HomeMy WebLinkAboutPERIMETER FENCING IMP PROJECT
",,Y ~'''_'- n_, "''''''"" -'_ .'""- ~M_">_~ _....-. ". ^
jiJ.p i /7 7 3~7
'J
I
~~X~
c/~Regional A if-port
AUGUS':'"
Jar the '. ".' ""., ".... '." <,
AUG"l]stAAVt.1\TION '
, C0l\1~ISSI0N
,-~-, - ,,--'-'.., ,- - --',':' ,---:,~--,\, . -' - - .' >. - ---'. -~' ,- -::-':'-;'- -:::
January, '2004"
'>' ''', ,':-- ,'-----,
THE;L" '. ' /... ".
GR~~~. .. . .~~~.
'TRANSPORTAT/()NCbNSUliTANTS
, . - .,' .." -- ", ,- ,- -.-" -,,- - - - "~ - -' - --'.
;',,"
";';;'" '.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Purchasing Department
Gerl A. Sams, Purchasing Director
Room 605- Munlclpal 'Building
530 Green~ Street ~ Allauita. GA 30911
(706) 811-2422 - FAX (706) 8U~2811
Visit UlI at www.augunap.gov
ADDENDUM
TO:
All Bidders
FROM:
Geri A. Sams
DATE:
February 26, 2004
SUBJ:
Addendum #1
Bid Item #04-054
Perimeter Fencing Improvements for Augusta Regional Airport
Please note the following change:
The bid opening date for Bid Item #04-054, Perimeter Fencing
Improvements has been changed fronl Tuesday, March 2, 2004
to Tuesday, April 27, 2004 @ 11:00 a.m.
You must acknowledge receipt of addendum in your bid package.
If you have any question~ regarding this correspondence~ please contact me at
(706) 821-2422.
Fred Russell, Augusta, GA Deputy Administrator
Brenda Byrd-Pelaez, Augusta, GA Human Resources
Willis Boshears, Augusta Regional Airport
Andy Busby. LP A Group
All Bidders
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ADDENDUM NO.2
TO
BIDDING/CONTRACT DOCUMENTS
FOR
PERIMETER FENCING IMPROVEMENTS PROJECT
AUGUST A REGIONAL AIRPORT
BID ITEM #04-054
in
AUGUSTA, GEORGIA
TO:
All Prospective Bidders
DATE:
April 15, 2004
This Addendum forms a part of the Contract/Bidding Documents and modifies the original
Contract/Bidding Documents as described below. Acknowledgment of receipt of this Addendum in
the space provided on Page B-4 of the Bid Form is required. Failure to do so may subject a
Bidder to disqualification.
This Addendum consists of 6 pages (NOT INCLUDING COVER) and the following
attachments (to be transmitted via mail):
1) Bid Form- 28 pages
2) Item F-162 Chain-Link Fence and Gates - 13 pages
3) Summary to Minutes of Pre-Bid Conference - 16 pages
PROJECT MANUAL
NOTICE TO BIDDERS
Revise the third paragraph on Page N-l to the following:
"The total Contract time shall be /1~>>l consecutive calendar days..."
INSTRUCTIONS TO BIDDERS
1. Revise Paragraph 12.1 on Page IB-6 to the following:
".. . shall be enclosed in a separate envelope with the notation "BID ENCLOSED,
PERIMETER FENCING IMPROVEMENTS PROJECT, AUGUSTA REGIONAL
AIRPORT, BID ITEM ~,gQ~~" on the face thereof. DO NOT SUBMIT THE
PROJECT MANUAL OR DRAWINGS WITH BID. jiltlm;i::m~~;r.Z"i.[~!j,: .,addifiMi
~ij:1Ib!{:fimii'll~:lt!a;rl
2. Revise Paragraph 15.1 on Page IB-7 to the following:
"All BIDS shall remain open for ~ij\j:.I~])l days after the day of the opening, but
Page 1 of6
4/15/04
OWNER may, in his sole discretion, release any BID and return the Bid Security prior to
that Date."
CONTRACT FORM
1. Revise Paragraph 3.1 on Page C-1 to the following:
"The entire project shall be completed within consecutive calendar days..."
2. Revise Paragraph 7.7 on Page C-5 to the following:
"CONTRACTOR's Bid and attachments as listed below.
a. Bid Form (pages B-1 to B-~"
BID FORM
Replace the previous Bid Form with attached revised Bid Form. It has been modified in the
following manner:
1. Paragraph 2 on Page B-1 was modified to read:
"This BID will remain open for ~ days after the day of BID opening."
2. Paragraph 4a on Page B-3 was modified to read: .
"The work will be completed within llij~ consecutive calendar days..."
3. A Debarment Certification was added immediately following the Certification of Non-
Segregated Facilities on Pages B-3 to B-4 and Pages B-20 to B-22.
4. Paragraph 8 on Page B-12 was edited to delete the following sentence:
"Certification by other agencies that utilize the criteria of 49 CFR 26 will also be
acceptable toward meeting the participation percentage."
SPECIFICATIONS
1. SECTION 00800 SUPLEMENT ARY CONDITIONS
Revise Paragraph 80-08.1 on Page 00800-13 to the following:
i:L.,.;.........,.l.~....... uidated damages for failure to complete all work within the total Contract time of
18 consecutive calendar days..."
2. SECTION 01010 SCOPE OF WORK
Revise Paragraph 1.05 A on Page 01010-1 to the following:
"Construction Time: The work as described by the cont~a~t s~..;.e.;..... ~fications ~nd as shown
on the plans shall be ready for use by the Owner wlthm 1'8.... consecutIve calendar
days... "
3.
Page 2 of6
4/15/04
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
4. ITEM S-140 SELECTIVE SITE DEMOLITION
A.
5. ITEM F-162 CHAlN-LINK FENCE AND GATES
A. This specification has been edited to remove any reference to toprail in the following
locations: Paragraphs DA and H.l on page F-162-3 and Paragraphs D and E on page
F-162-8.
B. This specification has been edited to add roll-formed equivalent fencing products in
Paragraphs 2.01.D and 2.04.B and under Material Requirements.
D.
E. Add the [ollowin
;~.t:r~6~jj':i~~:jr:
.~at(s:nM'd~7:i":
Page 3 of6
4/15/04
F. Revise Paragraph 4.01.B on Page F-162-9 to the following:
"New 6-strand barbed wire will be measured for payment by the linear foot.
~~~~~~eTI1~fl~c~~}l,?~a!?~g th.e,.t?P, of the fence from center to center of end posts i6tl1
~ijiin;ft(~I:pili:lij'jl{~~~ten$~Qij[;~rmS!r' ,
H. Delete pay item "F-162A 7' Chain Link Fence (Re-Install EXISTING Six-Strand
Barbed Wire) -- per Linear Foot" under Paragraph 4.02.E on Page F-162-1O. Revise
"Item F -1?2B, ,T.~hain Li~ ~~I1ce (Install New Six.-~trand Bar~ed Wire) -- per Linear
Foot" to ~i;F;.t;~z.i\]7~::~;~li~i.Qm::lilf)t.::;;'Ftll~~::;;::::;:tn~r;{l0m~a~;rFQHt::::Jand adjust the
remaining pay item alpha-characters.
DRA WINGS
1. FENCING PLANS (FP-l -FP-12)
A. Revise the drawings to indicate that the mow strip/intrusion barrier terminates at
either side of a proposed gate. .
B. Revise all drawing notes to indicate that new 6-strand barbed wire (with new
extension arms) is to be installed on the proposed fence.
C. Revise all notes from:
"Contractor shall install new fence as close as possible to the existing fence prior
to removal of existing fence."
to the following:
"Contractor shall install new fence as close as ossible to the existin fence prior
to removal of existing fenc'htlt::n(i~1is~/ffi.ar~~Hi'~if:,tll:r~ff~tCJf:^'ilwa:'.'t '
2. FENCING PLAN (FP-ll)
A. Revise the demolition note on the north side of the ATCT from:
"Remove 364:t LF of existing 6' chain link fence and existing 6-strand barbed
wire."
Page 4 of6
4/15/04
I
I
I
I
I
.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
B.
3. FENCING DETAILS (FD-4)
Revise all notes regarding stainless steel nuts, washers, and formed eyebolts to be
gm3il~~ nuts, washers, and !(9!ifm eyebolts.
ANSWERS TO WRITTEN QUESTIONS RECEIVED BY 2/18/04
Q 1. It is very clear that 120 days is not enough to complete this work. It should be increased to
250 days. Can this be changed to allow for a good job?
AI. This Addendum has revised Contract Time to 180 consecutive calendar days.
Q2. With the wet conditions that the perimeter of the airfield stays in will you accept the "back
water" that is sure to fill the trench before concrete is placed in the trench, or will this have to
be pumped?
A2. This is a construct ability issue. The Contractor will be held responsible for the finished
product quality. Water does not affect curing of concrete. When concrete is poured into the
trench, the concrete will displace the water.
Q3. Section F-162-4-2.02 Swing Gates B-2 frame leafis 2.3750D is out of norm and will pose a
weight problem. This should be 2.00"(1.90).
A3. There are no frame leaf widths exceeding 13 feet called for in this project.
Q4. Who is responsible for location of the utilities location at the Airport?
A4. The Contractor is ultimately responsible for having all utilities located prior to construction
activities in any given area. Airport personnel will assist the Contractor in locating utilities
on the Airport property.
Q5. Since virtually all of the perimeter will have to be "utility located". Will the response time of
the locators be considered?
A5. No additional time will be granted for delays associated with utilities location. It is the
Contractor's responsibility to coordinate this effort in advance of when the locate is needed.
Q6. Most fence manufacturers of fence will not "certify" any materials until they are shipped.
What can be done about this? They can't certify until it is made.
A6. Fence manufacturers will certify material prior to manufacture provided that the
manufacturer is given proper direction to manufacture to ensure compliance to the
specification.
Q7. Will all ofthe "layout" diagrams have to be submitted at once or can they be submitted as the
Page 5 of6
4/15/04
job progresses and the problems are solved as they show up?
A 7. The Engineer and Owner will work closely with the Contractor to approve fence layout as
necessary throughout construction. However, it would be preferable to approve large
segments of the layout at one time to improve efficiency and minimize wasted time.
Q8. Will materials on site be paid for on stored materials? Price increases will pose a problem,
so all of the materials will have to be shipped in at one time.
A8.' Partial payments for stored materials will be allowed in accordance with General Provision
90-07 (page GP-90-7) and Supplementary Condition 22 (page 00800-15).
Q9. With tension wire shown on the plans and no clear determination about top rail, please
clarify up. Tension wire is most effective and cheaper but you have to put double braces at
the comers and ends, especially with 6 strands of barbed wire. This should be a 450 brace
pipe from end or comer post to the bottom of the 1st line post to act as a "stiff leg".
A9. The fencing specification has been modified to delete any reference to toprail. Tension wire
shall be used instead.
Q10. As per detail on drawing FD-1, shouldn't post length be 10'5" and not 9'5" as shown to
allow for 3' into concrete?
A10. Adjust the Standard Bracing Panel And Typical Line Post detail on plan drawing FD-1 to
reflect a post length of 10'5". .
Q 11. Please confirm of any concrete testing or if supplier certification and mix design will suffice?
All. This Addendum has addressed this issue.
Q 12. Please clarify survey requirements for any existing property line or proposed new fence.
A12. This Addendum has addressed this issue.
Q13. Please confirm expansion and construction joint locations in mow strip.
A13. For the mow strip, tooled contraction joints shall be placed every 10' and Yz" expansion
joints shall be placed every 100'.
Q14. Shouldn't page F-162-8 item 3.01D read "top tension wire" and not "top rail" as per drawing
FD-1 ?
A14. This Addendum has addressed this issue.
If you have any questions regarding this correspondence, please contact me at (706) 821-2422.
END OF ADDENDUM NO.2
Page 6 of6
4/15/04
I
I
I
I
I
I
I
I
,I
t
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
"
I
I
I
I
I
I
I
I
I
BID FORM
(Failure to furnish all requested data will be cause for considering BIDDER nonresponsive and may
render this BID invalid on that basis.)
BID FOR: PERIMETER FENCING IMPROVEMENTS PROJECT
AUGUSTA REGIONAL AIRPORT
FAA A.I.P. PROJECT No. 3-13-0011-25 & 26
SUBMITTED TO: Augusta Aviation Commission
C/O Augusta-Richmond County Purchasing Department
Municipal Building, Room 605
530 Green Street
Augusta, Georgia 30911
SUBMITTED BY:
BIDDER's Name
Address
City, State and Zip Code
1. The undersigned, hereinafter called BIDDER, in compliance with the "Notice to Bidders,"
accepting all ofthe terms and conditions ofthe "Instructions to Bidders," including without
limitation those dealing with the disposition of Bid Security; proposes and agrees, if awarded
the Contract, to enter into an Agreement with the OWNER in the form of Agreement
included in the Contract Documents, to furnish all materials, equipment, machinery, tools,
apparatus, means of transportation and labor necessary to complete the work to be performed
under this Contract within the Contract Time indicated in this BID, in full and complete
accordance with the shown, noted, described and reasonably intended requirements of the
Contract Documents, to the full and entire satisfaction of the OWNER, for the amounts
contained in the Bid Schedules.
2. This BID will remain open for II days after the day of BID opening. If awarded a contract,
BIDDER will sign the Agreement and submit the Contract Security and other documents
required by the Contract Documents within 15 days after the date indicated in OWNER's
Notice of Award.
3. In submitting this BID, BIDDER represents that:
B-1 of28
Addendum No.2
(a)
(b)..
(c)
(d)
(e)
(f)
(g)
I
I
I
I
I
I
I
I
I
t
I
I
I
I
I
I
I
I
I
BIDDER has become thoroughly familiar with the terms and conditions of the
II
proposed Contract Documents accepting the same as sufficient to indicate and
convey understanditg of all the conditions and requirements under the Contract
which will be execJled for the Work.
BIDDER has examiled the site and locality where the Work is to be performed, the
II
legal requirements (federal, state and local laws, ordinances, rules and regulations)
and the conditions affecting cost, progress or performance ofthe Work and has made
such independent id~estigations as BIDDER deems necessary.
This BID is genUin~and not made in the inierest of or on bebalf of any undisclosed
person, firm or corp~ration and is not submitted in conformity with any agreement or
rules of any group, J~sociation, organization or corporation; BIDDER has not directly
II
or indirectly induced or solicited any other BIDDER to submit a false or sham BID;
II
BIDDER has not solicited or induced any person, firm or corporation to refrain from
bidding; and BID9ER has not sought by collusion to obtain for himself any
advantage over any other BIDDER or over OWNER.
II
That no member of the Augusta-Richmond City/County government or other officers
II
or employees of said OWNER is interested directly or indirectly in the Bid or in any
portion of the Bid Aor in the Contract or any part of the Contract which may be
awarded the undersi~ed on the basis of such BID.
This BID is based Jbon prevailing wages in Richmond County, Georgia and in no
case are wages less 'than those determined by the Secretary of Labor, a schedule of
II
which is contained in the General Provisions, GP-I00.
It is a condition oftJL BID and any subsequent ~ontract entered into pursuant to this
BID, and it shall be lhade a condition of each subcontract entered into pursuant to the
II
prime contract that the Contractor and any Subcontractor shall not require any laborer
or mechanic emplo~ed in performance of the contract to work in surroundings or
under working conditions which are unsatisfactory, hazardous, or dangerous to his
II
health or safety, as determined under Construction Safety and Health Standards, Title
II
29, CFR, Part 1518 36FR7340, promulgated by the U.S. Secretary of Labor, in
accordance with Se~tion 107 ofthe Contract Work Hours and Safety Standards Act,
II
82, Statt. 96; that it is a further condition of this BID that he shall be solely
responsible for the Jhforcement of such Construction and Health Standards, and that
he definitely underJ~ands that the OWNER and his authorized representatives will
not assume any liability resulting from his failure to police and enforce all such
standards.
The description under each bid item, being briefly stated, implies, although it does
not mention, all inci~entals and that prices stated are intended to cover all such work,
materials and incid~ntals as constitute BIDDER's obligations as described in the
Specifications, and /by details not specifically mentioned, but evidently included in
the Contract shall b~ compensated for in the item which most logically includes it.
B-20f28
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(h) The Prices Bid includes all sales taxes and other applicable taxes and fees.
4. Contract Time: BIDDER agrees that:
(a) The work will be completed within :'.: consecutive calendar days from date of
Notice-to-Proceed and within the stipulated phasing times as prescribed in Section
01010 "Scope of Work" of the Project Manual.
(b) In the event that the construction contract time period occurs between the dates
April 1, 2004 through April 14, 2004 inclusive, all construction activities shall be
stopped. No contract time will apply against the contract during this time
period. The Contractor will be required to de-mobilize and re-mobilize at no
additional expense to the Owner.
(c) He/She will commence work with an adequate force and equipment at the time stated
in the Notice to Proceed, and complete all work in the number of days stipulated
from the date stated in said notice including working overtime and on Saturdays,
Sundays, and legal holidays as necessary in order to complete the project on time.
5. Bid Schedule: See attached pages B-4a through B-4d
6. Execution of Contract: BIDDER agrees that:
(a) In case of failure on his part to execute the said Contract and Bonds within 15 days
after the date indicated in the "Notice of Award", the check or bid bond
accompanying this BID, and the money payable thereon, shall be paid to the
OWNER as liquidated damages for such failure; otherwise the Bid Bond or check
accompanying this BID shall be returned to the undersigned.
7. Bid Documentation: The following documents are attached to and made a part of this BID:
(a) Required Bid Security in the form of a Bid Bond or certified check payable to the
order of the Augusta Aviation Commission.
(b) Non-collusion Affidavit
( c) EEO Report Statement
(d) Bidder's Affidavit
(e) DBE Statement
(f) Buy American Certificate
(g) Certification of Non-Segregated Facilities
B-3 of 28
Addendum No.2
8.
9.
10.
(h)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(i) Subcontractor List
(j) Bidder's Questionnaire Regarding Subcontractors
(k) B'dd ,: Q l'fi .11 Q " '
1 er s ua 1 lcatlOn uestlOnnatre
Name and business address I( mailing and street) of BIDDER to which all formal Notices shall
be sent:
II
II
The terms used in this BID lhiCh are defined in the General Provisions ofthe Construction
Contract included as a part ~fthe Contract Documents have the meanings assigned to them in
the General Provisions.
BIDDER hereby acknowledges receipt of the following addenda:
, ~ '
Addendum No. Dated
II
II
II
II
B-40f28
Addendum No.2
------ .-
BID SCHEDULE I
PERIMETER FENCING IMPROVEMENTS PROJECT
AUGUSTA REGIONAL AIRPORT I
FAA AlP 3-13-0011-25 & 26
Item Spec Estimated I
No. No. Item Description / (Write Unit Price in Words) Quantity Unit Unit Price Total Extended
10 F-162A 7' Cbain Link Fence 17,816 LF $ $
II Dollars I
II Cents
11 F-I62B Mow StriplIntrusion Barrier 'A' For NeJ Fence 31,541 LF $ $ I
II
II Dollars
II Cents I
M S' II . . I .11.
12 F-162C ow tnp ntrusIOn Barner B' For EXlstmg Fence 2,314 LF $ $
II I
II Dollars
II Cents
13 F-162D 24' Dual Leaf Manual Swing Gate 3 EACH $ $ I
II Dollars
II Cents I
14 F-162E 20' Dual Leaf Manual Swing Gate 5 EACH $ $
II Dollars I
II Cents
15 F-162F 16' Dual Leaf Manual Swing Gate 10 EACH $ $ I
II Dollars
II Cents I
16 F-162G 14' Dual Leaf Manual Swing Gate I EACH $ $
II Dollars I
II Cents .
17 F-162H 12' Single Leaf Manual Swing Gate 3 EACH $ $ I
II Dollars
II Cents
18 F-162J 4' Pedestrian Gate 8. EACH $ $ I
II Dollars I
II Cents
Page 4-b I
BIDDER'S ORGANIZATION Addendum No 2
I
I
I BID SCHEDULE
PERIMETER FENCING IMPROVEMENTS PROJECT
AUGUSTA REGIONAL AIRPORT
I FAA AlP 3-13-0011-25 & 26
Item Spec Estimated
No. No. Item Description / (Write Unit Price in Words) Quantity Unit Unit Price Total Extended
I
19 F-162K 24' Dual Leaf Electric Swing Gate EACH $ $
I Dollars
Cents
I 20 F-162L 20' Dual Leaf Electric Swing Gate EACH $ $
Dollars
Cents
I 21 F-162M 12' Single Leaf Electric Swing Gate EACH $ $
I DoIlars
Cents
22 F-162N 24' Single Leaf Cantilevered Slide Gate 2 EACH $ $
I Dollars
Cents
I 23 F-162P Six-Strand Barbed Wire 33,653 LF $ $
DoIlars
I Cents
24 F-162Q Wildlife Ditch Treatment LS $ $
I DoIlars
Cents
I 25 Plans Pedestrian Gate Sign 20 EACH $ $
Dollars
I Cents
26 Plans Electric Gate Sign 5 EACH $ $
I Dollars
Cents
I 27 Plans Padlock Gate Sign 10 EACH $ $
Dollars
I Cents
Page 4-c
BIDDER'S ORGANIZATION Addendum No 2
I
I
I
- ----
BID SCHEDULE I
PERIMETER FENCING IMPROVEMENTS PROJECT
AUGUSTA REGIONAL AIRPORT I
FAA AlP 3-13-0011-25 & 26
Item Spec r Estimated
No, No. Item Description / (Write Unit Price in Words) Quantity Unit Unit Price Total Extended I
28 Plans Door Sign 20 EACH $ $
II Dollars I
II Cents
29 Plans Restricted Area Sign 190 EACH $ $ I
II Dollars
II Cents I
Total Bid Amount: $ I
I
I
I
I
I
I
I
I
I
Page 4-d I
BIDDER'S ORGANIZATION Addendum No 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
11. The BIDDER shall state on the line below, if a corporation, the name of state in which
incorporated and the date of said corporation.
Signed this
day of
,20_.
Contractor
By:
(Signature of individual, partner
or officer signing the Bid)
License Number
ATTEST:
(Seal)
(Seal required if BIDDER
is a corporation.)
NOTE: If Contractor is a Corporation, Secretary should attest seal. Seal is required if
BIDDER is a Corporation. If Contractor is a partnership, all partners shall execute the BID (add
spaces as required).
B-5 of 28
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned
as Principal, and
as Surety, are hereby
held and firmly bound unto Aueusta Aviation Commission in the penal sum of
for The payment of which, well and truly to be made, we hereby jointly and severally
bind ourselves, our heirs, executors, administrators, successors, and assigns.
Signed, this _ day of
,20_.
The conditions of the above obligation is such that whereas the Principal has submitted to the
Augusta Aviation Commission certain BID, attached hereto and hereby made a part hereofto enter
into a Contract in writing for the Construction of:
Perimeter Fencine Improvements Proiect at the Aueusta Reeional Airport
NOW THEREFORE,
(a) If said BID shall be rejected, or in the alternate,
(b) If said BID shall be accepted and the Principal shall execute and deliver a Contract in
the Form of Agreement attached hereto (properly completed in accordance with said
BID) and for the payment of all persons performing labor or furnishing materials in
connection therewith, and shall in all other respects perform the agreement created by
the acceptance of said BID, then this obligation shall be void, otherwise the same
shall remain in force and effect; it being expressly understood and agreed that the
liability ofthe Surety for any and all claims hereunder shall, in no event, exceed the
penal amount of this obligation as herein stated.
The Surety, for value received, hereby stipulates and agrees that obligations of said Surety
and its Bonds shall be in no way impaired or affected by any extension ofthe time within which the
Owner may accept such BID; and said Surety does hereby waive notice of any such extension.
B-6 of 28
Addendum No.2
IN WITNESS WHEREOP~ the Principal and the Surety have hereunto set their hands and
seals, and such of them as are corPorations have caused their corporate seals to be hereto affixed
and these presents to be signed byl~their proper officers, the day and year first set forth above.
(L.S.)
Principal
Surety
By:
(SEAL)
(1)
(2)
Date of Bond mustllbe same date as BID.
Bond must be signed or countersigned by Surety's proper Georgia Resident
II
Agent. Date of Po ~er-of-Attomey shall be same date as date of Bond.
If a Partnership, alllpartners shall execute Bond.
(3)
B-7of28
Addendum No.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
I
I
I
I
I
I
I
I
I
I
I
I
I
FORM OF NONCOLLUSION AFFIDAVIT
(This Affidavit is Part of BID)
COUNTY OF
)
) SS.
)
STATE OF
being first duly sworn, deposes and says that he is
(Sole owner, a partner, president, secretary, etc.)
of
the party making the foregoing Proposal or BID that such BID is genuine and not collusive or sham;
that said BIDDER has not colluded, conspired, connived, or agreed, directly or indirectly, with any
BIDDER or person, to put in a sham BID, or that such other person shall refrain from bidding, and
has not in any manner, directly or indirectly sought by agreement or collusion, or communication or
conference, with any person, to fix the Bid Price of affiant or any other BIDDER, or to fix any
overhead, profit or cost element of said Bid Price, or of that of any other BIDDER, or to secure any
advantage against OWNER any person interested in the proposed Contract; and that all statements in
said Proposal or BID are true; and further, that such BIDDER has not, directly or indirectly
submitted this BID, or the contents thereof, or divulged information or date relative thereto to any
association or to any member or agent thereof.
(BIDDER)
Sworn to and subscribed before me this
day of
,20_.
Notary Public in and for
County
My Commission expires
,20_.
(SEAL)
B-80f28
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(THIS REPORT IS PART OF THE BID)
EQUAL OPPORTUNITY REPORT STATEMENT
AS REQUIRED BY 41 CFR 60-1.7(b)
,
The BIDDER (Proposer) shall complete the following statement by checking the appropriate blanks.
Failure to complete these blanks may be grounds for rejection of bid:
1. The BIDDER (Proposer) has _ has not _ developed and has _ does not have
_ on file at each establishment affirmative action programs pursuant to 41 CFR 60-1.40
and 41 CFR 60-2.
2. The BIDDER (proposer) has _ has not _ participated in any previous contract or
subcontract subject to the equal opportunity clause prescribed by Executive Order 11246, as
amended.
3. The BIDDER (Proposer) has _ has not _ filed with the Joint Reporting Committee
the annual compliance report on Standard Form 100 (EEO-l Report).
4.
The BIDDER (Proposer) does _ does not
employ fifty (50) or more employees.
NAME OF BIDDER:
BY:
TITLE:
DATE:
B-9 of 28
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BIDDER'S AFFIDAVIT
(This Affidavit is part of the BID)
STATE OF
)
COUNTY OF
)
being duly sworn, deposes and says that he resides at
that he is the
(Give Title)
who signed the abode Proposal or BID, That he was duly authorized to sign and that the BID is the
true offer of the BIDDER, that the seal attached is that seal of the BIDDER and that all the
declarations and statements contained in the BID are true to the best of his knowledge and belief.
(Affiant)
Subscribed and Sworn to before me this
day of
,20_0
(Notary Public)
My Commission expires
,20_0
(SEAL)
B-IO of28
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DISADVANTAGED BUSINESS ENTERPRISE PROGRAM
The following bid conditions apply to this Department of Transportation (DOT) assisted contract.
Submission of a BID/proposal by a prospective Contractor shall constitute full acceptance of these
bid conditions.
(1) DEFINITION - Disadvantaged Business Enterprise (DBE) as used in this Contract shall have
the same meaning as defined in Subpart D to 49 CFR Part 26.
(2) POLICY - It is the policy of DOT that DBEs as defined in 49 CFR Part 26 shall have the
maximum opportunity to participate in the perfozmance of contracts and subcontracts
financed in whole or in part with federal funds. Consequently, the DBE requirements of 49
CFR Part 26 apply to this contract.
(3) DBE OBLIGATION - The Contractor agrees to ensure that disadvantaged business
enterprises as defined in 49 CFR Part 26 have the maximum opportunity to participate in the
perfozmance of contracts and subcontracts financed in whole or in part with federal funds. In
this regard all Contractors shall make good faith efforts, as defined in Appendix A, 49 CFR
Part 26 to ensure that DBEs have the maximum opportunity to compete for and perform
contracts. Contractors shall not discriminate on the basis ofrace, color, national origin, or
sex in the award and performance of DOT assisted contracts.
(4) COMPLIANCE/CONTRACT ASSURANCE - The CONTRACTOR or his/her
subcontractor(s) shall not discriminate on the basis ofrace, color, national origin, or sex in
perfozmance of this Contract. The Contractor shall carry out applicable requirements of 49
CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the
CONTRACTOR to carry out these requirements is a material breach ofthis Contract, which
may result in the tezmination of this Contract or such other remedy as the OWNER deems
appropriate.
(5) SUBCONTRACT CLAUSE - All BIDDERS and potential Contractors hereby assure that
they will include the above compliance clause in all subcontracts which offer further
subcontracting opportunities.
(6) CONTRACT A WARD - BIDDERS are hereby advised that meeting DBE subcontraCt goals
or making an acceptable good faith effort to meet such goals are conditions of being awarded
this DOT assisted contract.
(7) DBE PARTICIPATION GOAL. The requirements of 49 CFR Part 26, Regulations of the
U.S. Department of Transportation (DOT), apply to this contract. It is the policy of the
OWNER to practice non-discrimination based on race, color, sex, or national origin in the
award or performance of this contract. All firms qualifying under this solicitation are
encouraged to submit bids/proposals. Award of this contract will be conditioned upon
satisfying the requirements of this bid specification. These requirements apply to all
BIDDERS, including those who qualify as a DBE.
B-llof28
Addendum No.2
r
~~~{:~:~:~:~:~::~:~:?~:~:~:~:~:
(9)
The attainment of goals established for this contract is to be measured as a percentage of the
total dollar value ofthe con'h-act. The goal the Owner has established for this contract is as
follows:
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
28.5% of the Contract (in any award scenario) to be performed by DBE firms (based
on historical availa~ility of references and the Engineer's determination that the
above prescribed pe~centages ofthe total project work is available to be performed by
disadvantaged busiJess enterprise (DB E) firms within the project area).
II
II
CONTRACTOR'S REQUIRED SUBMISSION - The OWNER requires the submission of
the following information 'with the Bid. Certain other DBE information may also be
required.
...:...:;..........:..::::..::..:: ,':.'.."
B-120f28
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DISADVANTAGED BUSINESS ENTERPRISE (DBE)
CONTRACTORS
Classification
DBE Firm Name Prime, Sub."
Address Joint, Mfr., or Description of Dollar Value
Telephone Supplier Work of Work
1.
$
2.
$
3.
$
4.
, $
5.
$
Affirmation:
The above-named DBE firm(s) has(have) affirmed that it will perform the portion of the Contract
listed for the estimated dollar value as stated above.
By:
(Signature)
(Title)
B-130f28
Addendum No.2
II
DISADVANTAGED BUSINESS ENTERPRISE (DBE)
. II CONTRACTORS
II
Classification
DBE Firm Name Prime, Sub.,
Address Joint, Mfr., or Description of Dollar Value
Telephone Supplier Work of Work
6.
$
7.
$
8.
t $
II
Ir
9.
$
10.
$
Affirmation:
The above-named DBE firm(s) has (have) affirmed that It wIll perform the portIOn of the Contract
listed for the estimated dollar valuJ as stated above.
Ir
Bv:
(Signature)
(Title)
B-140f28
Addendum No.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
I
I
I
I
I
I
I
I
I
I
I
I
I
DISADVANTAGED BUSINESS ENTERPRISE (DBE) TOTALS SUMMARY
Total Price Bid
$
Total DBE value
$
Total DBE percent
%
The OWNER proposes to award the contract to the lowest responsive and responsible BIDDER
submitting a reasonable bid provided he has met the goals for DBE participation or, if failing to meet
the goals, he has made an acceptable good faith effort to meet the established goals for the DBE
participation. BIDDER is advised that the OWNER reserves the right to reject any or all bids
submitted.
(10) GOOD FAITH EFFORTS - If the BIDDER fails to meet the DBE subcontract goals
established in Paragraph 7 above, the following information must be submitted prior to
contract award to assist the OWNER in determining whether or not the BIDDER made
acceptable good faith efforts to meet the contract goal. This information (when applicable),
as well as the DBE information, should be submitted as specified in Paragraph 9 above.
Suggested guidance for use in determining if good faith efforts were made by a BIDDER is
included in Appendix A of 49 CFR Part 26.
The evidence of good faith efforts must be submitted by any BIDDER who wishes to be
considered, within 48 hours after the BIDs are opened. The burden of submitting this evidence
rests solely with the BIDDER and not upon the OWNER
A list of the efforts that a BIDDER may make and the OWNER may use in making a
determination as to the acceptability of a BIDDER's efforts to meet the goal as included in
Appendix A are as follows:
a. Whether the BIDDER attended any pre-solicitation or pre-bid meetings that were
scheduled by the recipient to inform DBEs of contracting and subcontracting
opportunities. The BIDDER must solicit this interest within sufficient time to allow
the DBEs to respond to the solicitation. The BIDDER must determine with certainty
if the DBEs are interested by taking appropriate steps to follow up initial
solicitations;
b. Whether the BIDDER advertised in general circulation, trade association, and
minority-focus media concerning the subcontracting opportunities;
c. Whether the BIDDER provided written notice to a reasonable number of specific
DBEs that their interest in the contract was being solicited in sufficient time to allow
the DBEs to participate effectively;
B-150f28
Addendum No.2
d.
Whether the BIDDER followed up initial solicitations of interest by contacting DBEs
to determine with c~rtainty whether the DBEs were interested;
II
Whether the BIDDER selected portions of work to be performed by DBEs in order to
increase the likelih~od that the DBE goal would be achieved (including, where
appropriate, breakiJg out contract work items into economically feasible units to
. II
facilitate DBE participation, even when the BIDDER might otherwise prefer to
perform these work!items with its own forces);
I
Whether the BIDDER provided interested DBEs with adequate information about the
plans, . specification~, and requirements of the contract in a timely manner to assist
them in responding'lo a solicitation;
(1) Whether thJ BIDDER negotiated in good faith with interested DBBs, not
II
rejecting DBEs as unqualified without sound reasons based on a thorough
investigatioJ oftheir capabilities. It is the BIDDER's responsibility to make
a portion of It he work available to DBE subcontractors and suppliers and to
select thosell portions of the work or material needs consistent with the
available DBE subcontractors and suppliers, so as to facilitate DBE
participatiol Evidence of such negotiation includes the names, addresses,
and telephoJe numbers of DBEs that were considered; a description of the
information !~rovided regarding the plans and specifications for the work
selected for I~ubcontracting; and evidence as to why additional agreements
could not bd1reached for DBEs to perform the work.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
e.
f.
g.
h.
(2) A BIDDER using good business judgment would consider a number of
factors in negotiating with subcontractors, including DBE subcontractors; and
would take Ih firm's price and capabilities as well as contract goals into
consideratio~. However, the fact that there may be some additional costs
II
involved in finding and using DBEs is not in itself sufficient reason for a
II
BIDDER's failure to meet the contract DBE goal, as long as such costs are
reasonable. Also, the ability or desire of a prime contractor to perform the
work of a coAtract with its own organization does not relieve the BIDDER of
II
the responsibility to make good faith efforts. Prime contractors are not,
however, re~uired to accept higher quotes from DBEs ifthe price difference
is excessive 'br unreasonable.
II
Whether the BIDDER made efforts to assist interested DBEs in obtaining bonding,
lines of credit, or inlurance required by the OWNER or Contractor; and
Whether the BIDD!R effectively used the services of available minority/women
community organi~ktions; minority/women Contractors' groups; local and state
II
Federal Minority /Women Business Assistance Offices; and other organizations as
allowed on a case IlbY case basis to provide assistance in the recruitment and
placement ofDBEs.
1.
B-160f28
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
NOTE: The nine items set forth above are merely suggested criteria and the OWNER may specify
that you submit information on certain other actions a BIDDER took to secure DBE participation in
an effort to meet the goals. A BIDDER may also submit to the OWNER other information on efforts
to meet the goals.
(11) BIDDER ASSURANCE - The BIDDER hereby assures that he is committed to meet one of
the following as appropriate:
a. The DBE participation goal as established in Paragraph 7 above.
b. The DBE participation percentage as shown,in Paragraph 9 which was submitted as a
condition of contract award.
c. The BIDDER (if unable to meet the DBE Goal of28.5% the Contractor is committed
to a minimum of % DBE utilization on this Contract and
submits acceptable full documentation demonstrating good faith efforts.
Agreements between BIDDER/proposer and a DBE in which the DBE promises not to provide
subcontracting quotations to other BIDDERS/proposers are prohibited. The BIDDER shall make a
good faith effort to replace a DBE subcontractor that is unable to perform successfully with another
DBE subcontractor. Substitution must be coordinated and approved by the OWNER.
The BIDDER shall establish and maintain records and submit regular reports, as required, which will
identify and assess progress in achieving DBE subcontract goals and other DBE affinnative action
efforts.
Name of BIDDER:
IRS Number:
By:
Title:
Date:
NOTE: The penalty for making false statements in offers is prescribed in 8 use 1001.
B-170f28
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BUY AMERICAN CERTIFICATE (JAN 1991)
By submitting a BID/proposal under this solicitation, except for those items listed by the BIDDER
b~low or on a separate and clearly identified attachment to this BID/proposal, the offeror certifies
that steel and each manufactured product, is produced in the United States (as defined in Article 23
of Instruction to Bidders "Buy American - Steel and Manufactured Products For Construction
Contracts") and that components of unknown origin are considered to have been produced or
manufactured outside the United States.
PRODUCT
COUNTRY OF ORIGIN
Signature of BIDDER
Title
B-180f28
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SUBCONTRACTS EXCEEDING $10,000 WHICH ARE NOT
EXEMPT FROM THE EQUAL OPPORTUNITY CLAUSE
Certification of Nonsee:ree:ated Facilities
The federally assisted construction Contractor certifies that he does not maintain or provide,
for his employees, any segregated facilities at any of his establishments and that he does not
permit his employees to perform their services at any location, under his control, where
segregated facilities are maintained. The federally qssisted construction Contractor certifies
that he will not maintain or provide, for his employees, segregated facilities at any of his
establishments and that he will not permit his employees to perform their services at any
location, under his control, where segregated facilities are maintained. The federally assisted
construction Contractor agrees that a breach of this certification is a violation of the equal
opportunity clause in this contract. As used in this certification, the term "segregated
facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and
other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots,
drinking fountains, recreation or entertainment area, transportation, and housing facilities
provided for employees which are segregated by explicit directives or are in fact segregated
on the basis or race, color, religion, or national origin because of habit, local custom, or any
other reason. The federally assisted construction Contractor agrees that (except where he has
obtained identical certifications from proposed Subcontractors for specific time periods) he
will obtain identical certifications from proposed Subcontractors prior to the award of
subcontracts exceeding $10,000 which are not exempt from the provisions of the equal
opportunity clause and that he will retain such certifications in his files.
Signature of BIDDER
Title
B-190f28
Addendum No.2
I
I
I
I
'I
I
I
I
I
I
I
I
I
I
I
I
I"
I
I
BIDDER CERTIFICATION REGARDING
DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION
LOWER TIER COVERED TRANSACTIONS
PURPOSE: The OWNER has the responsibility to ensure that it does not enter into a contract
for goods or services with any firm, person, etc. that has been debarred, suspended, deemed
ineligible or has voluntarily excluded themselves from participation ,in federally funded
programs. Note that the term "prospective lower tier participant" has the same meaning as the
term BIDDER. Completion of this Certification by the BIDDER is a condition of BIDDER's
responsiveness to this BID.
INSTRUCTIONS FOR CERTIFICATION
1. By signing and submitting this proposal the prospective lower tier participant (BIDDER) is
providing the certification set out below.
2. The certification in this clause is a material representation of fact upon which reliance
was placed when this transaction was entered into. If it is later determined tliat the
prospective lower tier participant (BIDDER) knowingly rendered an erroneous
certification in addition to the remedies available to the Federal Government, the
department or agency with which this transaction originated may pursue available
remedies, including suspension and/or debarment.
3. The prospective lower tier participant (BIDDER) shall provide immediate written
notice to the OWNER if at any time the prospective lower tier participant (BIDDER) learns
that its certification was erroneous when submitted or has become erroneous by reason of
changed circumstances.
4. The terms "covered transaction", "debarred", "suspended", "ineligible", "lower tier
covered transaction", "participant", "person", "primary covered transaction", "principal",
"proposal", and "voluntarily excluded", as used in this clause, have the meanings set out
in the Definitions and Coverage sections of rules implementing Executive Order 12549.
5. The prospective lower tier participant (BIDDER) agrees by submitting this proposal that,
should the proposed covered transaction be entered into, it shall not knowingly enter into any
subcontract (any lower tier covered transaction) with a firm, or person who is debarred,
suspended, declared ineligible, or voluntarily excluded from participation in this covered
transaction, unless authorized by the department or agency with which this transaction
originated.
6. The prospective lower tier participant (BIDDER) further agrees by submitting this proposal
that it will include the clause titled "Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion - Lower Tier Covered Transaction", without
modification, in all subcontracts (lower tier covered transactions) and in all solicitations for
such subcontracts (lower tier covered transactions).
B-20 of28
Addendmn No.2
7.
8.
9.
(THE
A participant (BIDDER) in a covered transaction may rely upon a certification of a prospective
participant in a lower tier cdrered transaction that it is not debarred, suspended, ineligible, or
voluntarily excluded from fue covered transaction, unless it lmows that the certification is
erroneous. A participant rrl~y decide the method and frequency by which it determines the
. II
eligibility of its 'principals. Each participant may check the Nonprocurement List.
Nothing contained in the folgOing shall be construed to require establishment of a system of
records in order to render in ~ood faith the certification required by this clause. The lmowledge
and information of a prospe~tive lower tier participant (BIDDER) is not required to exceed that
II
which is normally possessed by a prudent person in the ordinary course of business dealings.
Except for transactions authlrized under paragraph 5 ofthese instructions, if a participant in a
covered transaction lmowin~ly enters into a lower tier covered transaction with a person who is
suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in
addition to other remedies a~ailable to the Federal Government, the department or agency with
which this transaction origirlated may pursue available remedies, including suspension and/or
debarment.
I
I
I
I
I
I
,I
I
I
I
I
I
I
I
I
I
!I
I
I
REMAINDER OF THIS PAGE IS INTENTIONALLY BLANK)
B-2! of28
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BIDDER CERTIFICATION REGARDING
DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION
LOWER TIER COVERED TRANSACTIONS
This certification is required by the regulations implementing Executive Order 12549, Debarment and
Suspension, 24 CFR Part 85, Section 85.510, Participants' responsibilities. The regulations were
published as Part VII ofthe May 26, 1988 Federal Register (pages 19160-19211).
(BEFORE COMPLETING THIS CERTIFICATION, READ INSTRUCTIONS)
(1) The prospective lower tier participant (BIDDER) certifies, by submission of this proposal, that
neither it nor its principles are presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from participation in this transaction by any Federal
depanrnent or agency.
(2) Where the prospective lower tier participant (BIDDER) is unable to certify to any of the
statements in this certification, such prospective participant (BIDDER) shall attach an
explanation to this proposal.
Name and Address of BIDDER's Organization:
Name of BIDDER's
Authorized Representative
(Please Print or Type Name)
Signature of BIDDER's
Authorized Representative
Title of BIDDER's
Authorized Representative
(Please Print or Type Title)
Date
B-220f28
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PERFORMANCE OF WORK BY SUBCONTRACTORS
The BIDDER hereby states that he proposes, if awarded the Contract, to use the following
subcontractors on this project: List below all proposed subcontractors and trade specialties. (List only
one subcontractor for each item.) The BIDDER shall obtain prior written permission ofthe OWNER
should he choose to add or substitute other subcontractor(s) not shown herein.
Item
Name of Subcontractor
Estimated Dollar Value
Estimated Total Cost of Items that BIDDER states will be performed by Subcontractors:
($ )
B-230f28
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
00
~
o
~
U rn
~~
~t8
Z rn
0......
U g
=.1:J
~ g ::i
00 u 0
~.gQ)
Zrn.t::J
~~ ~i
~-
.~ Cl)
~ 0 ~
~ &t)
~ I-< Cl)
~ 0.0'
bOl-<
~ A
~.- "t:l
-<"t:lCl)
Z"t:l......
.- rn
Z .t::J '00
o rn rn
~ E ~
~t.+::E-<
00_0
~-O
~<
01
~
~
~
~
~
=
I - I I
....
e
=
~
~
^
~=
'6 e
fIl 11)=
.... ~V;
c.
.-
~
(j
~
~
fIl 1_
fIl ~ 's
Q
""
~ ~II)
- ~~
=
=
=
~ I
g::
qe
=.-1
~~
~
=
=
=
r-
=
Co
II)
~
v
-e "'f2
~
t::
.... = I-<
....
"" ~ 0
~ ~
u '-'
(I.l
fIl
~
""
-e
-e
-<
e
""
....
~
~
Q
~
~
e
=
Z
e
""
....
~
N
00 0
NZ
4-1 S
o ::l
-.:t"t:l
N l=:
I Cl)
~"t:l
"t:l
<
I
I
I
I
I
I
I
I
I
I
I
,I
I
I
I
I
I
I
I
BIDDER QUALIFICATION QUESTIONNAIRE
Submitted by
Name of BIDDER
General Contractor's License #
( ) An Individual
( ) A Partnership
( ) A Corporation
Federal Identification #
Principal Office Address:
(1) How many years has your organization been in business as a contractor under your present
name?
(2) How many years experience in construction work has your organization had as a general
contractor?
As a Subcontractor?
(3) List below the requested information concerning projects your organization has
completed in the last five (5) years for the type of work required in this project. (Use
additional sheets if necessary)
Project
Title
Contract
Amount
Required
Completion Date
Actual
Completion Date
Name/Address/Tel
of Owner
B-250f28
Addendum No.2
(4)
(5)
(8)
(9)
(6)
Have you ever failed to complete any work awarded to you? If so, where and why?
II
II
II
Has any officer or partner 1 your organization ever been an officer or partner of some
other organization that fail~d to complete a construction contract? If so, state name of
individual, name of other 6tganization, and reason therefore.
II
II
II
Has any officer or partner ~fYOUr organization ever failed to complete a construction
contract handled in his ow~ name? If so, state name of individual, name of owner and
reason therefore. II
II
Ir
It
Give below any informatiol which would indicate the size and capacity of your
organization, including nutb.ber of employees, equipment owned by your organization,
etc., which are available fo~ utilization on this Contract.
II
II
II
II
What is your bonding capJity?
II
II
What amount of your bonding capacity has been used as of the date ofthis bid?
II
II
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(7)
B-260f28
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(10) How many applications for performance and payment bonds have you made in the last
three (3) years?
(11) How many ofthese applications were not approved?
(12) Have any claims been filed against a bond provided for you by your surety bond company
in the last five (5) years? If so, describe the nature ofthe claims and give the names of the
surety companies, dates of each claim, identifying numbers of each claim, amounts of
each claim, and the status of each claim. (Use additional sheets if necessary.)
(13) Have your company been in disputes or litigations in the last five (5) years over construction
projects which are completed or still pending for completion? If so, describe the nature of
the disputes or litigations and state the Owner's Name, Address, Telephone, and amount of
disputes or litigations. (Use additional sheets ifnecessary.)
B-2? of28
Addendum No.2
I, the undersigned, do hereby declare that the foregoing statements are true and correct, all as of
the date hereinafter set forth, and t~at those examining this document have my permission to
contact any or all ofthose parties li'~ted in this questionnaire. Incorrect or misleading statements
in this questionnaire shall be groun'as for a determination of nonresponsibility with respect to
such contractor., II
******************************************************************************
(SIGNATURE OF BIDDER)
(T1E OR PRINT COMPANY NAME)
(TYPE OR PRINT ADDRESS)
B-280f28
Addendum No.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
I
I
I
I
I
I
I
I
I
I
I
I
I
PART 1
1 01
1 02
ITEM F-162
CHAIN-LINK FENCE AND GATES
GENERAl,
DES C:R TPTTON
A. This item shall consist of furnishing and erecting chain-link fence and gates
in accordance with these specifications and the details shown on the plans
and in conformity with the lines and grades shown on the plans or
established by the Engineer.
B. Work includes: New perimeter fencing, 6-strand barbed wire (new or re-
installed), gates, mow strip / intrusion barrier, and special ditch treatments as
shown on the plans. All material shall be furnished new for Item F-162
Chain-Link Fences and Gates, except for the existing barbed wire shown on
the plans to be reinstalled.
C. All new and relocated permanent fencing and components shall be installed
iri a neat workmanlike manner. Any work that does not meet this criteria, in
the opinion of the Engineer, will be rejected and shall be replaced or
reinstalled at no additional cost to the Owner.
Sl ffiMTTT AT,S
A. Product data: Indicate material types, gauges, sizes and finishes,
construction and erection details, and gate assemblies including spacing of
post and foundation details.
B. Layouts: Detail fence layouts indicating exact length of fence runs, pull,
comer, end posts, signage, etc.
__~fa'
C. Manufacturer's certification that all fencing materials are produced in
accordance with this specification. No payment will be made until material
has been certified. Material will NOT be approved prior to receipt of
manufacturer's certification on all components.
D. The Owner (Engineer) may elect to test fence components. The contractor
will be responsible for supplying samples. In the event that components do
not pass specified criteria, the contractor shall:
F-162-1
Addendum No.2
103
1 04
1.05
PART 2
2,01
1. Cease installation of affected components.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2. Remove affected components previously installed.
3. Submit new samples to testing laboratory selected by the Owner.
4. The owner shall pay for the initial test. If initial test fails, the
contractor shall pay for all subsequent tests required to determine if
materials meet the specifications.
QlJ A LTTY rRTTERIA
A. Industry Standards: As a minimum, comply with referenced Federal and
ASTM standards:
JOR rONDTTTONS
A. Begin fence installation only after completion of finish grading in the
fencing areas.
B. At no time during the installation of new fence or components shall the
security of the Airport be compromised. It shall be the responsibility of
the Contractor to schedule all construction activities regarding the
perimeter fence so that no lapse or degradation of Airport security will
occur.
MARKING
A. Each roll of fabric shall carry a tag showing the kind of base metal (steel,
aluminum, or aluminum alloy number), kind of coating, the gauge of the
wire, the length of fencing in the roll, and the name of the manufacturer.
Posts, wire, and other fittings shall be identified as to manufacturer, kind of
base metal (steel, aluminum or aluminum alloy number), and kind of
coating.
PRODUCTS
FENCING
A. Fencing: Zinc coated or aluminum coated steel chain link fence complete
with braces, supports, and other accessories to complete the work as
indicated on the drawings.
B. Fabric: 2 inch mesh, formed from 9 gauge commercial quality zinc coated
steel wire conforming to ASTM A 392 (zinc coated) and ASTM A 817
Class 2 ; or aluminum-coated steel (high tensile steel core wire with 90,000
F-162-2
Addendum No.2
I
I
I
I
I
I
I'
I
I
I
I
I
I
I
I
I
I
I
I
C.
psi tensile strength) fabric with a 0.135 inch (+0.005 inch) outside diameter
and a 0.4 oz.lft2 aluminum coating conforming to requirements of ASTM A
491 and ASTM A 817; or 9 gauge commercial quality aluminum coated
steel wire conforming to ASTM A 491 and ASTM A 817; bottom-knuckled
where fabrics join; twisted and barbed all other salvages.
Barbed Wire: Barbed wire shall be 2-strand 12-112 gauge zinc-coated wire
: with 4-point barbs and shall conform to the requirements of ASTM A 121,
Class 3; or 2-strand 12-1/2 gauge aluminum coated wire with 4-point barbs
and shall conform to the requirements of ASTM A 585, Class II.
D.
1. End comer and pull posts 2.875" a.D. X 0.203" wall thickness.
2.
3. Gate posts for single gate or double of 6 feet or less leaf width:
2.875" a.D. x 0.203" wall thickness; for gate leaf width between 6
feet and 14 feet: 4.0" a.D. x 0.237" in wall thickness.
4.
5. Special posts: as shown on the drawings.
E.
Diagonal truss bracing: 3/8" diameter high carbon steel with turnbuckle,
other than diameter, conforming to ASTM F 626.
F.
Post tops and fittings: Galvanized steel or malleable iron conforming to
ASTM F 626.
G.
Bands: Pressed steel conforming to ASTM F 626.
H.
Miscellaneous Fittings: Conforming to Fed. Spec. RR-F-019l/4c, ASTM F
626, ASTM A153 or ASTM A 824, the more stringent specification being
the requirement of the material being supplied:
1. Ties for fastening fabric to posts and ~ift~:mi':;~i~~: No. 12 gauge
galvanized steel wire: No. 12 gauge galvanized steel wire hog rings,
or No. 9 gauge aluminum wire hog rings or No. 9 Gauge aluminum
WIre.
2. Tension wire: Spiralled or crimped No.7 gauge steel wire with Type
F-162-3
Addendum No.2
I coating or Type II, Class 3 coating.
3. Stretcher bars: 3/16 in. X %" in. steel, 2 inches less in length than
the fabric width. Provide one bar at each gate and end post; two at
each comer and pull post.
4. Other hardware and fittings: ASTM F 626 or I Manufacturer's
industrial use design standard.
202
SWING GATES
A.
B. Frame: Standard weight (Sch. 40) zinc coated steel pipe conforming with
ASTM Fl083 of the following outside diameters:
1. Frame leaf widths between 6 ft. and 13 ft.: 1.90 inch a.D. with
internal bracings.
2. Frame leaf width exceeding 13 ft.: 2.375 inch O.D.
C. Fabric: Same as fence fabric.
D. Provide the following hardware for gates:
1. Hinges: Steel or malleable iron of size to suite gate size, non-lift off
type, offset to allow 1800 operation. Furnish one pair of hinges per
leaf.
2. Single gate latch and double gate latch: Forked type meeting the
requirements of ASTM F900.
3. Stops: Muslrroom type at double leaf gates; to engage drop rod or
plunger bar.
4. Keepers shall be provided for all swing gate leaves.
2.03
CANTILEVER SLIDE GATE
F-162-4
Addendum No.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
I
I
I
I
I
I
I
I
I
I
I
I
I
A.
Gate Construction: The gate shall be fabricated from 6063- T6 aluminum
alloy extrusions. The gate frame shall be reinforced or post tensioned with
1.66" x .055" wall galvanized tubular steel running through the full length of
the top and bottom primary members. The primary members (top and
bottom) shall be "P" shaped or rectangular weighing not less than 1.7Ibs/ft.
in cross section, and vertical members at the end of the frame and between
the counterbalance and opening shall be square in cross section with
nominal dimenSions of no less than 2" x 2", weighing not less than 1.1
lbs./ft. Intermediate vertical spacer bars shall be I" x I" square tubing
weighing not less than .52 lbs./ft.
B.
Gate Frame: The gate frame shall be fabricated in modular sections or in
single units depending on size constraints, then shop or field assembled for
the specified opening.
