Loading...
HomeMy WebLinkAboutLighting Rehabilita and Remarking DOCUMENT NAME: U3 htfhj DOCUMENT TYPE: to nrrOle!- YEAR: '}JXJO BOX NUMBER: g I. FILE NUMBER: ILt,4L. NUMBER OF PAGES: I / C;' Augusta Richmond GA ~chab/ l/ftUard "K c mar /Ci r:J .; \", .' ,~. '. 'I : 1. . -' .'"" 'I':r< :' , , - .~t' \ ....-: ~ " 0', '. ". . , '0'.." D, ., I' 'i '1. ..1 ..1'<..' . '" ..' ,~., - .I'~ .,....... '. .' I. ,. ,I, , ' ~ ~ .... 'I"~ 'I 'I.......'.. . , . ~ " " ..:. (, ',r "~: .. '.: I' :.;', , " . . , I"'.' ..~', ~., ". ' , ., " .',' . '. I'. . ~' ",#.. .. ....,.- ' ;' ..1' ': ~'.; ...~ ~I' .:..'" , . '.. . '<' , .'.... Ij': . j- ~"I':' . '..- ; ~ -' ">:-'"' i .. l; .j . [ .) , 1 ',. .';f . <. :0':' \," . . 3.~,~~~.j::~':;:"...,~ ~',' .~.:w:. '~' '.-' " " :+f,;. / i~'/7~'.$.1;::-"~4li':<:'" . ,f.>-, . U f<' '. ".-. .~ " "-I1.~"_ ~ ~ 7~.I_;-;\:., _, ,~ .':1/\1_\ :"t, '.....w '"~l '1\4!."~ ~"11. "'1,. "(" ,.: ~IT:P ',: ',1, ' .\ ""llt":! '. ,,,,. . , ~. 1 '. 'OJ ,'" ,. r. , J ." 'I '.:..<.o.;::'.'/'::;.:}~.:;:;~~~"'>':- .. ,:, , ". '. ',. .,' ~'~;::\,~...~.:~'\:..,. :~: :'.' " . '-, '. . . ~ ..' ,-,i.. , ".f" " . ' , :' ~ . " '). ,', " . ~"~ 'j..' , , " "'." .j -" ~,' .' __"'.v:..-'" -<;.:....... ." , ",!! ~ ~-;~ '{=,'_:.~..::f~~ .: :. .<. , ; .' -..,- . - '. . <.:iB5:~i~:~~~l.iL;;. '.:, .:~:.'A;;~~~~;{(~i".:'''::',': '" ". " . -,~.. .' '~_.,,:, ' '~ ' \~. , _. ~"i' ,~) . ,', " .. .'. ,. ',.l., ...:... " ,",.' r, ~ :~.,;~ .~, ~ , -, " c ',:Z_ ...... . -,. , "",: '" to;'~ ':.:~;;~;:jjf;~~;~5'::< : ," " .::: -';'0 .' .:'.!,' , . ~ .>. c . ~ ;:. l;"~ '{:-" ' :~ :- ~.;.- . .'''' , . .~ ~ ~.~.-. .~;'- ..', ,r ',1"': ',' ~ < . >~ ./ .'. " ,,'. , ..:_:~~,".W,;K: . ::<'. '~'. \-;"-\"'>~' _.:~., :~~~~I":"""K' <.'~ ::8': .....0' '. 'N.: ~ ~... ",->~:;;,:~~~ ~~~~~.~~~.:~~ ~..:' . ' . ~I :..' '.-::.'~.',~~':'fiJgini_e?s-;'-Planners"" Surveyors." '. .....,...:.:I,~f~2~J;r~sfa?~A?hitetts,.:.::.. . ,"': :'-:t.; : I .~ " . . " _~ ..'r. , ...~- .,..- ;'\ , , , '.'\~ ~ 1 '\~ ,. '., ;t ":', ~ \ I. ,., ..l. "...' . . -.<..' ~ --:'~'t( !:..~~..', ..'') ,. , ~. I I .. ~"j ''I' '.._ ~ ././ ~.-.." .,f' . . ;., . i , '. ....' -,'"' ~. './. .>: .: \ ," 1 ',. . ~': :.~: .'.... . ~ . '- #;". . .., ,.. ,', .... ~ - ~ - . ".; -i~-. ._ '1 "'-. '. .''#~., -, .,"'-~' , .' .'. ..:;..... , :- ~ , '-, -f..1 '-:.."~ " . ;.. , .' 'f .1: I I' I I I I I I I I .1 I I I I I I I~ SPECIFICA TIONS AND CONTRACTDOCUME~TS LIGHtING REHABILITATION AND REMARKING . DANIEL FIELD AUG,UST A, GEORGIA GA. DOT NO~ AP 00-9200-28(245) January 2000. WK DICKSON 2120 Powers Ferry Road Suite 100 Atlanta, GA 30339 770-955-5574 . Charlotte, NC Asheville, NC Hickory, NC Raleigh, NC' Wilmington, NC Columbia, SC WKD No. 90251.60 Client#: 3230 TCAELECT .4 CORDTM CERTIFICATE OF LIABILITY INSURANCE l DATE (MMlDDIYY) 3/22/00 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Allied Coverage Corp. of GA ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Eleven Piedmont Center Ste 700 HOLDER. THIS.. CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 3495 Piedmont Road, NE i Atlanta, GA 30305-1530 I INSURERS AFFORDING COVERAGE INSURED !INSURERA: Hartford Casualty Insurance Co. TeA. Electrical Contractors, Inc. i INSURER B: Arne r i can Interstate Insurance Co. 2209 Leslie Lock Road IINSURERC: National Union Fire Insurance Co. Tifton, GA 31794 I ! INSURER D: I I INSURER E: COVERAGES 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. AGGflEGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSRI TYPE OF INSURANCE I POLICY NUMBER i RCiUCr(~FFECTlVE [POLICY EXPIRATION I LIMITS LTR DATE MMlDDIYYI DATE (MMlDDIYVI A I GENERAL L1AI3ILITY 12 OUUCGY2 908 103/12/00 o 3 / 12 / 0 1 I EACH OCCURRENCE 1$1,000,000 I X I COMMERCIAL GENERAL LIABILITY I FIRE DAMAGE (Anyone fire) Is 300,000 In CLAIMS MADE Lx! OCCUR I MED EXP (Anyone person) Is 10,000 a= I PERSONAL & ADV INJURY IS1,OOO,000 I GENERAL AGGREGATE I s2 , 000 , 000 I GEN'L AGGREGATE L1M IT APPLIES PER: I PRODUCTS .COMP/OP AGG : s2 , 000 , 000 n POLICY ri j~& n LOC A I AUTOMOBILE I.IABILITY 20UUCGY2908 03/12/00 03/12/01 COMBINED SINGLE LIMIT In, 000,000 (-xl ANY AUTO (Ea accident) ~ '" "W,",,, '""" I BODILY INJURY Is I. SCHEDULED AUTOS (Per person) X I HIRED AUTOS BODILY INJURY Is H 'ON-ow"," '"'''' (Per accident) PROPERTY DAMAGE Is (Per accident) RG'UM'U~ I AUTO ONLY. EA ACCIDENT S ANY AUTO OTHER THAN EAACC Is I AUTO ONLY: AGG Is p'" U"'U~ I EACH OCCURRENCE Is OCCUR 0 CLAIMS MADE I "G"Gm Is Is R DEDUCTIBLE Is RETENTIOfj S I Is B 00WCGA134423 04/01/00 04/01/01Ixl~~~ITJ~1 10TH. WORKERS COMPENSATION AND ER EMPLOYERS' LIABILITY E.L EACH ACCIDENT sl,OOO,OOO .- E.L DISEASE. EA EMPLOYEE sl,OOO,OOO j ~ E,l. DISEASE . POLICY LIMIT I sl 000,000 C I OTHER Aviation AP338603003 03/12/00 03/12/01 $5,000,000 Limit iLiability I DESCRIPTION OF OPERATlONSlLOCATlONSlVEHICLESlEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Lighting Rehabilitation and remarking of runway 11-29 GA DOT project No. APOO-9200-28(245) . - CERTIFICATE HOLDER I AD 0 mONAL INSURED; INSURER LETTER: CANCELLATION Augusta Richmond County General Aviation Commission 1775 Highland Avenue Augusta, GA 30904 SHOULD ANYOFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3-D- DAYS WRITTEN NOTICE TOTH E CERTIFICATE HOLDER NAMED TOTHE LEFr, BUT FAILURE TO DO SO SH ALL 1M POSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER.ITS AGENTS OR REPRESENTATIVES, AUTHORIZED REPRESENTA VE ACORD 25-S (7/97) 1 0 f 2 #M76905 I I I I I I I I I I. I I I I I I I I I TABLE OF CONTENTS NOTICE. TO BIDDERS.............................................................................. NTB-1 TO NTB-2 INSTRUCTIONS TO BIDDERS.............................. ...................................... ITB-1 TO ITB-3 PROPOSAL..................... ~................................................................................... P-1 TO P-9 CONTRACT............................... ..:.............. ..................... ................................... C-1 TO C-3 PEIRFORMANCE BOND..............:................................................................. PB-1 TO PB-2 LAIBOR AND MA TERIALS PAYMENT BOND.........................................LMB-1 TO LMB-2 GENERAL CONDITIONS............................................................................ GC-1 TO GC-14 PROJECT SPECIAL PROViSiONS............ ..:............ ............. .......... ............. SP-1 TO SP-5 DIVISION I SPECIFICATIONS' 01000 01010 01030 01040 01070 01090 01150 01300 01400 .01510 01600 01700 . 01710 01720 01740 MOBI LIZA TION ........................................................................................ 01000-1 SUMMARY OF WORK......................................................~... 01010-1 to 01010-2 AIRPORT PROJECT PROCEDURES.................................. 01030-1 to 01030-8 PROJECT COORDINATION ................... ......... .................... 01040-1 tq 01040-2 ABBREVIATIONS AND SyMBOLS..............................:....... 01070-1 to 01070-2 DEFI NITIONS............................~...............:........................... 01090-1 to 01090-3 MEASUREMENT AND PAYMENT .......................................01150-1 to 01150-3 SUBMITTALS................................................................... ..... 01300-1 to 0.1300-5 QUALITY CONTROL SERViCES......................................... 01400-1 to 01400-2 TEMPORARY FACiLITIES............................ ....................... 01510-1 to 01510-2 MATERIAL AND EQUIPMENT ............................................. 01600-1 to 01600-5 CONTRACT CLOSEOUT..................................................... 01700-1 to 01700-2 CLEANING AND DiSPOSAL................................................................... 01710-1 PROJECT RECORD DOCUMENTS .................................... 01720-1 to 01720-2 WARRANTIES AND BONDS................................................ 01740-1 to 01740-2 DIVISION II SPECIFICATIONS . P-6:20 Runway and Taxiway Painting .......................:....................... P-620-1 to P-620-3 L-108 Installation of Underground Cable at Airports ......................... L-1 08-1 to L-108-7 L-109 Installation of Airport Transformer Vault and Equipment........ L-1 09-1 to L-109-7 L-1" 0 Installation of Airport Underground Electrical Duct ................. L-11 0-1 to L-11 0-5 L- H~5 Installation of Airport Lighting Systems.... ...... .............. ......... ...L-125-1 to L-125-4 1"" I I I I I I I. I I I- I I I I I I I I I NOTICE TO BIDDERS Bid Item-# 00-027 Lighting Rehabilitation and Remarking of Runway 11-29 at Daniel Field Airport Sealed proposals will be received by Augusta-Richmond County General Aviation Commission, at the office of the Augusta-Richmond County Purchasing Director, 530 Greene Street, Room 605, Augusta,- GA 30911, until 3:00 pm on March 1, 2000 and immediately thereafter publicly opened and read for the furnishing of labor, material and equipment for Lighting Rehabilitation and Remarking of Runway 11-29 at Daniel -Field. Complete plans, specifications and contract documents will be available for inspection in the offices of the Augusta-Richmond Purchasing Department, 530 Greene Street, Room 605, Augusta, Georgia 30911, Associated General Contractors in Atlanta, Georgia, and F. W. Dodge Corporation in Atlanta, Georgia, and in the office of the Engineer, VV. K. Dickson & Company, Inc., 2120 Powers F~rry Road, Suite 100, Atlanta, Georgia 30339, (770) 955-5574 and at Daniel Field. Such plans and specifications and contract documents may be obtained from the Engineer at a non-refundable cost of Seventy Five Dollars ($75.00). . - All Contractors are hereby notified that. they must have proper licenses under the State law for their trades.: General contractors are notified that General Statutes of Georgia will bt3 observed in receiving and awarding general contracts. The Georgia Department of Transportation has agreed to reimburse the Owner for portions of the project costs. The Owner will not accept or consider proposals from any contractor whose name, at the time of opening of bids or award, appears on the current list of ineligible contractors published by the Comptroller General of the United States under Section 5.6 (b) of the Regulations of the Secretary. of Labor (29) CFR nor a proposal from any firm, corporation, partnership or proprietorship in which an ineligible contractor has a substantial interest. The Owner will not accept or consider a proposal from any contractor who, at the time of the opening of bids or the award, is removed from tht3 Georgia Department of Transportation's list of prequalified contractors. Each proposal shall be accompanied by a cash deposit or a certified check drawn on a bank or. trust company insured by the Federal Deposit Insurance Corporation in an amount equal to not less than 10% of the proposal or a bid bond of 10% of the bid executed by a surety company licensed under. the laws of Georgia to execute such bonds. The deposits shall be made payable to the Owner and shall be retained by the Owner as liquidated damages in the event the successful bidder fails to properly execute the contract within ten (10) days after the- award and to give satisfactory surety as required bylaw. NTB-1 I D I I I I I I I I I I I I I I I I I By submitting a bid the contractor certifies that he has under his direct control or at his disposal the men, equipment, and materials required to execute this work as specified. Lack of such control or availability of men, equipment and materials shall constitute failure to properly execute the contract Performance and Labor and Material Payment Bonds will be required for 100% of the contract price, with a surety or sureties legally authorized. to do business in the State of Georgia. A bid may be withdrawn only as provided by the Georgia General Statutes. If a bid is withdrawn within 90 days of the bid opening, the Proposal Guaranty shall be forfeited; provided that, if the request to withdraw is made pursuant to G.S. 143-129.1 not later than '12 hours after the opening of bids and if the withdrawal is allowed, the owner may return the proposal guaranty. . It is the wish of the Owner that minority businesses are given the opportunity to bid on the various parts of the work. This desire on the part of the Owner fs not intended to restrict or limit competitive bidding or to increase the cost of the work. The Owner supports a healthy free market. system that seeks to. include responsible businesses' and provide ample opportunity for business growth and development. The Owner reserves the right to reject any or all bids and to waive informalities and minor irregularities. . Publish: . Augusta Chronicle - 2/3, 2/7, 2/15, 2/23, 2000 Augusta Focus - 2/3, 2000 NT B-2 D o D I I I I I. I I I I I I I I I I . INSTRUCTION TO BIDDERS Proposals to be considered must be in accordance with the following instructions: 1. PROPOSALS Proposals must be made in strict conformity with the "Proposal". provided and these Instructions to Bidders. The Proposal should not be detached from the documents. All blank spaces for bids and alternatives must be properly filled in (written in ink or typed). Lump Sum prices shall be stated in figures. The total price for a bid item shall also be stated in figures. The total amount bid shall be stated both in writing and in .figures in the proper place in the proposal form. The complete form shall be without . . alterations' or erasures. In case. of conflict between words and numerals, the words, unless obviously incorrect, shall govern. The bidder shall complete the form of proposal as follows: (A) If the documents are exe.cuted by a sole proprietor, that fact shall be evidenced by the word "Owner" appearing after the name of the person executing them. (B) If the documents are executed by a partnership, that fact shall be evidenced by the. . word "Partner" appearing after the name of the partner executing them'. (C) If the documents are executed by a corporation, they shall be executed in the name of the corporation by either the President or the Vice President and attested by the Secretary or Assistant Secretary 'and its'seal shall be impressed on each copy of the documents. (D) All signatures must be in ink and properly witnessed. Proposals shall be addressed and delivered to the Airport Authority, enclosed in a sealed envelope marked "Proposal" and bearing the title of the work, the name and business address of the bidder, and the 'bidder's Contractor's License Number. It shall be the responsibility of the bidder to deliver his bid to" the proper official at the appointed time and prior to the announced time for the opening of bids. Later delivery of the bid for any rE!aSOn shall disqualify the bid. A bidder may withdraw a bid 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. . Modification of bids 'will .be acceptable only if delivered in writing (including telegram) to. Augusta-Richmond County prior to the time. for opening of bids. Should the bidder find . discrepancies in .or omissions from the drawings or documents, or should he be in doubt as to their meaning, he shall at once notify the Engineer who, when necessary, will send a . written instruction to all bidders. Neither the Owner, the Engineer nor their representatives will be responsible for any oral instruction. If plans and specifications are ITS-1 I I I I I I I I I. I I I I I I I I I I found to disagree after the contract is awarded, the Engineer shall be the judge as to what was intended.. :t . PROPOSAL GUARANTY Each bid shall be accompanied by a cash deposit, or a certified check drawn on a bank or trust company insured by the Federal Deposit Insurance Corporation, or a bid bond in an amount equal to not less than TEN percent (10%) of the bid, said deposit to be retained by the Owner as liquidated damages should the successful bidder fail to properly execute the contract within ten (10) days after the award and to give satisfactory surety as required by law. 3. ADDENDA Any addenda to the contract documel"!ts issued during the time of bidding will be considered a part of the contract documents and will become a part of the contract. Receipt of addenda shall be acknowledged by the bidder on the proposal form. 4.. AWARD OF CONTRACT The award of the contract will be made to the lowest responsive and responsible bidder. as soon as practicable. The Owner reserves the right to reject any or all bids .and to waive informalities and minor irregularities. The Owner may require the apparent low bidder to qualify himself to be a responsible bidder by furnishing financial statements, experience in completion of similar projects, the names of holders' of trade licenses and similar 'information. . Th~ G'eorgia Department of Transportation has agreed to reimburse the Owner for portions of the project costs. The Owner will not accept or consider proposals from any contractor whose name, at the time of opening of bids or award, appears on the current list of ineligible contractors published by the Comptroller General of the United States under Section 5.6 (b) of the Regulations of the Secretary of Labor (29 CFR Part 5) nor a proposal from any firm, corporation, partnership or proprietorship in which an ineligible contractor has a substantial interest. 5. CANCELLATION OF AWARD The Owner reserves the right to cancel the award without liability to the bidder, except rE~turn of proposal guaranty, at anytime before a contract has been fully executed by all parties and approved by the Owner. . 6. PERFORMANCE AND LABOR AND MATERIALS PAYMENT BONDS The Contractor shall furnish surety. bonds in the form indicated inthe contract documents executed by a surety company authorized to do business in Georgia. Each such bond ITB-2 I I I I I I I I I I. I I I I I I I I I shall be in an amount equal to one hundred percent (100%) of the contract price. A separate security shall be provided each for the faithful performance of the contract and for the payment of all persons performing labor and furnishing materials in connection therewith. . . "T. BIDS TO BE RETAINED No bid shall be withdrawn within 90 days after the scheduled closing time for the receipt of bids pending the execution of a contract by the successful bidder. Should the successful bidder default and not execute a contract, the contract may be offered to the next lowest and responsible bidder. . ITB-3 I I 1/ I , .0 ,I D I U 'II I I~>' ;7 ,., I ~ -v"/ I~ '1 I I I E I I / PROPOSAL i' . ,- Date: ;1 TO: Mr. Bob Young, Mayor . Augusta-Richmond County . Daniel Field 1775 Highland Avenue Augusta, Georgia 30904 p . I, The undersigned, as bidder, hereby declares that the only person or persons interested in this proposal as principal or principals is or are named herein and that no person other than those herein mentioned, has any interest in the .proposal or in the contract to be entered into; that this proposal is made without connection with any other person, ,company or parties making a bid or proposal; and that it is in all respects fair and in good !:faith without collusion or fraud. - . . !, i .The bidder further declares that he has examineq the site of the work and informed :;himself fully in regard to all c.on_ditions pertaining to the place where the work is to be !idone., that he has examined the specifications for the work and. contract documents "relative thereto, and has read qll special provisions furnished prior to the opening of b,ids; ::that he has satisfied himself relative to the work performed.. In case of conflict between ;;words and figures, the words will govern. , !The bidder proposes and agrees that if this proposal is accepted, to contract with II . iiAugusta-Richmond County in the form of contract specified, to furnish all necessary ;transportation and labor necessary to perform all construction in full and complete :'agreement with the plans and specifications and contract documents to the full and entire ::~atisfactjon of Augusta-Richmon~Coun~ as computed from the schedule of unit prices i,hereinafter shown. The quantities of work shown by unit prices are approximations only ':and the contract price will be based on the actual quantities included in the work. liThe bidder agrees not to withdraw his bid within 90 days after the scheduled closing time :;for receipt of bids. I. ~ . iiA bidder shall be considered disqualified for any of the following reasons, among others: i; " . :: (a) Submitting more than one proposal from. the same partnership, firm or i!corporation under the 'same or different name. . I . (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. P-1 I I g ~ I mJ I' I 1.-- . .-- -- I I I II' " I I I I I The Owner reserves. that right to reject any or all bids or sections thereof or to accept such bids or sections thereof, as it appears in its judgment to. be in the best interest of the Airport. :: Bidders are hereby notified that all bids may be rejected if the lowest responsible bid(s) "received exceeds the Engineer's estimate by more than 7% and it is determined that an . . award of the contract would cause excessive inflationary impact. Nothing in this . paragraph shall limit in any manner the Owner's right to reject any and all bids if it appears in its judgment to be its best interest to do so. ::The bidder agrees, if awarded the contract to commence work on the commencement ::date stated in the Notice to Proceed or within ten (10) days after such specified .,commencement date. :,The bidder further agrees that in the case of failure on his part to execute said contract . ::arid the 'bonds required within ten (10) consecutive calendar days after written notice is given of the award of the contract, the check, cash, or bid bond accompanying this bid :shall be paid into the. hands' of. the' Owner, as liquidated damages for such failure; 'otherwise, the check, cash, or bid bond accompanying this proposal shall be returned to :the undersigned. . ;~ CERTIFICA TION :;rhe undersigned hereby certifies to Augusta-Richmond County that: "I' :.1. The undersigned has not been debarred from construction contracts pursuant to .Executive Order 11246 of 24 September 1965; and further qertifies that the undersigned ,has assisted construction contracts pursuant to the said Executive Order. ;;rhis project and all work performed thereunder are subject to the Clean Air Act and Federal Water Pollution Control Act. I . Ii \" 2. The undersigned hereby certifies that any facility to be utilized in the performance bf the work under this contract is notlisted on the EPA List of Violating Facilities. ll. . . . ,I t ;3. The undersigned certifies that, in the performance of the work under this contract, it will comply with all requireme~ts of Section 114 of the Clean Air Act and Section 308 of {he Federal Water Pollution ControlAct and all regulations issued thereunder'- . 4. The undersigned cE:rtifies that it will notify Augusta-Richmond County of the receipt ~)f any communication from the EPA indicating that a facility to be utilized for the performance of work under this contract is under consideration to be listed on the EP A List of Violating Facilities. P-2 '-. I i.1 D t) B-/ I I}J I 1/ I I. I I ~. '1. I I I I I 5. The undersigned certifies that it will include, or cause to. be included, in any subcontract with respect to this project which exceeds $100,000,00, the criteria and requirements in these paragraphs. DEBARMENT. SUSPENSION. INELIGIBILITY. AND VOLUNTARY EXCLUSION: The bidder certifies, by submission of this proposal or acceptance of this contract, that I' ,!either 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 t.his 'proposal that it will : include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder or any lower tier participant is .unable to certify to this statement, .it shall attach an explanation to this proposal. I, . _ Ii Ii . \1 P-3 m 'g m I~I 0-' I B I I I I. I III I I I I I I BASE 1310 Contract Time: 45 Calendar Days Liquidated Damages: $500.00/Calendar Day SCHEDULE OF WORK . BASE BID Item #' Description & Unit Price & Spec. in Words Quantity Unit 1. ii . Mobilization 01000 @ (write in words) !' ^1{~ -fhOll5aMflL~/ 'h l1Y\d rcuI Q rid. r.o Icerrtr 1 H 2, (I ,. L-125 ' I Remove Existing MtRL'S @ (write in words) rift:! dD/(uV5 q- no ( cerd5 34 3. Remove Existing L-125:: MITL'S Ii @ (write in words) i: 17 t:1h dD! fa-ys 4- nD; CUIf5 . 4, Remove Existing L-125 I Threshold Lights @ (write in words) 32 ~ d D ileuS 0;- ~eI113 . 5. Install MIRL, 12 L-125 Base Mtd, Ii @ (write in words) i; ~r h Uf\d teAt dnt fcLt5 Ii ~ nD/ Cc:flf3 ' 6, . L-125 Install MIRL, Stake Mtd: @ (write in words) 36 . . 1T;1rCe~Jy4ndh'~ P6T~ t101h..PJ5 ~ /Y)/~ LS EA EA EA EA EA Unit Price Extended Total qj :r-C{) ~ q5C()~ I 50::' 1.7(D~ I 5o~ 0- 6D o !:::J 0- '5D~ II~CCJ ~ tfto~ 4Ro()~ ,3/5~ ) 1,34D ~ P-4 I I I I. \ 1/ D R R I I I 1-. ;:::.--- .~ J I I I I I '. BASE~BID Contract Time: 45 Calendar Days Liquid:3ted Damages: $500.00/Calendar Day Item~' Description & Unit Price Quantity Unit Unit Price & Spec. in Words 7. Install MITL, 6 EA )qO~ L-125, Base Mtd, I, " @ (write in words) ;---r;, re.e.. huwJ.~ Y1A11~ 'idDI (a.r5 ~ no / CUI. is' . . 8, L-125 !: I' Install MITL, . Stake Mtd. @ (write in words) 14 ~:rz:;rn nLu/yJ;d fW1~ :do 1M 9- f\{) 1(' fYrt3 :: . . I 9. Install MI Threshold Light 8 L-125 :, Base Mtd, I' @ (write in words) : ~ fuutdvcd ~ i' ':d~ / if t/<5 of n{) / ~ . ;, I 10, ; Install MI Threshold Light 24 L-125:' Stake Mtd. ';'..@(WriteinwOrdS) [. .-(1Jrce - hLll1dircA P/r~...; i{olldfi iutvJ AD I ~h I 11. i! Relocate Guidance Sign , 5 L-125): @ (write in words) ~~ . f1undv-cd f~~1 It~M nO !Lel11"5 . 12, ;, Relocate Mandatory Sign 2 II . L-125 II @.(write in words) 60~ hUhdred II A)~L~ . ~ ntJ! c4/rt5 EA EA EA EA EA ;).qO~ .t-{-lO ~ -3 I s-~ 15D-~ / I D6 "!! ( P-5 Extended Total ;)/ 34-D ~ Lf.{)0D tp I ~d8o ~ ~5bO~ dO ;3 .7 '5[) - I 0~ DO ~ I ~I ~ I o 'I I .1 m 1- -' I I ~ I I I I I I BASE 131D Contract Time: 45 Calendar Days Liquidated Damages: $500,OO/Calendar Day , Item #, Description & Unit Price & Spe~:. in Words Quantity 13. Install 7.5 kW Regulator L-109 1.1 @.(write in words) c ti u-C #olA5aM diJl fcus " :+:. nD! ~i) 14. Mise, Vault Work L-109 @ (write in words) 15, L-108 16. L-108 17. L-108 18. L-108 ~1Wo +h{)j,{~ dIJ{ b-r 5 ,I I' f ::cJ- ro ~1'"5 .~ , #8 AWG 5KY L-824 Type 22,000 -"C" Cable .. @ (write in words) I' (..: ;, f{~~ ~ ~1s #6 AWG Bare Copper Counterpoise @ (write in words) 18,000 ,. rmJr~ fd C-e-rt75 Cable Trenching In Grass " @ (write in words) 6), , n~ do! laY tl ~1D!(~.~ '. " :' Cable Trenching Ii ;' In Asphalt \! @ (write in words) 15,700 ct- 2,300 6DV1e.. dn( (d-~ Of- '~ ~' Pry LtA-f5 . I' Unit EA LS LF LF LF . LF Unit Price 5-: tJ6D ~ I ;) DOO ~ I ,~ .