TOWN OF ADDISON PLANS, CONSTRUCTION SPECIFICATIONS AND CONTRACT DOCUMENTS PAVING REPAIR AND STORM SEWER MODIFICATIONS FOR THE FUEL TRUCK ROADWAY -----'------WI N 0 HNTB Corporation 5910 W. Plano Parkway, Suite 200 Plano, TX 75093 July, 2004 I i . , ! I I •i Section AB Section PF SectionCA SectionPrB Section PyB SectionMB Section GP Section SP Appendix TABLE OF CONTENTS. Advertisements for Bids Proposal Form Contract Agl1!ement Performance Bond Payment Bond Maintenance Bond General Provisions Special Provisions Plan Sheets and Details 1 Cover Sheet 2 Project Layout 3-6 Pavement Repair Areas 7-14 Details and Typical Sections ,, TOC-J SECTIONAB ADVERTISEMENT FOR BIDS 1. Sealed bids addressed to the Town of Addison, Texas, for the Construction of Paving Repair and Storm Sewer Modification for the Fuel Truck Roadway at the Addison Airport, for the Town of Addison, Texas, hereinafter called "Town", in accordance with the plans, specifications and contract documents prepared by HNTB Corporation, will be received at the office of Ms. Minok Suh, Purchasing Coordinator, Finance Building, 5350 Belt Line Road, Dallas, Texas until 2:00 p.m. on Wednesday, the 28th day of July, 2004. Bids received by the appointed time will be opened and read aloud. Any bids received after closing time will be returned unopened. 2. The contractor shall identify his bid on the outside of the envelope by writing the words -PAVING REpAIR AND STORM SEWER MODIFICATION FOR THE FuEL TRUCK ROADWAY. 3. Bids shall be accompanied by a cashier's check or certified check upon a national or state bank in an amount not less than five percent (5%) of the total maximum bid price payable without recourse to the Town of Addison, or a bid bond in the same amount from a surety company licensed by the State of Texas to act as a Surety, or a Binder of Insurance executed by a surety company licensed by the State of Texas to act as a surety or its authorized agent as a guarantee that the bidder will enter into a contract and execute a Performance Bond within ten (10) business days after notice of award of contract to him. 4. Plans, specifications and bidding documents may be secured beginning at 9:00 a.m. on Friday, the 9th day of July, 2004 from Ms. Minok Suh, Purchasing Coordinator; Finance Building, 5350 Belt Line Road, Dallas, Texas. 5. The right is reserved by the Mayor and the Town Council as the interest of the Town may require to· reject any or all bids and to waive any informality in bids received. 6. The Bidder (Proposer) must supply all the information required by the Proposal Form. 7. A Performance Bond. Labor and Material Payment Bond, and Maintenance Bond will be required by the Owner; each Bond shall be in the amount of 100% of the total contract amount. Bonds shall be issued by a surety company licensed by the State of Texas to act as a Surety. The performance and payment bonds shall name the Town of Addison as obligee (or such other entities as may be designated at the time a contract is executed). . 8. For information on bidding or to secure bid documents, call Ms. Minok Suh, (972) 450-7091:. For , information on the work to be performed, call Jim Pierce, P.E., Assistant Public Works Director, ' (972) 450-2879 or Mike Hutchison, P.E., HNTB Corporation. (972) 661-5626. 9. This project consists of providing Pavement Repair and Storm Sewer Modification as shoyro on the plans and in accordance with these specifications. . ." 10. A Mandatory Site Visit will be held at 2:00 p.m. on Monday. the 19th day of July, 2004 beginning at the Addison Service Center, 16801 Westgrove Drive, Addison, Texas 75001, 972450-2871: All bidders are required to attend. Lack of attendance will be considered non-responsive and a bid will not be accepted from anyone not attending. .., AB-l i I I SECTIONPF PROPOSAL FORM I i PF-l of 10 SECTIONPF PROPOSAL FORM _____,20_ TO: The Honorable Mayor and Town Council Town of Addison, Texas Gentlemen: The undersigned bidder, having examined the plans, specifications and contract documents. and the location of the proposed work, and being fully advised as to the extent and character of the work, proposes to furnish all equipment and to perfonn labor and work necessary for completion of the work described by and in accordance with the Plans, Specifications and Contract for the following prices, to wit: Signed By: _____________ ACKNOWlEDGEMENT OF ADDENDA: The Bidder acknowledges receipt of the following addenda: Addendum No.1 Dated: _________ Addendum No. 2 Dated: _________ Addendum No.3 Dated: _________ Addendum No.4 Dated: _________ Addendum No.5 Dated: _________ Addendum No.6 Dated: _________ PF-2 of 10 I PROPOSAL FORM Place _____________ Dare _______________ Proposalof __________________________________! a Corporation organized and existing under the laws of the State of ___________________-'.-' OR Proposruof ___________________________________ a partnership consisting of ____________________________________________ and ______________________________ OR Proposruof __________________________� �aninmvidurutramngas _________________________________. OR Proposruof ______________________________________, a Joint Venture consisting VA____________________________________________ and __________________________________________________ TO: Town of Admson, Texas Serued bids addressed to the Town of Adffison, Texas, for the Construction of Paving Improvements for the PAVING REPAIR AND STORM SEWER MODIFICATION FOR THE FuEL TRUCK ROADWAY project for the Town of Admson, Texas, hereinafter cruled "Town", in accordance with the plans, specifications and contract documents prepared by HNTB Corporation, . will be received at at the office of Ms. Minok Suh, Purchasinl Coormnator, Finance Builmng, 5350 Belt Line Road, Admson, Texas until 2:00 p.m. on the 28 day of July, 2004. Bids received by the appointed time will be opened and read ruoud. Any bids received after stated time will be retumed unopened. The undersigned Bidder, having visited the site of the work, having examined the Plans, i.e Specifications, and other Contract Documents, inclumng all Addenda, and being familiar with rui of the conmtions relating to the proposed project, hereby proposes to furnish all marerial, supplies, equipment, and appliances specified for the project and to fumish all lal;JQr, tools,. equipment and incidentrus to complete the work in accordance with the Specifications; lind other Contract Documents at and for the unit prices proposed herein: PF·30f1O BASE BID PAVING REPAIR AND STORM SEWER MODIFICATION FOR THE FUEL TRUCK ROADWAY 1 IComplete in Place, for the Sum of I_________________________ue'''arsand 1______________________ Cents per unit IComplete in Place, for the Sum at and 1______________________ Cents per Unit TOTAL AMOUNT BID FOR MATERIALS AND SERVICES, BASE BID, ITEMS 1 THROUGH 2,INCLUSlVE: $---------------------WRITTE N IN WORDS: NOTE: FILL OUT NEx:F SHEET .. , • PF-40110 I ADDITIVE ALTERNATE 1 PAVING REPAIR AND STORM SEWER MODIFICATION FOR THE FUEL TRUCK ROADWAY ICoITlol"te in Place, for the Sum of I_______________________vv"."and 1___________________ CenlS per unit TOTAL AMOUNT BID FORlvlATERlALS AND SERVICES, ADDITIVE ALTERNATE I, ITEMl: $--------------------WRITTEN IN WORDS: NOTE: FILL OUTNEXT SHEEr .. . , PF· 5 of 10 .1 ADDITIVE ALTERNATE 2 PAVING REPAIR AND STORM SewER MODIFICATION FOR THE FUEL TRUCK ROADWAY ICornpJerte in Place, for the Sum of I_______________________vu"... and 1___________________ Cents per unit TOTAL AMOUNT BID FOR l>:IATERIALS A,"'D SERVICES, ADDITIVE ALTERNATE 2, ITEM1: $--------------------, WRITTEN IN WORDS: NOTE: FILL OUT NEXT SHEET PF-6of1O ADDITIVE ALTERNATE 3 PAVING REPAIR AND STORM SEWER MODIFICATION FOR THE FUEL TRUCK ROADWAY I Complete in Place, for the Sum of I---________________􀁾􀁶􀀢􀀢􀀧􀀮􀀬􀁾􀁾􀀠1______________________ Cents per unil IComplete in Place, lor the Sum 01 I_________________________uu,"a'.and 1______________________ CenlS per unn IComplete in Place, forthe Sum at 1________________________JU'''a'Sand 1___________________ Cents per unit ICompllete in Place, for the Sum of I____________________􀁾􀀢􀁤􀀧􀀬􀁡􀁮􀁤􀀠1___________________ Cents per unit ICampllele in Place, for the Sum at 1______________________UU"d.. 