The gate frame shall have a separate semi-enclosed track of extruded
alumimun alloy, which when' shop or field riveted to the assembled gate
frame, becomes an integral part of, and forms a composite structure with, the
top of the gate frame. Rivets shall be internal "exploding" type, of totally
rustproof material, and shall be placed alternately along the top and side of
the track at 1'-0" centers.
The gate frame is to be supported from the track by two self aligning 4-
wheel, sealed lubricant, ball-bearing truck assemblies. The bottom of the
support post shall be equipped with two pairs of rubber guide wheels.
Diagonal "X" bracing of 1/8" minimum diameter stainless steel aircraft
cable shall be installed to brace the gate panels. On gates wider than 22'
single opening, a ground roller shall be installed to support the rear of the
gate in the open position.
C.
Fabric: The fabric shall be aluminized steel chain link secured with
aluminum tension bars, J-bolts, and tie wires.
D.
Gates: The gates shall be single or dual leaves to achieve the opening width
and cantilever as shown on the plan drawings.
E.
Posts: The support posts shall be 4" O.D. galvanized steel with concrete
footings as shown on the plan drawings.
F.
Installation: The gate shall be completed by installation of an approved
filler as specified. The gate and installation shall conform to ASTM-1l84
standards for aluminum cantilever slide gates, Type II, Class 2. The
Contractor shall provide a gate designed to work with the hydraulic gate
operators (if stipulated to work with gate operators) as specified in Item F-
163.
F-162-5
Addendum No.2
G. Warranty: The Contractor shall provide a 5-year limited warranty on all
gate components, guaranteeing the gate against failure.
2.04
COA TING
A. Fence fabric, posts and exposed surfaces of all other fencing components:
zinc coated unless otherwise noted. '
B. Zinc coating: hot-dip method after fabrication and weaving. The weight of
zinc coating when measured in accordance with referenced ASTM standards
shall not be less than:
1. Fabric - 2.0 oz. per sq. ft. of surface area in accordance with ASTM
A392.
2. Miscellaneous steel and iron fittings and hardware - 1.2 oz. per sq. ft.
in accordance with ASTM F 626.
3. Tension wire - 2.0 oz. per sq. ft. in accordance with ASTM A 824.
4.
5. Tie wires - 2.0 oz. per sq. ft. in accordance with ASTM F 626.
C. Aluminum coating: As specified in ASTM A 817.
205
GATE OPERATORS FOR SWING GATES
A. General: New swing gate operators shall contain a hydraulic cylinder in a
steel post assembly to cause the post and gate panel to rotate from zero to 90
degrees. The post assembly should be fully enclosed and weather-proof
The operator should be of appropriate speed for the weight of the chain-link
gate it will control. The operator should be capable of reversing the gate in
either direction upon sensing an obstruction. The gate operator should be
capable of driving the gate regardless of snow, ice, or moisture. All
components shall be of standard industrial design, readily available and in
general use in the industry.
B. Electrical: The minimum standard for all electrical components shall be
industrial grade. All cabling from power source to controller shall be
underground and installed in 2" Schedule 40 PVC conduit.
C. Controls: The controls shall contain at a minimum the following built-in
F-162-6
Addendum No.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
I
I
I
I
I
I
I
I
I
I
I
I
I
2.06
2.07
208
features: timer to close the gate, power surge / lightning strike protection,
inherent entrapment sensor, LDC for reporting of features, and port for
connection to a laptop. The new gate control must be compatible with the
existing gate's access control system.
GA TE OPERA TORS FOR CANTU ,EVER ST ,IDE GATES
A. General: New sliding gate operators shall be a hydraulic drive slide type
designed for continuous operation and capable of actuating cantilever
construction, chain link gates. The gate operator shall travel at a speed of 2
feet per second minimum. All components shall be of standard industrial
design, readily available and in general use in the industry. The gate
operator shall be capable of driving the gate regardless of snow, ice or
moisture on the drive rail and shall have built-in manual release which
disengages the drive wheels to allow manual sliding of the gate panel in case
of power of mechanical failure.
B. Electrical: Contractor shall verify available voltage at installation location
prior to ordering operator. All cabling from power source to controller shall
be underground and installed in 2" Schedule 40 PVC conduit.
C. Control Circuitry: Controls shall consist of relays or microprocessor based
Programmable Logic Controller (PLC) with battery back-up. An internal
timer shall limit run time of the unit to 90 seconds maximum in anyone
direction and if desired, delay reversal of gate by 1.5 seconds (typical) when
signaled by an open button or safety device to protect operator life. The gate
operator shall have full systems capabilities so additional control systems
can easily be added in the field.
A standard open, close, stop push-button shall be included for manual
override and servicing.
CONCRETE
Concrete for all fence posts and mow strip / intrusion barriers shall meet the
requirements of item P-61O.
'1II.....;~iZ~
CONSTRl JCTTON METHODS FOR GATE OPERA TORS
F-162-7
Addendum No.2
Gate operators and pads for mounting shall be installed in accordance with
manufacturer's recommendations. Concrete pads for mounting of the equipment
shall have a minimum thickness of six (6") inches.
209"
WARRANTY OF GATE OPERATORS
All material and workmanship shall be guaranteed for a period of five (5) years after
initial installation.
210
ACCESS CONTROL SYSTEM
For all existing gates with access control systems shown on the plans to be replaced
with new gates, the Contractor shall carefully discoIll1ect the existing access control
system from the gate, protect it until reinstallation, and reCOIll1ect the existing access
control system on the new gate. No separate payment shall be made for this work.
All work associated with discoIll1ecting, protecting, and reinstalling the access
control systems shall be considered incidental to each gate receiving an existing
access control system.
PART 3
301
EXECUTION
INSTALLATION
A. S a~e()sts at 10' -0" o.c., maximum riit~Ptj~~::btfi~riWi~wridiJ~t~dcbfi~tti~
!';WJ:Mli:..~, uniformly between comers and ends. Line post holes shall be
not less than 9" in diameter by 3'-3" deep; other post holes, 1'-0" in
diameter by 3'-6" deep. Set posts plumb and true in concrete foundations.
Crown post's concrete surface to shed water. Posts shall not be driven into
the ground.
B. . Embed a minimum length of 3.0 feet of the post in concrete. The concrete
shall be thoroughly compacted around the posts by tamping or vibrating.
No materials shall be installed on the posts, nor shall the posts be disturbed
in any manner within 7 days after the individual post concrete footing is
completed.
Should rock be encountered at a depth less than the plaIll1ed footing depth, a
hole 2 inches larger than the greatest dimension of the posts shall be drilled
to a depth of 18 inches. After the posts are set, the remainder of the drilled
hole shall be filled with a high strength non-shrink grout. Any remaining
space above the rock shall be filled with concrete in the manner described
above.
In lieu of drilling, the rock may be excavated to the required footing depth.
No extra compensation shall be made for rock drilling, rock excavation or
high strength non-shrink grout.
F-162-8
Addendum No.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
I
I
I
I
I
I
I
I
I
I
I
I
I
C. Brace end, comer and pull posts with horizontal, intermediate brace and
truss braces. Maximum distance between braced posts: 500 ft.
D. mrua;~
D. Install fabric on exterior of closed space. Stretch fabric taut generally
following the contour of the ground"allowing no less than 1" nor more than
2" clearance at grade. Fasten to lineposts and ~idsiijij::::~~ vvith ties' all
other areas with stretcher bars. Tie fabric to post at l' -0" o.c.; !'@hsiijaIw:f";;
at 2' ~O"o.c. Fabric shall not bypass end, gate, comer or pull posts. Join
fabric lengths by weaving a single strand into ends of roll to form a
continuous length.
E. Protect prefinished surfaces from damage until Date of Substantial
Completion. Replace components damaged during installation.
F. Install gates complete with specified hardware at locations indicated. Adjust
and lubricate hardware.
G. Where soil is required to be placed to maintain the maximum specified
height between the ground surface and the bottom of the fence fabric, the
Contractor shall compact the soil (fill material) to 85 percent of the
maximum dry density in accordance with ASTM D 698 (Standard Proctor).
302
ELECTRICAL GROUNDS
Electrical grounds shall be constructed where a power line passes over or under the
fence and at maximum 500-foot intervals along the fence and attached to each gate
leaf and each gate post (i.e. each post on both sides of the gate). The ground shall
be installed directly below the point of crossing. The ground shall be accomplished
with a copperclad rod 8 feet long and a minimum of 5/8 inch in diameter driven
vertically until the top is 6 inches below the ground surface. A No.6 solid copper
conductor shall be clamped to the rod and to the fence in such a manner that each
element of the fence is grounded. Installation of ground rods shall not constitute a
pay item and shall be considered incidental to fence construction.
303
MOW STRIP / INTRUSION BARRIER
A. For new and existing fencing indicated to receive the concrete mow strip /
intrusion barner, the Contractor shall clear and grub (if necessary), remove
and dispose all concrete debris, pipes, tires, metal debris, rubble, timbers,
etc., and grade the area to receive the concrete mow strip / intrusion barrier.
When the concrete mow strip / intrusion barrier is to be constructed adjacent
to the existing fence line, the Contractor shall be careful to protect the
existing fence. In the event that the existing fence is damaged beyond its
useful function due to activities surrounding construction of the concrete
F-162-9
Addendum No.2
304
PART 4
401
402
mow strip / intrusion barrier, it shall be the Contractor's responsibility to
replace or fix that which was damaged.
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
I
I
,I
I
I
B. All grading required to construct the concrete mow strip / intrusion barrier
shall be performed according to Item P-152.
C. Placement of stainless steel eyebolts shall be in accordance with the details .
in the drawings. Installation of eyebolts shall occur prior to concrete setting.
WILDLIFE DITCH TREATMENT
In areas indicated to receive wildlife ditch treatment, the Contractor shall install the
new ditch treatment as indicated in the drawings. Any debris encountered that may
affect the installation shall be removed and properly disposed of.
MEASUREMENT AND PAYMENT
BASIS OF MEASl JREMENT
A. New chain-link fence will be measured for payment by the linear foot.
Measurement will be along the top of the fence from center to center of end
posts and shall include grassing and mulching of disturbed areas.
B. New 6-strand barbed wire will be measured for payment by the linear foot.
Measur.en.?:eIltvyill ~e al()nHthetg HClfthe feIlce from center to center of end
posts.fta~sti~Uifitltide;new;'ii)t~ftsion;~rrii~.
C. New concrete mow strip / intrusion barrier for either new or existing chain
link fence will be measured for payment by the linear foot and shall include
any and all earthwork required for its installation.
D. Payment for dual-leaf manual and electric swing gates, single-leaf manual
and electric swing gates, and pedestrian gates will be made at the contract
unit price for each gate.
E. Payment for single-leaf cantilever slide gate will be made at the contract unit
price for each gate and shall include gate operators and controllers, and all
necessary safety requirements to comply with Underwriters Laboratory
safety standard UL 325. All electrical connections required for these items
shall be considered incidental to the unit price bid for each gate.
F. Wildlife ditch treatment will be measured for payment on a lump sum basis
and shall include that ditch treatment required from center to center of end
posts, as shown in the drawings.
BASIS OF P A YMRNT
F-162-1O
Adderidum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
A. Payment for chain-link fence will be made at the contract unit price per
linear foot.
B. Payment for six-strand barbed wire will be made at the contract unit price
per linear foot.
C. Payment for concrete mow strip I intrusion barrier' will be made at the
contract unit price per linear foot.
D.
E. Payment for wildlife ditch treatment shall be made at the contract unit price
per lump sum.
The price shall be full compensation for furnishing all materials, and for all
preparation, erection, and installation of these materials, and for all labor,
equipment, tools, and incidentals necessary to complete the item.
Payment will be made under:
~t~I1iFs;1:62i...... .............:.:.7t(fuhiift.]Afi'k!fReri~~AA.p~tEihM.H;!fJfuj
Item F-162il
Item F-162~
Item F-162[i/
Item F -162!El
Item F~ 162~
Item F-162~
Item F-162&
Item F-16~
Mow Strip I Intmsion Barrier' A' for New Fence
-- per Linear Foot
Mow Strip I Intmsion Barrier 'B' for Existing Fence
-- per Linear Foot
24' Dual Leaf Manual Swing Gate -- per Each
20' Dual Leaf Manual Swing Gate -- per Each
16' Dual Leaf Manual SwingGate -- per Each
14' Dual Leaf Manual Swing Gate -- per Each
12' Single Leaf Manual Swing Gate -- per Each
4' Pedestrian Gate -- per Each
F-162-11
Addendum No.2
Item F -1621 24' Dual Leaf Electric Swing Gate -- per Each
Item F-1621 20' Dual Leaf Electric Swing Gate -- per Each
Item F-1621Ml 12' Single Leaf Electric Swing Gate -- per Each
Item F -:l62fj] 24' Single Leaf Cant~levered Slide Gate -- per Each
Item F-1621il Six-Strand Barbed Wire -per Linear Foot.
Item F -162~ Wildlife Ditch Treatment -- per Lump Sum
MATERIAL REQUIREMENTS
ASTM A 121 Zinc-Coated (Galvanized) Steel Barbed Wire
ASTM A 123 Zinc (Hot Galvanized) Coatings on Products Fabricated from
Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and
Strip
ASTM A 153 Zinc Coating (Hot-Dip) on Iron and Steel Hardware
ASTM A 392 Zinc-Coated Steel Chain-Link Fence Fabric
ASTM A 491 Aluminum-Coated Steel Chain-Link Fence Fabric
ASTM A 585 Aluminum-Coated Steel Barbed Wire
ASTM A 817 Specification for Metallic-Coated Steel Wire for Chain Link
Fence Fabric
ASTM A 824 Specification for Metallic-Coated Steel Marcelled Tension
Wire for Use With Chain Link Fence
ASTM F 626 Specification for Fence Fittings
ASTM F 669 Specification for Strength Requirements of Metal Posts and
Rails for Industrial Chain Link Fence
ASTM F 900 Specification for Industrial and Commercial Swing Gates
ASTM F 1083 Pipe, Steel, Hot-Dipped Zinc-coated (galvanized) Welded,
for Fence Structures
F-162-12
Addendum No.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
I
I
I
I
I
I
I
I
I
I
I
I
I
Fed. Spec.
RR-F-19113
Fed. Spec.
RR-F-19114
Fencing, Wire and Post, Metal
(Chain-Link Fence Posts, Top Rails and Braces)
Fencing, Wire and Post, Metal
(Chain-Link Fence Accessories)
-END OF ITEM F-162
F-162-13
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I)
II)
SUMMARY TO MINUTES
OF
PRE-BID CONFERENCE
PERIMETER FENCING IMPROVEMENTS PROJECT
at the
AUGUST A REGIONAL AIRPORT
AUGUST A, GEORGIA
3:00 P.M.
February 17, 2004
INTRODUCTION
Mrs. Phyllis Mills with the Augusta-Richmond County Purchasing Department introduced
herself and welcomed the attendees to the Mandatory pre-bid conference for Bid Item #04-
054, Perimeter Fencing Improvements Project for the Augusta Regional Airport. Mrs. Mills
introduced the Engineer on this project, Mr. Andy Busbee with The LP A Group, Inc. then
turned the meeting over to Mr. Busbee. Mr. Busbee informed the attendees that an
attendance list was being circulated around the room and reminded everyone to sign it so that
we would have record of their attendance, and it would be taken to the site for initials for the
Mandatory Site Visit. Minutes to the conference would be prepared and sent to each
company attending. Mr. Busbee then asked that questions be held to the end of the
presentation and discussed the following items in regards to the referenced project. .
SCOPE OF THE PROJECT
The Work may be generally described as follows:
Removal and reinstallation of approximately 18,000 linear feet of existing six -strand barbed
wire, removal of approximately 18,000 linear feet of existing 6' -high chain link fence and
gates, installation of approximately 33,700 linear feet of new 7' -high chain link fence, six-
strand barbed wire, various sized gates, construction of a concrete mow strip and intrusion
barrier for new and existing fencing, and installation of various types of perimeter signage.
III)
INSTRUCTION TO BIDDERS
Section 5.1 All questions about the meaning or intent ofthe Contract Documents shall be
submitted to the AUGUSTA-RICHMOND COUNTY PURCHASING DEPARTMENT in
writing.
ALL QUESTIONS OR CLARIFICATIONS SHALL BE DIRECTED TO THE
PURCHASING DEPARTMENT. DIRECT CONTACT BY ANY POTENTIAL
BIDDER TO THE ENGINEER OR AIRPORT OTHER THAN A VIEW PLANS MAY
BE CAUSE FOR BID DISQUALIFICATIONS.
Questions received later than 11 :OOa.m. the day after the mandatorv pre-bid conference will
not be answered. Only questions answered by formal written Addenda will be binding. Oral
and other interpretations or clarifications will be without legal effect.
Section 6.1 Each BID must be accompanied by Bid Security made payable to OWNER, in
an amount often (10) percent ofthe BIDDER's maximum BID PRICE (including all additive
alternatives) iri the form of a Bid Bond prepared on the Form of Bid Bond included in the
BID, duly executed by the BIDDER as principal and issued by a surety meeting the
requirements of the General Provisions and Supplementary Conditions thereto.
Section 7.2 In tbe event tbat tbe construction contract time period occurs between
the dates Aprill, 2004 through April 14, 2004 inclusive, all construction activities shall
be stopped. No contract time will apply against the contract during this time period.
The Contractor will be required to de-mobilize and re-mobilize at no additional
expense to the Owner
Section 11.1 DO NOT USE THE BID FORM BOUND IN THE PROJECT MANUAL
FOR SUBMISSION OF BIDS.
Bid Documentation: The following documents are attached to and made a part ofthis BID:
(a) Required Bid Security in the form of a Bid Bond or certified check payable to the
order of the Augusta Aviation Commission.
(b) Non-collusion Affidavit
(c) EEO Report Statement
(d) Bidder's Affidavit
(e) DBE Statement
(f) Buy American Certificate
(g) Certification of Non-Segregated Facilities
(h) Subcontractor List
(i) Bidder's Questionnaire Regarding Subcontractors.
(j) Bidder's Qualification Questionnaire
Addendum No.2 will add Debarment Certification to Bid Form.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 11.11 The only markings by the BIDDER which will be considered by the OWNER
in evaluating the BID are those made on the bid form itself. No markings on the exterior of
the envelope or other extraneous marks will be considered as part ofthe BID.
Section 12.1 BIDS shall be submitted at the time and place indicated in the Advertisement.
Each BID shall be marked and addressed as required in the Advertisement and shall be
accompanied by the Bid Security and other required documents. Ifthe BID is sent through
the mail or other delivery system, the sealed envelope shall be enclosed in a separate
envelope with the notation "BID ENCLOSED, PERIMETER FENCING
IMPROVEMENTS PROJECT, AUGUSTA REGIONAL AIRPORT, BID ITEM # 04-
054" on the face thereof. DO NOT SUBMIT THE PROJECT MANUAL OR DRAWINGS
WITH BID.
Section 12.1.1
Mailing address:
Geri A. Sams, Purchasing Director
Augusta-Richmond County Purchasing Department
Municipal Building, Room 605
530 Greene Street
Augusta, Georgia 30911
Section 15.1 All BIDS shall remain open for ninety (90) days after the day of the opening,
but OWNER may, in his sole discretion, release any BID and return the Bid Security prior to
that Date.
Section 16.6 If a contract is to be awarded, it will be awarded pursuant to the OWNER's
procurement policy and to the lowest BIDDER whose evaluation by OWNER indicates to
OWNER that the award will be in the best interests of the Project. It is the OWNER'S
intention to award the project depending upon the availability of funds and the BIDDER
being responsible and submitting a responsive BID for the Project.
Section 16.7 If a contract is to be awarded, OWNER will give the Successful BIDDER a
NOTICE OF AWARD within ninety (90) days after the day of Bid Opening.
Section 19.2 Estimated Quantities: Where quantities of work are given in the BID these
are approximate and are assumed solely for comparison of the BIDS. They are not
guaranteed to be accurate statements or estimates of quantities of work that are to be
performed under the Contract, it being presumed that the BIDDER has verified the quantities
necessary to complete the Work of the Contract as intended, and any departure there from
will not be accepted as valid grounds for any claim for damages, for extension of time or for
loss of profits; nor will any additional payment, be made regardless of the actual quantities
required or ordered to complete the Work.
Section 20.1 A MANDATORY Pre-Bid conference will be conducted on February 17,
2004 at 3:00 P.M. at the Augusta-Richmond County Purchasing Department, Municipal
III)
IV)
Building, Room 605, 530 Greene Street, Augusta, Georgia 30911. A MANDATORY Site
Visit will be held after the Pre-Bid Conference .at the Augusta Regional Airport, 1501
Aviation Way, Augusta, Georgia 30906.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DISADVANTAGED BUSINESS ENTERPRISE PROGRAM
28.50% of the Contract to be performed by DBE ,firms (based on historical availability of
references and the Engineer's determination that the above prescribed percentages ofthe total
project work is available to be performed by disadvantaged business enterprise (DBE) firms
within the project area).
SUPPLEMENTARY CONDITIONS
Bidders were urged to examine the insurance requirements contained in the supplementary
conditions to ensure compliance. The yellow pages amend the pink pages. When you are
preparing your bid please pay close attention to forms that need to be sent to your insurance
company. Purchase a separate policy that protects just the OWNER and is in the OWNER's
name. Pay item is available for this.
SECTION 01010
Section 1.05
A. Construction Time: The work as described by the contract specifications and as
shown on the plans shall be ready for use by the Owner within 120 consecutive calendar days
after the Notice-to-Proceed date. In order to minimize the impact to airport passengers,
airport tenants and the employees, completion of the project is critical and liquidated
damages for not completing the project within the stipulated contract time as stipulated in
this section and as set forth in Section 00800 Supplementary Conditions will be enforced.
B. Construction Phasing: No set phasing has been established for this project.
The Contractor shall also comply with the following stipulations in order to minimize
the impact to the aircraft operations and the airfield tenants.
1. In the event that the construction contract time period occurs between the dates
Aprill, 2004 through Aprill4, 2004 inclusive, all construction activities shall be
stopped. No contract time will apply against the contract during this time
period. All equipment shall be stored in the designated staging area. There
shall be no measurement or payment associated with additional costs for this
shutdown period. Any extra costs due to this shutdown shall be considered
incidental to Item 01000 Mobilization.
2. The contractor shall coordinate construction with the Engineer, Owner, FAA, and the
A TCT on a daily basis.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
3. During the life of the Contract, the Contractor shall designate an authorized
individual to be on 24-hour call equipped with beeper and cellular phone to respond
to any situation arising out of his performance of work on this project, and shall
respond and be at the project within one hour after the phone call.
5. The Contractor will not be permitted to stockpile material within the runway and
taxiway safety zones, or any other location hazardous to the aircraft operation.
,
6. No overnight stockpiling of material will be allowed in the active Airport Operation
Area (AOA) outside the designated staging area.
7. The Contractor shall employ a skilled person for locating existing airfield wiring.
Before beginning any excavation the Contractor shall locate and mark all utilities
affected by his operations. The Contractor shall maintain an ample supply of parts to
repair damaged wire.
Section 1.06
A. Use .of the Site: Confine operations at the site to the areas permitted under the
Contract. Portions ofthe site beyond areas on which work is indicated are not to be
disturbed. Conform to site rules and regulations affecting the work while engaged in
project construction.
B. Open Passage: Keep existing drives, entrances, and air operations areas designated to
remain open, clear and available to the Owner, his employees and the public at all
times. Do not use these areas for parking or storage of materials.
C. Storage: Do not lU1Teasonably encumber the site with materials or equipment.
Confine stockpiling of materials and location of storage sheds to the areas indicated.
If additional storage is necessary, obtain Engineer's approval.
D. Vehicle/Equipment Security: Lock automotive type vehicles, such as passenger cars
and trucks, and other mechanized or motorized construction equipment, when parked
and unattended, so as to prevent unauthorized use. Do not leave such vehicles or
equipment unattended with the motor running or the ignition key in place. Personal
owned vehicles (POVs) will not be permitted inside tbe secure area. POVs may
be stored on the exterior of the fence.
Section 1.07
A. NA V AID Areas: During the time of construction, the Contractor may be restricted
from working in or around certain essential electronic navigational aids necessary to
the safe operation of the airport. The Contractor is hereby notified that the Engineer
may restrict construction operations in those areas closest to the active runway and
taxiways.
B.
Radio Communication: Contractor shall maintain two-way radio communication
with the Airport air operations personnel, on their frequency (121.9 MHZ Ground
Control), at all times during construction. Contractor shall have a working radio on
site at all times during construction and shall assign responsible personnel, including
flagmen, to continuously monitor the radio. All radios shall be as specified in
Section 01510.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
c.
Turf Restoration: All non-paved areas that are disturbed by the Contractor's work,
staging area, haul roads, etc. shall be reseeded and restored to original condition by
the Contractor. Except where otherwise specified, there will be no separate pay item
for this work; it will be considered incidental to and included in the price bid for
Section 01000, Mobilization.
D.
Security: Contractor shall provide security within his construction area and shall
keep all unauthorized personnel out.
E.
Haul Route on Airfield Pavement: Contractor will not be allowed to use any of the
existing runways, taxiways, or aprons as part of the haul road unless authorized in
writing by the Engineer.
F.
Access Points: All construction traffic shall enter and exit the project area only
through the project access point(s) shown on the plans or approved by the Engineer.
Contractor will be responsible for security of entrance gates under use by him/her.
G.
Construction Stake-Out: The Contractor shall perform construction stake-out in
accordance with Article 50-06 of the General Provisions. It will be the
Contractor's responsibility to have the airport property line surveyed by a
Registered Land Surveyor registered in the state of Georgia prior to the
stakeout of the proposed fence. The Engineer and Owner must approve the
fence layout prior to installation.
H.
Haul Route: The Contractor shall be responsible for establishing haul routes suitable
for supporting all necessary transportation and construction equipment for the
duration of the project. Any existing roads or other areas that are used as part ofthe
haul route shall be restored to their original condition after completion of the project.
The Contractor will be responsible for all clean up operations of debris that may be
on the haul route and for watering and/or other dust preventive measures to preclude
fugitive dust from affecting buildings, occupants, or airfield operations. No separate
payment will be made for seeding or mulching, or pavement restoration; such costs
will be incidental to and included in the price bid for Section 01000, Mobilization.
J.
Vehicular Markings and Lighting: All vehicles and equipment used on the airfield
shall meet airport requirements for marking and lighting.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
VI)
VII)
IX)
K. Contacts During Non-Working Hours: For the duration of the project, the Contractor
shall designate a list of authorized individuals in a prioritized order, to be on 24 hour
call, and these individuals shall be equipped with a beeper and cellular phone. These
individuals shall be able to respond to any situation arising out ofthe performance of
the work on this project, particularly during nighttime hours, and shall respond and
be on the project site within one hour after the phone call or beep.
AIRPORT PROJECT PROCEDURES
SECTION 01030
Section 1.04H SECURITY: During the removal of existing fence and
replacement with new fence no degradation of security will be permitted. The
Contractor shall schedule these activities such that all openings in the fence are secured
at the end of each days work or when workers are not present. Temporary fencing or
employment of a gate guard may be used to aid in maintaining airfield security.
WEATHER DELAYS
This project with is a calendar day project and you should anticipate some normal weather
delays. Section 1035 of the project specifications deals with time extension for adverse
weather conditions.
SELECTIVE SITE DEMOLITION S-140
Section 1.01D At all times during construction the Airport perimeter must be
secure. The Contractor shall remove only that existing fence that can be replaced by the end
of each working day.
Section 1.02B
Types of demolition work include but are not limited to:
Removal of existing chain link fence, barbed wire, gates, wooden fence, concertina wire, and
appurtenances.
Section 3.02.3 Fence removal and salvaging shall be accomplished with as minimal
damage as possible to fabric as well as posts. Fabric shall be removed from posts and neatly
rolled. Posts shall be carefully pulled from the ground. Existing posts set in concrete shall
be disposed of offsite. Posts that are driven into the ground (if any) shall be retained by the
Owner. Holes remaining from posts removed from existing asphalt pavement shall be filled
in accordance with P-152 and have cold-tar asphalt compacted to a depth matching that of
the existing pavement (considered incidental to the demolition item). All fence fabric and
posts not disposed of shall remain the property ofthe Owner and shall be removed, protected
and delivered to a storage site on Airport property as designated by the Owner. Barbed wire
shall be carefully removed, neatly rolled and stored, and protected until re-installed on new
fence. Existing barbed wire extension arm shall be carefully removed, stored, and protected
X)
XI)
until re-installed on new fence. All other materials shall be removed from the Owner's
property.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Section 3.02.4 Existing gates and electric controllers indicated to be demolished shall
be carefully removed in a systematic manner to prevent damage and delivered to an Owner-
designated storage location onsite. Existing electric gates shall have power disconnected
prior to removal. Demolition of electric gates shall include removal ofthe gate, gateposts,
controller, and all appurtenances. The existing ac~ess control system (if so equipped) shall
be disconnected from the controller prior to any demolition work. The Contractor shall
protect the access control system and re-connect ~o new gate controller.
CLEARING & GRUBBING P-151
Section 151-2.2 CLEARING AND GRUBBING. All trees, stumps, roots, brush,
rubbish, railroad ties, buried logs, landscape timbers, and other unsatisfactory materials shall
be removed. Taproots and other projections over 1-1/2 inches in diameter shall be grubbed
out to a depth of at least 18 inches below the existing and finished grades.
All holes remaining after the grubbing operation in areas not to be excavated shall have the
sides broken down to flatten out the slopes, and shall be filled with acceptable material,
moistened and properly compacted in layers to the density required in Item P-152.
Section 151-3.1 No measurement will be made for clearing and grubbing those areas
designated on the plans. Clearing and grubbing shall be considered incidental to and
included in the per linear foot unit price for Item F-162A and/or Item F-162B.
CHAIN-LINK FENCE & GATES F-162
Section 1.01B Work includes: New perimeter fencing, 6-strand barbed wire (new or
re-installed), gates, mow strip / intrusion barrier, and special ditch treatments as shown on the
plans. All material shall be furnished new for Item F-162 Chain-Link Fences and Gates, except
for the existing barbed wire shown on the plans to be reinstalled. Final payment of quantities
will be based upon receipt of As-Built survey in Georgia state plane coordinate system
performed by a Registered Land Surveyor registered in the State of Georgia.
SECTION 2.01
A. Fencing: Zinc coated or aluminum coated steel chain link fence complete with
braces, supports, and other accessories to complete the work as indicated on the
drawings.
B. Fabric: 2 inch mesh, formed from 9 gauge commercial quality zinc coated steel
wire conforming to ASTM A 392 (zinc coated) and ASTM A 817 Class 2; or
aluminum-coated steel (high tensile steel core wire with 90,000 psi tensile
strength) fabric with a 0.135 inch (+0.005 inch) outside diameter and a 0.4
oz./ft2 aluminum coating conforming to requirements of ASTM A 491 and
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ASTM A 817; or 9 gauge commercial quality aluminum coated steel wire
conforming to ASTM A 491 and ASTM A 817; bottom-knuckled where fabrics
join; twisted and barbed all other salvages.
C. Barbed Wire: Barbed wire shall be 2-strand 12-1/2 gauge zinc-coated wire
. with 4-point barbs and shall conform to the requirements of ASTM A 121,
, Class 3; or 2-strand 12~ 1/2 gauge aluminum coated wire with 4-point barbs and
shall conform to the requirements of ASTM A 585, Class ll.
An Addendum will be issued to adjust the measurement for Item F -162Q to include' Y' arms.
Section 2.10 ACCESS CONTROL SYSTEM
For all existing gates with access control systems shown on the plans to be replaced with new
gates, the Contractor shall carefully disconnect the existing access control system from the gate,
protect it until reinstallation, and reconnect the existing access control system on the new gate.
No separate payment shall be made for this work. All work associated with disconnecting,
protecting, and reinstalling the access control systems shall be considered incidental to each
gate receiving an existing access control system.
Section 3.01A
Posts shall not be driven into the ground.
Section 3.01H Where soil is required to be placed to maintain the maximum specified
height between the ground surface and the bottom of the fence fabric, the Contractor shall
compact the soil (fill material) to 85 percent of the maximum dry density in accordance with
ASTM D 698 (Standard Proctor). Any required grading work shall be considered
incidental to the fence.
Perimeter signage for various types of gates were discussed. Bid price should include
manufacture and installation.
Section 3.03 ALL
MOW STRIP I INTRUSION BARRIER
A. For new and existing fencing indicated to receive the concrete mow strip / intrusion
barrier, the Contractor shall clear and grub (if necessary), remove and dispose all
concrete debris, pipes, tires, metal debris, rubble, timbers, etc., and grade the area to
receive the concrete mow strip / intrusion barrier. When the concrete mow strip I
intrusion barrier is to be constructed adjacent to the existing fence line, the Contractor
shall be careful to protect the existing fence. In the event that the existing fence is
damaged beyond its useful function due to activities surrounding construction of the
concrete mow strip / intrusion barrier, it shall be the Contractor's responsibility to
replace or fix that which was damaged.
B. All grading required to construct the concrete mow strip / intrusion barrier shall be
performed according to Item P-152.
C. Placement of stainless steel eyebolts shall be in accordance with the details in the
drawings. Installation of eyebolts shall occur prior to concrete setting.
Section 3.04 WILDLIFE DITCH TREATMENT
In areas indicated to receive wildlife ditch treatment, the Contractor shall install the new ditch
treatment as indicated in the drawings. Any debris encountered that may affect the installation
shall be removed and properly disposed of.
XI) CONCLUSION AND SITE PRESENTATION
1Jtrrr;;arev by:
~ Montgomery, . tion
Should you have any changes or additions to these minutes, please contact THE LP A GROUP
INCORPORATED at (803) 254-2211.
Distribution: All Attendees and Planholders
Attachments: List of Attendees
File: CA209026.1 a
QUESTION & ANSWERS
Pre-Bid Questions
Ql. On gates with access control system, should bidders include required controls to bring gates
up to UL 325 standard?
AI. Yes.
Q2. Will gate operator equipment be replaced?
A2. Gate operators will be replaced in accordance with Specifications in Item F-162.
Q3. What will be required of the Contractor for concrete testing?
A3. It shall be the Contractor's responsibility to have concrete cylinders made in accordance
with ASTM C 31 and tested in accordance with ASTM C 39 and ASTM C 1077. One set
of the cylinders will be required for every 4,000 linear feet. The testing lab shall be
approved by the Engineer.
Q4. Is there any way to reduce the bid holding time from 90 days?
A4. Addendum No.2 will revise this requirement. No provisions will be made for material cost
Increases.
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Q5. Can the contract time be adjusted to allow for more time?
A5. The contract time will be revised via Addendum No.2.
Q6. Will the contractor be limited to the number of crews by the number of escorts the airport
will or can provide? .
A6. No: The Contr~ctor will be responsible for going through required training and 5 year FBI
background checks to get crew foremen and supervisors badged. Badged personnel must
have responsible control of escorted people.
Q7. Will each crew be required to moriitor the ground control frequency?
A7. No, only the Superintendent for the project will be required to monitor the ground control
frequency.
Q8. Who is responsible for costs of security training and background checks?
A8. The airport does not charge for this service. However, it is the Contractor's responsibility for
any charges incurred associated with the badging procedure.
Q9. What will be the Contractor's survey responsibilities?
A9. - The Contractor will be required to employ a Register Land Surveyor registered in the State of
Georgia to perform a property boundary survey to locate the existing property line. An As-
Built survey of the installed fence will also be required. All survey shall be performed in
Georgia state plane coordinate system.
QlO. When are eyebolts to be installed in the mow strip?
AIO. The eyebolts should be installed into the mow strip while the concrete is still wet, but firm
enough to hold the eyebolt in place.
QII. Richmond County, Georgia publishes a DBE Directory. Do DBE's on this list count toward
meeting the goal?
All. No. The only list of acceptable DBE's is produced by the Georgia Department of
Transportation. If it can be documented that other state DOTs are the unified certification
agency in accordance with 49 CFR 26 for that state, then documentation stating such must be
submitted with the bid along with the DBE's certification.
Q12. Do bidders need to meet the 28.5% DBE goal in the bid form?
A12. It is very important to the Augusta Aviation Commission as well as the Augusta-Richmond
County Commission that DBE's participate in this project. As such, the DBE documentation
provided in the bid form (or lack thereof) will be evaluated closely. Should the DBE goal not
be met by the bidder, good faith efforts should be documented and submitted within 48 hours
the bid opening. These good faith efforts will be reviewed by the Owner and a determination
will be made if in fact good faith efforts were put forth.
Q13. Will the Contractor be required to have a general Contractor's License?
A13. No, however, the Contractor will be required to be bonded and insurable as stated in the
Project Manual.
Q14. Will Davis-Bacon wage requirements be a part ofthis project?
A14. Yes. The Davis-Bacon wage and labor requirements are presented in GP-120.
Q15., Will there be an allowance to cover costs of obtaining permits?
A15. No. Any costs associated with obtaining any required permits shall be considered incidental
to mobilization.
Q16. Do all materials need to be domestic?
A16. This project is a federally - aided contract and must be supplied with domestic products in
accordance with 48CFR52, which discusses the Buy American Act. We have included in the
Project Manual a list of supplies/materials that the U.S. government has determined are not
produced in the U.S. in sufficient quantity and quality. Additionally, bidders need to execute
the Buy American Certification in the Bid Form.
I
I
I
1
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I~
I
~ 8
I ~ ~ t
~ 0
;:::: .5 1: ..
't:2>Q~
I ~ e eo@) ~
a a~ ~ ~
C+O<~_o
bJ)bJ)~M
I .5 .5 g t-=' ~
- ~ .... .... ~
~ ~ ~crn
~~~~<
I~'"'~=~
.... ~ t; .E ~
~ ~ = ~ 1'1,
b E3 bJ)~ -
'"' ._ ::l
;:.. ~ < >;
I ?--> ~ .g
o ~
- ::l
~ ~
I~
I
I
I
I
I
I
I
~;
~: \"
~.' \ \.j)
,~, ' ,,-- ('~
,~, 'VQ \ 0-
~ "S
'l:i:i> ..:r " ,
f'C)
o
I;J-
\
c--
00("
\"'0
3
, '.~
,,~
'l'4
.'.~ ~
--
~ \ '"
&'\ ~
~ =. <::t::
~; ~ \.S
~-
.~. ~
,I e. -=0
'8.3
~ r3
:~
~
e
~
~
~
'0
u
~
~
<
z
.~
Q
l~
f",.'1l
~\'I)
~
J
~
"-
~
):
.\1
o
~~
~~
r-
'^
'l"
"-
,
~
~
~
t
~
l,.
~
t'-
~~J
~
~
~
M
1-
I
~
~
~
~
'"
Q.,
,
M
t>..
~~ ~ ~
.li~;~\J\ \
'-':'N.<:l lI'
:-- ~ ~ ......
if') \ ~
~ ~ \l
~ ~ 'I{
o r~ \)
I()
-<( ~
\) ~
.'\i t
~ -~
''\ \\.J..
~'J 't <r-
~ ~ ~ ~
.'. ~ \",
:\
l'
\
~
4
~
I""
~
\-U
..... ~
~ 00
\li. \u-i;
l4- (J ~
L,., ~.!
~ ~,~
r'l70
~~~
~ 12
~
o
~
I-t
\t)
---.)
4J
l~
~
<::t:
Q
~
~
)
-
"':)
~
'-,
\. ("-..
^" """
~ ~
~ 0--\.
!') ~
,
~ ~
,}
~
'J
~
o
I~
If'
'7
G
l:::
~
~
'J ~
, :..)
" ~
"
t<:)
-
....,
"
~
~
4
Ci tf)
Lt '^
-.) ~
\. " "
\ \
~
r-(\
'<l
.
~
N'\
~
'...,9
~~ ~
~~ ~
~
~-
~
~
~
\(\
~
S
~
\f\
~
\l
~
~
N\
N\
~
~
~~
~0cl
~
N
.........
~
~
l\\
~
~
~
~
~
't:
-q
~
..::::::::
~
~
V)
'<:I'
l/')
Q
I
~ E
:;t Q.
e
~ b.O ~
-.... = ......, ..
.... s.. M
"0 ;.. Q
.- e Q. @ f-l
= Q..:: '<:I' Z
:;e<QI-4
.....I-I_Q~
b.Ob.O~M,..,
C C C .._
.... .... Q t' r~'
...... CJ ..... ,...-t ~
~ ~~"OO
~~.....~-<
"Os..t:2~
.- ~ fIl ..c ~
=~=~~
~ 5 b.O~
.. ....... = "-
Q., ~ < ",
C;> Q., .g
o ~
- =
~ ~
C
~
~
0::
r.J
~
::J
Z
X
<
~
~
1! ~
-.9' ~
V'I ff) ~
l I ~ ~ ....
:..... '\ ~ .~
~ r< '0 \- ~
~.:(;- r= ", ~
~
~
~
~~
~~
v-
I'{
~ ~
~ '"
~ ~
\V)
~ ~ ~
"1~A
"
~ .~ "'~
8 ~ ~ "S ~~p
~ .~~ ~ \ ~ (j 0::
~ ;rC"l.,.t'j ~ c:
~ ') "\ "'" \':: Q. \"(
E ~ u' ~ ~ ~ ~ a-~
~ ~;.I\? '\ ~ \'1' ::-J~ ~
~:L ~ ~ 'V" ~~
Q j. ~~ M,
~ ..9 '.) 1...!J '" 00 '1
~r~~~~~ .~
~ (p-< r ~\r\ ~ \$
~r6J~~ C)c;
V'1
\; ..,
(' 1
~-{
c:t.
~>
-.. ') ~...
.~ v ~ (
-~ Q ')::: , \\,<::
~ .---... \J
~~'/'~~~J
~
Zo=:
o~
=~
~~
;j~M.
~ .,..
Uo
~
I~ j--
Vl1>o~
l~C'\
r-...,r"'\
f\l\r{1'
I -
'f'\~
R--
, ;/'
~
~
~
c..
~
e
><
~~
~ ~
o -.l
u
.::
w
::t..
<
<)
~
~
..!
~
~
~
~
VJ
~
~
~
z
.-l\J
v
~
~
,v
~
~
~
~
~
~
~
J
~
~
~
~
1
~
N
~
~
'\-
'""
V
VQ
~
~
~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
~
~
~
'"1
,
l~
V
~~~
~iJ
.....:e'>
..:a~~
c:- - -<
~'"
I
I
I
I
I
I ~
tn
=
I ~ s
:;t ~
e b.O Q
ca.l =
I .:::.S 1: M
"0 > 0
= e e-@)E-4
~ S'<~~Z
I c.-,__=
b.Ob.Oeo=N
I: I: I: ..~
._ ._ 0 t-
- (,I'-...-l ~
~~~t'OO
1~~P:::eo=<
-el.eo==~
._ ca.l t:; l. . ,
~~=..c)oool\
~ 5 b.O~ ~
II. .- =
~ ~ < ~
>.'" eo:
s...'- "0
o Of)
I ~ ~
"0 f-ol
I:
t':
~
I
I
I
I
I
I
I
cz::
I
><
:ct:
J;;I;.
~:~
,e',""l
-;.",1"
~' ','
~,.. '
~'
.~
~.
o
~~ ~
~
~ ~
~ ~
> ..........
i ~
O~
U "-.J
~
~
\~j
tt~
~~
-<
z
" ~<""-.
, - \ '\.:,
'-.:. ~
" \ \ '
l " \
""... \
'--
-"-
...
.<,~~
<4 <)
".. ::J
f\(", 0
~,N~
~ '- rf"
(J"r-J
... ......... ,
.,r ):J '
~,....,..... )
\, --.l-;;J
~ ---.. \J'.
::.;:
,..
~,
'oJ
~
o
--it
~
j
I:..,
'0
~
~
~
)
"
.-
"-
.'
'~
~
~
-.,}-
I
UIl.
I"
<)
-
if)
If)
-
\
~
~I
C'
--.sl
p;:
('f) ,
~'
\)'
C'\
~
~ ~
':l
l:.C)
:...
t1
l-
~
'J'-
"
.9-
~
"')
't,
~
..
.
~
~
~
" '-
\..j .;:;
l' If)
u ........
~
.J
\5
VI
"11'
lI'J
=
I
~ e
:u: ~
5 b!l =
~ = =
~ .... 1:: ..
"O>o~
~ ~ e-@)~
"" -....oo:t
05<=
'M~_=
b!lb.llC':N
= = = ..~
.... .... 0 t'
~ ~.Eil "'"' r.l
~5~c>oo
::E~~C':<
"0 ""C':=r.l
.... ~ -;; .E ~
~ ~ := ~".,.
~ e b!l~ -
"" .... :=
~~<>:
C~ ~
.s ~
C': =
"0 Eo-<
=
C':
::E
or--
~~. ~ '
\~~'\
;t .>;;;.
~ .:It ,h
I::t, -
~ VI 't")
~
'~.:..'.'.":
'~;
~.
~: . (Y1,
It
::J~i:':.
.. '. ~ :._ 1: ,
.......
...~
~1'-...
i'O'~
~ '"
/);)
~~ 'U
~ .~
t "K
'~
(\.
~
~
'\:)
~
'.,jJ
~
(:0 '-"';'
~ ~~
<J '" ,.)
~ \ ~ "'" "',
~ .~ ,"
I\) \k,...... "
-" :(\
~ ~ ~ "
~ p". r- ;.:
-~...
,......
\)-..
......
'-.!l
!'w\
~
\u
<J
l'..
'~
V & j; .- ~
~ ~ ., ~ ('
~~ ",' ~
?; J -~, .--f. ~
-< ~ -<;J '" r. f\.)
/\ > X ~ . :;z '.j: '\..; ,\
~ )-~\,\ . '. <;\J
'-" -..,JI ~......... J~ .' ~
j0~~::; :--J~
Q J~ (5:J I:j :) ~. ~ ~
l J ",' . 1-- ..........\ _ l ~
^,.:f= ~ '-.I I'A ,"
"'.,:, -.. ~
......
\ ~~
N
:6:-< ~
.~
.f:";l ~
e
.~,~
,51! ~
~ ~
:'0' ~
~~
~
~
'-J
. ~
~. :-.\
-LC[
, '?
u.t~
q,\.f.\
<J~
-0 "-
aCQ
\- ~
.....
~
.. ~
..., 1:1,
~ ~
~ ~
.Q.: ""-l
.~ ~
~ ~
~ -t
~
J
~
:}
~
:Y d-
u, ~
"'\~
l,,\
"-9
t'"'.
"^
I
-
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
I
lU)
''"'! 1"\
\J"\~
"'" \<\
\
~
......
"("
---
\
--
~
j':::.
"-..g. ~
~
><~
'J
~
~
~
-'
~~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ADDENDUM NO.3
TO
BIDDING/CONTRACT DOCUMENTS
FOR
PERIMETER FENCING IMPROVEMENTS PROJECT
AUGUSTA REGIONAL AIRPORT
BID ITEM #04-054
in
AUGUSTA, GEORGIA
TO:
All Prospective Bidders
DATE:
April 19, 2004
This Addendum forms a part ofthe ContractlBidding Documents and modifies the original
Contract/Bidding Documents as described below. Acknowledgment of receipt of this Addendum in
the space provided on Page B-4 of the Bid Form is required. Failure to do so may subject a
Bidder to disqualification.
This Addendum consists of 1 page (NOT INCLUDING COVER) and the following
attachments:
1) Bid Schedule - Page B-4b only
PROJECT MANUAL
BID FORM
Replace the previous Bid Schedule, Page B-4b only with the attached revised Bid Schedule,
Page B-4b. It has been modified to reflect the correct quantity ofItem F-162A 7' Chain Link
Fence to ~$.i~31Iinear feet. BE SURE TO REPLACE THE REVISED PAGE. DO NOT
REVISE THE QUANTITY BY HAND AND INITIALS.
If you have any questions regarding this correspondence, please contact me at (706) 821-2422.
END OF ADDENDUM NO.3
Page 1 ofl
4/19/04
r
I-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Purchasing Department
Geri t:.. S~ms, Purchasing Director
Room 605- Municipal Bulldirig
530 Greene Street. Augusta, GA 30911
(706) 821-2422 - FAX (706) 821.2811
Visit us at www.augustaga.gov
ADDENDUM'
TO:
All Bidders
FROM:
Geri A. Sams
DATE:
June 24, 2004
SUBJ:
Addendum #1 Bid Item #04-054A
Perimeter Fencing Improvements for Augusta Regional Airport
Please note the following change:
The bid open'ing date for Bid Item #04-054A has been changed from
Tuesday, June 29, 2004 @ 3:00 p.m. to Wednesday, July 7, 2004 @
11 :00 a.m.
Please acknowledge receipt of addendum in your bid package.
If you have any questions regarding this correspondence, please contact me at
(706) 821-2422.
Cc: Fred Russell, Augusta, GA Interim Administrator
Brenda Byrd-Pelaez, Augusta, GA Human Resources
Willis Boshears, Augusta Regional Airport
Andy Busby, LP A Group
All Bidders
I
I
Invitation To Bid
I
I
Sealed bids will be received at this office until 3:00 p.m., Tuesday, June 29, 2004:
Re-Bid #04-054A Perimeter Fencing Improvements at Augusta Regional Airport
BID's will be received by Augusta, GA Commission hereinafter referred to as the OWNER at the offices of:
Geri A. Sams
Purchasing Department
530 Greene Street - Room 605
Augusta, Georgia 30911
706-821-2422
I
I
I
I
I
I
I
I
I
I
I
I
I
Scope: Removal and installation of approximately 18,000 linear feet, of existing six-strand barbed wire, removal of
approximately 18,000 linear feet of existing 6'-high chain link fence and gates, installation of approximately 33,700
linear feet of new 7' -high chain link fence, six strand barbed wire, various sized gates, construction of a concrete mow
strip and intrusion barrier for new and existing fencing, and installation of various types of perimeter signage.
BID documents may be obtained at the office of Augusta, GA Purchasing Department, 530 Greene Street - Room 605,
Augusta, GA 30911. Copies maybe obtained upon payment of$75.00 (non-refundable). Documents may be examined
by appointment only during regular business hours at the offices of Augusta, GA Purchasing Department.
A MANDATORY Pre-BID Conference will be held on Tuesday, June 15, 2004 at 2:00 p.m. in Room 605 of the
Purchasing Department. All questions must be submitted in writing to the office of the Purchasing Department by fax at
706-821-2811 or by mail no later than Wednesday, June 16, 2004 by 2:00p.m. No bid will be accepted by fax, all must
be received by mail or hand delivered.
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 ofthe Owner is not intended to restrict or limit competitive bidding or to increase the cost ofthe
work. The Owner supports a healthy free market system that seeks to include responsible businesses and provide ample
opportunity for business growth and development.
No BID may be withdrawn for a period of 90 days after time has been called on the date of opening. A 10% Bid
bond is required to be submitted in a separate envelope so marked along with the bidders' qualifications; a 100%
performance bond and a 100% payment bond will be required for award.
The Owners reserves the right to reject any or all BID's and to waive technicalities and infonnalities. Please mark BID
number on the outside of the envelope.
Bidders are cautioned that sequestration of BID documents through any source other than the office of the Purchasing
Department is not advisable. Acquisition of BID documents from unauthorized sources placed the bidder at the risk of
receiving incomplete or inaccurate information upon which to base his qualifications.
Augusta has a Link Deposit program designed to provide loans to eligible local Small, Minority and Women
Owned Businesses. For more information about this program Human Resources Depar1ment at 706-821-2303.
GERI A. SAMS, Purchasing Director
Publish:
Augusta Chronicle
Metro Courier
May 27, June 3,10,2004
June 2, 2004
cc:
Fred Russell
Brenda Byrd-Pelaez
Willis Boshears'
Augusta, Georgia Deputy Administrator
Augusta, Georgia Human Resources
Augusta Regional Airport
I
I
I
I
I
I
I
I
'I
I
I
I
I
I
I
I
I
I
I
I
I
Purchasing Department
Geri A. Sams, Purchasing Director
Room 605- Municipal Buildhig
530 Greene Street - Augusta, GA 30911
(706) 821-2422 - FAX (706) 821.2811
Visit us at www.augustaga.gov
ADDENDUM
TO:
All Bidders
FROM:
Geri A. Sams
DATE:
June 24,2004
SUBJ:
Addendum #2 for Bid Item #04-054A
Perimeter Fencing hnprovements for Augusta Regional Airport
Please note the following change:
Q 1. Are the following written specifications for the signs correct?
1.)
2.)
Yes.
"Signs shall have reflective lettering on non-reflective background."
"Signs shall be made of 60-mil high performance plastic material."
AI.
Q4. Please confirm:
All access control systems shall be disconnected with reinstalled on new gates at
same power level?
A2. Yes.
Q3. Is a survey actually needed if we are to install the fence either 20' or 3' away
from the existing fence?
A3. As-built survey of the constructed fence will be required. This survey is to be
submitted to the Engineer at the conclusion of the project and must be performed
on Georgia Stat Plane coordinate system and sealed 'by a Land Surveyor
registered in the State of Georgia.
Q4. Is there a need to form the 4" trench below grade for the 18" depth? Definitely
you need to form the portion above the existing ground. Weare confirming per
the meeting that the mow strip is to follow the existing ground contour.
A4. There is no need to form the trench below grade. The concrete mow strip shall
follow the existing grade except where it is necessary to make minor grading
changes to maintain the required clearance between the proposed fence and the
ground.
1
Q5. Please clarify if there is any preparation work that needs to be done to the staging
area surface.
A5. In accordance with Item 01510 in the specification manual, the Contractor shall
prepare his staging area by grading, drainage, and placing a six (6) inch thick
CABC over the entire staging area. Upon completion ofthe project, the base shall
be completely removed, the site graded to drain, and then seeded and mulched to
the satisfaction of the Owner.
Q6. Confirming per the meeting that a temporary field office is to be obtained and
wired for the AC and Power.
A6, A temporary Engineer's field office is NOT required for this project. However,
the Contractor is at liberty to provide a temporary field office for support of
construction crews.
Q7. The consensus of all the attendees was that the time for the contract should be 180
workdays rather than calendar days due to concrete shortages, steel and going into
the rainy season. Add to the need of extra time needed if the 4" trench needs to
be formed and the concrete cure time is left at 7 days.
A7. The Contract time will remain at 180 consecutive calendar days from the
Notice- To-Proceed date.
Q8. Page F-162-7 of Addendum No.2, Section 2.06 C: "Control Circuitry: Control
shall consist of relays or microprocessor based Programmable Logic Controller
(PLC) with battery back-up." Does this mean that the PLC only has battery back-
up or that the complete control circuit (in essence, the whole gate operator) has
battery back-up? If just the PLC, then the logical purpose would seem to be
protection of the PLC programming. Therefore, is a PLC with non-volatile
memory acceptable? With non-volatile memory, the programming is not lost in
the event of a power loss although there is not a battery back-up.
A8. The battery back up is intended for the PLC only. Non-volatile memory will not
be acceptable.