~ /~ /'2) P-6 Extended Total ,F)j (JOG ~ ee; ~ I OO{)- qq tf) ~ to '()()~ . ItS, rOO ~ ~t{-SD~ I I I I D I U I I I...,' '\. ',. . ; 1'-" I I I I I I I I. SASE'SIDContract Time: 45 Calendar Days Liquidi3ted Damages: $500.00/Calendar Day . Item # Description & Unit Pri.ce Quantity Unit Unit Price Extended Total ~Spell:. - in Words 19, Pavement Marking - 24.750 SF ,;25 rr / '11. fZ) P-620 Aviation Gray (Non Refl.) - @ (write in words) i~-rw~ J'U,rt e.. . ~1? 20, Pavement Marking - 36.750 SF ~fl / 6 ,~5'7ffi- P-620 Ii . Aviation White (Non Refl,) II @ (write in words) . j" " I :"(jW~~ fLA-fl..L i: Chrt13 21, Pavement Marking - 5.500 SF ?1 80 P-620 II /. 5q-> - Aviation Yellow (Non Refl.) . , II @ (write in words) I :i-rw~ IUM~ I. ~ TOTAL BASE BID: //,-/, 100~ P-7 a I.~.' ) .M~' m I D I I I 1--. j I I I I I I I I I BASE 1310 Contract Time: 45 Calendar Days Liquidated Damages: $500.00/Calendar Day SCHEDULE OF WORK ADDITIVE BID ADDllrlVE BID NO 1 Item # Description & Unit Price & Spec; in Words Quantity Unit Extended Total Unit Price 22, Refurbish REILs on L-125 Runway 11-29 @ (write in words) J@~ 77u1-JSIJ. ~ cJ {iVe" ;. h.M"drttl db 'Ill 'I S ./-- ~co- 1 LS ee;? ~500 - . CJ) c:<5tJtJ - .' . l! TOTAL ADDITIVE BID NO 1: d..~ ~ , YJ /)0 - .TOTAL BASE BID: I / Lf ,. /j 00 .~ I TOTAL ADDITIVE BID NO.1: _ 00 ;), ~ OD - . I' " / I 1/ ~00 ~ TOTAL COMBINED BID: !~ . I~ Ii II P-8 I I /' r- I I U n I I I I I :1 I I I I .1 I BASE BID Contract Time: 45 Calendar Days liquid~ited Damages: $500.00/CalendarDay fltJ t OO??~ Current GA Contractor's License Number il ACKNOWLEDGEMENT OF ADDENDA NO. " DA TE 1 SIGNA TURE Respectfully submitted, -rr;A 8~ic.M (JM+Yz:I~ 1t-1-~ . Contractor 70 fuX-.. 34S- Address ~~ rJA 5t"liS- Addre s ?1.~d~ ~ Signature ~vo{d ~l/7ndf- Print or Type Name _V'v\ t1JrcJ\ I I doDO Date 2 3 Ii ii, II. P-9 I I I - I n o o I I I I I I I I I I I CONTRACT THIS CONTRACT, made and entered into this ::; / day of 1/; ~ ' 2000, by and between Augusta-Richmond County, hereinafter called the Owner and T.C.A. Electrical Contractors, Inc., hereinafter called the Contractor. WITNESSETH: That the Contractor, for the consideration hereinafter fully set out, and . the Owner, for the construction of work performed, agree that: 1, . Scope of Work: The Contractor shall furnish and deliver all the materials and perform all the work in the manner and form as provided in the following enumerated plans, specifications and contract documents which are attached hereto and made a part thereof as if fully contained herein: SPEC/FICA TIONS AND CONTRACT DOCUMENTS: (a) Notice to Bidders (b) Instructions to Bidders (c) Proposal (as Accepted) (d)" Performance Bond and Labor and Materials Payment Bond (e) General Conditions (f) Project Special Provisions (g) Technical Specifications (h) Addendum NO.1 Dated (i) Addendum NO.2 Dated 2, The Contractor shall commence the work -to be performed under this contract not later than the date set by the Engineer in written notice to proceed, said date to be not less than ten (10) days after issuance of notice, 3, The Owner hereby agrees. to pay to the Contractor for the faithful performance of this contract, subject to additions and deductions as provided in the specifications or proposal, in IC~V\Iful money of the Unit~d States, such unit/or lump sum prices as are set forth in the accepted Proposal for qu~ntities. of each' item actually accomplished. The Contractor shall repair or replace all qefective work promptly and at no cost, charge or expense to the Owner. The warranty and guaranty, as provided for in this paragraph, are in addition to and not in limitation of a~y otherb6nd, warranty or guaranty provided to the Owner by the Contractor or by a manufacturer, supplier or otherwise, or any other cause of action, right or remedy. ! '. I. . 4. The Owner shall make partial payments to the Contractor on the basis of a duly certified and approved estimate of work performed during the preceding calendar month by the Contractor, less the specified retainage. All work must be. performed strictly in accordance with this Contract and all work is subject to acceptance by the Owner. C-1 I I I I I I o o I I I I I I I I I I I 5, Upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls, materials, bills and other cost incurred by' the Contractor in connection with the construction of the work have been paid in full, final payment on account of this Contract shall be made within thirty (30) days after the completion by the Contractor of all work covered by this Contract and the acceptance of such work by the Owner, 6. If at anytime after the execution ofthis Contract and the bonds hereto attached; the Owner shall deem the surety or sureties upon such bond or bonds to be unsatisfactory, or if for any reason any such bond ceases to be adequate to cover the performance of the work or the payment for la;bor or materials, the Contractor shall, at his expense and within. five (5) days after the receipt of notice from the Owner to do so, furnish an additional bond or '. bonds in such form . and am'ount. 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 Contract until such new or additional bonds shall have been furnished in a manner and form satisfactory to the Owner, 7, In respect to each phase of the w.ork and for one (1) year from and after the date on which such phase is accepted for use by the Owner, or for such longer period as may be provided for in any written ,warranty or guaranty, the Contractor warrants and guarantees the work (including but not limited to all labor and materials. in respect thereto); and the Contractor shall repair or replace all defective work promptly and at no cost, charge or exp~nse to the Owner. The warranty and'guaranty, as provided for in this paragraph, are in addition to and not in limitation of any other bond, warranty or guaranty provided to the Owner by the Contractor or by a manufacturer, supplier or otherwise" or any other cause of action, right or remedy. 8, The Owner may in its sole disqretion suspend this Contract for ninety (90) days or terminate this Contract at any time, whereupon the Contractor shall be paid only for the work actually performed, the materials actually delivered to the job site, and the materials specifically ordered by the ContractOr ,for this project if such specifically ordered materials cannot be returned to the manufacturer or supplier by the Contractor at no cost or expense to the Contractor.: (It is understood, however, that the Contractor shall return all specifically ordered materiCills if the Owner agrees in writing to reimburse the Contractor for all of the latter's costs I and expenses incurred in so returning the materials.) The Contractor shall not be enti~led to recover any anticipated profits. This paragraph applies only to those situations where the Owner suspends or terminates this Contract for reasons other than the C'ontractor's' performance or breach of or default under this . Contract. !. , , 9, This Contract is made and entered into in Augusta-Richmond County,' Georgia, and . I Georgia law shall govern afild apply to this Contract. In the event of a dispute or disputes between the parties hereto! and in the event litigation is instituted, such litigation shall be commenced only in a state superior or district 'court in Augusta-Richmond County, Georgia, and each party hereby waives any right or claim for a change of venue from Augusta-Richmond County, Georgia. . C-2 I I I m I D I I I I I I I I I I I I I 10, The parties hereto acknowledge, represent, state and warrant that they have signed and executed this Contract under seal, that they have adopted their respective seals as affixed to this Contract, and that they are executing this Contract with the intent that it shall be a sealed instrument. 11, Regardless of which party hereto is responsible for the preparation and drafting of this Contract, it shall not be construed more strictly against either party, 12. Whenever the context .permits, words herein in any gender shall include the masculine, feminine and neuter. 13. . This Contract may:' not be assigned by the Contractor unless the Owner has ~consented in writing to the assignment. . ~ ~c-1 ~.~. i IN WITNESS WHEREOF, the Owner and Contractor hereto have executed this contract under seal on the date first above written in six counterparts, each of which shall be deemed an original contract. WITNESS: ~~ (As to Contractor) ; ~ ta~w ~.L~. (Contractor) .~.. ;....~;.:' ~.....:--- .....-:;,.~ "" . B;m~L/?J5~' (Seal) WITNESS: Auqusta-Richmond County (Owner) ~ c? By (. (;v ~Seal) 75ot.~ f//1~t!rV' I C-3 I I I I I. I o n I I I I I I I I I I THE AlVIERICAN INSTITUTE OF ARCHITECTS . BID BOND K1~OW ALL MEN BY THESE PRESENTS, that we 2209 lLeslie Locke Road TiftOIll, Georgia 31794 as Principal, hereinafter called the Prillcipal, and CNAPlaza, Chicago, Illinois ~0685 T.C.A. Electrical Contractors, Inc. (Here inserrfull name and address of legal title of Contractor) National Fire Insurance Company of Hartford (Here insert full name and address of Surety) a corporation duly organized under the laws of the State.of Connecticut as Surety, hereinafter called the Surety, are held & firmly bound unto Augusta - Richmond County General Aviation Commission, Richmond County, Georgia (Here insert full name or legal title of Owner) as Obligee, hereinafter called the Obligee, in the sum of Ten Percent (10%) of Amount Bid Dollars . WHEREAS, the principal has submitted a bid for Lighting Rehabilitation and Remarking of Runway 11-29 GA, DOT Project No. AP 00-9200-28 (245) (Here insert full name, address and description of project) . I NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract ~ith the Obligee in accordance with ilie 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 Principa~ 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. I Signed and sealed this I 1st: March 20 00 day of W~rr:. fU/~~ . ~ 'Wi~Js I. T.eA.Electrical Contractors, Inc. By:h~u~. .~ (Principal) (Seal) 117 ' M ro / vi :oer, fle/tr- H:e.:r-,'cJ e#\--r (Printed Name & Title) ..... . Na~ion:l Fire Insur~15e c~o.m ~y ofHal1ford BY: / ~~_ ~ _1. {,.~L (Surety) -- (S al) William L. Hix, Attorney-In-Fact (Printed Name & Title) "~~~\'.. mess <e3 Carrie J. Key . IIA DOCUMENTA310 - BID BOND - AIA - FEBRUARY 1970 ED .1 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT t<now All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation. NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a Connectic-.rt corporation. AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania corporation (herein collectively called "1he CCC Surety CO",'1panies'), are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois. and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint William L Hix. W. Parker Hix. Julie H. Black. Sandra F. Black. Robert L Potts. Jr.. David Potts. S. Dannv Sellers. Carrie Key, Individuallv I I I of Atlanta. Georgia their true aJ1d lawful Attomey(sHn-Fact with tull power and auitlority hereby conferred to sign. seal and execute for and on their behait bonds, undert:akin~ls and other obligatory instruments of similar natlJre . -In Unlimited Amounts - I and to bind them thereby as fully and to the same extent as it such. instruments were signed by a duly auitlorized officer of their corporations and all the acts ':Jt said Attorney, pursuant to the auitlority hereby given are hereby ratified and confirmed. . This PClWer of Attorney is made and executed pursuant to and ~ authority of the By-laws and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. ~ I In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their corporate sc!alsto be hereto affixed on this 14th day .of. Seotember 1998 State of Illinois, County of Cook, ss: On this 14th day of Sectember 1998, before me personally came Marvin J. Ca'shicn, to me known, who, being by me duly sworn, did depose and say: that he resides in the City at Chicago, State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FiRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instniment are such Corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed at said corporations. i'. . I I I I I I I I CONTINENTAL CASUALTY COMPANY NATIONAL FlRE INSURANCE COMPANY OF HARTFORD ::1I;:t7~~G' PENNSYLVANIA . ( Marvin J. Cashion Group Vice President 11~9 ~ My Commission Expires March 6, 2000 Mary Jo Abel Notary Public CERTIFICATE f, MaryA Ribikawskis; Assistrnt Secretary of CONTINENTAL CASUALTY COMPANY, NATIONAl FIRE INSURANCE COMPANY OF HARTFORD, ,and AMERICAN CASUALTY COMPANY OF R~DING, PENNSYLVANIA do hereby certify that the Power of Attorney herein above Set fcrttl is still in force, and further certify that ttle By-Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still in force. In testimony whe~6 b9.,vehereuntD subscribed my name. and affixed ttle seals of the said corporations this 1st day of March :. ~, . .. ' I I I IReV,1011197) I CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD - AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA ~a~ Mary A. Ribikawskis Assistant Secretary I I I I I I I I I I I I I I I I I I I PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS~ That T.C,A Eiectrical CQ Qtr,acto rs, Inc., as Principal, hereinafter called Contractor, and:~TIONAl FlRE INSURANCt:. as Surety, hereinafter called Surety, are held and firmlV tf0OW~ ~gtJ~nd County, as Obligee, hereinafter called Owner, in the amount of One hundred seventeen thousand, two hundred and sixty Dollars ($117,260,00), for the payment whereof Contractor and Surety bind themselves; their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated , entered into a contract 'with Owner for Lighting Rehabilitation and Remarking of Runway 11-29 in accordance with Drawings and Specifications prepared by W, K. Dickson & Company, Inc". which contract is by reference made a part hereof, and is hereinafter referred to as thE! Contract. t NOW, THEREFORE, T8E CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly ~nd faithfully perform said Contract, then this obligation shall be I . null and void; otherwise it ?hall remain in full force and effect. i Thl3 Surety hereby waive's notice of any alteration or extension of time made by the Owner, ! I t . Whenever Contractor shall be, and declared by Owner to be in default under the 1 . Contract, the Owner havif)g performed Owner's obligations thereunder, the Surety may promptly remedy the defau.lt, or sh?" promptly: I , (1) Complete the Contr~ct in accordance with its terms and conditions, or I I (2) Obtain a bid or bids for completing the Contract in accordance with its terms and , . . conditions, upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for' a.contract" between such bidder and Owner, and make available as Work progresses (even thoughth'ere should be a default or a succession of defaults under the contra~t or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other. costs and aamages for which the Surety may be liable hereunder, the amount set: forth in the first paragraph hereof. The term "balance of the contract price," as used in ~his paragraph, shall mean the total amount payable by Owner to Contractor under the Cortract arid. any amendments thereto, less the amount properly paid by Owner to Contractor. . Any suit under this bond must be instituted before the expiration of (2) two years from the date on Iwhich final payment under the Contract falls due. PB-1 I I I I I I I n I I I I I I I I I I I No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. Si!Jned and sealed this Lv1.~ ~~ (Witness) \ ~.~'r'. . (Witnes~) ,CJI\ IE J. ~ :i'-' ... day of ,2000, PB-2 "//7~. L-2!~/-,a~.. ~ ",/' ~ . P J -_ ~,~. (Pnnclpal) (Seal) '. ?'""' 'r"" .... . j7vt~~~ ,,'.~.. - (Title) INATIONAL FIRE INSURANC;,~ '$: :' ~ t COMPANY OF HARTFORp,~:... ~~ (Surety) (Seal) $ J";'; ::~ ~ ' ..... " '~;,~..,. ~-\~ j ~-~ , ~:: = .'- - ":::: ~ -FAC't<:-j ~- t""'" 'c.. I I I I g I D I I I I I - I I I I I I LABOR AND MATERIAL PAYMENT BOND KNOW ALL MEN BY'THESE PRESENTS: That T.C,A Electrical~~~ctors, Inc., as Principal, hereinafter called Principal, and:~TIONAL FIRE INSU ~. as Surety, hereinafter called Surety, are heldand.firrrJy OOMPM~~ ~~J~ ond County, as Obligee, hereinafter called Owner, .for the use and benefit of claimants as here in below defined, in the amount of One hundred seventeen thousand, two hundred and sixty dollars ($117,260.00), for the payment whereof Principal and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Principal has by written agreement dated entered into a contract with Owner for Lighting Rehabilitation and Remarking of Runway 11-29 in accordance with Drawings and Specifications prepared by W. K. Dickson & Company, Inc., which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBUGA TION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and . material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions:; \ 1, A claimant is defined I as one having a direct contract with the Principal or with a Subcontractor of the Principal for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, powE?r, light, heat, oil, gasoline, telephone service or rental or . equipment directly applicaole to the Contract. . I I 2.' The above-named Prlhcipal and Surety hereby jointly and severally agree with the Owner that every Claiman't as herein defined, who has not been paid in full before the expiration of a period of' ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this: bond for .the use. of such claimant, prosecute the suit to final judgement for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any suC;h suit. : 3. No suit or action shall be commenced hereunder by any claimant. a,Unless claimant, other than' one having a direct contract with the Principal, shall have given written notice to any two of the following: the Principal, the Owner, or the Surety above-named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, LMB-1 I I I I I I I D I I I I I I I I I I I ...-,,~ _ ,'r;~ stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by niailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Principal, Owner, or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer, b. After the expiration on one (1) year following the date on which Principal ceased work on said Contract, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof,' such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. i I . c, Other than in a state court of competent jurisdiction in and for the county or other political ,subdivision of thelstate in which the Project, or any part thereof, is situated, or in I . the United States District Court for the district in which the Project, or any. part thereof, is 1 . situated, and not elsewhere, 4, The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which .may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. Signed and sealed this ~1.f ~- day of . 2000, >>1. 4f~4 '?:>~:_' .'. (Princip (Seal) . . S'~ "..... ~ -...... . - .y(f,~{~+- (Title) lNATIONAL FIRE INSURANCE ~ ..~ COMPANY OF HARTFORD ,Y -=- ~ ,~ y ~... -,"," ' "" (Surety) (Seal) f';;,;:' ~~ - /. / I L ~{1t) 7 'P_~ G^-/~/,- c/-- j!~~ fj f (Title)~llUAM l. HIX, ATTORNEv.:fN-FACT t.' ,. ',;:'/ F.4.~ ... "! ~ \ ~~ ~\<!~ (Witnes~'; (AR. E J. K. ; . ! i LMB-2 Authorizing By-La~~~ 9r~ Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed purSuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company. I "Article IX--Execution of Documents Section 3. Appointment of Attorney-in-fact The Chainnan of the Board of Directors, the President or any Executive, Senior or Group Vice President'may, from time to time; appoint by written certificates attorneys-In-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys-in-fact, subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The Chainnan of the Board of Directors, the President or any Executive, Senior or Group Vice President or the Board of Directors, may, at any time, revoke all power and authority previously given to any attorney-in-fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuantto Section 3 of Article IX of the By-Laws, and the signature of the Secretary or . an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respl!ct to any bond or undertaking to which it is attached, continue to be valid and bindirlg on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company. "Article VI--Execution of Obligations and Appoinbnent of Attorney-in-Fact Section 2. Appointment of Attorney-in-fact The Chainnan of the Board of Directors, the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attorneys-In-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attorneys-in-fact. subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive, Senior or Group Vice President may at any time revoke all power and authority previously given to any attorney-in-fact . This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors ol'the Company at a meeting duly called and held on the 17th day of February, 1993. "Resolved, that the signature of the President or any Executive, Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certifiC<lte bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company. " ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: .This Power of Attorney is made and executed pursuantto and by authority of the following Resolution duly adopted on February 17,1993 by the Board of Directors of the Company. "RESOLVED: That the President, an. Executive Vice President, or any. Senior or Group Vice Presidentof the Corporation may, from time to time, appoint, by written certific~tes, Attorneys-in-Fact to act in behalf of the Corporation in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such' Attorney-in-Fact,. subject to the limitations set forth in their respective certificates of authority, shall have full power to bind the Corporation by their signature and execution of any such instrument and to attach the seal of the Corporation thereto. The P~esident, an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authorlty previously given to any Attorney-in-Fact " This Power of Attomey is signed and sealed by facsimile under and by the authority of the followi.n9" 5~'pluti'1.n. a~opted by the Board of Directors of the Company at a meeting duly called and held on the 17th day of February, 1993. / ~,.~. ';..-' . ~..:.. ,;.: . c/. "RESOLVED: That the signature of the President, an Executive Vice President or any:_Senior or Group'Vice F>resident and the seal of the Corporation may be affixed by facsimile on any power of attorney granted pursuant tolhe Resolution adopted by. this Board of Directors on February ,17, 1993 and the signature of a Secretary or. an Assistant Secretary and t1ie~eal of the Corporation m,ay be affixed by faCsimile to any certificate of any such power, and any power or certificate bearing such facsimile' signature and seal shall De valid and binding on the Corporation. Any such power so executed and sealed and certified by certificate so executed. and sealed, shall with respect to any bond or undertaking to which it is attached,. continue to be valid and binding on the Corporation." -' . ~ ~ .'" ,- ~ ~ o:t . "... ~""- . ."~..~,.;,.~".... "..0;- POWER OF ATTORNEY APprnNTI~G INDIVIDUAL ATTORNEY-IN-FACT tCnow All Men By These Presents, That CONTINENTAL CASUALTY COMPANY, an Illinois corporation, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA, a Pennsylvania corporation (herein collectively called "the CCC Surety Companies"), are duly organized and existing corporations having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signature and seals herein affixed hereby make, constitute and appoint William L. HOc. W. Parker HOc, Julie H. Black, Sandra F. Black. Robert L. Potts. Jr.. David Potts, S, Danny Sellers. Carrie Key, Individually of Atlanta, Georgia their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by'a duly authorized officer of their corporations and all the acts of said Attomey, pursuant to the authority hereby given are hereby ratified and confinned, . This Power of Attorney is made and executed pursuant to and ~ authority of the By-Laws and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the corporations. In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their corporate seals to be hereto affixed on this 14th day of September 1998 CONTINENTAL CASUAL TV COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD /i1;;;L:!t;l;G, PENNSYLVANIA Marvin J. Cashion Group Vice President State of Illinois, County of Cook. ss: On this 14th day of September , 1998 ,before me personally came Marvin J. Cashion, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Chicago, State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY, NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA described in and which executed the above instrument; that he knows the seals of said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. 