􀁾􀁤􀀠1_____________________ ',","',<> per unIt 1Camolle!e in Place, lor ti1e Sum 01 ___________________􀁾􀁵􀀢􀁤􀀧􀁾􀁡􀁮􀁤􀀠1_____________Cents per unit TOTAL AMOUNT BID FOR MATERIALS AND SERVICES, ADDITIVE ALTERNATE 3 ITEMS 1 THROUGH 6, INCLUSIVE: $---------------------WRITIEN IN WORDS: NOTE: FILL OUTNEXT SHEET .. PF-70110 ADDITIVE ALTERNATE 4 PAVING REPAIR AND STORM SEWER MODIFICATION FOR THE FUEL TRUCK ROADWAY . \ ICOInpl',te in Place, for the Sum of I_______________________􀁶􀁶􀀢􀁡􀀮􀁯􀁡􀁾􀀠1___________________ Cents per unU TOTAL AMOUNT BlDTORMATERlALS AND SERVICES,ADDITrvE ALTERNATE 4, ITEM I: $-------------------WRITTEN IN WORDS: NOTE: FILL OUT NEXT SHEET .. , PF· 8of10 ------------------------------------------------------------------------------------------------BID SCHEDULE SUMMARY PAVING REPAm AND STORM SEWER MODIFICATION FOR THE FUEL TRUCK ROADWAY TOTAL OF BASE BID: $ WRITTENINWORDS: ____________________ TOTAL OF ADDITIVE ALTERNATE 1: $ WRITTENINWORDS: ____________________ TOTAL OF ADDITIVE ALTERNATE 2: $ WRITTEN INWORDS: ____________________ TOTAL OF ADDITIVE ALTERNATE 3: $ WRITTENINWORDS: ____________________ TOTAL OF ADDITIVE ALTERNATE 4: $ WRITTEN IN WORDS: _____________________ NOTES: 1. All items, labor. materials, equipment, facilities. incidentals, and work required for construction'· of the : project are to be provided and installed by the ConlTaclor as part of the project and payment for the ,cost of . such shall be included in the price bid for the construction of the project. 2. Prices must be shown in words and figures for each item listed in this proposal. In the event of discrepancy, the words shall control. 3. It is understood that the Bid Security shall be collected and retained by the Owner as liquidated d"1l1'ges in the event a contract is made by the Owner based on this proposal within ninety (90) calendar days after ;/. receiving bids and the undersigned fails 10 execute the conlIact and required bonds within ten (10) days . from the date the ConlTactor is notified and has received the conformed documents. After this period, if the contract has been executed and the required bonds have been submitted, the said Bid Security shall be returned to the undersigned upon demand. 4. One contract will be awarded based on the total value of the base bid plus any combination of additive alternates as determined by the Owner after the bid opening. Bidder's Tax I.D. No. or Employer No. PF-90/10 j The undersigned Bidder agrees that this bid may not be withdrawn for a period of sixty (60) days after the opening of the bids. In subtnitting this bid, it is understood by the undersigned Bidder that the right is reserved by the Town of Addison to reject any and all bids. Namc of Bidder BY: __􀁾________________________________________________ 􀁾􀀠(Signature) (Print Name and Title) 􀁖􀁖􀁩􀁭􀁥􀁳􀁳􀀺􀁾____________________________________________________________ (Signature) (Office Address of Bidder) Bidder's Tax LD. No. or Employer No. SEAL (IfBidder is a Corporation) NOTES: Sign in ink. Do not detach. PF-lOoflO SECTIONCA CONTRACT AGREEMENT : ! CA·} SECTIONCA CONTRACT AGREEMENT STATE OF TEXAS COUNTY OF DALLAS THIS AGREEMENT is made and entered into this __ day of , 20_, by and between the Town of Addison, of the County of Dallas and State of Texas, acting through its Mayor or City Manager, thereunto duly authorized so to do, Party of the First Part, hereinafter termed the OWNER, and , of , the City of , County of _____---,____ State of , Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payment and agreement hereinafter mentioned, to be made and performed by the OWNER, the said CONTRACTOR hereby agrees with the said OWNER to co=ence and complete construction of certain improvements as follows: Paving Repair and Storm Sewer Modification for the Fuel Truck Roadway and all extra work in connection therewith, under the terms as stated in the General and Specific Provisions of the AGREEMENT; and at his own proper cost and expense to furnish all the materials, supplies, machinery, equipment, tools, superintendence, labqr, insurance and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto and in accordance with the Advertisement for Bids, Instructions to Bidders, General Provisions, Special Provisions, Plans, and other drawings and printed or written explanatory matter thereof, and the Technical Specifications and Addenda thereto, as prepared by the OWNER, each of which has been identified by the endorsement of the 􀁃􀁏􀁎􀁔􀁒􀁁􀁃􀁔􀁏􀁾􀀠and the OWNER thereon, together with the CONTRACTOR's written Proposal and the General Provisions, all of which are made a part hereof and collectively evidence and constitute the entire AGREEMENT. The CONTRACTOR hereby agrees to commence work within ten (10) calendar'days after the date of written notice shall have been given to him, and to complete all '!'IOrk within 45 days after he commences work, subject to such extensions of time as are provided by the General Provisions. . The OWNER agrees to pay the CONTRACTOR $ in current funds for the performance of the Contract in accordance with the Proposal submitted thereof. subject to additions and deductions, as provided in the General Provisions, and to make payments of account thereof as provided therein. CA-2 IN WITNESS THEREOF, the parties of these presents have executed this AGREEMENT in the year and day first above written. TOWN OF ADDISON ATTEST: (OWNER) City Secretary Party of the Second Part (CONTRACTOR) ATTEST: By:___________ The following to be executed if the CONTRACTOR is a corporation: I, , certify that I am the secretary of the corporation named as CONTRACTOR herein; that , who signed this Contract on behalf of the CONTRACTOR is the of said corporation; that said Paving Repair and Storm Sewer Modification for the Fuel Truck Roadway Contract was duJy signed for and in behalf of said corporation by authority of its governing body, and is within the scope of its corporate powers. Signed:___________...:.. Corporate Seal CA·3 · I i SECTIONPrB PERFORMANCE BOND PrB-l I SECTIONPrB PERFORMANCE BOND STATE OF TEXAS COUNTY OF DAlLAS Date Bond Executed: __________ PRINCIPAL:________________________ SURETY:_______________________________________________􀁾􀀠PENAL SUM OF BOND (express in words and figures): ______________ DATEOFCONTRACT: ______________________ KNOW ALL MEN BY THESE PRESENTS, that we, the PRINCIPAL and SURETY above named, are held firmly bound unto The Town of Addison, Texas, hereinafter called the OWNER, in the penal sum of the amount stated above, for the payment of which sum and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally; firmly by these presents. TIlE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas the PRINCIPAL entered into a certain Contract with the OWNER, numbered and dated as shown above and attached hereto; . NOW THEREFORE, if the PRINCIPAL shall well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of said Contract during the. original. term of said Contract and any extension thereof that may be granted by the OWNER, with or without notice to the SURETY, and during the life of any guaranty required under the lSontract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications of said SURETY being hereby waived, then this obligation to be void, otherwise in full force and effect. '., PrB·2 IN WITNESS WHEREOF, the above-bounden parties have executed this instrument under their several seals on the date indicated above, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. SEAL CONTRACTOR By: _____________________ Address: ____________ WITNESS ________ SEAL ATTEST: ________________ SURETY By: _____________ Address: Title: ____________ (Surety to Attach Power of Attorney) CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the secretary of the corporation named as, PRINCIPAL in the within bond that , who signed the said bond on behalf of the PRINCIPAL, is the said corporation; that I know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing body. ,• (Corporate Seal) PrB-3 · I SECTIONPyBI I PAYMENT BOND PyB-j SECTIONPyB PAYMENT BOND STATE OF TEXAS COUNTY OF DALLAS Date Bond Executed: _________ PRlNOPAL:___________________________ , PENAL SUM OF BOND (express in words and figures): _____________ DATE OF CONTRACT: _____________________ KNOW ALL MEN BY TIlESE PRESENTS, that we, the PRlNCIP AL and SURETY above named, are held firmly bound unto The Town of Addison, Texas, hereinafter called the OWNER, in the penal sum of the amount stated above, for the payment of which sum and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDmONS OF THIS OBLIGATION ARE SUCH that, whereas the PRINCIPAL entered into a certain Contract with the OWNER, numbered and dated as shown abovy and attached hereto; . NOW THEREFORE, if the PRlNCIPAL shall promptly make payment to all persons slfpplying , labor and materials in the prosecution of the work provided for in said Contract, and