,aa,00,sE.,x,3„,3«adzaz,, 3605 � � J �r q�Lij Ln c Ce7 i; 0 fir," C6 U LF— �f a y v� n r u U 7) C: Cu Ln +, cnl h f W r � U 4- �� w O ,w U s -C 4� M c el Q -C �P t e R r CQ c 4m, �� - 0 c0 J O R cn m wt i w N U] a 4 uv — O O U d 1 W r M!% E � � O O � . Ln - 0... O v] N ( 'a I' a - a d o .. LnC6 ch � .p.....e (D 7C) 8... O II II.. .........II IleQ +- Q 3606 Ili iii e Ilse t for Cal �iii�iii Illl1611� tii iin Addenduii # Florida Keys Marathon IIIIiir°iteiirir°i tlii iin llll Airport Monroe County Relocate Runway 7-25 c � Air i .Nx Prepared for: THE MONROE COUNTY BOARD OF COUNTY COMMISSIONERS Ms. Holly Merrill Raschein, District 5 Mayor Mr. James K. Scholl, District 3 Mayor Pro Tem Mr. David Rice, District 4 Commissioner Mr. Craig Cates, District 1 Commissioner Ms. Michelle Lincoln, District 2 Commissioner Prepared by: vacobs 3150 SW 38th Ave., Suite 700 Miami, FL 33146 305.441 .1864 May 2024 Addendum No.3 MTH—Relocate Runway 7-25 Bid Opening June 3'd,2024 Page 1 of 4 3607 I ,gff..c,e o.1 I „o- ,w, h f o,ir,Corn„ Jllf !live S&11,lii ,lii1llaII,'iiilons ddeinduirn # 11::1lauriii 'a IKeys Maiiralhlhoin Illirmteurinalllliiaurmalll Afirpoirt Monroe County Relocate Runway 7-25 The attention of Bidders submitting proposals for the subject Contract is called to the following Addendum to the Proposal, Specifications,and Drawings. The revisions set forth herein,whether of omission,addition, or substitution are to be included in and form a part of the Proposal submitted. THE ADDENDUM MUST BE ACKNOWLEDGED IN SECTION H OF THE PROJECT MANUAL. 1. Project Manual,Volume 1 1.1 Division 1, Section A—Notice of Request for Competitive Solicitations: Revised Bid Opening Date Delete Page I-6. Replace with updated pages I-6R, Addendum No. 3, Attachment No. 1. 1.2 Division 1, Section B—Instruction to Bidders: Revised Bid Opening Date Delete Page I-12. Replace with updated pages I-12R, Addendum No. 3,Attachment No. 2. 1.3 Division 1, Section C,Attachment A—Schedule of Bid Items: Updated Bid Item L-105-8, Added Bid Item L-115-5 Delete Pages I-22 to I-23. Replace with updated pages I-22R to I-23R, Addendum No. 3, Attachment No. 3. 2. Project Manual,Volume 2 P-620 Runway and Taxiway Marking: Revised specification throughout. Delete Specification P-620-11? thru P-620-7R. Replace with updated pages P-620-1RRR thru P-620-7RRR, Addendum No. 3, Attachment No. 4. L-115 Runway and Taxiway Marking: Added Information Related to New Bid Item L-115-5 Delete Specification L-115-1 thru L-115-10. Replace with updated pages L-115-1R thru L-115-10R, Addendum No. 3, Attachment No. 5. 3. Construction Plans 3.1 Sheet G-002,Index of Sheets: Added Sheets E-407& E-408 Delete Sheet G-002. Replace with updated Sheet G-002, Addendum No. 3, Attachment No. 6. 3.2 Sheet G-004, Summary of Quantities: Updated Bid Item L-105-8,Added Bid Item L-115-5 Delete Sheet G-004. Replace with updated Sheet G-004, Addendum No. 3, Attachment No. 7. 3.3 Sheet E-407,Electrical Vault Equipment Details 5 Added Sheet E-407. Sheet E-407, Addendum No. 3, Attachment No. 8. 3.4 Sheet E-408,Electrical Vault Equipment Details 6 Added New Sheet E-408. Sheet E-408, Addendum No. 3, Attachment No. 9. Addendum No.3 MTH—Relocate Runway 7-25 Bid Opening June 3'd,2024 Page 2 of 4 3608 4. Questions Question 1: Note NIG-305 states that flight check should be completed prior to reopening runway. The contractor has no control over the FAA's flight check schedule. How will this issue be resolved as it relates to liquidated damages? Answer 1:If'F4A flight check is not completed/resolved in time to reopen the Runway then any N4" D s (REIL's or PAPI's) that have not been flight checked must be NOTA1VlED out of'service until flight check has been completed and results are approved, liquidated damages will not be assessed related to FAA flight check delays. Question 2:Please provide more information and pictures if available for the handhole lid to be replaced on E-208. Can a line item be added to cover this work? Answer 2:A new line item has been added to L-115 to provide a method ofineasurement and payment .for this item, refer to the new Specification L-I15 included in Addendum #3 along with the updated bid form. Question 3:Are any photos available inside the existing vault and of the vault power panel? Answer 3:Plan sheets E-407&E-408 have been added as part of'Addendum #3 at the contractor's request to include photos ofthe existing vault building and power panel. Question 4:Key note FIE-402 is understandable because new conduits may penetrate the vault floor near the vault perimeter. Please explain the requirement in key note G/E-402. How should the contractor install the new conduits under the floor out in the middle of the vault? Answer 4. There is an open-air crawl space approximately 30"in height between the second floor of the vault and the first floor where the conduit would be installed underneath the second floor and secured to the slab using unitstrut similar to the existing conduits. Refer to detail 3 on the Addendum #3 plan sheet E-407 for a photo of't e existing crawl space below the CCR room. Question 5: The quantity ofL-105-8 Cable Removal seems very low. How does the bid quantity relate to the amount of cable shown to be removed on the E-10X plan pages? Answer 5: This quantity will be revised as part of Addendum #3. Question 6: Will the project require sole sourced Lumacurve signs IA note 41E-601 Answer 6:Note 4 only indicates curved panels are required.As there are two mangPeturers that have curved sign panels,Lumac°urve and AGM dSi ns the curved,sign panels cannot be considered to be,sole sourced. Addendum No.3 MTH—Relocate Runway 7-25 Bid Opening June 3'd,2024 Page 3 of 4 3609 Question 7.Are there any runway lights being installed? If so, we ask that the P-621 spec revision that calls for the grooves to be no closer/no further from the lights than 24"/27"be eliminated in favor of the standard spec of 6"/18". Answer 7.Runway lights within pavement will not be installed within grooved areas. Question 8:Also, while I see the grooving is to take place at night and immediately after the 30 day cure period is over, is there a required maximum duration for the grooving and final marking? Answer 8. There is no maximum duration for the grooving and final marking to be completed as long as: ® total duration for phase.5 does not exceed.50 consecutive calendar days • total prgect duration does not exceed 162 consecutive calendar days ® overnight closure and work area reopening guidelines are duet Question 9: The bid due date falls right after Memorial Day holiday, vendors and suppliers are on vacation. We respectfully request that the bid due date is extended to 06107124, to allow bidders, vendors, and suppliers to review the addendum and answers to RF7s. Answer 8:Bid opening date has been updated from May 28"', 2024 at 3:00 PM FT, to.Tune 3"", 2024 at 3:00 PM ET. The last date for questions remains unchanged, and no further questions will be accepted or considered. 