11~9 ~ My Commission Expires March 6, 2000 CERTIFICATE . Mary Jo Abel . Notary Public I, MaryA Ribikawskis, Assistant Secretary of CONTINENTAL CASUALTY COMPANY,:NATlONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA do hereby certify that the Power of Attomey herein above set forth is still in force, 'and further certify that the By-Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still in force. In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations this day of (Rev. 1 0/1197) . .,'" CONTINENTAL CASUAL TV COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUAL TV COMPANY OF READING, pENNSYLVANIA ~,a~ Mary A. Ribikawskis Assistant Secretary I I I I I I. I I I I I I I I I I I I I GENERAL CONDITIONS SCOPE These "General Conditions" shall apply to the work as a whole and to each and all branches of the work. Subcontractors shall be supplied with a copy of these "General Conditions" and no arrangement or contracts with the subcontractors are to be such as I .. . to conflict with same., They shall also apply to any modifications or extra work. I I I DEFINITIONS I I I , CONTRACT DOCUMENTS: The Contract Documents consist of the Advertisement, Proposal, Contract, !nstructions. to' Bidders, General Conditions, Special Provisions, Specifications, and the Drawings, including all changes incorporated therein before their execution. These form the Contract. OWNER: The Party ~f the First Part in the accompanying Contract. j . CONTRACTOR: The Party of the Second Part in the accompanying Contract. . SUBCONTRACTO~:j The term "Subcontractor" as employed. herein includes' only those having a direct contract with the Contractor; it. includes one who furnished. material worked to a lspecial design according to the Plans and Specifications of this work, but does not indlude one who merely furnished material not so worked. I ! DESIGN ENGINEER:: Refers to W.K. Di~kson & Co., Inc., the Engineer apPJinted by the Owners to prepare the design, plans and specifications for the project. . I . ENGINEER: The State Highway Engineer of Georgia, acting' directly or through his duly authorized representative. i I WORK AT THE SITE OF PROJECT: Work to be performed including work normally . done at the location of the project. The term "work" of the Contractor or Subcontractor , includes labor or materials or both, "The work" as employed herein means all work to be accomplished by the Contractor under the terms of this contract. PROJECT: The work included under this Contract consists in Contractor furnishing all labor, plant, equipment and materials complete in strict accordance with the Contract , Documents. ' INSPECTION: Inspection shall be by a representative or representatives of Georgia Department of Transp?rtation asnigned to observe the construction of the project. WRITTEN NOTICE: Written notice shall be deemed to have been fully served if delivered in person to the individual, or to an officer of the Corporation for whom it is GC-1 . . intended, or if delivered at or sent by mail to the last business address known to him who gives the notice. . . DECISIONS OF ENGINEER . . The Engineer shall' have' general administration and direCtion of the work. When directed by the Owner, they shall inform the Contractor to stop the work whenever such stoppage may be necessary to insure the proper execution of the Contract. I I The Engineer shall make decisions on all claims of the Contractor and on all other matters relating to the execution and progress of the work or the interpretation of the Contract Documents. . . - . CONTRACTOR'S AND SUBCONTRACTOR'S INSURANCE The Contractor shall not commence work under this contract until he has obtained all the insurance required under this paragraph and such insurance has been approved by the Owner, nor shall the Contractor allow any subcontractor to commence work on his subcontract until the insurance required of the subcontractor has been so obtained and approved. (a) WORKMEN'S COMPENSATION INSURANCE: The Contractor shaH. . procure. and shall maintain during the ,life of the contract Workmen's Compensation Insurance for all of his employees to be engaged in work on the project under this contract and, in case of any such wQrk sublet, the Contractor shall require the subcontractor similarly to provide Workmen's Compensation Insurance for all of the latter's employees to be eng~ged in such work unless such employees are covered by the protection afforded by the Contractor's Workmen's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide adequate employer's general liability insurance for the protection of such of his employees as are not otherwise protected. . .... . ".' -!!!!! :",- - (b) CONTRACTOR'S HOLD HARMLESS. AGREEMENT: The General Contractor shall be responsible from the time of signing the Contract, or from the time of the beginlling of the first work, whichever shall be the earlier, for all injury or damage, of any kind resulting from this work, to persons or property. The Contractor hereby assumes the obligation to . save the Owner and Engineer from every expense, liability or payment arising out of or through injury to any person or persons including' death, or damage to property of any person or the County or State in which the work is located, or to the Federal government, suffered through: (1) Any act or omission of the Contractor or any subcontractor or any one directly or. indirectly employed by or under the supervision of any of them; or - GC-2 I I I I I I I I I I' I I I I I I I ,I I (C) LAWS ! I \ t ' ~ (2) Arising out of any act or omission incident to the inspection or s~upervision by th'e Owner or his representatives of the work i~cluded in this contract. \ . . I . CONTRACTOR'S PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE AND VEHICLE LIABILITY INSURANCE: The Contractor shall procure and shall maintain during the life of this contract Contractor's Public Uiability Insurance. Contractor's Property Damage Insurance and Vehicle !Liability Insurance in the amounts of not less than $250,000 for injuries, ,including accidental death, to any one p~rson, .and subject to the same limit to each person, in an amount of not less than $500,000 on account:of one accident; and Contractor's Property Damage Insurance in an amount not less than $100,000 per accident and $200,000 aggregate. . I . . I . The Contractor .shall have Contractor's Protective Coverage for any subcont~actor's operation and he shall be responsible for securing certificat~s of insurance coverage from all subcontractors who are engaged in this work. . The Co~tractor shall include an endorsement incorporating the Hold Harmles~ Agreement 'assumed by the Contractor under the terms of this. contract.\ . . .~ - < ~';:- ; ~'. t;,','4 . .~ ,I (D) SUBCO~TRACTOR'S PUBLIC LIABILITY AND PROPERTY DAMAGE INSURANCE: The Contractor shall require each of his' subcontractors to. procure and maintain during the life of his subcontract, Subcontractor's Public Li:ability and Property Damage Insurance 'of the type specified in subparagraph (c) hereof, in amounts approved by the Owner. '1 SCOPE iOF INSURANCE AND SPECIAL HAZARDS: The insurance required I under' subparagraphs (b), (c) and (d) lJereof shall provide adequate protection for the Contractor .and his subcontractors, respectively, as well as the Owner, against damage claims which may arise fro'Tl operations under this Contract, whether such operations be by the insured or by anyone directly or indirectly employed by him and, also, against any special. hazards which may be encountered in the performance of this contract. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish the Own~r with satisfa'ctory proof of carriage of the ins'urance required. i . i (E) (F) The Construction of said project shall, in all respects, conform to all applicable requirements of State and local laws and ordinances. .! GC-3 ACCIDENT PREVENTION Precaution shall be exercised at all times for the protection of persons (including employees) and property and hazardous conditions shall be guarded against or eliminated. The Contractor shall be responsible for ensuring that all requirements of the Occupational Safety and Health Act are met. . REPORTS, RECORDS AND DATA The Contractor shall submit to the Owner such schedules of' quantities and costs, progress schedules, payrolls, reports" estimates, records and other data as the Owner may request concerning work performed or to be perfor~ed under this contract. TIME FOR COMPLETION AND LIQUIDATED DAMAGES It is hereby understood and mutually agreed, by and between the Contractor and the Owner, that the date of beginning, rate of progress, and the time for completion of the work to be done hereunder are ESSENTIAL CONDITIONS of this contract; it is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the work order. . The Contractor agrees that said work shall be prosecuted regularly, diligently, and uninterruptedly at such rate of progress as will insure full completion thereof within the time specified. It is expressly understood and agreed, by and between the Contractor and the Owner, that the time for the completion of the same, taking into consideration' the average climatic range and usual industrial conditions prevailing in this locality. It is further agreed that time is of the essence of each and every portion of this contract and of the specifications wherein a definite and certain length of time is fixed for the performance of any act 'whatsoever; and where, under the contract, and additional time is allowed for the completion of any work, the new time limit fix~d by such extension shall be of the essence of this contract. Provided, that the Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due: (1) To any preference, priority, or allocation order duly issued by the Government; (2) To unforeseeable cause beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God, or of the public Enemy, acts of the Owner, acts of another contractor in the performance of a contract with .the Owner, fires, floods, epidenlics, quarantine restrictions, strikes, freight embargoes, and unusually severe weather; and, provided f~rther, that the Contractor shall, within seven (7) days from the beginning of such delay, notify the Owner, in writing of the GC-4 I I I I I I I .= ~ iiiiii ;;;;;;0 - I I I I I I I I I I. I I I I I I I I I ,.~..~..~.;. " ';, :". .':- '.' - _'1;' . \ . causes of the'dTelay,who shall ascertain the facts and extent of the delay and notify the Contractor within a reasonable time of its decision in the matter. CONSTRUCTION SCHEDULE AND PERIODIC ESTIMATES Immediately after exe.cution and delivery of the contract, and before. the first partial payment is made, thel Contractor shall deliver to the Owner an estimated construction progress schedule in ~ form satisfactory to the Owner, showing the proposed date of commencement and qompletion of each of the various subdivisions of work required under the Contract D<j>cuments and the anticipated amount of each Monthly payment that will become due ~he ~ontractor ,in accordance.with the progre~sschedule. The Contractor shall also :furmsh,or forms to be supplied by the Owner, (a) a detailed estimate giving a complete breakdown of the contract price and (b) periodic itemized estimates of work done for the purpose of making partial payment thereon. The costs employed in making up any of these schedules will be used only for determining the basis of partial payme~ts and will not be considered as fixing a basis for additions to or deductions from the contract price. . I . ACTION TIME ON CONTRACTOR PAY REQUESTS i This paragraph is inte~ded. to supersede all provisions of the Georgia Prompt Pay Act . (House Bill 837). The Owner intends to make timely payments to the. Contractor; following receipt of ~pplications. Consideration shall be given . to the Owner's requirements for processing the Contractor's payment application. For projects funded with Federal or State fund3, payment may be delayed for thirty calendar days,. contingent upon reimbursement of the applicable funds to the Owner from the Government Agency funding the project: Delays in payments in excess of thirty days, caused by delay in Government reimbursement to Owner, will not be subject to payment of interest. . ]:XTRAS \Nithout invalidating the contract, the Owner may order extra work or make changes by ~3ltering, adding to or deducting from the work, the contract sum being adjusted accordingly, and the consent of the Surety being first obtained where necessary or desirable. All the work of the kind bid upon shall be paid for at the price stipulated in the proposal, and no claims fOfany extra work or materials shall be allowed unless the work is ordered in writing by the Owner or its Engineer acting officially for the Owner, and the price is stated in such order. ~'L TERA TIONS. CHANGES. ETC. All changes, alterations, or instructions in regard to any features of the work that differs from the plans and specifications MUST be in writing in all cases, and no verbal orders will be regarded as a basis for clair11sfor extras. . GC-S- ~. All claims for extra. work must be made. in writing within five (5) days after the = instructions are issued; otherwise, it will be assumed that the instructions or charges incur no additional cost. . . No extra work is to be performed or any changes made that involve any extra cost until the Engineers have authorized the Contractor to proceed, in writing, except in emergency endangering life or property when the procedure shall be set forth under "CHANGES IN WORK". . CHANGES IN WORK - No changes in the work covered by .the approved Contract Documents shall be made without having prior written' approval of the Owner Charges or credits for the work covered by the approved change shall be determined, by one or more or a combination of the following methods: (1) Unit prices previously approved; (2) An agreed lump sum; . (3) The actual cost of:. a. Labor, including foremen; b. Materials entering permanently into the work; c. The ownership or rental cost of construction plant and equipment. during the time of use on the extra work; d. Power and consumable supplies for the operation of power equipment; and e. Insurance. To the above cost there shall be added a fixed fee to be agreed upon but not to exceed fifteen percent (15%) of the estimated cost of the work. The fee shall be compensation to cover the cost of supervision, overhead, bond, profit and any other general expenses. CLAIMS FOR EXTRA COST No claim for extra work or cost shall be allowed unless the same was done in pursuance of a written order of the Engineer, as aforesaid, and the claim is presented with the first estimate after the changed or extra work is done. When work is performed under the terms of section "Changes in Work - (c)" of these General Conditions, the Contractor shall furnish satisfactory bills, payrolls and vouchers covering all items of cost and, when requested by the Owner, give the Owner access to accoul1ts relating thereto. MATERIALS. SERVICES AND FACILITIES (a) It is understood that, except as' otherwise specifically stated in the Contract . Documents, the Contractor shall provide any pay for all materials, labor, tools, equipment, water, light,. power, transportation, GC-6 I I I I I I 'I 'I I I I I I I I I I I I ~" - :;", . (i 'j" "'t~ . . . superintendence, temporary construction of every nature, and all other services and facilitie.s of every nature whatsoever necessary to execute, complete, anQ deliver the work within the specified time. (b) Any work necessary to ,be performed after regular working hours, on Sundays or Legal Holidays shall be performed without additional expense to the Owner. PATENTS (a) The Contractor shall hold and save the Owner and its officers, agents, servants, and employees harmless from liability of any'nature or king,. including cost and expenses for, or on account of,. any patented or unpatented invention, process, article, or appliance manufactured or used in the performance- of the contract, including its use by the Owner, unless otherwise specifically stipulated in the Contract Documents. (b) If the Contractor uses any design, device or materials covered by letter, . patent or copyright,' he shall provide for such use by suitable agreement with the Owner of such patented or copyrighted design, device, or material. It is mutually agreed and understood that, without exception, the . Contract prices shall include all royalties or costs arising from the use of, such design, device or materials, in any way involved i,; the work. The Contractor and/or his sureties shall indemnify and save harmless the Owner of the project from any and all claims for infringement by reason of the use of such patented or. copyrigh~ed design, device or materials or any trademark or copyright in connection with work agreed to be performed under this contract, and shall indemnify the Owner for any cost, expense or damage which it may be obligated to pay by reason of such infringement at" any time during the prosecution of the work or after .completion of t~e work. . The contract prices shall include all royalties or costs arising from the use of such design, device or materials, in any way involved in the work. The Contractor and/or his sureties shall indemnify and save harmless the Owner of the project from any and all claims for infringement by reason of the use of such patented or copyrighted design, device or material or any trademark or copyright in connection with work agreed to be performed. under this contract, and shall inqemnify the Owner for any cost, expense or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work. . GC-7 - - INSPECTION AND TESTING OF MATERIALS iii = - - (a) All materials and equipment used in the construction of the project shall be subje'ct to adequate inspection and testing in accordance with accepted standards. The laboratory or inspectiqn agency shall be the Georgia Department of Transportation. All retesting required due to unsuitable material submitted by Contractor shall be paid for by the Contractor. - iii - . - - (b) Materials of construction, particularly those upon which the strength and durability of the structure may depend, shall be subject to inspection and testing to establish conformance with specifications and suitability for uses intended. - - - - - . SAMPLES The CONTRACTOR shall furnish to the Engineer, for approval, complete samples of all of the materials which he proposes to use, where samples are called for in the specifications or required by the Engineers. . - - - :-- All samples submitted must be clearly labeled as to the name of the Contractor, name of the manufacturer, quality of material and the name of the job. . After samples have been approved, they will be sent to. the job to be compared. with the materials as they arrive on the job.' All materials shall be in strict accordance with the approved samples. SPECIFICATIONS AND DRAWINGS TO BE COOPERATIVE The specifications, the plans accompanying them and the other Contract Documents, shall be supplementary to each other, and any material, workmanship, and/or service which may be in one but not called for in the others shall be as binding as if indicated, called for, or implied by all. The Contractor will understand that the work herein described shall be complete in every detail, ,notwithstanding every item necessarily involved is not particularly mentioned and the Contractor shall be held to provide all labor and material necessary for the completion of the indicated work. The Contractor shall, before the award of the contract, report in writing to the Engineers any discrepancy which he may discover between the drawings and the specifications. If the Contractor fails to call such discrepancy to the attention of the Engineers, the subsequent decisions of the Engineers as to which is correct shall be binding and final. Should any error and inconsistency appear in the drawings or specifications, the Contractor, before proceeding with the work shall make mention of the same to the GC-8 I I I I I I I I I I. I I I I I I I I I Engineer for proper adjustment. and in no case ~h~II he proceed with the work in uncertainty. t: DRAWINGS The drawings generally shown work fully drawn out on only a portion of the drawings, the remainder being in outline. The drawn out work must be understood as applying to other like or similar places. Large scale or full size details will be furnished by the Engineer for work which, in his opinion, shall require such drawings, but.these shall be consider~d as explanatory of . the drawings and ~pecifications, and not as indicating additional work. Details shall be accurately followed and any deviations therefrom shall be cause for the rejection of ~ny work so executed. . . All necessary dimensions are given on the drawings and shall, in all cases, except where a discrepancy occurs, be followed exactly. The figures and notes on the drawings showing dimensions shall be used instead of scaling. .' 0.. All prints and specifications issued to the Contractor are understood to be the property . of the Engineer and are to be returned to him when no longer required for use on the work, whether paid for or not, and shall not be duplicated or copied without his . . permission. CONTRACTOR'S SUPERINTENDANT .The Contractor shall keep on the work continuously during the progress of the,work, a competent general superintendent and any necessary assistants, all. to be satisfactory to the Engineer. . . . . . The Superintendent shall not be removed from the work and another substituted for him except with the consent of the Engineers unless the Superintendent becomes unsatisfactory or . ceases to be in the Contractor's employ. The Superintendent shall represent th43 Contractor in his absence and all directions given to him shall be as binding as if given directly to the Contractor. PTHER CONTRACTS The Owner reserves the right to let other contracts in connedion with this work. The Contractor shall afford other contracts reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate his work with theirs. GC-9 -- -- If any part of the Contractor's work depends for proper execution or results upon the work of any other contractor. The Contractor shall inspect and promptly report to the Engineers any defects in such work that render it unsuitable for such proper execution and results. His failure to so inspect and report shall constitute an acceptance of the other contractor's works as fit and proper for the reception, of his work except as to defect which may develop in the other contractor's work after the execution of his own work. To insure proper execution of his subsequent work, the Contractor shall measure work already done in place and shall report at once to the Engineers any discrepancy between the executed work and the drawings. MUTUAL RESPONSIBILITY OF CONTRACTORS Should the Contractor cause damage to any other contmctor on the work, the contractor causing such damage agrees, upon due notice, to settle with such contractor by" agreement or arbitration, if he will so settle. If such other contractor sues the Owner on account of any damage alleged to have been so sustained the Owner shall notify the contractor causing such damage who shall defend such proceedings, and if any judgment against the Owner arises therefrom, the contractor causing such damage shall payor satisfy it and pay all costs incurred by the Owner. ACQUAINTANCE WITH CONDITIONS The Contractor shall be fully aware of all conditions affecting or that might affect the successful completion of the work or the f.:iafety of the :;ompleted work. Before submitting his proposal he shall have examined the site of the work and compared the actual conditions on the site with those shown or represented by the plans and specifications, and shall have determined the existence of all physical features, obstructions above or below ground, ground elevations, etc.,'on or adjacent to the site, that might affect the work in progress or completed. The Contractor shall have determined all excavations or fill required to make the site accessible and the protection required against excessive measures of the elements,: wind, rain, sun to insure the safety of the work. No allowance will be made in the behalf of the Contractor for his ,failure to adequately familiarize himself with all conditions and no claim will be permitted for relief due to unforeseen conditions. Immediately upon beginning the job, the Contractor shall check all dimensions of the present work, including the work done by other contractors on this project which affect his work, and shall report to the Engineer any discrepancy between these dimensions and those shown on the plans. POSSESSION ,0F SITE AND RESPONSIBILITY Upon taking possession of the site, the Contractor shall. be responsible thereafter until . the final acceptance of the work by the Owner for the management, care and maintenance of the site and the work, both new and existing, and shall be solely and GC-10. I I I I I I I I I I I I I I I I. I I I " . .if~ . '1;~ _ wholly responsible for damage thereto and for any and all injury to persons or property incident to or on account _ of the' claims or suits arising therefrom, without loss or expense to the Engineer or Owner. Any approval of means or methods of construction, or protection of persons or property, shall not relieve the Contractor from sole responsibility for the adequacy of such means or methods. SOCIAL SECURITY AND SALES TAX The Contractor assumes and is liable. specifically for all State and Federal so called Payroll or Social Security Taxes and for all State and Federal Sales and Use Taxes that . . may be in force at the time of the award of the Contract, and guarantees to hold the Owner harmless in every respect agi3inst same. USE OF PREMISES The Contractor shall not load nor permit any part of any structure to be loaded with a weight which will endanger its safety. The Contractor shall confine his apparatus, the storage of ~aterials and the operations . of his workmen to the limits' defined by laws, ordinance, permits or directions of the Engineers and shall not unduly encumber the premises with his materials. The Contractor shall enforce the instructions of the Engineers. regarding signs, advertisements, fire and smoking. . MOVING MATERIALS If it becomes necessary at any time during the construction to move materials which are to enter into the construction, the materials having been temporarily placed, the Contractor, or subcontractor shall, when so directed by the Engineer; move them or cause them to be moved without additional cost to the Owner. . ~:LEANINGDURING CONSTRUCTION AND AT COMPLETION OF WORK The General Contractor shall keep the premises clean at all times and shall remove all rubbish as often as directed by the Engineer or Owner. If the Contractor does not, at all times, provide men to attend to the Cleaning up, on request, in a manner satisfactory to the Engineer, the Engineer may' employ such men to direct and charge the cost of same to the account of the Contractor. . Upon completion of the work, the Contractor shall leave the grounds in a neat and clean condition. Construction areas shall be replanted with grass and shrubs where they have been removed. GC-t 1 ' . OWNER'S OPTION In all cases where the ch.oice of more than one make or style ot'material is specified, the final selection of material rests with the Owner. Where any difference occurs, in price, such difference is to be given at the time the bids are submitted. After the contracts have been signed, the Owner reserves the right to choose whichever material he desires assuming that the price is not increased thereby, and where . the specifications call for the stipulated item or other equal thereto and approved, or other words to that effect, it is to be taken the same as if the choice of more than one material was specified and the selection will rest with the Owner the same as above. . OWNERS RIGHT TO DO WORK If the Contractor shall neglect to prosecute the work properly, and in a diligent manner or fail to perform the provisions of the contract, the Owner may, after three (3) days written notice to the Contractor withol:Jt prejudice to any other remedy, make good such deficiencies and may deduct the net cost thereof from the payment when or thereafter due the Contractor, provided however, the Engineer shall approve both such action and the amount charged to the Contractor. . WORK NOT SHOWN ON PLANS In the carrying out of this work as contemplated by the plans and