any and all duly authorized modifications of said Contract that may hereafter be made, notice Qf which modifications to the SURETY being hereby waived, then this obligation to be void, otherwise to remain in full force and effect. PyB-2 IN WITNESS WHEREOF, the above-bounden parties have executed this instrument under their several seals on the date indicated above, the name and corporate seal of each corporate party being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. SEAL By: _____________________ Address: WITNESS ____ SEAL ATTEST: ________________ By: Address: Title: __________ (Surety to Attach Power of Attorney) CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I am the secretary of the corporation named as. PRINCIPAL in the within bond that , who signed the said bond on behalf of the PRlNCIP AL, is the said corporation; that I know his signature, and his signature thereto is genuine; and that said bond was duly signed, sealed and attested for and in behalf of said corporation by authority of its governing body. (Corporate Seal) PyB-3 SECTIONMB MAINTENANCE BOND MB-I SECTIONMB MAINTENANCE BOND STATE OF TEXAS COUNTY OF DALLAS That ______________ as principal and _______, a corporation organized under the laws of _____ and _______ _____________ as sureties, said sureties being authorized to do business in the State of Texas, do hereby expressly acknowledge themselves to be held and bound to pay unto • the Town of Addison, Texas, a duly incorporated home rule municipal corporation under the laws of the State of Texas, the sum of ($_______) for the payment of which sum will and truly to be made unto said Town of Addison and its successors, said principal and sureties do hereby bind themselves, their assigns and successors, jointly and severally. This obligation is conditioned, however, that whereas said: ., has this day entered into a written contract with the said Town of Addison to build and construct the MB-2 which contract and the Plans and Specifications therein mentioned adopted by the Town of Addison, are hereby expressly made a part hereof as though the same were written and embodied herein. WHEREAS, under the Plans, Specifications and Contract it is provided that the Contractor will maintain and keep in good repair the work herein contracted to be done and performed for a period of two (2) years from the date of acceptance, and to do all necessary backfilling that may arise on account of sunken conditions in ditches, or otherwise, and to do and peIform all necessary work and repair any defective condition growing out of or arising from the improper joining of the same, or on account of any breaking of the same caused by the said Contractor in laying or building the same, or on account of any defect arising in any of said part of said work , laid or constructed by the said Contractor, or on account of improper excavation or backfilling; it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work or labor performed by the said Contractor; and in case the said Contractor shall fail to do, it is agreed that the City may do said work and supply such materials, and charge the same against the said Contractor and sureties on this obligation, and the said Contractor and sureties hereon shall be subject to the liquidated damages mentioned in said contract for each day's failure on its part to comply with the terms of the said provisions of said contract, and planting materials (grasses) will be maintained by the Town of Addison after the time of final completion and acceptance by the Town of Addison and are therefore excluded from the two (2) year maintenance period as required by these presents, NOW THEREFORE, if the said Contractor shall keep and perform its said agreement to maintain said work and keep the same in repair for the said maintenance period of two (2) years, as provided, then these presents shall be null and void and have no further effect; but if default shall be made by the said Contractor in the peIformance of its contract to so maintain and repair said work, then these presents shall have full force and effect, and said Town of Addison shall have and recover from the Contractor and its sureties damages in the premises, as provided, and it is further understood and agreed that this obligation shall be a continuing one against the principal and sureties hereon and that successive recoveries may be had hereon for successive breaches until the full amount shall have been exhausted; and it is further understood that the obligation herein to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. MB-3 IN WITNESS WHEREOF, the said 􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾􀁾has caused these presents to be executed by and the said has hereunto set his hand this the __ day of ____, 20_. SURETY PRINCIPAL By: ______________________ By: _________________ , Attorney in Fact ATIEST 􀁂􀁹􀀺􀁾􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀂭Surety Secretary Agency and Address N01E:Date of Maintenance Bond must not be prior to date of Contract. MB-4 SECTIONGP GENERAL PROVISIONS GP-l GENERAL PROVISIONS 1. The General Provisions of the Contract shall be as stated in the Standard Srecifications for Public Work Construction, North Central Texas Council of Governments (3' Edition, 1998), under Part I, "General Provisions", Items 1.0 through 1.63 inclusive, as amended or supplemented and except as modified by the Special Provisions. 2. The Town of Addison will require the contractor to obtain "Umbrella" Liability Insurance, as described in 1.26.3 of the Standard Specifications for Public Work Construction, North Central Texas Council of Governments (3'd Edition, 1998), under Part I, "General Provisions" . " GP·2 II . . . SECTIONSP SPECIAL PROVISIONS 1. All applicable components of the Federal Aviation Administration (FAA) Advisory Circular No. 150/5370-2E attached hereto and made a part herewith shall be observed under this Contract. Special attention shall be given to Chapter 3, Safety Hazards and Guidelines, which describes requirements of operating adjacent to the Object Free Zone (OFZ) and the Runway Safety Area 􀁾􀁓􀁎􀂷􀀠 SP-l o Advisory u.s. Department of Transportation Federal Aviation CircularAdministration Subject: OPERATIONAL SAFETY ON AlRPORTS _D_VRlN__G_CO_N_ST_R_D_CTI_O_N________ 1. THE PURPOSE OF THIS ADVISORY CIRCULAR (AC). Aviation safety is the primary consideration at airports, especiaUy during construction. This AC sets forth guidelines for operational safety on airports during construction. It contains major changes to the following areas: "Runway Safety Area," paragraph 3-2; "Taxiway Safety Areas/Object-Free Areas," paragraph 3-3; "Overview," paragraph 3-4; "Marking Guidelines for Temporary Threshold," paragraph 3-5; and "Hazard Marking and Lighting," paragmph 3-9. 2. WHATTHISAC CAl'lCELS. This AC cancels AC 150/5370-2D, Operational Safety on Airports During Constructton, dated May 31, 2002. 3. READING MATEHIAL RELATED TO THIS AC. Appendix I contains a list ofreading materials on airport construetion, design, and potential safety ha2:atds during construction, as well as instructions for ordering these documents. Many ofthem, including this AC, are available on the Federal Aviation Administration (FAA) Web site. Date: 1/17103 AC No: 15015370-2E Initiated by: AAS.300 Change: 􀁾􀀠4. WHO THIS AC AFFECTS. This AC assists airport operators in complying with 14 Code of Fedoral Regulations (CPR), part 139, Certification and Operation: Land Airports Serving Certain Air Carriers, and with the requirements of airport construction projects receiving funds under the Airport Improvement Program or from the Passenger Facility Charge Program. While the FAA does not require noncertificated airports without grant agreements to adhere to these guidelines, we recommend that they do so as it will help these airports maintain a desirable level of operational safety during construction. 5. ADDITIONAL BACKGROUND INFORMATION. Appendix 2 contains definitions of tenus used in this AC. Appendix 3 provides airport operators.with boilerplate format and language for developing a safety plan for an airport construction project. Appendix 4 is a sample Notice to Airmen form. 􀁾􀀠6. HAZARD LIGHTL'lG IMPLEMENTATI<;:IN:' TIME LINE. Supplemental hazard lighting must be red in color by October 1, 2004. See paragraph 3-9 for more infonnation. DAVID 1.. BENNETT Director, Office of Airport Safety and Standards 1117103 AC 15015370-2E CONTENTS Paragraph CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES ....m ......................