5. This Addendum No. 3 consists of 29 pages and 9 attachments. END OF ADDENDUM No.3 Addendum No.3 MTH—Relocate Runway 7-25 Bid Opening June 3'd,2024 Page 4 of 4 3610 ATTACHMENT 1 Florida Keys Marathon international Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual NOTICE OF REQUEST FOR COMPETITIVE SOLICITATIONS NOTICE IS HEREBY GIVEN that on Tuesda Monday,May7N'June 3"2024, at 3:00 P.M., the Monroe County Purchasing Office will receive and open sealed responses for the following: Relocate Runway 7-25 Florida Keys Marathon International Airport Monroe County,Florida Pursuant to F.S. § 50.0211(3)(a), all published competitive solicitation notices can be viewed at: www.floridapublicnotices.com, a searchable Statewide repository for all published legal notices. Requirements for submission and the selection criteria may be requested from the County's electronic bidding platform at https://monroecounty-fl.bonfirehub.com OR www.monroecount v�fl.f4ov/BonfireBids. The Public Record is available upon request. Monroe County Purchasing Department receives bids via the Bonfire electronic bidding platform. Please do not email, mail or attempt to deliver in person any sealed bids. Emailed/mailed/physically delivered bids/proposals/responses WILL NOT be accepted. The Monroe County Purchasing Department hereby directs that bids be submitted via the Bonfire electronic bidding platform at h!Ws://monroecounty-tl.bonfirehtrb.com, no later than 3:OOP.M. on 8'"June 3'd, 2024. There is no cost to the bidder to use the Bonfire platform. Please d o n o t submit your confidential financial information as part of your proposal. There are separate uploads for each set of documents, including confidential financial information. All proposals will be made public on the platform after an intended decision or 30 days, whichever is earlier, unless the bids/proposals are rejected in accordance with F.S. 119.071.If your proposal document includes financial information,that information will not be considered confidential and will be available and viewable to the public in accordance with public records law. The bid opening for this solicitation will be held virtually, via the internet, at 3:00 P.M., on Tuesday Monday, May4e June 3"2024.You may call in by phone or internet using the following: Join Zoom Meeting https://mcbocc.zoom.us/j/4509326156 Meeting ID: 4509326156 One tap mobile: +16465189805„45093261564 US(New York) +16699006833„45093261564 US(San Jose) Dial by your location: +1 646 518 9805 US(New York) +1 669 900 6833 US(San Jose) MANDATORY PRE-BID MEETING Date: 04-25-2024 Time: 2:00 P.M.,EST ***Prospective bidders failing to attend the Mandatory Pre-Bid Meeting shall forfeit their opportunity to respond to the solicitation*** Location: Florida Keys Marathon International Airport,2"Floor Airport Conference Room,9400 Overseas Hwy., Marathon FL 33050 Publication Dates Keys Citizen: Thur.,04/11/2024 Keys Weekly: Thur.,04/11/2024 News Barometer: Fri.,04/12/2024 BIDDING REQUIREMENTS AND CONTRACT FORMS I-6R 3611 ATTACHMENT 2 Florida Keys Marathon international Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual K. Sworn Statement Under Ordinance No. 10-1990, Monroe County (Ethics Clause) (Division I, Section M) L. Certification of Non-segregated Facilities (Division I, Section N) M. Federal Wage Decision (Division I, Section O) N. Certification regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion-49 CFR Part 29 (Division I, Section P) O. Copy of Contractor's license for State of Florida P. Bidder's Statement on Insurance (Division III, Section 140) Q. Non-Collusion Affidavit (Division I, Section Q) R. Texting While Driving (Division I, Section R) S. Procurement of Recovered Materials (Division I, Section S) T. Vendor Certification Regarding Scrutinized Companies Lists (Division I, Section T) 17.SUBMITTING BIDS: Monroe County Purchasing Department receives bids via the Bonfire electronic bidding platform. Please do not e m a i 1 , mail or attempt to deliver in person any sealed bids. Emailed/ mailed / physically delivered bids/proposals/responses WILL NOT be accepted. The Monroe County Purchasing Department hereby directs that bids be submitted via the Bonfire electronic bidding platform at tt s://monroecounty-fl. onfire u .com, no later than 3:OOP.M. on aT2P June 31, 2024. There is no cost to the bidder to use the Bonfire platform. Please do not submit your confidential financial information as part of your proposal. There are separate uploads for each set of documents, including confidential financial information. All proposals will be made public on the platform after an intended decision or 30 days, whichever is earlier, unless the bids/proposals are rejected in accordance with F.S. 119.071. If your proposal document includes financial information, that information will not be considered confidential and will be available and viewable to the public in accordance with public records law. The bid opening for this solicitation will be held virtually, via the internet, at 3:00 P.M., on May U1 June 31, 2024. You may call in by phone or internet using the following: BIDDING REQUIREMENTS AND CONTRACT FORMS I-12R 3612 ATTACHMENT 3 Florida Keys Marathon international Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 26 L-105-2 DEMOLISH EXISTING RUNWAY EDGE OR EA 64 THRESHOLD/END LIGHT 27 L-105-3 DEMOLISH EXISTING GUIDANCE SIGN AND EA 18 FOUNDATION 28 L-105-4 DEMOLISH EXISTING RUNWAY DISTANCE REMAINING EA 4 SIGN AND FOUNDATION 29 L-105-5 DEMOLISH EXISTING ELECTRICAL JUNCTION EA 78 STRUCTURE OR LIGHT BASE 