specifications, there may arise certain items of w<?rk for which definite plans have not yet been decided upon. All such work, when authorized, shall be paid for as provided in "CHANGES IN WORK". REMOVAL OF MATERIALS AND CORRECTION OF WORK All materials of unsound or otherwise unfit character and all workmanship not in accordance. with the terms of the contract will be condemned by the Engineer. The Contractor shall promptly remove from the premises all. condemned materials whether incorporated in the work or not, and the Contractor shall promptly replace and re-execute the work to the satisfaction of the Engineer, and without expense to the Owner, and shall bear the expense of making good all work of other contractors which is destroyed or damaged by such removal and replacement. If the Contractor does not remove such condemned work and within a reasonable time, fixed by written notice, the Owner may remove them and may store the materials at the expense of the Contractor. If the Contractor does not pay to the Owner the expense of such removal within ten (10) days time thereafter, the Owner may) upon ten (10), days written notice, sell suet! materials at a~ction or private sale and shall account for the net proceeds thereof, after deduction of all costs and expenses that rightfully should have been borne by the Contractor. . GC-12 I I I ,I I I I I I I' I I I I I I I I I LIENS "'. ..!I . ;f. \/:~:. Neither the final payment or any part of the retained percentage shall become due until the Contractor shall deliver to the Owner a complete release of all liens arising out of this contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that insofar as he has knowledge or information, the releases and receipts include all. the materials and labor for which a lien might be filed, but the Contractor may, if any subcontractor refuses to furnish a release of claims or receipts in full, furnish a bond satisfactory to the Owner to indemnify him against any lien. If any lien should remain . unsatisfied after all payments are made, then the Contractor shall refund to the Owner. all monies that the latter may be compelled to pay in discharging such lien, inc.luding all costs and reasonable Attorney's fee,., 1 \ ~ MAINTENANCE The Contractor will be required to maintain all work done by him in a first class condition . for sixty (60) days after the same has been completed as a whole and the Engineers have notified the Contractor in writing that the work has been finished' to their satisfaction. The retained percentage will not be due or payable to the contractor un~1 the sixty (60) day maintenance period has expired. . . Any damage to the site or surroundings, including paving, shoulders, culverts, drainage. structures, grass, etc., shall be repaired by the Contractor and all parts of the site shall be left in as good repair as befo.rethe work started, GUARANTEES . The Contractor shall guaranteea.ll materials and workmanship for a period of one (1) year from the date of final acceptance of the work as a whole under this contr.act. ' . If, during that period, any material, equipment, embankments, grass, etc., proves defective the Contractor shall repair same at his own expense and to the satisfaction of the Engineer. Neither the final gertificate of payment nor any provision relieves. the Contractor of responsibility for faulty material or workmanship and, unless otherwise specified, he s.hall make right any defects due' thereto and pay for the damage or other work resulting therefrom which occur within the said period of one (1) year. The Owner will give notice of observed defects with reasonable promptness. . The Contract Bond shall cover these guarante,es. GC-13 ' RIGHT-OF-WAY AND SUSPENSION WORK - The Owner will furnish all land and rights-of-way necessary for the carrying out of this contract and the completion of the work herein contemplated and will use due diligence in acquiring said land and rights-of-way as speedily as possible. But it is possible that all lands and rights-of-way may not be obtained as herein contemplated before construction begins, in which event the Contractor shall begin his work upon such land and rights-of-way as the Owner may have previously acquired and no claim for damages whatsoever will be allowed by reason of the delay in obtaining the remaining lands rights-of-way. Should the Owner be prevented or enjoined from proceeding with the work, or from authorizing its prosecution, either before or after the commencement, by reason of any litigation or by reason if its inability to procure any lands or rights-of- way for the said work, the Contractor will not be entitled to make or assert any claim for the daniage by reason of said delay, or to withdraw from the contract except by consent of the Owner, but time for completion of the work will be extended to. such time as the Owner determines will compensate for the time lost by such delay, such determination to be set forth in writing.. !!!! . .- CONTRACTOR'S OBUGA TION The Contractor shall and will, in good workmanlike manner, do and perform all work an.d furnish all supplies and materials, machinery, equipment facilities and means, except as herein otherwise expressly specified, necessary or proper and comp.lete all the work required by this contract, within the time herein specified, in accordance with the provisions of this contract and said specification and in accordance with the plans and drawings of the work covered by this contract and any and all supplemental plans and. drawings in accordance with the directions of the Engineer as given from time to time during the progress of the work. He shall furnish, erect, maintain and remove such construction plant and temporary works as may be required. He alone shall be responsible for the safety, efficiency and adequacy of his plant, appliances and methods and for any damage which may result from their failure of their improper construction: maintenance or operation. The Contractor shall observe, comply with and be subject to all terms, conditions, requirements and limitations of the contract and specifications and shall do, carry on and complete the entire work to the satisfaction of the Engineer and the Owner. ~- .-'If"" ~~ GC-14 I I I I I I I I I I. I I I I I I I I I :~~ .-. ~~~~~ PROJECT SPECIAL PROVISIONS ,These Special Provisions form a part of the Contract Documents as indicated hereafter. A. PROJECT DESCRIPTION The work in this contract involves Lighting Rehabilitation & Remarking of Runway 11- 29. B. SEQUENCE OF CONSTRUCTION Work is scheduled for the Spring of 2000, During construction, Runway 11-29 will be closed to aircraft traffic. C. PROJECT AREA ACCESS The Contractor shall utilize an . access route on airport property as located on the Construction Safety Plan. At no time will construction equipment be allowed on the active portions of the runway or in the terminal, hangar, and apron areas. The Contractor will be' required to park his equipment and stockpile materials in the areas indicated on the Safety Plan. All areas disturbed outside of the normal construction. limits as shown on the Plans shall be grassed and returned to their original condition at . the expense of the Contractor. The Contractor shall take all necessary measures as may be required to insure that no . unauthorized personnel gain entry onto the airport property. . Such measures shall' include, as a minimum, the posting of security personnel at the access gate at all times while. the Contractor is working. It shall be the Contractor's responsibility to provide barricades, flagmen, fencing, gates, and security as required, and take all necessary precautions to allow only authorized' vehicles and personnel into the construction area. Upon completion of the work as set forth in these plans and specifications, the Contractor will be required to restore any areas damaged during construction to its original condition, or as directed by the Engineer. Grassing shall be as set forth in these specifications. No separate pay item will be authorized for establishing, maintaining, securing, and restoration for the access to and from the project site. All work-related items covered by this section shall be paid for at the contract lump sum bid price for Mobilization. D. RADIO .COMMUNICA TION REQUIREMENTS The Contractor shall coordinate all movements to and from the work areas through the Airport Representative. Likewise, any activity in areas adjacent to active runways and 'SP-1 taxiways shall be coordinated with the FBO. Coordination shall be by radio communication when necessary between the Contractor's supervisor on site and the FBO, E. DUST CONTROL It is the intent of these specifications that the Contractor will, by watering, chemicals, vegetation, or other means, prevent the occurrence of dust which will be objectionable to the residents of the area or violate existing laws or regulations or. cause hazards to air traffic. F. TEMPORARY BARRICADES The Contractor shall provide barricades with flashing lights spaced not more than 15 feet apart across or along the pavement edge where work abuts active runways/taxiways where in,dicated on the plans. The barricades shall be fastened to the existing pavement by means of wire straps around the. barricades and anchored to the pavement with nails. They shall be anchored in such a manner as to prevent aircraft blasts from overturning them. The Contractor shall maintain the lights and barricades to an operable manner for the duration of the work. Upon removal of th~ barricades, the pavements shall be restored to their original condition. The cost of providing and removing the. .barricades along with pavement restoration s~all be incidental to the bid item for mobilization and not a separate pay item. G. PROTECTION OF EXISTY,NG FACILITIES All existing facilities will be carefully protected by the Contractor. Any facilities damaged by the Contractor will be repaired' immediately and restored to original condition. All runway lights, taxiway lights, signs and structures to remain shall be protected by suitable means. H. NIGHT WORK It is not anticipated that this project will require any nighttime construction. Should the Contractor desire such activities,' the Engineer should be notified in writing 14 .days in advance for coordination. I. SAFETY ON THE AIRPORT DURING CONSTRUCTION ACTIVITY 1. Construction Activity and Aircraft Movements: ,During the time that the Contractor is-perfoiming the work contained herein, the. FBO's, the aprons, taxiways and runways at the airport will remain in use by aircraft, except as provided herein. ro the extent feasible and convenient in the opinion of the Sponsor's Engineer, and to the extent permitted by the Federal Aviation Administration, the us~ by aircraft of runways and taxiways adjacent to areas SP-2 I I I I I I I I I I I I I I I I I I I where the Contractor is working, will be so scheduled as to reduce disturbance to the Contractor's operations. .Aircraft operaf!bH~': unless otherwise specified in the contract specifications, sha-II always have priority over any and all of the Contractor's operations', and the Contractor shall not allow ,his employees, subcontractors, material men or any other pers<?ns over whom he has control, to enter or remain upon or allow ,any plant ,or materials to be brought or to remain upon any part of the airport which, in'the opinion of the Engineer, would be a hazardous location. Shou.ld aprons, runways or taxiways be required for use of aircraft, . and should the. Engineer 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 pers.onnel, plant, equipment and materials to a safe distance and stand by until the runway and taxiways are no longer required for use by aircraft. 2. Construction Activity in the Vicinity of Navigational Aids: Construction activity in . the vicinity of FAA navigational aids (i.e. ILS, VOR, ASR, PAPl's, AWOS) requires special consideration. Prospective bidders shall be alerted to this fact by the incorp~:>rating language requiring close coordination with the local Airway Facilities Sector as.a condition of bid. .J. PROTECTION OF CABLES, CONTROLS. NA V AIDS AND WEATHER BUREAU FACILITIES '1. The Contractor is hereby informed that there are installed on. the airport FAA NAVAIOS, including, without limitation, ASR, UHF, and VHF Receivers and Transmitters, weather facilities and other electric power cables serving other facilities. Such NAVAIOS, Weather Data Instruments 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, which approval is subject to withdrawal at any time because of changes in the weather, emergel'?cy conditions on the existing airfield areas, anticipation of emergency conditions and for any other reason as determined ~ythe Engineers acting under the orders and instructions _of the Airport Management and/or designated FAA representative. Any instructions to this Contractor to clear any given area, at any time, by the . Engineer, the Airport Manager or their representative (by radio or other means) shall be immediately executed. . Construction work will be commenced in the cleared area only when additional instructions are issLJed by the proper authorities. 2. Power and control cables le~ding to and from any FAA NAVAIOS, Weather Data Equipment and other facilities will be marked in the field by the Owner for the information of the Contractor, before any work in their general vicinity is started. Thereafter, through the entire time of this construction they shall be protected from any possible damage, including crossing with unauthorized equipment, etc. SP-3 3, These special provisions intent to make perfectly clear the need for protection of FAA NAVAl OS, Weather Data Equipment and other facilities and cables by this Contractor at all times. 4. The Contractor shall' immediately repair, with identical material by skilled workmen, any underground cables serving FAA NAVAIOS, Weather Data Equipment 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, for any temporary or permanent repairs the Contractor proposes to make to any FAA NAVAl OS, Weather Data facilities or other cables and controls serving such NAVAl OS and facilities damaged by the Contractor. Prior approval of the Engineer or of the representative designated by the Airport Management must be obtained for the materials, Workmen, time of day or night, 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. 5. It is recognized that the Owner will incur costs for employee's salaries,. engineering fees, and otherwise in connection with the damage and inspection and repair of any such damage, caused by the Contractor; and, consequently, the Owner may incur loss 9f income by reason of ~he .divers.ion of aircraft traffic from the airport resulting from interruption of the use of airport facilities; and that such expenses and loss of income are not measurable now and may not be reasonably ascertainable at the time of any incident caused by this Contractor. The Owner and the Contractor hereby agree to' the assessment of liquidated damages in lieu of such expenses of other damages incurred by the Owner. In addition. to the obligation of this Contractor to immediately repair any cables or facilities damaged by the Contractor, as set forth above; for each incident where cables are located within five feet of the position defined on the ground and are cut or damaged and the facility served by cables which are cut or damaged is not able to perform its required function resulting in the diversion of aircraft or the interruption of the normal flow of air traffic and aircraft operations on the airport, the sum of $2.000.00 shall be deducted from any money due the Contractor, or if no money IS due the Contractor, the Owner shall have the right to recover said sum or sums from the Contractor, from the surety, or from both~ The amount of these deductions are to cover liquidated damages to the Sponsor incurred by additional and other expenses and damages arising . from the incident or ;,ncidents caused by the Contractor, and such deductions are not to be considered as penalties. SP-4 I I I I I I I I I I I I I I I I I I I K. LIST OF DRAWINGS ~ ~ ~- .;., - i. _i .. The drawings which show the location, character,dimensions, and details of work to be done, and which are to be considered as a part of the contract supplementary. to the specifications, are as follows: LIST OF DRAWINGS 1. Cover Sheet 2. Project Safety and Staging Plan 3. Runway 11/29 Lighting Plans 4, Runway 11/29 Lighting Plans 5. Runway 11/29 Lighting Plans 6. Runway 11/29 Marking Plans . 7. Runway 11/29 Marking Plans 8. Runway 11/29 Marking Plans 9. Lighting and Electrical Details 10, Lighting and Electrical Details 11. Marking Details ,-. SP-5 I I I I I I I I I I' I I I I I I I I I SECTION 01000 MOBILlZA TION PART 1 GENERAL l I ,. I ,,~,. J \ 1.01 DESCRIPTION. The worJ< covered bYt this section consists of preparatory work and operations; .including but not limited to those necessary for the movement of personnel, equipment, supplies, and incidentals to the project site; for providing the items required by the General Provisions and Supplementary Conditions and the General Requirements including but not limited to: for theestablishrnent of all offices, buildings, ;and other facilities necessary for work on the project, construction staking, performance bond, . labor and materials bond;' and insurance, and for all other work and operations which must b,e performed or costs incurred prior to beginning work on the various items' on the project site. IPART 2 PRODUCTS (Not Used) PART3 EXECUTION 3.01 PAYMENT. A. All work covered by this section will be paid for at the contract lump sum price for "Mobilization". B. Partial payments for the item of "Mobilization" will be made with the first and second partial pay estimates. paid on the contract, and will be made at the rate of 50 percent of the' lump sum price 'for "Mobilization" on each of these , partial pay estimates, less the retainage provided for in the Contract, provided the amount bid for "Mobilization" does not exceed 5 percent of the total amount bid for the contract.. Where the amount bid for the item of "Mobilization" exceeds 5 percent of the total amount bid pay estimates, and that portion exceeding 5 percent will be paid on the last partial pay estimate. All such payments will be made less the retainaQe provided for in the . Contract. 1. payment will be made under: Mobilization - Lump Sum END OF SECTION 01000 01000-1, r.- . I I I I I I I I I I I I I I I I I I I SECTION 01010 SUMMARY OF WORK 1'.-?c i '( )f .~, PART 1 GENERAL '1.01 RELATED DOCUMENTS: Drawings, and general provisions of Contract~ including General Provisions' and Supplementary Conditions and other Division 1 Specification sections, apply to work of this section. Related Requirements specified in other sections of the specifications: 1. Restrictions on use of site, safety requirements and work within Air Operations Areas are specified in Section 01030 Airport Project Procedures (Construction Safety Plan.) . . 1.02 PROJECT IDENTIFICATION: The Project includes Lighting Rehabilitation and Remarking of Runway '11:-29 at Daniel Field, as shown on Contract Documents prepared by: W. K. DICKSON & COMPANY, INC. Drawings and Specifications are dated January 2000 1,,03 WORK COVERED BY CONTRACT DOCUMENTS: A. Indicate the work of the Contract and related requirements and conditions that have an impact on the project. Related requir~ments and conditions that are indicated on the Contract Documents include, but are not necessarily limited to the following: 1. Existing site condition~ and restrictions on use of the site, 2. Work to be performed concurrently by the Owner. 3. Mandatory staging/sequencing. 4. . Requirements for partial utilization of various elements prior to substantial completion of the Work. B. Division 1 'General . Requirements of the contract specifications is an integral part of the Contract Documents for each of the Contracts. 1.04 SUMMARY BY REFERENCES:. Work of the Contract can be' summarized by references to the Contract, General. Provisions, Supplementary Conditions, Specification Sections, Drawings, addenda and modifi.cations to the contract documents issued subsequent to the initial printing of this project manual and 01010-1 r including but not necessarily limited to printed material referenced by any of these. It is recognized that work of the Contract is also unavoidably affected or influenced by governing regulations, natural phenomenon including weather conditions and other forces outside the contract documents. I I I I A. Federal Aviation Advisory Circulars. Where work or other requirements are specified by referenc~ to Federal Aviation Advisory Circulars the reference shall be. considered to mean the latest change effective on the date bids are received. I 1.05 WORK PERFORMED CONCURRENTLY WITH THIS PROJECT: A. The Project is located in an area where Owner will need to perform normal maintenance operations. These items of work cannot be identified at this time. 1.06 COORDINATION: A. General: Each Contractor is responsible for coordination of his work, including preparation of general coordination drawings, diagrams and schedules, and control of site utilization, from beginning of construction activity through project closeout and warranty periods. . END OF SECTION 01010 01010-2. I I I I I I I I I I I I I I I I I I I SECTION 01030 AIRPORT PROJECT PROCEDURES (CONSTRUCTION SAFETY PLAN) , PART 1 GENERAL 1.01 INTRODUCTION A. This project involves Contractor operations within active Airport Operational Areas (A.O.A.). The Airport will conduct normal aircraft operations (subject to certain restrictions which shall be called out;-in this section) during the course of this project. Therefore, in order to provide for the security and safety of Airport users and the . Contractor's forces, as well as to minimize interruptions to aircraft operations, the Contractor shall limit his work within .the areas as designated on the plans and conduct his operations as set forth in the specifications. '1.02 REFERENCED STANDARDS A. Advisory Circulars AC No. 150/5370-2C and AC No. 150-/5340-1F will be used as nuidelines to assist in maintaining operational safety during con~truction activities. These documents also refer to other applicable Advisory Circulars. B. Controlling Requirements: The purpose of this Construction Safety Plan is to describe the procedures, rules and requirements to be followed during construction of this project. The material set forth in this section is based upon Department of Transportation, Federal Aviation Administration Advisory Circular 150/5370-2C, dated May 31. 1984, its references and .current changes. The requirements stated in the Advisory Circular, its references and current changes are minimum standards for the project. This section amends the requirements of the referenced standards. In case of a conflict between the referenced standards and this specification the more stringent requirement shall govern. 1.03 CONTRACTOR'S RESPONSIBILITY A. It remains the Contractor's responsibility to adhere to all. safety - regulations of the Specification, the Advisory Circular, its references and changes.' and to all other Advisory material pertaining to operational safety of airports, especially during periods 011 construction activity. The Contractor will be respOnsible for coordinating and controlling all construction activities in' full compliance with the requirements of the referenced FAA Advisory Circulars and this Safety Plan. B. Contractor shall designate an individual in his organization responsible for all construction safety including implementation of the specific requirements of this safety plan, The individual shall instruct all Contractor's employees in the requirements of this " 01030-1 safety plan and of construction safety in general. This individual shall also be responsible for insuring that all subcontractors have an understanding of the safety requirements. - 1.04 MODIFICATIONS TO THE PLAN A. Changes to the requirements of the specification will.only be allowed if approved by Owner. 1.05 UNAUTHORIZED CROSSINGS OF ACTIVE AIRFIJ:LD OPERATION AREAS A. This safety plan requires that. C<;>ntractor control the operation of his employees, equipment and Subcontractors, and.that all work areas within the airfield operations are~ have a responsible per.son with a radio in constant radio contact with the Fixed Base Operator monitoring the UNICOM frequency. All ground movement outside of the designated work areas must be coordinated via. radio communication. Any unauthorized movement outside the designated area, including unauthorized crossing of active. runways and taxiways, may subject the Owner to fines by the FAA. The owner will deduct such fines from payments due the Contractor. 1.06 CONSTRUCTION SAFETY REQUIREMENTS A. GENERAL 1. Protection of Utiliti~s: The Contractor shall be responsible for field marking and protecting all utilities within the construction limits, 2. Storage of Equipment, Vehicles, and Materials: All equipment, vehicles, and materials must be stored in the designated storage or staging area or in areas acceptable to the Engineer. 3. Construction Methods Limitation: No open flames or burning will be allowed on the airport property. 4. Safety and Accident Protection: The Contractor shall comply with all applicable federal, state, and local laws, ordinances, and regulations governing safety, health, and sanitation, and shall provide barric~des, and shall take any other needed. actions, - on his own responsibility that are reasonably necessary to protect the life and health of employees on the job and the safety of the airport users, and to protect moving and parked aircraft and other property in cO'nnection with the performance of the work covered by the plans and specifications. o ~ 030-2 I I I I I I I I I I' I I I I I I I I I 1.07 CONTRACTOR USE _OFc,,pREMISES . -~..: '..i.' ~'~ . I ," i. 'It,... A. Use of the Site: Confine operations at the site to the areas designated on the Drawings. Portions of the site bey~nd areas on which work is indicated are not to be disturbed. Conform to site rules and regulations affecting the work as stated on this Safety Plan while engaged in project construction. B. Keep existing drives, entrances, and air operations areas designated to remain open, clear and available to the Owner, his employees and the public at all times. Do not use these areas for parking or storage of materials. C. Do not unreasonably encumber the site with materials or equipment. Confine stockpiling of materials and location of storage sheds to the areas indicated. If additional storage is necessary, obtain Engineer's approval. 