Q9. Page F-162-8 of Addendum No.2, Section 2.09: "All material and workmanship
shall be guaranteed for a period of five (5) years after initial installation." Since
five (5) year limited equipment warranty is typically provided by, the
manufacturer (for example: By-Security), is the airport requesting that a
maintenance agreement for five years be included in this bid? After the initial
installation, regularly scheduled preventative maintenance is required,
independently of the manufactures' warranty, to keep the gate operators
functioning properly. Also, in your response, will you please clarify that the
Augusta Aviation Commission understands that the manufacturers' warranty and
any labor/maintenance warranty with the standard and typical exclusions, such as
Acts of God (lighting, tornado, etc.) vandalism or abuse (such as vehicle impact),
and misuse (chaining gate closed, obstructing gate travel). Obviously, the
manufacturer, the supplier, and installer cannot be responsible for problems with
the equipment caused by things over which they have no control. If these
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
I
I
I
I
I
I
I
I
I
I
I
I
I
limitations are not acceptable to the Airport, then a more comprehensive full
replacement warranty and maintenance agreement will be required. This much
more costly option is basically a built-in insurance policy that covers any mishap
to the gate operators. I..
. A9. A maintenance agreement is not being requested with this bid. The Owner
~derstands the manufac~urers' wa:ranty and I any Hlbor/maint~Iia~ce warranty
WIth the standard and typIcal exclUSIOns, such as Acts of God (hghtmg, tornado,
etc.) vandalism or abuse (such as vehicle inipact), and mi,suse (chaining gate
closed, obstructing gate travel). Further, the Owner understands that the
manufacturer, the supplier, and installer cannot be responsible for problems with
the equipment caused by things over which they have no control.
I
Please use the attached bid forms to submit your bid.
Please acknowledge receipt of addendum in ~our bid package.
If you have any questions regarding this correspondende, please contact me at
(706) 821-2422.
Cc: Fred Russell, Augusta, GA Interim Administrator
I
Brenda Byrd-Pelaez, Augusta, GA Human Resources
Willis Boshears, Augusta Regional Airport
Andy Busby, LP A Group
All Bidders
3
I
I
I
I
I
I
I
I
I
I
I
I,
I
I
I
I
I
I
I
TABLE OF CONTENTS
BIDDING REQUIREMENTS (White)
Notice to Bidders
Instructions to Bidders
BID FORMS (Blue)
Bid Form
Bid Schedule
Bid Bond
Form of Non collusion Affidavit
Equal Opportunity Statement
Bidder's Affidavit
DBE Program Statement
Buy American Certificate (January 1991)
Certification of Nonsegregated Facilities
Performance of Work by Subcontractors
Bidder's Questionnaire Regarding Subcontractors
Bidder's Qualification Questionnaire
CONTRACT FORMS (White)
Contract
Exhibit "A"
Certificate of Secretary
Construction Performance Bond
Construction Payment Bond
GENERAL PROVISIONS (Pink)
Section 10 - Definition of Terms
Section 20 - Deleted
Section 30 - Deleted
Section 40 - Scope of Work
Section 50 - Control of Work
Section 60 - Control of Materials
Section 70 - Legal Relations and
Responsibility to Public
Section 80 - Prosecution and Progress
Section 90 - Measurement and Payment
Section 100 - Required Bid and Contract Provisions
Section 110 - Method of estimating percentage of material
within specification limits (pwl)
Section 120 -Required Bid & Contract Provisions
Page Numbers
N-l to N-2
IB-l to IB-12
B-1 to B-5
B-4a to B-4d
B-6 to B-7
B-8
B-9
B-IO
B-ll to B-17
B-18
B-19
B-20
B-21
B-22 to B-25
C-l to C-7
1 to 2
CS-l
PB-l to PB-2
PB-3 to PB-4
GP-IO-l to GP-IO-6
OMITTED
OMITTED
GP-40-1 to GP-40-5
GP-50-1 to GP-50-7
GP-60-1 to GP-60-4
GP-70-1 to GP-70-12
GP-80-1 to GP-80-6
GP-90-1 to GP-90-8
OMITTED
OMITTED
GP-120-1 to GP-120-27
SPECIFICATIONS
TABLE OF CONTENTS (Continued)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Paf:!e Numbers
SUPPLEMENTARY CONDITIONS (Yellow)
00800 Supplementary Conditions
00800-1 to 00800-16
DIVISION 1 - GENERAL REQUIREMENTS (White)
01000
01010
01030
01035
01040
01090
01150
01300
01510
01600
01700
01710
01720
01740
Mobilization
Scope of Work
Airport Project Procedures
AC 150/5370 - 2E
Weather Delays
Project Coordination
Regulations and Definitions
Measurement and Payment
Submittals
Temporary Facilities
Material and Equipment
Contract Closeout
Contractor Warranty Form;
Appendix: Affidavit of Payment;
Affidavit of Release of Lien;
Final Waiver of Lien;
Consent of Surety for Final Payment;
DBE Participation Report
Cleaning and Disposal
Project Record Documents
Warranties and Bonds
01000-1 to 01000-1
01010-1 to 01010-4
01030-1 to 01030-5
01035-1 to 01035-4
01040-1 to 01040-5
01090-1 to 01090-3
01150-1 to 01150-4
01300-1 to 01300-7
01510-1 to 01510-4
01600-1 to 01600-5
01700-1 to 01700-2
01710-1 to 01710-2
01720-1 to 01720-4
01740-1 to 01740-3
DIVISION 2 - SITEWORK (White)
S-140
P-151
P-152
P -610
T-901
F-162
Selective Site Demolition
Clearing and Grubbing
Grading / Placement ofFill
Structural Portland Cement Concrete
Grassing and Mulching
Chain-Link Fences
S-140-1 to S-140-5
P-151-1 to P-151-1
P-152-1 to P-152-3
P-61O-1 to P-61O-7
T-901-1 to T-901-5
F-162-1 to F-162-12
DIVISION 3-5 NOT USED.
DIVISION 16 - NOT USED.
ii
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
NOTICE TO BIDDERS
The AUGUSTA A VIA TION COMMISSION will receive seal....~.....'.......,....r.,?..,.i.~..~.! als for the PERIME!ER
FENCING IMPROVEMENTS PROJECT, BID ITEM #i~;:;:~~' at the Au usta Re lOnal
....................,.,.:...........':..;..".)~......'........:..;'..",...,...,.....,.'v..;'...;.;.',:
Airport, Augusta, Georgia, FAA A.LP. Project No.3-13-00l1-25&26 untiIJ:f:::;::V~:~mfH3.t:~I:ldl
lill at the office of the Augusta-Richmond County Purchasing Department, Municipal Building,
Room 605, 530 Greene Street, Augusta, Georgia 30911. Bids will be publicly opened and read
aloud. Bids received after the stated time will not be accepted.
SCOPE OF WORK:
The Work may be generally described as follows:
Removal and reinstallation of approximately 18,000 linear feet of existing six-strand barbed wire,
removal of approximately 18,000 linear feet of existing 6'-high chain link fence and gates,
installation of approximately 33,700 linear feet of new 7' -high chain link fence, six-strand barbed
wire, various sized gates, construction of a concrete mow strip and intrusion barrier for new and
existing fencing, and installation of various types of perimeter signage.
CONTRACT TIME:
The total Contract time shall be Ifill consecutive calendar days from the date of Notice- to-Proceed
and within the.prescribed construction phasing described in the Project Manual. In the event that
the construction contract time period occurs between the dates Aprill, 2004 through Aprill4,
2004 inclusive, all construction activities shall be stopped. No contract time will apply against
the contract during this time period. The Contractor will be required to de-mobilize and re-
mobilize at no additional expense to the Owner.
PRE BID CONFERENCE:
A MANDA TORY Pre-Bid conference will be conducted on liti.mi.I::~tl7~1ZQJ8:~J:$;;W;;i~.mq at the
Augusta-Richmond County Purchasing Department, Municipal Building, Room 605, 530 Greene
Street, Augusta, Georgia 30911. A MANDATORY Site Visit will be held after the Pre-Bid
Conference at the Augusta Regional Airport, 1501 Aviation Way, Augusta, Georgia 30906.
BIDDING REQUIREMENTS:
Bid security in the form of a bid bond, made payable to the Augusta Regional Airport Aviation
Commission, equal to lO% of the total bid is required. Contract security in the form of 100%
Performance and Payment Bonds will be required.
No bid may be withdrawn after closing time for the receipt of proposals for a period of ninety (90)
days. A Notice-of-Award for the Contract will be issued once a successful bidder has been
determined and funding has been secured.
N-l
Addendum No.2
Bidding documents may be examined at the following locations:
Office of the Owner
Augusta-Richmond County.
Purchasing Department Municipal
Building, Room 605
530 Greene Street
Augusta, Georgia 30911
(706) 821-2422
F. W. Dodge Offices
Columbia, South Carolina and
Augusta, Georgia
, AGe Offices
Columbia, South Carolina and
Atlanta, Georgia
Office of the Eneineer
THE LP A GROUP INCORPORATED
700 Huger Street
Columbia, South Carolina
(803) 254-2211
Augusta Builders Exchange
304 14th Street
Augusta, Georgia 30901
(706) 724-1846
Bidding Documents may be purchased from the office ofthe Augusta-Richmond County Purchasing
Department, Municipal Building, Room 605,530 Greene Street, Augusta, Georgia 30911, (706) 821-
2422, upon prior payment ofthe non-refundable fee of$75.00. No partial set(s) will be issued.
This project is funded under provisions ofthe Airport and Airway Safety and Capacity Act of 1987.
Certain mandatory federal requirements apply to this solicitation and will be made a part of any
contract awarded:
(a) Presidents Executive Order No. 11246 as amended by 29 CFR Part 30 and 41 CFR Part 60.
(b) Davis Bacon and Related Acts, 29 CFR Parts 1,3 and 5.
(c) Copeland Act, 29 CFR Part 3.
(d) Contact Work Hours and Safety Standards Act.
(e) Title VI of Civil Rights Act of 1964.
(f) Disadvantage Business Enterprises (DBE) participation will be required as described in 49
CFR Part 23 and Part 26 and all pertinent amendments.
The Augusta Aviation Commission (the Owner) reserves the right to waive any informalities or
irregularities in the bids received, to negotiate certain or all contract bid items, to reject any or all
bids and to award or refrain from awarding the contract for the work, whichever is deemed to be in
the Owner's best interests.
Geri A. Sams, Purchasing Director
Publish:
Augusta Chronicle -
Augusta Metro Courier-
cc:
Brenda Byrd - Pelaez
Tim Weegar-
Andy Busbee -
City Of Augusta Equal Opportunity
Augusta Regional Airport
The LP A Group, Inc.
N-2
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1.
I 1.1
I
I 1.2
I
I 1.3
I 2.
I 2.1
I 2.2
I
3.
I 3.1
I
I
I
3.2
I
I
I
I
INSTRUCTIONS TO BIDDERS
DEFINED TERMS
Terms used in these INSTRUCTIONS TO BIDDERS are defined in the General
Provisions, and the Supplementary Conditions of the Construction Contract and shall
have the intent and meaning assigned them therein. Terms defined in the General
Provisions being redefined by modification in the Supplementary Conditions shall
have the intent and meaning assigned them in the Supplementary Conditions.
The term "Successful Bidder" means the lowest, qualified, responsible, responsive
BIDDER to whom OWNER (on the basis of OWNER's evaluation as hereinafter
provided) makes an award.
The term "Bidding Documents" means the Bidding Requirements, Contract Forms,
Bid Forms, Conditions of the Contract, Specifications, Drawings, and Addenda
issued by the OWNER for the purpose of obtaining a bid on the Work.
BIDDING DOCUMENTS
Complete sets of Bidding Documents shall be used in preparing bids; neither
OWNER nor ENGINEER assume any responsibility for errors or misinterpretations
resulting from use of incomplete sets of Bidding Documents.
OWNER and ENGINEER in making copies ofthe Bidding Documents available on
the above terms do so only for the purpose of obtaining bids on the Work and do not
confer a license or grant for any other use.
QUALIFICATIONS OF BIDDERS
To demonstrate qualifications to perform the Work, the Low (Successful) Bidder
must submit, within (7) days of Bid Opening, as part of his BID on the prescribed
form, evidence which may be required by the OWNER, such as, but not limited to,
financial data and previous experience. Each BID must contain evidence, of the
BIDDER's qualification to do business in the state where the Project is located.
Conditional or qualified BIDS will not be accepted. In addition, pertinent provisions
of Paragraph 16 ofthis section determines additional requirements for qualifications
of BIDDERS.
By submission of a BID the BIDDER agrees, that if awarded a contract, to perform
on the Site and with his own organization, work equivalent to at least FORTY
PERCENT (40%) of the total amount of the Work to be performed under the
Contract. If during the progress of the Work hereunder, the CONTRACTOR
requests an adjustment of such percentage and the ENGINEER determines that it
would be to the OWNER's advantage, the percentage of the Work required to be
IB-l
Addendum No.2
performed by the CONTRACTOR's organization may be adjusted; PROVIDED prior
written approval of such adjustment is obtained from the ENGINEER.
3.2.1
Each BIDDER must furnish with his BID a list of items that he will perform with his
own forces and the estimated total cost of these items.
4.
EXAMINATION OF CONTRACT DOCUMENTS AND SITE
4.1
Before submitting a BID, each BIDDER must (a) examine the Bidding Documents
thoroughly; (b) visit the sites to familiarize himself with local conditions that may in
any manner affect cost, progress or performance ofthe W ork; (c) familiarize himself
of federal, state and local laws, ordinances, rules and regulations that may in any
manner affect cost, progress or performance ofthe Work; and (d) study and carefully
correlate BIDDER's observations with the Drawings and Specifications; iCe) notify
ENGINEER of all conflicts, errors or discrepancies.
4.2
Before submitting his BID each BIDDER may, at his own expense and assuming all
risks, make additional investigations and tests as the BIDDER may deem necessary to
determine his BID for performance ofthe Work in accordance with the time, price
and other terms and conditions ofthe Contract Documents. On request in advance,
OWNER will provide each BIDDER access to the site to conduct such explorations
and tests as each BIDDER deems necessary for submission of a BID. BIDDER shall
fill all holes, cleanup and restore the site to its former condition upon completion of
such explorations.
4.3
The lands upon which the Work is to be performed, rights-of-way for access thereto
and other lands designated for use by the CONTRACTOR in performing the Work
are identified in The Contract Documents.
4.4
The submission of a BID will constitute an incontrovertible representation by the
BIDDER that he has complied with every requirement of this Article 4 and that the
Contract Documents are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance ofthe Work.
5.
ADDENDA AND INTERPRETATIONS
5.1
All questions about the meaning or intent of the Contract Documents shall be
submitted to the AUGUSTA-RICHMOND COUNTY PURCHASING
DEPARTMENT in writing. Replies, when considered necessary by the
PURCHASING DEPARTMENT, will be issued by Addenda, mailed or delivered to
all parties recorded by PURCHASING DEPARTMENT as having received the
Bidding Documents. Failure of any BIDDER to receive any such Addendum or
interpretation shall not relieve BIDDER from any obligation under this BID as
submitted.
ffi-2
Addendum No.2
I
I
I
I
.1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ALL QUESTIONS OR CLARIFICATIONS SHALL BE DIRECTED TO THE
PURCHASING DEPARTMENT. DIRECT CONTACT BY ANY POTENTIAL
BIDDER TO THE ENGINEER OR AIRPORT OTHER THAN A VIEW
PLANS MAY BE CAUSE FOR BID DISQUALIFICATIONS.
Questions received later than 11 :OOa.m. the day after the mandatory pre-bid
conference will not be answered. Only questions answered by formal written
Addenda will be binding. Oral and other interpretations or clarifications will be
without legal effect.
5.2
Addenda may also be issued to modify the Bidding Documents as deemed advisable
by Purchasing Department.
6.
BID SECURITY
6.1
Each BID must be accompanied by Bid Security made payable to OWNER, in an
amount of ten (l0) percent of the BIDDER's maximum BID PRICE (including all
additive alternatives) in the form of a Bid Bond prepared on the Form of Bid Bond
included in the BID, duly executed by the BIDDER as principal and issued by a
surety meeting the requirements of the General Provisions and Supplementary
Conditions thereto.
6.2
Attorneys- in- fact who sign the bid Bonds or Contract Bonds must file with each bond
a certified and effectively dated copy oftheir power-of-attorney.
6.3
The Bid Security ofthe Successful BIDDER will be retained until such BIDDER has
executed the Agreement and furnished the required Contract Security and Insurance
Certificates, whereupon it will be returned; ifthe Successful BIDDER fails to execute
and deliver the Agreement and furnish the required Contract Security and Insurance
Certificates within fifteen (15) days of NOTICE OF AWARD, OWNER may annul
the NOTICE OF A WARD and the Bid Security ofthe BIDDER will be forfeited to
OWNER as liquidated damages for such withdrawal, failure or refusal. The Bid
Security of any BIDDER whom the OWNER believes to have a reasonable chance of
receiving the award may be retained by OWNER until the earlier of the seventh day
after the "effective day of the Agreement" by OWNER to CONTRACTOR and the
required Contract Security and Insurance Certificates are furnished, or ninety one
(91) days after the Bid Opening. Bid Security of other BIDDERS may be released
within seven (7) days of the Bid Opening.
7.
CONTRACT TIME
7.1
Time for completion of the Project is as stated in the Notice to Bidders and as set
forth in the BID and included in the Agreement.
ill-3
Addendum No.2
7.2
In the event that the construction contract time period occurs between the dates
Aprill, 2004 through Aprill4, 2004 inclusive, all construction activities shall be
stopped. No contract time will apply against the contract during this time
period. The Contractor will be required to de-mobilize and re-mobilize at no
additional expense to the Owner.
8.
LIQUIDATED DAMAGES
8.1
Provisions for Liquidated Damages are set forth III the Contract Form and
Supplementary Conditions.
9.
SUBSTITUTE OR "OR-EQUAL" MATERIAL AND EQUIPMENT
9.1
The Contract, if awarded, will be on the basis of material and equipment described in
the Drawings or specified in the Specifications. Whenever it is indicated on the
Drawings or specified in the Specifications that a substitute "or equal" item of
material or equipment may be furnished or used if acceptable to ENGINEER,
application for its acceptance must be submitted in accordance with requirements of
Section 01600.
9.2
Substitutions and Product Options: BIDDERS are directed to read the statements
contained under Section 01600, for substitutions or product options, which specify
the conditions under which the material, devices, or equipment to be furnished by the
CONTRACTOR are equal to those designated.
10.
SUBCONTRACTORS. ETC.
10.1
All BIDDERS shall submit as part of their BID on the prescribed schedules a list of
all subcontractors and other persons and organizations (including those who are to
furnish principle items ofmaterial and equipment) proposed for those portions of the
Work as to which such identification is required. If requested by OWNER, the low
BIDDER shall submit an experience statement with pertinent inforination as to
similar projects and other evidence of qualification for each subcontractor, other
person or organization. If OWNER, after due investigation, has reasonable objection
to any proposed subcontractor, other person or organization, the OWNER may before
giving the NOTICE OF AWARD require the apparent Successful BIDDER to submit
an acceptable substitute without an increase in Bid Price. If the apparent Successful
BIDDER declines to make any such substitution, the Contract shall not be awarded to
such BIDDER, but his declining to make any such substitution will not constitute
grounds for sacrificing his Bid Security. Any subcontractor, other person, or
organization so listed and to whom the OWNER does not make written obiection
prior to giving the NOTICE OF AWARD will be deemed acceptable to OWNER.
10.2
No CONTRACTOR shall be required to employ any subcontractor, other person, or
organization against whom he has reasonable objection.
ffi-4
Addendum No.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
I
I
I
I
I
I
I
I
I
I
I
I
I
11.
11.1
11.2
11.3
11.4
11.5
11.6
11.7
11.8
11.9
11.10
11.11
BID FORM AND SCHEDULES
One bound copy ofthe Bid Form and Schedules is included herein. One additional
unbound copy is provided for use in preparing BIDS. DO NOT USE THE BID
FORM BOUND IN THE PROJECT MANUAL FOR SUBMISSION OF BIDS.
Bid Forms and Schedules must be completed in ink or by typeWriter. Each BID must
be submitted on the prescribed form. All blank spaces and Bid Prices must be filled
in. The Bid Price must be stated in words and numerals or as indicated in the BID
Forms.
The firm, corporation, or individual name of the BIDDER must be signed in ink in
the space provided for the signatures on the Bid Form. BIDS by corporation must be
executed in the corporate name by the president or a vice-president (or other
corporate officer accompanied by evidence of authority to sign) and the corporate
seal must be affixed and attested by the secretary or assistant secretary of the
corporation. The corporate address and state of incorporation shall be shown in the
space provided.
BIDS by partnerships must be executed in the partnership name and signed by a
partner, whose title must appear under the signature and the official address of the
partnership must be shown below the signature.
BIDS by individuals must be signed by the individual owner and the terms "doing
business" or "sole owner" must appear under the signature.
The BIDDER must state in his BID the name and address of each person or
corporation interested therein.
The numbers of all addenda and the date each was received shall be filled in on the
Bid Form.
The address to which communications regarding the BID are to be directed must be
shown on the Bid Form.
Affidavits: Each BIDDER is required to duly execute the BIDDER's and
Non-Collusion Affidavits at the end of the BID.
All names must be typed or printed below the signature.
The only markings by the BIDDER which will be considered by the OWNER in
evaluating the BID are those made on the bid form itself. No markings on the exterior
ofthe envelope or other extraneous marks will be considered as part ofthe BID.
IB-5
Addendum No.2
.
12.
12.1
12.1.1
13.
13~1
13.2
14.
14.1
IS.
15.1
SUBMISSION OF BIDS
BIDS shall be submitted at the time and place indicated in the Advertisement. Each
BID shall be marked and addressed as required in the Advertisement and shall be
accompanied by the Bid Security and other required documents. If the BID is sent
through the mail or other delivery system, the sealed envelope shall be enclosed in a
separate envelope with the notation "BID ENCLOSED, PERIMETER FENCING
IMPROVEMENTS PROJECT, AUGUSTA REGIONAL AIRPORT, BID
ITEM ~" on the face thereof. DO NOT SUBMIT THE PROJECT
MANUAL OR DRAWINGS WITH BID. sr:::iK{!:} ':ililm:,
Mailing address:
Geri A. Sams, Purchasing Director
Augusta-Richmond County Purchasing Department
Municipal Building, Room 605
530 Greene Street
Augusta, Georgia 30911
MODIFICA TIONS AND WITHDRAWAL OF BIDS
BIDS may be modified or withdrawn by an appropriate document duly executed (in
the manner that a BID must be executed) and delivered to the place where BIDS are
to be submitted at any time prior to the opening of BIDS.
Ifwithin twenty-four (24) hours after the time Bids are opened, any BIDDER files a
duly signed written notice with the OWNER and promptly thereafter demonstrates to
the reasonable satisfaction ofthe OWNER that there was a material and substantial
mistake in the preparation of his BID, that BIDDER may withdraw his BID and the
BID Security will be returned. Thereafter, that BIDDER will be disqualified from
further bidding on the Work.
OPENING OF BIDS
BIDS will be opened and read aloud publicly. An abstract ofthe amounts of the base
bids and any major alternates will be made available after award is made by
OWNER.
BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE
All BIDS shall remain open for il~;f(:ml days after the day of the opening, but
OWNER may, in his sole discretion, release any BID and return the Bid Security
prior to that Date.
ffi-6
Addendum No.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
I
I
I
I
I
I
I
I
I
I
I
I
I
16.
16.1
16.1.1
16.2
16.3
16.4
AWARD OF CONTRACT
OWNER reserves the right to reject any and all BIDS, to waive any and all
informalities not involving price, time, or changes in the work, and to negotiate
contract terms with the successful BIDDER, and the right to disregard all
nonconforming, nonresponsive, unbalanced, or conditional BIDS. Also, OWNER
reserves the right to reject the Bid of any BIDDER if OWNER believes that it would
not be in the best interest ofthe Project to make an award to that BIDDER, whether
because the Bid is not responsive or the BIDDER is unqualified or of doubtful
financial ability or fails to meet any other pertinent standard or criteria established by
OWNER. Discrepancies between words and figures will be resolved in favor of
words. Discrepancies between the indicated sum of any column of figures and the
correct sum thereofwill be resolved in favor ofthe correct sum.
The following are examples of factors which, among others, will determine the
responsiveness of bids:
a The completeness and regularity of Bid Form;
b A Bid Form without excisions or special conditions;
c A Bid Form having no alternative bias for any items unless requested in the
Specifications;
d A Bid Form without obviously unbalanced unit prices;
e Submission of a properly executed Bid Bond; and
f A Bid responsive to the requirements of Part 152 of Federal Aviation
Regulations.
In evaluation of BIDS, OWNER shall consider qualifications ofthe BIDDERS and
whether or not ,the BIDS comply with the prescribed requirements in the Bid Forms.
OWNER may consider the qualifications and experience of subcontractors, other
persons or organizations (including those who are to furnish the principle items of
materials and equipment) proposed for those portions of the work as to which the
identity of subcontractors and other persons and organizations must be submitted as
provided in the General Provisions. Maintenance considerations, performance data
and guarantees of materials may also be considered by OWNER. OWNER will
consider DBE participation and whether or not BIDDER made an effort to meet
specified DBE goals.
OWNER may conduct such investigations as he deems necessary to assist in the
evaluation of any BID and to establish the responsibility, qualifications and other
persons and organizations to do the work in accordance with the contract documents
to OWNER's satisfaction within the prescribed time.
ffi-7
Addendum No.2
16.4.1
16.5
16.6
16.7
17.
17.1
17.2
18.
18.1
Responsibility shall be based on whether the BIDDER:
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
I
a Maintains a permanent place of business;
b Has adequate plant equipment to do the Work properly and within the time
limit that is established;
c Has adequate financial status to meet his obligations contingent to doing the
Work.
d Otherwise demonstrates that he is clearly capable, both financially and in
terms of past experience, to carry out the work of the contract in a competent
and timely fashion.
OWNER reserves the right to reject the BID of any BIDDER who does not pass any
evaluation to OWNER's satisfaction.
If a contract is to be awarded, it will be awarded pursuant to the OWNER's
procurement policy and to the lowest BIDDER whose evaluation by OWNER
indicates to OWNER that the award will be in the best interests ofthe Project. It is
the OWNER'S intention to award the proj ect depending upon the availability of funds
and the BIDDER being responsible and submitting a responsive BID for the Project.
If a contract is to be awarded, OWNER will give the Successful BIDDER a NOTICE
OF A WARD within ninety (90) days after the day of Bid Opening.
BONDS. CONTRACT SECURITY AND INSURANCE
Supplementary Contract Conditions set forth OWNER's requirements as to Bonds
and Insurance. When the Successful BIDDER delivers the executed Agreement to
OWNER it shall be accompanied by the required Contract Security and Insurance
Certificates and'Policies.
All Bonds (Bid, Payment and Performance) must be signed or countersigned by the
Surety Company's proper resident agent, authorized to do business in the State of
Georgia, on whom service can be made in the event oflitigation.
SIGNING OF AGREEMENT
When OWNER gives a NOTICE OF AWARD to the Successful BIDDER, it will be
accompanied by required number of unsigned counterparts ofthe Agreement and all
other required Contract Documents. Within fifteen (15) days following the effective
date of "Award" CONTRACTOR shall sign and deliver all executed counterparts of
the Agreement to the OWNER with all other Contract Documents including
insurance certificates and executed bonds attached thereto. ENGINEER will identify
those portions of the Contract Documents not fully signed by the OWNER and
CONTRACTOR and such identification shall be binding on all parties.
ill-8
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I ·
I
I
I
I
I
I
19.
SPECIAL REQUIREMENTS
19.1
Laws and Regulations: The BIDDER's attention is directed to the fact that applicable
state laws, municipal ordinances and the l}lles and regulations of all authorities
having jurisdiction over construction of the Project shall apply to the Contract
throughout, and they will be deemed to be included in the Contract the same as
though therein written out in full.
19.2
Estimated Quantities: Where quantities of work are given in the BID these are
approximate and are assumed solely for comparison of the BIDS. They are not
guaranteed to be accurate statements or estimates of quantities of work that are to be
performed under the Contract, it being presumed that the BIDDER has verified the
quantities necessary to complete the Work of the Contract as intended, and any
departure therefrom will not be accepted as valid grounds for any claim for damages,
for extension of time or for loss of profits; nor will any additional payment, be made
regardless of the actual quantities required or ordered to complete the Work.
20.
PREBID CONFERENCE
20.1
A MANDA TORY Pre-Bid conference will be conducted on at the
Augusta-Richmond County Purchasing Department, Municipal Building, Room 605,
530 Greene Street, Augusta, Georgia 30911. A MANDATORY Site Visit will be
held after the Pre-Bid Conference at the Augusta Regional Airport, 1501 Aviation
Way, Augusta, Georgia 30906. Representatives of OWNER and ENGINEER will be
present to discuss the Project. ENGINEER will transmit to all prospective BIDDERS
of record such Addenda as ENGINEER considers necessary in response to questions
arising at the conference.
21.
SALES TAX
21.1
Unit prices bid shall include all sales taxes, and other applicable taxes and fees.
22.
PREVAILING WAGE RATES
22.1
The construction wage rates have been certified by the US Department of Labor to be
wages prevailing for construction of the contract. In accordance with the terms ofthe
Proposal, the Contractor agrees to pay to each employee ofthe corresponding craft at
least the wage rate listed.
In addition to the basic hourly rates shown, certain crafts, trades or industries indicate
health, welfare, pension, and other fringe benefits which are given employees
pursuant to a bonafide Collective Bargaining Agreement for the respective craft,
trade, or industry. In the absence of any such Agreement, the basic hourly rates plus
ffi-9
Addendum No.2
23.
23.1
23.2
23.3
23.4
23.4.1
23.4.2
23.4.3
the monetary equivalent for the fringe benefit payments indicated, less any legal
deductions, shall be paid directly to the employees.
The wage rate determination of the US Department of Labor incorporated on the
following pages does not include rates or the requested classification listed below.
The BIDDER is responsible for ascertaining the rates payable for such classification
and whether area practice requires their use in accomplishing the work. No inference
concerning area practice is to be drawn from their omissions. Further, the omission
will not, per se, establish any liability for increased labor costs resulting from the use
of such classification.
FUNDING AGENCY REQUIREMENTS
BIDDERS are advised that the Work under this Contract will be financed in part by a
grant of the Federal Government under the Department of Transportation, Federal
Aviation Administration, Airport and Airway Safety and Capacity Expansion Act of
1987.
To receive funds under the applicable Federal Programs, the OWNER must comply
with the requirements ofthe administering agencies which are imposed as conditions
under which the grants of funds are made.
It is a condition of the grant of Federal funds that certain provisions be included and
be made a part of the Contract Documents for the Work in which these funds are to
be used. These provisions are as provided in the Supplementary Conditions.
The CONTRACTOR is notified hereby that he must meet all of the terms and
conditions related to this Project imposed by the administrating agencies named
herein, including, but not limited, to the following:
WAGES AND SALARIES: Attention of BIDDER is called to the requirements
concerning the payment of not less than the prevailing wage and salary rates
determined by Secretary of Labor specified in the Contract Documents and the
conditions of employment with respect to certain categories and classifications of
employees.
The rates of pay set forth under GENERAL PROVISIONS are the minimums to be
paid during the life of the Contract. It is therefore the responsibility of BIDDERS to
inform themselves as to local labor conditions, such as the length of work day and
work week, overtime compensation, health and welfare contributions, labor supply
and prospective changes or adjustments of rates.
EMPLOYMENT PRACTICES: (1) Contractor shall, to the greatest extent
practicable, follow hiring and employment practices for work on the project which
ill-I 0
Addendum No.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
I
I
I
I
I
I
I
I
I
I
I
I
I
23.4.4
23.4.5
23.4.6
23.4.7
23.4.8
will provide new job opportunities for the unemployed and underemployed, and (2)
insert or cause to be inserted the same provision in each construction subcontract.
AFFIRMATNE ACTION REQUIREMENTS: The BIDDER's attention is called to
the Notice of Requirement for Affirmative Action to Insure Equal Employment
Opportunity.
All chemicals used during project construction or furnished for project operation,
whether herbicide, pesticide, disinfectant, polymer, reactant or of other classification,
must show approval of either EP A or USDA. Use of all such chemicals and disposal
of residues shall be in strict conformance with manufacturer's instructions.
BIDDERS must comply with the requirement that siltation and erosion are to be held
to the absolute minimum during construction.
Equal Employment Opportunity Requirements:
a BIDDERS must comply with the President's Executive Order No. 11246
which prohibits discrimination in employment regarding race, creed, color,
sex or national origin.
b Each BIDDER shall complete, sign and include in his bid proposal the Equal
Opportunity Report Statement. When a determination has been made to.
award a contract to a specific Contractor, such Contractor shall, prior to
award, after award or both, furnish such other pertinent information regarding
his own employment policies and practices as well as those of his proposed
subcontractors as the OWNER, or the Secretary of Labor may require. All
such information required of a subcontractor shall be furnished by the
Contractor.
c Notice of Affirmative Action: Specific goals for minority and female
participation expressed in percentage terms are specified in the General
Provisions.
d Disadvantaged Business Enterprise Program: The OWNER has established
goals for DBE participation on this Project. The BIDDER's attention is
directed to the Notice to Bidders, Supplementary Conditions and Bid Forms
for the specific goals.
BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR
CONSTRUCTION CONTRACTS (IAN 1991)
a The Aviation Safety and Capacity Expansion Act of 1990 provides that
preference be given to steel and manufactured products produced in the
IB-l1
Addendum No.2
United States when funds are expended pursuant to a grant issued under the
Airport Improvement Program. The following terms apply:
1 Steel and Manufactured Products. As used in this clause, steel and
manufactured products include (1) steel produced in the United States
or (2) a manufactured product produced in the United States, if the
cost of its components mined, produced or manufactured in the
United States exceeds 60 percent ofthe cost of all its components and
final assembly has taken place in the United States. Components of
foreign origin of the same class or kind as the products referred to in
subparagraphs (b) (1) or (2) shall be treated as domestic.
2 Components. As used in this clause, components means those
articles, materials, and supplies incorporated directly into steel and
manufactured products.
3 Cost of Components. This means the costs for production of the
components, exclusive of final assembly labor costs.
b The successful BIDDER will be required to assure that only domestic steel
and manufactured products will be used by the Contractor, subcontractors,
materialmen, and suppliers in the performance ofthis contract, except those-
1 that the U.S. Department of Transportation has determined, under the
Aviation Safety and Capacity Expansion Act of 1990, are not
produced in the United States in sufficient and reasonably available
quantities and of a satisfactory quality;
2 that the U.S. Department of Transportation has determined, under the
Aviation Safety and Capacity Expansion Act of 1990, that domestic
preference would be inconsistent with the public interest; or
3 that inclusion of domestic material will increase the cost of the
overall project contract by more than 25 percent.
23.4.9
PRECONSTRUCTION CONFERENCE: Attention of BIDDERS is called to the fact
that a preconstruction conference will be held with the successful BIDDER and all
known subcontractors, prior to the issuance of a NOTICE TO PROCEED. This
conference will be held to acquaint the Successful BIDDER with the contract
provisions concerning the Labor Standards, Equal Employment Opportunity
obligations, and other items related to the contract. Payroll Form WH-347, or an
equivalent form, is required to be used on this project.
END OF INSTRUCTIONS TO BIDDERS
ffi-12
Addendum No.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
I
I
I
I
I
I
I
I
I
I
I
I
I
BID FORM
(Failure to furnish all requested data will be cause for considering BIDDER nonresponsive and may
render this BID invaFd on that basis.)
BID FOR: PERIMETER FENCING IMPROVEMENTS PROJECT
AUGUSTA REGIONAL AIRPORT
FAA A.I.P. PROJECT No. 3-13-0011-25 & 26
SUBMITTED TO: Augusta Aviation Commission
C/O Augusta-Richmond County Purchasing Department
Municipal Building, Room 605
530 Green Street
Augusta, Georgia 30911
SUBMITTED BY:
5mi f-n TrVJllstri 1"8 dba Smi th Fence C'otllpany
BIDDER's Name
4699 110 Ave North
Address
Clearwater, Fl. 33762
City, State and Zip Code
1. The undersigned, hereinafter called BIDDER, in compliance with the "Notice to Bidders,"
accepting all of the terms and conditions of the "Instructions to Bidders," including without
limitation those dealing with the disposition of Bid Security; proposes and agrees, if a warded
the Contract, to enter into an Agreement with the OWNER in the fonh of Agreement
included in the Contract Documents, to furnish all materials, equipment, machinery, tools,
apparatus, means of transportation and labor necessary to complete the work to be performed
under this Contract within the Contract Time indicated in this BID, in full and complete
accordance with the shown, noted, described and reasonably intended requirements of the
Contract Documents, to the full and entire satisfaction of the OWNER, for the amounts
contained in the Bid Schedules.
2. This BID will remain open for ~ days after the day of BID opening. If awarded a contract,
BIDDER will sign the Agreement and submit the Contract Security and other documents
required by the Contract Documents within 15 days after the date indicated in OWNER's
Notice of Award.
3. In submitting this BID, BIDDER represents that:
B-1 of28
Addendum No. 2
(a)
(b)
BIDDER has become thoroughly familiar with the terms and conditions of the
proposed Contract Documents accepting the same as sufficient to indicate and convey
understanding:~f all the conditions and requirements under the Contract which will be
executed for the Work.
BIDDER has Lamined the site and locality where the Work is to be performed, the
legal requiren1bnts (federal, state and local laws, ordinances, rules and regulations)
II
and the conditions affecting cost, progress or performance ofthe Work and has made
II
such independent investigations as BIDDER deems necessary.
This BID is gtUine and not made in the interest of or on behalf of any undisclosed
person, fIrm o~ corporation and is not submitted in conformity with any agreement or
rules of any ~bup, association, organization or corporation; BIDDER has not directly
or indirectly iAduced or solicited any other BIDDER to submit a false or sham BID;
BIDDER has ~ot solicited or induced any person, fIrm or corporation to refrain from
II
bidding; and BIDDER has not sought by collusion to obtain for himself any advantage
II
over any other BIDDER or over OWNER.
That no memlr of the Augusta-Richmond City/County government or other officers
or employees:6f said OWNER is interested directly or indirectly in the Bid or in any
portion of thd Bid nor in the Contract or any part of the Contract which may be
awarded the Jndersigned on the basis of such BID.
This BID is J1ased upon prevailing wages in Richmond County, Georgia and in no
case are wag~s less than those determined by the Secretary of Labor, a schedule of
which is cont~ined in the General Provisions, GP-I00.
lt is a conditil oftrus BID and any subsequent contract entered into pursuant to this
BiD, and it s~kll be made a condition of each subcontract entered into pursuant to the
prime contrad~ that the Contractor and any Subcontractor shall not require any laborer
or mechanic ~mployed in performance of the contract to work in surroundings or
under workul~ conditions which are unsatisfactory, hazardous, or dangerous to his
health or safety, as determined under Construction Safety and Health Standards, Title
29, CFR, pJt 1518 36FR7340, promulgated by the U.S. Secretary of Labor, in
accordance Jith Section 107 of the Contract Work Hours and Safety Standards Act,
, II
82, Statt. 961; that it is a further condition of this BID that he shall be solely
responsible f6r the enforcement of such Construction and Health Standards, and that
he defInitely ~nderstands that the OWNER and his authorized representatives will not
assume any li'hbility resulting from his failure to police and enforce all such standards.
The descriPt~n onder each bid item, being briefly stated, implies, althnugh it does not
mention, all incidentals and that prices stated are intended to cover all such work,
II
materials and incidentals as constitute BIDDER's obligations as described in the
Specificatiori~, and any details not specifically mentioned, but evidently included in the
II
Contract shall be compensated for in the item which most logically includes it.
(c)
(d)
(e)
(f)
(g)
B-2 of 28
Addendum No.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
I
I
I
I
I
I
I
I
I
I
I
I
I
(h) The Prices Bid includes all sales taxes and other applicable taxes and fees.
4. Contract Time: BIDDER agrees that:
(a) The work will be completed within lti!a:~ consecutive calendar days from date of
Notice-to-Proceed and within the stipulated phasing times as prescribed in Section
01010 "Scope of Work" of the Project Manual.
(b) In the event that the construction contract time period occurs between the dates
April!, 2004 through April 14, 2004 inclusive, all construction activities shall be
stopped. No contract time will apply against the contract during this time
period. The Contractor will be required to de-mobilize and re-mobilize at no
additional expense to the Owner.
(c) He/She will commence work with an adequate force and equipment at the time stated
in the Notice to Proceed, and complete all work in the number of days stipulated from
the date stated in said notice including working overtime and on Saturdays, Sundays,
and legal holidays as necessary in order to complete the project on time.
5. Bid Schedule: See attached pages B-4a through B-4d
6. Execution of Contract: BIDDER agrees that:
(a) In case of failure on his part to execute the said Contract and Bonds within 15 days
after the date indicated in the "Notice of Award", the check or bid bond
accompanying this BID, and the money payable thereon, shall be paid to the OWNER
as liquidated damages for such failure; otherwise the Bid Bond or check
accompanying this BID shall be returned to the undersigned.
7. Bid Documentation: The following documents are attached to and made a part of this BID:
(a) Required Bid Security in the form of a Bid Bond or certified check payable to the
order of the Augusta Aviation Commission.
(b) Non-collusion Affidavit
(c) EEO Report Statement
Cd) Bidder's Affidavit
(e) DBE Statement
(f) Buy American Certificate
(g) Certification of Non-Segregated Facilities
B-30f28
Addendum No.2
(h)
8.
SUbcontractot List
Bidder's Qultionnaire Regarding Subcontractors
II . ,
(k) Bidder's Qualification Questionnaire
Name and business Jdress (mailing and street) of BIDDER to which all formal Notices shall
be sent:
(i)
Q)
Smith Fence CO.
II
4699 110 Ave North
II
Clearwater, FI ~33762
II
9. The terms used in this BID which are defmed in the General Provisions of the Construction
Contract included as1la part of the Contract Documents have the meanings assigned to them in
the General Provisidns.
II
10. BIDDER hereby acknowledges receipt of the following addenda:
Addldum No. Dated
II
~ 2/26/04
~. 4/15/04
~ 4/19/04
1
6/24/04
6/24/04
2
B-4 of 28
Addendum No. 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
nID SCHEDULE
PERIMETER FENCING IMPROVEMENTS PROJECT
AUGUSTA REGIONAL AIRPORT
FAA AlP 3-13-0011-25 & 26
I
I
Spec,
No.
Item
No.
Item Description I (Write Unit Price in Words)
I
00800
Supplementary Insurance Provision
Twenty one thousand
sixty-seven
Estimated
Quantity Unit Unit Price
I
No
f()l]r 111lnrlr~rl
Dollars
Cents
2 0 I 000
Mobilization
Twenty four thousand
sixty-six
Sixty-six
six hlmnn:'rl
Dollars
Cents
I
I
3 S-140A Remove Existing Six-Strand Barbed Wire and Anus
Pricp inclllnpn in Tr~m #4
I
I
4 S-140B Remove Existing Chain Link Fence (5'-6')
One
Sixty
I
5 S-140C Remove Existing Single Leaf Manual Swing Gate (3'-14')
I
I
Fifty-three
Tni rt-y frl1lr
6 S-140D Remove Existing Dual Leaf Manual Swing Gale (12'-24')
One hundred six
Sixty-seven
I
7 S-140E Remove Existing Electric Gate (12'-24')
I
On/=> nllrlr""0 <:>jyty
No
8 S-140F Remove Existing Wooden Fence (5'-6')
Six
I
Sixty-seven
I
C) S-140G Remove Existing Concettina Wire
I
Six
Sixty S€l1T..m
I
I
Do II ilrs
Cents
Dollars
Cents
Do liars
Cents
Dolbrs
Cents
Dollars
Cents
Dollars
Cents
Dollars
Cents
Total Extended
L.S. s 21467.00 s 21467 00
L.S. S 2 4 6 6 6 . 6 6 s 2 4 6 6 6 . 6 h
17,816 U. S re f # 4
17,874 L.F. S 1. 60
14
EACH $ 5 3 . 3 4
7
EACH S 1 06 . 67
s
ref#4
528598.40
$ 746.76
s 746.69
5
EACH 5 1 60 . 0 0 s 8 0 0 . 0 0
16
6.67
LF $
16
6.67
LF $
BIODFR'SOR<JANllAlI0NSmith Industries dba Sm; th F""ncf'. Co
s 106.72
s 106.72
PJgc 13.4a
BID SCHEDULE
PERIMETER FENCING IMPROVEMENTS PROJECT
AUGUSTA REGIONAL AIRPORT
FAA AIP 3-13-0011-25 & 26
Item Spec.
No. No. Item Description I (Write Unit Price in Words)
10 f-162A 7' Chain Link Fence
11
f-162B
12
F-162C
13
F-162D
14
F-162E
15
F-162P
16
F-162G
17
F-162H
18
P-162J
Rlp'l.Tl"'n II
Bi lJnry-n; DE' II
Mow StriplInlrusion Barrier' A' pJl New Fence
. II
Eight II
Fi fty II
Mow StriplIntrusion Barrier 'B' pll Existing Fence
II
~t1~~ ::
24' Dual Leaf Manual Swing Gate!! '
Onp- tholl!'>t=lnn !';;xty !';;x
__ ___ __M__
Seventy II
20' 0.." L<,,,,,,,,lSwm, G"~ '
One thousand thirty-four
No II
16' Dual Leaf Manual Swing GJI
II
Onp- tnoll!'>t=lnc'l thirty fOllr
No . II
14' Dual Leaf Manual Swing Gal~
II
One thousand thirty-four
No II
12' Single Leaf Manual Swing alL
~
Eight hundred sixty-seven
No II
4' Pedestrian Gale II
Onp- tholl;st=lnn thrpp- nllnnrpc'\
thirty foulr
No 11
s ?fiR098 _ 5Q
I
I
I
I
I
I
I
I
I
I
I
I
31,541
2,314
Dollars
Cents
Dollars
Cents
L.P. S 8 _ S 0
L.F. $ 8. 5 0
3
EACH $ 1 0 6 6 . 70s
Estimated
Quantity ,Unit Unit Price Total Extended
Hf:b,6S31~1 L.F. $ 1 1 . 89 s 4 0 0 1 3 4 . 1 7
Dollars
Cents
Dollars
Cents
Dollars
Cents
Dollars
Cents
Dollars
Cents
Dollars
Cents
Dollars
Cents
5
EACH $ 1 0 3 4 . 0 0 S
s 19669.00
3200.10
5170.00
10
EACH $ 1 0 3 4 . 0 0 s 1 0 3 4 0 . 0 0
EACH S 1 0 3 4 . 0 0 s 1 0 3 4 . 0 0
Page 4-b
Addendum No 3
I
I
I
I
I
I
I
3
EACHS 867.00 s 2601.00
8
EACHS 1334.00s10672.00
BIDDER'SORGANIZATIONSmith Industries dba Smith Frnce Co.
I
I
BID SCHEDULE
PE~TERFENCINGIMPROVEMENTSPROJECT
AUGUSTA REGIONAL AIRPORT
FAA AIP 3-13-0011-25 & 26
I
Item Spec.
No. No. Item Description I (Write Unit Price in Words)
I
19 P.162K' 24' Dual Leaf Electric Swing Gate
Twenty five thousand three
hllnnrpn thirty four
I
No
20 F-162L 20' Dual Leaf Electric Swing Gate
TWeT'lty-fj vI? thnllc::;:tnn thrpp
hllndred trd rty fonr
I
No
Dollars
Cents
Dollars
Cents
I
21 F-162M 12' Single Leaf Electric Swing Gate
Fifteen thousand three hundred
th i rty fonr Dollars
N () Cents
I
I
22 F-162N 24' Single Leaf Cantilevered Slide Gate
Five thousand sixty-seven
No
Dollars
Cents
Estimated
Quantity Unit Unit Price
Total Extended
EACH S 25334 . 0 Os 25334 . 00
EACH S 2 533 4 . 00 s 2 5 3 3 4 . 00
EACH S 1 5334 . 00$ 1 5334 . 00
2 EACHS 5067.00$10134.00
I
23 P-162P Six-Strand Barbed Wire 33,653 L P. sin c 1
Prir.p inr.l11npn in h;:H::P prir.p
s inel
I
24 P-162Q Wildlife Ditch Treatment
I
Two thousand
No
25 Plans Pedestrian Gate Sign
I
Thirty-six
No
I
26 Plans Electric Gate Sign
Thirty-six
No
I
27 Plans
Padlock Gate Sign
I
Thirty-six
No
I
Dollars
Cents
Dollars
Cents
Dollars
Cents
Dollars
Cents
Dollars
Cents
L S. s 20 0 0 . 0 0 s 20 00 . 0 0
20 EACH $ 3 6 . DOs
720.00
5 EACH S
36.00 $
180.00
10 EACH $
36.00 s
360.00
BlDDER'SORGANlZATION Smith Tnnm::t-ri PC:: n'ba ~Trd th Fence Co
Page 4-c
Addendum No 3
I
I
I
Bl'D:8tHEDULE I
l?ERIMETER FENCING IMPROVEMENTS PROJECT
AUGUSTA REGIONAL AIRPORT
FAA AlP 3-13.0011-25 & 26 I
Item Spec. Estimated
No. No. Item Description I (Write Unit Price in Words) Quantity Unit Unit Price Total Extended
28 Plans Door Sign 20 EACH S 36.00 $ 720.00 I
Thirty-six II Dollars
Nn II Cents I
29 Plans Restricted Area Sign 190 EACH $ 36.00 $ 6840.00
'T'hirty c;:i"}{ II Dollars I
No II Cents ,
Total Bid Amount: $ 885,113.72 I
. I
.
\ I
I
~
I
I
I
I
I
I
I
Page 4.d
BIDDER'S ORGANIZATION Smith Indus b7'ies dba Smith Fence Co Addendum No. J I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
11. The BIDDER shall state on the line below, if a corporation, the name of state in which
incorporated and the date of said corporation.
Smith Industries dba Smith Fence Co 6/13/1977 Florida
Signed this
7
day of July
,20~
By:
i:~7~
......
(Signature of individual, partner
or officer signing the Bid)
CBC 1250975
License Number
ATTEST: ~~ 6.~~
tla4:r. ~c....
(Seal)
(Seal required if BIDDER
is a corporation.)
NOTE: If Contractor is a Corporation, Secretary should attest seal. Seal is required if
BIDDER is a Corporation. If Contractor is a partnership, all partners shall execute the BID (add
spaces as required).
B-5 of 28
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BID BOND
KNOW ALL MEN BY TH'SSE PRESENTS. that 'lie, the undcuigned
Swi-th Tnrlllc:;tdp..c:', Tnc. d/b/a/ Smith Fence Company asPrmclpal,ant1
1Je-~t(;\~V Sll~ty Ccmpany___ as$utety. archeleby
beld and firmly bound UDlo AunRa A vlailan Commlssfoa in me pcIIIJ aum of
T E'n... P~Y'~pnt (1 O~) of Amount Bid
for Th.e paymtJIt of, which, wen ~ ltUly to be made, w. h=reby jolDt1y aDd scvmlly
bind ourselves, our heirs. exe:cutors. admiDiattators, lUCCesaors. and &Ssips.
Sipd. this.l!b.. day of Ju 1 X
. 26)J...
The condirinnt of the above obUgadon is suc:h ~.t whereas the Principal b.Q submitted to the
AuSUsta A"ri.tiou Commission urtaiuBID.lttached hereto and Iw1=bymadcs a part hereof to enter
into a Comract in writb1g for Ihe ConstrV-ctioll or.
Perimeter ~eDcine bnDronlDebts Proieet at th. Auma Rttional Alrvo[l
NOW THEREfORE.
(a) If Pid BID lhall be rejected. or in ~ Iltcrnatc,
(b) If said BID &baJ1 be accepted and the PriIlcJpal shaD execute and ddiver a Comract m
tJlc Form of Apemcm attac:hedhercto (propetly compl=cd in I~rdam:e wich sai4
BID) aDd for the paymenl of all per5Ol1S pezfo11Dislg labor or fumisbiDg materials Is1
~o~On therewith, and shaIl ill aD ocher re.speeu perform the agreement created by
tho ~tanco of said Bm, thc:n tbb obliptioJl shaD. he void, otherwise the same 8haJ1
. r=aiD irl force and dfect: it. beiDa' ~&1y understood IDd qrecd that the Jiabi]iry
of the Surety for uy and an claims ~ SbAI1, in DO ewnt. axed cba pccal
amcUDt of this Qb!ig.tion as ~iD.1tIItcd.
The Surety, for value rec~ hereby atipu1a.tca ~ &8X=I tlWobli.~ ofsald Smeq arxI
iu 13ol3d.s shall be.io no way impaired or afReted by IUY exta2Sioll oftbc tia withio wbI:h Ihe Owuer
may accept 5uc;h BID: IIJd said Surety does h=by waive llOtIce of any m:h mwiou.
B-6 of28
Addendum No.2
\'-
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
IN WITNESS WHEREOF. the PriDclpIlIlld the Suretybave hcicw1to let theJr handa IDCl
seals, and .neh oftbem IS are ~atioDs ha~ ~ their c:ocporatc ICI1I to be bere~ed
and these pracl1u to be,~ by their proper officers. the day ~d~, act forth lbo
Smith Industries, Inc. ~
' d/Q/~ smi th Fence. Comoa V (L.S.)
Principat
(SEAL)
~~'tqrn Surety rnmD~ny
Surety
B~WA.(1~~
Bruce A. Bozelka
Attorney-in-Fact
(1)
(2),
Date of Bond mast be ~ date as BID.
Bond must be ~ or co11DltniJllcd by Surety) ptoper OcorJit Resident
A8~t. Datc' Ofjrwer.Of..AlIOmcy s&.U be SaIXIC date as dale of Bond.
If I Pa.rt%1CfS.hip, au partners ehaD exec;utc BODd.
(3)
B-7of28
Ad~-cJwn No_ :2
I
Western ~urety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY.IN.FACT
I
Kaow All Mell By These l'reltllll. That WESTERN SURETY COMPANY.:1 South D3kola corporation. Is a dl/ly orB:Y1iz~d 11111 exi,tinS corporatilln
having lis principal office in Ille City of Sioux Falls, and SlJIte of South O:1ko13, and ~I it does by vinlle of the signature and seal herein Affixed heTeby
I11llkc. ConsritulC and '))poin\
I
I
Matthew E. Currao, Judy A. Zellers, Lori McClain, Bruce A. Bozelka, Monte R. RanD, Mark
A. Coolbaugb, Joyce D. <:>rndorff, Paul Davis, Individually
I
ofM3irhlnd, Fl.. Its true ;lnd lawful ^notne)'(s}-in-FacI with full power and authority herebHonrem:d,CO sien. sC:lllII1d execute for and on its behslfbonds,
underukings and otber obligll\(1)l Instruments of simil:lt natu~
I
-In Unlimited Amobots -
I
and \0 bind it thereby &$ fully and to the same !:ll\ent:lS irsuch InSll'\lmen15 were si~cd by a duly authori1.cd offic~ oflhe corporalion and all the aets OfS1lid
Atlomey, pursuant 10 the authority hc:rcby given. are h~by r:llified and confirmed
I
This Pllwcr of AlIomcy is ItI3de and e:xccultd pU11UlIIlt 10 and by authority oi Ihc Ily-Law printed on the rever,;e hcreof, duly adoplcd..:Is indicated, by
\he shareholdc~ ofthe corporation
In WilReu Wh.reof, WESTERN SURETY COMJ>ANY Iw caused tltm presents 10 be signed by ir, Senior Vice President and Iu corpor:lte sullO
be herelo affixed On this 25th day of MlU'Ch, 2003.