_................... 1 I-I. Overview................................. ................................................................................................................................ 1 1-2. Who Is Responsible for Safety During Construction ............................................................................................... 1 CHAPTER 2. SAFETY PLANS ............................................................................. ..................................................3 Section 1. Basic Safety Plan Considerations ....................................................................................................... 3 2·1. Overview................................................................................................................................................................. 3 2-2. Safety Plan Cheeklist. ..............................................................................................................................................3 Section 2. Safety and Security Measures ................................................................................................... , ......... 4 􀁾􀀠2·3. Overview.............................................. ...................................................................................................................4 2-4. Vehicle Operation and Marking and Pedestrian Control. ....................... .................................................................,4 2-5. Construction Employee Parking Areas........................................................................................... ..........................5 2-6. Constrnction Vehicle Equipment Parking ................................................................................................................ 5 2·7. Radio Communieation Training ..................................................................................................................... .......... 5 2-8. Fencing and Gates .........................................................................................................................' ........................... 5 Section 3. Notification of Construction Activities ................................................................................................5 2·9. GeneraL ................................... ................................................................................................................................ 5 2-10. Assuring Prompt Notifications ................................ ................................................................................................ 6 2·11. Notices to Airmen (NOTAMs) ................................................................... ............................................................. 6 2·12. Aircraft Rescue and Fire Fighting (ARFF) Notification ........................................................................... ................ 6 2·13. Notification to the FAA ...........................................................................................................................................6 2-14. Work Scheduling and Accomplishment. ..................................................................................................................6 CHAPTER 3. SAFETY STANDARDS AND GUIDELINES ....................................................m ............................... 7 Section 1. Runway and Taxiway Safety Areas, Obstacle·Free Zones, and Object-Free Areas ................... , ... 7 3·1. Overview........................................................................................................................................................ .........7 3·2. Runway Safety Area (RSA)/Obstaele-Free Zone (OFZ) ..........................................................................................7 3-3. Taxiway Safety Areas/Object-Free Areas ................................................................................................................7 Section 2. Temporary Runway Thresholds ........................................ ..................................................................8 3-4. Overview...................................................................................................................... ........................................... 8 3-5. Marking Guidelines for Temporary Tbreshold ...................................................................................... ;., ............ <,.. 8 3-6. Lighting Guidelines for Temporary Threshold. ....................................................................................... : ............. : . .,9 Section 3. Other Construction Marking and Lighting Activities ................................................. , ....... : ........ , ... 1'0 3-7. Overview........................................... .................................................................................................................... 10 3-8. Closed Runway and Taxiway Marking and Lighting ........................... .........................................:;....................... 10 3-9. Hazard Marking and Lighting ................................................................................................ ............................... 10 3-10. Construction Near Navigational Aids (NAVAIDs)......................................................................... , ...................... 11 3·11. Construction Site Access and Haul Roads .............................................................................................................. 11 3·12. Constrnction Matetial StoekPiling ......................................................................................................... : ................ 11 3-13. Other Limitations on Constrnction ........................................................................................................ ' .............. ;;,.11 .. 3·14. Foreign Object Debris (FOD) Management. ..................... ....................................................................... : ............. 12 Section 4. Safety Hazards and Impacts ...................................................................... ........................................12 3-15. Overview.................................................................................................................................... : .., ................. !..... 12 iii AC 150/5370-2E 1/17/03 Appendices APPEl\'DIX 1. RELATED READING MATERIAL •••__.•.....• _ .•••••••••••..•..•..•..•••••.••••••.•••••.••••••••.•.•••••.••.•••...••.••............ A-1 APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC ..••••.._......................................................................... A-2 APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE................... ..................................__ ....... A-3 APPENDIX 4. SAMPLE NOTAM .......................................................__ ....................................__ •__....__ ................._ _.A-7 iv 1117/03 AC 15015370-2E CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES 1-1. OVERVIEW. Hazardous practices and marginal conditions created by construction activities can decrease Or jeopardize operational safety on airports. To minimize disruption of normal aircraft operations and to avoid situations that compromise the airport's operational safety, the airport operator must earefully plan, schedole, and coordinate construction activities. While the guidance in this AC is primarily used for construction operations, some ofthe methods and procedures described may also enhance dayto..<.tay maintenance operations. 