30 L-105-6 TEMPORARY AIRFIELD LIGHTING LS 1 31 L-105-7 DEMOLISH EXISTING ELECTRICAL HANDHOLE EA 1 32 L-105-8 CABLE REMOVAL LF 22,800 33 L-105-9 REMOVE EXISTING CONCRETE ENCASED ELECTRICAL LF 750 DUCTBANK 34 L-105-10 REMOVE EXISTING DIRECT BURIED ELECTRICAL LF 19,250 CONDUIT 35 L-108-1 NO. 8 AWG, 5KV,L-824,TYPE C CABLE,INSTALLED IN LF 34,950 DUCT BANK OR CONDUIT 36 L-108-2 NO. 2 AWG, SOLID,BARE COPPER COUNTERPOISE WIRE, LF 25,085 INSTALLED ABOVE THE DUCT BANK OR CONDUIT, INCLUDING CONNECTIONS/TERMINATIONS 37 L-108-3 NO. 1/0 AWG,BARE COPPER GUARD WIRE,INSTALLED LF 850 ABOVE THE DUCT BANK OR CONDUIT,INCLUDING CONNECTTONS/TERMTNA TIONS 38 L-108-4 3/4"DIA X 10'LONG COPPER CLAD GROUND ROD EA 140 39 L-108-5 REAM EXISTING DUCT BANK OR CONDUIT LF 300 40 L-109-1 AIRFIELD LTGHTTNG VAULT EQUIPMENT LS 1 MODIFICATIONS 41 L-110-1 1-WAY,2"CONCRETE ENCASED ELECTRICAL CONDUIT LF 750 42 L-110-2 2-WAY,2"CONCRETE ENCASED ELECTRICAL DUCT LF 850 BANK 43 L-110-3 4-WAY,2"CONCRETE ENCASED ELECTRICAL DUCT LF 900 BANK 44 L-110-4 4-WAY,2"CONCRETE ENCASED ELECTRICAL DUCT LF 50 BANK,IN EXISTING PAVEMENT 45 L-110-5 2-WAY,4" CONCRETE ENCASED ELECTRICAL DUCT LF 45 BANK 46 L-110-6 1-WAY,2"NON-ENCASED ELECTRICAL CONDUIT LF 20,950 47 L-110-7 2-WAY,2"NON-ENCASED ELECTRICAL DUCT BANK LF 110 48 L-110-8 CORED HOLE EA 25 49 L-115-1 L-867D BASE CAN,WITH 3/8" THICK BLANK EA 16 COVERPLATE,IN TURF AREAS 50 L-115-2 4'X 4'X 4',HANDHOLE,FAA POWER AND CONTROL EA 3 51 L-115-3 JUNCTION CAN PLAZA,2-CAN EA 11 52 L-115-4 JUNCTION CAN PLAZA,4-CAN EA 3 53 L-115-5 REPLACE EXISTING HANDHOLE LID EA 1 54 L-125-1 L-858(L)LED GUIDANCE SIGN, SIZE 2, 1 MODULE,AND EA 2 NEW FOUNDATION 55 L-125-2 L-858(L)LED GUIDANCE SIGN, SIZE 2,2 MODULE,AND EA 11 NEW FOUNDATION BIDDING REQUIREMENTS AND CONTRACT FORMS I-22R 3613 Florida Keys Marathon International Airport 04/24 Monroe County Relocate Runway 7-25 Issued for Bid Project Manual 56 L-125-3 L-858(L)LED GUIDANCE SIGN, SIZE 2,3 MODULE,AND EA 15 NEW FOUNDATION 57 L-125-4 L-858B(L)LED DISTANCE REMAINING SIGN, SIZE 5, AND EA 4 NEW FOUNDATION 58 L-125-5 NEW GUIDANCE SIGN PANEL EA 11 59 L-125-6 L-861T(L)LED ELEVATED TAXIWAY EDGE LIGHT, AND L- EA 80 867B BASE CAN,IN TURF AREAS 60 L-125-7 L-861T QUARTZ ELEVATED TAXIWAY EDGE LIGHT,AND EA 17 L-867B BASE CAN,IN TURF AREAS 61 L-125-8 L-861 T(L)LED ELEVATED TAXIWAY EDGE LIGHT,ON EA 1 EXISTING L-867B BASE CAN 62 L-125-9 L-861(L)LED ELEVATED RUNWAY EDGE LIGHT, AND L- EA 50 867B BASE CAN,IN TURF AREAS 63 L-125-10 L-861E(L)LED ELEVATED RUNWAY THRESHOLD/END EA 16 LIGHT, AND L-867B BASE CAN,IN NEW PAVEMENT 64 L-125-1 1 RUNWAY 7 PAPT SYSTEM,L-880 CURRENT DRIVEN LS 1 65 L-125-12 RUNWAY 25 PAPT SYSTEM,L-880 CURRENT DRIVEN LS 1 66 L-125-13 SPARE PARTS ALL 1 67 L-900-1 RELOCATE RUNWAY 7 REILS LS 1 68 L-900-2 NO. 6 AWG,600V CABLE,INSTALLED IN DUCT BANK OR LF 6,150 CONDUIT 69 L-900-3 6 PAIR#19 SHIELDED CONTROL CABLE LF 1,630 70 L-900-4 FAA FLIGHT CHECK ALL 1 TOTAL BASE BID SCHEDULE A BASE BID SCHEDULE B* Item Bid Item Description Unit Quantity Unit Total No. Cost 1 P-152-1B UNCLASSIFIED EXCAVATION CY 5 2 P-152-313 EMBANKMENT(OFF-SITE) CY 1,575 3 P-211-1B 6"LIMEROCK BASE COURSE SY 14,200 4 P-211-213 RE-WORK LIMEROCK BASE COURSE SY 6,800 5 P-401-1B 4"BITUMINOUS SURFACE COURSE TON 3,700 6 P-602-1B EMULSIFIED ASPHALT PRIME COAT GAL 4,300 7 P-603-113 EMULSIFIED ASPHALT TACK COAT GAL 750 8 P-620-113 REFLECTIVE PAVEMENT MARKING WITH GLASS SF 4,700 BEADS BLAST PAD,THRESHOLD BARS 9 P-620-213 NON-REFLECTIVE PAVEMENT MARKING SF 1,000 10 P-621-113 GROOVING SY 13,910 TOTAL BASE BID SCHEDULE B TOTAL PROJECT(BASE BID SCHEDULE A+BASE BID SCHEDULE B) *Base Bid Schedules A and B included herein are both part of base bid and have only been separated into different schedules for federal grant documentation purposes. Contractor to provide bid proposal with assumption that all line items listed in Base Bid Schedules A and B will need to be completed as part of this project(RELOCATE RWY 7-25). BIDDING REQUIREMENTS AND CONTRACT FORMS I-23R 3614 ATTACHMENT 4 Florida Keys Marathon Tnternational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item P-620 Runway and Taxiway Marking DESCRIPTION 620-1.1 This item shall consist of the preparation and painting of numbers,markings, and stripes on the surface of runways, taxiways, and aprons, in accordance with these specifications and at the locations shown on the plans, or as directed by the Resident Project Representative (RPR). The terms "paint" and "marking material"as well as "painting" and"application of markings"are interchangeable throughout this specification. MATERIALS 620-2.1 Materials acceptance. The Contractor shall furnish manufacturer's certified test reports, for materials shipped to the project. The certified test reports shall include a statement that the materials meet the specification requirements. This certification along with a copy of the paint manufacturer's 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 be 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. a. Paint. Paint shall be Waterborne Type4 III(permanent pavement marking) in accordance with the requirements of this paragraph and TT-P-1952F. Paint colors shall comply with Federal Standard No. 595 (refer to Table 1). The non-volatile portion of the vehicle for all paint types shall be composed of a 100% acrylic polymer as determined by infrared spectral analysis. The acrylic resin used for Type III shall he 100% cross linking acrylic as evidenced by infrared peaks at wavelengths 1568, 1624, and 1672 cm-1 with intensities equal to those produced by an acrylic resin known to be 100%cross linking. Paint shall include a biocide (e.g. Rocima 63 or equal) to resist algae contamination. Black paint shall be used to outline a border at least 6 inches wide around markings on all pavements,unless otherwise specified in the project plans,FAA Advisory Circular 150/5340-1M, and/or RPR. Prior to reopening pavements at Part 139, Contractor must verify that all markings comply with Part 139 requirements. Temporary markings not in compliance with AC 150/5340-1 will require a NOTAM regarding any non-standard marking be issued. For example, temporary markings without beads. Retroreflectivity shall be measured by a portable retro-reflectometer according to ASTM E1710 and the practices