I
I
WESTERN SURETY COMPANY
4r ~e,~;~v..,"~
I
State of SQuth Dukola
County of MInnehaha
} 5s
I
On 'llis 2Stlt day of M~rcll, 2003. before me perconatly came: Paull. BruOal, to me known, who, being by me dilly lwom. did depose and say! thaI hc
resid~ in the City of Sioux Falls. SI3a: of Soulll DalcoLrt; lhal he is the Senior Vice !'residenl of WESTE R N SURETy COMPANY described in and which
exeellltd the above instrullYnt; Ihol he knows Ihc seal of s.id corpor.don; Il1al thc se.l affixed 10 Ihe ~B;d inslNment is ~uch corpOrale seal; Ihat it was 50
affixed pursuant to 3ulhori\)' gillen by the Board of DircClDrS or 5:1id corporation and th.1 he si/llled his name \herelO p\ll'SU3nl 10 like authority. and
acknowted2t5 same 10 be lhe act and deed of said corporation,
I
My comnlission clI;Jlires
November 30. 2006
.-~~~~~~~~~~~-~~~~,~~~~.
f O. KRELL J
~ ~
S~NorAflY pU8uc~1
:~SDUTH DAKorA\G;V~
._-~~~~--,-~~~~-~--~~~~~.
'~
d~, -- A-U.P
D. Krell, NOlary Publie
I
CERTIFICATE
I
I, L Nelson. Assistant SccrCI~ry of WESTERN SURETY COMPANY do hllTeby certify m~llht Po....er of Atlame)' hercinabove aCl fOrnl is stilt in
fortt. and funher certifY that tlJc By-LAw of the corpOl"lIlion printed On the revme her~llf is SllIIln foree In lcstimllny whereof I h~ve hereunto subscribed
my n.me and lIffixed the s~al of th~ said co~raliO\lll\is __ 7t h_ day of J u 1 V . 2004
I
WESTERN SURETY COMPANY
I
g '!Z4:1.A1~
L. Nelson. Msislllll\ Sct~tlry
Form F.~.O.I.2002
I
I
/
I
I
I
I
I
I
\1
I
I
I
I
I
I
I
I
I
I
TOTAL P.04
I
I
N01'IC~
. ~
In accorclance with the '18rrorism Risk IxiSuranc:e Act of 2002, we 81'1 providing this
c.tisc:losure notice for bonds and cartain ~urancI policies on which one or more of the
Writin, Companiee identi5ed below is ~ sUlety or in8ure~
To ~a1I on bonds a>>,d in~U1'eds 011 c]~ inaurance polici~ written by anyone . ' .
or mort of the following companies (cone4~vely the "Writing Companies"). a8 surety
or insurer. Western Surety Company, U~;vera&l Surety of America. Surety Bonding
Company or Ameri~~ Continental CuuaIty <;:Ompahy. National Fire Iftsurance
Compmy of Hartford, American Casualtl Company of ReacUng. PAr The Firemen's
~ -
Insurance Company o!Newark., NJ, and The Continental wurance Company.
DISOLOSURE O~ PRI:MTtJM
The preroium attributabl'l to coverage for terrorist acts certified under the Act was
Zero Dollars ($0.00). II \
DISCLOSURE OF FEIlERAL PARTICIPATION IN PAYMENT OF TERR.ORISM
LOSSE~' II . .
rhe United States will pay ninety p~eeDt (90%) of covered terrorism losses e:lceeding
:he applieable auretylin8urer deductible.
"'"" 1'7110
~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
FORM OF NONCOLLUSION AFFIDAVIT
(This Affidavit is Part of BID)
STATE OF
Florida
)
) SS.
)
COUNTY OF Pinellas
Raymond Smith
being fIrst duly sworn, deposes and says that he is
President
(Sole owner, a partner, president, secretary, etc.)
of Smith Industries dba Smith Fence Co
the party making the foregoing Proposal or BID that such BID is genuine and not collusive or sham;
that said BIDDER has not colluded, conspired, connived, or agreed, directly or indirectly, with any
BIDDER or person, to put in a sham BID, or that such other person shall refrain from bidding, and
has not in any manner, directly or indirectly sought by agreement or collusion, or communication or
conference, with any person, to fIx the Bid Price of affiant or any other BIDDER, or to fIx any
overhead, profit or cost element of said Bid Price, or of that of any other BIDDER, or to secure any
advantage against OWNER any person interested in the proposed Contract; and that all statements in
said Proposal or BID ar~ true; and further, that such BIDDER has not, directly or indirectly submitted
this BID, or the contents thereof, or divulged information or date relative thereto to any association
or to any member or agent there'lk::f ~ 1i.K!~
~~~ Smi th Fence Co.
(BIDDER)
Sworn to and subscribed before me this 7th day of July , 20~~
afL'~:1!t,~.:~
Pinellas
County
My Commission expires
~/13
,20Q}
(SEAL)
""~-:;'\fif.:;;: Phyllis B. Gonzalez
~:rt!J;..,:~ MY COMMISSIO~' 00202280 EXPIRES
~"~'''''' Aprr113, 2007
-'1,;r <;; .;,:~<-" &eNDED THRU TROY FAIN INSURANCE INe
"lftl,I'
B-8 of 28
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(THIS REPORT IS PART OF THE BID)
EQUAL OPPORTUNITY REPORT STATE:MENT
AS REQUIRED BY 41 C~R 60-1.7(b)
The BIDDER (proposer) shall complete the following statement by checking the appropriate blanks.
Failure to complete these blanks may be grounds for rejection of bid:
1. The BIDDER (Proposer) has ~ has not _ developed and has ~ does not have
_ on flle at each establishment affirmative action programs pursuant to 41 CPR 60-1.40
and 41 CPR 60-2.
2. The BIDDER (proposer) has ~ has not _ participated in any previous contract or
subcontract subject to the equal opportunity clause prescribed by Executive Order 11246, as
amended.
3. The BIDDER (Proposer) has -2L- has not _ fued with the Joint Reporting Committee
the annual compliance report on Standard Form 100 (EEO-1 Report).
4. The BIDDER (Proposer) does ~ does not _ employ fIfty (50) or more employees.
BY:
TITLE:
President
DATE:
7/7/04
B-9 of 28
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BIDDER'S AFFIDAVIT
(This Affidavit is part of the BID)
STATE OF Florida
)
COUNTY OF Pinellas
)
Raymond Smith / Smith Fence Co.
being duly sworn, deposes and says that he resides at
4699 110 Ave North Clearwater, Fl 33762
that he is the
President
(Give Title)
who signed the abode Proposal or BID, That he was duly authorized to si and that the BID is the
true offer of the BIDDER, that the seal attached is that seal of the IDDER and that all the
declarations and statements contained in the BID true to the bes his knowledge and belief.
~/(
(Affiant)
Subscribed and Sworn to before me this 7 day of July , 20~~
i!lc,I.tu ;5 4m.6 ~
Cij'otary Public) {/
My Conunission expires 7'/13 ,20tO
(SEAL)
""HII',,,
~1!'."'f/'~ Phyllis B. Gonzalez
t(Ji.". i3 MY COMMISSIO~ # 00202280 EXPIRES
~..;'~'S~ Apnl 13, 2007
"'f.;ir;,~'t-" SONDED THRUTl10YFAlN INSURANC~ INC.
B-lO of28
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
DffiADVANTAGEDBUS~SENTERPRlSEPROGRAM
The following bid conditions apply to this Department of Transportation (DOT) assisted contract.
Submission of a BID/proposal by a prospective Contractor shall constitute full acceptance of these
bid conditions.
(1) DEFINITION - Disadvantaged Business Enterprise (DBE) as used in this Contract shall have
the same meaning as defmed in Subpart D to 49 CFR Part 26.
(2) POLICY - It is the policy of DOT that nBEs as defmed in 49 CPR Part 26 shall have the
maximum opportunity to participate in the performance of contracts and subcontracts
financed in whole or in part with federal funds. Consequently, the DBE requirements of 49
CPR Part 26 apply to this contract.
(3) DBE OBLIGATION - The Contractor agrees to ensure that disadvantaged business
enterprises as defmed in 49 CPR Part 26 have the maximum opportunity to participate in the
performance of contracts and subcontracts fmanced in whole or in part with federal funds. In
this regard all Contractors shall make good faith efforts, as defmed in Appendix A, 49 CFR
Part 26 to ensure that DBEs have the maximum opportunity to compete for and perform
contracts. Contractors shall not discriminate on the basis of race, color, national origin, or
sex in the award and performance of DOT assisted contracts.
(4) COMPLIANCE/CONTRACT ASSURANCE - The CONTRACTOR or his/her
subcontractor(s) shall not discriminate on the basisofrace, color, national origin, or sex in
performance of this Contract. The Contractor shall carry out applicable requirements of 49
CPR Part 26 in the award and administration of DOT assisted contracts. Failure by the
CONTRACTOR to carry out these requirements is a material breach of this Contract, which
may result in the termination of this Contract or such other remedy as the OWNER deems
appropriate.
(5) SUBCONTRACT CLAUSE - All BIDDERS and potential Contractors hereby assure that
they will include the above compliance clause in all subcontracts which offer further
subcontracting opportunities.
(6) CONTRACT AWARD - BIDDERS are hereby advised that meeting DBE subcontract goals
or making an acceptable good faith effort to meet such goals are conditions of being awarded
this DOT assisted contract.
(7) DBE P ARTICIP A TION GOAL. The requirements of 49 CPR Part 26, Regulations of the
U.S. Department of Transportation (DOT), apply to this contract. It is the policy of the
OWNER to practice non-discrimination based on race, color, sex, or national origin in the
award or performance of this contract. All firms qualifying under this solicitation are
encouraged to submit bids/proposals. Award of this contract will be conditioned upon
satisfying the reqtlirements of this bid specification. These requirements apply to all
BIDDERS, including those who qualify as a DBE.
B-l1 of28
Addendum No.2
The attainment of goals established for this contract is to be measured as a percentage of the
total dollar value of the c~ntract. The goal the Owner has established for this contract is as
follows:
. 28~5 % of the CO.Dtract (in any award scenario) to be performed by nBE firms (based
on historical availMbility of references and the Engineer's determination that the above
prescribed perceri~ages of the total project work is available to be performed by
disadvantaged bu~iness enterprise (DBE) firms within the project area).
- II '
(9) CONTRACTOR'S REQUIRED SUBMISSION - The OWNER requires the submission of
the following informatioJ with the Bid. Certain other DBE information may also be required.
B-12of28
Addendum No. 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
I
'I,
I
I,
I
I
I,
I
I
I
I
I
I
DISADVANTAGED BUSINESS ENTERPRISE (DBE)
CONTRACTORS
" Classification. .
DBE Firm Name Prime, Sub.',
Address Joint, Mfr., or Description of Dollar Value of
Telephone Supplier Work Work
1. J Harris Construction sub-contr. concrete
PO Box 14311 $2 8 7 , 7 6 7 . 5 0
Augusta, Ga. 30919
706-667-9903
2. Tools EnqJ..neers Inc. sub-contr. survevor
349 Greene street $ 6,534.00
AUGusta. Ga 30911
706-722-4114
3.
$
4. I
$
5.
$
Affirmation:
"'"
(Signature)
(Title)
B-13 of28
Addendum No.2
(Title)
I'
I
?I
I
I
I
I
,I
I
I
I
I
,I
I
I
I
I
I
I
Classification
DBE Firm Name Prime, Sub.,
Address Joint, Mfr., or Description of Dollar Value of
Telephone Supplier Work Work
6. II
II $
II
I
7.
$
8.
$
9.
II $
II
II
10. II
~I $
II
II ,
II
DISADVANTAGED BUSINESS ENTERPRISE (DBE)
II CONTRA'CTORS
II
Affirmation:
II
s) has (have) affIrmed that it will perform the portion of the Contract
II
r v as stated above,
,I
.'
B:
"'-
B-140f28
Addendum No.2
I
I
I
Ii
I
I
I
'I
I
I,
I
I
I
DISADV ANT AGED BUSINESS ENTERPRISE (DBE) TOTALS SUMMARY
Total DBE value
$885,113.72
$ 294,301 .50
Total Price Bid
Total DBE percent
33.25
%
The OWNER proposes to award the contract to the lowest responsive and responsible BIDDER
submitting a reasonable bid provided he has met the goals for DBE participation or, iffailing to meet
the goals, he has made an acceptable good faith effort to meet the established goals for the DBE
participation. BIDDER is advised that the OWNER reserves the right to reject any or all bids
submitted.
(10) GOOD FAITH EFFORTS - If the BIDDER fails to meet the DBE subcontract goals
established in Paragraph 7 above, the following information must be submitted prior to
contract award to assist the OWNER in determining whether or not the BIDDER made
acceptable good faith efforts to meet the contract goal. This information (when applicable),
as well as the DBE information, should be submitted as specified in Paragraph 9 above.
Suggested guidance for use in determining if good faith efforts were made by a BIDDER is
included in Appendix A of 49 CFR Part 26.
The evidence of good faith efforts must be submitted by any BIDDER who wishes to be
considered, within 48 hours after the BIDs are opened. The burden of submitting this evidence
rests solely with the BIDDER and not upon the OWNER
A list of the efforts that a BIDDER' may make and the OWNER may use in making a
determination as to the acceptability of a BIDDER's efforts to meet the goal as included in
Appendix A are as follows:
a.
Whether the BIDDER attended any pre-solicitation or pre-bid meetings that were
scheduled by the recipient to inform DBEs of contracting and subcontracting
opportunities. The BIDDER must solicit this interest within sufficient time to allow
the DBEs to respond to the solicitation. The BIDDER must determine with certainty
if the DBEs are interested by taking appropriate steps to follow up initial solicitations;
I
I
I
I
I
I
b.
Whether the BIDDER advertised in general circulation, trade association, and
minority-focus media concerning the subcontracting opportunities;
c.
Whether the BIDDER provided written notice to a reasonable number of specific
DBEs that their interest in the contract was being solicited in sufficient time to allow
the DBEs to participate effectively;
B-150f28
Addendum No.2
d,
Whether the BIpDER followed up initial solicit~tions of interest by contacting DBEs
to determine ~ith certainty whether the DBEs were interested;
II
Whether the BIDDER selected portions of work to be performed by DBEs in order to
~ .
increase the likelihood that the DBE goal would be achieved (including, where
: appropriate, b~eaking out contract work items into economically feasible units to
facilitate DEBI participation, even when the BIDDER might otherwise prefer to
perform these I~ork items with its own forces);
I .
Whether the BIDDER provided interested DBEs with adequate information about the
plans, specific~tions, and requirements of the contract in a timely manner to assist
them in respo~ding to a solicitation;
(1) WhetJL the BIDDER negotiated in good faith with interested DBEs, not
rejectiAg DBEs as unqualified without sound reasons based on a thorough
invesdkation of their capabilities. It is the BIDDER's responsibility to make a
portioh of the work available to DBE subcontractors and suppliers and to
select I,those portions of the work or material needs consistent with the
availaOle DBE subcontractors and suppliers, so as to facilitate DBE
participation. Evidence of such negotiation includes the names, addresses,
and telephone numbers of DBEs that were considered; a description of the
infonJation provided regarding the plans and specifications for the work
select~d for subcontracting; and evidence as to why additional agreements
II
could not be reached for DBEs to perform the work.
A BJ~DER using good business judgment would consider a number of factors
in neg'otiating with subcontractors, including DBE subcontractors, and would
take ~~f1rm's price and capabilities as well as contract goals into consideration.
HowAer, the fact that there may be some additional costs involved in fmding
and u~ing DBEs is not in itself sufficient reason for a BIDDER's failure to
II
meet the contract DBE goal, as long as such costs are reasonable. Also, the
abilitylor desire of a prime contractor to perform the work of a contract with
its oJln organization does not relieve the BIDDER of the responsibility to
makellgoOd faith efforts. Prime contractors are not, however, required to
accep.t higher quotes from DBEs if the price difference is excessive or
II
unreasonable,
Whether the IkIDDER made efforts to assist interested DBEs in obtaining bonding,
lines of cred1t or insurance required by the OWNER or Contractor; and
Whether the! BIDDER efrectively used the se;"ices of availahle minority/women
community brganizations; minority/women Contractors' groups; local and state
Federal Min~rity /Women Business Assistance Offices; and other organizations as
allowed on a1base by case basis to provide assistance in the recruitment and placement
of DBEs.
I
I
I
,I
I
I
I
I
I
!I
I
I'
I
e.
f.
g.
(2)
h.
I
i
I
I
I
I
1.
B-160f28
Addendum No.2
I
I
I
I
I
I
I
I
I
I
,I
I
I
I
I
I
I
I
I
NOTE: The nine items set forth above are merely suggested criteria and the OWNER may specify
that you submit information on certain other actions a BIDDER took to secure DBE participation in
an effort to meet the goals. A BIDDER may also submit to the OWNER other information on efforts
to meet the goals.
(11) BIDDER ASSURANCE - The BIDDER hereby assures that he is committed to meet one of
. ,
the following as appropriate:
a. The DBE participation goal as established in Paragraph 7 above.
b. The DBE participation percentage as shown in Paragraph 9 which was submitted as a
condition of contract award..
c. The BIDDER (if unable to meet the DBE Goal of28.5 % the Contractor is committed
to a minimum of N / A % DBE utilization on this Contract and submits
acceptable full documentation demonstrating good faith efforts.
Agreements between BIDDER/proposer and a DBE in which the DBE promises not to provide
subcontracting quotations to other BIDDERS/proposers are prohibited. The BIDDER shall make a
good faith effort to replace a PBE subcontractor that is unable to perform successfully with another
DBE subcontractor. Substitution must be coordinated and approved by the OWNER.
The BIDDER shall establish and maintain records and submit regular reports, as required, which will
identify and assess progress in achieving DBE subcontract goals and other DBE affirmative action
efforts. '.
Name of BIDDER: Smith Ind. dba Smith Fence CO
IRS N be. 59-1743'M
:: ~J-
President
Title: .
Date: 7/7 /04
NOTE: The penalty for making false statements in offers is prescribed in 8 use 1001.
B-170f28
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
,
I
I
I
I
I
I
I
BUY AMERICAN CERTIFICATE (.TAN 1991)
By submitting a Brp/proposal under this solicitation, except for those items listed by the BIDDER
below or on a separate and clearly identified attachment to this BID/proposal, the offeror certifies that
steel and each manufactured product, is produced in the United States (as defined in Article 23 of
Instruction to Bidders "Buy American - Steel and Manufactured Products For Construction
Contracts") and that components of unknown origin are considered to have been produced or
manufactured outside the United States.
PRODUCT
COUNTRY OF ORIGIN
N/A
=(J(k
Signature of BIDDER
4)
Title ~
B-180f28
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
f
I
I
I
I
I
I
SUBCONTRACTS EXCEEDING $10,000 WHICH ARE NOT
EXEMPT FROM THE EQUAL OPPORTUNITY CLAUSE
Certification of Nonseereeated Facilities
The federally assisted construction Contractor certifies that he does not maintain or provide,
for his employees, any segregated facilities at any of his establishments and that he does not
permit his employees to perform their services at any location, under his control, where
segregated facilities are maintained. The federally assisted construction Contractor certifies
that he will not maintain or provide, for his employees, segregated facilities at any of his
establishments and that he will not permit his employees to perform their services at any
location, under his control, where segregated facilities are maintained. The federally assisted
construction Contractor agrees that a breach of this certification is a violation of the equal
opportunity clause in this contract. As used in this certification, the term "segregated
facilities" means any waiting rooms, work areas; restrooms and washrooms, restaurants and
other eating areas, tirneclocks, locker rooms and other storage or dressing areas, parking lots,
drinking fountains, recreation or entertainment area, transportation, and housing facilities
provided for employees which are segregated by explicit directives or are in fact segregated
on the basis or race, color, religion, or national origin because of habit, local custom, or any
other reason. The federally assisted construction Contractor agrees that (except where he has
obtained identical certifications from proposed Subcontractors for specific time periods) he
will obtain identical certifications from proposed Subcontractors prior to the award of
subcontracts exceeding $10,000 which are not exempt from the provisions of the equal
~~tlY cla~e will retain such certifications in his files.
~'"( ~ President
-
Signature of BIDDER
Title
B-190f28
Addendum No.2
I
I
I
I
I,
I
I
I
I
I
I
I'
I
I
I
I
I
I
I
BIDDER CERTIFICATION REGARDING
DEBARMENT, SUSPENSION, lNELIGillILITY AND VOLUNTARY EXCLUSION
LOWER TIER COVERED TRANSACTIONS
PURPOSE: The OWNER has the responsibility to ensure that it does not enter into acontract for
goods or services with any firm, person, etc. that has been debarred, suspended, deemed ineligible
or has voluntarily excluded themselves from participation in federally funded programs. Note that
the term ''prospective lower tier participant" has the same meaning as the term BIDDER.
Completion ofthis Certification by the BIDDER is a condition of BIDDER's responsiveness to this
BID.
INSTRUCTIONS FOR CERTIFICATION
1. By signing and submitting this proposal the prospective lower tier participant (BIDDER) is
providing the certification set out below.
2. The certification in this clause is a material representation offact upon which reliance
was placed when this transaction was entered into. If it is later determined that the
prospective lower tier participant (BIDDER) knowingly rendered an erroneous
certification in addition to the remedies available to the Federal Government, the
department or ~gency with which this transaction originated may pursue available
remedies, including suspension andJor debarment. .
3. The prospective lower tier participant (BIDDER) shall provide immediate written
notice to the OWNER if at any time the prospective lower tier participant (BIDDER) learns
that its certification was erroneous when submitted or has become erroneous by reason of
changed circumstances.
4. The terms "covered transaction", "debarred", "suspended", "ineligible", "lower tier
covered transaction", "participant", "person", "primary covered transaction", "principal",
"proposal", and "voluntarily excluded", as used in this clause, have the meanings set out in
the DefInitions and Coverage sections of rules implementing Executive Oider 12549.
5, The prospective lower tier participant (BIDDER) agrees by submitting this proposal that, should
the proposed covered transaction be entered into, it shall not knowingly enter into any suocontract
(any lower tier covered transaction) with a firm, or };lerson who is debarred, suspended, declared
ineliglble, or voluntarily excluded from participation in this covered transaction, unless authorized
by the department or agency with which this transaction originated.
6. The prospective lower tier participant (BIDDER) further agrees by submitting this proposal that it
will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion - Lower Tier Covered Transaction", without modification, in all subcontracts
(lower tier covered transactions) and in all solicitations for such subcontracts (lower tier covered
transactions).
B-20 of28
Addendum No. 2
7;.
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
8.
A participant (BIDDER) in a covered transaction may rely upon a certification of a prospective
participant in a lower tier I~overed transaction tbat it is not debarred, suspended, ineligible, or
voluntarily excluded frorrll the covered transaction, unless it knows that the certification is
erroneous. A participant I~ay decide the method and frequency by which it determines the
eligibility of its principals. IfaCh participant may check the Nonprocurement List.
Nothing contained in the foregoing shall be construed to require establishment of a system of
II
records in order to render in good faith the certification required by this clause. The knowledge
and information of a pros~tive lower tier participant (BIDDER) is not required to exceed that
which is normally possess&! by a prudent person in the ordinary course of business dealings.
E fi . Ilth'd d. h5fh' . if .. .
xcept or transactIOns a~1 onze un er paragrap 0 t ese mstructlOllS, a partICIpant ill a
covered tr~action knowingly enters into a lower tier covered transaction with a person who is
suspended, debarred, inelibhle, or voluntarily excluded from participation in this transaction, in
addition to other remedies':available to the Federal Government, the department or agency with
which this transaction ori~ated may pursue available remedies, including suspension and/or
debannent.
9.
(THE
REMAINDER OF TIllS PAGE IS INTENTIONALLY :BLAl\TK)
B-2! of 28
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BIDDER CERTIFICATION REGARDING
DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION
LOWER TIER COVERED TRANSACTIONS
This certification is required by the regulations implementing Executive Order 12549, Debarment and
Suspension, 24 CFR Part 85, Section 85.510, Participants' responsibilities. The regulations were
published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211).
(BEFORE COMPLETING THIS CERTIFICATION, READ INSTRUCTIONS)
(1) The prospective lower tier participant (BIDDER) certifies, by submission of this proposal, that
neither it nor its principles are presently debarred, suspended, proposed for debarment, declared
ineligible, or voluntarily excluded from participation in this transaction by any Federal department
or agency.
(2) Where the prospective lower tier participant (BIDDER) is unable to certify to any of the
statements in this certification, such prospective participant (BIDDER) shall attach an explanation
to this proposal.
Name and Address of BIDDER's Organization:
Srnjth Ind dba Smith Fence Co
4699 110 Ave North
Clearwater, Fl 33762
Raymond Smith
Name of BIDDER's
Authorized Representative
(Please Print or Type Name)
<{~~ t:a-
Signature of BIDDER's
Authorized Representative
President
Title of BIDDER's
Authorized Representative
(Please Print or Type Title)
7/7/04
Date
B-22of28
Addendum No. 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PERFORMANCE OF WORK BY SUBCONTRACTORS
The BIDDER hereby states that he proposes, if awarded the Contract, to use the following
subcontractors on this project: List below all proposed subcontractors and trade specialties. (List only
one subcontractor for each item.) The BIDDER shall obtain prior written, permission of the OWNER
should he choose to add or substitute other subcontractor(s) not shown herein.
Item
Name of Subcontractor
Estimated Dollar Value
concrete
J Harris Construction
$288,000.00
landscape
Carte Landscape & Devlpmnt $13,400.00
land surveyor
Tools Engineers Inc
$6500.00
Estimated Total Cost of Items that BIDDER states will be performed by Subcontractors:
($ 307900.00 )
B-230f28
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
Vj
~
o
E-4
U en
~:E
~......
E-4 5
z<+=<
o~
U g
~.b .
~ l:: ~
Vj 0 0
0)50
Z~.D
)oooll::"d
AO.B
~ bl)~
~.S 4)
00ld
~::l ....
,..,.. 0'" u
~ I-<.~
~ 0 0
~bl)~
)oool .S "d
~"(4)
Z:Qt)
Z .D ';j)
o en ~
)oool 8 I
~~E--<
Vj_O
~-O
0-<
o
~
~
Q
Q
-
~
I
I
I
I
I
I
I
I
:::l
8
0
?""(
{,I.l-
^
.::::
:::l 8
r:Il 80
~ tIl~
l:l< {,I.l- ffl-
.....
G) ,
C)
G)
~
r:Il f _
:= .,...(
r:Il 8 8
e
~ ~tJ) :><: :><:
ffl-ffl-
-
c:Il
:=
=
= f
< 0_
0.-
qE x
o~
~ffl-
ffl-
0
<:>
<:>
0
<:>
tJ)
ffl-
V
"tl fillZ
G)
!;::
.- !Xl I-<
~ QO
/.; Z ~ :>-<<
~ ~
U '-'
. . .
ro ro ro
t9 t9 t9
... .. .
ro ro ro
+J +J +J
tIl tIl tIl
r:Il ::l &. g
r:Il tJ'I
G)
/.; ::l ::l ::l
"l:l ,q: ,q: ,q:
"l:l
< .....
Q)
8 Cl .
/.; . H ()
..... 0.. +J c::
~ U tIl H
..... tIl c::
0
~ 'tl 0 g
c:: u
~ H
tIl ~
G) H 'M
E Q) H rJl
c:l +J H r--i
Z H ro 0
E ro ::x:: 0
/.; U r:J 8
~
N
00 0
0lZ
t) 8
"<t ;:l
0l"d
I l::
i:A~
"d
-<
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
BIDDER QUALIFICATION QUESTIONNAIRE
Submitted by Smi th Industries dba Smith Fence Co.
Name of BIDDER
General Contractor's License # CBC 1 25097 5
( ) An Individual
( ) A Partnership
( :>9 A Corporation
Federal Identification # 59 - 1 7431 61
Principal Office Address: 4699 110 Ave North Clearwater, Fl 33762
(1) How many years has your organization been in business as a contractor under your present
name?
27
(2) How many years experience in construction work has your organization had as a general
contractor?
27
As a Subcontractor?
27
(3) List below the requested information concerning projects your organization has completed
in the last five (5) years for the type of work required in this project. (Use additional
sheets if necessary)
Project
Title
Contract
Amount
Required
Completion Date
Actual
Completion Date
N amel Addressrr el
of Owner
pis sp.e attch'd.
B-25 of 28
Addendum No.2
(4)
(5)
~ '
Have you ever failed to complete any work awarded to you? If so, where and why?
~. . .
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
no
II
(6)
Has any officer or partner J your organization ever been an officer or partner of some
other organization that failJli to complete a construction contract? If so, state name of
individual, name of other ollganization, and reason therefore. '
. II .
II
II
Has any officer or partner ]f your organization ever failed to complete a construction
contract handled in his ow~ name? If so, state name of individual, name of owner and
reason therefore. no II
no
(7)
II
II
Give below any informatiJl which would indicate the size and capacity of your
organization, including nulhber of employees, equipment owned by your organization,
etc., which are available f& utilization on this Contract.
II
Smith Fence Co employs approximately 75 employees and owns
II
and/or operate9, all necessary equipment for fence construction.1I
Geographic areMs of work: Allover the U.S and West Indies
II
B-26 of 28
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(8)
What is your bonding capacity? $15 mi llion
(9)
(10)
(12)
What amount of your bonding capacity has been used as of the date of this bid?
$1.3 million
How many applications for performance and payment bonds have you made in the last
three (3) years? 1 3
(11)
How many of these applications were not approved? none
Have any claims been filed against a bond provided for you by your surety bond company
in the last five (5) years? If so, describe the nature of the claims and give the names of the
surety companies, dates of each claim, identifying numbers of each claim, amounts of each
claim, and the status of each claim. (Use additional sheets if necessary.)
no
B-2? of28
Addendum No.2
B-28 of 28
Addendum No. 2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(13) Have your company been in 9,isputes or litigations in the last five (5) years over construction
projects which are completed or still pending for completion? If so, describe the nature of the
disputes or litigations and s~ate the Owner's Name, Address, Telephone, and amount of
disputes or litigations. (Use I~dditional sheets if necessary.)
no
I, the undersigned, do hereby declare that the foregoing statements are true and correct, all as of
the date hereinafter set forth, and tH~t those examining this document have my permission to
contact any or all of those parties li~:ted in this questionnaire. Incorrect or misleading statements
in this questionnaire shall be grounds for a determination of nonresponsibility with respect to such
contractor. II
******r*************************************************
II
(SIGNATURE OF BIDDER)
Smith Industries dba Smith Fence Co.
(TYPE OR PRINT COMPANY NAME)
4699 110 Ave North ~Clearwater, Fl 33762
(TYPE OR PRINT ADDRESS)
I /vv~. /"-/v"\/'
" ,/' /~/~~
. :-:. .., ,
,? f\lM),1
I X \feYn~e', /'(
/ .v~ ~.I
" /"',\:/'\/'\/"/''y
I . '\. /' //....., ,/', /'....... ./'\. /'\.,
/" ... '\... ,.. '\0... ,/
COMPLETED PROJECTS - 100% COMPLETE BY REQUIRED DATE
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
Toronto Blue Jay Spring Training
Dunedin, FL
Contractor - J.A. Jones
Don Vinson - 8l3-886-8977
$276,000 - Complete 11/02
Q Northport High School
Northport, FL
W.G. Mills
Frank Hunt - 941-758-6441
$209,99l - Complete 1/02
Bordelais Correctional
St. Lucia, West Indies
Contractor - NIPDEC
Esther Farmer - 868-625-8749
$l,014,000 - Co~plete l2/02
. Suncoast Parkway
Pasco/Hernando County
D.A.B.
Eric Sims - 352-447-5488
$870,6224 - Complete 3/02
, Homestead Air Force Base
Homestead, FL
1. 1. Sosa
Don Forino - 813-888-6525
$595,000 - Complete 6/04
- Hillsborough County Parks
Hillsborough County
Hillsborough County
Kevin Hammond - 813-272-7021
$245,096 - Complete 6/01
Orlando Air Traffic Control Tower
Orlando, FL
Hensel- Phelps
Scott Downing - 407 -812-1902
$18l ,000 - Complete 6/02
Bush Gardens
Tampa, FL
Bush Gardens
Dennis Kegle - 813-998-5l30
$478,000 - Complete 8/00
Michigan Speedway
Detroit, Michigan
Michigan Speedway
Stan Alexander - 386-681-4l39
$979,000 - Complete 9/00
US 92 Handrail
Orange County
The Haskell Company
Allen Shaffer - 904-791-4500
$147,974 - Complete 2/02
Suncoast Parkway
Pasco County
Cone & Graham
Bob Graham - 813-623-2856
$1,2l0,750 - Complete l2/00
Winchester Blvd.
Sarasota County
Frederick Derr
Julie Bauer - 94l-355-8575
$242,968 - Complete 6/02
Lee Roy Selmon Expressway
Tampa, FL
V.R.S - 813-286-17ll
$l93,000 - Complete 8/02
Sebastian Municipal Airport
Sebastian, FL
City of Sebastian - 772-388-8241
$476,400 - Complete 5/04
Smith Industries, Inc d/b/a! Smith Fence Company and Smith Fence, 4699 11 Oth Avenue No., Clearwater, FL 33762
Pinellas (727) 573.5440 Hillsborough (813) 223-9267 Fax 727) 573-2075
I
I
I
I
I
I
I
I
I
I
I
,I
.1
I
I
I
I
I
I
CONTRACT FORM
THIS AGREEMENT is dated as of the 1'2... day of UOlJ ~ in the year 2004 by and
between the AUGUST A A VIA TI ON COMMISSION (hereinafter called OWNER) and SMITH
INDUSTRIES DBA SMITH FENCE COMPANY (hereinafter called CONTRACTOR).
OWNER and CONTRACTOR, in consideration ofthe mutual covenants hereinafter set forth, agree
as follows:
Article 1.
WORK.
Removal and reinstallation of approximately 18,000 linear feet of existing six-strand barbed wire,
removal of approximately 18,000 linear feet of existing 6'-high chain link fence and gates,
installation ofapproximately.J3,700 linear feet of new 7'-high chain link fence, six-strand barbed
wire, various sized gates, construction of a concrete mow strip and intrusion barrier for new and
existing fencing, and installation of various types of perimeter signage.
The Project, for which the Work under the Contract Documents may be the whole or only a part, is
generally described as follows:
PERIMETER FENCING IMPROVEMENTS PROJECT
FAA A.lP. Project No. 3-13-0011-25 & 26
AUGUSTA REGIONAL AIRPORT
AUGUSTA, GEORGIA
Article 2. ENGINEER.
The Project has been designed by
THE LP A GROUP INC ORP ORA TED
Post Office Box 5807
Columbia, South Carolina 29250
(803)254-2211
who is hereinafter called ENGINEER and who is to act as OWNER's representative, assume all
duties and responsibilities and have the rights and authority assigned to ENGINEER in the Contract
Documents in connection with completion of the Work in accordance with the Contract Documents.
Article 3.
CONTRACT TIME.
3.1 The Work will be completed and ready for final payment in accordance with paragraph 50-15
of the General Provisions as follows:
Completion of Project: The entire project shall be completed within liD consecutive
calendar days from the date of Notice- To-Proceed and in accordance with the construction
phasing prescribed in Section 01010 - "Scope of Work".
C-1
Addendum No.2
In tbe event tbat tbe construction contract time period occurs between tbe dates April
1,2004 tbrough April 14, 2004 inclusive, all construction activities shall be stopped. No
contract time will apply against tbe contract during this time period. The Contractor
will be required to de-mobilize and re-mobilize at no additional expense to the Owner.
3.2 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the essence of
this Agreement and that OWNER will suffer financial loss if the Work is not completed
within the times specified in paragraph 3.1 above, plus any extensions thereof allowed in
accordance with Paragraph 80-07 of the General Provisions. They also recognize the delays,
expense and difficulties involved in proving in a legal or arbitration proceeding the actual
loss suffered by OWNER if the Work is not completed on time. Accordingly, instead of
requiring any such proof, OWNER and CONTRACTOR agree that as liquidated damages for
. delay (but not as a penalty) CONTRACTOR shall pay OWNER the amount as stipulated in
Supplementary Conditions SG-14 of Section 00800 for each calendar day that expires after
the time specified in paragraph 3.1 for Completion and readiness for payment.
3.3 CONTRACTOR understands and hereby expressly agrees that in addition to liquidated
damages specified in Article 3.2 above, to pay the OWNER the actual costs to OWNER for
any inspector or inspectors necessarily employed by OWNER on the Work and the actual
costs to OWNER for the ENGINEER's observation of construction and project representative
services including all travel and subsistence expenses after the date specified for completion
until the Work is completed and ready for final payment. Further, the CONTRACTOR
agrees that the sums to be paid the OWNER may be deducted from the sum due the
CONTRACTOR for work performed as provided in Section 90 of the General Provisions.
Article 4.
CONTRACT PRICE.
4.1 OWNER shall pay CONTRACTOR for completion of the Work in accordance with the
Contract Documents, and in accordance with the unit bid prices submitted for the bid on Julv
7,2004 and amended by Attachment A to this contract, with an initial contract amount of
$885.102.12 to be paid based upon the actual quantities approved and accepted in
accordance with the Contract Documents.
Article 5.
PAYMENT PROCEDURES.
CONTRACTOR shall submit Applications for Payment in accordance with Section 90 of the
General Provisions but in no case shall submit Applications for Payment more than once per month.
Applications for Payment will be processed by ENGINEER as provided in the General Provisions.
5.1 Progress Payments. OWNER will make progress payments on account of the Contract
Price on the basis of CONTRACTOR's Applications for Payment as recommended by
ENGINEER, within 30 calendar days after receipt of an application for payment that has
been reviewed and approved by the Engineer. The last Friday of every month that work is
performed shall be the ending date for establishing the quantity of units completed for
submission in the application for payment.
C-2
Addendum No.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
I
I
I
I
I
I
I
I
I
I
I
I
I
5.1.1. Progress payments will be made in an amount equal to the percentage indicated
below, but, in each case, less the aggregate of payments previously made and less
such amounts as ENGINEER shall detennine, or OWNER may withhold, in
accordance with Section 90 ofthe General Provisions.
90% of Work completed as detennined by ENGINEER.
90% of materials and equipment not incorporated in the Work (but delivered, suitably
stored and accompanied by documentation satisfactory to OWNER as provided in
paragraph 90-07 of the General Provisions).
5.1.2 With each application for payment, the Contractor shall submit his DBE expenditures
for the month as well as a total-to-date. The expenditure report shall include the
name, date and amounts paid to each DBE subcontractor.
5.1.3 With each application for payment, the Contractor shall submit an updated CPM
schedule delineating activities completed and those remain to be completed.
Additionally, he needs to identifY any logic changes made since submission of his
first (baseline) CPM schedule. Detailed Bar Chart, Network Diagram and Standard
Report for all activities are required and shall be submitted on both hard (paper)
copies as well as the electronic files on 3-1/2" diskette(s) or compact disc(s).
5.1.4 The Contractor is advised that the certified payroll for his organization as well as all
of his subcontractors' must be current within 14 days of the requested Application for
Payment. '
5.1.5 The Contractor shall submit a manual set(s) for each item of equipment installed as
part of the Contract work when submitting a pay request for payment of the item(s)
requiring manual set(s). The set(s) shall include operation, maintenance, and parts
manuals.
5.1.6 Contractor's failure to submit an acceptable DBE expenditure report, CPM schedule
update, parts/operational/maintenance manual set(s), or not meeting the requirements
for the certified payroll submission schedule, as outlined in 5.1.2, 5.1.3 and 5.1.4, and
5.1.5 above, will result in withholding of his progress payment by t~e Owner until
these requirements are satisfied.
5.2 Final Payment. Upon final completion and acceptance of the Work in accordance with
Section 50 of the General Provisions, OWNER shall pay the remainder ofthe Contract Price
as recommended by ENGINEER as provided in said paragraph 90-08.
Article 6.
CONTRACTOR'S REPRESENTATIONS.
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following
representations:
C-3
Addendum No.2
6.3
. 6.4
6.5
6.6
6.1
CONTRACTOR has familiarized itself with the nature and extent of the Contract
Documents, Work, site, locality, and all local conditions and Laws and Regulations that in
any manner may affect cost, progress, performance or furnishing of the Work.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
6.2
CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining
and carefully studying) all such examinations, investigations, explorations, tests, reports and
studies which pertain to the subsurface or physical conditions at or contiguous to the site or
otherwise may affect the cost, progress, performance or furnishing of the Work as
CONTRACTOR considers necessary for the performance or furnishing of the Work at the
Contract Price, within the Contract Time and in accordance with the other terms and
conditions ofthe Contract Documents, including the General Provisions and no additional
examinations, investigations, explorations, tests, reports, studies or similar information or
data are or will be required by CONTRACTOR for such purposes.
CONTRACTOR has reviewed and checked all information and data shown or indicated on
the Contract Documents with respect to existing Underground Facilities at or contiguous to
the site and assumes responsibility for the accurate location of said Underground Facilities.
No additional examinations, investigations, explorations, tests, reports, studies or similar
information or data in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perfonn and furnish the Work at the Contract Price, within the
Contract Time and in accordance with the other terms and conditions of the Contract
Documents.
CONTRACTOR has correlated the results of all such observations, examinations,
investigations, explorations, tests, reports and studies with the terms and conditions ofthe
Contract Documents. .
CONTRACTOR has given ENGINEER written notice of all conflicts, error or discrepancies
that he has discovered in the Contract Documents and the written resolution thereof by
ENGINEER is acceptable to CONTRACTOR.
BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR
CONSTRUCTION CONTRACTS (JAN 1991)
(a) The Contractor agrees that only domestic steel and manufactured products will be
used by the Contractor, subcontractors, materialmen, and suppliers in the performance oftms
contract, as defined in (b) below.
(b) The following terms apply to this clause:
1. Steel and Manufactured Products. As used in this clause, steel and
manufactured products include (1) those produced in the United States or (2) a
manufactured product produced in the United States, if the cost of its components
mined, produced or manufactured in the United States exceeds 60 percent ofthe cost
of all its components and final assembly has taken place in the United States.
C-4
Addendum No.2
I
I
I
I
I
I
I
I
I
.1
I
I
I
I
I
I
I
I
I
2. Components. As used in this clause, components means those articles,
materials, and supplies incorporated directly into steel and manufactured products.
3. Cost of Components. This means the costs for production ofthe components,
exclusive of final assembly labor costs.
(c)
The attached list (marked as Exhibit "A ") is the list of supplies/materials that the U.S.
Government has determined that are not produced in the United States in sufficient
and reasonably available quantities and of sufficient quality that will take exception
to this clause.
Article 7.
CONTRACT DOCUMENTS.
The Contract Documents which comprise the entire agreement between OWNER and
CONTRACTOR concerning the Work consist of the following:
7.1 This Agreement (pages C-1 to C-7, inclusive).
7.2 Perfonnance and Payment Bonds, consisting of pages PB-1 to PB-4, inclusive.
7.3. General Provisions and Supplementary Conditions.
7.4 Technical Specifications as listed in table of contents of the Project Manual.
7.5 Drawings, consisting of a cover sheet and sheets numbered C-l through SD-5 inclusive with
each sheet bearing the following general title:
PERIMETER FENCING IMPROVEMENTS PROJECT
AUGUSTA REGIONAL AIRPORT
FAA A.LP. PROJECT NO. 3-13-0011-25 & 26
7.6 Addenda Numbers 1(2/26/04). 2 (4115/04). 3 (4119/04) and 1 (6/24/04). 2 (6/24/04)
(inclusive).
7.7 CONTRACTOR's Bid and attachments as listed below.
a. Bid Form (pages B-1 to B-Ij)
7.8 Sununary to Minutes of Pre-Bid Conference.
There are no Contract Documents other than those listed in this Article 7. The Contract Documents
may only be amended, modified or supplemented as provided in Section 40 of the General
Provisions.
Article 8.
MISCELLANEOUS.
8.1 Terms used in this Agreement which are defined in Section 10 ofthe General Provisions will
have the meanings indicated in the General Provisions.
C-5
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed five copies ofthis Agreement. Two I
counterparts each have been delivered to OWNER, and one counterpart each has been delivered to
CONTRACTOR, ENGINEER, and FAA. All portions of the Contract Documents 4ave been signed or I
identified by OWNER and CONTRACTOR or by ENGINEER on their behalf.
I
I
I
I
I
8.2
8.3
8.4
8.5
No assignment by a party hereto of any rights under or interests in the Contract Documents
will be binding on another party hereto without the written consent ofthe party sought to be
bound; and specifically but without limitation monies that may become due and monies that
are due may not be assigned without such consent (except to the extent that the effect ofthis
restriction may be limited by law), and unless specifically stated to the contrary in any
written consent to an assignment no assignment will release or discharge the assignor from
any duty or responsibility under the Contract Documents.
OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal
representatives to the other party hereto, its partners, successors, assigns and legal
representatives in respect of all covenants, agreements and obligations contained in the
Contract Documents.
The CONTRAGTOR or subcontractor shall not discriminate on the basis of race, color,
national origin, or sex in the performance of this Contract. The CONTRACTOR shall carry
out applicable requirements of 49 CFR Part 26 in the award and administration of DOT
assisted contracts. Failure by the CONTRACTOR to carry out these requirements is a
material breach ofthis Contract, which may result in the termination ofthis contract or such
other remedy as the Owner deems appropriate.
The PRIME CONTRACTOR agrees to pay each subcontractor under this PRIME
CONTRACT for satisfactory performance of its contract nq later than 7 days from the receipt
of each payment the PRIME CONTRACTOR receives from AUGUSTA-RICHMOND
COUNTY. The PRIME CONTRACTOR agrees further to return retainage payments to each
subcontractor within 7 days after the subcontractor's work is satisfactorily completed. Any
delay or postponement from the above reference time frame may occur only for good cause
following written approval of AUGUSTA-RICHMOND COUNTY. This clause applies to
both DBE and non-DBE subcontractors.
Article 9. OTHER PROVISIONS.
C-6
Ad.dendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
This Agreement will be effective on
OWNER
AUGUST A-RICHMOND
COUNTY COMMISSION
By: U1v- 6
Attest:~~
Address for giving notices:
Municipal Building
530 Greene Street
Aueusta, GA 30911
AUGUSTA AVIATION
COMMISSION
BY:~~
Attest:
Address for giving notices:
1501 Aviation Way
Augusta, Georgia 30906
I '2.... }J Q V e...-... ~ <<Vt.. 'Z~ '-f
CONTRACTOR
SMITH INDUSTRIES DBA
SMITH ~NCE 1:
BY:~
(Corporate Seal)
Atte~: ~ 6/~
Address for giving notices:
4699110 Ave North
Clearwater, FL 33762
C-7
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ATTACHMENT A
SCHEDULE OF VALVES
Augusta Regional Airport
Perimeter Fencing Improvements Project
Item Spec.
No. No. Description
QTY UNIT
SMITH FENCE COMPANY
Unit Price
Extended Amount
EXHIBIT "A"
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
List of Supplies/Materials that the U.S. Government Has Determined Are Not Produced In the
United States In Sufficient and Reasonably Available Quantities And of Sufficient Quality
(Jon 1991)
Acatylene, black.
Agar, bulk.
Anise.
Antimony, as metal or oxide.
Asbestos, amosite, chrysolite, and
crocidolite.
Bananas.
Bauxite.
Beef, corned, canned.
Beef extract.
Bephenium Hydroxynapthoate.
Bismuth.
Books, trade, text,
technical, or scientific: newspapers:
pamphlets; magazines; periodicals: printed
briefs and films; not printed in the United
States and for which domestics epitions
are not available.
Brazil nuts, unroasted.
Cadmium, ores and flue dust.
Calcium cyanamide.
Capers.
Cashew nuts.
Castor beans and castor oil.
Chalk, English.
chestnuts.
Chicle.
Chrome ore or Chromite.
Cinchona bark.
Cobalt, in cathodes,
rondelles, or other primary ore and metal
forms.
Cocoa beans.
Coconut and coconut meat,
unsweetened, in shredded, desiccated or
similarly prepared form.
Coffee, raw or green bean.
Colchicine alkaloid, raw.
Copra.
Cork, wood or bark and waste.
Cover glass, microscope slide.
Cryolite, natural.
Dammar gum,
Diamonds, industria', stones and abrasives.
Emetine, bulk.
Ergot, crude.
Erthrityl tetranitrate.
Fair linen, altar.
Fibers of the following types:
abaca, abace, agava, coir, flax, jute, jute
burlaps, palmyra and sisal.Goat and kidskins.
Graphite, natural, crystal-line, crucible
grade.
Handsewing needles.
Hemp yarn.
Hog bristles for brushes.
Hyoscine, bulk.
Ipecac, root.
Iodine, crude.
Kaurigum.
Lac.
Leather, sheepskin, hair type.
Lavender oil.
Manganese.
Menthol, natural bulk.
Mica.
Microprocessor chips (brought onto
a construction site as separate units for
incorporation into building systems during
construction or repair and alteration of
real property.)
Nickel, primary, in ingots, pigs, shots,
cathodes, or similar forms; nickel oxide and
nickel salts.
Nitroguanidine (also known as picrite).
Nux vomica, crude.
Oiticica oil.
Olive oil.
Olives (green), pitted or unpitted,
or stuffed, in bulk.
Opium, Crude.
1
List of Supplies/Materials that the U.S. Government Has Determined Are Not Produced In the
United States In Sufficient and Reasonably. Available Quantities And of Sufficient Quality
(Jan 1991) (CONTINUED)
Oranges, mandarin, canned.
Petroleum, crude oil, un-finished
oils, and finished products (see definitions
below).
Pine needle oil.
Platinum and related group metals,
refined, as sponge, powder, ingots, or cast
bars.
Pyrethrum flowers.
Quartz crystals.
Quebracho.
Quinidine.
Quinine.
Rabbit fur felt.
Radium slats, source and
special nuclear materials.
Rosettes.
Rubber, crude and latex.
Rutile.
Santonin, crude.
Secretin.
Shellac.
Silk, raw and unmanufacturered.
Spare and replacement parts
for equipment of foreign manufacturer, and
for which domestic parts are not available.
Petroleum terms are used as follows:
Spices and herbs, in bulk.
Sugars, raw.
Swords and scabbards.
Talc, block, steatite. '
Tantalum.
Tapioca flour and caSsava.
Tartar, crude; tartaric acid
and cream of tartar in bulk.
Tea in bulk.
Th~ead, metallic (gold).
Thyme oil.
Tin in bars, blocks, and pigs.
Triprolidine hydrochloride,
Tungsten.
Vanilla beans.
Venom, cobra.
Wax, canauba.
Woods; logs,veneer,and
lumber of the following species: Alaskan
yellow cedar, angelique, balsa, ekki,
greenhart" lignum vitae, mahogany, and'
teak.
Yarn, 50 Denier rayon.
"Crude oil" means crude petroleum, as it is produced at the wellhead, and liquids ( under
atmospheric conditions) that have been recovered from mixtures of hydrocarbons that
existed in a vaporous phase in a reservoir and that are not natural gas products.
"finished products" means anyone or more of the following petroleum oils, or a mixture or
combination of these oils, to be used without further processing except blending by
mechanical means:
(A) "Asphalt" - a solid or semi-solid cementitious material that (1) gradually liquefies
when heated, (2) has bitumins as its predominating constituents, and (3) is obtained
in refining crude oil.
2
_....:~
I
~
I
I
I
-
I
I
J::~
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
.1
I
I
I
I
I
I
CERTIFICATE OF SECRETARY OF
AS TO RESOLUTION ADOPTED BY BOARD OF DIRECTORS
ON t</.2S/o'i
I, Q.=:Q.S3L J - Sf-u'W , hereby certify that I am the
S m , 7}i :r (lJ CI.A~7J" I es I :r Nc..
duly authorized Secretary of d.u S,.' I'TH FsvCL U, mfJlINy , charged with keeping the records
and the seal of said Corporation, and that the following is a true and correct copy of a resolution
adopted at a meeting ofthe Board of Directors ofthe Corporation duly held on
:l..h6jD't
, which resolution is now in full force and effect.
RESOLVED, that /(IJ'InotVD f ~/17i ,@esid~
.s rn I T)1 :IN CH.C.:S 7't2...1 ~, ...Lf'3C .
Vice President) of dhll ,-5'mJ7?{ FeAld!. ComPIUIJ'I ' is hereby authorized
to execute contracts, perfonnance bonds and labor and materials bonds on behalf of the
Corporation,
WITNESS my hand as Secretary, and the seal of the Corporation this } {, -.#! day of
.:)e.Pr"&mfJ2rz- ,20P.!L.
~
i . cretary .
Sworn to before me this I (, e day of ~f!i.PI
,2ad
~-4.u.. A 4t!njt<lfJ
Notary Public for .Ii./)~/i) I}-
..
~y
My Commission Expires: .I.f/13/b'?
,.'''.'',,"
~~:I't.'^Y' Phyllis B. Gonzalez
~: . 'E~~ MY C0MMISSV1N # OD202280 EXPIRES
~.f;~~<;;'- :.; ';1" l007
~#~f~'''''' S\:'NOED :f;(. ;~URANCtINC:
CS-l
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Construction Performance Bond
Bond #929338167
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable
CONTRACTOR (Name and Address):
Smith Industries dba Smith Fence Company
4699110 Ave North
Clearwater, FL 33762
SURETY (Name and Address of Principal Place
of Business):
Western Surety Company
CNA Plaza
Chicago, IL 60685-0001
OWNER (Name and Address):
Augusta Aviation Commission
Augusta Regional Airport
1501 Aviation Way
Augusta, Georgia 30906
CONTRACT
Date: }...l:,ve--k 1'2 , ~
Amount: $ 885,102.12
Description (Name and Location): Perimeter Fencing Improvements Project
Augusta Regional Airport.
FAA A.I.P. Projed No. 3-13-0011-25 & 26
BOND
Date (Not earlier than Contract Date):
Amount: $885,102.12
Modifications to this Bond Form:
Surety and Contractor, intending to be legally bound hereby, subject to the tenns printed on the reverse side hereof, do each cause this
Perfonnance Bond to be duly executed on its behalf by its authorized officer, agent or representative.
\
Signature:
Name and Title:
(Space is provided below for signatures of additional parties, if required.)
CONTRACTOR AS PRINCIPAL
Company:
SURETY
Company:
(Corp. Seal)
Corp. Seal)
Signature:
Name and Title:
Signature'
Name and Title:
EJCDC No. 191O-28-A (1996 Edition)
Originally prepared through the joint efforts of the Surety Association of America, Engineers Joint Contract Documents Committee, the Associated General
Contractors of America, and the American Institute of Architects
PB-l
\. The CONTRACTOR and the Surety. jointly and severally, bind themselves, their
heirs, executors, administrators, successors and assigns to the Owner for the
performance of the Contract, which is incorporated herein by reference.