0" Lock automotive type vehic:::les, such as passenger cars and trucks, and other mechanized or motorized construction equipment, when parked and unattended, so as to prevent unauthorized use.Qo not leave such vehicles or equipment unattended with the motor running or the ignition key in place. I:. RESTRICTED AREAS 1. Navigational Aids. Airport navigational aid critical areas are shown on the drawings. The Contractor shall not enter these areas without Engineer's approval. 2. Runway and Taxiway Clearances. a. Due to the necessity to accomplish construction in areas on and adjacent to the runways and taxiways, the construction equipment, vehicles,and men are . authorized to operate without interruption within the project limits, except where specified otherwise, as follows: ACTIVE RUNWAYS AND TAXIWAYS Distance from runway centerline - within 250 feet Distance from taxiway centerline - within 75 feet Runway approach areas within 50: 1 . or 34: 1 slope approach surface, whichever is appropriate, in such a manner that the approach surface is penetrated. 3. Construction activities within th~se areas shall only be performed at times when the runway or taxiways are. closed to aircraft. A runway or taxiway closure or any portion thereof must be requested in writing by the Contractor through the Engineer seven days prior to closure. This request must indicate the areas needed and a schedule of operations and time(s) required for operations within the area. The .01030-3 Airport Authority reserves the right, however, to shift any approved closure periods to alleviate aircraft congestion or when weather conditions dictate. . . 4. All construction within a restricted area shall be performed in such a manner that, at the end of the closure period, it will leave the safety area with no debris or abrupt grade changes and with no trenches with depth or width greater than 3". 5. Work within the Airport Navigational Device Critical Area requires prior Engineer approval. . F. OBSTRUCTIONS TO NAVIGATION: 1. Penetration of equipment, vehicles, materials or men into airfield safety and critical areas requires the preparation and distribution of Notices of' Airmen (NOTAM) in advance to the actual penetration. 2. D~e to the fact that some of the work to be undertaken in this project is in violation of FAR Part 77, the distance required from the runway and taxiway edge area is incorporated into the construction sequence schedule. At no time shall the construction limits of the area under construction be violated. 3. Work .in areas within and adjacent to active aircraft operating areas shall be coordinated with the Engineer prior to commencement of the Activity. Work crews in these areas shall be. accompanied by the construction superintendent and the resident inspector, both of which shall be in constant radio contact with the Fixed Based Operator monitoring the UNICOM frequency. The Superintendent shall control movement of all personnel and equipment based on instructions from the Airport. 1.08 MOTORIZED VEHICLES AND EQUIPMENT A. All construction vehicles will use the vehicular gate entrance shown on the plans. Vehicles and equipment on the Airport property will each display a three foot square flag, furnished by the Contractor, consisting of a checkered pattern of international orange and white squares not less than one foot on each side and displaced in full view above the vehicle. Construction equipment and vehicles not engaged in construction during non-working hours will be parked outside the runway safety areas and more than 250 feet from the nearest runway edge and more than 100 .feet from the nearest taxiway edge. Contractor's personnel and equipment parking area is indicated on the Contract Drawings. . Other areas on the airfield meeting the above set back requirements may be allowed at the request of the Contractor with the approval of the Owner. 01030-4 I I - . .... . - - ..... . ~ i . !!!!! .. Iii - I I I I I I I I I I. I' I I I I ~I - 1.09 OTHER SAFETY AND SECURITY MEASURES .;~~:~(-~ . .1.,}:..~..-,;. A. All areas of construction will be off-limits to personnel. not involved in construction work or operations of the Airport. . 13. Background Check: Contractor is responsible for the actions of his employees and subcontractors. Contractor shall furnish Owner with a notarized statement detailing 5- year background information for all supervisory personnel. Contractor shall furnish Owner a certification that Contractor has checked the backgrounds of all employees that work at site and that Contractor is satisfied with their backgrounds. Contractor shall require a similar certification from each subcontractor. G. All access gates shall be secured and locked when not in use or manned with a gate guard. 1.1 0 COMMUNICATIONS (GENERAL) A. All communications relating to the construction work on this project will pass through tile Engineer's site representative. Engineer's site representative must be, furnished the Contractor's representative's. telephone number where he can be contacted on a 24 hour. basis. Contractor's authorized representative shall be available on a 24 hour basis. B. RADIO COMMUNICA TIONREQUIREMENTS 1. The foreman of each work crew operating adjacent to or within active aircraft operating areas . shall be equipped with a VHF two-way radio capable of 'communicating with ~he Fixed. Base Operator monitoring the UNICOM frequency. The radios shall be furnished by the Contractor(s). The operators of this equipment must be competent and licensed operators who are thoroughly familiar with the airport layout and the Construction Safety Plan. The radiO operator shall be responsible for controlling construction equipment, vehicle and personnel movements. 2. Radio operators shall be approved by Owner and shall demonstrate to the satisfaction of airport security or safety officers their knowledge of the airport, this safety plan, and operation of the .radio. Radios may only be operated by approved operators. Contractor will' only be allowed to work in the air operations area when an adjustments in contract time or price for time lost due to. Contractor's failure to provide an approved radio operator on site during construction. I I - I , 01030-:5 PART 2 PRODUCTS I I 2.01 BARRICADES - A. Type I Barricades: 8 foot crosstie or 8"x8" treated lumber, with alternating reflectivie white and orange stripes, two 20"x20" orange flags, and two battery powered flashing. yellow lights. - . 2.02 RADIO COMMUNICATION EQUIPMENT - - 11IIII = A. AIRFIELD COMMUNICATIONS iiii - - . . 1. Contractor shall furni~h his construction personnel with sufficient truck and hand- held radios to allow all construction locations to be in 'radio contact with the Fixed Base Operator monitoring the UNICOM frequency. Additionally Contractor shall furnish one (1) new hand held radio for use by the Engineer. All radios shall be capable of two-way communications with the airport ground frequency and shall be Communication Specialist, TR-720 Hand held .AM Transceivers. Provide rechargeable batteries (CS-18) along with a 115 volt AC Outlet recharger (CS-40) and an automobile cigarette lighter recharger (CS-41). A standard full cover carrying case (CSA-21) and antenna (CS-30) with an attachable earplug (CS-50). and headset (CS-65) 2. The Contractor will not be directly compensated for providing two-way radios as this work is considered incidental to the work covered by the various contract items. PART 3 EXECUTION 3.01 GENERAL OPERATIONAL CONDITIONS AND RESTRICTIONS . ' A. THE FOLLOWING CONDITIONS AND RESTR~CTIONS APPLY TO THE CONTRACT: 1. The apron areas shall remain open to air operations at all times, except in the immediate vicinity of construction operations; 2. Ready access for Fire Vehicles to all Air Operation Areas. is provided at all times; 3. Only those segments' of Air Operation Areas approved by the Engineer for closure will be closed at any time; 4. All ground movement by .the contractor's person':1el or equipment outside the designated work area shall be allowed only after approval is given by the airport by use of two-way radio(s); 01030-6. I I I I I ,I I I I I I I I I I I I. I I i. ~ 5. The Contractor shali keep the Engineer's Resident Engineer or other representative (on the job) informed daily of his proposed operations so that the Engineer's Representative can inform the Airport Manager or his designated representative early each morning of the construction work to be in progress that day; 6. The safety of all aircraft and of all airport property and personnel are maintained; 7. The Contractor's activities and work conform to other requir~ments of the Construction Safety Plan as set forth hereinafter and other requirements of the Contract Documents. :t02 RUNWAY/TAXIWAY CLOSURES A. Runway and taxiway closures shall be scheduled in advance. Contractor shall identify taxiway closures with Type I barricades and by cov~ring taxiway lights within the closure limits. Remove barricades when no longer needed or as directed by Engineer. Runway closures shall be identified by runway closed markers. ~J.03 PHASING. A. Total time for the Base Bid contract shall be 45 calendar days. This project will be completed in one phase.' ~1.04 MEASUREMENT AND PAYMENT A. There will be no separate measurement and payment for work specified in this Section. END OF SECTION 01030 01030'-1' I I I I I I I I I I' I I I I I I I I I SECTION 01040 PROJECT COORDINATION PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General Provisions and Supplementary Conditions and other Division 1 Specification sections, apply to work of this section. . 1.02 DESCRIPTION OF WORK ,A. Minimum administrative and supervisory requirements necessary for coordination of w.ork on the project include but are not necessarily limited to the following: 1. Coordination and meetings. 2. Surveys and records or reports. 1.03 COORDINATION AND MEETINGS A. GENERAL Prepare a written memorandum on required coordination activities. Include such items as required notices, raports and attendance at meetings. Distribute this memorandum to each entity performing work at the project site, Prepare similar memorandum for separate contractors where interfacing of their work is required. B. MONTHLY COORDINATION MEETINGS Hold monthly general project coordin'ation meetings at regularly scheduled times convenient for all parties involved. These meetings are in addition to specified meetings held for other purposes, such as regular project meetings and special preinstallation meetings. Request representation at each meeting by every party currently involved in coordination or planning for the work of the entire project. Conduct meetings in a manner whict) will resolve coordination problems. Record results of the meeting and distribute copies to everyone in attendance and to others affected by decision or actions resulting from each meeting. C. WEEKLY COORDINATION MEETINGS Conduct 'weekly coordination meetings with Engineer's representative, FAA and designated Owner's representative to coordinate construction and airport operations. . '1.04 SURVEYS AND RECORDS/REPORTS A. CONSTRUCTION STAKING The Engineer has already established survey base lines for the Contractor. The Contractor will be responsible for staking required for . 01040-1 construction. Working from lines and levels established by the design survey, establish and maintain bench marks and other dependable markers required for construction. Establish bench marks and markers to set lines and levels for work at each stage of construction and elsewhere as needed to properly locate each element of the project. Calculate and measure required dimensions as shown within recognized tolerances. Drawings shall not be scaled. to determine dimensions. Advise entities performing work, of marked lines and levels provided for their use. B; SURVEYOR Engage a Land Surveyor or Professional Engineer experienced and specializing in survey work, to perform those services specified in this article. C. SURVEY PROCEDURES Before proceeding with the layout of actual work, verify the layout information shown on the drawings, in relation to the property survey and existing benchmarks. As work proceeds, check every major element for line, ievel and plumb. Maintain a surveyor's log or record book of such checks; make this log or record book available for the Engineer's reference. Record deviations from required lines and levels, and advise the Engineer promptly upon detection of deviations that exceed indicated or recognized tolerances. Record deviations which are accepted, and not corrected, on record drawings. END OF SECTION 01040 ( 01040-2 I I I I I I I I I I. I I I I I I I I I PART 1 >, SECTION 01070 <' ABBREVIATIONS AND SYMBOLS GENERAL 1.01 DESCRIPTION A. Abbreviation and symbols. used in the Contract Documents which are listed in this section refer to and designate the items which they are referenced to herein. B. Related requirements in other parts of the Contract Documents. 1. Drawing symb~ls: Contract drawings. 2. Drawing abbreviations: Contract drawings. 1.02 ABBREVIATIONS A. AGENCIES. CODES. STANDARDS. ETC. 1. A.A.S.H.T.O. 2. AC.1. 3. AI.A 4: AI.S.C. 5, A,I.S.1. 6. AN.S.1. '7. AS.T.M. 8. AW.P.A 9, AW.S. '10. A W. W.A '11. C.O.E. '12, C.R.S.1. '13. F.AA '14. F.H.W.A '15, F,S.S. '16. G.D.O.T. '17.' L.V.D. '18. M.U.T.C.D. '19, N.E.C. :20. O.S.H.A 21. U.L. American Association of State Highway and Transportation Officials American CO'ncrete Institute American Institute of Architects American Institute of Steel Construction American iron and Steel Institute American National Standard Institute Am~rican Society of ,Testing and Materials American Wood Preservers Association American Welding Society American Waterworks Association Corps of Engineers Concrete Reinforcing Steel Institute Federal Aviation Administration Federal Highway Association Federal Specifications and Standards, General Services Administration Georgia Department of Transportation Laboratory Vibrated Density Manual of Uniform Traffic Control Devices for Streets and Highways, Published by U.S. Government Printing Office National Electrical Code Occupational Safety and Health Act of 1970 (PL 91-596) Underwriter's Laboratories 01070-1 1.03 A. SYMBOLS I I I . . As Outlined On Drawings END OF SECTION 01070 I - - . 01070-2 I I I I I I I I I I I I I I I I I I I SECTION 01090 . DEFINITIONS PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings' and .general provisions of Contract, including General Provisions and . Supplementary Conditions and other Division 1 Specification sections, apply to work of . this section. 1.02 DESCRIPTION OF REQUIREMENTS. A. General This section specifies procedural and administrative requirements for compliance with governing regulations, codes and standards imposed upon the Work. These requirements include obtaining. permits, licenses, inspections, releases and : similar documentation, as well as payments, statements and similar requirements associated with regulations, codes and standards. The term "Regulations" is defined to include laws, statues, ordinances and lawful orders issued by governing authorities, as well as those rules, conventions and agreements within the construction industry which effectively control the performance of the Work regardless of whether they are lawfully imposed by governing authority or not. B. Governing Regulations Refer to General and Supplementary Conditions for requirements related to compliance with governing regulations. 1.03 DEFINITIONS ,A.. .General Explanation: Certain terms used in contract documents are defined in this article. Definitions and explanations contained in this section are not necessarily complete, but are general for the Work to the extent that they are not stated more 13xplicitly in another element of the contrad documents. B. General Requirements: Provisions and requirements of other Division 1 sections apply to the entire work of the Contract and, where so indicated, to other elements which are included in the project. . C. Indicated: The term "indicated" ;5 a cross-reference to graphic representations,. notes or schedules on the drawings, to' other paragraphs. or schedules in the specifications, and to similar means of recording requirements in contract documents. \Nhere terms such as' "shown", "noted", "scheduled", and "specified" are used in lieu of 01090-1 "indicated", it is for the purpose of helping the reader locate the cross-reference, and no limitation of location is intended except as specifically noted. D. Directed, Requested, Etc.: Terms such as "directed", "requested", "authorized", "selected", "approved", "required", "accepted", and "permitted" mean "directed by the Engineer", "requested by the Engineer", and similar phrases. However, no such implied meaning will be interpreted to extend the Engineer's responsibility into the Contractor's area of construction supervision. E. Approve: Where used in conjunction with the Engineer's response to submittals, requests, applications, inquiries, reports and claims by the Contractor, the term "approved" will be held to limitations of the Engineer's responsibilities and duties as specified in General and Supplementary Conditions. In no case will the Engineer's approval be interpreted as a release of the Contractor from responsibilities to fulfill requirements of contract documents or acceptance of the Work, unless otherwise provided by requirements of the contract documents. ' ""~,,,;.->:~.::.?'. :--: F. Project Site: The term "project site" means the space available to the Contractor for performance of the Work, either exclusively or in conjunction with others performin'g other construction as part of the project. The extent of the project site is shown on th_e drawings. G. Furnish: The term "furnish" is used to mean "supply and deliver to the project site, ready for unloading, unpacking, assembly, installation, and similar operations." . H. Install: The term "install" is used to describe operations at project site including the actual "unloading, unpacking, assembly, erection, placing,:anchoring, applying, working to dimension, finishing, curing, protecting, cleaning and similar operations." I. Provide: The term "provide" means "to furnish and install, complete and ready for the intended use." J. Installer: The "installer" is "the entity" (person or firm) engaged by the Contractor, its subcontractor or sub-subcontractor for performance of a particular element of construction at the project site, including installation, erection, application and similar required operations. It is a requirement that installers are experienced in the operations they are engaged to perform. K. Testing Laboratories: A "testing laboratory" is an independent entity engaged to perform specific inspections or tests of the Work, either at the project site or elsewhere, and .~ report, and (if required) interpret results of those inspections or tests. 01090-2' - - II - - - . - = . 'iiii - - .. . = ~ - - = I I I I I I I I I I I I I I I I I I I 1.04 SUBMITTALS iF~F"'~",~. - ,,", :',,~ -;'" ,A.. Permits, Licenses, and Certificates: For the Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, and similar documents, correspondence and records established in. conjunction with compliance with standards and regulations bearing upon performance of the Work. IPART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION (Not Applicable) . END OF SECTION 01090 01090-3 I I I I I I I I I I I I I I I I I I I SECTION 01150 MEASUREMENT AND PAYMENT 1.01 DESCRIPTION .A. This section establishes the method of measurement and payment for work performed under this contract. lB. Payment for work performed shall be. made on a unit price basis in accordance with the accepted bid and the method of payment provided in the General Conditions. C. Related requirements in other parts of the Specification. 1. . Bid (Proposal) 2. Agreement 3. Conditions of the Contract D. Related requirements specified in other sections. 1. Summary of Work - Section 01010 2. Submittals - Section 01300 3. Contract Closeout - .Section 01700 E. No additional payment will be, made for items of work for which a separate payment item is not specified herein or contained in the Bid Schedule; such work being deemed incidental to the Project and payment for said work shall be considered as included in the various unit bid prices. 1.02 APPLICATIONS FOR PAYMENT J.\. Submit Applications for Payment to the Engineer in accordance with the schedule E!stablished by Conditions of the Contract and Agreement between Owner and Contractor. . B. Format and Data Required 1. . Submit Applications for. Partial Payment on the form r~quired by Owner with itemized data typed on 8 1/2 inch x 11 white paper continuation sheets. 2. Provide itemized data on continuation sheet: Format, schedules, line items and values: Those of the Schedule of Values accepted by the Engineer. C. Preparation of Application for each Progress Payment 01150-1- . - !!!! 1. Application Form a. Fill in required information, including that for Change Orders executed prior to the date of submittal of application. - . b. Fill in summary of dollar values to agree with the respective totals indicated on the continuation sheets. - - !!!! c. Execute certification with the signature of a responsible officer of the contract . firm. - - - 2. Continuation Sheets a. Fill in total list of all scheduled component items of work, with item number and the scheduled dollar value for each item. b. Fill in the dollar value in each column for each scheduled line item when work has been performed or products stored. Round off values to the nearest dollar, or as provided in the bid. 3. List each Change Order executed prior to the date of submission, at the end of the continuation sheets. a. List by Change Order and description, as for an original component item of work. . 4. Submit Applications for Payment to Owner at the times stipulated In the Agreement. a. NUMBER: Four copies of each Application. D. SUBSTANTIATING DATA 1. When the Owner or Engineer require substantiating data, Contractor shall submit suitable information with cover letter identifying: a. Project b. Application number and date c. Detailed list of enclosures (a.) For stored products: Item number and identification as shown on application. Description of specific material. 01150-2 I I I I I I I- I I I I I I I I I I I I 2. Submit one copy of data and cover letter for each copy of application. E. PREPARATION OF APPLICATION FOR FINAL PAYMENT 1. Fill in application form as specified for Progress payments. 2. Use continuation sheet for .presenting the final statement. of accounting as specified in Section 01700 - Contract Closeout. 1.03 CHANGE ORDER PROCEDURES .A. Format and Data Required 1. Change Orders shall be prepared and submitted and will be processed in accordance with requirements of General Conditions and Funding Agency Requirements. 2. Engineer will transmit Certificate for Change to Owner and Agency for approval.' 3. When Owner and Agency approval is received,' Change Order will be included un'der next partial Application for Payment. '1.04 MEASURES AND WEIGHTS A. To aid the Owner in determining all quantities, the Contractor shall, whenever so requested, provide scales, equipment and assistance for weighing or for'measuring any of the materials. 13. It is understood and agreed that a "ton" shall mean the short ton of two thousand . (2,000) pounds. (:;. . Weights and measures of quantity for payment will be the actual weight or actual measure, and no special or trade or so-termed customary allowances will be made, nor will any material which is lost or misplaced be included for payment. I). . For estimating quantities in which computation of areas by geometric methods would be comparatively laborious, it is agreed that the planimeter shall be considered an iflstrument of preCision to the measurement of such areas. E. Figured dimensions on drawings shall take precedence over measurement by scale, and detailed working drawings are to take precedence over general drawings and shall be considered as explanatory of them and not as indicating extra work. . END OF SECTION 01150 01150-3 I I I I I I I I I 'I' I I I I I I I I I SECTION 01300 SUBMITTALS 1.01 GENERAL A. SUBMITTALS BY CONTRACTOR 1. Construction Progress Schedule: provide Bar Chart. 2. Certifications as specified in the various sections: 3. Shop Drawings: as specified in the various sections. 4. Operation and Maintenance Manual 5. Miscellaneous. 1.02 PRELIMINARY PROGRESS SCHEDULE A. BAR-CHART SCHEDULE Submit a bar-chart type progress schedule 10 working days prior to the preconstruction conference for Engineer's review. On the schedule, indicate atime bar for each major category or unit of work to be performed at the site, properly sequenced and coordinated with oth~r elements of work. Show completion of the work sufficiently in advance of the date established for substantial completion of the work. 1. SuperimPose an S-curve on the schedule to show the "estimated" total dollar-volume of work performed at any date during the Contract Time, with a column of cost figures in the left hand margin ranging from zero to the Contract Sum. 2. Submittal Tabulation: . With the bar-chart.submittal, submit a tabulation, by date, of the submittals which are required during Construction Time. At the Contractor's option, submittal dates may be shown on the bar-chart schedule, in lieu of being tabulated. B. PHASING Arrange schedule with notations to show how sequence of work is affected' by requirements "for phased completion, limitations of continued utilization, non-interruptable services, use prior to substantial completion, site restrictions, provisions... for future work, seasonal variations, environmental control, and similar provisions of total project. Refer to other sections of Division 1 and other contract documents for requirements. 1. Distribution: Following the initial submittal to- and, response by the Engineer, print and distribute progress schedules to the Engineer (3 copies), Owner, separate contractors, the principal subcontractors and suppliers or fabricators, and others with a need-to-know schedule- compliance requirement. Post copies in the project meeting room and 01300-1 temporary field office. When revIsions are made, distribute updated issues to the same entities and post updated issues in the same locations. Delete entities from distribution when they have completed their assigned work and are not longer involved in the performance of scheduled work. C. UPDATE AND DISTRIBUTE COPIES OF SCHEDULE MONTHLY 1.03 SHOP DRAWINGS AND PRODUCT DATA A. Submit shop drawings, certifications, and product data for all products to be incorporated in the Work. B. Shop Drawings will: 1. Be original drawings, prepared by the Contractor, subcontractor, supplier or distributor, which illustrate some portion of the work; showing fabrication, layout, setting, or erection details. 