of ASTM D7585 shall be followed for taking retroreflectivity readings with a portable retroreflectometer and computing measurement averages. A vehicle-mounted retroreflectometer may also be used. See Section 620-3.8 for Initial Retro-reflectance values that must be achieved at installation. b. Reflective media. Glass beads for white and yellow paint shall meet the requirements for Federal Specification TT-13-13251)Type III. RUNWAY AND TAXTWAY MARKTNG P-620-1RRR 3615 Florida Keys Marathon Tnternational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Glass beads for red and pink paint shall meet the requirements for Type I,Gradation A. Glass beads shall be treated with all compatible coupling agents recommended by the manufacturers of the paint and reflective media to ensure adhesion and embedment. Glass beads shall not be used in black and green paint. Type III glass beads shall not be used in red and pink paint. Table 1.Marking Materials Paint' Glass Beads' Type Color Fed Std.595# Application Rate Type Application Rate Permanent Marking yellow 33538 4-1-5 90 sgft/gal Type II1 10 lbs/gal Waterborne Type I III Permanent Marking White 37925 4-14 90 sgft/gal Type II1 10 lbs/gal Waterborne Type I III Permanent Marking Type I, Red 31136 115 sgft/gal -7 5 Ibs/gal Waterborne Type I III Gradation A Permanent Marking Black 37038 115 sgft/gal N/A N/A Waterborne Type I III Temporary Marking As 230-345 sgft/gal(5- N/A N/A Waterborne Type III applicable 7 wet mils) 620-2.3 Signs and Foundations. The proposed signs and foundations shall be installed at locations shown on the plans.All work and materials for the signs and their assemblies shall be in accordance with the latest Advisory Circular on Standards for Airport Sign Systems (15015340-18). The Contractor must submit shop drawings for all signs,posts, and assemblies to the Engineer for approval prior to procurement and installation. CONSTRUCTION METHODS 620-3.1 Weather 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 620-2.1. 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 wind 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. 620-3.2 Equipment.Equipment shall include the apparatus necessary to properly clean the existing surface, (e.g. waterblasting truck) and a mechanical marking machine, equipped with automatic glass bead dispenser(s). 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 an 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.A truck-mounted marking machine with multiple material guns that can paint 6 to 36 inches in a single RUNWAY AND TAXTWAY MARKTNG P-620-2RRR 3616 Florida Keys Marathon Tnternational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual pass is prefereable for wide-format runway markings.The marking equipment for both paint and beads shall be calibrated daily, and regular monitoring of material coverages shall be recorded to ensure compliance with these specifications. 620-3.3 Preparation of surfaces.Immediately before application of the temporary and permanent 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 be 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 brooln,, liloieer;water blasting, or by other methods approved by the RPR to remove all contaminants, including PCC 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,water blasting, or by other methods approved by the RPR minimizing damage to the pavement surface. The removal area may need to be 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 `block out' the removal area to eliminate `ghost' markings. c. Preparation of pavement markings prior to remarking. Prior to remarking existing markings, loose existing markings must be removed minimizing damage to the pavement surface,with a method approved by the RPR. After removal, 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. 620-3.4 Layout of markings. The proposed markings shall be laid out in advance of the paint application. The locations of markings to receive glass beads shall be shown on the plans. 620-3.5 Application.A period of 30 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 spacing 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), and marking dimensions and spacing shall be within the following tolerances: Marking Dimensions and Spacing Tolerance Dimension and Spacing Tolerance 36 inch(910 mm) or less 1/2 inch(12 mm) greater than 36 inch to 6 feet(910 mm to 1.85 m) ±1 inch(25 mm) greater than 6 feet to 60 feet(1.85 in to 18.3 m) ::L2 inch(50 mm) greater than 60 feet(18.3 m) ::L3 inch(76 mm) RUNWAY AND TAXTWAY MARKING P-620-3RRR 3617 Florida Keys Marathon Tnternational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Markings that do not meet the above tolerances and are hence not accepted by the airport and RPR will need to be redone(including all associated costs to complete the work) by the Contractor at their own cost until tolerances are met, and application is approved by the airport and RPR. 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.Paint shall not be hand applied. Glass beads shall be distributed upon the marked areas at the locations shown on the plans to receive glass beads immediately after application of the paint. A dispenser(s) shall be furnished that is properly designed for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall not be hand applied. 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 and distribution shaid! must be performed. 620-3.6 Application--preformed thermoplastic airport pavement markings. Preformed thermoplastic pavement markings not used. 620-3.7 Control strip. Prior to the full 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 embedded and evenly distributed across the full width of the marking. Prior to acceptance of the control strip,markings must be evaluated during darkness to ensure a uniform appearance. 