2. If the CONTRACTOR performs the Contract, the Surety and the CONTRACTOR
have no obligation under this Bond, except to participate in conferences as provided
in paragraph 3 I
3. If there is no OWNER Default, the Surety's obligation under this Bond shall arise
after:
3.1. The OWNER has notified the CONTRACTOR and the Surety at the
addresses described in paragraph 10 below, that the OWNER is considering
declaring a CONTRACTOR Default and has requesteCl and attempted to arrange a
conference with the CONTRACTOR and the Surety to be held not later than fifteen
days after receipt of such notice to discuss methods of performing the Contract If
the OWNER, the CONTRACTOR and the Surety agree, the CONTRACTOR shall be
allowed a reasonable time to perform the Contract, but such an agreement shall not
waive the O\Vll:ER's right, if any, subsequently to declare a CONTRACTOR Default;
and
3 2 The OWNER has declared a CONTRACTOR Default and formally
terminated the CONTRACTOR's right to complete the Contract Such
CONTRACTOR Default shall not be declared earlier. than twenty days after the
CONTRACTOR and the Surety have received notice as provided in paragraph 3 I;
and
33 The OWNER has agreed to pay the Balance of the Contract Price to:
3 3 I. The Surety in accordance with the terms of the Contract;
3 3 2 Another contractor selected pursuant to paragraph 4 3 to
perform the Contract
4 When the OWNER has satisfied the conditions of paragraph 3, the Surety shall
promptly and at the Surety's expense take one of the following actions:
4 l. Arrange for the CONTRACTOR, with consent of the OWNER, to
perfonn and complete the Contract; or
4 2 Undenake to perform and complete the Contract itself, through its agents
or through independent contractors; or
4 3 Obtain bids or negotiated proposals from qualified contractors acceptable
to the OWNER for a contract for performance and completion of the Contract,
arrange for a contract to be prepared for execution by the OWNER and the contractor
selected with the OWNER's concurrence, to be secured with performance and
payment bonds executed by a qualified surety equivalent to the Bonds issued on the
Contract, and pay to the OWNER the amount of damages as described in paragraph 6
in excess oflhe Balance of the Contract Price incurred by the OWNER resulting from
the CONTRACTOR Default; or
4 4 Waive its right to perform and complete, arrange for completion, or
obtain a new contractor and with reasonable promptness under the circumstances;
4 4 I Alter investigation, detennine the amount for which it may be
liable to the OWNER and, as soon as practicable after thc amount is determined,
tender payment therefor to the OWNER; or
44 2 Deny liability in whole or in part and notify the OWNER
citing reasons therefor
5 If the Surety does not proceed as provided in paragraph 4 with reasonable
promptness, the Surety shall be deemed to be in default on this Bond filteen days
after receipt of an additional written notice from the OWNER to the Surety
demanding that the Surety perform its obligations under this Bond, and the OWNER
shall be entitled to enforce any remedy available to the OWNER If the Surety
proceeds as provided in paragraph 4 4, and the OWNER refuses the payment
tendered or the Surety has denied
pliability, in whole or in pan, without further notice the OWNER shall be entitled to I
enforce any remedy available 10 the OWNER
6. After the OWNER has terminated the CONTRACTOR's right to comp'lete thel
Contract, and if the Surety elects to act uflder paragraph 4 I, 4 2, or 4 3 above, then
the responsibilities of the Surely to the OWNER shall not be greater than those of the
CONTRACTOR under the Contract, and the responsibilities of the OWNER to the
Surety shall not be greater than those of the OWNER under the Contract To a Iimitl
of the amount of this Bond, but subject to commitment by the OWNER of the
Balance of the Contract Price to mitigation of costs and damages on the Contract, the
Surety is obligated without duplication for:
6.1. The responsibilities of the CONTRACTOR for correction of defectivel
Work and completion of the Contract;
62. Additional legal, design professional and delay costs resulting from the
CONTRACTOR's Default, and resulting from the actions or failure to act of thel
Surety under paragraph 4; an"d
6.3 Liquidated damages. or if no liquidated damages are specified in the
Contract, actual damages caused by delayed perfonnance or non-performance of thel
CONTRACTOR
7 The Surety shall not' be liable to the OWNER or others for obligations of the
CONTRACTOR that are unrelated to the Contract, and the Balance of the Contract ~~,
Price shall not be reduced or set ofT on account of any such unrelated obligations NOI
right of action shall accrue on this Bond to any person or entity other than the
OWNER or its heirs, executors, administrators, or successors
8 The Surety hereby waives notice of any change, including changes of time, to the I
Contract or to related subcontracts, purchase orders and other obligations
9. Any proceeding, legal or equitable, under this Bond may be instituted in any court
of competent jurisdiction in the location in which the Work or part of the Work i.s
located and shall be instituted within two years after CONTRACTOR Default orl
within two years after the CONTRACTOR ceased working or within two years after
the Surety refuses or fails to perfonn its obligations under this Bond, whichever
occurs first If the provisions of this paragraph are void or prohibited by law, the
minimum period of limitation available to sureties as a defense in the jurisdiction ofl
the suit shall be applicable.
10 Notice to the Surety, the OWNER or the CONTRACTOR shall be mailed or
delivered to the address shown on the signature page
II When this Bond has been fumished to comply with a statutory or other legall
requirement in the location where the Contracl was be performed, any provision in
this Bond conflicting with said statutory or legal requirement shall be deemed deleted
here from and provisions conforming to such statutory or other legal" requirementl
shall be deemed incorporated herein The intent is that rhis Bond shall be construed
as a statutory bond and not as a common law bond
12 Definitions
12 I Balance of the Contract Price: The total amount payable by the OWNERI
to the CONTRACTOR under the Contracl after all proper adjustments have been
made, including allowance to the CONTRACTOR of any amounts received or to be
received by the OWNER in settlement of insurance or other Claims for damages tOt
which the CONTRACTOR is entitled, reduced by all valid and proper payment
made to or on behalf of the CONTRACTOR under the Contract
122 Contract: The agreement between the OWNER and the CONTRACTOR
identified on the signature page, including all Contract Documents and changel
thereto
123 CONTRACTOR Default: Failure of the CONTRACTOR, which has
neither been remedied nor waived, to perform or otherwise to comply with the termsl
of the Contract
124 OWNER Default: Failure of the OWNER, which has neither been
remedied nor waived, to pay the CONTRACTOR as required by the Contract or to
perform and complete or comply with the other terms thereof
I
(FOR INFORMATION ONL Y--Name. Address and Telephone)
AGENT or BROKER: OWNER'S REPRESENTATIVE (Engineer or other party):
I
PB-2
I
I
I
Construction Payment Bond
Bond #929338167
Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable.
I
I
CONTRACTOR (Name and Address):
Smith Industries dba Smith Fence Company
4699110 Ave North
Clearwater, FL 33762
OWNER (Name and Address):
Augusta Aviation Commission
Augusta Regional Airport
1501 Aviation Way
Augusta, Georgia 30906
SURETY (Name and Address of Principal Place
of Business):
Western Surety Company
CNA Plaza
Chicago, IL 60685-0001
I
I
CONTRACT
Date: I\..I(lVC~-u... I~r "?,o~V
Amount: $885,102.12
Description (Name and Location): Perimeter Fencing Improvements Project
Augusta Regional Airport
FAA A.I.P. No. 3-13-0011-25&26
I
I
I
BOND
Date (Not earlietthan Contract Date):
Amount: $885,102.12
Modifications to this Bond Form:
.1
I
Surety and Contractor, intending to be legal1Y bound hereby, subject to the terms printed on the reverse side hereof, do each cause this
Payment Bond to be duly executed on its behalf by its authorized officer, agent, or representative
I
.,y
olp. Seal)
,/, '7
-:~
. Shrum, Jr:-
Attorney-in-f
I
I
(Space is provided below for signatures of additional parties, if required.)
I
CONTRACTOR AS PRINCIPAL
Company:
(Corp Seal)
SURETY
Company.
(Corp. Seal)
I
I
Signature:
Name and Title:
Signature:
Name and Title.
EJCDC No. 1910-28-B (1996 Edition)
Originally prepared through the joint efforts of the Surety Association of AmeJ ica, Engineers Joint Contract Documents Committee, the Associated General
Contractors of America, the American Institute of Architects, the American Subcontractors Association, and the Associated Specialty Contractors
I
I
PB-3
1. The CONTRACTOR and the Surety, jointly and severally, bind themselves,
their heirs, executors, administrators, successors and assigns to the OWNER to pay
for labor, materials and equipment furnished for use in the perfonnance of the
Contract, which is incorporated herein by reference.
2. With respect to the OWNER, this obligation shall be null and void if the
CONTRACTOR:
2. J. Promptly makes payment, directly or indirectly, for all sums due
Claimants, and
2 2. Defends, indemnifies and holds harmless the OWNER from all claims,
demands, liens or suits by any person or entity who furnished labor, materials or
equipment for use in the performance of the Contract, provided the OWNER has
promptly notified the CONTRACTOR and the Surety (at the addresses described in
paragraph 12) of any claims, demands, liens or suits and tendered defense of such
claims, demands, liens or suits to the CONTRACTOR and the Surety, and provided
. there is no OWNER Default.
3. With respect to Claimants, this obligation shall be null and void if the
CONTRACTOR promptly makes payment, directly or indirectly. for all sums due
4. The Surety shall have no obligation to Claimants under this Bond until:
4 I Claimants who are employed by or have a direct contract with the
CONTRACTOR have given notice to the Surety (at the addresses described in
paragraph 12) and sent a copy, or notice thereof, to the OWNER, stating that a
claim is being made under this Bond and, with substantial accuracy, the amount of
the claim.
4 2 Claimants who do not have a direct contract with the CONTRACTOR:
l. Have furnished written notice to the CONTRACTOR and
sent a copy, or notice thereof, to the OWNER, within 90 days after having last
perfonned labor or last furnished materials or equipment included in the claim
stating, with substantial accuracy, the amount of the claim and the name of the
party to whom the materials were furnished or supplied or for whom the labor was
done or performed; and .
2 Have either received a rejection in whole or in part from the
CONTRACTOR, or not received within 30 days of furnishing the above notice any
communication from the CONTRACTOR by which the CONTRACTOR had
indicated the claim will be paid directly or indirectly; and
3 Not having been paid within the above 30 days, have sent a
written notice to the Surety and sent a copy, or notice thereof, to the OWNER,
stating that a claim is being made under this Bond and enclosing a copy of the
previous written notice furnished to the CONTRACTOR
5 If a notice requited by paragraph 4 is given by the OWNER to the
CONTRACTOR or to the Surety, that is sufficient compliance
6 When the Claimant has satisfied the conditions of paragraph 4. the Surety shall
promptly and at the Surety's expense take the following actions:
6 I Send an answer to the Claimant, with a copy to the OWNER. within 45
days after receipt of the claim, stating the amounts that are Wldisputed and the basis
for challenging any amounts that are disputed
62 Payor arrange for payment of any undisputed amounts.
7 The Surety's total obligation shall not exceed the amount of this Bond, and the
amount of this Bond shall he credited for any payments made in good faith by the
Surety
8 Amounts owed by the OWNER to the CONTRACTOR under the Contract shall
be used for the performance of the Contract and to satisfy claims, if any, under any
Performance Bond By the CONTRACTOR furnishing and the OWNER accepting
this Bond, they agrce that all funds earned by the CONTRACTOR in the
performance of the Conllact are dedicated to satisfy obligations of the I
CONTRACTOR and the Surety under this Bond, subject to the OWNER's priority
to use the funds for the completion of the Work
9. The Surety shall not be liable to the OWNER, Claimants or oth~ for I
obligations of the CONTRACTOR that are unrelated to the Contract The
OWNER shall not be liable for payment of any costs or expenses of any Claimant
under this Bond, and shall have under this Bond no obligations to make payments I
to, give notices on behalf of, or otherwise have obligations to Claimants under this
Bond
10. The Surety hereby waives notice of any change, including changes of time. to I
the Contract or to related Subcontracts, purchase orders and other obligations
I
I
PB-4
(FOR INFORMATION ONL Y--Name, Address and Telephone)
AGENCY or BROKER: OWNER'S REPRESENTATIVE (Engineer or other party):
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby
make, constitute and appoint
Warren M Shrum Jr., Individually
of Palm Harbor, FL, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf
bonds, undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney, pursuant to the authority hereby given, are hereby ratified and con finned
This Power of Attorney is made and executed pursuant to and by authority of the By-Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to
be hereto affixed on this 8th day of ApriI, 2004
WESTERN SURETY COMPANY
r?/~~
Paul . Bruflat, Senior Vice PreSident
State of South Dakota
County of Minnehaha
} ss
On this 8th day of April, 2004, before me personally came Paul T Bruflat, to me known, who, being by me duly sworn, did depose and say: that he
resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which
executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so
affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and
acknowledges same to be the act and deed of said corporation
My commission expires
+~~~~~~~~~~~~~~~~~~~~-~~+
$ D. KRELL :
# #
$~NOTARY PUBLIC~:
: SOUTH DAKOTA :
+~~~~~~~~~~~~~~~~~~~~~~~+
~
~'P"bU'
November 30, 2006
CERTIFICATE
I, L Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in
force, and further certify thatllie By-Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed
my name and affixed the seal of the said corporation this /ij:-!:!: day of o/T~ ..6"~ ,~" t' <7'-
~\ WESTERN SURETY COMPANY
/~/ o,,'o""'~~~\
i":c.t t" 'PS
\W, "!I
t~~~,;i~~
~/
~
~~Is~secretary
Form F4280-01-02
Authorizing By-Law
I
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the shareholders I
of the Company.
I
Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other I
officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer
may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company.
The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the I
corporation. The signature of any such officer and the corporate seal may be printed by facsimile
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
NOTICE
In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this
disclosure notice for bonds and certain insurance policies on which one or more of the
Writing Companies identified below is the surety or insurer.
To principals on bonds and insureds on certain insurance policies written by anyone
or more of the following companies (collectively the "Writing Companies") as surety
or insurer: Western Surety Company, Universal Surety of America, Surety Bonding
Company of America, Continental Casualty Company, National Fire Insurance
Company of Hartford, American Casualty Company of R~ading, PA, The Firemen's
Insurance Company of Newark, NJ, and The Continental Insurance Company.
DISCLOSURE OF PREMIUM
The premium attributable to coverage for terrorist acts certified under the Act was
Zero Dollars ($0.00).
DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM
LOSSES'
The United States will pay ninety percent (90%) of covered terrorism losses exceeding
the applicable surety/insurer deductible.
Form F7310
I
ACORD.
CERTIFICATE OF LIABILITY INSURANCE
OP 10 B DATE (MMlDONY'IY)
SMI~-9 10/18/04
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERl1FICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
I
PRODUCER
Bouchard-Starcrest
101 Starcrest Drive
POBox 6090
Clearwater FL 33758-6090
Phone:727-447-6481 Fax: 727-449-1267
INSURED
INSURERS AFFORDING COVERAGE
INSURER A HANOVER INSURANCE COMPANY
NAlC#
I
I
Smith IndustriesL Inc.
dba Smith Fence ~ompany
and Smith Fence
4699 110th Ave North
C1earwater FL 33762
NSURER B
INSURER C:
NSURER D
NSURER E
IlIl:roGUIELll IH'LOYDS %lIS co
I
COVERAGES
I
TH: POLICES OF INSUPANCE LISTED BELOVl HAVE BEEN ISSJED TO THE INSURED NAMED ABOVE "OR THE POliCY PERIOD INDICATED NOTWITHSTI'NDltJG
MY REOUIRE'-'ENT TERM OR CONDiTION OF IWY COtJTRACT DR OTHER DOCUMENT WITH RESPECT'TO MilCH TnlS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRIEED HEREIN IS SUBJECT TO AlL THE TERMS EXCLUSIONS "NO CONDITIONS OF SUCH
POLICIES A,GGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
Lm NSR[ TYPE OF INSURANCE POLICY NUMBER DATE (MMIODIYY) : DATE' (MMIDDIYVI LIMITS
GENERAL LIABILITY EACH OCCURRENCE $ 1000000
- 10/10/05 · FREWiSES(E';'~~~~erce)
A X X COMMERCIA. GENERAlllABLlTY ZZJ7226346 10/10/04 $ 300000
- =:J i2LAIMS MADE ~ OCCIJ<
MED EX? (Anyone person) $ 10000
-
X CONTRACTUAL LJ:AB FERSON/lL & mv INJURY $ 1000000
X XCU 10 DAY OICC !lOT:ICE !lO!l2AY GENERAl AGGREGATE $ 2000000
!---
GEN'L AGGREGATE LIMIT APPLIES PER FRODUCTS - COMP/OF AGe $ 2000000
h POliCY !Xl ~ffi n LOC
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1000000
I-
A ~ M>JY AUTO AZJ7229200 10/10/04 10/10/05 lEa accident)
ALL OWt./ED AUTOS 80DIL Y INJURY
I- $
SCI-EDl1.ED AUTOS (Per person)
I-
~ HIRED AJTOS 60DIL Y INJURY
$
~ NON-O'l'<NEe A\J70S (Per accident)
f- FROFERTY DAMAGE $
(per eccidanf)
10 DAY CAlle 1I0TICE 50llPAY
GARAGE LIABILITY I'UTO ONL Y - EA ,oCCIDENT $
R ANY AUTO OTHER Tl-'AN EAACC $
I'UTO ONLY: AGG $
EXCESSIUMBRELlA L1ABLITY EACH OCCURRENCE $ 10000000
A ~] OCCUR o CLAIMS MADE UHJ7236996 10/10/04 10/io/05 I'.GGREGATE $ 10000000
10 Day $ Notice
~ ~DEcucnBLE Canel $ Non Pay
X RETENTION $ none $
WORKERS COMPENSA nON AND X ITORYLIM:Ts I IUt;r
B EMPLOYERS' LIABILITY 0830-30352 10/:1.0/04 10/:1.0/05 E L EACh ACCIDENT $ 500000
ANY PROPRIETOR/P.'\RTNERJEXECtJ1WE
OFFICERlMEMBER EXCLUDED? 10 DAY CAlIC !l0TIC!: IIOIIPAY E L DISEASE. EAEMPLO\EE $ 500000
If lIt'S, describe under E L DISEASE - PQIC) LIMIT $ 500000
SPECIAL PROVISIONS below
OlHER
A Leased & Rented ZZJ226346 10/10/04 10/10/05 Limi ts $150,000
Equipment 10 OAY cue KOTICE II011PAY Oed. $1000.
DESCRIPTION OF OPERATIONS 'LOCATIONS' VEHCLES' EXCLUSIONS ADDED BY ENDORSEMENT' SPECiAl PROVISIONS
RE: AUGUSTA REGIONAL AIRPORT E'ERIMETER FENCING IME'ROVEMENTS PROJECT
CERTIFICATE HOLDE~ IS ADDITIONAL INSURED AS RESPECTS GENERAL LIABILITY
SUBJECT TO THE TERMS, CONDITIONS AND EXCLUSIONS OF THE POLICY.
CERTIFICATE HOLDER
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA
CANCELLATION
SHOULD A~ OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPRATlON
DATE THEREOF, THE ISSUING INSURER WlLL ENDEAVOR TO MAIL 30 DAYS WRlT1EN
NonCE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Bur FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF AI-(( KIND UPON lHE INSURER, ITS AGENTS OR
I
AUGUSTA AVLATION COMMISSION
AUGUSTA REGIONAL AIRPORT
1501. AVIATION WAY
AUGUSTA FL 30906
@ACORD CORPORATION 1988
I
ACORD 25 (2001108)
DISCLAIMER
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s)
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon
ACORD 25 (2001108)
I
ACORD.
CERTIFICATE OF LIABILITY INSURANCE
OP 10 D DAle IMMlDDIYYYV)
SMITH-9 09/30/04
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
I
PRODUCER
Bouchard-Starcrest
101 starcrest Drive
POBox 6090
Clearwater FL 33758-6090
Phone:727-447-6481 Fax:727-449-1267
INSURED
INSURERS AFFORDING COVERAGE
INSURER A HANOVER INSURANCE COMPANY
NAlC#
I
I
Smith Industries6 Inc.
dba Smith Fence ompany
and 8mi th Fence
4699 110th Ave North
Clearwater FL 33762
I,NSURER B
INSURERC:
INSURER D
INSURER E
UIDG....IELD EIlPLOYIlR$ DlS co
I
COVERAGES
I
TrE POLICES OF INSURANCE lISTED BELOW HAVE BEEN I&.CUED TO THE INSURED NAMED ABOVE "OR THE POLICY PERIOD INDICATED NOlWlTHSTANDItIG
M.Y REQUIRE !lENT TERM CR CONDTION OF ANY COI{ffiACT OR OTHER DOCUMENT Wllrl RESPECT TO WHICH THIS CERTiFICATE ~y BE ISSUED OR
~Y PERTAIN THE INSURANCE AFFORDED BY ThE POLICIES DESCRIBED HEREIN 15 SL6JECT TO ALL THE TERMS EXClUSIONS !'ND CONDITIONS OF SUCH
POLICIES '\GGREG"'TE LIMITS SHOWN ~Y HAVE BEN REDUCED BY PAID CL"-IMS
LTR NSR[ TYPE OF INSURANCE POLICY NUMBER DATE (MMIODNY) , DATE (MMIODNY) LIMITS
GENERAL LIABILItY EACh OCCURRENCE $ 1000000
f--- 10/10/03 10/10/04
A X X COMMERCIAL GENERAL UABIUTY ZZJ1226346 FREIVISES (Ea occuren::e) $ 300000
- o CLAIMS MADE !KI OCCLH
MEO EXP (AAy one person) $ 10000
-
FERSONAL & ;>DV INJURY $ 1000000
-
X XCU 10 DAY CAlle: 1l0000CE 1l0nAY GENERAL AGGREGATE $ 2000000
-
GEN'l AGGREGATE LIMIT APPLIES PER FROClIClS - COMP/OF AGG $2000000
I POLiCY !Xl ~f& n lOC
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1000000
-
A X ANY AUTO AZJ7229200 10/10/03 10/10/04 (Ea accident)
-
ALL OWNED AUTOS BODILY INJURY
- (Per person) $
- SCt-EDU..ED AUTOS
X HIRED AUTOS EODIl Y INJURY
- $
X NOr.-OVvNEC AUTOS (Per .ccldanl)
-
- FROFERTY DAMAGE $
10 DAY CAIIC 1I0TJ:CE 1I0lfPAY (Per .ccldanl)
GARAGE LIABILITY PUTO ONl Y - EA I'CCIDENT $
==] />NY AlfTO CTHER TIi'\N EA ACC $
PUTO ONLY: AGG $
EXCESSIUMBRELlA L1ABLITY EACH OCCURRENCE $ 10000000
A ~ OCCUR o CLAIMS MADE UIlJ1236996-FOLLOV roaM 10/10/03 10/10/04 PGGREGATE $ 10000000
10 Day $ Notice
~ DECUCllBLE Cancl $ Non Pay
X RElENT ION $ none $
WORKERS COMPENSATION AND X ITORy lIMTS -I IVtll"
B EMPLOYERS' LlABlLnY 0830-30352 10/10/03 10/10/04 E L EACH ACCIDENT $ 500000
/W( PROPRIETOR/PIIRTNERiEXEClIT:VE
OFi'ICERlMEMEER EXCLUDED? 10 DAY CAlfC 1f000000CE I'OIl'PAY E L DISEASE - EAEMPLmEE $ 500000
If ~es. describe under E l DISEASE - PQICY LIMIT $ 500000
SPECIAL PROVISIONS below
OTHER l
A Leased & Rented ZZJ226346 10/10/03 10/10/04 Limi ts $150,000
Equipment 10 Dl\Y CAIIC 1l000CE Jl()IlPAY . oed. $1000.
DESCRlPnON OF OPERATIONS / LOCATIONS / VEHCLES / EXCLUSIONS ADDED BY ENDORSEMENT / SPECIAL PROVISIONS
RE: AUGUSTA REGIONAL AIRPORT PERIMETER FENCING IMPROVEMENTS PROJECT
CERTIFICATE HOLDER IS ADDITIONAL INSURED AS RESPECTS GENERAL L:tABILITY
SUBJECT TO THE TERMS, CONDITIONS AND EXCLUSIONS OF THE POLICY,
I
I
I
I
I
I
I
I
I
I
I
AUGUSTA
CANCELLATION
SHOULD AI><< OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPRAllON
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYSWRlT1EN
NOTICE TO mE CERTIFICATE HOLDER NAMED TO THE LEFT, BlIT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR L1ABILnY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
CERTIFICATE HOLDER
I
AUGUSTA GA & AUGUSTA
RICHMOND COUNTY COMMISSION
530 GREEN ST ROOM 605
AUGUSTA GA 30911
@ACORD CORPORATION 198B
I
ACORD 25 (2001108)
DISCLAIMER
I
II
'.
'.
I
I
"I
I
I
I
I
I
I
I
I
I
I
I
I
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED. subject to the terms and conditions of the policy, certain policies may
require an endorsement A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s)
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon
ACORD 25 (2001/08)
I
I
I
I
I
I
-I
I
I
I
I
I
I
I
I
I
PRODUCER
Bouchard-Starcrest
101 Starcrest Drive
POBox 6090
Clearwater FL 33758-6090
Phone:727-447-6481 Fax:727-449-1267
INSUREO
COVERAGES
ACORD.
OP 10 D DATE (Mr.tIDOIYYVY)
SMITH-9 09/30/04
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
CERTIFICATE OF LIABILITY INSURANCE
INSURERS AFfORDING COVERAGE
I'ISURER A HANOVER INSURANCE COMPANY
NAlC#
CERTIFICATE HOLDER
I
I
Smith IndustriesL Inc.
dba Smith Fence ~ompany
and Smith Fence
4699 110th Ave North
Clearwater FL 33762
I\lSURER B
I\lSURER C
i'JSURER D
INSURER E
8IllDGUI&LD I2ll'LOYBRS US co
LPAGROU
CANCELLA TION
SHOU~D AW OF THE ABOVE OESCRlBED PO~ICIES BE CANCE~LED BEF.ORE THE EXPRAllON
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 OAyS WRITTEN
NonCE TO THE CERllFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LlABIll1Y OF AW KIND UPON THE INSURER, irS AGENTS OR
Tt€ POliCiES OF INSURANCE LISTED BELOW HAVE BEEN ISaJED TO THE INSURED NAMEDABClVE <DR THE POliCY PERIOD INDICATED N01WITHSTPNDING
MY REQUIREM:NT TERM OR CONDmerl OF ANY CONtRACT OR OTHER DOCUMENT WlrH RESPECT TO WI-nCH r:~IS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN THE INSURANCE AFFORDED BY ThE POLICIES DESCRIBED HEREIN IS SUBJECT TO AlL THE TERMS EXClUSIO~ !'-ND CONDITIONS OF SUCH .
P(OllCIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLI\IMS
LTR NSRC lYPE OF INSURANCE POLICY NUMBER DATE (MMiilDNW: . DATE (MMlDDNY) LIMITS
~ERAL LIABILm' EACh OCCURRENCE $ 1000000
A X ~ t3'~EP.CIA. GENERAL LIABILITY ZZJ1226346 10/10/03 10/10/04 F?EW.iS'ES (E~~~~~erce I . $ 300000
CLAIMS MADE ~ OCCLR iIIED EXP (Anyone person) $ 10000
f----
FERSONAI. & ,>DV INJURY $ 1000000
f----
~XCU 10 DAY CAlle 1I0'l.':cCC JrOWPAY GENERJ'L AGGREGATE $2000000
GENt AGGREGATE LIMIT APPLIES PER PRODUCTS - COMPIOF AGG $ 2000000
I POLICY !Xl ji& n LOC .
AUTOMOBILE LIABILITY : COMBINED SII~GLE LIMIT
- $ 1000000
A ~ ANY AUTO AZJ/229200 10/10/03 10/10/04 (Ea accident)
- ALL OWNED AUTOS 80DIL Y INJURY
$
SCI-EDu..ED AUTOS (Per person)
-
~ HIRED AUTOS EODIL Y INJURY
$
~ NON-OV'vNEC AUTOS (Per fccidant)
FROFERTI' DAMAGE $
10 PAy CAlle IIOTICE 1I0llPAY . (per ~ccid~nt)
GARAGE LIABILITY . !'UTO ONlY. EA .ocCIDENT $
==J ANY AUTO OTHER ThAN EA ACC $
!'.UTO ONL Y AGG $
EXCESSIUMBRELLA llABLrTY EACh OCCURRENCE $ 10000000
A tJ OCCUR D CLAIMS MADE UBJ1236996-FOLLO'if FOIlH 10/10/03 10/10/04 AGGREGATE $ 10000000
10 Day $ Notice
8 DEDUCTIBLE Cancl $ Non Pay
X RETENTION $ none $
VVORKERS COMPENSATION ANO X IrORY LIMiTS I IV~R
B EMPLOYERS' LIABILITY 0830-30352 10/10/03 10/10/04 E L EACh ACCIDENT $ 500000
!IN( PROPRIETORIPAATNERJEXECUTIVE
OFFICERiMEMB::R EXCLUDED? 10 DAY CAlle IIOTICC IfOIfPAY E l DISEASE - EAEMPLO)EE $ 500000
If yes, descnbe under E L DISEASE - PWCY LIMIT $ 500000
SPECiAl PROVISIOtJS below
OlliER
A Leased & Rented ZZJ226346 10/10/03 10/10/04 Limits $150,000
Equipment 10 DAY CAlle IIOTICE IfOIlPAY Ded. $1000.
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHCLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
RE: AUGUSTA REGIONAL AIRPORT PERIMETER FENCING IMPROVEMENTS PROJECT
CERTIFICATE HOLDER :tS ADDITIONAL INSURED AS RESPECTS GENERAL LIABIL:tTY
SUBJECT TO THE TERMS, CONDITIONS AND EXCLUSIONS OF THE POLICY.
LPA GROUP
700 HUGER STREET
COLUMBIA SC 29250
I
ACORD 25 (2001/08)
@I ACORD CORPORATION 1988
DISCLAIMER
I
I
I
I
I
I
I
I
I
I
I
-I
I
I
I
I
I
I
I
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsemenl(s)
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon
ACORD 25 (2001/08)
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ACORD.
PRODUCER
Bouchard-Starcrest
101 Starcrest Drive
POBox 6090
Clearwater FL 33758-6090
Phone:727-447-6481 Fax: 727-449-1267
INSURED
OP 10 B DATE (MMlDD/YYYYj
SMi~-9 10/29/04
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
CERTIFICATE OF LIABILITY INSURANCE
INSURERS AFFORDING COVERAGE
I\ISURERA MOUNT HAWLEY INSURANCE CO
"'SURER B
I~SURER c:
NSURER D
"'SURER E
NAlC #
Augusta Aviation commission
Augusta Regional Aiport
1501 Aviat~on Way
Augusta GA 30906
COVERAGES
CERTIFICATE HOLDER
AUGUSTA
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCellED BEFORE THE EXPIRATION
DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE lEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABilITY OF ANi KIND UPON THE INSURER, ITS AGENTS OR
THO POliCES OF INSUP.ANCE LISTED BELOW HAVE BEEN ISSJEDTO THE INSURED NAMED ABOVE =ORTHE pCtley PERIOD INDICATED NOlWITHSTN'lDING
MY REOUIRE/.IENT TERM OR CONDTION OF.ANY CONTRACT OR OTHER OOCUIAENT WITH RESPECT TO WHICH TrlIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN THE INSURANCE AFFORDED BY THE POLICIES DESCRI8ED HEREIN IS SUBJECT TO AlL THE TERMS EXClUSIO'lS "ND CONDITIONS OF SUCH
P('liCIES .o.GGREG'ITE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
LTR NSR[ TYPE OF INSURANCE POLICY NUMBER DATE (MMlDDNY) ; DATE (MMJOOIYVI L1MrrS
GENERAL LIABILITY EACh OCCURRENCE $ 1000000
-
A COMMERCIA. GENERAL lIABiUTY OCPOOO0870 11/01/04 11/01/05 FREfoIlSES lEa occurenoe) $
- .=J CLAIMS MADE [!] OCCLR
MED EXP IAny one person) $
-
X OWner/Cont Proto FERSONP<. &. i'oDV INJURY $
10 DAY CAlle rol. '01( PAY GENERAL AGGREGATE $ 2000000
GEN'L AOOREGA IE LIMIT APPLIES PER PRODUCTS. COMP/OF AGG $
I POLiCY n :;f& n LOC
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT
- $
ANY AUTO (Ea accident)
-
AlL OWNED AUTOS EODIL Y INJURY
- $
SCHOOll.ED AlITOS (Per pers",,)
-
HIRED AUTOS EODll Y INJURY
- $
NON-OVvNED AUTOS (Per eccidant)
-
FROFERTY DAMAGE $
(Per cccid.nl)
GARAGE LIABILITY I'lITO ONLY - EA i1CCIDENT $
R .ANY AUTO G"!HER 1l-'.AN EA ACe $
".UTO ONl Y AGG $
EXCESSJUMBRELLA LIABUTY EACH OCCURRENCE $
b OCCUR 0 CLAIMS MADE I'GGREGATE $
$
R DECUCllBLE $
RETENTION $ $
WORKERS COMPENSATION AND hOR\- LIMits I lu~:t
EMPLOYERS' lIABILITY E L EACH ACCIDENT $
fW( PROPRIETORIPARTNER1EXEClITiVE
OFlCERlMEMBER EXCLUDED? E L DISEASE - EAEMPLOYEE $
If l"'s. descnbe under E l ["SEASE - pellcy LIMIT $
SPECIAl. PROVISIOtlS bqlOW
OlliER
A Excess OCI? MXL0359282 11/01/04 11/01/05 OCc $3,000,000.
Agg $3,000,000.
DESCRIPTION OF OPERATIONS J LOCATIONS J VEHClES / EXCLUSIONS ADDED BY ENDORSEMENT J SPECIAL PROVISIONS
I
AUGUSTA AVIATION COMMISSION
AUGUSTA REGIONAL AIRPORT
1501 AVIATION WAY
AUGUSTA GA 30906
I
ACORD 25 (2001/08)
@ACORD CORPORATION 1988
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
GENERAL PROVISIONS
SECTION 10
DEFINITION OF TERMS
Whenever the following terms are used in these specifications, in the contract, in any documents or
other instruments pertaining to construction where these specifications govern, the intent and
meaning shall be interpreted as follows:
10-01 AASHTO. The American Association of State Highway and Transportation Officials,
the successor association to AASHO.
10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed
thereon connecting the airport to a public highway.
10-03 ADVERTISEMENT. (NOTICE TO BIDDERS). A public announcement, as required
by local law, inviting bids for work to be performed and materials to be furnished.
10-04 ADVISORY CIRCULAR. A document issued by the FAA containing informational
material and guidance. When referred to in the plans and specifications, advisory circulars shall have
the same force as supplemental specifications.
lO-05 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the
Federal Aviation Administration.
10-06 AIR OPERATIONS AREA. For the purpose of these specifications, the term air
operations area shall mean any area ofthe airport used or intended to be used for the landing, takeoff,
or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas
that are used or intended to be used for the unobstructed movement of aircraft in addition to its
associated runway, or apron.
I 0-07 AIRPORT. Airport means an area of land or water which is used or intended to be
used for the landing and takeoff of aircraft, and includes its buildings and facilities, if any..
10-08 ASTM. The American Society for Testing and Materials.
10-09 AWARD. The acceptance, by the owner, of the successful bidder's proposal.
10-10 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through
a duly authorized representative, who submits a proposal for the work contemplated.
10-11 BUILDING AREA. An area on the airport to be used, considered, or intended to be
used for airport buildings or other buildings and facilities located thereon.
GP-I0-l
II
II
II
II
II
II
II
II
10-12 CALENDAR DA y.IIEvery day shown on the calendar.
II
II
10-13 CHANGE ORDER. I!A. written order to the Contractor covering changes in the plans,
specifications, or proposal quantiti:~s and establishing the basis of payment and contract time
adjustment, if any, for ,~he work affected by such changes. The work, covered by a change order,
shall be within the scope of the contract.
lO-14 CONTRACT. Thellwritten agreement between the Owner and the Contractor
covering the work to be performed. liThe awarded contract shall include, but is not limited to: The
Advertisement; The Contract Form; Ilfhe Proposal; The Performance Bond; The Payment Bond; any
II
required insurance certificates; The General Provisions; The Special Provisions; The Specifications;
The Plans, and any addenda issued t~ bidders; Change Orders and agreements which are required to
complete the construction of the work in an acceptable manner, including authorized extensions
II
thereof, all of which constitute one instrument.
JI
10-15 CONTRACT ITEM Ilep A Y ITEM). A specific unit of work for which a price is
provided in the contract. I!
II ..
10-16 CONTRACT TIME.!I The number of calendar days or workmg days, stated m the
proposal, allowed for completion of!he contract, including authorized time extensions. If a calendar
date of completion is stated in the n'roposal, in lieu of a number of calendar or working days, the
II
contract shall be completed by that date.
II
10-17 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable
for the acceptable performance of'~he work contracted and for the payment of all legal debts
pertaining to the work who acts directly or through lawful agents or employees to complete the
contract work. II
II
10-18 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which
surface or subsurface waters are coli:ected and conducted from the airport area.
II
10-19 ENGINEER. The in~ividual, partnership, firm, or corporation duly authorized by the
owner (sponsor) to be responsible 'for engineering supervision of the contract work and acting
directly or through an authorized re~resentative.
II
10-20 EQUIPMENT. All r&achinery, together with the necessary supplies for upkeep and
maintenance, and also all tools and ~pparatus necessary for the proper construction and acceptable
completion of the work. II
10-21 EXTRA WORK. ! item of work not provided for in the awarded contract as
II
previously modified by change orde~ior supplemental agreement, but which is found by the Engineer
II
II GP-I0-2
II
II
II
II
II
II
II
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
to be necessary to complete the work within the intended scope of the contract as previously
modified.
10-22 FAA. The Federal Aviation Administration of the U.S. Department of
Transportation. When used to designate a person, FAA shall mean the Administrator or his/her duly
authorized representatiye.
10-23 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, and
supplements, amendments, and indices thereto are prepared and issued by the General Services
Administration of the Federal Government. They may be obtained from Standardization Documents
- Order Desk, 700 Robbins Avenue, Building 4 - Section D, Philadelphia, Permsylvania 19111-5094,
Telephone (215)697-2197.
10-24 INSPECTOR. An authorized representative of the Engineer assigned to make all
necessary inspections and/or tests of the work performed or being performed, or of the materials
furnished or being furnished by the Contractor.
10-25 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the
words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words ofthe like
import are used, it shall be understood that the direction, requirement, permission, order, designation,
or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable,"
"satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to
the Engineer, subject in each case to the final determination ofthe owner.
Any reference to a specific requirement of a numbered paragraph ofthe contract specifications or a
cited standard shall be interpreted to include all general requirements of the entire section,
specification item, or cited standard that may be pertinent to such specific reference.
1 0-26 LABORATORY. The official testing laboratories of the owner or such other
laboratories as may be designated by the Engineer.
10-27 LIGHTING. A system of fixtures providing or controlling the light sources used on
or near the airport or within the airport buildings. The field lighting includes all luminous signals,
markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of
aircraft landing at, taking off from, or taxiing on the airport surface.
10-28 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any
item that is listed in the proposal, the total cost of which is equal to or greater than 20 percent of the
total amount of the award contract. All other items shall be considered minor contract items.
10-29
work.
MATERIALS. Any substance specified for use in the construction of the contact
GP-10-3
10-30 MIL SPECIFICATION. The Military Specifications and Standards, and indices
thereto, are prepared and issued by t~e Department of Defense. They may be obtained from the same
address noted in paragraph 10-23. II
10-3l NOTICE TO PROCEED. A written notice to the Contractor to begin the actual
contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date
on which the contract time begins.
10-32 OWNER (SPONSOR). The term owner shall mean the party of the first part or the
contracting agency signatory to the dbntract. For AIP contracts, the term sponsor shall have the same
. h d
meamng as t e term owner. II
II
10-33 PAVEMENT. The c'bmbined surface course, base course, and subbase course, if any,
considered as a single unit. II
II
10-34 PAYMENT BOND. liThe approved form of security furnished by the Contractor and
his/her surety as a guaranty of good faith and ability on the part ofthe Contractor to execute the work
in accordance with their terms of th~ Plans, Specifications, and Contract, and as a guaranty that he
will pay in full all bills and accountJlfor materials and labor used in the construction ofthe work, as
provided by law. ii
10-35 PERFORMANCE BOND. The approved form of security furnished by the
Contractor and his/her surety as a gu'hranty that the Contractor will complete the work in accordance
with the terms of the contract. ::
II
10-36 PLANS. The officil~l drawings or exact reproductions which show the location,
character, dimensions and details ~f the airport and the work to be done and which are to be
considered as a part of the contract,ilsuPPlementary to the specifications.
10-37 PROJECT. The agreM scope of work for accomplishing specific airport development
II
with respect to a particular airport. II
10-38 PROPOSAL. The lritten offer of the bidder (when submitted on the approved
proposal form) to perform the contelhplated work and furnish the necessary materials in accordance
with the provisions of the plans and specifications.
10-39 PROPOSAL GU~NTY. The security furnished with a proposal to guarantee that
the bidder will enter into a contract 'if his/her proposal is accepted by the owner.
II
1 0-40 RUNWAY. The arJk on the airport prepared for the landing and takeoff of aircraft.
II
II
lO-41 SPECIAL PROVISIONS. The specific clauses setting forth conditions or
requirements peculiar to the projedlunder consideration.
GP-IO-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I'
I
I
I
I
I
I
Ii
-
I
I
I
I
10-42 SPECIFICATIONS. A part of the contract containing the written directions and
requirements for completing the contract work. Standards for specifying materials or testing which
are cited in the contract specifications by reference shall have the same force and effect as ifinc1uded
in the contract physically.
10-43 SPONSOR. A public agency or a political subdivision of a State in whom rests the
title to the airport at which the construction under this contract is to be performed. Political
subdivision refers to a County, City, Village, Township, or any combination or authority thereof as
provided by law for the construction and operation of airports. The sponsor may also be referred to
as the Owner in several parts of the contract.
10-44 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets,
retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts,
manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements
navigational aids; buildings, vaults; and, other manmade features of the airport that may be
encountered in the work and not otherwise classified herein.
10-45 SUBCONTRACTOR. The prequalified (where required) individual, partnership or
corporation, or a combination thereof, undertaking the execution of a part of the work under the
terms of the contract, by virtue of an agreement with the Contractor approved by the Owner.
10-46
SUBGRADE. The soil which forms the pavement foundation.
10-47 SUPERINTENDENT. The Contractor's executive
representative who is present on the work during progress, authorized to receive and fulfill
instructions from the Engineer, and who shall supervise and direct the construction.
10-48 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and
the owner covering: (1) work that would increase or decrease the total amount of the awarded
contract, or any major contract item, by more than 25 percent, such increased or decreased work
being within the scope of the originally awarded contract; or (2) work that is not within the scope of
the originally awarded contract.
10-49 SURETY. The corporation, partnership, or individual, other than the Contractor,
executing payment or performance bonds which are furnished to the owner by the Contractor.
10-50 T AXIW A Y. For the purpose ofthis document, the term taxiway means the portion of
the air operations area of an airport that has been designated by competent airport authority for
movement of aircraft to and from the airport's runways or aircraft parking areas,
10-51 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals
necessary or convenient to the Contractor's performance of all duties and obligations imposed by the
contract, plans, and specifications.
GP-10-5
10-52 WORKING DAY. It\ working day shall be any day other than a legal holiday,
Saturday, or Sunday on which the ndhnal working forces ofthe Contractor may proceed with regular
work for at least 6 hours toward co~pletion of the contract. Unless work is suspended for causes
beyond the Contractor's control, Satwrdays, Sundays and holidays on which the Contractor's forces
engage in regular work? requiring the presence of an inspector, will be considered as working days.
END OF SECTION 10
II
II
II
II
II
II
II
II
II
II
GP-IO-6
II
II
,I
I
I
I
I
I
I
,I
I
/1
I
I
i
I~
I
I
I-
I
I
I
I
I
I
1\
I
I
I
I
I
I
I
I
I
I
I
(I
t
I
SECTIONS 20 AND 30 ARE DELETED
REFERENCE SUPPLEMENTARY CONDITIONS SC-5 AND SC-7,
RESPECTIVEL Y
I
I
I
I
I
I
,
I
I
,I
I
I
/;
I,
I
I
I
I
i
I
SECTION 40
SCOPE OF WORK
40-01 INTENT OF CONTRACT. The intent ofthe contract is to provide for construction
and completion, in every detail, ofthe work described. It is further intended that the Contractor shall
furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the
work in accordance with the plans, specifications, and terms of the contract.
40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and shall have
the right to make such alterations in the work as may be necessary or desirable to complete the work
originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall
be and is hereby authorized to make such alterations in the work as may increase or decrease the
originally awarded contract quantities, provided that the aggregate of such alterations does not
change the total contract cost or the total cost of any major contract item by more than 25 percent
(total cost being based on the unit prices and estimated quantities in the awarded contract).
Alterations which do not exceed the 25 percent limitation shall not invalidate the contract nor release
the surety, and the Contractor agrees to accept payment for such alterations as ifthe altered work had
been a part of the original contract. These alterations which are for work within the general scope of
the contract shall be covered by "Change Orders" issued by the Engineer. Change orders for altered
work shall include extensions of contract time where, in the Engineer's opinion, such extensions are
commensurate with the amount and difficulty of added work.
Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified,
such excess altered work shall be covered by supplemental agreement. If the owner and the
Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental
agreement, the owner reserves the right to terminate the contract with respect to the item and make
other arrangements for its completion.
All supplemental agreements shall be approved by the FAA and shall include valid wage
determinations of the U.S. Secretary of Labor when the amount of the supplemental agreement
exceeds $2,000. However, ifthe Contractor elects to waive the limitations on work that increases or
decreases the originally awarded contract or any major contract item by more than 25 percent, the
supplemental agreement shall be subject to the same U.S. Secretary of Labor wage determination as
was included in the originally awarded contract.
All supplemental agreements shall require consent of the Contractor's surety and separate
performance and payment bonds.
40-03 OMITTED ITEMS. The Engineer may, in the owner's best interest, omit from the
work any contract item, except major contract items. Major contract items may be omitted by a
supplemental agreement. Such omission of contract items shall not invalidate any other contract
provision or requirement.
Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall be
paid for all work performed toward completion of such item prior to the date of the order to omit
such item. Payment for work performed shall be in accordance with the subsection titled
PAYMENT FOR OMITTED ITEMS of Section 90.
GP-40-1
II
40-04 EXTRA WORK. S,p-ould acceptable completion ofthe contract require the Contractor
to perform an item of work for which no basis of payment has been provided in the original contract
.. II
or prevIOusly Issued change orders or supplemental agreements, the same shall be called Extra
Work. Extra work that is within t~~ general scope ofthe contract shall be covered by written change
order. Change orders for such extra work shall contain agreed unit prices for performing the change
II
order work in accordance with the requirements specified in the order, and shall contain any
adjustment to the contract time th~\, in the Engineer's opinion, is necessary for completion of such
extra work. ~~
II
When determined by the Engineerlfo be in the owner's best interest, he may order the Contractor to
proceed with extra work by force11account as provided in the subsection titled PAYMENT FOR
EXTRA AND FORCE ACCOUNT WORK of Section 90.
Extra work that is necessary for Jleptable completion ofthe project, but is not within the general
scope ofthe work covered by the ol!iginal contract shall be covered by a Supplemental Agreement as
hereinbefore defined in the subsedhon titled SUPPLEMENTAL AGREEMENT of Section 10.
II
Any claim for payment of extra .Jork that is not covered by written agreement (change order or
supplemental agreement) shall be ~ejected by the owner.
II
40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the
safety of aircraft, as well as the ;~ontractor's equipment and personnel, is the most important
consideration. It is understood ~nd agreed that the Contractor shall provide for the free and
unobstructed movement of aircraft in the air operations areas of the airport with respect to his/her
own operations and the operationsllof all his/her subcontractors as specified in the subsection titled
LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the
I'
Contractor shall provide for the uninterrupted operation of visual and electronic signals (including
power supplies thereto) used in the'!guidance of aircraft while operating to, from, and upon the airport
II
as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY
SERVICE AND FACILITIES OF:PTHERS in Section 70.
II
With respect to his/her own opJrations and the operations of all his/her subcontractors, the
II
Contractor shall provide marking, II lighting, and other acceptable means of identifying: personnel;
equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the
operation of aircraft, fire-rescue e~uipment, or maintenance vehicles at the airport.
When the contract requires the Jaintenance of vehicular traffic on an existing road, stree~, or
highway during the Contractor's pJ~formance of work that is otherwise provided for in the contract,
plans, and specifications, the Contbctor shall keep such road, street, or highway open to all traffic
and shall provide such maintenanc~ as may be required to accommodate traffic. The Contractor shall
furnish, erect, and maintain barriddes, warning signs, flagmen, and other traffic control devices in
II
reasonable conformity with the ~anual of Uniform Traffic Control Devices for Streets and
Highways (published by the United States Government Printing Office), unless otherwise specified
herein. The Contractor shall al~b construct and maintain in a safe condition any temporary
GP-40-2
I
,I
J
I
I
,I
I
I
I
I.
I
1
I
I
I
I
I
i
I
I
I.
I
I
I
.
I
I
I
I
I,
I
I
t
I'
I
I
I
I
connections necessary for ingress to and egress from abutting property or intersecting roads, streets
or highways.
The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals
necessary for providing the maintenance of aircraft and vehicular traffic as specified in this
subsection.
The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be
measured or paid for directly, but shall be included in the various contract items.
40-06 REMOV AL OF EXISTING STRUCTURES. All existing structures encountered
within the established lines, grades, or grading sections shall be removed by the Contractor, unless
such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged,
abandoned in place, reused in the work or to remain in place, The cost of removing such existing
structures shall not be measured or paid for directly, but shall be included in the various contract
items.
Should the Contractor encounter an existing structure (above or below ground) in the work for which
the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such
structure. The disposition of existing structures so encountered shall be immediately determined by
the Engineer in accordance with the provisions of the contract.
Except as provided in the subsection titled RIGHTS IN AND USE OF MA TERlALS FOUND IN
THE WORK of this section, it is intended that all existing materials or structures that may be
encountered (within the lines, grades, or grading sections established for completion of the work)
shall be utilized in the work as otherwise provided for in the contract and shall remain the property of
the owner when so utilized in the work.
40-07 RIGHTS IN AND USE OF MATERlALS FOUND IN THE WORK. Should the
Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete
slabs within the established lines, grades, or grading sections, the use of which is intended by the
terms ofthe contract to be either embankment or waste, he may at his/her option either:
a Use such material in another contract item, providing such use is approved by
the Engineer and is in conformance with the contract specifications
applicable to such use; or,
b Remove such material from the site, upon written approval of the Engineer;
or
c Use such material for his/her own temporary construction on site; or,
d Use such material as intended by the terms of the contract.
GP-40-3
Should the Contractor wish to exercise option a., b., or C., he shall request the Engineer's approval in
II
advance of such use. II
II
Should the Engineer approve the Contractor's request to exercise option a., b., or C., the Contractor
shall be paid for the excavation o~lremoval of such material at the applicable contract price. The
Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed
equal volume of material that is :~cceptable for use in constructing embankment, backfills, or
otherwise to the extent that such replacement material is needed to complete the contract work. The
Contractor shall not be charged for his/her use of such material so used in the work or removed from
the site.
ii
It is understood and agreed that th~ Contractor shall make no claim for delays by reason of his /her
" II
exerCIse of optIon a., b., or c. II
II
The Contractor shall not excavate, :remove, or otherwise disturb any material, structure, or part of a
structure which is located outside'the lines, grades, or grading sections established for the work,
except where such excavation or r!moval is provided for in the contract, plans, or specifications.
II
II
40-08 FINAL CLEANING UP. Upon completion of the work and before acceptance and
final payment will be made, the C~ntractor shall remove from the site all machinery, equipment,
II
surplus and discarded materials, rubbish, temporary structures, and stumps or portions oftrees. He
shall cut all brush and woods within the limits indicated and shall leave the site in a neat and
presentable condition. Material cld~red from the site and deposited on adjacent property will not be
considered as having been disposed of .
satisfactorily, unless the Contracto~ has obtained the written permission of such property owner.
II
II
40-09 ACCESS TO THE WORK. Access to the work will be via the access routes shown
on the plans or as directed by the EJgineer. The Contractor shall identify access routes with suitable
signs, barricades and similar equip'lnent.
The entire access route and constrution site shall be kept free and clean of all debris at all times and
II
maintained in good repair by the Contractor. All damage to the access route caused by the actions of
the Contractor or his agents shall He immediately repaired to the satisfaction ofthe Owner.
II
No additional payment will be made to the Contractor for complying with the requirements ofthis
II
subsection. II
II
No other access to the work siteJI will be permitted without written approval by the Engineer.
Contractor's vehicles and equipme~t, including vehicles and equipment of subcontractors and others
coming under the Contractor's col\trol, will not be permitted to traverse other airfield areas or
I'
pavements without written approval of the Engineer.
II
Contractor's vehicles, equipment, lbd materials may be stored in the area designated on the Plans.
Upon completion of the work, th~ storage area shall be cleaned up and returned to its original
II
II
II GP-40-4
II
II
"
I
I
I
I
I
I
I
I
I~
I
,I
I
I
t
II
,I
I
'I'
I
I
I
I
r
I
I
I
I
I
I
I
I
I
t
I
I
I
I
I
condition to the satisfaction of the Engineer. No special payment will be made for clean up and
restoration of the storage area.
Space will be allotted by the Engineer for the use of employees of the Contractor and his
subcontractor(s) for the daily parking of their automobiles during the construction period. Personal
vehicles of employees ilnd vehicles operated by vendors of goods or services will not be permitted
beyond the Contractor's parking area. Drivers of vehicles being operated beyond this area shall be
subject to loss of permission to enter the construction site.
END OF SECTION 40
GP-40-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 50
CONTROL OF WORK
50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions
which may arise as to the quality and acceptability of materials furnished, work performed, and as to
the manner of performance and rate of progress of the work. He shall decide all questions which
may arise as to the interpretation of the specifications or plans relating to the work, the fulfillment of
the contract on the part of the Contractor, and the rights of different Contractors on the project. The
Engineer shall determine the amount and quality of the several kinds of work performed and
materials furnished which are to be paid for the under contract.
50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all
materials furnished shall be in reasonably close conformity with the lines, grades, grading sections,
cross sections, dimensions, material requirements, and testing requirements that are specified
(including specified tolerances) in the contract, plans or specifications.
If the Engineer finds the materials furnished, work performed, or the finished product not within
reasonably close conformity with the plans and specifications but that the portion of the work
affected will, in his/her opinion, result in a finished product having a level of safety, economy,
durability, and workmanship acceptable to the owner, he will advise the owner of his/her
determination that the affected work be accepted and remain in place. In this event, the Engineer
will document his/her determination and recommend to the owner a basis of acceptance which will
provide for an adjustment in the contract price for the affected portion ofthe work. The Engineer's
determination and recommended contract price adjustments will be based on good engineering
judgment and such tests or retests ofthe affected work as are, in hislher opinion, needed. Changes in
the contract price shall be covered by contract modifications (change order or supplemental
agreement) as applicable.