2. Be prepared by a qualified detailer. 3. Identify details by reference to sheet and detail numbers shown on Contract Drawings. 4. Be sheet size 24 in. x 36 in. 5. Be reproduced for submittals on opaque diazo prints or blueprints. C. Product Data Will: 1. Include manufacturer's standard schematic drawings. The Contractor will: a. Modify drawings to delete information which is not applicable to project. b, Supplement standard information to provide additional information applicable to project. 2. Include manufacturer's catalog sheets, brochures, diagrams, schedules, performance charts, illustrations and other standard descriptive data. The' Contractor will: a. Clearly mark each copy to identify pertinent materials or products. b. Show dimensions and clearances required. c. Show performance characteristics and capacities. D. The contractor will be responsible for all slJbmittals and will: 1. Review Shop Drawings and Product Data prior to submission. 2. Verify: a. Field Measurements 01300-2, I I I I I I . - - - - - I I I I I I I I I I. I I I I I I I I I b. Field Const(uctibn criteria c. Catalog numbers and similar data :-.~ - 3. Coordinate each submittal with the requirements of the work and of the Contract Documents. 4. Notify the Engineer, in writing at time of submission,. of deviations In submittals from requirements of the Contract Documents. . 5. Begin no work which requires submittals until the 'return of submittals with the Engineer's stamp and initials or signature indicating review. 6. After the Engineer's review, distribute copies. E. Contractor's responsibility for errors and omissions in .submittals is not relieved by the Engineer's review of submittals. F. Contractor's responsibility for deviations in submittals from requirements of the Contract. Documents is not relieved by the Engineer's review of submittals, .' unless the Engineer gives written acceptance of specific deviations. G. Submission requirements will include: 1. The shop drawings shall be submitted in sufficient time to allow discussion' and correction prior to beginning ~he work. Work shall not be performed nor materials ordered prior to the review of the drawings except at the Contractor's risk. . 2. Submit three copies of all shop drawings after which one copy will be returned for correction or marked reviewed as noted. Any drawings returned for correction must be resubmitted in triplicate. 3. All submittals must be accompanied by a transmittal letter, in duplicate, containing: ' a. Date b. Project title and number c. Contractor's name and addr~ss d. The numbefof each Shop Drawing and Product Data submitted e. Notification of deviations from Contract Documents f. Other"pertinentdc;tta 4. Submittals shall include: 01300-3' - - = a. Data and revision dates b. Project title and number c. The names of: (1) Engineer' (2) Contractor (3) Subcontractor (4) Supplier (5) ManufactureL (6) Separate detailer when pertinent d. Identification of product or material e. Relation to adjacent structure or materials. f. Field dimensions, clearly identified as such g. Specification section number h. Applicable standards, such as ASTM number or Federal Specification i. A blank space, 5 in. x 5 in., for the Engineer's stamp j. Identification of deviations from the Contract Documents k. Contractor's stamp, initialed or signed, certifying Contractor's review of submittal, verification of field measurements, and compliance with Contract Documents. - - '= - - - - H. Resubmission requirements shall include: . . 1. Revision of initial drawings as required and resubmittal, as specified, for initial submittal. 2. An indication on the drawings of any changes which have been made, o~her than thqse requested by the Engineer. 3. On Product Data submittals, include new' data as required for initial submittal. After review and approval, the Contractor will distribute copies of Shop Drawings and Product Data which carry the Engineer's stamp to others as may be required. I. Shop drawings and product data: 1. Submit notarized certifications cosigned by manufacturer/supplier and. Contractor for: a. Storm drainage pipe, castings and structure materials b. Fencing components c, Concrete mix design d. Building Products e, All other products as required by Engineer. 01300-4' I I I I I I I I I I I I I I I I I I I J. Equipment Manual,..Prepare an I nstallatic:w,'2.Qperation, and Maintenance Manual for all airpo'rt'lighting equipment installed as a part of this contract. This manual shall be abound compilation of manufacturers' instructions and maintenance manuals. Prepare this manual, marking out sections which do not apply, and present four (4) copies to the Owner through the Engineer after the Final Inspection is complete. Final payment will not be processed until the Owner has received and accepted the Manual. The binder shall be a hard white virgin vinyl covered 3-ring type equal to Dennsion National Co. No. 68-019, Manuals shall include: 1. . Parts list and diagrams of equipment. 2. Trouble shooting instructions 3. Lubrication and cleaning instructions. END OF SECTION 01300 01300-5 I I I I I I I I I I I I I I I I I I I SECTION 01400 QUALITY CONTROL SERVICES PART 1 GENERAL 1.01 RELATED DOCUMENTS: A. Drawings and general provisions of Contract, including General Provisions and Supplementary Conditions and other Division 1 Specification sections, apply to work of this section. _ 1.02 DESCRIPTION OF REQUIREMENTS: A. General: Required inspection and testing services are intended to assist in the determination of probable compliance of the work with requirements specified or indicated. These required services do not relieve the Contractor of responsibility for compliance with these requirements or for compliance with requirements of the Contract Documents. B. Inspections, tests and related actions specified in this section and elsewhere in the Contract Documents are not intended to limit the Contracto~'s own quality control . procedures which facilitate overall compliance with requirements of the Contract Documents. C. Requirements for the Contractor to provide quality control services as required by the Engineer, the Owner, governing authorities or other authorized entities are not limited by the provisions of this section. '1.03 RESPONSIBILITIES: A. Contractor Responsibilities: Contractor is responsible for his own quality control testing and inspection to insure the quality of his means and methods of construction will produce the specified quality of work, and for any tests and inspections required by regulatory agencies. Costs for these services shall be included in .the Contract Sum. The Contractor may employ and pay an independent agency, testing laboratory or other qualified firm to perform quality control services specified. B. The Owner will engage and pay for the services of an independent agency to perform inspections and tests of materials for Quality Assurance. . C. Retest ResponsibilitY:. Where results of required inspections, tests of similar services. prove unsatisfactory and do not indicate compliance with the requirements of the Contract Documents, then retests are the responsibility of 01400-1' the Contractor, regardless of whether the original test was the Contractor's responsibility. Retesting of work revised or replaced by the Contractor is the Contractor's responsibility, where required tests were performed on original work. D. Responsibility for' Associated Services: The Contractor is required to cooperate with the independent agencies performing required inspections, tests and similar services. Provide such auxiliary services as are reasonably requested. , Notify the testing agency sufficiently in advance of operations to permit assignment of personnel. These auxiliary services include but are not necessarily limited to the following: 1. Providing access to the work. 2. Taking samples or assistance with taking samples. 3. Delivery of samples to test laboratories. 4. Security and protection of samples and test equipment at the project site. 1.04 SCHEDULE OF SERVICES: A. Schedule of Inspections and Tests: Each specification section identifies principal inspections, tests and similar services required by the Contract Documents. PART 2 PRODUCTS (Not Applicable) PART 3 EXECUTION 3.01 REPAIR AND PROTECTION: A. General: Upon completion of inspection, testing, sample-taking and similar services performed on the work, repair damaged work to eliminate deficiencies. Protect work exposed by or for quality control service activities, and protect repaired work. Repair and protection is the Contractor's responsibility, regardless of the assignment of responsibility for inspection, testing or similar services. END OF SECTION 01400 . -01400-2 I I I I I I I I I I I I I I I I I I I :: , '. SECTION 01510 ; ,.~ TEMPORARY FACILITIES 1.01 DESCRIPTION A. Contractor shall furnish, install and maintain temporary facilities required for. construction; remove on completion of Work. B. Related requirements specified in other sections: The respective Sections of the Specifications. 1.02 REQUIREMENTS OF REGULATORY AGENCIES A. Comply with national electric code. B. Comply with Federal, State, and Local codes and regulations and with utility company requirements. '1.03 MA TERIA~S, GENERAL A. Materials may be new or used, but must be adequate in capacity for the' required. usage, must not create unsafe conditions, and must not violate requirements of applicable codes and standards. '1.04 . TEMPORARY ELECTRICITY AND LIGHTING A. Provide temporary electrical service required for power, lighting, and field offices, and pay all costs for service and for power used. '1.05 TEMPORARY WATER. A. Provide water for construction purposes; pay all costs for installation, maintenance and removal, and service charges for water used. B. The site is served by a municipal water system. The Contractor shall provide and pay all costs for water required for the performance of the work. '1.06 TEMPORARY SANITARY FACILITIES A. Provide sanitary facllities in. compliance with laws and regulations. B, Service, clean and maintain facilities and enclosures. 01 q 1 0-1 1.07 TEMPORARY SUPPORT FACILITIES A. General: Provide a reasonably neat and uniform appearance in temporary Support Facilities acceptable to the Engineer and the Owner. - - B. Locate field offices, storage and fabrication sheds and other support facilities for easy access to the Work. Position offices so that windows give the best possible view of construction activities. - C, Maintain field offices, storage and fabrication sheds, temporary sanitary facilities, waste co.llection and disposal systems, and project identification and temporary signs until near substantial completion. D. Access Roads: 1. Location of access roads will be approved by the Engineer and will be set to minimize conflict with the Airport operations and shall be maintained, be well defined and be confined to the minimum area required. . 2. The Contractor shall construct the access roads and shall maintain the roads as required to create no dust. All project traffic must be routed through these areas. The Contractor shall provide all markings required to clearly define the access roads. . 3. The Contractor may be required to obtain driveway permits for certain access roads. If access roads cross a utility, the Contractor shall protect the utility as directed by the owner of the utility. 4. There shall be no direct payment for the construction, maintenance, and removal of access roads. 1.08 EXECUTION, GENERAL A. Maintain and operate systems to assure continuous service. 1.09 REMOVAL A. Completely remove temporary materials and equipment when their use is no longer required. B. Clean and repair damage caused by temporary installations or use of temporary facilities. END OF SECTION 01510 01510-2. I I I I I I I I I I' I I I I I I I I I . . SECTION 01600 o. , MATERIAL AND EQUIPMENT 1.01 GENERAL A. ALL MATERIAL AND . EQUIPMENT (PRODUCTS) INCORPORATED INTO THE WORK SHALL: 1. Conform to applicable specifications and standards. 2. Comply with size, make, type and quality specified, or as specifically approved in writing by the Engineer. 3. Manufactured and fabricated products: a. Design, fabricate and assemble in accord with the best engineering and shop practices. b. Manufacture like parts of duplicate units to standard sizes and gages, to be interchangeable. c. Products shall be suitable for service conditions. d. Equipment capacities, sizes and dimensions shown or specified shall be adhered to .unless variations are specifically approved in writing. 4. Do not use material or equipment for any purpose other than that for which it is designed or is specified. B. RELATED REQUIREMENTS IN OTHER PARTS OF THE. PROJECT MANUAL: 1. Conditions of the Contract. C. STANDARDIZATION: 1. Unless otherwise approved by the Engineer, items and equipment of a similar type and function shall be furnished by. one manufacturer to standardize on replacement parts, service calls, operation and maintenance matters and to avoid a division of responsibility among several manufacturers. 2. A sing'le supplier shall be used on principal items of equipment and systems where one or more components are not manufactured by the principal supplier to. place performance and service responsibilities for the entire unit or system with only one supplier or manufacturer. 01600-1' . - - - 1.02 PRODUCT SUBSTITUTIONS AND OPTIONS - A. PRODUCTS LIST: 1. Contractor shall submit a complete list of products to be incorporated into' the work (with the name of the installing contractor) at the Preconstruction conference required by these specifications. - -- - !!!! B. CONTRACTOR'S OPTIONS: - . - 1. For products specified only by reference standard, select any product meeting that standard. ; 2. For produ'cts specified by naming several products or manufacturers, select anyone of the products or manufacturers named, which complies with the specifications. 3. Airport lighting and materials covered by FAA specifications require prior approval of the FAA and shall be listed in Advisory Circular 150/5345-1, "Approved Airport Lighting Equipment". Select any FAA approved equipment. C. PRODUCT SPECIFICATIONS: 1. Contractor shall. submit, at the Preconstruction Conference, all requests for product substitutions. No requests for substitutions will be accepted from manufacturers or suppliers. . 2. Submit a separate written request for each product, supported with complete data, with drawings and samples as appropriate, including: a. Comparison of the qualities of the proposed substitution with that specified. b. Changes required in other elements of the work because of the substitution. c. Effect on the construction schedule. d. Cost data comparing the proposed substitution with the product specified. e. Any required license fees .or royalties. f. Availability of maintenance service, and source of replacement materials. 1. Engineer shall' be the judge of the equality and acceptability of the proposed substitution. 01600-2 I I I 'I I I I' I I I I I I I I I I' I I . ""-~ .. - ,;',1' 2. If Engineer determines the proposed substitute product is not "equal" to the specified product, the Contractor must provide the specified product, - . subject to Engineer's shop drawing review and approval. 3. No further requests for substitutions will be considered after Preconstruction Conference. D. CONTRACTOR'S REPRESENTATION: 1. A request for a substitution constitutes a representation that Contractor; a. Has investigated the 'proposed product and determined that it is equal to or superior in all respects to that specified. b. Will provide the same warranties or bonds for the substitution as for the product specified. c. 'WiII coordinate the installation of an accepted substitution into the work, and make such other changes as may be required to make the work complete in all respects. d. Waives all claims for additional costs, under his responsibility, which may subsequently become apparent. E. Engineer will review requests for substitutions with reasonable promptness and notify Contractor, In writing, of the decision to accept or reject the requested substitution. 1.03 MANUFACTURER'S INSTRUCTIONS A When Contract Documents require that installation of work shall comply with manufacturer's printed instructions, Contractor shall obtain and distribute copies of such instructions to parties involved in the installation, including copies to Engineer. 1. Maintain one set of complete instructions at the job site during installation and' until completion. B. Handle, install, connect, clean, condition, and adjust products in strict accord with such instructions and in conformity with specified requirements. 1. Should job conditions or specified requirements conflict with manufacturer's instruction, consult with Engineer for further instructions. 2. Do not proceed with work without clear instructions. 01600'-3. - - !!!!!!! C. Perform work in accord with manufacturer's instructions. Do not omit any preparatory step' or installation procedure unless specifically modified or exempted by Contract Documents. - ;;;; - !! ii . 1.04 TRANSPORTATION AND HANDLING A. Contractor shall arrange deliveries of products' in accord with construction schedules, coordinate to avoid conflict with work and conditions at the site. - - 1. Deliver products in undamaged condition, in manufacturer's original containers or packaging, with identifying labels intact and legible. I 2. Immediately on deliverY, inspect shipments to assure compliance with requirements of contract documents and approved submittals, and that products are properly protected and undamaged. . . - - B. Provide equipment and personnel to handle products by methods to prevent soiling or damage of products or packaging. 1.05 STORAGE AND PROTECTION A. Store products in 'accord with manufacturer's instructions, with seals and labels intC?ct and legible. 1. Store products subject to damage by the elements in weathertight enclosures. 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. B. Exterior Storage. 1. Store fabricated products above the ground, on blocking or skids, prevent soiling or staining. Cover products which are subject to deterioration with impervious sheet coverings, provide adequate. ventilation to avoid condensation. 2. Store loose granular materials in a well-drain'ed area on solid surfaces to prevent mixing with foreign matter. C. ARRANGE STORAGE IN A MANNER TO PROVIDE EASY ACCESS FOR INSPECTION. Make periodic inspections of stored products to 01600-4 I I I I I I I I I I I I I I - assure that prod!JGts are maintained under"specified conditions, and free from damage oraetei"ioration. ..,. . ;;".' . . D. PROTECTION AFTER INSTALLATIONS. 1. Provide substantfal coverings as necessary to protect installed products from damage from traffic and subsequent. construction operations. Remove when no long~r needed. . END OF SECTION 01600 I I I' I I '01600-5 I I I I I I I I I I I I I I I I I I SECTION 01700 CONTRACT CLOSEOUT 1.01 GENERAL A. Comply with requirements stated in conditions of the contract and in specifications for administrative procedures in closing out the work. B. Related requirements in other parts of the Project Manual: 1. Fiscal provisions,' legal submittals and additional administrative requirements: Conditions of the contract. C. Related Requirements Specified in Other Sections. 1. Closeout submittals required of trades: The respective sections of specifications. '1.02 SUBSTANTIAL COMPLETION A. The conditions and .procedures for inspection; and Contractor's, Engineer's and Owner's responsibilities pertaining to Substantial Completion are as specified in of the General Conditions. '1.03 FINAL INSPECTION A. Shall be. in accordance 'with conditions and procedures outlined In the General Provisions. B. When Engineer finds that the work is acceptable under the Contract Documents, he will request required Contractor's Closeout Submittals. '1.04 REINSPECTION FEES A. Should Engineer perform reinspections due to failure of the work to comply with the claims of status of completion made by the Contractor: . 1, Owner will compensate Engineer for such additional services. 2. Owner will deduct the amount of such compensation from the final payment due the Contractor, . . 01700-1' - - - - 1.05 CONTRACTOR'S CLOSEOUT SUBMITTALS TO ENGINEER = - A. Evidence of payment and release of liens: To requirements of Gen~ral and Supplementary Conditions. - B. Certificates of Insurance for products and completed operations. - ~ C. Warranties and Bonds: To requirements of Section 01740. - - - .... D. Evidence of compliance with requirements of governing authorities: 1. Certificates of Inspection. - E. Project Record Documents: to requirements of Section 01720. - END OF SECTION 01700 01700-2 I I I I I I I I I I I I I I I I I I I SECTION 01710 CLEANING AND DISPOSAL PART 1 GENERAL 1.01 DESCRIPTION. A. Contractor shall execute cleaning during progress of the work and at completion of the work, as required by General Provisions. . 1.02 DISPOSAL REQUIREMENTS; A. Conduct cleaning and disposal operations to comply with all local, state and federal codes, ordinances, regulations, and anti-pollution laws. B. Disposal of waste soil materials may be onsite or off-site at approved locations, at Contractor's option. C. Contractor shall be responsible for arranging for and. obtaining off-site disposal areas, including payment for all costs associated with such disposal. 1.03 SUBMITTALS A. Prior to beginning work, submit a plan for the satisfactory disposal of all waste materials and debris. PART 2 PRODUCTS :2.01 MATERIALS (Not Used.) PART 3 EXECUTION :3.01' CLEANING A. Execute periodic cleaning to keep the Work, the site 'and adjacent properties free from accumulations of waste materials, rubbish and windblown debris, resulting from construction operations. B. Provide on-site containers for the collection of waste materials, debris and rubbish. C. Remove waste materials, debris and rubbish from the site periodically and dispose of at approved locations. END OF SECTION 01710 0171 0-1. I I I ! 11 I - , I I I I I I' I I I I I I I I I SECTION 01720 PROJECT RECORD DOCUMENTS 1.01 GENERAL A. Contractor shall maintain at the site as specified herein for the Owner one record copy of: 1, Drawings 2, Specifications 3. Addenda 4. . Change orders and other modifications 5, Engineer field orders or written instructions 6. Approved shop drawings, product data and samples 7, Field test records B. Related requirements in other parts of the Project Manual: 1.'Conditions of the Contract 1.02 MAINTENANCE OF DOCUMENTS AND SAMPLES . A. Store documents and samples in Contractor's field office apart from documents used for construction. B. File documents and samples in accordance with data filing format of the Construction Specifications Institute - MASTERFORMA T. . C. Maintain 'documents in a clean, dry, legible condition and in go09 order. Do not use record documents for construction purposes. D. Make documents and samples available at all times for inspection by Engineer. 1.03 RECORDING A. Stamp or label each document "PROJECT RECORD" in 3/4" letters. B. During the daily progress of the Work, the job superintendent for the Contractor shall record information concurrently with construction progress. 1. Do not. conceal any work until required information is recorded. . 01720-1- C. Drawings: legibly mark to record actual construction in the color codes designated by the Engineer. D. Record Information includes but is not limited to the following: 1. Depths of various elements of foundation in relation to finish reference datum. 2. Horizontal and vertical 10Gations of underground utilities and appurtenances, referenced to permanent surface improvements. 3. Location of internal utilities and. appurtenances concealed in the construction, referenced to visible and accessible features of the structure. 4. Field changes of dimension and detail. 5. Changes made by field order or by change order. 6. Details not on original Contract Drawings. D. Specifications and addenda; legibly mark each section to record: 1, . Manufacturer, trade name, catcdog number, and supplier of each product and item of equipment actually installed. 2. Changes made by field order or by change order. E. All horizontal control dimensions shall be to the nearest tenth of a foot. Elevations shall be to the nearest one-hundredths of a foot. 1.04 SUBMITTAL A. At the close. of the job and prior to receipt of final payment, the Contractor shall deliver to Engineer for Owner one complete set of Record Documents. B. Accompany submittal with transmittal letter containing: 1 . Date 2. Project title and number 3. Contractor's name and address 4. Title and number of each record document 5. Signature of Contractor"or his authorized representative END OF SECTION 01720 01720-2' I I I I I I I I I I. I I I I I I I I I , SECTION 01740 .: ,::';1 WARRANTIES AND BONDS 1.01 GENERAL A. Contractor shall: 1. Compile specified warranties and bonds. 2. Compile specified service and maintenance contracts. 3, Co-execute submittals to verify compliance with Contract Documents. 4, Review submittals to verify compliance with Contract Documents. 5. Submit to Engineer for review and transmittal to Owner. 6. Related requirements in other parts of the Project Manual: a) Bid Bonds: Ins~ructions to bidders. . b) Performance Bond and Payment Bond: conditions of the contract. c) General warranty of construction: conditions of the contract. B. Related Requirements Specified in other Sections: 1, Contract closeout: Section 01700 2. Equipment Manuals: Section 01300 3, Warranties and Bonds required for specific products: Each respective section of specifications as listed below, '1.02 SUBMITTAL REQUIREMENTS . A. Assemble warranties, bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers, and subcontractors. The contractor shall warrant that all labor and materials furnished and work performed are in accordance with the Contract Documents and authorized modifications thereto, and will be free from defect due to defective materials or workmanship for'a period of one year from Date of Substantial Completion. Should any defect develop during the warranty period due to improper materials, workmanship or arrangement, the defect shall, upon written notice by the Owner, be made good by the Contractor at no expense to the Owner. B. Number of original signed copies required: Two (2) each. C. Table of Contents: Neatly typed, in. orderly sequence. Provide complete information for each item. 01740-1 - - = 1, Product or work item. 2. Firm, with name of principal, address and telephone number. 