620-3.8 Retro-reflectance. Reflectance shall be measured with a portable retro-reflectometer meeting ASTM 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 are within 30% of each other. The retro-reflectance measurements should be recorded one to seven days after marking installation is completed. Markings that do not meet the minimum retro-reflectance values and are hence not accepted by the airport and RPR will need to be redone (including all associated costs to complete the work) by the Contractor at their own cost until minimum values are met, and application is approved by the airport and RPR. Minimum Retro-Reflectance Values Material Retro-reflectance mcd/m2/lux White Yellow Red Initial Type I 300 175 35 Initial Type III 600 300 35 Initial Thermoplastic 225 100 35 All materials,remark when less than' 100 75 10 1 `Prior to remarking determine if removal of contaminants on markings will restore retro-reflectance RUNWAY AND TAXTWAY MARKING P-620-4RRR 3618 Florida Keys Marathon Tnternational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 620-3.9 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 disfiguration by spatter, splashes, spillage, or drippings. 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 620-4.1 REFLECTIVE PAVEMENT MARKING WITH GLASS BEADS. The quantity of"Reflective Pavement Marking with Glass Beads" to be paid for shall be the number of square feet of painting performed in accordance with the specifications and accepted by the RPR. This pay item is applicable to all colors needed for reflective pavement marking. 620-4.2 NON-REFLECTIVE PAVEMENT MARKING. The quantity of "Non-Reflective Pavement Marking " to be paid for shall be the number of square feet of painting performed in accordance with the specifications and accepted by the RPR. This pay item is applicable to all colors needed for non-reflective pavement marking. 620-4.3 TAXIWAYENDING MARKER SIGNAND FOUNDATION. The quantity to be paid shall he measured per each completed sign installation accepted by the RPR. BASIS OF PAYMENT 620-5.1 REFLECTIVE PAVEMENT MARKING WITH GLASS BEADS Payment of "Reflective Pavement Marking with Glass Beads" shall be made at the respective contract price per square foot for painting. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools,and incidentals necessary to complete the item including reflective bead application and testing,any surface preparation (with waterblasting), and any protection of structures. The area of permanent pavement markings at 100% application rate shown on the plans shall be measured and paid for only once. This payment shall include the double coat of pavement markings. Markings at 50% application rate placed in the final location shall not be paid for separately and are incidental to the final paint application. 620-5.2 NON-REFLECTIVE PAVEMENT MARKING.Payment of"Non-Reflective Pavement Marking" shall be made at the respective contract price per square foot for painting. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item including any surface preparation (with waterblasting) and ally protection of structures. The area of permanent pavement marking at 100% application rate shown on the contract plans will only be measured and paid for once. This payment shall include the double coat of pavement markings. Markings at 50%application rateplaced in their final location shall not be paid for separately and are incidental to the final paint application. 620-5.3 TAXIWAY ENDING MARKER SIGN AND FOUNDATION. Payment shall be made at the contract unit price per each completed sign installation accepted by the RPR. The price shall fully compensate the contractor for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. This includes but is not limited to all preparation, excavation, and installation of aluminum posts, aluminum soil plates and signs, compaction of backfzll. Payment will be made under: RUNWAY AND TAXTWAY MARKING P-620-5RRR 3619 Florida Keys Marathon Tnternational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual REFERENCES Item-620-1A REFLECTIVE PAVEMENT MARKING WITH PER SQUARE FEET GLASS BEADS Item P-620-2A NON-REFLECTIVE PAVEMENT MARKING PER SQUARE FEET Item-620-113 REFLECTIVE PAVEMENT MARKING WITH PER SQUARE FEET GLASS BEADS Item P-620-213 NON-REFLECTIVE PAVEMENT MARKING PER SQUARE FEET Item P-620-3 TAXIWAY ENDING MARKER SIGN AND PER EACH FOUNDATION 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 D476 Standard Classification for Dry Pigmentary Titanium Dioxide Products ASTM D968 Standard Test Methods for Abrasion Resistance of Organic Coatings by Falling Abrasive ASTM D1652 Standard Test Method for Epoxy Content of Epoxy Resins ASTM D2074 Standard Test Method for Total, Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method ASTM D2240 Standard Test Method for Rubber Property-Durometer Hardness ASTM D7585 Standard Practice for Evaluating Retroreflective Pavement Markings Using Portable Hand-Operated Instruments ASTM E303 Standard Test Method for Measuring Surface Frictional Properties Using the British Pendulum Tester ASTM E1710 Standard Test Method for Measurement of Retroreflective Pavement Marking Materials with CEN-Prescribed Geometry Using a Portable Retroreflectometer ASTM E2302 Standard Test Method for Measurement of the Luminance Coefficient Under Diffuse Illumination of Pavement Marking Materials Using a Portable Reflectometer ASTM G154 Standard Practice for Operating Fluorescent Ultraviolet(UV) Lamp Apparatus for Exposure of Nonmetallic Materials Code of Federal Regulations (CFR) 40 CFR Part 60,Appendix A-7, Method 24 Determination of volatile matter content,water content, density,volume solids, and weight solids of surface coatings 29 CFR Part 1910.1200 Hazard Communication RUNWAY AND TAXTWAY MARKING P-620-6RRR 3620 Florida Keys Marathon Tnternational Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Federal Specifications (FED SPEC) FED SPEC TT-B-1325D 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 Paint, Traffic, Solvent Based Advisory Circulars (AC) AC 150/5340-1 Standards for Airport Markings AC 150/5320-12 Measurement, Construction, and Maintenance of Skid Resistant Airport Pavement Surfaces END OF ITEM P-620 RUNWAY AND TAXTWAY MARKTNG P-620-7RRR 3621 ATTACHMENT 5 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Item L-115 Electrical Manholes and Junction Structures DESCRIPTION l l5-l.l This item shall consist of electrical manholes and junction structures (hand holes,pull boxes, junction cans, etc.) installed per this specification, at the indicated locations and conforming to 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 all associated excavation, backfilling, sheeting and bracing, concrete,reinforcing steel, ladders, appurtenances,testing, dewatering and restoration of surfaces to the satisfaction of the RPR. EQUIPMENT AND MATERIALS 115-2.1 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 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 specifications shall be removed(when directed by the RPR) and replaced with materials that comply with these specifications at the Contractor's cost. c. All materials and equipment used to construct this item shall be submitted to the 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 in a clear,precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete any non-pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in the project that may accrue directly or indirectly from late submissions or resubmissions of submittals. 