1-2_ WHO IS RESPONSIBLE FOR SAFETY DURING CONSTRUCTION. An airport operator hall overall responsibility for construction activities on an airport. this includes the 􀁰􀁲􀁥􀁤􀁥􀁳􀁩􀁧􀁮􀁾􀀠design, preconstruction, construction. and inspection pbases. Additional information on these responsibilities can be fuund throughout this AC. a. Airport operator's responsibilities-(1) Develop intemally or approve a construction safety plan developed by an outside consultant/contractor that complies with the safety guidelines in Cbapter 2, "Safety Plans," and Appendix 3, «Airport Construction Safety Planning Guide," of this AC. (2) Require contractors to submit plans indicating how they intend to comply with the safety requirements of the project. (3) Convene a meeting with the cOl1'ltruction contractor, consultant, airport employees, and, if appropriatet tenant sponsor to review and mscuss project safety before beginning construction activity. (4) Ensure contact information is accurate for each representative/point of contact identified in the safety plan. (S) Hold weekly or, ifnecessary, daily safety meetings to coordinate activities. (6) Notify users, especially aircraft rescue and fire fighting (ARFF) personnel, of construction activity and conditions that may adversely affect the opemtional safety of the airport via Notices to Airmen (NOTAMs) or other methods, as appropriate. Convene a meeting for review and discussion if necessary. (7) Ensure that construction personnel know ofany applicable airport procedures and of changes to those procedures that may affect their work. (8) Ensure that construction contractors and subcontractors undergo training required by the safety plan. (9) Develop andlor coordinate a construction vehicle plan with airport tenants, the airport traffic control tower (ATet), and construction contractors. Include the vehicle plan in the safety plan. See Chapter 2, section 2, of this AC for additional information. (10) Ensure tenants and contractors comply with standards and procedures for vehicle lighting, marking, access, operation, and communieation. (11) At certificated airports, ensure that each tenant's construction safety plan is consistent with 14 CFRpart 139, Certification and Operations: Land Airports Serving Certain Air Carriers. (12) Conduct frequent inspections to ensure construction contractors and tenants comply with the safety plan and that altered construction activities do not create potential safety hazarda. (13) Resolve safety deficiencies innnediately. (14) Ensure construction access cOmplies with the security requirements of 49 CFR part 1542, Airport Security. (IS) Notify appropriate parties when conditions exist that invoke provisions ofth. safety plan (e.g., implementation onow-visibility operations). b. Construction contractor'S responsibilities-:(1) Submit plans to the airport operator on how to eomply with the safety requirements ofthe project (2) Have available a copy ofthe 􀁾􀁲􀁯􀁪􀁥􀁣􀁴􀀠safety plan. (3) Comply with the safety plan associated with the construction project and ensure that construction personnel are familiar with safety procedures and regulations on the airport. (4) Provide a point of contact who will coordinate an innnediate response to correct any construction-related activity tbat may adversely affect the operational safety of the airport. (5) Provide a safety officer/cons1;ruction inspector fumiliar with airport safety to monitor construction activities. (6) Restrict movement ofconstruction vehicles to construction areas by flagging and barricading, erecting temporary fencing, or providiIig. escorts, as 􀁾􀀠appropriate. .. 1 1117103 AC 150/5370-2E (7) Ensure that no construction employees, employees of subcontractors or suppliers, or other persons enter any part of the air operations areas (AOAs) from the construction site unless authorized. c. Tenant's responsibilities ifplanning construction activities on leased property(1) Develop a safety plan, and submit it to the airport operator fur approval prior 1:0 issuance of a Notice to Proceed. (2) Provide a point of contact who will coordinate an inunediate respollSe to correct any construction-related activity that may adversely affect the operational safety of the airport. (3) Ensure that no tenant or construction employees, employees of subcontractors or suppliers, or any other persons enter any part of the AOA from the construction site unless authorized. (4) Restrict movement of construction vehicles to construction areas by flagging and barricading or erecting temporary fencing. 2 1/17/03 AC 150/5370-2E CHAPTER 2. SAFETY PLANS Section 1. Basic Safety Plan Considerations 2-1. OVERVIEW. Airport operators should coordinate safety issues with the air carriers, FAA Airway Facilities, and other airport tenants before the design phase of the project The airport operator should identify project safety concerns, requirements, and impacts before making arrangements with contractoIS and other peISonnello perform work on an airport. These safety concerns will serve as the foundation for the construction safety plan and help maintain a high level ofaviation safety during the project. The airport operator should delermine the level of complexity of the safety plan that is necessary for each construction project and its phases. The safety plan may be detailed in the specifications included in the invitalion for bids, or the invitation for bid may specify that the contractor develop the safety plan and the airport operator approve it. In the latter case, the invitation for bid should contain sufficient information to allow the contraetor to develop and determine the costs associated with the safety plan. In either case, safety plan costs should be incorporated into the total cost of the project. The airport operator has final approval authority and responsibility for all safety plans. Coordination will vary from formal predesign conferences to informal contacts throughout the duration of the construction project. Details of a specified safety plan, or requirements for a contractor-developed safety plan, shQuld be discussed at the predesign and preconstruction conferences and should include the following, as appropriate: a. Actions necessary before starting construction, including defirting and assigning responsibilities. b. Basic responsibilities and procedures for disseminating instructions about airport procedures to the contractor's personnel. c. Means of separating construction areas from aeronautical-use areas. d. Navigational aid (NA V AID) requirements and weather. e. Marking and lighting plan illustrations. f. Methods ofcoordinating significant ehanges in airport operations with all the appropriate parties. 2·2. SAFETY PLAi'l CHECKLlST. To the extent applicable, the safety plan should address the following: a. Scope ofwork to be performed, including proposed duration of work. b. Runway and taxiway marking and lighting. c. Procedures for protecting all runway anlt taxiway safety areas, obstaele-free ZOnes (OFZs), object-free areas (OFAs), and threshold citing criteria outlined in AC 150/5300-13, AilJ'Ort Design. and as described in this AC. This includes limitations on equipment height and stockpiled marerial. d. Areas and operations affected by the construction activity, including possible safety problems. e. NAV AIDs that could be affected, especially critical area boundaries. f. Methods of separating vehicle and pedestrian construction traffic from the airport movement areas, This may include fencing offconstruction areas to keep equipment operators in restrieted areas in which they are authorized to operate. Fencing, or some other form of restrictive barrier, is an operational necessity in some 􀀮􀁾􀀠cases. g. Procedures and equipment, such as barricades (identify type), to delineate closed construction areas from the airport operational areas, as necessary. . h. Limitations on construction. i. Required compliance of contractor pOlSonne] with all airport safety and secority measures. j. Location of stockpiled construction materials, construction site parking, and access and baul roads. It.. Radio communications. L Vehicle identification. m. Trenches and excavations and cover requirements. 