3. Scope. 4. Date of beginning of warranty, bond or service and maintenance contract. 5. Duration of warranty, bond or service maintenance contract. 6, Provide information for Owner's personnel: a. Proper procedure in case of failure. b, Instances wh.ich might affect the validity of warranty or bond. 7, Contractor, name of responsible principal, address and telephone number. .... - 11II iiiiiii - - 1.03 FORM OF SUBMITTALS A. Prepare in duplicate packets B. Format: 1. Size 8 1/2 inches x 11 inches, punch sheets for 3-ring binder. a. Fold larger sheets to fit into binders. 2, Cover: Identify each packet with typed or printed title "WARRANTIES AND BONDS." List: a. Project title and number b, Owner's name c. Contractor's name and address C. Binders: Commercial quality, 3-ring, with durable and cleanable plastic covers, 1.04 TIME OF SUBMITTALS A. Submittals within ten (10) days after date of Substantial Completion, and prior to final request for payment. B. For items of work, where acceptance is delayed materially beyond the date of substantial completion, provide updated submittal within ten (10) days after acceptance, listing the date of acceptance as the start of the warranty period. 1.05 SUBMITTALS REQUIRED A. Submit warranties, bonds, service and maintenance contracts as specified in the respective sections of specifications. END OF SECTION 01740 01740-2 I I I I I I I I I I I I I I I ITEM P-620 I RUNWAY AND TAXIWAY PAINTING' DESCRIPTION 620-1.01 This item shall consist of the painting of markings, and stripes on the surface of runways and taxiways applied in accordance with these specifications and at the locations shown on the plans, or as directed by the engineer. MA TERIALS 620-2.01 PAINT Paint shall meet the requirements of Fed. Spec. TT-P-1952. 1620-2~02 REFLECTIVE MEDIA Glass spheres shall meet the requirements of Fed. Spec, TT-B-1325, Type III, gradation A. CONSTRUCTION METHODS 620-3.01 WEATHER LIMITATIONS' The painting shall be performed only when the surface is dry, when the atmospheric temperature is above 45 F, and when the we~ther is not foggy or windy. 1520-3.02 EQUIPMENT All equipmei1t for the work shall be approved by the engineer and shall include the apparatus necessary to properly clean the existing surface, a mechanical marking 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 marking machine suitable for application of traffic paint. It shall produce- an even and uniform film thickness at the required coverage and shall be designed so as to apply markings of uniform cross sections and ~Iear-cut edges without running or spattering. . 1520-3.03 PREPARATION OF SURFACE Immediately before appiication of the paint, . fhe surface shall be dry and free from dirt, grease, oil, laitance, or other foreign material which. would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping and blowing or by other methods as required to remove all dirt, laitance, and loose materials. . . I I I 1520-3.04 LAYOUT OF MARKINGS On those sections of pavement where no previously applied markings are available to serve as a guide, the proposed markings shall be laid out in advance of the paint application. P-620-1' 620-3.05 APPLlCA TION Markings 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. have been approved by the engineer. . , The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking' machine at the rate of 100 to 110 square feet per gallon, The addition of thinner will not be permitted. A period of 24 hours shall elapse between placement of a bituminous. surface course or seal coat and application 'of the paint. The edges of the markings shall not vary from a straight line more than 1/2 inch in 50 feet, and the dimensions shall be within a tolerance of plus or minus 5 percent. Glass spheres shall be distributed to the surface of the marked areas immediately .after application of the paint. A dispenser shall be furnished which is properly designed for attachment to the marking machine and suitable for dispensing glass spheres. The spheres shall be applied at the rate of 10 pounds per gallon of paint. The contractor shall furnish certified test reports for the materials shipped to the project. The reports shall not be interpreted as a basis for final acceptance. The contractor shall notify the engineer upon arrival of a shipment of paint to the job site. Allempti~d containers shall be returned to the paint storage area for checking by the engineer. The. containers shall not be removed from the airport or destroyed until authorized by the engineer. 620-3.06 PROTECTION After application of the paint, all markings shall be protected from damage until the paint is dry. All surfaces shall be protected from disfiguration by spatter, splashes, spillage, or drippings of paint. METHOD OF MEASUREMENT 620-4.01 The quantity of runway and taxiway markings to be paid for shall be the number of square feet of marking performed in accordance with the specifications and accepted by the engineer. BASIS OF PAYMENT Payment shall be made at the contract unit price per square foot for runway and taxiway painting. This price shall be f~1I compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item P-620 - Non Reflective Yellow Marking - per square foot Item P-620 - Non Reflective White Marking - per square foot P-620-2 '1 I I I I I I I I' I I I I I I I I I I Item P-620 - Non Refle~tive Gray Marking - per,sqyare foot ' .~ . . ~I,,,: <.. .' L ~ ..~ . MATERIAL REQUIREMENTS fed.Spec. TT-P-85 Paint, Traffic, and Airfield Marking, Solvent Base Fed.Spec. TT-P-1952 Paint, Traffic and Airfield Marking, Water Emulsion Base Fed,Spec. TT.-P-110 Paint, Traffic Black (Nonreflectorized) Fed.Spec. TT-B-1325 Beads (Glass Spheres) Retroreflective END OF ITEM P-620 P-620..3 I I I I I I I I I I' I I I I I' I~ I I - I ITEM L-108 I ~.. , . INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS DESCRIPTION '108-1.01 This item. shall consist of furnishing and installing underground cable in accordance with these specifications at the locations shown in the plans. This item shall include the excavation and backfill of the trench and the installation of cable and counterpoise wire in trench, duct or conduit. It shall include splicing, cable marking, and testing of the installation and all incidentals necessary to place the cable in operating condition as a completed unit to the '.satisfaction of the Engineer, This item shall not include the installation of the duct or conduit. EQUIPMENT AND MATERIALS '108-2.01 GENERAL a. Airport lighting equipment. and materials covered by Federal Aviation Administration (FAA) specifications shall have the prior approval of the FAA, and are listed in Advisory Circular (AC) -150/5345-1, Approved Airport Equipment. b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification .of compliance with the applicable specification, when requested by the Engineer. '108-2.02 CABLE Underground cable shall conform to the requirements of AC '150/5345~ 7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits, If telephone control cable is specified, copper shielded, polyethylene insulated and jacketed, No. 19 AWG telephone cable conforming to the United States Department of Agriculture, Rural Electrification Administration' (REA) Bulletin 345-14, REA Specification for. Fully Color-Coded, Polyethylene Insulated, Double Polyethylene-Jacketed Telephone Cables for Direct Burial, shall be used. \Nhere ,counterpoise conductors are'to be installed and where soil conditions would adversely affect bare copper wire, thermoplastic wire conforming to Fed. Spec. J-C-30, Type TW, 600 volt, may be used. Cable type, size, number of coridur.tors; strand and service voltage shall be specified in . the plans and/or proposal. . '108-2.03 BARE COPPER WIRE (COUNTERPOISE) Bare copper wire for counter-poise installations shall be stranded wire conforming .to ASTM Specifications 8 L-108-1 3 and B 8, 108-2.04 CABLE CONNECTIONS In-line connections of underground primary cables shall be of the type called for in the plans or in the proposal, and shall be one of the types listed below, When the plans or the proposal permit a choice of connection, the Contractor shall indicate in the bid the type of connection he proposes to furnish. a. The Cast Splice A cast splice, employing aplastic mold and using epoxy resin equal to that manufactured by Minnesota Mining and Manufacturing Company, "Scotchcast" Kit No, 82--A, or as manufactured by Hysol Corporation, "Hyseal Epoxy Splice" Kit No, E1135, for potting the splice is approved. This means of splicing is the only type approved for telephone control cable, ' - b. The Vulcanized Splice A vulcanized splice employing Joy Manufacturing Company's Vulcanizing Kit No. X~ 1604-8 or equal is approved for field vulcanized splices, The proper molds' for various cable sizes shall be used. c. The Field-attached Plug-in Splice Figure 3 of AC 150/5345-26, Specification for L-823 Plug .and R~ceptacle, Cable Connectors, employing connector kits, is approved for field attachment to single conductor cable. . d. The Factory-Molded Plug-in Splice Specification for L-823 Connectors,. Factory-Molded to Individual Conductors, are approved. 108-2.05 CONCRETE Concrete for cable markers shall conform to Specification Item P-610, "Structural Portland Cement Concrete." CONSTRUCTION METHODS 1 08-3.01 GENERAL The Contractor shall install the specified cable at the approximate locations indicated in the airport lighting layout plans. The Engineer shall indicate specific locations, Cable connections between lights will be permitted ollly at the light locations for connecting the underground cable to the primary leads of the individual insulating transformers. The Contractor shall be responsible for providing cab1e in continuous lengths for home runs or other long cable runs without connections, unless otherwise authorized in writing by the Engineer or shown in the plans, 1 08-3.02INST ALLA TION IN DUCT OR CONDUIT This'item includes the installation of the cable in duct or conduit as described below. The maximum number and voltage ratings of cables installed in each single d'Jct or conduit, and the current-carrying capacity of each cable shall be in accordance with the latest National Electric Code, or the cope of the local agency having jurisdiction. The Contractor shall make no connections or joints of any kind in cables installed in . L-108-2 I I I I I I I I I I I I I I I I I I I conduits or ducts. . '~.'''''f;':~' The duct or conduit shall be installed as a separate item in accordance with Item L-110, '" Installation of Airport Underground Electrical Duct." The Contractor shall make sure that the duct is open, continuous: and clear of debris before installing cable, The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury to the insulation, or damage to the outer protective covering, The ends of all cables shall be sealed with moisture-seal tape before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a duct under the same contract, all cable shall be pulled in the duct at the same time. The pulling of a cable through ducts or conduits may be accomplished by handwinch or power winch with the use of cable' grips or pulling eyes, Pulling tensions should be .governed by recommended standard ",Practices for straight pulls or bends. A lubricant recommended for the type of cable being installed shall be used where pulling lubricant is required. Duct or conduit markers temporarily removed for excavations shall be replaced as required. '108-3.03 TRENCHING Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Road patrols or graders shall not be used to excavate the trench with their blades. The bottom surface of. trenches shall be essentially smooth and free from coarse aggregate. Unless otherwise specified, cable trenches shall be excavated to a minimum depth of18 inches below finished grade, except as follows: a. When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36 inches unless otherwise specified, b. Minimum cable depth when crossing under a railroad track, shall be 42 inches unless otherwise specified. - The Contractor shall excavate all cable trenches to a width not less than 6 inches. The trench shall be widened where more than two cables are to be installed parallel in the same trench. Unless otherwise specified in the plans, all cables in the same location and running in the same general direction shall be installed in the same trench, \I\fhen rock excavation is encountered, the rock shall be removed to a depth of at least 3 inches below the required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a '1/4-inch sieve, The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. . 1108-3.04 INSTALLATION IN TRENCHES The Contractor shall not use a cable plow for instc;llling the cable. Mechanical cable-laying equipment may be used in conjunction with a trenching machine if specified on project plans and specifications; and it should L-1 08-3 - provide for physical inspection of cable prior to backfilling.. Sharp bends or kinks in the cable shall not be permitted. Cables shall be unreeled in place alongside or in the trench- and shall be carefully placed 'along the bottom of the trench. The cable shall not be unreeled and pulled into the trench from one end. - Where two or more cables are laid parallel in the same trench, they shall be placed laterally a minimum distance of 3 inches apart, and the trench shall be widened sufficiently to accomplish this. Cables crossing over each other shall have a minimum of 3-inch vertical displacement with the topmost cable depth at or below the minimum required depth below finished grade. Not less than 1 foot of cable slack shall be left on each side of all connections, insulating transformers, light units, and at all other points 'where cable is connected to field equipment. The slack cable shall be placed in the trench in a series of S curves. Additional slack cable shall be left in runway light bases; handholes, manholes, etc:, where it is required to bring the cable above ground level to make connections. The amount of slack cable shall be stipulated by the Engineer, or_as shown in the plans and specifications. 108-3.05 BACKFILLING After the cable has been installed, the trench shall be 3 inches deep, loose measurement, and shall be either earth or sand containing no mineral aggregate particles that would be retained on a 1/4,-inch sieve. This layer shall not be compacted, the second layer shall be 5 inches deep, loose measurement, and shall contain no particles that would be retained on a 1-inch sieve. . The remainder of the backfill shall be excavated or imported mineral and shall not contain stone or aggregate larger than 4 inches maximum diameter. The third and subsequent layers of the backfill shall not exceed 8 inches in maximum depth, loose measurement. The second, and subsequent layers shall be thoroughly tamped and compacted to at least the density of the adjacent undisturbed soil, and to the satisfaction of the Engineer. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface, except that when sod. is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material srall be removed and disposed of in accordance with instructions issued by the Engineer. . 108-3.06 RESTORATION Where sod has been removed,it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, L-108-4' I I I I.. I I I I I I I I I I I I I I I storing of ~irt, cable laying, .R,t;!qconstruction, and other'.work shall be restored to its original condition. The rest6ratlon shall include any" necessary topsoiling, fertilizing, liming, seeding, sodding, sprigging or mulching. All such work shall be performed in accordance with the FAA standard turfing specifications. the Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. 108-3.07 CABLE MARKERS The location of runway light circuits shall be marked by a concrete slab marker, 2 feet square and 4 inches thick, extending approximately 1 inch above the surface. Each cable .run from the line of runway lights to the equipment vault shall also be marked at approximately every 200 feet along the cable run, with an additional marker at each. change of direction of cable run. All other cable buried directly in the earth shall be marked in the same manner. The Contractor shall not install slab markers where cable lies in straight lines between obstruction light poles . which are spaced 300 feet apart, or less. Cable markers shall be installed immediately above the cable. The Contractor shall impress the word "cable" and directional arrows on each cable marking slab. The letters shall be approximately 4 inches high and 3 inches wide, with width of stroke 1/2 inch and 1/4 inch deep. The location of each underground cable connection, except' at lighting units or insulating transformers, shall be marked by a concrete marker slab placed above the connection. The Contractor shall impress the word "splice" .on each slab, He also. shall impress additional circuit identification symbols on each slab if so desired by the Engineer. . 108-3.08 SPLICING Connections of the type shown in the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: a. Cast Splices These shall be made by using crimp connectors for jointing conductors, Molds shall be assembled, and the compound shall be mixed and poured . in accordance with manufacturer's instructions and to the satisfaction of the Engineer, b. Vulcanized Splices These shall be made by using crimp connectors for joining conductors. The splice shall be made, using compounds furnished by the manufacturer, in accordance with his/her instructions and to the satisfaction of the Engineer. c. Field-attached Plug-in Splices These shall be assembled in accordance with manufacturer's instructions. These splices shall be made. by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches on each side of the joint. d. Factory-Molded Plug-in Splices These shall be made by plugging directly into mating connectors. In all cases, the joint where the connectors come together shall be L-108-5 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 on each side of the joint. 108-3.09 BARE COUNTERPOISE WIRE INSTALLATION AND GROUNDING FOR LIGHTNING PROTECTION If shown in the plans or specified in job specifications, a stranded bare copper wire, No-. 8 AWG minimum size, shall be installed for lightning protection of the underground cables. The bare counterpoise wire shall be installed in the same trench for the entire length of the insulated cables it is designed to protect, and shall be placed at a distance of approximately 4 inches from the insulated cable. The counterpoise wire shall be securely attached to each light fixture base, or mounting stake. The counterpoise wire shall also be securely attached to copper or copper-clad ground rods installed not more than 1,000 feet apart around the entire circuit. The ground rods shall be of the length and diameter specified in the plans, but in no case shall they be less than 8-feet long nor less than 5/8 inch in diameter. - - The counterpoise system shall terminate at the transformer vault or at the power source. It shall be securely attached to the vault or equipment grounding system. The connections shall be made as shown in the project plans and specifications. 108-3.10 TESTING The Contractor shall furnish all necessary equipment and appliances for testing the underground cable circuits after installation. The Contractor shall test and demonstrate to the satisfaction of the Engineer the following: a. That all lighting power and control circuits are continuous and free from short circuits. b. That all circuits are free from unspecified grounds. c. That the insulation resistance to ground of all nongrounded series circuits is not less than 50 megohms. d. That the insulation resistance to ground of all nongrounded conductors of multiple circuits is not less than 50 megohms, e. That all circuits are properly connected in accordance with applicable wiring diagrams. f. That all circuits are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. METHOD OF MEASUREMENT 108-4.01 Trenching shall be measured by the. linear meter of trench', including the excavation, backfill, and reconditioning, completed, measured as excavated, and accepted as satisfactory, L-108-6 I I I I I I I I I I I I I I I '1 I I I When specified in the proposal, separate measurement shall be made for trenches of various specified widths. :;:r.:': . .! .,e.. 108-4.02 Cable or counterpoise wire installed in trench shall be measured by the number of linear meter of cable or counterpoise wire installed in trenches, ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable or counterpoise, wire installed in trench. 108-4.03 Cable or counterpoise wire installed in duct or conduit shall be measured by the number of linear meter measured in place, completed, ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable or counterpoise wire installed in duct or conduit. BASIS OF. PAYMENT 108-5.01 Payment will be made at the contract unit price for trenching cable and bare counterpoise wire installed in trench or duct in place by the Contractor and accepted by the Engineer. This price ,shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools.. and incidentals necessary to complete this item. Payment will be made under: Item L-108 Item L-108 Item L-108 Cable Trench--per linear foot Underground Cable, installed in duct or conduit--per linear foot Bare Counterpoise Wire, installed in trench, including .ground rods and ground connectors -- per linear foot AC 150/5345-7 AC 150/5345-26 Fed.Spec.J-C-30 HH-I-595 . ASTM B 3 ,A.STM B 8 MIL-I-3825 MIL-I-7798 MA rERIAL REQUIREMENTS Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits Specification for L-823 Plug and Receptacle Cable Connectors ,Cable and Wire, Electrical Power, Fixed Installation Insulation Tape, Electrical, Pressure-Sensitive Adhesive Plastic, for Low-Temperature Application Soft or Annealed Copper Wire Concentric-Lay'-Stranded Cooper Conductor, Hard, Medium-Hard, or Soft Insulation Tape, Electrical, Self-Fusing, For Use in Electronics, Communications, and Allied Equipment Insulation Tape, Electrical, Pressure-Sensitive Adhesive, Plastic END OF SECTON L-108 . L-1 08-7 I I I I I I I I I I I I I I I I I I I '. ITEM L-109 INSTALLATION OF AIRPORT TRANSFORMER VAULT AND VAULT EQUIPMENT DESCRIPTION 109-1.01 This item shall consist of airport transformer vault equipment installation as required in these specifications in accordance with the design and dimensions shown in the plans. This work shall also include the installation of conduits in floor and foundation, and the furnishing o(all incidentals necessary to produce a completed unit. Included as a separate part under this item or as a separate item where an existing vault is to be utilized shali be the furnishing of necessary 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, the labeling or tagging of wires; the testing of the installation; and the furnishing of all incidentals necessary to place it in operating condition as a completed unit to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 109-2.01 GENERAL a. Airport lighting equipment and materials covered by Federal Aviation' Administration (FAA) specifications shall have the prior approval of the FAA, and are listed in Advisory Circular (AC) 1_50/5345-1, Approved Airport Equipment. b. All other equipment and materials cove'red by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. VAULT AND PREFABRICATED METAL HOUSING 109-2.02 CONCRETE The concrete for the vault shall be proportioned, placed, and cured in accordance with Item P-610, Structural Portland Cement Concrete, using 3/4- inch maximum size coarse aggregate. 109-2.03 REINFORCING STEEL Reinforcing steel bars shall be intermediate or structural grade deformed-type bars and shall meet the requirements of ASTMA 615. .109-2.04 BRICK Brick shall conform to ASTM C 62, Grade'SW. 109-2.05 ASBESTOS CEMENT DUCT Asbestos cement duct and fittings shall be in accordance with Fed, Spec. W-C-571, 109-2.06 RIGID STEEL CONDUIT Rigid steel conduit and fittings shall be in accordance with Underwriters Laboratories Standard 6 and 514. L-109-1. . - . 109-2.07 LIGHTING Vault or metal-housing light fixtures shall be of a vapor-proof type. 109-2.08 OUTLETS Convenience outlets shall be heavy-duty duplex units designed for industrial service. I . . 109-2.09 SWITCHES Vault or metal-housing light switches shall be single-pole switches. - - . '109-2.10 PAINT a. Red lead priming paint for ungalvanized metal surfaces, and the mixing thereof, shall conform to the 97% grade specified in ASTM D 83, The red lead shall be furnished in paste form and delivered to the job in the. original unbroken packages bearing the maker's name and brand, . . - - - b. White paint for body and finish coats on metal and wood surfaces shall be ready-mixed paint conforming to Fed. Spec, TT-P-102. c. Priming paint for wood surfaces shall be mixed on the job by thinning the above speGified white paint by adding 1/2 pint of raw linseed oil to each gallon. d. Paint for the floor, ceiling, and inside walls shall be in accordance with Fed. Spec. TT-E-487, Walls and ceiling shall be light gray and the floor shall be medium' gray, e. The roof coating shall be hot asphalt material in accordance with Fed. Spec. SS-A-694. 1 09-2.11 HIGH-VOLTAGE BUS High-voltage bus shall be standard weight 3/8-inch IPS copper tubing or it may be insulated copper cable of the size and voltage rating specified. 109-2.12 BUS CONNECTORS Connectors shall be similar to Burndy Type NT (or equal) for copper tubing. Connectors for insulated bus cable shall be of the proper size and type for the service intended. 109-2.13 BUS SUPPORTS Bus supports shall be similar to Westinghouse No. 527892 (or equal), insulated for 7,500 volts, single clamp type for. 2-bolt flat mounting. . 109-2.14 GROUND BUS Ground bus shall be 1/8- x 3/4-inch copper bus bar. ~ 09-2.15 SQUARE DUCT Duct shall be square similar to that manufactured by the Square D Company (or equal), or the Trumbull Electric. Manufacturing Company (or equal), The entire front of the duct on each section shall consist of hinged or removable cover for ready access to the interior. The cross section o~ the duct shall be not less than 4 x 4 inches except where otherwise shown in the plans. L-109-2 I I I I I I I I I I I I I I I I I I I 109-2.16 GROUND RODS ,GX.ound rods shall be coppe.ror copper-clad of the length and diameter specified in the' plans. ' . 