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 electronically submitted in pdfformat, 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 codes, specified in this document. e. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve(12) months from the date of final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion,with no additional cost to the Owner. 115-2.2 Concrete structures. Concrete shall be proportioned,placed, and cured per Item P-61 D, Concrete for Miscellaneous Structures. ELECTRICAL MANHOLES AND JUNCTION STRUCTURES L-115-1R 3622 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 115-2.3 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 shall have mortar or bitumastic sealer placed between all joints to make them watertight. The structure shall be designed to withstand 100,000 lh aircraft loads,unless otherwise shown on the plans. Openings or knockouts shall be provided in the structure as detailed on the plans. 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, design calculations, and other information requested by the RPR shall be submitted by the Contractor to allow for a full evaluation by the RPR. The RPR shall review per the process defined in the General Provisions. 115-2.4 Junction boxes.Junction boxes shall be L-867 Class 1 (non-load bearing)or L-868 Class 1 (load bearing) airport light bases that are encased in concrete. The light bases shall have a L-894 blank cover, gasket, and stainless steel hardware. All bolts, studs,nuts, lock washers, and other similar fasteners used for the light fixture assemblies must be fabricated from 316L(equivalent to EN 1.4404), 18-8, 410, or 416 stainless steel. If 18-8, 410, or 416 stainless steel is utilized it shall be passivated and be free from any discoloration. Covers shall be 3/8-inch thickness for L-867 and 3/4-inch thickness for L-868. All junction boxes shall be provided with both internal and external ground lugs. 115-2.5 Mortar. The mortar shall be composed of one part of cement and two parts of mortar sand,by volume. The cement shall be per the requirements in ASTM C150, Type 1. 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%of the weight of cement used. The hydrated lime shall meet the requirements of ASTM C206. Water shall be potable,reasonably clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product. 115-2.6 Concrete.All concrete used in structures shall conform to the requirements of Item P-610, Concrete for Miscellaneous Structures. 115-2.7 Frames and covers. The cover shall he spring assisted as shown on the Contract Drawings. The frames shall conform to one of the following requirements: a. ASTM A48 Gray iron castings b. ASTM A47 Malleable iron castings c. ASTM A27 Steel castings d. ASTM A283, Grade D Structural steel for grates and frames e. ASTM A536 Ductile iron castings L ASTM A897 Austempered ductile iron castings All castings specified shall withstand a maximum tire pressure of 250 psi and maximum load of 100,000 lbs. ELECTRICAL MANHOLES AND JUNCTION STRUCTURES L-115-2R 3623 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings specified. Each 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. All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A123. Each cover shall have the word"ELECTRIC"or other approved designation cast on it. Each frame and cover shall be as shown on the plans or approved equivalent.No cable notches are required. Each manhole shall be provided with a"DANGER--PERMIT-REQUIRED CONFINED SPACE, DO NOT ENTER" safety warning sign as detailed in the Contract Documents and in accordance with OSHA 1910.146 (c)(2). 115-2.8 Ladders.Not Used. r ..,,de f if peel fie shallb a4,;&Rii!.a steel , .,�.,...... 61 the p r.r�„ 115-2.9 Reinforcing steel. All reinforcing steel shall be deformed bars of new billet steel meeting the requirements of ASTM A615, Grade 60. 115-2.10 Bedding/special backfill. Bedding or special backfill shall be as shown on the plans. 115-2.11 Flowable backfill.Not used. M.-AW-4-Al ' oa tle''_A"''�ll �'4-A" " "fA-"'4' tA_ 04e 115-2.12 Cable trays. Cable trays shall be of plastic. Cable trays shall be located as shown on the plans. 115-2.13 Plastic conduit.Plastic conduit shall comply with Item L-110,Airport Underground Electrical Duct Banks and Conduits. 115-2.14 Conduit terminators. Conduit terminators shall be pre-manufactured for the specific purpose and sized as required or as shown on the plans. 115-2.15 Pulling-in irons.Pulling-in irons shall be manufactured with 7/8-inch diameter hot-dipped galvanized steel or stress-relieved carbon steel roping designed for concrete applications (7 strand, 1/2- inch diameter with an ultimate strength of 270,000 psi (1862 MPa)). Where stress-relieved carbon steel roping is used, a rustproof sleeve shall be installed at the hooking point and all exposed surfaces shall be encapsulated with a polyester coating to prevent corrosion. 115-2.16 Ground rods. Ground rods shall be one piece, copper clad steel. The ground rods shall be of the length and diameter specified on the plans,but in no case shall they be less than 8 feet long nor less than 5/8 inch in diameter. CONSTRUCTION METHODS 115-3.1 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 RPR without additional expense to the Owner. ELECTRICAL MANHOLES AND JUNCTION STRUCTURES L-115-3R 3624 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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 RPR. 