3 AC 15015370-2E 1117103 n. Procedures for notifying ARFF personnel if water lines or fire hydrants must be deactivated or if emergency access routes must be rerouted or blocked. o. Emergency notification procedures for medical and police response. p. Use of temporary visual aids. q. Wildlife management. r. Foreign object debris (FOD) control provisions. s. Hazardous materials (HAZMAT) management. t. NOTAM issuance. u. Inspection requirements. v. Procedures for locating and protecting existing underground utilities, cables, wires, pipelines, and other underground facilities in excavation areas. w. Procedures for contacting responsible representativcslpoints ofcontact for all involved parties. This should include off-duty contact information so an immediate response may be coordinated to correct any construction-related activity that could adversely affect the operational safety of the airport. Particular care should be taken to ensure that appropriate Airways Facilities personnel are identified in the eveot that an unanticipated utility outage or cable cut occurs that impacts FAA NA V AIDs. x. Vehicle operator training. y. Penalty provisions for noncompliance with airport rules and regnlations and the safety plan (e.g., if a vehicle is involved in a runway incursion). z. Any special conditions that affect the operation of the airport and will require a portion ofthe safety plan to be activated (e.g., low-visibility operations, snow removal). Section 2. Safety and Security Measures 2-3. OVERVIEW. Airport operators are responsible for closely monitoring tenant and construction contractor activity during the construction project to ensure continual compliance with aU safety and security requirements. Airports subject to 49 CPR part 1542, Airport Security, must meet standards fur access control, movement of ground vehicles. and identification of construction contractor and tenant personnel. In addition, airport operators should use safety program standards, as described in Chapter 3 oftms AC, to develop specific safety measures to which tenants and construction contractors must adhere throughout the duration of construction activities. General safety provisions are contained in AC 15015370-10, Standards/or SpecIfYing Canstruction 0/Airports, paragraphs 40-05, "Maintenance ofTraffic"; 70-08, "Barricades, Warning Signs, and Hazard Markings"; and 80-04, "Limitation of Operations." At any time during construction, aircraft operations, weather, security, or local airport rules may dictate more s!tingent safety measures. The airport operator should ensure that both general and specific safety requirements are coordinated with airport tenants and ATCT personnel. The airport operator should also include these parties in the coordination of all bid documents, construction plans, and specifications for on-airport construction projects. 2-4. VEIDCLE OPERATION AND MARKING A<"ffi PEDESTRIAN CONTROL. Vehicle and pedestrian access routes for airport construction projects must be controlled to prevent inadvertent or unauthorized entry entry of persons, vehicles, or animals onlo the AOA. This includes aircraft movement and norunovement areas. The airport operator should develop and coordinate a construction vehicle plan with airport tenants, contractors, and the ATCT. The safety plan or invitation for bid should include specific vehicle and pedestrian requirements. The vehicle plan should contain the foUawing items: , D. Airport operator's rules and regulations for _ vehicle marking, lighting, and operation, b. Requirerneots for marking and identifying vehicles in accordance with AC 15015210-5, Painiing, Marking, and Lighting ofVehicles Used on an Ai,?ort. c. Description of proper vehicle operatiorui"on movement and nonmovement areas under normal, lost communications, and emergency conditions. d_ Penalties for noncompliance with driving 􀁲􀁵􀁬􀁾􀁳􀀠and rcgulations. ' e. Training requirements for vehicle drivers to ensure compliance with the airport operator's vehicle rules and regulations. f. Provisions for radio communication training for construction contractor personnel engaged in construction activities around aircraft movement areas, Some drivers, 4 1117103 such as construction drivers under escort, may not require this training. g. Escort procedures for construction vehicles requiring access to aircraft movement areas. A vehicle in the movement are. must have a working aviation-band, two-way radio unless it is under escort Vehicles can be in closed areas without a radio nthe closed area is properly marked and lighted to prevent incursions and a NOTAM regarding the closure is issued. h. Monitoring procedures to ensure that vehicle drivers are in compliance with the construction vehicle plan. i. Procedures for, if appropriate, personnel to control access through gates and fencing or across aircraft movement areas. 2-5. CONSTRUCTION EMPLOYEE PARKING AREAS. Designate in advance vehicle parking areas for contractor employees to prevent any unauthorized entry ofpersons or vehicles onto the airport movement area. These areas should provide reasonable contractor employee access to the job site. 2-6. CONSTRUCTION VEHICLE EQUIPMENT PARKING. Construction employees must park and service all construction vehicles in an area designated by the airport operator outside the runway safety areas and OFZs and never on a closed taxiway or runway. Employees sbould also park construction vehicles outside the OFA when not in use by construction personnel (e.g., overnight, on weekends, or during other periods when construction is not active). Parking areas must not obstruct the clear line of sight by the ATCT to any taxiways or runways under air traffic control nor obstruct any runway visual aids, signs, or navigational aids. The FAA must also study those areas to determine e£fuets on 14 CFR part 77, Objects Affecting Navigable Airspace, surfaces (see paragraph 2-13 for further information). 2-7. RADIO COMMUNICATION TRAINING. The airport operator must ensure that tenant and construction contractor personnel engaged in activities involving unescorted operation on aircraft movement AC 15015370-2E areas observe the proper procedures for communications. induding using appropriate radio frequencies at airports with and without ATCTs. Training of contractors on proper corrununication procedures is essential for maintaining airport operational sarety. When operating vehicles on or near open runways or 􀁴􀁡􀁸􀁩􀁷􀁡􀁹􀁾􀀠construction personnel must understand the critical importance ofmaintaining radio contact with airport operations, ATCT, or the Common Traffic Advisory Frequency, which may include UNICOM, MULTlCOM, or one ofthe FAA Flight Service Stations (FSS), as directed by airport management. Vehicular traffic crossing active movement areas must be controlled either by two-way radio with the ATCT, escort, flagman, signal light, or other means appropriate for the particular airport. Vehicle drivers must confirm hy personal observation that no aircraft is approaching their position when given clearance to cross a nmway. In addition, it is the responsibility of the escort vehicle driver to verify the movement/position ofall escorted vehicles at any given time. Even though radio communication is maintained, escort vehicle drivers must also familiarize themselves with ATCT light gun signals in the event of radio failure (see the FAA safety placard "Ground Vehicle Guide to Airport Signs and Markings"). This safety placard may be ordered through the Runway Safety Program Web site at http;/lwww.faarsp.org or obtained from the Regional Airports Division Office. 2·8. FENCING AND GATES. Airport operators and contractors must take care to maintain a high level of safety and security during construction when access points are created in the security fencing to permit the passage of construction vehicles or personnel. Temporary gates should be equipped so they can be securely closed and locked to prevent access by animals and people (especially minors). Procooures should be in place to ensure that only authori,?,ed persons and vehicles have access to the AOA and to prohibit " "piggybacking" behind another person or vehiCle. TheDepartment of Transportation (DOT) document -DOTIFAAJAR-OOI52, Recommended Security Guidelines for Airport Planning and Construction, provides more specific information on fencing. A coPy:of this document can be obtained from the Airport Consultants Council, Airports Council International, or 􀁁􀁭􀁥􀁲􀁩􀁾􀁡􀁮􀀠Association ofAirport Executives. Section 3. Notification of Construction Activities 2-9. GENERAL. In order to maintain the desired levels of operational safety on airports during construction activities, the safety plan should contain the notification actions described below. 5 AC 15015370-2E 1/17/03 2-10. ENSURING PROMPT NOTIFICATIONS. The airport operator should establish and follow procedures for the immediate notification ofairport users and the FAA of any conditions adversely affecting the operational safety of an airport. 2-11. NOTICES TO AIRMEN (NO TAMS). The airport operator must provide information on closed or hazardous conditions on airport movement areas to the FSS so it can issue a NOTAM. The airport operator must coordinate the issuance, maintenance, and cancellation of NOTAMs about airport conditions resulting from construction activities with tenants and the local air traffic facility (control tower, approach control, or air traffic control center. Refer to AC 15015200-28, Notices 10 Airmen (NOTAMs) for Airporl Operators, and Appendix 4 in this AC for a sample NOTAM form. Only the FAA may issue Or cancel NOTAMs on shutdown or irregular operation ofFAA-owned facilities. Only the airport operator or an authorized representative may issue or cancel NOTAMs on airport conditions. (The airport owner/operator is the only entity funt can close Or open a runway.) The airport operator must file and maintain this list of authorized representatives with the FSS. Any person having reason to believe that a NOT AM is missing, incomplete, or inaccurate must notify the airport operator. 