109-2.17 POTHEAD'S Potheads shall be similar to G&W Type N, Shape C (or equal), unless otherwise specified. Potheads shall be furnished with plain insulator bushings and conduit couplings. Potheads shall have a rating not less than the circuit voltage. 109-2.18 PREFABRICATED METAL HOUSING The prefabricated metal housing shall be a commercially available unit. 109-2.19 FAA-APPROVED EQUIPMENT Certain items of airport lighting equipment installed in vaults are. covered by individual FAA equipment specifications. The specifications are listed below: AC 150/5345-3 AC 150/5345-5 AC 150/5345-7 Specification for L-821 Panels for Remote Control of Airport Lighting Circuit Selector Switch Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits Specification for Constant Current Regulators and Regulator Monitors . Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits. AC 150/5345-10 AC 150/5345-13 109-2.20 OTHER ELECTRICAL EQUIPMENT Constant-current regulators, distribution transformers, oil switches, cutouts, relays, terminal blocks,. transfer relays, circuit } breakers, and all other re[,ularly used commercial items of electrical equipment not covered by FAA equipment specifications shall conform to the applicable rulings and standards of the Institute of Electric.al and Electronic Engineers or the National Electrical Manufacturers Association. When specified, test reports from a testing laboratory indicating that the equipment meets the specifications shall be supplied. In all cases, equ'ipment 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. 109-2.21 WIRE Wire in conduit rated up to 5,000 volts shall conform to AC 150/5345- 7, Specification for L-824 Underground Electrical Cables for Airport Lighting Circuits, for rubber insulated neoprene-covered wire, or Fed. Spec. J-C-30, Type RHW, for rubber insulated fibrous-covered wire. For ratings up to 600 volts, thermoplastic wire conforming to Fed; S'pec. J-C-30, Type$ TW, THW, and THWN, shall be used, The wires shall be of .the type, size, number of conductors, and voltage shown in the plans or in the proposal. . L-109-3 - a. Control Circuits Wire shall be not less than No. 12 AWG and shall be insulated .for 600 volts. If telephone control cable is specified, No. 19 AWG telephone cable conforming to the United States Department of Agriculture, Rural Electrification Administration (REA) Bulletin 345-14 shall be used. - b. Power Circuits (1) 600 volts maximurri--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. INSTALLATION OF EQUIPMENT IN VAULT OR PREFABRICATED METAL HOUSING 109-3.10 GENERAL The Contractor shall furnish, install, and connect all equipment, equipment accessories, conduit, cables, wires, buses, grounds, and support ne~essary to insure 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. 109-3.11 POWER SUPPLY EQUIPMENT Transformers; regulators, booster transformers, and other power supply equipment items snail be furnished and installed at the location shown in the plans or as directed by the Engineer. 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 inches 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. 109-3.12 SWITCHGEAR AND PANELS Oil switches, fused cutouts, relays, transfer L-109-4 I I I I I I I I I I I I I I I I I I I switches, panels, panel boards; and other similar items. shall be furnished and installed at the location shown in the': plans or as. directed bytne Engineer.. 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. 109-3.13 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. Wall brackets for square ducts shall be installed at all joints 2 feet 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. . 109-3.14 CABLE ENTRANCE AND HIGH-VOLTAGE .BUS SYSTEM Incoming underground cable from field circuits and supply circuits will be installed outside the walls of the transformer vault as a separate item under Item.L-1 08, The Contractor. installing the vault equipment shall bring the cables from the trench or duct through the entrance conduits into the vault and make the necessary electrical connections. For the incoming and outgoing high voltage load circuits, the Contractor shall furnish and install rigid metallic vi conduit risers, surmounterj by potheads, from floor level to the level as shown in the plans. The incoming high-voltage power supply service to the vault shall enter below the floor of the vault and shall rise from the floor level in a rigid metallic conduit riser, surmounted by a pothead, as described above. Using insulated high-voltage cable, the incoming power service' shall be connected from the pothead to the oil-fused cutouts or to the specifie'd disconnecting switch or .equipment. From the oil-fused cutouts or disconnecting device, the insulated service conductors shall be connected to the overhead voltage bus system of the vault. The high-voltage bus system shall utilize the materials specified and shall be. mounted and installed in. accordance with the requirements of the National Electrical Code or the local code agency having jurisdiction. 109-3.15 WIRING AND CONNECTIONS The Contractor shall make all necessary electrical connections in the vault in accordance with the wiring diagrams furnished and as directed by the Engineer, In wiring to the terminal blocks, the Contractor shall leave suff~cient 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. L-109-5 109-3.16 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 Jor 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 Engineer. The letters and numerals shall be not less than 1 inch in height and shall be of proportionate width. The Contractor shall also mark the correct circuit designations in accordance with the wiring diagram on the terminal marking strips which are a part of each terminal block. BASIS OF PAYMENT 109-5.1 Payment will be made at the contract unit price for each completed and accepted vault or prefabricated metal housing equipment installation. This price shall be full compensa4jon for furnishing all materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item L-109 Item L-109 Fed.Spec.J-C-30 Fed. Spec. SS-A-694 Fed.Spec.W-C-571 AC 150/5340-9 AC 150/5345-3 AC 150/5~45-5 AC 150/5345-7 Miscellaneous vault work in place - per lump sum Installation of regulator in place - per each MATERIAL REQUIREMENTS Cable and Wire, Electrical (Power, Fixed Installation) Roof-Coating: - Asphalt, Brushing-Consistency Conduit and Fittings, Nonmetal, Rigid; (Asbestos-Cement or Fire-Clay Cement), (For Electrical Purposes) Prefabricated Metal Housi'ng for Electrical Equipment Specification for L-821 Panels for Remote Control of Airport Lighting Circuit Selector Switch Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits L-109-6 I I I I I I I I I I I I I I I I I I I AC 150/5345-10 AC 150/5345-13A ASTM A 615 ASTM C 62 ASTM D 83 REA BULLETIN 345-14 Speci,fication for Constant Curr.ent Regulators and Regulator Mo'nitors -.. -' ~,. . - Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits Specification for Deformed and Plain Billet Steel Bars for Concrete Reinforcement Specification for Building Brick (Solid Masonry Units Made from Clay or Shale) Red Lead Pigment REA Specification for Fully Color-Coded, Polyethylene- Insulated, Double Polyethylene-Jacketed Telephone Cables for Direct Burial END OF ITEM L-109 L-109-7. I I I I I I I I I I I I I I I I I I I ITEM L 110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT DESCRIPTION 110-1.01 This item shall consist of underground electrical ducts installed in accordance with this specification at the locations and in accordance with the dimensions, designs, and details shown in the plans. This item shall include the installation of all underground . electrical ducts or underground conduits. It ,shall also include all trenching, backfilling, removal, and restoration of any paved areas; manholes, concrete encasement, mandreling installation of steel drag wires and duct markers, capping,. and the testing of the installation as a completed duct system ready for installation of cables, to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 110-2.01 GENERAL 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 Engineer. 110-2.02 BITUMINOUS FIBER DUCT Bituminous fiber duct and fittings shall conform to the requirements of Underwriters Laboratories Standard 543. a. Type I, for concrete encasement b. Type II, for direct burial 1110-2.03 ASBESTOS CEMENT DUCT Asbestos cement duct and fittings shall conform to the requirements of Fed. Spec.-'WC571 and shall be one of the following, as specified in the proposal: a. Type I, for concrete encasement. b. Type II, for direct burial 110-2.05 STEEL CONDUIT Rigid steel conduit and fittings shall conform to the mquirements qf Underwriters Laboratories Standard 6,514, and 1242. 110-2.06 CONCRETE Concrete shall conform to Item P610, Structural Portland Cement Concrete, using 1 inch maximum size coarse aggregate. 110-2.07 PLAS}IC CONDUIT Plastic c,onduit and fittings shall conform to the rE!quirements of Fed. Spec. WC1094 and shall be one of the following, as specified in the proposal: a. Type I suitable for underground use either directly in the earth or encased in concrete. L-110-1 b. Type II suitable for either above ground or underground use. . CONSTRUCTION METHODS 110-3.01 GENERAL The Contractor shall install underground ducts at the approximate locations indicated in the airport layout plans. The Engineer shall indicate specific locations as the work progresses. Ducts shall be of the size, material, and type indicated in the plans or specifications. Where no size' is indicated in the plans or specifications, the ducts shall be not less than 3 inches inside diameter. All duct lines shall be laid so as to grade toward hand holes, manholes and duct ends for drainage. 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 lines shall be graded from the center in both directions toward manholes, handholes,' or duct ends. Pockets or traps where moisture may accumulate shall be avoided. The Contractor shall mandrel each duct. An ironshod mandrel, not more than 1/4inch smaller than the bore of the duct shall be pushed through each duct by means of jointed conduit rods. The mandrel shall have a leather or rubber gasket slightly larger than the duct hole. All ducts installed shall be provided with a NO.1 0 gauge galvanized iron or steel drag wire for pulling the permanent wiring. Sufficient length shall be left in manholes or handholes to bend the drag wire back to prevent it from slipping back into the duct. Where spare ducts are installed, as indicated on the plans, the open ends shall be plugged with removablfJ tapered plugs, designed by the duct manufacturers, or with hardwood plugs conforming accurately to the shape of the duct and having the larger end of the plug at least 1/4inch greater in diameter than the duct. All ducts shall be securely fastened in place during constrl!ction and progress of the work and shall be plugged to prevent seepage of grout, water, or dirt. Any duct section having a defective joint shall not be installed. All ducts, except steel conduit, installed under runways, taxiways, aprons, and other paved areas shall be encased in a concrete envelope. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for ducts may be excavated manually or with mechanical trenching' equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of road patrols or graders shall not be used to excavate the trench. , The Contractor shall ascertain the'type of soil or rock to be excavated before bidding. All excavation shall be unclassified. 110-3.02 DUCTS ENCASED IN CONCRETE Unless otherwise shown in the plans, concrete encased ducts shall be installed so that the top of the concrete envelope is not L-110-2 I I I I I I I I I I I I I I I I I I I less than 18 inches below the' finished subgrade where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 inches below finished grade where installed in unpaved areas. Ducts under paved a~eas shall extend at least 3 feet beyond the edges' of the paY~~.ent or 3 feet beyond any underdrains which may be installed alongside the paved~' a'rea.. Trenches for concrete encased ducts shall be opened the complete length 'before concrete is laid so that if any obstructions are 13ncountered,. proper provisions can be made to avoid them. All ducts for concrete 13ncasements shall be placed on a layer of concrete not less than 3 inches thick prior to its initial set Where two or more ducts are encased in concrete, the Contractor shall space them not less than 11/2 inches apart (measured from outside wall to outside wall) using spacers applicable to the type of duct As the duct laying progresses, concrete not less than 3 inches thick shall be placed around the sides and top of the duct bank. End bells or couplings shall be installed flush with the concrete encasement where required. 'Nhen specified, the Contractor shall reinforce the bottom side and top of encasements with steel reinforcing mesh or fabric or other approved metal reinforcement When directed, the Contractor shall supply additional supports where the ground is soft and boggy, where ducts cross under roadways, or where otherwise shown on the plans. Under such conditions, the complete duct structure shall be supported on reinforced concrete footings, piers, orpiles located at approximately 5 foot intervals. 'Nhen clay or soapstone ducts are specified, they shall be installed with concrete encasement as described above. Clay conduit shall be of the single bore tYpe. Where the self-centering socket joint type of.single clay duct is used, conduit shall be built 'up, tier by tier, and separated' only by sufficient mortar or fine aggregate concrete to bed the ducts evenly and fill all v01 ds between ducts. Single ducts shall be jointed together and the joints grouted with portland cement mortar. A suitable gasket (of rubber or other approved material) shall first be placed in the receptacle end of the duct, prior to the joining operation, in order to exclude all mortar from the duct \Nhere the square bore butt-joint type of clay duct, single or multicell, is used, sections shall be aligned with at least four steel dowel pins and joints wrapped with duct tape 6 inches wide and lapped 6 inches. AIL joints in a bank of singlebore ducts shall be staggered, beginning evenly from the manhole or handhole, by means of short lengths 6, 8, 9, 12, and 15 inches long. Cement mortar shall be trowled around each and every joint Voids in the duct bank, caused by the external shape of the corners of the conduit, shall also be filled with mortar. The joining and joints of soapstone duct shall be done in accordance with the manufacturer's recommendations. '110-3.03 DUCTS WITHOUT CONCRETE ENCASEMENT Trenches for single duct lines shall be not less than 6 inches nor more than 12 inches wide, and the trench for 2 or more ducts installed at the same level shall be proportionately wider. Trench bottom~ for ducts without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the duct along its entire length. 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 duct The bedding material shall consist of L -11 0-3, soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a 1/4inch sieve. The bedding material shall be tamped untiffirm. Unless otherwise shown in plans, ducts for direct burial shall be installed so that the tops of all ducts are at least 18 inches below the finished grade.' , When two or more ducts are installed in the same trench without concrete encasement, they shall be spaced not less than 2 inches apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6 inches apart in a vertical direction. Trenches shall be opened the complete length before duct is installed so that if any obstructions are encountered, proper provisions can be made to avoid them. 110-3.04 DUCT MARKERS The location of the ends of all ducts shall be marked by a concrete slab marker 2 feet square and 4 inches thick extending approximately 1 inch above the surface. The markers shall be located above the ends of all ducts or duct banks, except where ducts terminate in a hand hole, manhole, or building. The Contractor shall impress tne word "duct" on each marker slab. He shall also impress on the slab the number and size of ducts beneath the marker. The letters shall be 4 - . ' inches high and 3 inches wide with width of stroke 1/2inch and 1/4inch deep or as large as the available space permits. 110-3.05 BACKFILLING After concrete encased ducts have been properly installed and the concrete has had time to set, the trench shall be backfilled in at least two layers with excavated material not larger than 4 inches in diamete'r and thoroughly tamped and, compacted to at least the density of the surrounding undisturbed soil. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. Trenches shall not be' excessively wet and shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface, except that when sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disp?sedof in accordance with instructions issued by the Engineer. For. ducts without concrete envelope, 8 inches of sand, soft earth, or other fine fill (loose measurement) shall be placed around the ducts and carefully tamped around and over them with hand tampers. The remaining trench may be filled with regular run of excavated material and thoroughly tamped as specified above. 110-3.06 RESTORATION Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing '1' L-110-4, I I I I I I I I I I I I I I I I I I I of dirt, cable laying, pad construction and other work shall be restored to its original condition. The restoration shall, include any necessary topsoiling, fertilizing, liming, seeding, sprigging, or mulching. All such work shall be performed in accordance with the FAA Standard Turfing Specifications." The Contractor' shall be held responsible for maintaining all disturbed surfa~~s;.andreplac~ri1ents until f!n!al acceptance. METHOD OF MEASUREMENT , , '110-4.01 Underground duct shall be 'measured by the linear feet of duct installed, measured in place, completed, and accepted. Separate measurement shall be made for the various types and sizes. BASIS OF PAYMENT '110-5.01 Payment. will be made at the contract unit price for eac~ type and size of single-way or multi-way duct completed and accepted. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools" and, incidentals necessary to complete this item. ' Payment will be made under: Item L 110 Single-Way or Multi-Way Electrical Duct - per linear foot MATERIAL REQUIREMENTS Fed.Spec.WC571 Conduit and Fittings, Nonmetal, Rigid; (Asbestos Cement or Fire Clay Cement), (For Electrical Purposes) Fed.Spec.WC1094 Conduit and Fittings; Nonmetallic, Rigid, (Plastic) Underwriters Laboratories Standard 6 - Rigid Metal Conduit ' l)nderwriters Laboratories Standard 514 -Fittings for Conduit and Outlet Boxes Undeiwriters Laboratories Standard 543 - Impregnated Fiber Electrical Conduit Underwriters Laboratories Standard 1242 - Intermediate Metal Conduit , END OF SECTION L-110 L -11 0",5 I I I I I I I I I I I I I I I I I I, I ITEM L-125 INSTALL~TION OF AIRPORT LIGHTING SYSTEMS DESCRIPTION '125-1.01 This item shall consist of airport lighting sys.tems furnished and installed in accordance with this specification, the referenced specifications, and the applicable advisory circulars. The systems shall be installed at the location and in accordance with the dimension, 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 un,its to the satisfaction of the Engineer. "125-1.02 Additional details pertaining to a specific system covered in this item are contained in the advisory circulars listed below. '125-1.03 AC 150/5340-24, Runway and Taxiway Edge Lighting System. 125-1.04 AC 150/5340-18, Taxiway Guidance Sign System. EQUIPMENT AND MATERIALS ~125-2.01 GENERAL (a) Airport lighting equipment and materials covered by FAA specifications shall conform to the requirements of the Federal Aviation Administration,.. Airports Service, Washington, D.C, 20591, and shall be certified by an independent testing laboratory which has been approved for testing by FAA. , (b) All other equipment and _ materials ,covered by other referenced specifications shall be subject to acceptance through the manufacturer's certification of compliance with the applicable specifications. (c), Lists of the equipment and materials required for a particular system are contained in the applicable advisory circulars. . ,125-2.02 FAA SPEC EQUIPMENT (a) Certain items bf airport lighting systems are covered by individual FAA equipment specifications. These specifications are listed below. The Contractor shall furnish copies of Certification from an approved independent testing laboratory that the equipment proposed, has been satisfactorily tested and is in compliance with the ,applicable FAA specifications., All equipment shall be furnished by manufacturers who have been continuously engaged in the manufacture of the products proposed for a rninimum period of three (3) consecutive. years immediately preceding the bid date. L'-125-1 1. MEDIUM INTENSITY THRESHOLD LIGHTS AC 150/5345- 46. FAA Type L"'861 E with 6.6 Amp quartz halogen lamp and base mounting kit. Provide colored prismatic globes or filters. Non-metallic bodies' are not acceptable. 2. TRANSFORMERS AC 150/5345-47. FAA Spec L-830, 6.6/ 6.6 amp. 30/45 watt for taxiway lights. 3. TRANSFORMER BASES AC 150/5345-42. FAA Type L-867, Class I; Size B, 12 inches diameter, 24 inches deep, non-load bearing, with four (4) 2-inch holes with rubber grommets (Flex-Connex) spaced at 90 degrees. 4. CONNECTORS AC 150/5345-26. FAA Spec L-823. Type I for primary connections for isolating transformers; Type II for secondary connections to isolating transformers. ' 5. EDGE LIGHT GLOBES Globes used shall match existing globe manufacture. Lens color shall be as indicated on the plans. (b) All other equipment and materials covered by other referenced specifications shall be subject to acceptance through the manufacturer's certification of, compliance with the applicable specifications. ' 125-2.03 TAPE Rubber and plastic electrical tapes shall be Scotch Electrical Tape Numbers 23 and 88, respectively, as manufactured by the Minnesota Mining and Manufacturing Company, or an approved equal. 125-2.04 CONCRETE Concrete for light foundations and backfill for flush ground mounted handholes shall conform to the requirements of ASTM C-387 and shall be rated for 3000 psi minimum compressive strength at 28 days. 125-2.05 CONDUIT Rigid steel conduit and fittings shall conform to the requirements of Underwriters Laboratories Publications UL-6. CONSTRUCTION METHODS 125-3.01 GENERAL The installation and testing details for the systems shall be as specified in the applicable advisory circulars. 125-3.02 PLACING LIGHTS The light fixtures shall be installed at the approximate location indicated in the plans. The exact location shall be as directed by the Engineer. 125-3.03 LIGHT BASE AND JUNCTION BOX The light base shall be installed on undisturbed soil as shown on the details. If the soil is unsuitable, then. an adequate depth of soil should be ,removed and replaced with compacted acceptable material. L-125-2 I I I I I I I I I I, I I I I I 'I I I I The cable entrance hubs shall be oriented in the proper direction. Level the base so that the mounting flange surface is approximately 1 inch above the finished grade. With the base properly oriented and' held at the proper elevation, place approximately 4 inches of concrete backfill aroond the outside of the b~fse';;: The top of the concrete shall be sloped away from the flange portion of the base so the sloped outer edges of the concrete are' at surface grade. In conduit systems installed in soil conditions of good drainage, use light bases having a drain hole to prevent water accumulation, 125-3.04 LIGHT FIXTURES _.' GENERAL The light fixture will be supplied uriassembled and consist of an optical system, lamp, connecting leads, and a mounting assembly. The installer shall assemble, connect to mounting, level, and adjust the light fixture in accordance with the manufacturer's instructions. Care should be taken that the lamp specified by the manufacturer, for the particular use of the light fixture, is installed. The light fixtures shall be leveled and aligned; where appropriate, within 1 degree. The maximum height of the top of the elevated light fixture is as shown on detail plans. In order to facilitate maintenance of light fixtures, identification numbers shall be installed by the following or similar methods. (a) I.D. tags shall be 3 ply plastic disk with an aluminum wire to attach it to the sign support. See plans for details. ' '125-3.05 REIL REHABILITATION - GENERAL The rehabilitation of the REIL system. shall consist of the labor and materials necessary to restore the system to original working order as specified by the manufacturer and in compliance with FAA guidelines for system operation, . METHOD OF MEASUREMENT '125-4.01 The quantity of lights to be paid for under this item shall be the number of each size and type installed as completed units in place, ready for operation, and accepted by the Engineer. BASIS OF PAYMENT 125-5.01 Payment will be made at ,the contract unit price for each complete light installed in place by th~ Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for. all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item L-125 MIRLs, L-861, Base Mounted in Place--per each. Item L-125 MIRLs, L~861" .Stake Mounted in Place - per each Item L-125 MITLs, L-861, Base Mounted, in Place - per each Item L-125 MITLs, L-861 , Stake Mounted, in Place-pereach ." , L-125~3' Item L-125 M.1. Threshold Lights, Base Mounted, in Place - per each Item L-125 M.1. Threshold Lights, Stake Mounted, in Place - per each Item L-125 Remove Existing MIRL's - per each ' Item L-125 Remove Existing MITL's - per each Item L-125 Remove Existing M.1. Threshold Lights - per each Item L-125 Refurbish REIL's - per lump sum FEDERAL SPECIFICATIONS REFERENCED IN ITEM L-125 Number Title WW-C-581 Conduit, Metal, Rigid; and Coupling, Elbow; and Nipple, Electrical Conduit: Zinc~Coated. FAA SPECIFICATIONS REFERENCED IN ITEM L-125 Number Title AC 150/5340-24 Runway and Taxiway Edge Lighting System AC 150/5340-18 Taxiway Guidance Sign System AC 150/5345-26 Specification for L-823 Plug and Receptacle, Connectors, Cable. AC 150/5345-42 Specification for Airport Light Base and Transformer Housings AC 150/5345-44 Specification for Taxiway and Runway Signs AC 150/5345-46 Runway and Taxiway Light Fixtures AC 150/5345-4.7 Isolation Transformers for Airport Lighting Systems AC 150/5345-51 Discharge-Type Flashing Light Equipment END OF SECTION L-125 L-125-4'