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. Dewatering necessary for structure installation and erosion per federal, state, and local requirements is incidental to Item L-115. Boulders, logs and all other objectionable material encountered in excavation shall be removed. All rock and other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped or serrated, as directed by the 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 final grade shall not be made 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 effected in a manner that will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. After each excavation is completed,the Contractor shall notify the RPR. Structures shall be placed after the RPR has approved the depth of the excavation and the suitability of the foundation material. Prior to installation the Contractor shall provide a minimum of 6 inches of sand or a material approved by the RPR as a suitable base to receive the structure. The base material shall be compacted and graded level and at proper elevation to receive the structure in proper relation to the conduit grade 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 as 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 be made watertight by use of sealant at each tongue-and-groove joint and at roof of manhole. Excess sealant shall be removed and severe surface projections on exterior of neck shall be removed. 115-3.4 Placement and treatment of castings,frames and fittings.All castings, frames and fittings shall be placed in the positions indicated on the Plans or as directed by the RPR and shall be set true to line 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 mot-tar 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 manufacturer. Erection equipment shall be suitable and safe for the workman. Errors in shop fabrication ELECTRICAL MANHOLES AND JUNCTION STRUCTURES L-115-4R 3625 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual or deformation resulting from handling and transportation that prevent the proper 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 shall 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 into the concrete walls of the structure. 115-3.5 Installation of ladders.Not Used. r dder-i shall be iiist lle ell `"ate 4iey y be e i 115-3.6 Removal of sheeting and bracing. In general, all sheeting and bracing used to support the sides of trenches or other open excavations shall be withdrawn as the trenches or other open excavations are 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 of material is placed above the top of the structure and before any bracing is removed. Voids left by the sheeting shall be carefully refilled with selected material and rammed tight with tools especially adapted for the purpose or otherwise as may be approved. The RPR may direct the Contractor to delay the removal of sheeting and bracing if, in his judgment, the installed work has not attained the necessary strength to permit placing of backfill. 115-3.7 Backfilling.After a structure has been completed,the area around it shall be backfilled in horizontal layers not to exceed 6 inches in thickness measured after compaction to the density requirements in Item P-152. 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 plans or as directed by the RPR. Backfill shall not be placed against any structure until approval is given by the RPR. In the case of concrete, such approval shall not be given until tests made by the laboratory under supervision of the RPR establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. Where required,the RPR may direct the Contractor to add, at his own expense, sufficient water during compaction to assure a complete consolidation of the backfill. 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 backfill. 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 bank reinforcement at the time the duct bank is installed. 115-3.9 Grounding.A ground rod shall be installed in the floor of all concrete structures so that the top of rod extends 6 inches above the floor. The ground rod shall be installed within one foot(30 cm) of a corner of the concrete structure. Ground rods shall be installed prior 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 shall drill a 4-inch diameter hole into the earth to receive the ground rod. The hole around the ELECTRICAL MANHOLES AND JUNCTION STRUCTURES L-115-5R 3626 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 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 scaled watertight with Portland cement grout around the ground rod. A grounding bus of 4/0 bare stranded copper shall be exothermically bonded to the ground rod and loop the concrete structure walls. The ground bus shall be a minimum of one foot above the floor of the structure and separate from other cables. No. 2 American wire gauge(AWG)bare copper pigtails 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. Hardware connections may be mechanical,using a lug designed for that purpose. 115-3.10 Cleanup and repair. After erection of all galvanized items, damaged areas shall be repaired by applying a liquid cold-galvanizing compound per MIL-P-21035. Surfaces shall be prepared and compound applied per the manufacturer's recommendations. Prior to acceptance, the entire structure shall be cleaned of all dirt and 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 backfill compacted to match surrounding areas, and surfaces shall be repaired using materials comparable to original materials. Following restoration of all trenching near 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 part. After all work is completed,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 conformance with the plans and this specification. Any indication of defects in materials or workmanship 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 shall be performed prior to establishing connections to other ground electrodes. 115-3.13 Manhole elevation adjustments.Not Used. The Cafftfaetaf shall a*st the taps of existii+g ELECTRICAL MANHOLES AND JUNCTION STRUCTURES L-115-6R 3627 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual 115-3.14 Duct extension 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 shall be standard manufactured connectors designed and approved for the purpose. The duct extensions shall be installed according to the concrete encased duct detail and as shown on the plans. METHOD OF MEASUREMENT 115-4.1 Electrical 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 dewatering:; sheeting and bracing; cable racks,grounding, all required backfilling with on-site materials;restoration of all surfaces and finished grading and turfing; all required connections. 