If the Engineer finds the materials furnished, work performed, or the finished product are not in
reasonably close conformity with the plans and specifications and have resulted in an unacceptable
finished product, the affected work or materials shall be removed and replaced or otherwise corrected
by and at the expense of the Contractor in accordance with the Engineer's written orders.
For the purpose ofthis subsection, the term "reasonably close conformity" shall not be construed as
waiving the Contractor's responsibility to complete the work in accordance with the contract, plans,
and specifications. The term shall not be construed as waiving the Engineer's right to insist on strict
compliance with the requirements ofthe contract, plans, and specifications during the Contractor's
prosecution ofthe work, when, in the Engineer's opinion, such compliance is essential to provide an
acceptable finished portion of the work.
GP-50-l
II
II
II
II
For the purpose ofthis subsection, t~~ term "reasonably close conformity" is also intended to provide
the Engineer with the authority to use good engineering judgment in his/her determinations as to
II
acceptance of work that is not in strict conformity but will provide a finished product equal to or
II
better than that intended by the requirements of the contract, plans and specifications.
II
II
50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The
contract, plans, specifications, and all referenced standards 'cited are essential parts of the contract
requirements. A requirement occm!ing in one is as binding as though occurring in all. They are
intended to be complementary and lito describe and provide for a complete work. In resolving
conflicts, discrepancies, or errors in the various contract documents, the documents shall be given the
II
order of precedence, as follows: Contract, Supplemental Agreement, Change Order, Addenda,
II
Supplementary Conditions, Plans, Specifications, General Provisions. In case of discrepancy,
figured dimensions, unless obviously incorrect, shall govern over scaled dimensions. Cited
II
standards for materials or testing, and cited FAA Advisory Circulars shall be considered as standard
specifications.
II
II
Any table, gradation, size, dimension, rate, mix, method, nomenclature, pay item number, basis of
payment or method of measurement shown on the plans, which is at variance with the standard
II
specifications, shall be considered all amendment or supplement to the applicable specification.
II
The Contractor shall not take advantage of any apparent error or omission on the plans or
specifications. In the event the Co~tractor discovers any apparent error or discrepancy, he shall
immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be
II
final. II
II
50-04 COOPERATION OF::CONTRACTOR. The Contractor will be supplied with five (5)
copies of the plans and specificationJ~ He shall have available on the work at all times one copy each
of the plans and specifications. Addi~ional copies ofplans and specifications maybe obtained by the
Contractor for the cost of reproducti~n and postage.
II
The Contractor shall give constant atrention to the work to facilitate the progress thereof, and he shall
II
cooperate with the Engineer and hislher inspectors and with other contractors in every way possible.
The 'Engineer shall allocate the w~rk and designate the sequence of construction in case of
controversy between contractors. TI1b Contractor shall have a competent superintendent on the work
at all times who is fully authorized asl!hislher agent on the work. The superintendent shall be capable
of reading and thoroughly understadtiing the plans and specifications and shall receive and fulfill
instructions from the Engineer or hiJYher authorized representative.
," U
II
50-05 COOPERATION BE:ifWEEN CONTRACTORS. The owner reserves the right to
contract for and perform other or ad~itional work on or near the work covered by this contract.
II
II
When separate contracts are let within the limits of anyone project, each Contractor shall conduct
his/her work so as not to interfere with or hinder the progress of completion of the work being
performed by other Contractors. Corl~ractors working on the same project shall cooperate with each
. II
other as dIrected.
GP-50-2
I
I
I
I
1
I
1
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
,
J
I
I
I
I
Each Contractor involved shall assume all liability, financial or otherwise, in connection with hislher
contract and shall protect and save harmless the owner from any and all damages or claims that may
arise because of inconvenience, delays, or loss experienced by him because of the presence and
operations of other Contractors working within the limits ofthe same project. .
The Contractor shall arrange his/her work and shall place and dispose of the materials being used so
as not to interfere with the operations ofthe other Contractors within the limits ofthe same project.
He shall join hislher work with that of the others in an acceptable manner and shall perform it in
proper sequence to that of the others.
50-06 CONSTRUCTION LAYOUT AND STAKES. Utilizing the data shown on the plans
and/or furnished by the Engineer, the Contractor shall establish all horizontal and vertical controls
necessary to construct the work in conformance with the plans and specifications. The work shall
include performing all calculations required and setting all stakes needed, such as offset stakes,
reference point stakes, slope stakes, and other reference marks or points necessary to provide lines
and grades for construction.
The Contractor shall employ only competent personnel and utilize only suitable equipment in
performing layout work.
He shall not engage the services of any person or persons in the employ of the Engineer for
performance of layout work.
Adequate field notes and records shall be kept as layout work is accomplished. These field notes and
records shall be available for review by the Engineer as the work progresses and copies shall be
furnished to the Engineer at the time of completion ofthe project. Any inspection or checking ofthe
Contractor's field notes or layout work by the Engineer and the acceptance of all or any part thereof,
shall not relieve the Contractor of his responsibility to achieve the lines, grades, and dimensions
shown in the plans and specifications.
The cost of all stakes and the cost of performing layout work as described above shall be included in
the contract unit prices for the various items of work to which it is incidental.
50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing
plant equipment is required to be operated automatically under the contract and a breakdown or
malfunction of the automatic controls occurs, the equipment may be operated manually or by other
methods for a period 48 hours following the breakdown or malfunction, provided this method of
operations will produce results which conform to all other requirements of the contract.
50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the owner
shall be authorized to inspect all work done and all material furnished. Such inspection may extend
to all or any part of the work and to the preparation, fabrication, or manufacture ofthe materials to be
used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract.
GP-50-3
II
II
II
Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as
II
foreman for the Contractor. II
II
50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work
shall be subject to inspection by the 'Engineer. The Engineer shall be allowed access to all parts of
the work and shall be furnished with~~uch information and assistance by the Contractor as is required
to make a complete and detailed ins~ection. '
Ifthe Engin~er requests it, the contrlctor, at any time before acceptance ofthe work, shall remove or
uncover such portions of the finished work as may be directed. After examination, the Contractor
shall restore said portions of the wJrk to the standard required by the specifications. Should the
work thus exposed or examined pro~e acceptable, the uncovering, orremoving, and the replacing of
the covering or making good of the parts removed will be paid for as extra work; but should the work
so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing ofthe
covering or making good of the parl~ removed will be at the Contractor's expense.
II
Any work done or materials used without supervision or inspection by an authorized representative
II
of the owner may be ordered removed and replaced at the Contractor's expense unless the owner's
I.
representative failed to inspect after having been given reasonable notice in writing that the work was
to be performed. II
Should the contract work include ~elocation, adjustment, or any other modification to existing
facilities, not the property of the (coAtract) owner, authorized representatives ofthe owners of such
facilities shall have the right to ins~ect such work. Such inspection shall in no sense make any
facility owner a party to the contract, and shall in no way interfere with the rights of the parties to
this contract. II
50-10 REMOVAL OF UN~CCEPTABLE AND UNAUTHORIZED WORK. All work
which does not conform to the re4uirements of the contract, plans, and specifications will be
considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the
subsection titled CONFORMITY 11TH PLANS AND SPECIFICATIONS of this section.
Unacceptable work, whether the reSult of poor workmanship, use of defective materials, damage
through carelessness, or any other ca~se found to exist prior to the final acceptance of the work, shall
be removed immediately and replac~~ in an acceptable manner in accordance with the provisions of
the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70.
II
Work done contrary to the instructi~ns of the Engineer, work done beyond the lines shown on the
plans or as given, except as hereinllspecified, or any extra work done without authority, will be
considered as unauthorized and willlnot be paid for under the provisions of the contract. Work so
II
done maybe ordered removed or ren1aced at the Contractor's expense.
Upon failure on the part of the ContJlctor to comply forthwith with any order of the Engineer made
under the provisions of this subsecti~n, the Engineer will have authority to cause unacceptable work
II
II
II GP-50-4
II
II
I
I
I
I
I
I
IeI
I
I
I
I
I
.1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
to be remedied or removed and replaced and unauthorized work to be removed and to deduct the
costs (incurred by the owner) from any monies due or to become due the Contractor.
50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions
in the hauling of materials on public roads beyond the limits of the work. A special permit will not
relieve the Contractor :of liability for damage which may result from the moving of material or
equipment.
The operation of equipment of such weight or so loaded as to cause damage to structures or to any
other type of construction will not be permitted. Hauling of materials over the base course or surface
course under construction shall be limited as directed, No loads will be permitted on a concrete
pavement, base, or structure before the expiration of the curing period. The Contractor shall be
responsible for all damage done by his/her hauling equipment and shall correct such damage at
his/her own expense.
50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the
work during construction and until the work is accepted. This maintenance shall constitute
continuous and effective work prosecuted day by day, with adequate equipment and forces so that the
work is maintained in satisfactory condition at all times.
In the case of a contract for the placing of a course upon a course or subgrade previously constructed,
the Contractor shall maintain the previous course or sub grade during all construction operations.
All costs of maintenance work during construction and before the project is accepted shall be
included in the unit prices bid on the various contract items, and the Contractor will not be paid an
additional amount for such work.
50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to
maintain the work as provided in the subsection titled MAINTENANCE DURING
CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such
noncompliance. Such notification shall specify a reasonable time within which the Contractor shall
be required to remedy such unsatisfactory maintenance condition. The time specified will give due
consideration to the exigency that exists.
Should the Contractor fail to respond to the Engineer's notification, the Engineer may suspend any
work necessary for the owner to correct such unsatisfactory maintenance condition, depending on the
exigency that exists. Any maintenance cost incurred by the owner, shall be deducted from monies
due or to become due the Contractor.
50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the
Contractor substantially completes a usable unit or portion of the work, the occupancy of which will
benefit the owner, he may request the Engineer to make final inspection ofthat unit. Ifthe Engineer
finds upon inspection that the unit has been satisfactorily completed in compliance with the contract,
GP-50-5
II
II
II
he may accept it as being complete~, and the Contractor may be relieved of further responsibility for
that unit. Such partial acceptance and beneficial occupancy by the owner shall not void or alter any
provision of the contract. II
II
50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive
completion ofthe entire project, th~ Engineer and owner will make an inspection. If all construction
provided for and contemplated b~1 the contract is found to be completed in accordance with the
contract, plans, and specifications, '~uch inspection shall constitute the final inspection. The Engineer
shall notify the Contractor in writi~g of final acceptance as of the date of the final inspection.
II
II
If, however, the inspection disclo~es any work, in whole or in part, as being unsatisfactory, the
Engineer will give the Contractor the necessary instructions for correction of same and the
Contractor shall immediately com~ly with and execute such instructions. Upon correction of the
work, another inspection will be m~de which shall constitute the final inspection, provided the work
has been satisfactorily completed. II In such event, the Engineer will make the final acceptance and
notify the Contractor in writing of It his acceptance as of the date of final inspection.
II
50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor
deems that additional compensation is due him for work or materials not clearly provided for in the
contract, plans, or specifications or'previously authorized as extra work, he shall notify the Engineer
in writing of his /her intention to cl~im such additional compensation before he begins the work on
which he bases the claim. If such!'notification is not given or the Engineer is not afforded proper
opportunity by the Contractor fo~ keeping strict account of actual cost as required, then the
Contractor hereby agrees to waive 'kny claim for such additional compensation. Such notice by the
Contractor and the fact that the Erl~ineer has kept account of the cost of the work shall not in any
way be construed as proving or sub~tantiating the validity of the claim. When the work on which the
II
claim for additional compensation is based has been completed, the Contractor shall, within 10
calendar days, submit his/her writ~en claim to the Engineer who will present it to the owner for
consideration in accordance with IAcallaws or ordinances.
II
Nothing in this subsection shall bdl construed as a waiver of the Contractor's right to dispute final
payment based on differences in rdbasurements or computations.
II
II
50-17 RETEST OF WORK. When as provided for in the contract documents, the Owner
performs sampling and tests ofthe ~ork and the tests show a failure to meet the requirements ofthe
contract documents, the expense otiretesting, after reworking or substitution by the Contractor will
be at the expense of the Contractor !nd such costs will be deducted from the payments otherwise due
to the Contractor. II
II
II
50-18 CORRECTION OF ;WORK AFTER FINAL PAYMENT, Neither the final certificate
nor payment, nor any provision Ilin the contract documents shall relieve the Contractor of
responsibility for faulty materials or workmanship and, unless otherwise specified, he shall remedy
any defect due thereto and pay for arty damage to other work resulting therefrom, which shall appear
within a period of one year from dalb of final acceptance. Wherever the word "acceptance" occurs, it
II
shall be understood to mean final acceptance.
GP-50-6
I
I
I
I
I
f
I
I
I
I
I
I
I
I
,I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
J
I
I
i
I
The Owner shall give notice of observed defects with reasonable promptness. Ifthe Contractor fails
to remedy any failure, defect, or damage within a reasonable time after the receipt of notice, the
Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at
the Contractor's expense. With respect to all warranties, expressed or implied, from subcontractors,
manufacturer, or suppliers for work performed and materials furnished under this Contractor, the
Contractor shall:
a Obtain all warranties that would be given in normal commercial practice;
b Require all warranties to be executed, in writing, for the benefit of the Owner.
END OF SECTION 50
GP-50-7
I
I,
I
I
,
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
SECTION 60
CONTROL OF MATERIALS
60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on
the work shall conform to the requirements of the contract, plans, and specifications. Unless
otherwise specified, such materials that are manufactured or processed shall be new (as compared to
used or reprocessed).
In order to expedite the inspection and testing of materials, the Contractor shall furnish complete
statements to the Engineer as to the origin, composition, and manufacture of all materials to be used
in the work. Such statements shall be furnished promptly after execution of the contract but, in all
cases, prior to delivery of such materials.
At the Engineer's option, materials may be approved at the source of supply before delivery is
started. If it is found after trial that sources of supply for previously approved materials do not
produce specified products, the Contractor shall furnish materials from other sources.
60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the
work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any
work in which untested materials are used without approval or written permission of the Engineer
shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will
not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless
otherwise designated, tests in accordance with the cited standard methods of AASHTO or ASTM
which are current on the date of advertisement for bids will be made by and at the expense of the
owner. Samples will be taken by a qualified representative ofthe owner. All materials being used
are subject to inspection, test, or rej ection at any time prior to or during incorporation into the work.
Copies of all tests will be furnished to the Contractor's representative at hislher request.
In the event that any tests show a failure to meet the requirements of the contract document, the
expense of retesting, after substitution or modification by the Contractor, will be at the expense of
the Contractor and such costs will be deducted from the payments otherwise due to the Contractor.
The Contractor shall give sufficient notification of the placing of orders for materials to permit
testing.
60-03 CER TIFICA nON OF COMPLIANCE. The Engineer may permit the use, prior to
sampling and testing, of certain materials or assemblies when accompanied by manufacturer's
certificates of compliance stating that such materials or assemblies fully comply with the
requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such
materials or assemblies delivered to the work must be accompanied by a certificate of compliance in
which the lot is clearly identified.
GP-60-1
II
Materials or assemblies used on th~1 basis of certificates of compliance may be sampled and tested at
any time and if found not to be in c~nformity with contract requirements will be subject to rejection
whether in place or not.
The form and distribution of certificates of compliance shall be as approved by the Engineer.
When a material or assembly is Jecified by "brand name or equal" and th~ Contractor elects to
furnish the specified "brand name'I'I' the Contractor shall be required to furnish the manufacturer's
certificate of compliance for each lot of such material or assembly delivered to the work. Such
certificate of compliance shall clearly identify each lot delivered and shall certify as to:
C ~ II h 'fi d fi' . . l" d" . 1
a onlormance to t e specI Ie per ormance, testmg, qua lty or ImenslOna
. II d
reqUIrements; an ,
II
II
b Suitability d1f the material or assembly for the use intended in the contract
work. II
II
II
II
Should the Contractor propose to furnish an "or equal" material or assembly, he shall furnish the
manufacturer's certificates of com~Iiance as hereinbefore described for the specified brand name
material or assembly. However, thf Engineer shall be the sole judge as to whether the proposed "or
equal" is suitable for use in the work.
II
II
The Engineer reserves the right to J~fuse permission for use of materials or assemblies on the basis
of certificates of compliance. II
60-04 PLANT INSPECTioN. The Engineer or hislher authorized representative may
inspect, at its source, any specified material or assembly to be used in the work. Manufacturing
plants may be inspected from time i~ time for the purpose of determining compliance with specified
manufacturing methods or material~ to be used in the work and to obtain samples required for hislher
acceptance of the material or assembly.
Should the Engineer conduct Planfnspections, the following conditions shall exist: .
a The Engineer shall have the cooperation and assistance ofthe Contractor and
the produce~ with whom he has contracted for materials.
II
II
b The EngineJ~ shall have full entry at all reasonable times to such parts ofthe
plant that c~ncern the manufacture or production of the materials being
furnished. ~:
II
II
c If required by the Engineer, the Contractor shall arrange for adequate office
or working Ilspace that may be reasonably needed for conducting plant
inspections. Office or working space should be conveniently located with
respect to th~ plant.
GP-60-2
I
,I
I
I
I
I
I'
I
\1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
It is understood and agreed that the owner shall have the right to retest any material which has been
tested and approved at the source of supply after it has been delivered to the site. The Engineer shall
have the right to reject only material which, when retested, does not meet the requirements of the
contract, plans, or specifications.
60-05 ENGINEER'S FIELD OFFICE AND LABORATORY. When specified and provided
for as a contract item, the Contractor shall furnish a building for the exclusive use ofthe Engineer as
a field office and field testing laboratory. The building shall be furnished and maintained by the
Contractor as specified herein and shall become property ofthe Contractor when the contract work is
completed.
60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the
preservation of their quality and fitness for the work. Stored materials, even though approved before
storage, may again be inspected prior to their use in the work. Stored materials shall be located so as
to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with
the Engineer. Materials to be stored on airport property shall not create an obstruction to air
navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless
otherwise shown on the plans, the storage of materials and the location ofthe Contractor's plant and
parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used
for storage purposes without written permission of the owner or lessee of such property. The
Contractor shall make all arrangements and bear all expenses for the storage of materials on private
property. Upon request, the Contractor shall furnish the Engineer a copy of the property owner's
permISSIon.
All storage sites on private or airport property shall be restored to their original condition by the
Contractor at hislher entire expense, except as otherwise agreed to (in writing) by the owner or lessee
of the property.
60-07 UNACCEPTABLE MA TERlALS. Any material or assembly that does not conform
to the requirements of the contract, plans, or specifications shall be considered unacceptable and
shall be rejected. The Contractor shall remove any rejected material or assembly from the site ofthe
work, unless otherwise instructed by the Engineer.
Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not
be returned to the site of the work until such time as the Engineer has approved its use in the work.
60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials
required to complete the work, except those specified herein (if any) to be furnished by the owner.
Owner- furnished materials shall be made available to the Contractor at the location specified herein.
All costs of handling, transportation from the specified location to the site of work, storage, and
installing owner-furnished materials shall be included in the unit price bid for the contract item in
which such owner-furnished material is used.
GP-60-3
II
II
II
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
After any owner-furnished materia has been delivered to the location specified, the Contractor shall
be responsible for any demurrage,!tlarnage, loss, or other deficiencies which may occur during the
Contractor's handling, storage, orJ~e of such owner-furnished material. The owner will deduct from
any monies due or to become due the Contractor any cost incurred by the owner in making good such
loss due to the Contractor's handling, storage, or use of owner-furnished materials,
END OF SECTION 60
II
II
II
II
II
II
II
II
II
GP-60-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 70
LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC
70-0 1 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal
and State laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or
tribunals having any jurisdiction or authority, which in any manner affect those' engaged or employed
on the work, or which in any way affect the conduct ofthe work. He shall at all times observe and
comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and
indemnify the owner and all hislher officers, agents, or servants against any claim or liability arising
from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by
himself or his/her employees.
Ifthe Contractor observes that the drawings and specifications are at variance with any laws, codes,
ordinances, and regulations, he shall promptly notify the Engineer in writing, and any necessary
changes shall be adjusted as provided in the contract for changes in the work. If the Contractor
performs any work contrary to such laws, codes, ordinances, and regulations, and without such notice
to the Engineer, he shall bear all costs arising therefrom.
70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and
licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and
lawful prosecution of the work.
70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is
required or desires to use any design, device, material, or process covered by letters of patent or
copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The
Contractor and the surety shall indemnify and save harmless the owner, any third party, or political
subdivision from any and all claims for infringement by reason of the use of any such patented
design, device, material or process, or any trademark or copyright, and shall indemnify the owner for
any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at
any time during the prosecution or after the completion of the work.
70-04 RESTORATION OF SURF ACES DISTURBED BY OTHERS. The owner reserves
the right to authorize the construction, reconstruction, or maintenance of any public or private utility
service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility
service of another government agency at any time during the progress of the work.
Except as indicated on the plans or contract documents, the Contractor shall not permit any
individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities
located within the limits of the work without the written permission of the Engineer.
GP-70-1
II
II
~ I
Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of I
another government agency be autHbrized to construct, reconstruct, or maintain such utility service or I
facility during the progress of th~ work, the Contractor shall cooperate with such owners by
arranging and performing the ~~rk in this contract so as to facilitate such construction,
reconstruction or maintenance by olhers whether or not such work by others is listed above. When
ordered as extra work ~y the Engirlber, the Contractor shall make all necessary repairs to the work I
which are due to such 'authorized ~ork by others, unless otherwise provided for in the contract,
plans, or specifications. I
It is Wlderstood and agreed that th~ Contractor shall not be entitled to make any claim for damages
due to such authorized work by otllers or for any delay to the work resulting from such authorized I
work. II
70-05 FEDERAL AND STATE AID PARTICIPATION. For AIP contracts, the United I
States Government has agreed to r~~mburse the owner for some portion ofthe contract costs. Such
reimbursement is made from time,. to time upon the owner's (sponsor's) request to the FAA. In
consideration of the United States Government's (FAA's) agreement with the owner, the owner has I
included provisions in this contract'bursuant to the requirements of the Airport Improvement Act of
1982, as amended by the Airport and Airway Safety and Capacity Expansion Acts of 1987 and 1990, I
II
and the Rules and Regulations of the FAA that pertain to the work.
II
As required by the Act, the contract:!work is subject to the inspection and approval of duly authorized I
representatives ofthe Administrato~, FAA, and is further subject to those provisions ofthe rules and
regulations that are cited in the corttract, plans, or specifications.
No requirement of the Act, the ruJ and regulations implementing the Act, or this contract shall be I
construed as making the Federal Government a party to the contract nor will any such requirement
interfere, in any way, with the righfls of either party to the contract. I
The attention of the Contractor is al~o invited to the fact that the State in which this project is located
II
will pay a portion of the cost of this improvement. In accordance with said State's rules and I
regulations, work will be subject t~ such inspection of the State, or its representative, as deemed '
necessary to protect the interests of the people of the State. The Contractor shall furnish the
inspecting party with every reason:ble assistance to ascertain whether or not the requirements and I
intent of the contract are being meN Such inspections will in no way infer that the State is party to
the contract, except for those contr~cts wherein the State is a signatory. I
II
II
70-06 SANITARY. HEALTH. AND SAFETY PROVISIONS. The Contractor shall
provide and maintain in a neat, sanitary condition such accommodations for the use of his/her I
employees as may be necessary toll comply with the requirements of the state and local Board of
Health, or of other bodies or tribunals having jurisdiction.
Attention is directed to Federal, stai~, and local laws, rules and regulations concerning construction I
safety and health standards. The C~ntractor shall not require any worker to work in surroundings or
under conditions which are unsanilkry, hazardous, or dangerous to hislher health or safety.
I
GP-70-2 I
I
I
I
'"
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control hislher
operations and those ofhislher subcontractors and all suppliers, to assure the least inconvenience to
the traveling public. Under all circumstances, safety shall be the most important consideration.
The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic
with respect to hislher own operations and those of hislher subcontractors and all suppliers in
accordance with the sJbsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore
specified and shall limit such operations for the convenience and safety of the traveling public as
specified in the subsection titled LIMIT A TION OF OPERA TrONS of Section 80 hereinafter.
The Contractor shall provide initial and continuing instructions to all supervisors, employees,
subcontractors, and suppliers to enable them to conduct their work in a manner that will provide the
maximum safety with the least hindrance to air and ground traffic, the general public, airport
employees, and to the workmen employed on the site.
All safety provisions specified by the plans and documents or received from the Project Engineer,
and those required by laws, codes and ordinances, shall be thoroughly disseminated and rigidly
enforced.
70-08 BARRICADES. WARNING SIGNS. AND HAZARD MARKINGS. The Contractor
shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to
protect the public and the work. When used during periods of darkness, such barricades, warning
signs, and hazard markings shall be suitably illuminated.
For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades,
warning signs, lights and other traffic control devices in reasonable conformity with the Manual of
Uniform Traffic Control Devices for Streets and Highways (published by the United States
Government Printing Office).
When the work requires closing an air operations area of the airport or portion of such area, the
Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming
to the requirements of AC 150/5340-1F, Marking of Paved Areas on Airports.
The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches,
excavations, temporary stock piles, and hislher parked construction equipment that may be hazardous
to the operation of emergency fire-rescue or maintenance vehicles on the airport in reasonable
conformance to AC 150/5370-2C, Operational Safety on Airports During Construction. The
Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable
conformance to AC 150/5370-2C.
The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior
to commencing work which requires such erection and shall maintain the barricades, warning signs,
and markings for hazards until their dismantling is directed by the Engineer.
Open- flame type lights shall not be permitted within the air operations areas of the airport.
GP-70-3
II
! I
70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution I
of the work, the Contractor shall ex~rcise the utmost care not to endanger life or property, including
II
new ~ork. The Contractor shall beitt:sponsible for all damage resulting from the use of explosives. I
All explosives shall be stored in a s~cure manner in compliance with all laws and ordinances, and all
such storage places shall be clearly parked. Where no local laws or ordinances apply, storage shall I
be provided satisfactory to the Engineer and, in general, not closer than 1 ,000 'feet from the work or
II
from any building, road, or other place of human occupancy,
U I
II
The Contractor shall notify each p~operty owner and public utility company having structures or
facilities in proximity to the site of the work of his /her intention to use explosives. Such notice shall
be given sufficiently in advance to1111enable them to take such steps as they may deem necessary to I
protect their property from injury. , ,
The use of electrical blasting capJI shall not be permitted on or within 1,000 feet of the airport I
II
property. II
" I
II
70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The
Contractor shall be responsible fo~ the preservation of all public and private property, and shall
protect carefully from disturbance~~r damage all land monuments and property markers until the I
Engineer has witnessed or otherwise referenced their location and shall not move them until directed.
II
The Contractor shall be responsiblJI for all damage or injury to property of any character, during the I
II
prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner
or method of executing the work!1 or at any time due to defective work or materials, and said
responsibility will not be released ~ntil the project shall have been completed and accepted. I
When or where any direct or indire~t damage or injury is done to public or private property by or on .
account of any act, omission, negle~t, or misconduct in the execution of the work, or in consequence
of the nonexecution thereofby the <!rontractor, he shall restore, at his/her own expense, such property I
to a condition similar or equal to th~t existing before such damage or injury was done, by repairing,
or otherwise restoring as may be I!iirected, or he shall make good such damage or injury in an I
II
acceptable manner.
II
Work that is to remain in place which is damaged or defaced by reasons of work performed under I
this contract, shall be restored at n~ additional cost to the Owner.
II
II
Items removed, indicated to be sa\vaged for Owner or reused in new work, which are damaged I
beyond repair, shall be replaced with equal new materials under this contract at no additional cost to '
the Owner. II
It is recognized that the Owner wiil incur the costs for employees' salaries, engineering fees, and I
otherwise in connection with the d~mage and inspection and repair of any such damage, caused by
~~;c~~~::~A~r~~,:st~~u=~;~t~:s~~::rfr~; i~~:U~~~:~~~~~~~eb~/=:~rt o~~~~::~e:~~h~~ I
such expenses and loss of income a~e not measurable now and may not be reasonably ascertainable at
h . If I
t e tIme of any incident caused by the Contractor. The Owner and the Contractor hereby agree to the
II
assessment ofliquidated dan1ages in lieu of such expenses or other damages incurred by the Owner.
I ~~ I
II
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
In addition to the obligation ofthe Contractor to immediately repair any cables or facilities damaged
by the Contractor, as set forth above, the sum of not greater than $l,OOO.OO per incident may 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 ofthese deductions is to cover liquidated damages to the sponsor incurred by additional and
other expenses and damages arising from the incident or incidents caused by the Contractor, and
such deductions are not considered as penalties.
70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnifY and
save harmless the Engineer and the owner and their officers, and employees from all suits, actions, or
claims of any character brought because of any injuries or damage received or sustained by any
person, persons, or property on account of the operations of the Contractor; or on account of or in
consequence of any neglect in safeguarding the work; or through use of unacceptable materials in
constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor;
or because of any claims or amounts recovered from any infringements of patent, trademark, or
copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation
Act," or any other law, ordinance, order, or decree. Money due the Contractor under and by yirtue of
his/her contract as may be considered necessary by the owner for such purpose may be retained for
the use of the owner or, in case no money is due, his/her surety may be held until such suit or suits,
action or actions, claim or claims for injuries or damages as aforesaid shall have been settled and
suitable evidence to that effect furnished to the owner, except that money due the Contractor will not
be withheld when the Contractor produces satisfactory evidence that he is adequately protected by
public liability and property damage insurance.
70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the
parties executing the contract that it is not intended by any of the provisions of any part of the
contract to create the public or any member thereof a third party beneficiary or to authorize anyone
not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the
terms or provisions of the contract.
70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for
the Contractor to complete portions ofthe contract work for the beneficial occupancy of the owner
prior to completion of the entire contract, such "phasing" of the work shall be specified herein and
indicated on the plans. When so specified, the Contractor shall complete such portions ofthe work
on or before the date specified or as otherwise specified. The Contractor shall make his/her own
estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by
the owner.
Upon completion of any portion ofthe work indicated on the drawing, such portion shall be accepted
by the owner in accordance with the subsection titled P ARTIAL ACCEPTANCE of Section 50.
No portion of the work may be opened by the Contractor for public use until ordered by the Engineer
in writing. Should it become necessary to open a portion of the work to public traffic on a temporary
or intermittent basis, such openings shall be made when, in the opinion ofthe Engineer, such portion
of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent
openings are considered to be inherent in the work and shall not constitute either acceptance ofthe
portion of the work so opened or a waiver of any provision of the contract. Any damage to the
GP-70-5
portion ofthe work so opened that IS not attributable to traffic which is permitted by the owner shall
be repaired by the Contractor at hiMlher expense.
II
II
The Contractor shall make hislher!?wn estimate of the inherent difficulties involved in completing
the work under the conditions herein described and shall not claim any added compensation by
reason of delay or increased cost dte to opening a portion of the contract work.
: II
70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final
written acceptance ofthe entire completed work, excepting only those portions of the work accepted
II
in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor
shall have the charge and care ther~pf and shall take every precaution against injury or damage to any
part due to the action of the element.s or from any other cause, whether arising from the execution or
from the nonexecution of the workll The Contractor shall rebuild, repair, restore, and make good all
injuries or damages to any portion!~f the work occasioned by any of the above causes before final
acceptance and shall bear the experl'se thereof except damage to the work due to unforeseeable causes
beyond the control of and witho& the fault or negligence of the Contractor, including but not
restricted to acts of God such as J~rthquake, tidal wave, tornado, hurricane or other cataclysmic
II
phenomenon of nature, or acts of the public enemy or of government authorities.
II
If the work is suspended for any caJse whatever, the Contractor shall be responsible for the work and
shall take such precautions necess~ to prevent damage to the work. The Contractor shall provide
for normal drainage and shall erect :pecessary temporary structures, signs, or other facilities at hislher
expense. During such period of suspension of work, the Contractor shall properly and continuously
maintain in an acceptable growing condition all living material in newly established planting,
seedings, and sod dings furnished It.mder hislher contract, and shall take adequate precautions to
II
protect new tree growth and other important vegetative growth against injury.
II
70-15 CONTRACTOR'S RESPONSffiILITY FOR UTILITY SERVICE AND FACILITIES
OF OTHERS. As provided in the subsection titled RESTORA nON OF SURFACES DISTURBED
BY OTHERS of this section, the C~mtractor shall cooperate with the owner of any public or private
utility service, FAA or NOAA, or a utility service of another government agency that may be
authorized by the owner to constru~t, reconstruct or maintain such utility services or facilities during
the progress ofthe work. In additiQn, the Contractor shall control hislher operations to prevent the
unscheduled interruption of such Jhlity services and facilities.
II
II
To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services
of another governmental agency are known to exist within the limits of the contract work, the
approximate locations have been iAdicated on the plans.
II
It is understood and agreed that the owner does not guarantee the accuracy or the completeness of the
location information relating to exi~ting utility services, facilities, or structures that may be shown on
the plans or encountered in the w~rk. Any inaccuracy or omission in such information shall not
relieve the Contractor of hislher rltsponsibility to protect such existing features from damage or
unscheduled interruption of service.
II
II
Prior to commencing the work in the general vicinity of an existing utility service or facility, the
. II
Contractor shall notify each ownerllofhislher plan of operation. If, in the Contractor's opinion, the
II GP-70-6
II
II
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
owner's assistance is needed to locate the utility service or facility or the presence of a representative
of the owner is desirable to observe the work, such advice should be included in the notification.
Such notification shall be given by the most expeditious means to reach the utility owner's PERSON
TO CONTACT no later than two normal business days prior to the Contractor's commencement of
operations in such general vicinity. The Contractor shall furnish a written summary of the
notification to the Engineer.
The Contractor's failure to give the two day's notice hereinabove provided shall be cause for the
Engineer to suspend the Contractor's operations in the general vicinity of a utility service or facility.
Where the outside limits of an underground utility service have been located and staked on the
ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within
3 feet of such outside limits at such points as may be required to ensure protection from damage due
to the Contractor's operations.
Should the Contractor damage or interrupt the operation of a utility service or facility by accident or
otherwise, he shall immediately notify the proper authority and the Engineer and shall take all
reasonable measures to prevent further damage or interruption of service. The Contractor, in such
events, shall cooperate with the utility service or facility owner and the Engineer continuously until
such damage has been repaired and service restored to the satisfaction ofthe utility or facility owner.
The Contractor shall bear all costs of damage and restoration of service to any utility service or
facility due to his/her operations whether or not due to negligence or accident. The (contract) owner
reserves the right to deduct such costs from any monies due or which may become due the
Contractor, or his/her surety.
70-16 FURNISHING RIGHTS-OF - WAY. The owner will be responsible for furnishing all
rights-of-way upon which the work is to be constructed in advance of the Contractor's operations.
70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the
contract provisions or in exercising any power or authority granted to him by this contract, there shall
be no liability upon the Engineer, his/her authorized representatiyes, or any officials of the owner
either personally or as an official ofthe owner. It is understood that in such matters they act solely as
agents and representatives ofthe owner.
70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the owner will
expeditiously make final inspection and notify the Contractor of final acceptance.. Such final
acceptance, however, shall not preclude or estop the owner from correcting any measurement,
estimate, or certificate made before or after completion ofthe work, nor shall the owner be precluded
or estopped from recovering from the Contractor or his/her surety, or both, such overpayment as may
be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the
. contract. A waiver on the part ofthe owner of any breach of any part ofthe contract shall not be held
to be a waiver of any other or subsequent breach.
The Contractor, without prejudice to the terms ofthe contract, shall be liable to the owner for latent
defects, fraud, or such gross mistakes as may amount to fraud, or as regards the owner's rights under
any warranty or guaranty.
GP-70-7
II
II
II
II
70-19 ENVlRONMENT AL PROTECTION. The Contractor shall comply with all Federal,
state, and local laws and regulati~ns controlling pollution of the enyironment. He shall take
necessary precautions to prevent p8llution of streams, lakes, ponds, and reservoirs with fuels, oils,
bitumens, chemicals, or other harrilful materials and to prevent pollution of the atmosphere from
particulate and gaseou~ matter.
In the event of conflict between Federal, State or local laws, codes, ordinances, rules and regulations
concerning pollution control, the Jost restrictive applicable ones shall apply.
II
The Contractor shall pay special lttention to the polluti~n control requirements of the several
specifications. Work items which t'hay cause excessive pollution and shall be closely controlled by
the Contractor are: II
II
Clearing, Jbbing, burning or other disposal.
II
Stripping, excavation, and embankment.
II
Drainage an~ ditching.
Aggregate pldUCtiOn, handling and placing.
C . l" II h b'l"
ement, Ime, or at er sta 1 lzatlOn.
II
Concrete and bituminous materials handling, production, and paving.
II
Seeding, fertilizing, mulching and use of herbicides or insecticides.
II
II
Contractor'sllown housekeeping items; haul roads; sanitary facilities; water
supply; equipment fueling; servicing and cleaning; job clean up and disposal.
II
When the contractor submits his tentative progress schedule in accordance with PROSECUTION
and PROGRESS, Section 80, he I~hall also submit for acceptance of the project engineer, his
schedules for accomplishment oftJbporary and permanent erosion control work, as are applicable
for clearing, grading, structures at J!atercourses, construction, and paving, and his proposed method
of erosion control on haul roads aria borrow pits and his plan for disposal of waste materials. No
work shall be started until the erJ1sion control schedules and methods of operations have been
accepted by the Engineer. II
II
a
b
c
d
e
f
g
h
The following listed stipulations sh~ll apply to this contract unless more restrictive ones are specified
by the plans, special provisions, laws, codes, ordinances, etc. Cost of pollution control shall be
II
incidental to the appropriate work items unless otherwise specified.
II
a Control of Water Pollution and Siltation.
II
1 All work of water pollution and siltation control is subject to
insp~ction by the local and/or state governmental enforcing agent.
II
II GP-70-8
II
II
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2
All applicable regulations of fish and wildlife agencies and statutes
relating to the prevention and abatement of pollution shall be
complied with in the performance of the contract.
;3
Construction operations shall be conducted in such manner as to
reduce erosion to the practicable minimum and to prevent damaging
siltation of watercourses, streams, lakes or reservoirs. The surface
area of erodible land, either on or off the airport site, exposed to the
elements by clearing, grubbing or grading operations, including
gravel pits, waste or disposal areas and haul roads, at anyone time,
for this contract, shall be subject to approval ofthe Engineer and the
duration of such exposure prior to final trimming and finishing ofthe
areas shall be held to the minimum practical. The Engineer shall
have full authority to order the suspension of grading and other
operations pending adequate and proper performance of trimming,
finishing and maintenance work or to restrict the area of erodible land
exposed to the elements.
4
Materials used for permanent erosion control measures shall meet the
requirements of the applicable specifications. Gravel or stone,
consisting of durable particles of fines, shall be used for construction
pads, haul roads and temporary roads in or across streams.
5
Where called for on the plans, a stilling basin shall be constructed to
prevent siltation in the stream from construction operations.
6
The disturbance of lands and waters that are outside the limits of
construction as staked is prohibited, except as found necessary and
approved by the Engineer.
7
The Contractor shall conduct his work in such manner as to prevent
the entry of fuels, oils, bituminous materials, chemicals, sewage or
other harmful materials into streams, rivers, lakes or reservoirs.
8
Water from aggregate washing or other operations containing
sediment shall be treated by filtration, by use of a settling basin or
other means to reduce the sediment content to a level acceptable to
the local and/or state governmental enforcing agent.
9
All waterways shall be cleared as soon as practicable of falsework,
piling, debris or other obstructions placed during construction
operations and not a part of the finished work. Care shall be taken
during construction and removal of such barriers to minimize the
muddying of a stream.
GP-70-9
II
II
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
b
10 The ~ontractor shall care for the temporary erosion and siltation
control measures during the period that the temporary measures are
requiPed and for the permanent erosion control measures until the
contr~ct has been completed and accepted. Such care shall consist of
the repair of areas damaged by erosion, wind, fire or other causes.
II
11 permlnent and temporary erosion control work that is damaged due
to th~:Contractor's operations or where the work required is attributed
to th~ Contractor's negligence, carelessness, or failure to install
perm~nent controls at the proper time, shall be repaired at the
II
Cont:~flctor's expense.
II
Open Burnin'k of Combustible Wastes.
c
II
The &ontractor shall obtain a burning permit from local authorities,
wherM applicable, prior to any burning.
II
II
All b~rning shall conform to the conditions ofthe permit, except that
the c~nditions herein shall apply if they are more restrictive.
No d~s, oils (except atomized fuels applied by approved equipment),
II
asphalt, paint, or coated metals shall be permitted in combustible
wastd1piles.
II
Burning will not be permitted within 1,000 feet of a residential or
built-tp area nor within 100 feet of any standing timber or flammable
II
growth unless otherwise specified.
II
II
Burning shall not be permitted unless the prevailing wind is away
from I~ nearby town or built-up area.
Burning shall not be permitted during a local air inversion or other
II
climatic condition as would result in a pall of smoke over a nearby
II
town;pr built-up area.
II
Burning shall not be permitted when the danger of brush or forest
fires is made known by Federal, State, or local officials.
II
The size and number offires shall be restricted to avoid the danger of
brusH10r forest fires. Burning shall be done under surveillance of a
waic~an who shall have fire-fighting equipment and tools readily
avail~ble.
II
JI
Control of Other Air Pollutants
II
Minilhum possible areas of open grading, borrow or aggregate
excavhtion shall be exposed at one time, consistent with the progress
II
of th11 work.
II
II
II
II
1
2
3
4
5
6
7
8
1
GP-70-10
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2 Grading areas shall be kept at proper moisture conditions.
3 Sand or dust blows shall be temporarily mulched, with or without
seeding, or otherwise controlled with stabilizing agents.
4 Cements, fertilizers, chemicals, volatiles, etc., shall be stored in
proper containers or with proper coverings to prevent accidental
discharge into the air.
5 Aggregate bins, cement bins, and dry material batch trucks shall be
properly covered to prevent loss of material to the air,
6 Drilling, grinding, and sand blasting apparatus shall be equipped with
water, chemical, or vacuum dust controlling systems except where
otherwise permitted by the Engineer in writing.
7 Applications of chemicals and bitumens shall be held to
recommended rates.
8 Bituminous mixing plants shall be equipped with dust collectors as
noted in the specifications.
9 Quarrying, batching, and mixing operations and the transfer of
materials between trucks, bins, or stockpiles shall be properly
controlled to minimize dust diffusion.
lO When necessary, certain operations shall be delayed until proper wind
or climatic conditions exist to dissipate or inhibit potential pollutants
to the satisfaction ofthe Project Engineer.
70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified
in this subsection, the Contractor is advised that the site of the work is not within any property,
district, or site, and does not contain any building, structure, or object listed in the current National
Register of Historic Places published by the United States Department of Interior. .
Should the Contractor encounter, during his/her operations, any building, part ofa building,
structure, or object which is incongruous with its surroundings, he shall immediately cease
operations in that location and notify the Engineer. The Engineer will immediately investigate the
Contractor's finding and will direct the Contractor to either resume his/her operations or to suspend
operations as directed.
Should the Engineer order suspension of the Contractor's operations in order to protect an
archaeological or historical finding, or order the Contractor to perform extra work, such shall be
covered by an appropriate contract modification (change order or supplemental agreement) as
provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT
FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract
GP-70-11
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 80
PROSECUTION AND PROGRESS
80-01 SUBLETTING OF CONTRACT. The Owner will not recognize any Subcontractor
on the work. The Coritractor shall at all times when work is in progress be represented either in
person, by a qualified Superintendent, or by other designated, qualified representative who is duly
authorized to receiye and execute orders ofthe Engineer.
Should the Contractor elect to assign hislher contract, said assignment shall be concurred in by the
surety, shall be presented for the consideration and approval ofthe owner, and shall be consummated
only on the written approval ofthe Owner. In case of approval, the Contractor shall file copies of all
subcontracts with the Engineer.
80-02 NOTICE TO PROCEED. The Notice to Proceed shall state the date on which it is
expected the Contractor will begin the construction and from which date contract time will be
charged. The Contractor shall begin the work to be performed under the contract within 10 days of
the date set by the Engineer in the written Notice to Proceed, but in any event, the Contractor shall
notify the Engineer at least 24 hours in advance ofthe time actual construction operations will begin.
80-03 PROSECUTION AND PROGRESS. Unless othelWise specified, the Contractor shall
submit hislher progress schedule for the Engineer's approval within 10 days after the effective date of
the Notice to Proceed. The Contractor's progress schedule, when approved by the Engineer, may be
used to establish major construction operations and to check on the progress of the work. The
Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion ofthe
project in accordance with the plans and specifications within the time set forth in the proposal.
If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the
Engineer's request, submit a revised schedule for completion of the work within the contract time
and modify hislher operations to provide such additional materials, equipment, and labor necessary
to meet the revised schedule. Should the prosecution ofthe work be discontinued for any reason, the
Contractor shall notify the Engineer at least 24 hours in advance of resuming operations.
For AIP contracts, the Contractor shall not commence any actual construction prior to the date on
which the notice to proceed is issued by the owner.
80-04 LIMITATION OF OPERATIONS. The Contractor shall control hislher operations
and the operations of hislher subcontractors and all suppliers so as to provide for the free and
unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport.
When the work requires the Contractor to conduct hislher operations within an AIR OPERATIONS
AREA ofthe airport, the work shall be coordinated with airport management (through the Engineer)
at least 48 hours prior to commencement of such work. The Contractor shall not close an AIR
OPERA nONS AREA until so authorized by the Engineer and until the necessary temporary
GP-80-1
II
II
II
marking and associated lighting is ,in place as provided in the subsection titled BARRICADES,
WARNING SIGNS, AND HAZARD MARKINGS of Section 70.
Whenthe contract work requires thJcontractor to work within an AIR OPERATIONS AREA of the
airport on an intermittent basis (inteQuittent opening and closing ofthe AIR OPERATIONS AREA),
the Contractor shall maintain constalh communications as hereinafter specified; immediately obey all
instructions to vacate the AIR OPE~ nONS AREA; immediately obey all instructions to resume
work in such AIR OPERATIONS.AREA. Failure to maintain the specified communications or to
obey instructions shall be cause Ilfor suspension of the Contractor's operations in the AIR
OPERATIONS AREA until the satisfactory conditions are provided.
II
80-05 CHARACTER OF WORKERS. METHODS. AND EQUIPMENT. The Contractor
shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion
in the manner and time required by'the contract, plans, and specifications.
II
All workers shall have sufficient ski!! and experience to perform properly the work assigned to them.
Workers engaged in special work or skilled work shall have sufficient experience in such work and
in the operation of the equipment rJ~uired to perform the work satisfactorily.
II
Any person employed by the ContrJbtor or by a subcontractor who, in the opinion of the Engineer,
does not perform his work in a propJ~ and skillful manner or is intemperate or disorderly shall, at the
written request of the Engineer, be r~moved forthwith by the Contractor or subcontractor employing
such person, and shall not be employed again in any portion ofthe work without the approval ofthe
Engineer. II
II
Should the Contractor fail to remove such person or persons or fail to furnish suitable and sufficient
personnel for the proper prosecutio~ of the work, the Engineer may suspend the work by written
notice until compliance with such o~ders.
II
All equipment which is proposed t~ be used on the work shall be of sufficient size and in such
mechanical condition as to meet requirements ofthe work and to produce a satisfactory quality of
work. Equipment used on any pdhion of the work shall be such that no injury to previously
II
completed work, adjacent property,!"' existing airport facilities will result from its use. .
When the methods and equipment to be used by the Contractor in accomplishing the work are not
prescribed in the contract, the Co~tractor is free to use any methods or equipment that will
accomplish the work in conformity with the requirements of the contract, plans, and specifications.
When the contract specifies the use ~f certain methods and equipment, such methods and equipment
shall be used unless others are autho~zed by the Engineer. If the Contractor desires to use a method
or type of equipment other than specified in the contract, he may request authority from the Engineer
to do so. The request shall be in Jhting and shall include a full description of the methods and
equipment proposed and of the reas~ns for desiring to make the change. If approval is given, it will
be on the condition that the Contrad~or will be fully responsible for producing work in conformity
with contract requirements. If, after~tnal use of the substituted methods or equipment, the Engineer
determines that the work produced does not meet contract requirements, the Contractor shall
ii GP-80-2
II
II
II
I
I
I
I
I
I
I'
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
discontinue the use of the substitute method or equipment and shall complete the remaining work
with the specified methods and equipment. The Contractor shall remove any deficient work and
replace it with work of specified quality, or take such other corrective action as the Engineer may
direct. No change will be made in basis ofpayment for the contract items involved nor in contract
time as a result of authorizing a change in methods or equipment under this subsection.
The failure to provide adequate labor and equipment may be considered cause for terminating the
contract.
80-06 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have the
authority to suspend the work wholly, or in part, for such period or periods as he may deem
necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the
prosecution of the work, or for such time as is necessary due to the failure on the part of the
Contractor to carry out orders given or perform any or all provisions of the contract.
In the event that the Contractor is ordered by the Engineer, in writing, to suspend work for some
unforeseen cause not otherwise provided for in the contract and over which the Contractor has no
control, the Contractor may be reimbursed for actual money expended on the work during the period
of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be
computed from the effective date ofthe Engineer's order to suspend work to the effective date ofthe
Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer
within the time period stated in the Engineer's order to resume work. The Contractor shall submit
with his/her claim information substantiating the amount shown on the claim. The Engineer will
forward the Contractor's claim to the owner for consideration in accordance with local laws or
ordinances. No provision of this article shall be construed as entitling the Contractor to
compensation for delays due to inclement weather, for suspensions made at the request of the
Contractor, or for any other delay provided for in the contract, plans, or specifications.
If it should become necessary to suspend work for an indefinite period, the Contractor shall store all
materials in such manner that they will not become an obstruction nor become damaged in any way.
He shall take every precaution to prevent damage or deterioration of the work performed and provide
for normal drainage ofthe work. The Contractor shall erect temporary structures where necessary to
provide for traffic on, to, or from the airport.
80-07 DETERMINA nON AND EXTENSION OF CONTRACT TIME. The number of
calendar days allowed for completion of the work shall be stated in the proposal and contract and
shall be known as the CONTRACT TIME.
Should the contract time require extension for reasons beyond the Contractor's control, it shall be
adjusted as follows:
CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar
days stated in the contract counting from the effective date of the Notice to Proceed and
including all Saturdays, Sundays, holidays, and nonwork days. All calendar days elapsing
between the effectiye dates of the Engineer's orders to suspend and resume all work, due to
causes not the fault of the Contractor, shall be excluded.
GP-80-3
I
At the time of final payment, the contract time shall be increased in the same proportion as the cost
of the actually completed quantities bears to the cost of the originally estimated quantities in the
proposal. Such increase in the contr~ct time shall not consider either cost of work or the extension of
contract time that has been covered by a Change Order or supplemental agreement. Charges against
the contract time will cease as of th~ date of final acceptance,
II
Ifthe Contractor finds it impossible::ror reasons beyond hislher control to complete the work within
the contract time as specified, or as ~~tended in accordance with the provisions of this subsection, he
may, at any time prior to the expira~ion of the contract time as extended, make a written request to
the Engineer for an extension of time setting forth the reasons which he believes will justify the
granting ofhislher request. The Co~tractor's plea that insufficient time was specified is not a valid
reason for extension of time. If the ~ngineer finds that the work was delayed because of conditions
beyond the control and without the fault ofthe Contractor, he may extend the time for completion in
II
such amount as the conditions justify. The extended time for completion shall then be in full force
and effect, the same as though it were the original time for completion.
II
II
80-08 FAILURE TO COMPLETE ON TIME. For each calendar day that any work remains
uncompleted after the contract tim~ (including all extensions and adjustments as proyided in the
subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME ofthis Section),
liquidated damages will be deducted from any money due or to become due the Contractor or hislher
surety, in the amount specified in th~ Supplementary Conditions. Such deducted sums shall not be
deducted as a penalty but shall be c~nsidered as liquidation of a _
reasonable portion of damages that will be incurred by the owner should the Contractor fail to
II
complete the work in the time provided in hislher contract.
Permitting the Contractor to continJ~ and finish the work or any part of it after the time fixed for its
completion, or after the date to whi~h the time for completion may have been extended, will in no
way operate as a wavier on the part;pf the owner of any of its rights under the contract.
II
II
80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be
considered in default of his /her cont~act .and such default will be considered as cause for the owner to
terminate the contract for any of thJI following reasons if the Contractor:
II
a
II
Fails to begin the work under the contract within the time specified in the
"Notice to Pibceed," or
II
II
Fails to perform the work or fails to provide sufficient workers, equipment or
materials to ~ssure completion of work in accordance with the terms of the
contract, or ::
b
c
Performs theirork unsuitably or neglects or refuses to remove materials or to
perform anew such work as maybe rejected as unacceptable and unsuitable,
or II
II
II
ii
GP-80-4
II
II
II
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
d Discontinues the prosecution of the work, or
e Fails to resume work which has been discontinued within a reasonable time
after notice to do so, or
f Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy
or insolvency, or
g Allows any final judgment to stand against him unsatisfied for a period of 1 0
days, or
h Makes an assignment for the benefit of creditors, or
1 For any other cause whatsoever, fails to carry on the work in an acceptable
manner.
Should the Engineer consider the Contractor in default ofthe contract for any reason hereinbefore, he
shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons
for considering the Contractor in default and the owner's intentions to terminate the contract.
If the Contractor or surety, within a period of 10 days after such notice, does not proceed in
accordance therewith, then the owner will, upon written notification from the Engineer ofthe facts of
such delay, neglect, or default and the Contractor's failure to comply with such notice, have full
power and authority without violating the contract, to take the prosecution of the work out of the
hands of the Contractor. The owner may appropriate or use any or all materials and equipment that
have been mobilized for use in the work and are acceptable and may enter into an agreement for the
completion of said contract according to the terms and proyisions thereof, or use such other methods
as in the opinion of the Engineer will be required for the completion of said contract in an acceptable
manner.
All costs and charges incurred by the owner, together with the cost of completing the work under
contract, will be deducted from any monies due or which may become due the Contractor. If such
expense exceeds the sum which would have been payable under the contract, then the Contractor and
the surety shall be liable and shall pay to the owner the amount of such excess.
80-1 0 TERMINATION FOR NATIONAL EMERGENClES. The owner shall terminate the
contract or portion thereofby written notice when the Contractor is prevented from proceeding with
the construction contract as a direct result of an Executive Order of the President with respect to the
prosecution of war or in the interest of national defense.
When the contract, or any portion thereof, is terminated before completion of all items of work in the
contract, payment will be made for the actual number of units or items of work completed at the
contract price or as mutually agreed for items of work partially completed or not started. No claims
or loss of anticipated profits shall be considered.