2-12. AIRCRAFT RESCUE AND FIRE FIGHTING (ARFF) NOTIFICATION. The safety plan must provide procedures for notifying ARFF personnel, mutual aid providers, and other emergency services if construction requires shutting off or otherwise disrupting any water line or fire hydrant on the airport or adjoining areaS and if contractors work with hazardous material on the airfield. Notification procedures must also be developed for notifYing ARFF and all other emergency personnel when the work performed will close or affect any emergency routes. Likewise, the procedures must eddress appropriate notifications when services are restored. 2-13. NOTIFICATION TO THE FAA. For certain airport projects, 14 CFR part 77 requires notification to the FAA. In eddition to applications made for Federally funded construction, 14 CFRpart 157, Notice of Construction, Alteration, Activation, and Deactivation of Airports, requires that the airport operator notifY the FAA in writing whenever a non-Federally funded project involves the construction of a new airport; the construction! realigning, altering, activating, or abandoning of a runway, landing 􀁳􀁴􀁲􀁩􀁰􀁾􀀠or assoeiated taxiway; or the deaetivation or abandoning of an entire airport. Notification involves submitting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA Regional Airporta Division Office or Airports District Office. Also, any person proposing any kind of construction or alteration ofobjects that affect navigable airspace, as defined in 14 CFR part 77 must notifY the FAA. This includes construction equipment and proposed parking areas for this equipment (I.e., cranes. graders, etc.). FAA Form 7460-1, Notice oUroposed Construction or ... Alteration, can be used for this purpose and submitted to the FAA Regional Airports Division Office or Airports District Office. (See AC 70n46()"2, Proposed Constroclion or Alteration a/Objects thai May Affect the Navigable Airspace.) If construction operations require a shutdown ofan airport owned NA VAID from service for more than 24 hours or in excess of 4 hours daily on consecutive days, we recommend a 45-day minimum notice prior to facility shutdown. Coordinate work for a FAA owned NA VAID shutdown with the local FAA Airways Facilities Office. In addition, procedures that address unanticipated utility outages and cable cuts that could impact FAA NA V AIDs must be addresSed. 2-14. WORK SCHEDULING AND ACCOMPLISHMENT. Airport operators--uniess the runway is closed or restricled to aircraft operations, requiring a lesser standard RSA A·3 AC 15015370·2E 1117103 that is equal to the RSA available during • Coordinate construction activity with the construction. Airport Traffic Control Tower (ATCT) and FAA Regional Airports Division Office or • Prevent personnel, material, and/or Airports District Office, and through theequipment, as defined in AC 150/5300·13, airport operator, issue an appropriateParagraph 306, "Obstacle Free Zone NOTAM.(OFZ)," from penetrating the OFZ. Complete theJallawing chart to determine the area that must be protected along Ihe runway edges: . , 'See AC 15015300-13, Allport Design, to complete the chart for a specific runway. b. Procedures for protecting runway ends. • Prevent personnel, material, and/or equipment, as defined in AC 150/5300-13, from penetrating• Maintain the RSA from the runway the obstacle-free zone.threshold to a point at least the distance from the runway thteshold as existed before • Ensure adequate distance for blast protection is construction activity-unless the nmway is provided, as needed. closed or restricted to aircraft operations, requiring an RSA that is equal to the RSA • Coordinate construction activity with the ATCT and FAA Regional Airports Division Office orlength available during construction in Airports District Office, and through the airportaccordance with AC 150/5300-13. This operator, issue an appropriate NOTAM. may involve the use of declared distances and partial runway closures (see AC • Providc a drawing showing the profile of the 150/5370·2 for exceptions). appropriate surfaces of each runway end 􀁷􀁨􀁥􀁾􀀠construction will take place. Where operations • Ensure all personnel, materials, andlor by turbojet aircraft are anticipated, review equipment are clear of the applicable takeoff procedures and jet blast characteristici:: of threshold siting criteria surface, as defined aircraft and incorporate safety measures forin AppendiJ( 2, "Threshold Siting construction workers in the contract documents.Requirements," ofAC 150/5300-13. ,, A-4 1117103 AC 15015370-21: Complete the following chart to determine the area that must be protected bifore the runway threshold: Runway.End. Airplane ..... . Approacli,-.. 􀁩􀁐􀁲􀁬􀁯􀁲􀁴􀁾􀀠.thli 􀁔􀁨􀁲􀁥􀁳􀁨􀁯􀁬􀁤􀀢􀀮􀀧􀀮􀁾􀀧.. 􀀺􀁃􀁾􀁟􀁴􀁥􀁧􀀿􀁾􀀺􀀢􀁾􀀢􀀠". 􀀮􀁾.... ___ 􀀢􀁟􀀧􀀮􀁾􀀧􀀠-􀀬􀀭􀀺􀁾􀀭__:FEET __: 1 to (lbreshold) __:FEET __: I to (threshold) __.·FEET __: 1 to (threshold) __.FEET __: 1 10 (Ibreshold) 'See AC 150/5300-13, Airport Design, to complele the chart for a specific runway. 5. MARKING AND LIGHTING FOR TEMPORARY THRESHOLDS. Marking and lighling for a temporary tbreshold is__/is not__ required. The airport owner or contractor, as specified in the contract, will furnish and maintain markings for temporary thresholds. Precision approach path indicators (PAPIs) or runway end identification lights (REIL) are__lare not __ required. The airport owner or contractor, as specified in the contract, will furnish and install all temporary lighting. Include appropriate items per AC 150/5370-2, Chapter 3, "Safery St.ndems and Guidelines." gmarking and lightingfor the temporary threshQld is not required, delete this section ofthe safety plan. g visual aids and/or markings are necessary, provide details. (Include applicable 14 CFR part 77 surfaces in the contract documents.) o. CLOSED RUNWAY MARKINGS AND LIGHTING. The following must be specified for elosed runways. Closed runway marking are __/are nOI__ required. Closed runway markings will be as shown on the pJans__/as furnished by the airport owncc__/other__ (specify). Barricades, flagging, and flashers =__/are not __required at Taxiway __ and Runway __and will be supplied by the airport __/other__( specify). 7. HAZARDOUS AREA MARKING AND LIGHTING. Hazardous areas on the movement arca will be marked with barrieades, traffie cones, flags, or flashers (specify). These ma!kings restrict access and makc hazards obvious to aircraft, personnel, and vehicles. During periods of low visibility and at night, identify hazardous areas with red flashing or steady-burning lights (specify). The hazardous area marking and lighting will be supplied by the airport operatorlcontractor, as specified in the contract, and will be depicted on the plans. 8. TEMPORARY LIGHTING AND MARKING. Airport markings, lighting, and/or signs will he altered in the following manner (specify) during the period from __to ___. The alterations are depicted on the plans. 9. VEmCLE OPERATION MARKING AND CONTROL. Include the following previsions in the eonstruction contract, and address them in the safety plans: •• When any vehicle, other than one that has prior approval from the airport operator, must travel over any portion of an aircraft movement area. it will be eseorted and properly identified To operate in those areas during daylight hours, the vehicle must have a flag or beacon. attached to it Any vehicle operating on the movement areas during hours of darkness or redueed visibility must be equipped with a flasbing dome-type light, the eolor Of which is in accordanee with local or state codes. . b. It may be desirable to elearly identify the vehicles for eontrol purposes by either assigned initials or numbers that are prominently displayed on each side of the vehicle. The identification symbols should be at rninirrmm 8-inch (20-cm) block-type chaiacters ofa contrasting color and easy to read. They may be applied either by using tape or a watcr-soluble paint (0 faeilila!;:.. removal. Magnetic signs are also acceptable. In addition, vehicles must display identifieation media, as specified in the approved security plan. (This section should be revised to con/onn to the airport 􀁯􀁰􀁥􀁲􀁾􀁲􀁯􀀮􀁲􀁽􀁳􀀠requirements.) 􀁾􀀠 A-5 1117103 AC 150/5370-2E c. Employee parking shall be -.