115-4.2 Junction Can Plazas 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 dewatering:; sheeting and bracing;junction cans,grounding,ground ring, conduit, all required backfilling with on- site materials; restoration of all surfaces and finished grading and turfing;all required connections. 115-4.3 Ground rods shall not be included for measurement with the structures but shall be paid separately in another section of these specifications. 115-4.3 Replace Existing Handhole Lids shall be measured by each unit completed in place and accepted. The following items shall be included in the price of each unit.Measurement of existing handhole lid,procurement and installation of replacement lid sized to match existing opening in accordance with the project drawings, and disposal of existing handhole lid off-site in accordance with local laws and codes. BASIS OF PAYMENT 115-5.1 The accepted quantity of 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 other structures as may be required to complete the item as shown on the plans and for all labor, equipment,tools and incidentals necessary to complete the structure. ELECTRICAL MANHOLES AND JUNCTION STRUCTURES L-115-7R 3628 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual Payment will be made under: Item L-115-1 L-867D Base Can, with 318" Thick Blank Coverplate, in Turf Areas- Per Each Item L-115-2 4'x 4'x 4, Handhole, FAA Power and Control-Per Each Item L-115-3 Junction Can Plaza, 2-Can -Per Each Item L-115-4 Junction Can Plaza, 4-Can -Per Each Item L-115-5 Replace Existing Handhole Lid- Per Each 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. American National Standards Institute/Insulated Cable Engineers Association (ANSI/ICEA) ANSI/IEEE STD 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System Advisory Circular(AC) AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-42 Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and Accessories AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-53 Airport Lighting Equipment Certification Program Commercial Item Description(CID) A-A 59544 Cable and Wire, Electrical(Power, Fixed Installation) ASTM International(ASTM) ASTM A27 Standard Specification for Steel Castings, Carbon, for General Application ASTM A47 Standard Specification for Ferritic Malleable Iron Castings ASTM A48 Standard Specification for Gray Iron Castings ELECTRICAL MANHOLES AND JUNCTION STRUCTURES L-115-8R 3629 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual ASTM A123 Standard Specification for Zinc (Hot Dip Galvanized)Coatings on Iron and Steel Products ASTM A283 Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates ASTM A536 Standard Specification for Ductile Iron Castings ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement ASTM A897 Standard Specification for Austempered Ductile Iron Castings ASTM C144 Standard Specification for Aggregate for Masonry Mortar ASTM C150 Standard Specification for Portland Cement ASTM 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-70 National Electrical Code (NEC) END OF ITEM L-115 ELECTRICAL MANHOLES AND JUNCTION STRUCTURES L-115-9R 3630 Florida Keys Marathon International Airport 4/24 Monroe County Relocate Runway 7-25 Bid Documents Project Manual THIS PAGE INTENTIONALLY LEFT BLANK ELECTRICAL MANHOLES AND JUNCTION STRUCTURES L-115-1OR 3631 N0110NMSNOO TJ09 lON-019 a OA 03-1 flb 0 4 4N3031(INV N ¢ 1 o:)e sgc o _ p, SNOIlVIA32�99V g o 'S133HS 30 X34NI `(� .R.,,,�,^ ZIOZ £-W110N300V l YJ OV LQ -O 2 w - z O tt § - O _ 1wOG O z Q w mwnm O aZ O O Y �Oz¢S LLFS w � � w m H H K O T F LL W U mw m w� O as F m m ti_wF �Q O¢ x 9 El W I �� x . �o J r- Oy - Oo m0 d D - - �O w z 77 O H�tt �zwwzi� Faf _ 3w _ _ .w w� w0 - UZ 1OF_)Jm _ - cOirrctt¢V>H>w wocwiw�awO�dv¢i woo ww off' p¢O a¢ m O DOOO�OwOOO�DOW¢OwttmO¢¢ wows W.2g DapzWtt��zQpz r�VjQx ----- - -1 59- -- - - jO�aOw�O¢wz¢¢Ow�za�adT --- - F a aaaaaaaaar[¢K¢ttr[K¢Vr[K¢ttKKtt✓JiNmNmyNNNNu~i u~i u~iadFFF��Frn��>»»»S w _ a5¢ ~ a mdaaammdaaw�rc-ww 0 �0 4 LL a a z - s� -w -� w z� WF. ¢� azU a a_ a i o000 _� ow ? az mw w wzo�a zz wg or �`_-` m w z w ao h z�z�a ogw a� - �~ a i°www ¢ m w _ �w �ss� a�a o� _ _ o w a�wwww z zmWDQ�z a,z-,z�WWz_�F�°aa�w w.am¢� pz>¢'a aw 'ate - zi�Qw - zFz ? ww wrc� �� s a zoauLLrc z o�z_�w zap aw c'�zoowLL��> zF���oz aQm oU¢ �J- wo=� i�o�zz�wJwzow�Nwo oxLLLLoo O z z mr�.wwawzrcmzo �z r` xaozow3 �m�m ozgmizwzazo�y�aoaa F -z�xpzoxxo as U� maw, _xo�aaz�a�oJ�>aaww�oazza�a��lua wzzzw,�daLL�i��_wx�-a��z� a���,y� �w Q _ ��Fz��z��xzmmv�izwzzoo�m=¢�woNwwa��wo��'w o 3s caw�at¢3w�o�w �F� w zo warcaso»aw�oarcoo�3rc¢a zx�zzaxxxww3�z_w o_oizZzo�� �w_ oo�¢ozzu•m�a0000� > ¢¢¢¢¢¢mmmmm a-u�oowwwwwwwwww www w w w wwwwwac�aaixxxx__� �wsw�s���.�s�zzzzz000aaaaam w m ...m m.mom -w00000mc'�oo wzwwwwa a,wLL�LLamw vw,�ido� �oa�J o aa¢a _ _ m �aauaaaaa www._www wwLL ac�c�c�xxxxxew°'» ,z000ddaa dad z3 - � hyyh� hy 3 5 5 _ _ _ _ _ _ o G G G G G G G G x o 5 5 3 3 5 "s 15 lo 3 o - - z� z w oZSPe�oz3�da�o,d�M9s�33�6�ox3aN�-�oo,uM�a��oo��E��,�e��3�oad.Z�� 3632 NOIlOnMSN00 T 09 lON-019 a OA 03-1 ���0�� „� 5 �" a3� S31111Nvno m o W 30)abjv vs E c LV v o o a o Q o 0 0 'a U! Ni F� F Z' 3 - w ............E 0 'a Q, ill", L An-g— I - G - - o - aS z 5 us 3 Y k i G 3 G G G G G S a g a a o d 6 s o w w z o w o 3 G u G o �o - « ¢ � o a d 3 3 w � r .........E ..........E 3633 N0110NMSN00 TJ09 lON-019 a OA 09-1 Do L .„.� m�rvov.vvs3u� y r q p 5 S�IHl341N3Wdif1CO m o L Lr r Ul W j - Ill MKOV CD /% CD LLJ jj i iii����� � o" W g 2 CD o j ? Q V I � 4i fl Y III CD z 4 'il f w %0 1w��il p F A 21 � g m UJ w X N .-t w J m w i i �SPtizo�3�da�o,d,Ma�,nVANN11Hs�,a,3��aro-oob�M�9��oo/��E� �����3�oadEza�� 3634 N0110NMSN00 TJ09 lON-019 a OA 09-1 �,. uwuiw.a vas �; 1 �� q p 9 SlIVl341N3Wdif1D3 m o uj iinVn WMA103l3 Al 3 W �, ®� wl MKOV £-IY110N300ti l iJ CD L Lr 1 W J W /y f 111111111111111111. � N Z.. + y w N / �SPtizo�3�da�o,d,Ma�,nVA�N11Hs�,a,3��aro-oobM�9��oo���W �����3�oadEza�� 3635