Reimbursement for organization of the work, and other overhead expenses, (when not otherwise
GP-80-5
II
II
included in the contract) and moving equipment and materials to and from the job will be considered,
the intent being that an equitable s~tt1ement will be made with the Contractor.
Acceptable materials, obtained oJI ordered by the Contractor for the work and that are not
incorporated in the work shall, at tHe option of the Contractor, be purchased from the Contractor at
actual cost as shown by receipted bills and actual cost records at such points of delivery as may be
designated by the EngIneer. II '
Termination of the contract or a ~ortion thereof shall neither relieve the Contractor of hislher
responsibilities for the completed ~ork nor shall it relieve his/her surety of its obligation for and
. . l' .. II fh k c. d
concernmg any Just c aIm ansmg out 0 t e wor perlorme .
II
II . d
The Engineer and the Owner shall be glVen full access to all books, cost records, correspondence an
papers of the Contractor relating to the contract in order to determine amounts to be paid the
Contractor due to any termination Jf the contract.
II
II
END OF SECTION 80 II
GP-80-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 90
MEASUREMENT AND PAYMENT
90-0 I MEASUREMENT OF QUANTITIES. All work completed under the contract will be
measured by the Engi:qeer, or hislher authorized representatives, using United States Customary
Units of Measurement.'
The method of measurement and computations to be used in determination of quantities of material
furnished and of work performed under the contract will be those methods generally recognized as
conforming to good engineering practice.
Unless otherwise specified, longitudinal measurements for area computations will be made
horizontally, and no deductions will be made for individual fixtures ( or leave-outs) having an area of
9 square feet or less, Unless otherwise specified, transverse measurements for area computations
will be the neat dimensions shown on the plans or ordered in writing by the Engineer.
Structures will be measured according to neat lines shown on the plans or as altered to fit field
conditions.
Unless otherwise specified, all contract items which are measured by the linear foot such as electrical
ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or
foundation upon which such items are placed.
In computing volumes of excavation the average end area method or other acceptable methods will
be used. The Contractor shall retain surveyor(s) accompanied and supervised by registered land
surveyor( s) in the State where the project is located to provide cross-sectional data to the Engineer to
assist him in checking and computation of earthwork quantities.
The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal
plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction
of inches.
The term "ton" will mean the short ton consisting of2,000 pounds avoirdupois. All materials which
are measured or proportioned by weights shall be weighed on accurate, approved scales by
competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail,
the car weight may be accepted provided that only the actual weight of material be paid for.
However, car weights will not be acceptable for material to be passed through mixing plants. Trucks
used to haul material being paid for by weight shall be weighed empty daily at such times as the
Engineer directs, and each truck shall bear a plainly legible identification mark.
GP-90-1
II
II
Materials to be measured by volumd1in the hauling vehicle shall be hauled in approved vehicles and
measured therein at the point of d~~livery. Vehicles for this purpose may be of any size or type
acceptable to the Engineer, provided that the body is of such shape that the actual contents may be
II
readily and accurately determined. All vehicles shall be loaded to at least their water level capacity,
and all loads shall be leveled when the vehicles arrive at the point of delivery.
. II
II
When requested by the Contractor and approved by the Engineer in writing, material specified to be
measured by the cubic yard may be ~eighed, and such weights will be converted to cubic yards for
h 'll
payment purposes. Factors for conversion from weight measurement to volume measurement WI be
II
determined by the Engineer and shall be agreed to by the Contractor before such method of
f ... II d
measurement 0 pay quantItIes IS u~p .
Bituminous materials will be meaJhred by the gallon or ton. When measured by volume, such
volumes will be measured at 60 de!-ees F or will be corrected to the volume at 60 degrees Fusing
ASTM D 4311 for asphalts or ASTM D 633 for tars.
II
Net certified scale weights or weights based on certified volumes in the case of rail shipments will be
II
used as a basis of measurement, subject to correction when bituminous material has been lost from
the car or the distributor, wasted, ol~otherwise not inco'rporated in the work.
II
II
When bituminous materials are shipped by truck or transport, net certified weights by volume,
subject to correction for loss or foafuing, may be used for computing quantities.
'II
Cement will be measured by the to~ or hundredweight.
Timber will be measured by the thojsand feet board measure (M.F .B.M.) actually incorporated in the
structure. Measurement will be based on nominal widths and thicknesses and the extreme length of
each piece. II
The term "lump sum" when used asian item of payment will mean complete payment for the work
described in the contract. II
When a complete structure or structlral unit (in effect, "lump sum" work) is specified as the unit of
measurement, the unit will be consbed to include all necessary fittings and accessories. .
Rental of equipment will be meastred by time in hours of actual working time and necessary
traveling time of the equipment wit.hin the limits of the work. Special equipment ordered by the
Engineer in connection with force <lpcount work will be measured as agreed in the change order or
supplemental agreement authorizing such force account work as provided in the subsection titled
PAYMENT FOR EXTRA AND F@RCE ACCOUNT WORK of this section.
II
II
When standard manufactured itemM are specified such as fence, wire, plates, rolled shapes, pipe
conduit, etc., and these items are i~entified by gage, unit weight, section dimensions, etc., such
identification will be considered tdl be nominal weights or dimensions. Unless more stringently
II
controlled by tolerances in cited ~ispecifications, manufacturing tolerances established by the
industries involved will be accepted.
II GP-90-2
II
II
II
II
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Scales for weighing materials which are required to be proportioned or measured and paid for by
weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently
installed commercial scales.
Scales shall be accurate within one-half percent of the correct weight throughout the range of use.
The Contractor shall have the scales checked under the observation ofthe inspector before beginning
work and at such other times as requested. The intervals shall be uniform in spacing throughout the
graduated or marked length of the beam or dial and shall not exceed one-tenth of 1 percent of the
nominal rated capacity ofthe scale, but not less than 1 pound. The use of spring balances will not be
permitted.
Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the
inspector can safely and conveniently view them.
Scale installations shall have available ten standard 50-pound weights for testing the weighing
equipment or suitable weights and devices for other approved equipment.
Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be
installed and maintained with the platform level and rigid bulkheads at each end.
Scales "overweighing" (indicating more than correct weight) will not be permitted to operate, and all
materials received subsequent to the last previous correct weighing-accuracy test will be reduced by
the percentage of error in excess of one-half of 1 percent.
In the event inspection reveals the scales have been "underweighing" (indicating less than correct
weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for
materials previously weighed and recorded.
All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for
furnishing check weights and scale house; and for all other items specified in this subsection, for the
weighing of materials for proportioning or payment, shall be included in the unit contract prices for
the various items of the project.
When the estimated quantities for a specific portion ofthe work are designated as the pay quantities
in the contract, they shall be the final quantities for which payment for such specific portion of the
work will be made, unless the dimensions of said portions of the work shown on the plans are
revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of
such work, the final quantities for payment will be revised in the amount represented by the
authorized changes in the dimensions.
90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation
provided for in the contract as full payment for furnishing all materials, for performing all work
under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of
whatever character arising out of the nature of the work or the prosecution thereof, subject to the
provisions of the subsection titled NO WANER OF LEGAL RIGHTS of Section 70.
GP-90-3
II
II
II
When the "basis of payment" subsection of a technical specification requires that the contract price
(price bid) include compensation fo' certain work or material essential to the item, this same work or
material will not also be measuredllror payment under any other contract item which may appear
elsewhere in the contract, plans, or ~pecifications.
, ~
90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of
work vary from the quantities in the Iproposal, the Contractor shall accept as payment in full, so far as
contract items are concerned, payrr{~nt at the original contract price for the accepted quantities of
work actually completed and accept~d. No allowance, except as provided for in the subsection titled
ALTERATION OF WORK AND :PUANTITIES of Section 40 will be made for any increased
expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the
Contractor which results directly 'from such alterations or indirectly from his/her unbalanced
allocation of overhead and profit arl\ong the contract items, or from any other cause.
II
II
90-04 PAYMENT FOR @MITTED ITEMS. As specified in the subsection titled
OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order
nonperformance) any contract itemll except major contract items, in the best interest of the owner.
II
II
Should the Engineer omit or order Jonperformance of a contract item or portion of such item from
the work, the Contractor shall accdbt payment in full at the contract prices for any work actually
completed and acceptable prior to the Engineer's order to omit or nonperform such contract item.
II
Acceptable materials ordered by t~~ Contractor or delivered on the work prior to the date of the
Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the
II
property of the owner. II
In addition to the reimbursement h~reinbefore provided, the Contractor shall be reimbursed for all
actual costs incurred for the purpose of performing the omitted contract item prior to the date ofthe
Engineer's order. Such additional ~osts incurred by the Contractor must be directly related to the
deleted contract item and shall be supported by certified statements by the Contractor as to the nature
the amount of such costs. ii
90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work,
performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at
II
the contract prices or agreed prices specified in the change order or supplemental agreement
authorizing the extra work. When dIe change order or supplemental agreement authorizing the extra
work requires that it be done by forJb account, such force account shall be measured and paid for as
follows: II
II
a Labor. For all labor (skilled and unskilled) and foremen in direct charge of a
specific force account item, the Contractor shall receive the rate of wage (or
scale) for ev~ry hour that such labor or foreman is actually engaged in the
specified force account work. Such wage ( or scale) shall be agreed upon in
writing befo~~ the beginning of the work.
"
II GP-90-4
II
II
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The Contractor shall receive the actual costs paid to, or in behalf of, workers
by reason of subsistence and travel allowances, health and welfare benefits,
pension fund benefits or other benefits, when such amounts are required by
collectiye bargaining agreement or other employment contract generally
applicable to the classes oflabor employed on the work.
An amount equal to 15 percent of the sum of the above items will also be
paid to the Contractor.
b
Insurance and Taxes. For property damage, liability, and workmen's
compensation insurance premiums, unemployment insurance contributions,
and social security taxes on the force account work the Contractor shall
receive the actual cost, to which cost (sum) 5 percent will be added. The
Contractor shall furnish satisfactory evidence of the rate or rates paid for such
insurance and taxes.
c
Materials. For materials accepted by the Engineer and then used, the
Contractor shall receive the actual cost of such materials delivered on the
work, including transportation charges paid by him (exclusive of machinery
rentals as hereinafter set forth), to which cost (sum) 15 percent will be added.
d
Equipment. For any machinery or special equipment (other than small tools)
including fuel and lubricants, plus transportation costs, the use of which has
been authorized by the Engineer, the Contractor shall receive the rental rates
agreed upon in writing before such work is begun for the actual time that
such equipment is committed to the work, to which rental sum 15 percent
will be added.
e
Miscellaneous. No additional allowance will be made for general
superintendence, the use of small tools, or other costs for which no specific
allowance is herein provided.
f
Comparison of Record. The Contractor and the Engineer shall compare
records of the cost of force account work at the end of each day. Agreement
shall be indicated by signature of the Contractor and the Engineer or their
duly authorized representatives.
g
Statement. No payment will be made for work performed on a force account
basis until the Contractor has furnished the Engineer with duplicate itemized
statements of the cost of such force account work detailed as follows:
1 Name, classification, date, daily hours, total hours, rate and extension
for each laborer and foreman.
2 Designation, dates, daily hours, total hours, rental rate, and extension
for each unit of machinery and equipment.
GP-90-5
3
Quantities of materials, prices, and extensions.
II
T II . f . 1
ransportatlOn 0 matena s.
4
5
Cost of property damage, liability and workman's compensation
insurance premiums, unemployment insurance contributions, and
sociai security tax.
II
II
Statements shall be accompanied and supported by a receipted invoice for all
materials usda and transportation charges. However, if materials used on the
force accoun~ work are not specifically purchased for such work but are taken
from the Co~tractorls stock, then in lieu ofthe invoices the Contractor shall
" ,
furnish an affidavit certifying that such materials were taken from hislher
stock, that t~e quantity claimed was actually used, and that the price and
transportatio~ claimed represent the actual cost to the Contractor.
The additiolL payment, based on the percentages specified above, shall
II
constitute full compensation for all items of expense not specifically provided
for the force ~ccount work. The total payment made as provided above shall
II
constitute full compensation for such work.
90-06 PARTIAL P A YME!rS. Partial payments will be made at least once each month as
the work progresses. Said paymentk will be based upon estimates prepared by the Engineer of the
value ofthe work performed and mJ~erials complete in place in accordance with the contract, plans,
and specifications. Such partial d~yments may also include the delivered actual cost of those
materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR
MA TERlALS ON HAND of this sMction.
II
II
No partial payment will be made :~hen the amount due the Contractor since the last estimate
amounts to less than five hundred dollars.
From the total of the amount detej~ned to be payable on a partial payment, 10 percent of such total
amount will be deducted and retain~f:l by the owner until the final payment is made. The balance (90
percent) ofthe amount payable, less all previous payments, shall be certified for payment.
II
'I
When not less than 95 percent obi the work has been completed the Engineer may, at his/her
discretion and with the consent of ~he surety, prepare an estimate from which will be retained an
amount not less than twice the con!~act value or estimated cost, whichever is greater, ofthe work
remaining to be done. The remainder, less all previous payments and deductions, will then be
certified for payment to the Contra~tor.
It is understood and agreed that thJ Contractor shall not be entitled to demand or receive partial
payment based on quantities of wJ~k in excess of those provided in the proposal or covered by
approved change orders or supplem~ntal agreements, except when such excess quantities have been
determined by the Engineer to be a'bart of the final quantity for the item of work in question.
II
II
II
II
GP~90-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
No partial payment shall bind the owner to the acceptance of any materials or work in place as to
quality or quantity. All partial payments are subject to correction at the time of final payment as
provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section.
90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the
extent of the delivered cost of materials to be incorporated in the work, provided that such materials
meet the requirement." ofthe contract, plans, and specifications and are delivered to acceptable sites
on the airport property or at other sites in the vicinity that are acceptable to the owner. Such
delivered costs of stored or stockpiled materials may be included in the next partial payment after the
following conditions are met:
a The material has been stored or stockpiled in a manner acceptable to the
Engineer at or on an approved site.
b The Contractor has furnished the Engineer with acceptable evidence of the
quantity and quality of such stored or stockpiled materials.
c The Contractor has furnished the Engineer with satisfactory evidence that the
material and transportation costs have been paid.
d The Contractor has furnished the owner legal title (free of liens or
encumbrances of any kind) to the material so stored or stockpiled, if
requested.
e The Contractor has furnished the owner evidence that the material so stored
or stockpiled is insured against loss by damage to or disappearance of such
materials at anytime prior to use in the work.
It is understood and agreed that the transfer of title and the owner's payment for such stored or
stockpiled materials shall in no way relieve the Contractor of his /her responsibility for furnishing and
placing such materials in accordance with the requirements ofthe contract, plans, and specifications.
In no case will the amount of partial payments for materials on hand exceed the contract price for
such materials or the contract price for the contract item in which the material is intended to be used.
No partial payment will be made for stored or stockpiled living or perishable plant materials.
The Contractor shall bear all costs associated with the partial payment of stored or stockpiled
materials in accordance with the provisions of this subsection.
90-08 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been
accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of
Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The
Contractor shall approve the Engineer's final estimate or advise the Engineer of his /her objections to
the final estimate which are based on disputes in measurements or computations of the final
GP-90-7
II
END OF SECTION 90 II
II
II
II
II
II
II
II
II
II
II
II
II
II
II
II
II
II
II
II
II
II
II GP-90-8
II
II
II
II
II
I
I
I
I
I
I
I
PART I.
I PART II.
I PART III.
I PART IV.
PARTV.
I
I
I
I
I
I
I
I
I
SECTION 120
REQUIRED BID AND CONTRACT PROVISIONS
REQUIREMENTS TO BE INCLUDED IN SOLICITATION FOR BIDS
WAGE AND LABOR PROVISIONS
EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS
MISCELLANEOUS CONTRACT PROVISIONS
REQUIREMENTS OF 49 CFRPART 26
DISADV ANT AGED BUSINESS ENTERPRISE PROGRAM
GP-120-1
II
II
II
PART Ie REQUIREMENTS TO BE INCLUDED IN SOLICITATION FOR BIDS
II
II
II
A. Notice of Requirement forllAffirmative Action to Ensure Equal Employment Opportunity
(Executive Order 11246. as Amended).
II
(1) The Offerer's or Bidder's attention is called to the "Equal Opportunity Clause" and
the "Standard Fed~ral Equal Employment Opportunity Construction Contract
Specifications" set forth herein.
II
(2) The goals and tinietables for minority and female participation, expressed in
percentage terms f6r the Contractor's aggregate work force in each trade on all
construction work i~ the covered area are as follows:
~ .
Timetables Goals for Minority Goals for Female
Part\pipation Participation
for Each Trade in Each Trade
II
II
33% 6.9%
I.
These goals are applicable to all t~L contractor's construction work (whether or not it is Federal or
Federally assisted) performed in th~ covered area. If the Contractor performs construction work in a
geographical area located outside ~f the covered area, it shall apply the goals established for such
geographical area where the worR' is actually performed. With regard to this second area, the
Contractor also is subjected to the ~oals for both its Federally involved and nonfederally involved
construction. II
II
The Contractor's compliance with the executive order and the regulations in 41 CFR Part 60-4 shall
be based on its implementation of the Equal Opportunity Clause, specific affirmative action
obligations required by the specifi~ations set forth in 41 CFR 60-4.3(a), and its efforts to meet the
goals. The hours of minority and female employment and training must be substantially uniform
throughout the length ofthe contrJbt, and in each trade, and the contractor shall make a good faith
effort to employ minorities and women evenly on each of its projects. The transfer of minority or
female employees or trainees frOIrll contractor to contractor or from project to project, for the sole
purpose of meeting the Contractor'~ goals, shall be a violation ofthe contract, the Executive Order,
and the regulations in 41 CFR Part:60-4. Compliance with the goals will be measured against the
total work hours performed. II
II
II
(3) The Contractor shall provide written notification to the Director, OFCCP, within 10
working days ofa"'~rd of any construction subcontract in excess of$10,000 at any
tier of constructionllwork under the contract resulting from this solicitation. The
notification shall list the name, address, telephone number of the subcontractor;
employer identification number ofthe subcontractor; estimated dollar amount ofthe
subcontracts; estim~ted starting and completion dates of the subcontract; and the
geographical area i~ which the subcontract is to be performed.
II
(4) As used in this notiq~ and in the contract resulting from this solicitation, the "covered
area" is Richmond County, Georgia.
GP-120-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
III
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
B. Requirement for Certification of Nonsegregated Facilities:
(1) Notice to Prospective Federally Assisted Construction Contractors.
(a) Certification of Nonsegregated Facilities must be submitted prior to the
award of a federally assisted construction contract exceeding $10,000 which
is not exempt from the provisions of the Equal Opportunity Clause.
,
(b) Contractors receiving federally assisted construction contract awards
exceeding $10,000 which are not exempt from the provisions of the Equal
Opportunity Clause will be required to provide for the forwarding of the
following notice to prospective subcontractors for supplies and construction
contracts where the subcontracts exceed $10,000 and are not exempt from the
provisions of the Equal Opportunity Clause. NOTE: The penalty for making
false statements in offers is prescribed in 18 U.S.C. 1001.
(2) Notice to Prospective Subcontractors of Requirement for Certification of
Nonsegregated Facilities.
(a) A Certification of Nonsegregated Facilities must be submitted prior to the
award of subcontract exceeding $10,000 which is not exempt from the
provisions of the Equal Opportunity Clause.
(b) Contractors receiving federally assisted construction subcontract awards
exceeding $10,000 which are not exempt from the provisions of the Equal
Opportunity Clause will be required to provide for the forwarding of the
following notice to prospective subcontractors for supplies and construction
contracts where the subcontracts exceed $10,000 and are not exempt from the
provisions oftheEqual Opportunity Clause. NOTE: The penalty for making
false statements in offers is prescribed in 18 U.S.C. 1001.
CERTIFICATION TO BE SUBMITTED BY FEDERALLY ASSISTED CONSTRUCTION
CONTRACTORS AND THEIR SUBCONTRACTORS (APPLICABLE TO FEDERALLY
ASSISTED CONSTRUCTION CONTRACTS AND RELATED SUBCONTRACTS EXCEEDING
$10.000 WHICH ARE NOT EXEMPT FROM THE EQUAL OPPORTUNITY CLAUSE)
CERTIFICATION OF NONSEGREGATED FACILITIES
The Federally assisted construction contractor certifies that he does not maintain or provide, for his
employees, any segregated facilities at any of his establishments and that he does not permit his
employees to perform their services at any location, under his control, where segregated facilities are
maintained. The Federally assisted construction contractor certifies that he will not maintain or
provide, for his employees, segregated facilities at any of his establishments and that he will not
permit his employees to perform their services at any location under his control where segregated
facilities are maintained. The Federally assisted construction contractor agrees that a breach of this
certification is a violation of the Equal Opportunity Clause in this contract. As used in this
GP-120-3
II
II
certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and
washrooms, restaurants and otheJi eating areas, timeclocks, locker rooms and other storage or
dressing areas, parking lots, drinkiJg fountains, recreation or entertainment areas, transportation and
II
housing facilities provided for emp,loyees which are segregated by explicit directives or are, in fact,
segr~gated on the basis of race, col~r, religion, or national origin because of habit, local custom, or
any other reason. The Federally assisted construction contractor agrees that (except where he has
obtained identical certifications tr'bm proposed subcontractors for specific time periods) he will
obtain identical certifications fro~ proposed subcontractors prior to the 'award of subcontracts
exceeding $10,000 which are not e~empt from the provisions ofthe Equal Opportunity Clause and
that he will retain such certificatioAs in his files.
II
II
CERTIFICATIONS OF NONSEGREGATED FACILITIES BY SPONSORS OF FEDERAL
ASSISTANCE WHO ARE THEMSELVES PERFORMING CONSTRUCTION CONTRACTS
II
The Sponsor certifies that it does nAt maintain or provide for its employees any segregated facilities
at any of its establishments and that it does not permit its employees to perform their services at any
location under its control where segregated facilities are maintained. It further certifies that it will
not maintain or provide for its emR'loyees any segregated facilities at any of its establishments and
that it will not permit its employee~~ to perform their services at any location under its control where
segregated facilities are maintained. The Sponsor agrees that a breach of this certification is a
violation of the Equal Opportunit~ Clause in this contract. As used in this certification, the term
"segregated facilities" means any ~aiting rooms, work areas, restrooms and washrooms, restaurants
and other eating area, timec1ocks, locker rooms and other storage or dressing areas, parking lots,
drinking fountains, recreation or eJ~ertainment areas, transportation, and housing facilities provided
for employees which are segregat~a by explicit directives or are, in fact, segregated on the basis of
race, color, religion, or national ori~in because of habit, local customs, or any otherreason. It further
agrees that it will obtain identicalllcertifications from proposed contractors prior to the award of
contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity
Clause; that it will retain such certi'fications in its files; and that it will forward the following notice
II
to such proposed contractors: II
II
NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF
II
NONSEGREGATED FACILITIES
II
II
A Certification of Nonsegregated facilities must be submitted prior to the award of a contract or
subcontract exceeding $10,000 which is not exempt from the provisions ofthe Equal Opportunity
Clause. NOTE: The penalty for nl~king false statements in offers is prescribed in 18 U.S.C. 1001.
II
PART II. 1M' AGE AND LABOR PROVISIONS
II
II
1. Each Sponsor entering int9ia construction contract over $2,000 for an airport development
project is required to insert in the contract the following provisions from 29 CFR 5.5. Each
contractor is to include ~hese provisions in each construction subcontract.
a. Minimum Wages. !t
GP-120-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(1)
(2)
All laborers and mechanics employed or working upon the site of the work
will be paid unconditionally and not less often than once a week, and without
subsequent deduction or rebate on any account (except such payroll
deductions as are permitted by regulations issued by the Secretary of Labor
under the Copeland Act (29 CFR Part 31), the full amount of wages and bona
fide fringe benefits (or cash equivalents thereof) due at time of payment
computed at rates not less than those contained in the wage determination of
the Secretary of Labor which is attached hereto and made a part hereof,
regardless of any contractual relationship which may be alleged to exist
between the Contractor and such laborers and mechanics. Contributions
made or costs reasonably anticipated for bona fide fringe benefits under
section 1 (b )(2) ofthe Davis-Bacon Act on behalf oflaborers or mechanics are
considered wages paid to laborers or mechanics, subject to the provisions of
subparagraph a.( 4) below; also, regular contributions made or costs incurred
for more than a weekly period (but not less often than quarterly) under plans,
funds, or programs which cover the particular weekly period, are deemed to
be constructively made or incurred during such weekly periods. Such
laborers and mechanics shall be paid the appropriate wage rate and fringe
benefits on the wage determination for the classification of work actually
performed, without regard to skill, except as provided in paragraph d. of this
clause. Laborers or mechanics performing work in more than one
classification may be compensated at the rate specified for each classification
for the time actually worked therein: Provided, that the employer's payroll
records accurately set forth the time spent in each classification in which
work is performed. The wage determination (including any additional
classification and wage rates conformed under a.(2) of this section) and the
Davis-Bacon poster (WH -1321) shall be posted at all times by the Contractor
and its subcontractors at the site of the work in a prominent and accessible
place where it can easily be seen by the workers.
(i) The contracting officer shall require that any class of laborers or
mechanics which is not listed in the wage determination and which is
to be employed under the contract shall be classified in conformance
with the wage determination. The contracting officer shall approve
an additional classification and wage rate and fringe benefits therefor
only when the following criteria have been met:
(A) The work to be performed by the classification requested is
not performed by a classification in the wage determination;
and
(B) The classification is utilized in the area by the construction
industry; ando
GP-120-S
(3)
(4)
(ii)
(iii)
(iv)
II
II
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(C)
II
II
If th~ Contractor and the laborers and mechanics to be employed in
the !lassification (if known), or their representatives, and the
contPacting officer agree pn the classification and wage rate
(incl~ding the amount designated for fringe benefits where
II
appropriate), a report of the action taken shall be sent by the
cont:acting officer to the Administrator of the Wage and Hour
DiviMion, Employment Standards Administration, u.s. Department of
II
Labor, Washington, D.C. 20210. The Administrator, or an authorized
representative, will approve, modify, or disapprove every additional
II
classification action within 30 days of receipt and so advise the
contracting officer or will notify the contracting officer within the 30-
day ~eriod that additional time is necessary. (Approved by the Office
!I
of Management and Budget under OMB control number 1215-0140).
In th! event the Contractor, the laborers or mechanics to be employed
in th~ classification or their representatives and the contracting officer
do n~t agree on the proposed classification and wage rate (including
the Jlnount designated for fringe benefits where appropriate), the
conn'hcting officer shall refer the questions, including the views of all
inter*sted parties and the recommendation ofthe contracting officer,
to the Administrator. The Administrator, or an authorized
repr~~entative will issue a determination within 30 days of receipt and
so advise the contracting officer or will notify the contracting officer
II
within the 30-day period that additional time is necessary. (Approved
II
by the Office of Management and Budget under OMB control
II
number 1215-0140).
The IIwage rate (including fringe benefits where appropriate)
determined pursuant to subparagraphs (2)(ii) or (iii) ofthis paragraph,
shallllbe paid to all workers performing work in the classification
under this contract from the first day on which work is performed in
the classification.
II
The proposed wage rate, including any bona fide fringe
benefits, bears a reasonable relationship to the wage rates
contained in the wage determination.
Whenever tli6 minimum wage rate prescribed in the contract for a class of
laborers or ~echanics includes a fringe benefit which is not expressed as an
hourly rate, the Contractor shall either pay the benefit as stated in the wage
determinatio~ or shall pay another bona fide fringe benefit or an hourly cash
equivalent th1ereof.
II
II
If the Contractor does not make payments to a trustee or other third person,
the Contract8r may consider as part of the wages of any laborer or mechanic
GP-120-6
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
b.
the amount of any costs reasonably anticipated in providing bona fide fringe
benefits under a plan or program, provided, that the Secretary of Labor has
found, upon the written request of the contractor, that the applicable
standards of the Davis-Bacon Act have been met. The Secretary of Labor
may require the contractor to set aside in a separate account assets for the
meeting of obligations under the plan or program. (Approved by the Office
.0fManagement and Budget under OMB control number 1215-0140).
Withholding. The FAA or the Sponsor shall upon its own action or upon written
request of an authorized representative of the Department of Labor withhold or cause
to be withheld from the " Contractor under this contract or any other Federal contract
with the same prime contractor, or any other federally-assisted contract subject to
Davis-Bacon prevailing wage requirements, which is held by the same prime
contractor, so much of the accrued payments or advances as may be considered
necessary to pay laborers and mechanics, including apprentices, trainees, and helpers,
employed by the contractor or any subcontractor the full amount of wages required
by the contract. In the event of failure to pay any laborer or mechanic, including any
apprentice, trainee, or helper, employed or working on the site of work, all or part of
the wages required by the contract, the Federal Aviation Administration may after
written notice to the contract, Sponsor, applicant, or Owner, take such action as may
be necessary to cause the suspension of any further payment, advance, or guarantee
of funds until such violations have ceased.
c.
Payrolls and Basic Records.
(1) Payrolls and basic records relating thereto shall be maintained by the
Contractor during the course of the work and preserved for a period of three
years thereafter for all laborers and mechanics working at the site of the
work. Such records shall contain the name, address, and social security
number of each such worker, his or her correct classification, hourly rates of
wages paid (including rates of contributions or costs anticipated for bona fide
fringe benefits or cash equivalents thereof of the types described in section
1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours
worked, deductions made and actual wages paid. Whenever the Secretary of
Labor has found under paragraph a.(4) of this clause that the wages of any
laborer or mechanic include the amount of any costs reasonably anticipated in
providing benefits under a plan or program described in section 1 (b )(2)(B) of
the Davis-Bacon Act, the Contractor shall maintain records which show that
the commitment to provide such benefits is enforceable, that the plan or
program is financially responsible, and that the plan or program has been
communicated in writing to the laborers or mechanics affected, and records
which show the costs anticipated or the actual costs incurred in providing
such benefits. Contractors employing apprentices or trainees under approved
programs shall maintain written evidence ofthe registration of apprenticeship
programs and certification of trainee programs, the registration of the
apprentices and trainees, and the ratios and wage rates prescribed in the
applicable programs. (Approved by the Office of Management and Budget
under OMB control numbers 1215-0140 and 1215-0017).
GP-120-7
II
II
II I
II
I'
(2) (i) The Contractor shall submit weekly for each week in which any I
contract work is performed a copy of all payrolls to the applicant,
Spo~sor, or Owner, as the case may be, for transmission to the I
F ed~ral Aviation Administration. The payrolls submitted shall set out
accurately and completely all of the information required to be
maiAtained under paragraph c.(1) above. This information may be I
II
submitted in any form desired. Optional Form WH-347 is available
for this purpose and may be purchased from' the Superintendent of
II I
Doc,}lments (Federal Stock Number 029-005-00014-1), U.S.
Go~emment Printing Office, Washington, D.C. 20402. The prime
contbctor is responsible for the submission of copies of payrolls by I
II
all subcontractors. (Approved by the Office of Management and
..
Budget under OMB control number 1215-0149).
II
II I
(ii) Each payroll submitted shall be accompanied by a "Statement of
Corilpliance," signed by the Contractor or subcontractor or his or her
II "
agent who pays or supervises the payment of the persons employed I
und~r the contract and shall certify the following:
(A) That the payroll for the payroll period contains the I
information required to be maintained under paragraph c.(1)
above and that such information is correct and complete;
(B) That each laborer and mechanic (including each helper, I
apprentice and trainee) employed on the contract during the
payroll period has been paid the full weekly wages earned, I
without rebate, either directly or indirectly, and that no
deductions have been made either directly or indirectly from
the full wages earned, other than permissible deductions as set I
forth in Regulations 29 CFR Part 3;
(C) That each laborer or mechanic has been paid not less than the I
applicable wage rates and fringe benefits or cash equivalents
for the classification of work performed, as specified in the I
applicable wage determination incorporated into the contract.
(iii) Thel~eekly submission of a properly executed certification set forth I
on *e reverse side of Optional Form WH-347 shall satisfy the
requirement for submission of the "Statement of Compliance"
reqJired by paragraph c.(2)(ii) of this section. I
II
II
(iv) Thellfalsification of any of the above certifications may subject the
Contractor or subcontractor to civil or criminal prosecution under I
II
Section 1001 of Title 18 and Section 231 of Title 31 of the United
II
States Code.
II
II I
11 GP-120-8
II
II I
II
II
II
II
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
(3) The Contractor or subcontractor shall make the records required under
paragraph c.(1) of this section available for inspection, copying or
transcription by authorized representatives of the Sponsor, the Federal
Aviation Administration or the Department of Labor, and shall permit such
representatives to interview employees during work hours on the job. If the
Contractor or subcontractor fails to submit the required records or to make
them available, the" Federal agency may, after written notice to the
Contractor, Sponsor, applicant or Owner, take such action as may be
necessary to cause the suspension of any further payment, advance, or
guarantee offunds. Furthermore, failure to submit the required records upon
request or to make such records available may be grounds for debarment
action pursuant to 29 CFR 5.12.
d.
Apprentices and Trainees.
(1) Apprentices. Apprentices will be permitted to work at less than the
predetermined rate for the work they performed when they are employed
pursuant to and individually registered in a bona fide apprenticeship program
registered with U.S. Department of Labor, Employment and Training
Administration, Bureau of Apprenticeship and Training, or with a State
Apprenticeship Agency recognized by the Bureau, or if a person is employed
in his or her first 90 days of probationary employment as an apprentice in
such an apprenticeship program, who is not individually registered in the
program, but who has been certified by the Bureau of Apprenticeship and
Training or a State Apprenticeship Agency (where appropriate) to be eligible
for probationary employment as an apprentice. The allowable ratio of
apprentices to journeymen on the job site in any craft classification shall not
be greater than the ratio permitted to the contractor as to the entire work force
under the registered program. Any worker listed on a payroll at an apprentice
wage rate, who is not registered or otherwise employed as stated above, shall
be paid not less than the applicable wage rate on the wage determination for
the classification of work actually performed. In addition, any apprentice
performing work on the job site in excess of the ratio permitted under the
registered program shall be paid not less than the applicable wage rate on the
wage determination for the work actually performed. Where a contractor is
performing construction on a proj ect in a locality other than that in which its
program is registered, the ratios and wage rates (expressed in percentages of
the journeyman's hourly rate) specified in the contractor's or subcontractor's
registered program shall be observed. Every apprentice must be paid at not
less than the rate specified in the registered program for the apprentice's level
of progress, expressed as a percentage of the journeymen hourly rate
specified in the applicable wage determination. Apprentices shall be paid
fringe benefits in accordance with the provisions of the apprenticeship
program. If the apprenticeship program does not specify fringe benefits,
GP-120-9
II
II
e.
II
II
apprentices Lust be paid the full amount of fringe benefits listed on the wage
determinatiJh for the applicable classification. If the Administrator
II
determines that a different practice prevails for the applicable apprentice
classificatioA, fringes shall be paid in accordance with that determination. In
the event the Bureau of Apprenticeship and Training, or a State
II
Apprenticeship Agency recognized by the Bureau, withdraws approval of an
: apprenticesli~p program, the ContraGtor will no longer be permitted to utilized
apprentices I~t less than the applicable predetermined rate for the work
performed u~til an acceptable program is approved.
Trainees. E~cePt as provided in 29 CFR 5.16, trainees will not be permitted
to work at l~ss than the predetermined rate for the work performed unless
II '
they are emnJoyed pursuant to and individually registered in a program which
has received prior approval, evidenced by formal certification by the U.S.
Department1bfLabor, Employment and Training Administration. The ratio
of trainees t~ journeymen on the job site shall not be greater than permitted
under the pl~n approved by the Employment and Training Administration.
Every trainee must be paid at not less than the rate specified in the approved
program fo~: trainee's level of progress, expressed as a percentage of the
journeymanllhourly rate specified in the applicable wage determination.
Trainees shall be paid fringe benefits in accordance with the provisions of the
trainee proghm.If the trainee program does not mention fringe benefits,
trainees shall be paid the full amount of fringe benefits listed on the wage
determinatidh unless the Administrator of the Wage and Hour Division
determines that there is an apprenticeship program associated with the
correspondiRg journeyman wage rate on the wage determination which
provides fO~lless than full fringe benefits for apprentices. Any employee
listed on the payroll at a trainee rate who is not registered and participating in
a training pl'im approved by the Employment and Training Administration
shall be paid!hot less than the applicable wage rate on the wage determination
for the classification of work actually performed. In addition, any trainee
performing {.York on the job site in excess of the ratio permitted under the
registered ptbgram shall be paid not less than the applicable wage rate on the
wage detenAination for the work actually performed. In the event the
Employment and Training Administration withdraws approval of a training
program, thel Contractor will no longer be permitted to utilize trainees at less
than the ap~licable predetermined rate for the work performed until an
acceptable ~rogram is approved.
II
Equal Empl~Yment Opportunity. The utilization of apprentices, trainees and
journeymen under this part shall be in conformity with the equal employment
opportunity:tequirements of Executive Order 11246, as amended, and 29
CFR Part 30.
II
Compliance With Co?eland Act Requirements. The Contractor shall comply with
the requirements of. 29 CFR Part 3, which are incorporated by reference in this
contract.
I
I
I.
I
'I
t
I
I
I
I
I
I
I
I
I
I
I
I
I
(2)
(3)
II
ii
II
GP-120-10
II
"
I
I
I
I
'I
I
I,
I
I
I
I
I
I
I
I
I
I'
I
I
f. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the
clauses contained in paragraphs a. through j. ofthis contract and such other clauses as
the Federal Aviation Administration may by appropriate instructions require, and
also a clause requiring the subcontractors to include these clauses in any lower tier
subcontracts. The prime Contractor shall be responsible for the compliance by any
subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.
g. Contract Termination: Debarment. A breach of the contract clauses in paragraphs a.
throughj. ofthis clause and a. through e. of the second clause below may be grounds
for termination of the contract, and for the debarment as a contractor and a
subcontractor as provided in 29 CFR 5.12.
h. Compliance With Davis-Bacon and Related Act Requirements. All rulings and
interpretations ofthe Davis-Bacon and Related Acts contained in 29 CFR Parts 1,3,
and 5 are herein incorporated by reference in this contract.
1. Disputes concerning Labor Standards. Disputes arising out of the labor standards
provisions of this contract shall not be subject to the general disputes clause ofthis
contract. Such disputes shall be resolved in accordance with the procedures of the
Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the
meaning of this clause include disputes between the Contractor (or any of its
subcontractors) and the contracting agency, the U.S. Department of Labor, or the
employees or their representatives.
J. Certification of Eligibility.
(1) By entering into this contract, the Contractor certifies that neither it (nor he or
she) nor any person or firm who has an interest in the contractor's firm is a
person or firm ineligible to be awarded Government contracts by virtue of
section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).
(2) No part ofthis contract shall be subcontracted to any person or firm ineligible
for award of a Government contract by virtue section 3( a) ofthe Davis-Bacon
Act or 29 CFR 5.12(a)(1).
(3) The penalty for making false statements is prescribed in the U.S. Criminal
Code, 18 U.S.C. 1001.
2. The following clauses in paragraphs a., b., c., d., and e. below, required by the Contract Work
Hours and Safety Standards Act, will also be inserted in full in AlP construction contracts in excess
of $2,000 in addition to the clauses required by 29 CFR 5.5(a) or 4.6 of Part 4 of Title 29. As used
in the following, the term "laborers" and "mechanics" included watchmen and guards.
a. Overtime Requirements. No Contractor or subcontractor contracting for any part of
the contract work which may require or involve the employment of laborers or
mechanics shall require or permit any such laborer or mechanic in any workweek in
which he or she is employed on such work to work in excess of forty hours in such
workweek unless such laborer or mechanic receives compensation at a rate not less
GP-120-11
than one and one-half times the basic rate of pay for all hours worked in excess of
forty hours in snch iOrkweek, whichever is greater.
Violation: Liability for Un?aid Wages: Liquidated Damages. In the event of any
violation of the cla~se set forth in paragraph a. above, the Contractor or any
subcontractor n~spon~ible therefor shall be liable for the unpaid wages. In addition,
. II
such Contractor and subcontractor shall be liable to the United States, (in the case of
work done under contract for the District of Columbia or a territory, to such District
or to such territory))1 for liquidated damages. Such liquidated damages shall be
computed with respe~t to each individual laborer or mechanic, including watchmen
II
and guards, employed in violation ofthe clause set forth in paragraph a. above, in the
sum of$1 0 for each c~lendar day on which such individual was required or permitted
to work in excess of~e standard workweek of forty hours without payment of the
I.
overtime wages required by the clause set forth in paragraph a. above.
Withholding for unJaid Wages and Liquidated Damages. The Federal Aviation
Administration or thdlSponsor shall upon its own action or upon written request of an
authorized represent~tive of the Department of Labor withhold or cause to be
withheld, from any rrlbnies payable on account of work performed by the Contractor
or subcontractor undA any such contract or any other Federal contract with the same
prime contractor, or Ihny other federally-assisted contract subject to the Contract
Work Hours and SafJ~y Standards Act, which is held by the same prime Contractor,
such sums as may b~ determined to be necessary to satisfy any liabilities of such
Contractor or subcontractor for unpaid wages and liquidated damages as provided in
the clause set forth in paragraph b. above.
II
Subcontracts. The d~ntractor or subcontractor shall insert in any subcontracts the
clauses set forth in IIparagraphs a. through d. and also a clause requiring the
subcontractor to inclu{le these clauses in any lower tier subcontracts. The prime shall
be responsible for coJhpliance by any subcontractor or lower tier subcontractor with
the clauses set forth i~ paragraphs a. through d.
II
II
Working ConditionsJI No Contractor or subcontractor may require any laborer or
mechanic employed in the performance of any contract to work in surroundings or
I'
under working conditions that are unsanitary, hazardous or dangerous to his health or
safety as determinedjpnder construction safety and health standards (29 CFR Part
1926) issued by the Department of Labor.
II
II
II
3. In addition to the provisions in 1 and 2 above for contracts in excess of$2,000, the following
is to be included in all contracts for ~ork on airport development projects involving labor:
II
II
b.
c.
d.
e.
II
Veteran's Preference. In the em~loyment of labor (except in executive, administrative and
I'
supervisory positions), preference shall be given to veterans of the Vietnam era and disabled
II
veterans. However, this preference shall apply only where the individuals are available and qualified
to perform the work to which the erJployment relates.
GP-120-12
I
I'
I
I
I
I
,I
I
I
I
,I
I
i
I
I
I
/1
I
I
I
I
I
I
I
I
I
I'
I
I
I
I
I
I
I
I
I
I
I
PART III. EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS
The Standard Federal Equal Employment Opportunity Construction Contract Specifications
(Executive Order 11246, as amended) are to be included in all Federally assisted construction
contracts or subcontracts (including the Solicitations for Bids) in excess of$l 0,000 to be performed
in geographical areas designated by the Director, OFCCP., (41 CPR 60-4.3).
1. As used in these specifications:
a. "Covered area" means the geographical area described in the solicitation from
which this contract resulted;
b. "Director" means Director, Office of Federal Contract Compliance Programs
(OFCCP), U.S. Department of Labor, or any person to who the Director
delegates authority;
c. "Employer identification number" means the Federal social security number
used on the Employer's Quarterly Federal Tax Return, U.S. Treasury
Department Form 941;
d. "Minority" includes:
(1) Black (all persons having origins in any of the Black African racial
groups not of Hispanic origin);
(2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or
South American, or other Spanish culture or origin regardless of
race);
(3) Asian and Pacific Islander (all persons having origins in any of the
original peoples of the Far East, Southeast, Asia, the Indian
Subcontinent, or the Pacific Islands); and
(4) American Indian or Alaskan native (all persons having origins in any
ofthe original peoples of North America and maintaining identifiable
tribal affiliations through membership and participation or
community identification).
2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of
the work involving any construction trade, it shall physically include in each
subcontract in excess of$l 0,000 the provisions of these specifications and the notice
which contains the applicable goals for minority and female participation and which
is set forth in the solicitations from which this contract resulted.
GP-120-13
3.
If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan
approved by the U.S. Department of Labor in the covered area either individually or
through an associati~n, its affirmative action obligations on all work in the plan area
(including goals and timetables) shall be in accordance with that plan for those trades
which have unions P.~rticipating in the plan. Contractors must be able to demonstrate
their participation il'1 and compliance with the provisions of any such Hometown
II
Plan. Each Contractor or subcontractor participating in .an approved plan is
individually requir~~ to comply with its obligations under the EEO clauses and to
make a good faith effort to achieve each goal under the plan in each trade in which it
I'
has employees. The overall good faith performance by other contractors or
subcontractors tow~rd a goal in an approved plan does not excuse any covered
contractor's or subcontractor's failure to take good faith efforts to achieve the plan
goals and timetable~.
II ,
The contractor shallllimPlement the specific affirmative action standards provided in
paragraphs 7.a thr~ugh p. of these specifications. The goals set forth in the
'I
solicitation from wqich this contract resulted are expressed as percentages ofthe total
hours of employment and training of minority and female utilization the Contractor
should reasonably be able to achieve in each construction trade in which it has
II
employees in the ;~overed area. Covered construction contracts performing
construction work in a geographical area where they do not have a Federal or
federally assisted c~nstruction contract shall apply the minority and female goals
established for the gbographical area where the work is being performed. Goals are
published periodical1y in the Federal Register in notice form, and such notices may
be obtained from ai\.y Office of Federal Contract Compliance Programs office or
from Federal procur~ment contracting officers. The Contractor is expected to make
substantially unifoqp progress in meeting its goals in each craft during the period
specified.
I
I
I
I
I
I
I
'I
I
I
'I
I
I
I
I
I
I
I
I
4.
5.
II
Neither the provisions of any collective bargaining agreement nor the failure by a
union with whom tlle Contractor has a collective bargaining agreement to refer either
minorities or wotAen shall excuse the contractor's obligations under these
specifications, Exedhtive Order 11246, as amended, or the regulations promulgated
pursuant thereto. II
II
In order for the nontorking training hours of apprentices and trainees to be counted
in meeting the golls, such apprentices and trainees must be employed by the
Contractor during Ithe training period and the Contractor must have made a
commitment to em'~loy the apprentices and trainees at the completion of their
training, subject to ~re availability of employment opportunities. Trainees must be
trained pursuant to training programs approved by the U.S. Department of Labor.
6.
7.
The Contractor shan take specific affirmative actions to ensure EEO. The evaluation
of the contractor's c~mpliance with these specifications shall be based upon its effort
to achieve maximum results from its actions. The Contractor shall document these
II
II
II GP-120-14
II
"
I
I
I
I
I
I
I
t
I
I
I
I
i
I
i
I
I
i'
I
efforts fully and shall implement affirmative action steps at least as extensive as the
following:
a. Ensure and maintain a working environment free of harassment, intimidation,
and coercion at all sites, and in all facilities at which the contractor's
employees are assigned to work. The Contractor, where possible, will assign
two or more women to each construction project. ,The Contractor shall
specifically ensure that all foremen, superintendents, and other onsite
supervisory personnel are aware of and cany out the contractor's obligation to
maintain such a working environment, with specific attention to minority or
female individuals working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment
sources, provide written notification to minority and female recruitment
sources and to community organizations when the Contractor or its unions
have employment opportunities available, and maintain a record of the
organizations' responses.
c. Maintain a current file of the names, addresses, and telephone numbers of
each minority and female off-the-street applicant and community
organization and of what action was taken with respect to each such
individual. If such individual was sent to the union hiring hall for referral
and was not referred back to the Contractor by the union or, ifreferred, not
employed by the Contractor, this shall be documented in the file with the
reason therefore along with whatever additional actions the contractor may
have taken.
d. Provide immediate written notification to the Director when the union or
unions with which the Contractor has a collective bargaining agreement has
not referred to the contractor a minority person or woman sent by the
contractor, or when the contractor has other information that the union
referral process has impeded the Contractor's efforts to meet its obligations.
e. Develop on-the-job training opportunities and/or participate in training
programs for the area which expressly include minorities and women,
including upgrading programs and apprenticeship and trainee programs
relevant to the contractor's employment needs, especially those programs
funded or approved by the Department of Labor. The Contractor shall
provide notice of these programs to the sources compiled under 7b above.
f. Disseminate the Contractor's EEO policy by providing notice of the policy to
unions and training programs and requesting their cooperation in assisting the
contractor in meeting its EEO obligations; by including it in any policy
manual and collective bargaining agreement; by publicizing it in the
company newspaper, annual report, etc.; by specific review of the policy with
GP-120-15
J.
k.
m.
II
II
I
I
I
I
I~
r
I
f
I
I
I
I
I
I
i
.'
I
,I
I
I
g.
all management personnel and with all minority and female employees at
least once a Iyear; and by posting the. company EEO policy on bulletin boards
accessible (9 all employees at each location where construction work is
performed. II
Review, at least annually, the company's EEO policy and affirmative action
:obligations Ilunder these specificat,ions with all employees having any
responsibility for hiring, assignment, layoff, termination, or other
employmen~ decisions including specific review of these items with onsite
supervisory'bersonnel such as supetintendents, general foremen, etc., prior to
the initiatioil of construction work at any job site. A written record shall be
made and ~aintained identifying the time and place of these meetings,
persons attending, subject matter discussed, and disposition of the subject
matter. II
DisseminatJ the Contractor's EEO policy externally by including it in any
advertising in the news media, specifically including minority and female
news mediM, and providing written notification to and discussing the
Contractor'~: EEO policy with other contractors and subcontractors with
whom the Contractor does or anticipates doing business.
II
II
Direct its re~ruitment efforts, both oral and written, to minority, female, and
community ~rganizations; to schools with minority and female students; and
to minority Ihnd female recruitment and training organizations serving the
Contractor'sl: recruitment area and employment needs. Not later than one
month prior:~o the date for the acceptance of applications for apprenticeship
or other training by any recruitment source, the Contractor shall send written
notification :~o organizations, such as the above, describing the openings,
screening p~pcedures, and tests to be used in the selection process.
II
Ell .. dfi I 1 . h . .
ncourage p.resent mmonty an ema e emp oyees to recruit ot er mmonty
persons andllwomen and, where reasonable, provide after school, summer,
and vacatioJ employment to minority and female youth both on the site and
in other areJ~ of a contractor's workforce.
II
II
Validate alii tests and other selection requirements where there is an
obligation t~ do so under 41 CFR Part 60-3.
II
Conduct, at!! least annually, an inventory and evaluation, at least of all
II
minority anq. female personnel, for promotional opportunities and encourage
these employees to seek or to prepare for, through appropriate training, etc.,
such opportunities.
II
E h II " .. b I 'fi' k' d
nsure t at semonty practIces, JO c aSSl lcatlOns, wor aSSIgnments, an
I'
other persorlhel practices do not have a discriminatory effect by continually
h.
1.
1.
GP-120-16
I
I
I
I
I
I
I
I
I
I
I
I
I
.1
I
I
I
I
I
8.
9.
monitoring all personnel and employment related activities to ensure that the
EEO policy and the contractor's obligations under these specifications are
being carried out.
n. Ensure that all facilities and company activities are nonsegregated except that
separate or single-user toilet and necessary changing facilities shall be
provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts
from minority and female construction contractors and suppliers, including
circulation of solicitations to minority and female contractor associations and
other business associations.
p. Conduct a review, at least annually, of all supervisor's adherence to and
performance under the Contractor's EEO policies and affirmative action
obligations.
Contractors are encouraged to participate in voluntary associations which assist in
fulfilling one or more of their affirmative action obligations (7.a through p.). The
efforts of a contractor association, joint contractor union, contractor community, or
other similar groups of which the Contractor is a member and participant, may be
asserted as fulfilling anyone or more of its obligations under 7.a through p. of these
specifications provided that the contractor actively participates in the group, makes
every effort to assure that the group has a positive impact on the employment of
minorities and women in the industry, ensures that the concrete benefits of the
program are reflected in the contractor's minority and female workforce participation,
makes a good faith effort to meet its individual goals and timetables, and can provide
access to documentation which demonstrates the effectiveness of actions taken on
behalf ofthe contractor. The obligation to comply, however, is the Contractor's; and
failure of such a group to fulfill an obligation shall not be a defense for the
Contractor's noncompliance.
A single goal for minorities and a separate single goal for women have been
established. The Contractor, however, is required to provide EEO and to take
affirmative action for all minority groups, both male and female, and all women, both
minority and non-minority. Consequently, the Contractor may be in vio lation ofthe
executive order if a particular group is employed in a substantially disparate manner
(for example, even though the Contractor has achieved its goals for women generally,
the Contractor may be in violation of the executive order if a specific minority group
of women is under-utilized).
10.
The Contractor shall not use the goals and timetables or affirmative action standards
to discriminate against any persons because of race, color, religion, sex, or national
ongm.
GP-120-l7
II
II
The Contractor shall. not enter into any subcontract with any person or firm debarred
from Government c&ntracts pursuant to Executive Order 11246, as amended.
II
II
The Contractor shall carry out such sanctions and penalties for violation of these
specifications and Ilof the Equal Opportunity Clause, including suspension,
termination, and cancellation of existing subcontracts as may be imposed or ordered
pursuant to Executi~e Order 11246, as amended, and its implementing regulations,
by the OFCCP. An~ contractor who fails to carry out such sanctions and penalties
shall be in violation ~fthese specifications and Executive Order 11246, as amended.
I.
II
The Contractor, iril fulfilling its obligations under these specifications, shall
implement specific lffirmative action steps, at least as extensive as those standards
prescribed in paragr~ph 7. of these specifications, so as to achieve maximum results
from its efforts to eAsure equal employment opportunity. If the Contractor fails to
comply with the req!irements ofthe executive order, the implementing regulations,
or thesespecificatio~s, the Director shall proceed in accordance with 41 CFR 60-4.8.
The Contractor ShJI designate a responsible official to monitor all employment
related activity to ed~ure that the company EEO policy is being carried out, to submit
I.
reports relating to the provisions hereof as may be required by the Government, and
to keep records. ReJords shall at least include for each employee, the name, address,
telephone numbedl construction trade, union affiliation if any, employee
identification numb~r when assigned, social security number, race, sex, status (e.g.,
mechanic, apprentidb, trainee, helper, or laborer), dates of changes in status, hours
worked per week in I~he indicated trade, rate of pay, and locations at which the work
was performed. Records shall be maintained in an easily understandable and
retrievable form; however, to the degree that existing records satisfy this requirement,
contractors shall not be required to maintain separate records.
II
Nothing herein pro~ided shall be construed as a limitation upon the application of
other laws which establish different standards of compliance or upon the application
of requirements for 'lhe hiring of local or other area residents (e.g., those under the
Public Works Emp~pyment Act of 1977 and the Community Development Block
Grant Program). II
II
Conthctor Contractual Requirements
II
During the performance of this coJtract, the Contractor, for itself, its assignees and successors in
I'
interest (hereinafter referred to as the "contractor") agrees as follows:
I'
11.
, 12.
13.
14.
15.