--:---;--:---:--;-;--c;-----,:---,--(specify location), as designated by the airport manager 􀁾􀁟􀀯􀀠project engineer ___lother__(specify). d. Access to the job site shall be via._-;-;--;-__. (specify route), as shown on the plans ___ldesignated by the engineer ___ldesignated by the snperintendent___ldesignated by the airport manager___lother___(specify). e. At 14 CFR part 139 eer!ificated and towered airports, all vehicle operators having access to the movement area must be familiar with airport procedures for the operation ofground vehicles and the consequences of noncompliance. f. If the airport is certificated andIor has a security plan. the airport operator should check for guidance on the additional identification and control of construction equipment. 10. NAVlGATIONALAIDS. The contractor must not conduct any construction activity within navigational aid restricted areas without prior approval from the loeal FAA AilWay Facilities sector representative. Navigational aids inelude instrument landing system components and very high-frequency omnidirectional range, airport surveillance radar. Such restricted areas are depicted on construction plans. 11. LlMlTATIONSON CONSTRUCTION. Additional limitations on construction include-a. Prohibiting open-flame welding or torch cutting operations unless adequate fire safety precautions are provided and these operations have been authorized by the airport operator (as tailored to conform to locol requirements and restrictions). b. Prominently marking open trenches, excavations, and stockpiled materials at the construction and lighting these obstacles during hours ofrestricted visibility and darkness. c. Marking and lighting closed, deceptive, and hazardous areas on airports, as appropriate. d. Constraining stockpiled material to prevent its movement as a result ofthe maximum anticipated aircraft blast and forecast wind conditions. 12. RADIO COMMUNICATIONS. Vehicular traffic located in or crossing an active movement area must have a working two-way radio In contact with the control tower or be escorted by a person " in radio contact with the tower. The driver, through personal observation, should confirm that no aircraft is approaching the vehicle position. Construction personnel may operate in a movement area without two-way radio eomrnurtication provided a NOTAM is issued closing the area and the area is properly marked to prevent incursions. Twcrway radio communications are __Iare 􀁮􀁯􀁴􀁟􀁾􀁲􀁥􀁱􀁵􀁩􀁲􀁥􀁤􀀠between contractors and the Airport Traffic Control Tower___fFAA Flight Service Station__IAirport Aeronautical Advisory Stations (UNICOMICTAF)__• Radio contact is lis not__required between the hours 􀁯􀁦􀁟􀁾􀁡􀁮􀁤__. Continuous monitoring is required __lor is required only when equipment movement is necessery in certain areas􀁾􀀮__. ([his section may be tailored to suit the specific vehicle andsafety requirements ofthe airport sponsor.) 13. DEBRIS. Waste and loose material must not be placed in active movement areas. Materials tracked onto these areas must be removed continuously during the work project. A-S 1117/03 AC 15015370·2E APPENDIX 4. SAMPLE NOTAM _____AIRPORT FAA NOTAM# ____________ DATE: _______ AIRPORT LD. TIME: _______ NOTAMTEXT: NOTIFICATON: ####TOWER _____ PHONE # ####FSS PHONE # INITIALS INITIALS TIME TIME CALLED IN BY CALLED IN BY AIRLINES CANCELLED: NOTIFICATON: # ### TOWER _____ PHONE # INITIALS TIME CALLED IN BY ####FSS PHONE # INITIALS TIME CALLED IN BY AIRLINES A-7 c '"' " L > '" o o .j't/􀁾􀀠.jco'"O(]) •. J:. 0,"' 0/"0 'TO OU 0/NO"> "" ..J(n PAVING REPAIR AND STORM SEWER MODIFICATIONS FOR THE FUEL TRUCK ROADWAY ADDISON AIRPORT OWNER; ENGtNEER:INDEX OF SHEETS HNTB 􀁾􀁐􀁏􀁏􀁁􀁔􀁉􀁏􀁎􀀠DEPARTf.£NT OF PUBLIC Wcm:S TOWN Of' PDDISON COVER SHEET 5910 WEST PLPNO PARKWAY, SUITE ZOOPRGJECr LAYOUT 16801 WESTGROVE DALlAS. TEXAS 15093,... PAVEr.£N1 REPAIR AREAS p.o. BOX 144 i9721651--55261-14 DElAILS AND TYPICAL 􀁓􀁅􀁃􀀷􀀱􀁾ADDISOOc. TEXAS 75001 (S1l> 􀀴􀀵􀀰􀁾􀀲􀀸􀀸􀀶􀀠PNlKWA'f -"'0> , PROJECT MAP Z?:! 􀁾􀀱􀁾􀀺􀁾􀁉􀁾􀁾􀀮􀁾􀁾􀁩􀁾􀀽􀁾􀁊􀁾􀁾􀀺􀀧􀀺 􀀺􀀺􀁾􀁾􀁾􀁦􀁾􀀺􀂷􀁾􀀺􀀢􀀺􀀮􀁾􀁾􀁟􀁾􀁾􀁾_________________􀀢􀁾􀁏􀁟􀁔􀁟􀁔􀁾􀁏􀁟􀁓􀁟􀁃􀁾􀁾􀁾􀁅􀁾________________________________________􀁾􀀠 0'"' _ i I J _ 1i " , i 􀁕􀁾􀀺􀀠• 0i 􀁾􀀠'-c 􀁾􀀠􀁲􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀁌􀁲􀁾􀀬􀁾􀁾􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀬􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀬􀀭􀁾􀀧� �􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀻􀁎􀀠􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀁜􀀠􀁾􀁾􀀬􀀠􀀧􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀬􀀭􀀭􀀭􀀭􀁬􀁾􀀠􀁾􀁏􀀠􀁟􀁾􀁾􀁟􀀮􀀿􀁾􀁟􀀠􀀭􀀭􀀭􀀳􀂷􀁾􀁏􀀭􀀭􀁾􀁾___5 􀁏􀁾􀀠6+{)OI : 1+00 ""',/􀀭􀀧􀀮􀀧􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀩􀀠----􀁾􀀠MILLIONAIRE 11+00 TAXIWAY 'A' ...J 􀁾􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀭􀀭􀀭􀀭􀀽􀀭􀀭􀀭􀀭􀀭􀀽􀀭􀀭􀀭􀁾􀁾􀁤􀁟􀁾􀁾􀁾􀁾􀀭􀀭􀀭􀁾􀁾􀀽􀀭􀀭􀀽􀁾􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽 􀀭􀀭􀀭􀀽􀀽􀁾􀀭􀀭􀁾􀀭􀀽􀁾􀀽􀀭􀁾􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀀽􀁾􀁾􀀠P-1 , P-1 P-2 P-2 ':: \ -􀁾􀀠9 L :c 3: 􀁾􀀠􀁾􀀠RUNWAY 15/33 􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭� �􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭L L P-3 􀁾􀀧􀀳􀀠r P-4 1<:c 3: I 􀁾􀀠"" 􀁾􀀠RUNWAY 15/33 " "'" o L.. 100 200 300 SCALE IN 􀁆􀁾􀁅􀁔􀀠400 􀀻􀀻􀀧􀀺􀀻􀀺􀁾_____--I SHEET PROJECT LAYOUT 2 ---oI􀀢􀀧􀁾􀁾􀁾􀀲􀀰􀁾􀁾􀁾􀀴􀁾􀁏􀁾􀁾􀁾􀀶􀁾􀁏....􀁾? SCALE IN FEET o '.i? 1.0 00 j J TAXIWAY 'A' 1, :1 " 􀁒􀁅􀁖􀀱􀁓􀁉􀁾􀀠AADDisON o 20 40 60 80 SCIILE IN FEET 0 20 40 60 ao i i SCALE IN FEET (/) W 􀁾􀀠-' J: i 0 􀁾􀀠I 24"'0 /2-------------+---------------i---CQNTRACTOO: SHALL COCfIDINAT£ /'", CLOSURE IF TA)('LANE 'T' W'TH //􀁾___􀁟􀁁􀁁􀀧􀁬􀁬􀁅􀀮􀀼􀁈􀁌􀀮􀁉􀀧􀁭􀁓􀁊􀁬􀁴􀁬􀁉􀁪􀁅􀁌􀁟􀁁􀀮􀁈􀁎􀀧􀁾􀀢􀀠 IF 72 HOJRS PRIQ't TO CLOSURE. BAARlcmES SHALL BE INSTALLEO PER AC150/5310-2E. REPAIR /lREAS 'C1 AND 'el'SHALL BE COWlETED WITHIN 3 C"-ENDAR DAYS FROM THE TIME IF CLOSURE. NIGHTWQ'tK IS PERMITTED FOR THESE PREAS ON'-Yj P-NO SHALL BE COCfiDINATED WITH THE TOWN OF ADD1SON 72 HCURS PRJOf'«. DiiAWN CfS CHECK I4i OA1£ >0\0\'1' .0:J.4 TOWN OF ADDISON FUEL TRUCK oELIVERY ROAD PAVEMENT REPAIR AREAS TOWN OF ADDISON. TEXAS SHEET .. ' " 5 jn I,! I ", 41' 􀁾􀀠I 93'152' 150' 43' """ 71' I REPAIR AREA 􀀢􀀧􀀬􀀬􀁟􀁉􀁲􀀺􀀺􀀮􀀮􀀮􀁾􀁾􀀡􀀻􀀻􀀺􀀻􀀻􀀻􀀻􀁬􀁉􀁉􀁉􀁉􀁉􀁾􀁾􀁾􀀠TYPE 'C2' g 􀀽􀀽􀀽􀀬􀀬􀀭􀀭􀀭􀀭􀀭􀁾􀁾􀀯􀀮60 l/i I _____ 0 􀁾􀀠10 o I 20 40 SCALE IN FEET 60 BO 􀀾􀀯􀁾􀀭􀀭􀁉􀁉􀀢􀀩1 « I. l-Ul􀁾"" \ "." 1 ,,/e"';:::F';' ""I n_ '1 ••" I 3 W:ifr--------\------􀁾􀀠----------;--1---􀀭􀀭􀀮􀁾􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀀭􀁟􀀫􀀭􀀭􀀭􀀭􀀺-------- ------------,-----􀁾􀀠: ...J􀁾􀀠\"" CONTRACTrn SHJLL 􀁃􀁏􀁏􀁏􀁄􀁾􀁁􀁻􀁾􀀠􀁜􀁾􀀠. i \ I <.) " CLOSURE OF TAXllANE TWITH ".. J 􀁾􀀠"----_______􀁾􀁁􀀱􀁾􀁒􀁐􀀧􀁓􀀧􀀡􀁏􀁏􀁾􀁔􀁾􀁉􀀧􀂣􀁾􀁒􀁓􀁾􀁏􀁎􀁾􀁎􀁅􀁬􀀮 􀀭􀀭􀀬􀀮􀀻􀁍􀁉􀁎􀁉􀀾􀁬􀁊􀁍􀀠􀁾______􀁾􀀯􀀠􀀢􀀧􀀧􀀧􀀭􀁾􀀠:::5: OF 72 HOORS PRIOR TO CLOSURE. ::E BARRICADES SHJLL BE INSTAlLEn PER AC150/5370-2E. REPAIR #lEN; 'C1 ANO 'C2' SHAlL BE CCM'LETEO WITHIN 3 CftrlENOAR DAYS FROM THE Tlt€ (:£ . , I CLOSURE. NIGHTWORK IS PERMITTED TAXIWAY 'A' FOR THESE AA.EI-S ONLY􀁾􀀠AND SHAlL BE COW Each Woy􀁾􀀬􀀠.rr: 􀁾􀀠' . .􀁾􀀠·.r.. o > 􀁇􀀬􀁡􀀬􀀬􀁾􀀧􀀠I :'Jj..'.1-2"In... ert . 􀀭􀀻􀀺􀁾􀀬􀀠CIr. , '.l]. 􀁃􀁳􀀮􀁾ITy,.I,: ,.;IV ",'I,Q'.' 􀀢􀀮􀁾􀀬􀀮􀁾􀀮􀀬􀀺􀁹􀀺􀁾􀀮􀀬',I..􀁾􀀺􀁃􀀢􀀻􀁬􀁲􀀢􀀻􀀧􀀺􀀺􀁣􀀢􀁃􀀭􀀾􀀧􀀠.• _: .􀁾􀀧􀀮􀀠'2"" rL" _" ,."'d';' )(4 KeMin. Lop CIr.. ' {Typ.) Y 􀁾􀀠8" I I-6" Min. CIr. l-Vories 4'-0" Min. e" TYPE "a" GRATE INLET -SECTION "A-A"PLAN -TYPE "a" GRATE INLET Scole: None Scale: None 􀀴􀁾􀁕􀀴􀀠Sors 1:4 \ ,"􀀾􀁾􀀻􀀡􀀠US Hafiz@10" • 2" 􀀭􀀭􀁾􀁴􀀺􀁾􀀿􀁾􀁽􀁴􀁾 􀀱􀀱􀀠Each Side Sors @􀀸􀀧􀁾􀀠􀁾􀀠• 􀁾􀀠􀁾􀁉􀁦􀀠... " ';0 112'" w HI.J -11-'""I;",\ 􀁾􀁾􀁾􀁾􀀺􀁥􀁾􀂷􀂷􀁾􀂷􀀵􀀵􀁽􀁟􀀮􀀮􀀮􀀭􀀭􀀺􀁴􀁴􀀴􀀠@8"EochSi4e 􀀧􀀧􀀧􀀧􀀧􀀴􀀧􀀧􀀧􀀧􀀧􀁩􀀭􀀭􀀺􀀳􀁾􀁾􀀴􀀠Bors --32" I ... o i 115 @10" D.C. 􀁾􀀠";. Each Way , " , '" 􀁾􀀠...•. .. • • • 􀁜􀀮􀀺􀀮􀀺􀀢􀀧􀀮􀀧􀀮􀀠􀀻􀀭􀀼􀀮􀁾••, *" 􀀧􀁾􀀻􀀾􀀧􀁾􀀧􀁉Cir. ...".' \ ",1115 Oowels @6" 􀁾􀀢􀀧􀀺􀀧􀀠".".:.􀀮􀀬􀁾􀀻􀀢􀁩􀀧􀁌􀀧� �􀀧􀁬􀁨􀁾, 1 􀀱􀀮􀀧􀀠􀀱􀀮􀁦􀀢􀀢􀀧􀁾􀂷􀂷􀀹􀀳􀀻􀂷􀀠'-.I, ". .... fl1:' .'I I 􀁾II 􀁜􀁾􀀢􀀧􀁎􀀺􀁾􀀱􀁦􀀱􀁉􀁬􀁊􀀷􀀡􀁬􀁉􀁬􀀱I I I 115 Stirs @6" ADDISON AIRPORT, . . I I24" Min. ttl? ,. FUEL TRUCK 􀁄􀁅􀁉􀁾􀁉􀁖􀁅􀁒􀁙􀀠ROAD 8 ' Yanes 3'-0" MlfI. 􀁾􀀠GRATE INLE'T DETAILS ,::::' ry.PE. "a" GRATE INLET' SECTION "a-a".-! 􀁾II" 􀀽􀀱􀁾􀀱􀁉􀁭􀁉􀁾􀁉􀁗􀁕􀀢􀀢􀀢􀁬􀁩􀁟... ml1l1£"_.... Scale: None _ I /3 07-JUL-200409,05 G,\39959\Cod\Sheats\ftdtOB. 4'[ . 􀁾􀀠􀁾􀀧􀀮􀀧􀀠􀀱􀀺􀀱􀀮􀁾􀁩􀀠􀁩􀀽􀁉􀁾􀁾􀁟􀁾􀁨􀁕􀁐􀁕􀁎􀁎􀁕􀁉􀀠III I' EXISTING MANHOLE --+5 BARS DETAIL 3 MANHOLE REINFORCEMENT PLAN vit:w NOT TO SCALE NOT TO SCALE SAWED JOINT INITI , .' • !4'±18' , MAX. BELOW PVMT. , + II ' _ 116 -, 􀀭􀀭􀀭􀁾􀀮􀁾􀁉􀁾􀀠4 'W.'±I BACKER , RQD' , . ' • • '"-'" OVERSIZED BACKER ROD OR ROPE PLACED IMMEDIATELY AFTER INITIAL SAWCUT IIF REOUIRED) TO PREVENT MATERIAL FROM ENTERING CONTRACTION JOINT DETAIL 2 DUMMY JOINT NOT TO SCALE ADDISON AIRPORT , FUEL TRUCK DELlVBRY ROAD PAVING JOIN']' DETAILS iI,,' BEVELED EDGES, TYP H' J:.. '18 A ' + VI ' 2 _ 8 ,􀁖􀀲􀁉􀀺􀀺􀁾􀀠d • 4 " . • 'lit' MAX. P6G5, ::; JOINT, 1'/4 􀁾􀀠i. ' 􀁾􀀠1\i " ' RES(L FlUE ,'. OCf:TH, ./N. PL "CUT.O, BELOW PVMT. LlCONE EALANT ACKER ROD t-ENT FIBERBOARD ONE PIECE. FULL Vs' FULL WIDTH, CAST CE ITOP PORTION T FOR JOINT SEALER & BACKER ROD DETAIL I EXPANSION JOINT NOT TO SCALE