I'
II
II
II
1. Compliance with R~gulations. The Contractor shall comply with the Regulations
relative to nondiscrimination in federally assisted programs of the Department of
Transportation (her~inafter, "DOT") Title 49, Code of Federal Regulations, Part 21,
as they may be amended from time to time (hereinafter referred to as the
I'
II
11
II
II
II
GP-120-18
II
II
,I
I
I
I
,
I
I'
I
I
I
I
I
I
I
,
I
I
I
J
I
I
I
I
I
I
I
I
I
I
I
I
j
I
I
I
I
I
I
Regulations), which are herein incorporated by reference and made a part of this
contract.
2.
Nondiscrimination. The Contractor, with regard to the work performed by it during
the contract, shall not discriminate on the grounds of race, color, or national origin in
the selection and retention of subcontractors, including procurements of materials
and leases of equipment. The Contractor, shall not participate either directly or
indirectly in the discrimination prohibited by section 21.5 of the Regulations,
including employment practices when the contract covers a program set forth in
Appendix B of the Regulations.
3.
Solicitations for Subcontracts. including Procurements of Materials and Equipment.
In all solicitations either by competitive bidding or negotiation made by the
Contractor for work to be performed under a subcontract, including procurements of
materials or leases of equipment, each potential subcontractor or supplier shall be
notified by the Contractor of the contractor's obligations under this contract and the
Regulations relative to nondiscrimination on the grounds of race, color, or national
ongm.
4.
Information and Reports. The Contractor shall provide all information and reports
required by the Regulations or directives issued pursuant thereto and shall permit
access to its books, records, accounts, other sources ofinformation, and its facilities
as may be determined by the Sponsor or the Federal Aviation Administration (FAA)
to be pertinent to ascertain compliance with such regulations, orders, and
instructions. Where any information required of a contractor is in the exclusive
possession of another who fails or refuses to furnish this information, the Contractor
shall so certify to the Sponsor or the FAA, as appropriate, and shall set forth what
efforts it has made to obtain the information.
5.
Sanctions for Noncompliance. In the event ofthe Contractor's noncompliance with
the nondiscrimination provisions of this contract, the sponsor shall impose such
contract sanctions as it or the FAA may determine to be appropriate, including, but
limited to:
a. Withholding of payments to the Contractor under the contract until the
Contractor complies; and/or
b. Cancellation, termination, or suspension of the contract, in whole or in part.
6.
Incorporation of Provisions. The Contractor shall include the provisions of
paragraph 1. through 5. in every subcontract, including procurements of materials
and leases of equipment, unless exempt by the Regulations or directives issued
pursuant thereto. The Contractor shall take such action with respect to any
subcontract or procurement as the Sponsor or the FAA may direct as a means of
enforcing such provisions including sanctions for noncompliance. Provided,
GP-120-19
II
II
II
however, that in the,event a Contractor becomes involved in, or is threatened with,
litigation with a subcontractor or supplier as a result of such direction, the Contractor
may request the Sp~nsor to enter into such litigation to protect the interests of the
Sponsor and, in addition, the Contractor may request the United States to enter into
such litigation to prAtect the interests of the United States.
II
EQUAL EMPLOYMENT OPPORTUNITY CLAUSE
II
II
Include in all c~nstruction contracts in excess of$10,000.
II
During the performance of this contract, the Contractor agrees as follows:
II
II
II
1. The Contractor will not discriminate against any employee or applicant for
employment becaus~ of race, color, religion, sex, or national origin. The Contractor
will take affirmati~e action to ensure that applicants are employed, and that
II
employees are treated during employment without regard to their race, color,
religion, sex, or national origin. Such action shall include, but not be limited to, the
following: Emplo~ent, upgrading, demotion, or transfer; recruitment or recruitment
compensation; and I~election of transfer; recruitment or recruitment advertising;
layoff or terminatioJ; rates of payor other forms of compensation; and selection for
training, including Hpprenticeship. The Contractor agrees to post in conspicuous
places, available to ~'mployees and applicants for employment, notices to be provided
setting forth the protisions of this nondiscrimination clause.
II
2. The Contractor willJ!in all solicitations or advertisements for employees placed by or
II
on behalf of the Contractor, state that all qualified applicants will receive
considerations for e~ployment without regard to race, color, religion, sex or national
ongm. II
II
3. The Contractor will ~end to each labor union or representative of workers with which
he has a collective b~rgaining agreement or other contract or understanding, a notice
to be provided advising the said labor union or workers' representatives of the
Contractor's commil'ments under this section, and shall post copies of the notice in
conspicuous places available to employees and applicants for employment.
II
II
4. The Contractor will comply with all provisions of Executive Order 11246 of
II
September 24, 1965, and of the rules, regulations, and relevant orders of the
Secretary of Labor. II
II
5. The Contractor will furnish all information and reports required by Executive Order
11246 ofSePtembe~~4, 1965, and by rules, regulations and orders ofthe Secretary of
Labor, or pursuant tHereto, and will permit access to his books, records, and accounts
by the administerindlagency and the Secretary of Labor for purposes ofinvestigation
to ascertain compliapce with such rules, regulations, and orders.
II
GP-120-20
I
I
I
I
I
I
I'
I
,J
I
I
I
,j
I
,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I;
I
I
I
6. In the event ofthe Contractor's noncompliance with the nondiscrimination clauses of
this contract or with any ofthe said rules, regulations, or orders, this contract may be
canceled, terminated, or suspended in whole or in part and the contractor may be
declared ineligible for further Government contracts or federally assisted construction
contracts in accordance with procedures authorized in Executive Order 11246 of
September 24, 1965, and such other sanctions may be imposed and remedies invoked
as provided in Executive Order 11246 of September 24, 19651 or by rule, regulation,
or order ofthe Secretary of Labor, or as otherwise provided by law.
7. The Contractor will include the portion of the sentence immediately preceding
paragraph 1. and the provisions of paragraphs 1. through 7. in every subcontractor
purchase order unless exempted by rules, regulations, or orders of the Secretary of
Labor issued pursuant to section 204 of Executive Order 11246 of September 24,
1965, so that such provisions will be binding upon each subcontractor or vendor.
The Contractor will take such action with respect to any subcontract or purchase
order as the administering agency may direct as a means of enforcing such
provisions; including sanctions for noncompliance: Provided, however, that in the
event a Contractor becomes involved in, or is threatened with, litigation with a
subcontractor or vendor as a result of such direction by the administering agency, the
Contractor may request the United States to enter into such litigation to protect the
interests of the United States.
Notices to be Posted. The "Equal Employment Opportunity is the Law poster is to be posted
by the Contractor in a conspicuous place available to employees and applicants for employment as
required by paragraphs 1. and 3. of the EEO clause. Copies of this poster will be furnished to
contractors at the preconstruction conference.
Required Reports.
(1) Monthly Employment Utilization Report. This report is to be prepared on Form CC
257 (Rev. 9-78) and sent to the Area Office, Federal Contract Compliance Program
(OFCCP) that serves the geographical area in which this project is located. The
report is due by the fifth day of each month after work has commenced. The
Contractor will be advised further regarding this report, including the address ofthe
OFCCP Area Office, at the preconstruction conference.
(2) Annual EEO-l Report. Contractors/subcontractors working on federally assisted
airport construction projects are required to file annually, on or before March 31,
complete and accurate reports on Standard Form 100 (Employee Information Report,
EEO-l). The first such report is required within 30 days after award unless the
contractor/subcontractor has submitted such a report within 12 months preceding the
date of award (the FAA or Department of Labor OFCCP can designate other
intervals). This form is normally furnished based on a mailing list, but can be
obtained from the Joint Reporting Committee, 1800 G. Street, N.W., Washington,
GP-120-21
II
II
II
D.C. 20506. This report is required if a Contractor or subcontractor meets all ofthe
following conditions~
II
II
( a) N onexemlJt. ,~ontractors/subcontractors are not exempt based on 41 CFR 60-
1.5; and II
II.
(b) Number of e}hplovees. Has 50 or more employees; and
II
(c) Contractor/subcontractor. Is a prime contractor or first tier subcontractor; and
II
II
(d) Dollar LeveVI There is a contract, subcontract, or purchase order amounting
to $50,000 o~ more or serves as a depository of government funds in any
amount, or is!~a financial institution which is an issuing and paying agent for
U.S. savings bonds and savings notes. Some subcontractors below the first
tier who wor~ at the site are required to file ifthey meet the requirements of
41 CFR 60-l~7.
II
( e) Records. ThJ FAA or Department of Labor OFCCP may require a contractor
to keep empl~yment or other records and to furnish, in the form requested
within reasori~ble limits, such information as necessary.
II
II
II
II
PART IV. MISCELLANEOUS CONTRACT PROVISIONS
II
A. Airport Improvement Program Project. The work in this contract is included in Airport
Improvement Program Projectll No. 3-13-0011-25&26 which is being undertaken and
accomplished by the AU2:usta Aviation Commission in accordance with the terms and conditions
of a grant agreement between the Al'Igusta -Richmond County. Georgia and the United States,
under the Airport and Airway imp~ovement Act of 1982 and Part 152 of the Federal Aviation
Regulations (14 CFR Part 152), pJsuant to which the United States has agreed to pay a certain
percentage ofthe costs ofthe projec~!that are determined to be allowable project costs under that Act.
The United States is not a party to this contract and no reference in this contract to the FAA or any
representative thereof, or to any rights granted to the FAA or any representative thereof, or the
United States, by the contract, make's the United States a party to this contract.
II
B. Consent to Assignment. Th~ Contractor shall obtain the prior written consent ofthe Owner
to any proposed assignment of any interest in or part of this contract.
C. Veterans Preference. In the ~mPIOyment of labor (except in executive, administrative, and
supervisory positions), the Contrac:tor shall give preference to veterans of the Vietnam era and
disabled veterans as defined in Sect!on 5l5( c)(1) and (2) of the Airport and Airway Improvement
Act of 1982. II
II
D. FAA Inspection and Review;: The Contractor shall allow any authorized representative ofthe
FAA to inspect and review any work or materials used in the performance of this contract.
GP-120-22
I
I
I
I
II
I
I
I
I
I
I
I
I
I
'I
,I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
E. Subcontracts. The Contractor shall insert in each of his subcontracts the provisions contained
in paragraphs A., C.. and D., ofthis section and also a clause requiring the subcontractors to include
these provisions in any lower tier subcontracts which they may enter into, together with a clause
requiring this insertion in any further subcontracts that may in term be made.
F. Clean Air and Water Pollution Control Requirements for All Construction Contracts and
Subcontracts Exceeding $100.000.
Contractors agree:
(1) That any facility to be used in the performance ofthe contract or to benefit from the
contract is not listed on the Environmental Protection Agency (EP A) List of
Violating Facilities.
(2) To comply with all the requirements of Section 114 ofthe Clean Air Act and Section
308 ofthe Federal Water Pollution Control Act and all regulations issued thereunder.
(3) That as a condition for award of a contract, they will notify the awarding official of
the receipt of any communication from the EP A indicating that a facility to be
utilized for performance of or benefit from the contract is under consideration to be
listed on the EP A List of Violating Facilities.
(4) To include in any subcontract which exceeds $100.000, the requirements of (1), (2),
and (3) above.
PART V - REQUIREMENTS OF 49 CFR Part 26. DISADVANTAGE BUSINESS
ENTERPRISE PROGRAM
A. POLICY. It is the policy of the Department of Transportation that disadvantage business
enterprises as defined in 49 CFR Part 26 shall have the maximum opportunity to participate in the
performance of contracts financed in whole or in part with Federal funds under this agreement.
Consequently, the Disadvantage Business Enterprise (DBE) requirements of 49 CFR Part 26 apply to
this contract.
B. DBE OBLIGATION. The recipient or its contractor agrees to ensure that disadvantage
business enterprises as defined in 49 CFR Part 26 have the maximum opportunity to participate in
the performance of contracts financed in whole or in part with Federal funds provided under this
agreement. In this regard, all recipients or contractors shall take all necessary and reasonable steps in
accordance with 49 CFR Part 26 to ensure that disadvantage business enterprises have the maximum
opportunity to compete for and perform contracts.
C. The following is an excerpt from FAA Program Guidance Letter 88-1, December 3, 1987.
GP-120-23
On October 21, DOT published n the Federal Register an amendment to 49 CFR Part 26,
Participation by Disadvantage Busi!ess Enterprise in Department of Transportation Programs. Only
one change will affect the airport gdnt program. Effective October 21, a Sponsor or Contractor may
counttoward its DBE goals 60 perc~nt of its expenditures for materials and supplies required under a
contract and obtained from a DBE and 100 percent of such expenditures to a DBE manufacturer.
. n .
Minimum Disadvantage Business Enterprise goals for this project are:
II
II
DBE Goals: 28.50%.
II
II
II
II
II
II
II
II
II
II
II
II
II
II
II
II
II
II
II
II
II
GP-120-24
I
I
I
,I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I'
I
I
GENERAL DECISION GA030029 06/1312003 GA29
Date: June 13,2003
General Decision Number GA030029
Superseded General Decision No. GA020029
State: Georgia
Construction Type:
HIGHWAY
County(ies):
COLUMBIA
MCDUFFIE
RICHMOND
HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area
projects, and railroad construction; bascule, suspension & spandrel arch bridges; bridges designed
for commercial navigation; bridges involving marine construction; other major bridges)
Modification Number Publication Date
o 06/13/2003
COUNTY(ies):
COLUMBIA
MCDUFFIE
RICHMOND
SUGA30l0A 05/01/1990
ASPHALT RAKER
CARPENTER
CONCRETE FINISHER
FLAGGER
IRONWORKER, REINFORCING
LABORER
PILEDRIVER
Rates
6.08
8.72
7.43
5.15
10.83
5.84
14.99
Fringes
POWER EQUIPMENT OPERATORS:
Asphalt distributor
Asphalt paver
Backhoe
Bulldozer
Crane
Loader
7.07
7.64
8.35
8.40
10.00
7.62
GP-120-25
II
II
II
Milling machine
Motor grade operator
Roller
Scraper
Striping machine operator
Tractor (utility)
II
II
II
II
II
II
12.18
8.56.
6.36
8.00
6.26
5.65
TRUCK DRIVERS:
Single rear axle
Multi rear axle
5.67
6.58
WELDER
11.23
Unlisted classifications needed for },York not included within the scope of the classifications listed
may be added after award only as provided in the labor standards contract clauses (29 CFR
II
5.5(a)(I)(ii)). II
II
------------------------m--------------------------------1r____________________________________________._____m___________________________________________
In the listing above, the "SU" desi~ation means that rates listed under that identifier do not reflect
collectively bargained wage and friri~e benefit rates. Other designations indicate unions whose rates
have been determined to be prevailIng.
II
II
WAGE DETERMINATION APPEALS PROCESS
II
II
1.) Has there been an initial decisidh in the matter? This can be:
I.
* " bl' h d d II . .
an eXIstmg pu IS e wage etermmatlOn
* d I . d II . .
a survey un er ymg a wage etermmatIon
* a Wage and Hour Division lette~ setting forth a position on a wage determination matter
II
* a conformance (additional classl.fication and rate) ruling
II
II
On survey related matters, initial c<Yntact, including requests for summaries of surveys, should be
II
with the Wage and Hour Regional @ffice for the area in which the survey was conducted because
those Regional Offices have resporl~ibility for the Davis-Bacon survey program. If the response
from this initial contact is not sati~factory, then the process described in 2.) and 3.) should be
followed. II
II
With regard to any other matter notilyet ripe for the formal process described here, initial contact
should be with the Branch ofConstKuction Wage Determinations. Write to:
GP-120-26
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I'
I
I
Branch of Construction Wage Determinations
Wage and Hour Division
U. S. Department of Labor
200 Constitution Avenue, N. yv.
Washington, D. C. 20210
2.) Ifthe answer to the question in 1.) is yes, then an interested party (those ,affected by the action)
can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8
and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 20210
The request shouldbe accompanied by a full statement of the interested party's position and by any
information (wage payment data, project description, area practice material, etc.) that the requestor
considers relevant to the issue.
3.) Ifthe decision ofthe Administrator is not favorable, an interested party may appeal directly to
the Administrative Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U. S. Department of Labor
200 Constitution Avenue, N. W.
Washington, D. C. 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION
~
GP-120-27
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 00800
SUPPLEMENTARY CONDITIONS
The follo'Ying conditions amend or supplement the referenced "Standard Federal Aviation
Administration General Provisions". All provisions whi~h are not so amended or supplemented
remain in full force and effect.
SECTION 10 DEFINITIONS
SC-l DELETE THE FOLLOWING DEFINITIONS AND REPLACE WITH THE
FOLLOWING DEFINITIONS:
DELETE "10-14 CONTRACT"; REPLACE WITH:
10-14 CONTRACT. The written agreement between OWNER and CONTRACTOR
covering the Work to be performed; other Contract Documents are attached to the
Contract and made a part thereof as provided therein. The term "Agreement" has the
same meaning as "Contract".
DELETE "10-19 ENGINEER"; REPLACE WITH:
10-19 ENGINEER. The person, firm or corporation named as such in the
Agreement.
DELETE "10-41 SPECIAL PROVISIONS"; REPLACE WITH:
10-41 SUPPLEMENTARY CONDITIONS. The part of the Contract Documents
which amends or supplements these Standard FAA General Provisions.
DELETE "10-49 SURETY"; REPLACE WITH:
10-49 SURETY. The corporate body which is bound with the CONTRACTOR and
which engages to be responsible for the CONTRACTOR and his acceptable
performance of the work and his payment of all debts pertaining to the work.
DELETE "10-51 WORK"; REPLACE WITH:
10-51 WORK. The entire complete construction or the various separately
identifiable parts thereof required to be furnished under the Contract Documents.
Work is the result of performing services, furnishing labor and furnishing and
incorporating materials and equipment into the construction, all as required by the
Contract Documents.
00800-1
Addendum No.2
SC-2 DELETE "10-16 CONTRACT TIME"; REPLACE WITH:
10-16 CONTRACTIITIME. The number of calendar days stated in the Bid, allowed
for completion ofthe contract, plus authorized time extensions. If a calendar date of
completion is stated in the proposal, in lieu of a number of calendar days, the contract
shall be completed by that date. When any period of time is referred to in the
Contract Documents by days, it will be computed to exclude the first and include the
last day of such period. If the last day of any such period falls on a Saturday or
Sunday or on a day made a legal holiday by the law of the applicable jurisdiction,
such day will be omitted from the computation.
SC-3 AFTER THE LAST DEFINITION OF SECTION 10, ADD THE FOLLOWING
NEW DEFINITIONS:
10-53 GENERAL PROVISIONS. Standard FAA conditions of the Contract
identified as Sections 10, 40, 50, 60, 70, 80, 90, and 100.
10-54 PRODUCTS. The materials, systems and equipment to be incorporated into
the work.
10-55 PROJECT MANUAL. The bound documents compnsmg Bidding
Requirements, Bid Forms, Contract Forms, General Conditions, Supplementary
Conditions, Specifications, Addenda and modifications.
1 0-56 SUBSTANTIAL COMPLETION. TheW ork (or a specified part thereof) has
progressed to the point where, in the opinion of ENGINEER as evidenced by
ENGINEER's definitive certificate of Substantial Completion, it is sufficiently
complete, in accordance with the Contract Documents, so that the W ork (or a
specified part) can be utilized practically and efficiently for the purposes for which it
is intended; or if there be no such certificate issued, when final payment is due in
accordance with Section90. The terms "substantially complete" and "substantially
completed" as applied to any Work refer to "Substantial Completion thereof."
SC-4 DELETE "10-52 WORKING DAY".
SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS
SC-5 REFER TO INSTRUCTIONS TO BIDDERS FOR REQUIREMENTS FOR
PREPARING AND SUBMITTING BIDS, AND EVALUATION OF BIDS AND
BIDDERS.
SC-6 EXAMINATION OF PLANS, SPECIFICATIONS AND PHYSICAL
CONDITIONS:
The Bidder is expected to carefully examine the site of the proposed work, the
bidding requirements, plans, specifications, and contract forms. He shall satisfy
00800-2
Addendum No.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
I
I
I
I
I
I
I
I
I
I
I
I
I
SC-7
SC-8
himself as to the character, quality, and quantities ofwork to be performed, materials
to be furnished, and as to the requirements ofthe proposed contract. The submission
of a proposal shall be a binding representation that the BIDDER has made such
examination and is satisfied as to the conditions to be encountered in performing the
work and as to the requirements ofthe proposed contract, plans, and specifications.
Boring logs and other records of subsurface investigations ~d tests are attached to
these specifications. It is understood and agreed that such subsurface information
was obtained and is intended for the Owner's design and estimating purposes only.
Such information has been made available for the convenience of all BIDDERs. It is
further understood and agreed that each BIDDER is solely responsible for all
assumptions, deductions, or conclusions which he may make or obtain from his
examination of the boring logs and other records of subsurface investigations and
tests that are furnished by the Owner.
In preparation of the Drawings and Specifications, ENGINEER has relied upon the
exploration and tests of subsurface conditions. \
REFER TO ARTICLES 16, 17 AND 18 OF THE INSTRUCTIONS TO
BIDDERS FOR PROCEDURES FOR A WARD AND SIGNING OF
CONTRACTS, AND DISPOSITION OF BID SECURITY.
PERFORMANCE AND OTHER BONDS:
a) Contractor shall furnish performance and payment Bonds, each in an amount
at least equal to the Contract Price as security for the faithful performance and
payment of all Contractor's obligations under the Contract Documents. These Bonds
shall remain in effect at least until one year after the date when final payment
becomes due, except ~s otherwise provided by Law or Regulation or by the Contract
Documents. Contractor shall also furnish such other Bonds as are required by "the
Supplementary Conditions. All Bonds shall be in the forms prescribed by the
Contract Documents and be executed by such sureties as are named in the current list
of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal
Bonds and as Acceptable Reinsuring Companies" as published in Circular 570
(amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All
Bonds signed by an agent must be accompanied by a certified copy of the authority to
~t. .
b) If the surety on any Bond furnished by Contractor is declared a bankrupt or
becomes insolvent or its right to do business is terminated in any state where any part
of the Project is located or it ceases to meet the requirements of the paragraph
SC-8(a). Contractor shall within five days thereafter substitute another Bond and
Surety, both of which must be acceptable to Owner.
00800-3
Addendum No.2
SC-9
SC-IO
ADD THE FOLLOWING PARAGRAPH TO THE END OF SUBSECTION 40-
02 "ALTERATION OF WORK AND QUANTITIES":
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
40-02.1 The Engineer shall have authority to order minor changes in the Work not
involving adjustment of the contract sum or extension of the contract time and not
inconsistent with the intent of the contract document. Such changes shall be effected
by written order and shall be binding on the, Owner and Contractor. The Contractor
shall carry out such written orders promptly and the Contractor shall receive no
additional compensation therefor, nor shall there be any change in the contract time
as a result thereof.
ADD THE FOLLOWING PARAGRAPHS TO THE END OF PARAGRAPH
50~16 "CLAIMS FOR ADJUSTMENT AND DISPUTES":
50-16.1 "The following documentation and information must be presented in order
for the Engineer to properly evaluate such claim:
.1 Definition of the basis of the claim, including a detailed identification of
which materials and what work is considered to represent a change to the
original contract, an explanation of why the work or material is different than
what was called for by the original contract, and an identification of the
contract provisions and anything else which the Contractor relied upon;
.2 An explanation of how and why the work. which is considered a change
resulted in any additional cost or performance time for the Contractor;
.3 An identification ofthe categories Qf additional costs which were incurred, an
estimate of the dollar magnitude of each, and a statement ofthe impact this
work will have on the construction schedule, including the contract
completion dates;
.4 An indication of how the additional costs which is believed that were
incurred can be, and are to be, quantified;
.5 Documentation of any actual additional costs and any actual impact to the
construction schedule due to this work;
.6 Documentation of the cost of performing all similar "unchanged" work, to
provide the Engineer a basis for comparison;
.7 All backup and other documentation which is believed to support or elate to
the claim;
.8 Documentation quantifying the amount of work which is believed to
constitute this "changed" work, and the time period and the areas where such
work was performed."
00800-4
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
50-16.2
50-16.3
50-16.4
NOTICE
The giving of a timely notice of a potential claim prior to doing work, and the
submittal of the above listed information for claim evaluation, within 10 days
of the completion of the work which is subject of the claim, are both
conditions precedent to the making of the claim, to recovery thereon, and to
'the bringing of a legal action for the resolution thereof.
RESOLUTION OF CLAIMS AND DISPUTES
.1
At the Owner's sole discretion, the ENGINEER may be requested to further
review Claims which have been properly preserved as set forth in this section
and take one or more ofthe following preliminary actions within ten days of
receipt of a Claim: (1) request additional supporting data from the claimant,
(2) submit a schedule to the parties indicating when the Engineer expects to
take action, (3) reject the Claim in whole or in part, stating reasons for
rejection, (4) recommend approval of the Claim by the other party or (5)
suggest a compromise. The Engineer also may, but is not obligated to, notify
the surety, if any, ofthe nature and amount ofthe Claim.
.2
If a Claim has been resolved, the Engineer will prepare or obtain appropriate
documentation.
.3
If a Claim has not been resolved, the party making the Claim shall, within ten
days after the Engineer's preliminary response, take one or more of the
following actions: (1) submit additional supporting data requested by the
Engineer, (2) modify the initial Claim or (3) notify the Engineer that the
initial Claim stands.
.4
If a Claim has not been resolved after consideration ofthe foregoing and of
further evidence presented by the parties or requested by the Engineer, the
Engineer will notify the parties in writing that the Engineer's decision will be
made within seven days, which decision shall be final and binding on the
parties but subiect to arbitration. Upon expiration of such time period, the
Engineer will render to the parties the Engineer's written decision relative to
the Claim, including any change in the Contract Sum or Contract Time or
both. If there appears to be a possibility of a Contractor's default, the
Engineer may, but is not obligated to, notify the surety and request the
surety's assistance in resolving the controversy.
ARBITRATION
.1
Controversies and Claims Subject to Arbitration. Any controversy or Claim
arising out of or related to the Contract, or the breach thereof, shall be settled
by arbitration in accordance with the construction Industry Arbitration Rules
of the American Arbitration Association, and judgment upon the award
00800-5
Addendum No.2
rendered by the arbitrator or arbitrators may be entered in any court having
jurisdiction thereof, except controversies or Claims relating to aesthetic
effect. Such controversies or Claims upon which the Engineer has given
notice and rendered a decision as provided in Subparagraph 50-16.3.4 above
shall be subject to arbitration upon written demand of either party.
Arbitration may be commenced when 30 days have passed after a Claim has
been referred to the Engineer and no decision has been rendered.
I
I
I
I
I
I
I'
I
I
I
I
I
I
I
I
I
I
I
I
.2
Rules and Notices for Arbitration. Claims between the Owner and Contractor
not resolved under Paragraph 50-16.2 shall, if subject to arbitration under
Subparagraph 50-16.3.1, be decided by arbitration in accordance with the
Construction Industry Arbitration Rules of the American Arbitration
Association currently in effect unless the parties mutually agree otherwise.
Notice of demand for arbitration shall be filed in writing with the other party
to the Agreement between the Owner and Contractor and with the American
Arbitration Association, and a copy shall be filed with the Engineer.
.3
Contract Performance During Arbitration. During arbitration proceedings,
contractor shall proceed diligently with performance of the contract and the
Owner shall continue to make payments in accordance with the Contract
Documents.
A
When Arbitration May Be Demanded. Demand for arbitration of any Claim
may not be made until the earlier of (l) the date on which the Engineer has
rendered a final written decision on the Claim, (2) the thirtieth day after the
parties have presented evidence to the Engineer or have been given
reasonable opportunity to do so, if the Engineer has not rendered a final
written decision by that date.
04.1 When a written decision of the Engineer states that (1) the decision is
final but subject to arbitration and (2) a demand for arbitration of a Claim
covered by such decision must be made within 30 days after the date on
which the party making the demand receives the final written decision, then
failure to demand arbitration within said 30 days' period shall result in the
Engineer's decision becoming final and binding upon the Owrier and
Contractor. If the Engineer renders a decision after arbitration proceedings
have been initiated, such decision may be entered as evidence, but shall not
supersede arbitration proceedings unless the decision is acceptable to all
parties concerned.
.4.2 A demand for arbitration shall be made within the time limits
specified in Subparagraphs 50-16.3.1 and 50-16.3.4 where applicable,
and in other cases within a reasonab Ie time after the Claim has arisen,
and in no event shall it be made after ,the date when institution of
legal or equitable proceedings based on such Claim would be barred
00800-6
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
by the applicable statute oflimitations as determined by Laws ofthe
State of Georgia.
.5
Limitation on Consolidation or Joinder. No arbitration arising out of or
relating to the Contract Documents shall include, by consolidation or joinder
or in any other manner, the Engineer, their employees or consultants, except
by written consent containing specific reference to the Agreement and signed
by the Engineer, Owner, Contractor and any other person or entity sought to
be joined. No arbitration shall include, by consolidation or joinder or in any
other manner, parties other than the Owner, Contractor, Subcontractor(s) and
other persons substantially involved in a common question of fact or law
whose presence is required if complete relief is to be accorded in arbitration.
No person or entity other than the Owner, Contractor or Subcontractor(s)
shall be included as an original third party or additional third party to an
arbitration whose interest or responsibility is insubstantial. Consent to
arbitration involving an additional person or entity shall not constitute
consent to arbitration of a dispute not described therein or with a person or
entity not named or described therein. The foregoing agreement to arbitrate
and other agreements to arbitrate with an additional person or entity duly
consented to by parties to the Agreement shall be specifically enforceable
under applicable law in any court having jurisdiction thereof.
.6
Claims and Timely Assertion of Claims. A party who files a notice of
demand for arbitration must assert in the demand all Claims then known to
that party on which arbitration is permitted to be demanded. When a party
fails to include a Claim through oversight, inadvertence or excusable neglect,
or when a Claim has matured or been acquired subsequently, the arbitrator or
arbitrators may permit amendment.
.7
Judgment on Final Award. The award rendered by the arbitrator or
arbitrators shall be final, and judgment may be entered upon it in accordance
with applicable law in any court having jurisdiction thereof.
00800-7
Addendum No.2
SC-ll
SC-12
ADD THE FOLLeWING SUBSECTIONS TO THE END OF SECTION 50
"CONTROL OF WORK":
I
I
I
I
I
I
I'
I
I
I
I
I
I
I
I
I
I
I
I
50-19 VENUE. This contract has been executed by, delivered to and accepted by the
Owner in the state of Georgia, and the provisions hereof shall be governed by the
laws of the state. Any disputes arising out of or related to this contract shall be
resolved in accordance with said laws.
The parties agree that any action or legal proceeding arising out of or related to this
contract shall be brought in the state courts of the County of Richmond, Georgia or in
the federal court in the district where the Airport is located; and the parties hereby
consent to and waive any objection to jurisdiction or venue in said courts.
50-20 NO DAMAGES FOR DELAY. It is understood that the Owner and Engineer
shall not in any way be liable to the Contractor for delays of any kind whatsoever.
The Owner's or Engineer's exercise of any of its rights under any applicable
provisions of the OwnerlEngineer Agreement or Owner/Contractor Agreement
relating to changes in the work, or requirement of correction or re-execution of any of
the work or additional work shall not, under any circumstances, be construed as
active or intentional interference with the Contractor's performance ofthe Work. No
other acts by the Owner or Engineer shall be considered exceptions of this no
damages for delay clause unless motivated by bad faith.
If completion is delayed by any act or neglect of the Owner or the Engineer, or by
strikes or by otheli' exceptional conditions over which the Contractor has no
reasonable control, the time of completion, upon receipt ofthe Contractor's written
request, may be ext~nded by such period as the Engineer may consider reasonable.
No extension shall be allowed unless a claim is presented in writing to the Engineer
within seven (7) days after the commencement of such delay or the claim is waived.
If Contractor is delayed by any acts of the Owner or Engineer and is granted an
extension of time by the Engineer, the Contractor shall comply with the extended
schedule with no additional compensation from the Owner.
The Contractor shall be fully responsible for making up lost time of all delays except
to the extent that extensions of time are granted. Nothing is this clause shall be
construed to release the Contractor from the obligation to perform at its own expense
all overtime necessary to maintain the contract completion date where delays have
occurred which are not excused.
DELETE SUBPARAGRAPH 70-19(2) IN ITS ENTIRETY AND INSERT THE
FOLLOWING:
"(2) BURNING IN ANY SHAPE OR FORM WILL NOT BE ALLOWED."
00800-8
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SC-13
DELETE PARAGRAPH 70-11 "RESPONSIBILITY FOR DAMAGE
CLAIMS" IN ITS ENTIRETY AND INSERT THE FOLLOWING:
70-ll. RESPONSffiILITY FOR DAMAGE CLAIMS.
70-11.1
INSURANCE:
Contractor shall purchase and maintain such comprehensive general liability,
comprehensive automobile liability and other insurance as is appropriate for the
Work being performed and furnished and as will provide protection from claims set
forth below which may arise out of or result from Contractor's performance and
furnishing of the Work and Contractor's other obligations under the Contract
Documents, whether it is to be performed or furnished by Contractor, by any
Subcontractor, by anyone directly or indirectly employed by any ofthem to perform
or furnish any of the Work, or by anyone for whose acts any of them may be liable:
-11.1.1 Claims under workers' or workmen's compensation, disability benefits and
other similar employee benefit acts;
-11.1.2 Claims for damages because of bodily injury, occupational sickness or
disease, or death of Contractor's employees;
-11.1.3 Claims for damages because of bodily injury, sickness or disease, or death of
any person other than Contractor's employees;
-11.1.4 Claims for damages insured by personal injury liability coverage which are
sustained (a) by any person as a result of an offense directly or indirectly related to
the employment of such person by Contractor, or (b) by any other person for any
other reason;
-11.1.5 Claims for damages, other than to the Work itself, because of injury to or
destruction of tangible property wherever located, including loss of use of resulting
therefrom;
-11.1.6 Claims arising out of operation of Laws or Regulations for damages because
of bodily injury or death of any person or for damage to property; and
-11.1.7 Claims for damages because of bodily injury or death of any person or
property damage arising out of the ownership, maintenance or use of any motor
vehicle.
The insurance required by this paragraph 70-11.1 shall include the specific coverage
and be written for no less than the limits ofliability and coverage specified in 70-11.3
or required by law, whichever is greater. The comprehensive general liability
insurance shall include completed operations insurance. All of the policies of
insurance so required to be purchased and maintained (or the certificates or other
00800-9
Addendum No.2
70-11.2
, 70-11.3
II
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
evidence thereof) shall contain a provision or endorsement that the coverage afforded
will not be canceled, materially changed or renewal refused until at least thirty days
prior written notice has been given to Owner and Engineer by certified mail. All
such insurance shall remain in effect until final payment and at all times thereafter
j
when Contractor may be correcting, removing or replacing defective Work in
accordance with paragraph 50-18. In addition, Contractor shall maintain such
completed operations insurance for at least two years after final payment and
furnish Owner with evidence of continuation of such insurance at final payment
and one year thereafter.
INDEMNIFICATION:
-11.2.1 The Contractor shall indemnify and hold harmless OWNER and ENGINEER
and their consultants, agents and employees from and against all claims, damages,
losses and expenses, direct, indirect or consequential (including but not limited to
fees and charges of engineers, architects, attorneys and other professionals and court
and arbitration costs) arising out of or resulting from the performance of the Work,
provided that any such claim, damage, loss or expense (a) is attributable to bodily
injury, sickness, disease or death, or to injury to or destruction of tangible property
(other than the Work itself) including the loss of use resulting therefrom and (b)
arises out of the Contractor's operations or is caused in whole or in part by any
negligent act or omission of Contractor, any Subcontractor, any person or
organization directly or indirectly employed by any ofthem to perform or furnish any
of the Work or anyone for whose acts any or them may be liable, regardless of
whether or not it is caused by a party indemnified hereunder or arises by or is
imposed by Law or Regulations regardless of the negligence of any such party.
-11.2.2 In any and all claims against OWNER or ENGINEER or any of their
consultants, agents or employees by any employee of Contractor, any Subcontractor,
any person or organization directly or indirectly employed by any of them to perform
or furnish any of the Work or anyone for whose acts any of them may be liable, the
indemnification obligation under paragraph 11.2.1 above shall not be limited in any
way by any limitation on the amount or type of damages, compensation or benefits
payable by or for Contractor or any such Subcontractor or other person or
organization under workers' or workmen's compensation acts, disability benefit acts
or other employee benefit acts.
COVERAGE:
The limits ofliability for the insurance required by Paragraphs 70-11.1 shall provide
coverage for not less than the following amounts or greater where required by law:
A. Workers' Compensation, etc.:
(1) State:
(2) Applicable Federal
00800-10
Addendum No.2
Statutory
Statutory
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
70-11.4
B.
(e.g~ Longshoreman's)
(3) Employer's Liability
$1,000,000
C~mprehensive ~o~mmercial General Liability:
(1) Bodily Injury and Property Damage:
,
$5.000.000 Combined Single Limit (Per Occurrence)
(2) The Contractor's Commer~ial General Liability insurance shall
provide coverage for the following: (1) Premises - Operations, (2)
Independent Cpntractors, (3) Products/Completed Operations Hazard,
(4) Underground Hazard, (5) Broad Form Property Damage, (6)
Explosion and Collapse Hazard, (7) Personal Injury, and (8)
Contractual Liability.
C.
Comprehensive Automobile Liability:
(1) Bodily Injury and Property Damage:
$1.000.000 Combined Single Limit (Per Occurrence)
(2) The Contractor's Comprehensive Automobile Liability Insurance
shall provide coverage for Bodily Injury and Property Damage Per
Occurrence for owned, hired and non-owned vehicles.
D.
The Augusta Aviation Commission, its officials, staff and consultants;
Augusta, Georgia and the Augusta-Richmond County Commission, its
elected officials, officers, and employees; and The LP A Group
Incorporated, its staff and consultants shall be named as additional insured
in the policy. A Certificate of Insurance naming Augusta Aviation
Commission as a certificate holder as well as a Certificate of Insurance
naming Augusta, Georgia and the Augusta-Richmond County Commission as
a certificate holder as well as a Certificate of Insurance naming the LP A
Group, Inc. as a certificate holder shall be issued by the Contractor's
insurance provider. The Contractor's insurance provider shall edit the
Certificate of Insurance standard cancellation clause from "..., the issuing
company will endeavor to mail _ days written notice to the certificate
holder..." to "..., the issuing company will mail 30 days written notice to the
certificate holder..." .
The Contractor shall obtain in the name of the Owner, Owner's
Protective Liability Insurance which will have the same limits of
coverage as that required above for the Contractor's general liability
coverage, including liability for acts of Subcontractors and Subordinate
Contractors. The Contractor's insurance provider shall provide two (2)
00800-11
Addendum No.2
70-11.5
70-11.6
70-11.7
copies of the insurance policy to the Engineer for the Engineer to
distribute to the Owner.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Contractor shall. purchase and maintain such Protective and Contractual
Bodily Injury Liability Insurance and such Protective and Contractual
Property Damage Liability Insurance as shall be required by any public
bodies or utility companies whose property, facilities, or right-of-way may be
affected by the Work to be done under this Contract.
Contractor will provide such additional information in respect of insurance
provided by him as the Owner may reasonably request. Failure by Owner to
give any such notice of objection within the time provided shall constitute an
acceptance of such insurance purchased by Contractor as complying with the
Contract Documents.
Certificates in triplicate from the insurance carrier stating the limits of
liability and expiration date shall be filed with Owner before operations are
begun. Certificates shall not merely name the types of policy provided but
shall specifically refer to this Contract and shall contain a separate express
statement of compliance with each of the requirements as set forth in this
Article. The certificates shall, in addition to the information relative to the
insurance required, contain the following:
(a) Inception and expiration dates of insurance policy.
(b) Limits of liability provided (public Liability and Property Damage).
( c) Coverage provided, including special hazards if required.
(d) Name of insurance company.
(e) Policy Number.
(f) Additional interests covered.
(g) Statement that the Explosion, Collapse, and Underground exclusions
do not apply.
(h) Certificate shall reflect self-insured retention applicable to any
contract of insurance.
(i) Excess liability certified contracts must state underlying insurance
requirements.
G) Project number and nature of work.
(k) Cancellation notice stipulation in Paragraph 70-11.3.
No certificate will be accepted which exculpates the issuer or reduces any rights
conferred on the Owner by the above certificates, nor will they be accepted unless the
certificates bear a live signature of a direct representative of a company authorized to
do business in Georgia.
No certificate will be accepted unless the person signing the certificate certifies, in a
separate letter, his exact relationship with the insurance carrier or carriers indicated in
the certificate.
00800-12
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SC-14
80-08.1
SC-15
The Owner may, at his discretion, modify or waive any of the foregoing
requirements. No contract of insurance containing a "claims made" insuring
agreement will be acceptable unless the Contractor offering such insurance to fulfill
the requirements ofthis Contract agrees that each such contract of insurance shall be
renewed for the entire existence of the Contractor, their successors or assigns; and
that on termination of such coverage which is not replaced by a similar contract with
the required limits of liability, a "tail policy" will be purchased with limits not less
than those required by this Contract." '
80-08 FAILURE TO COMPLETE ON TIME:
Liquidated Damages:
l.ili1...uidated d~ages for failure to complete a~l work within the total Contract time of
~8.. consecutIve calendar days after the Notice -To-Proceed (N.T.P.) shall be $500
per calendar day. This sum is exclusive of additional engineering fees and inspection
fees incurred during the period of delay. See paragraph 3.3 of the Contract at page C-
2.
In addition, for not completing all punchlist work as determined by the
Engineer and the Owner at the Final Inspection for the entire project
within 30 consecutive calendar days from date of the Final Inspection,
$200 per day shall be deducted from money due the Contractor or his
surety until the punch list items are completed to the satisfaction of the
Owner.
80-06 TEMPORARY SUSPENSION OF THE WORK:
After the last paragraph, add the following new sentences:
Ifthe Contractor requests a suspension ofthe work in whole or part for such period
or periods as he may need, due to unsuitable weather or such other conditions as
Contractor considers unfavorable for the prosecution of work, or if ordered by
OWNER or ENGINEER due to inclement weather or the failure on the part of the
Contractor to carry out orders given, or to perform any or all provisions of the
contract, a suspension may be granted provided the Contractor shall perform the
following without additional compensations:
.1 Suitably store all materials.
.2 Implement measures to protect existing work from damage or deterioration.
.3 Erect such temporary structures and barricades as ENGINEER may required
to provide for traffic on, to, or from the airport.
00800-13
Addendum No.2
SC-16
SC-17
II
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
II
.4 Periodically inspect and maintain the work and temporary measures during
the suspension period. Promptly repair any damage to the work during the
suspension period.
.5 Pay all cost of OWNER associated with the suspension including but not
limited to cost of ENGINEER, inspection and OWNER's testing laboratory to
perform their contractual requirements with respect to the project during the
: work suspension.
.6 Maintain all insurance and bond coverage.
.7 Perform such other work as required by the Contract Documents with respect
to the Project.
80-09 DEFAULT AND TERMINATION OF CONTRACT
DELETE THE FOLLOWING FROM SECTION 80-09 OF THE GENERAL
PROVISIONS "..Should the Engineer consider the Contractor in default of the contract
for any reason hereinbefore, he shall immediately give written notice to the Contractor
and the Contractor's surety as to the reasons for considering the Contractor in default
and the Owner's intentions to terminate the contract" AND INSERT THE
FOLLOWING:
"The Engineer shall advise the Owner that sufficient grounds exist to terminate the
contractor. Upon such consultation, the Owner shall, in consultation with the
Engineer, refer to the provisions of the Contractor's Performance Bond and follow
any mandatory procedures which might be set out therein as prerequisites to invoking
the performance obligations of the bond Surety.
If no such mandatory procedures are specified in the performance bond, the Engineer,
with authorization from the Owner, will write a letter to the Contractor, with a copy
to the Surety, declanng the Contractor in default. As an alternative to immediate
termination of the contract, the Owner may request that the Engineer give the
Contractor and Surety specific notice of what conditions must be met to avoid
termination. "
CONTRACT TIME
Time for completion of the work is 120 consecutive calendar days from the
Notice-to-Proceed date and within the stipulated phasinglsubphasing requirements as
ou.t1ined in paragraph 80-08.1 Liquidated Damages of this section (Section 00800)
and Section 01010 Scope Of Work.
In the event that the construction contract time period occurs between the dates
April 1, 2004 through April 14, 2004 inclusive, all construction activities shall be
stopped. No contract time will apply against the contract during this time
period. The Contractor will be required to de-mobilize and re-mobilize at no
00800-14
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SC-18
SC-19
SC-20
SC-21
SC-22
additional expense to the Owner.
COPIES OF CONSTRUCTION DOCUMENTS
ENGINEER will furnish at no charge to Contractor five (5) complete sets of plans
. and specifications including cross-sections for Contractor's use during construction.
One set shall be maintained as the Project Record Documents. Additional sets of
plans and specifications or individual sheets of plans will be furnished to Contractor
at the cost of reproduction and postage.
WAIVER OF LIEN
Prior to final payment, the Contractor shall deliver to the Owner complete releases of
lien for all labor, materials, and equipment supplied under this Contract. The
Contractor shall also supply waivers of lien for all Subcontractors and material
suppliers.
90-01 MEASUREMENT OF QUANTITIES
DELETE THE FIRST PARAGRAPH AND REPLACE WITH THE FOLLOWING
REVISED PARAGRAPH:
"90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract
will be measured by the Engineer (unless specified otherwise), or his/her authorized
representatives, using United States Customary Units of Measurement."
90-06 PARTIAL PAYMENTS
ADD THE FOLLOWING PARAGRAPH AT THE END OF SECTION 90-06
"This Agreement is intended by the Parties to, and does, supercede any and all
provisions ofthe Georgia Prompt Pay Act, O.C.G.A. Prompt Pay Act g 13-11-1, et
seq. In the event any provision ofthis Agreement is inconsistent with any provision
of the Prompt Pay Act, the provision of this Agreement shall control.
Notwithstanding any provision of this contract or Georgia law, Contractor, by
execution of this Contract, waives any claim for interest on any sums held as
retainage under this Contract.
90-07 PAYMENT FOR MATERIALS ON HAND
After Item e of the first paragraph, add the following Item f:
f. The value of the delivered material which is to be used in one item of work
exceeds $3,000 and is not scheduled to be incorporated into the work within 60
days after delivery.
MEASUREMENT AND PAYMENT:
00800-15
Addendum No.2
No measurement and payment for Supplementary Conditions will be made except as
described below. All provisions of this section other than that listed below shall be
included in Item 01000, Mobilization.
Items described and designated under Supplementary Condition SC-14 paragraph 70-
11.3D and 70-11.4 will be paid separately under this section as "Supplementary
Insurance Provisions". Section 70-1l.3D includes provisions for the Contractor to
have the Owner and the Engineer named as additional insured with right of notice in
the Contractor's insurance policies. Section 70-11.4 includes provision for the
Contractor to purchase an Owner's Protective Liability policy. If awarded,
reimbursement for this item will be limited to the amount the Contractor can
demonstrate is an additional expense for the specified coverage.
Item 00800
Supplementary Insurance Provision -- per Lump Sum
END OF SECTION 00800
00800-16
Addendum No.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
I
I
I
I
I
I
I
I
I
I
I
I
I
DIVISION 1 GENERAL REQUIREMENTS
SECTION 01000
MOBILIZATION
PART 1 GENERAL
1.01 DESCRIPTION:
A. The work covered by Item 01000 Mobilization 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, Section 01510 Temporary Facilities and Supplementary Conditions
and the General Requirements including but not limited to: for the establishment of all
offices, buildings, and other facilities necessary for work on the project, construction
staking, establishing a haul route and staging area and restoration upon completion of work,
performance bond, labor and materials bond; all required insurance, all prebid and
preconstruction expense, and for all other work and operations which must be performed or
costs incurred prior to beginning work on the various items on the project site.
PART 2 PRODUCTS (NOT USED)
PART 3 EXECUTION
3.01 PAYMENT:
A. All work covered by this section will be paid for at the contract lump sum price for
"Mobilization. "
B. Forty percent (40%) of the amount bid for this lump sum Item 01000 "Mobilization"
shall be payable to the Contractor when the staging area has been established, all Contractor
buildings and other temporary facility requirements are in place and accepted by the
Engineer, and when the access (haul) route(s) has been completed and constructed. The
remaining sixty (60%) of Item 01000 will be payable to the Contractor distributed in each
pay estimate based on a percentage of Bid Schedule items complete. This is interpreted to
mean that 10% of the remaining 60% of Mobilization will be paid when 10% of the Bid
Schedule items are complete and accepted by the Engineer, etc. All such payments will be
made less the retainage provided for in the Contract.
Payment will be made under:
Item 01000
Mobilization -- per Lump Sum
END OF SECTION 01000
01000-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
;1
I
I
SECTION 01010
SCOPE OF WORK
1.01 RELATED DOCUMENTS
A. Drawings and general provisions of Contract, including General Provisions and
Supplementary Conditions and Division 1 Specification sections, apply to work of this section.
1.02 PROJECT IDENTIFICATION
The Proj ect name is "Perimeter Fencing Improvements Proj ect, Augusta Regional Airport, Augusta,
Georgia" as shown on the contract documents prepared by THE LP A GROUP, INCORPORATED.
Drawings and specifications are dated January, 2004.
1.03 CONTRACT DOCUMENTS
A. Indicate the work of the Contract and related requirements and conditions that have an impact
on the project. Related requirements and conditions that are indicated on the contract Documents
include, but are not necessarily limited to the following:
1. Existing site conditions and restrictions on use of the site.
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 modifications to the
contract documents issued subsequent to the initial printing ofthis project manual and including but
not necessarily limited to printed material referenced by any ofthese. 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.
1.05 CONSTRUCTION TIME AND PHASING
A. Construction Time: The work as described by the contract specifications and as shown on
the plans shall be ready for use by the Owner within 1mI consecutive calendar days after the Notice-
to-Proceed date. In order to minimize the impact to airport passengers, airport tenants and the
employees, completion of the project is critical and liquidated damages for not completing the
project within the stipulated contract time as stipulated in this section and as set forth in Section
00800 Supplementary Conditions will be enforced.
B. Construction Phasing: No set phasing has been established for this project.
01010-1
Addendum No.2
The Contractor shall also comply with the following stipulations in order to minimize the impact to
the aircraft operations and the airfield tenants.
1. In the event tha(the construction contract time period occurs between the dates April
1,2004 through April 14, 2004 inclusive, all construction activities shall be stopped. No
contract time will apply against the contract during this time period. All equipment
shall be stored in the designated staging area. There shall be no measurement or
payment associated with additional costs for this' shutdown period. Any extra costs due
to this shutdown shall be considered incidental to Item 01000 Mobilization.
2. The contractor shall coordinate construction with the Engineer, Owner, FAA, and the A TCT
on a daily basis.
3. During the life of the Contract, the Contractor shall designate an authorized individual to be
on 24-hour call equipped with beeper and cellular phone to respond to any situation arising
out of his performance of work on this project, and shall respond and be at the project within
one hour after the phone call.
4. Prior to departure from project site each day, no open trench or depressions with dimensions
excluding those as described in Section 01030 shall exist within the active runway and
taxiways safety zones. The Contractor shall return all equipment and vehicles to the
designated staging area at the end of each workday.
5. The Contractor will not be permitted to stockpile material within the runway and taxiway
safety zones, or any other location hazardous to the aircraft operation.
6. No overnight stockpiling of material will be allowed in the active Airport Operation Area
(AOA) outside the designated staging area.
7. The Contractor shall employ a skilled person for locating existing airfield wiring. Before
beginning any excavation the Contractor shall locate and mark all utilities affected by his
operations. The Contractor shall maintain an ample supply of parts to repair damaged wire.
1.06 CONTRACTOR USE OF PREMISES
A. Use of the Site: Confine operations at the site to the areas permitted under the Contract.
Portions ofthe site beyond areas on which work is indicated are not to be disturbed. Conform to site
rules and regulations affecting the work while engaged in project construction.
.B. Open Passage: Keep existing drives, entrances, and air operations areas designated to remain
open, clear and available to the Owner, his employees and the public at all times. Do not use these
areas for parking or storage of materials.
C. Storage: Do not unreasonably encumber the site with materials or equipment. Confine
stockpiling of materials and location of storage sheds to the areas indicated. If additional storage is
01010-2
Addendum No.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
I
I
I
I
I
I
I
I
I
I
I
I
I
necessary, obtain Engineer's approval.
D. Vehicle/Equipment Security: Lock automotive type vehicles, such as passenger cars and
trucks, and other mechanized or motorized construction equipment, when parked and
unattended, so as to prevent unauthorized use. Do not leave such vehicles or equipment
unattended witl1 the motor running or the ignition key in place.
,
1.07 WORK RESTRICTIONS
A. NA V AID Areas: During the time of construction~ the Contractor may be restricted from
working in or around certain essential electronic navigational aids necessary to the safe
operation of the airport. The Contractor is hereby notified that the Engineer may restrict
construction operations in those areas closest to the active runway and taxiways. I
. B. Radio Communication: Contractor shall maintain two-way radio communication with the
Airport air operations personnel, on their frequency, at all times during construction.
Contractor shall have a working radio on site at all times during construction and shall assign
responsible personnel, including flagmen, to continuously monitor the radio. All radios shall
be as specified in Section 01510.
C. Turf Restoration: All non-paved areas that are disturbed by the Contractor's work, staging
area, haul roads, etc. shall be reseeded and restored to original condition by the Contractor.
Except where otherwise specified, there will be no separate pay item for this work; it will be
considered incidental to and included in the price bid for Section 01000, Mobilization.
D. Security: Contractor shall provide security within his construction area and shall keep all
unauthorized personnel out.
E. Haul Route on Airfield Pavement: Contractor will not be allowed to use any of the existing
runways, taxiways, or aprons as part of the haul road unless authorized in writing by the
Engineer.
F. Access Points: All construction traffic shall enter and exit the project area only through the
project access point(s) shown on the plans or approved by the Engineer. Contractor will be
responsible for security of entrance gates under use by himlher.
y. Construction Stake-Out: The Contractor shall perform construction stake-out in accordance
with Article 50-06 of the General Provisions.
H. Haul Route: The Contractor shall be responsible for establishing haul routes suitable for
supporting all necessary transportation and construction equipment for the duration of the
project. Any existing roads or other areas that are used as part of the haul route shall be
restored to their original condition after completion of the project. The Contractor will be
01010-3
Addendum No.2
responsible for all clean up operations of debris that may be on the haul route and for
watering and/or other dust preventive measures to preclude fugitive dust from affecting
buildings, occupants, or airfield operations. No separate payment will be made for seeding
or mulching, or pavement restoration; such costs will be incidental to and included in the
price bid for Section 01000, Mobilization.
I. Airfield Safety Devices: Contractor shall maintain all airfield safety devices such as staked
limit lines for the duration of the project as required. Damaged stakes or flagging shall be
replaced immediately.
J. Vehicular Markings and Lighting: All vehicles and equipment used on the airfield shall meet
airport requirements for marking and lighting.
K. Contacts During Non-Working Hours: For the duration of the project, the Contractor shall
designate a list of authorized individuals in a prioritized order, to be on 24 hour call, and
these individuals shall be equipped with a beeper and cellular phone. These individuals shall
be able to respond to any situation arising out ofthe performance ofthe work on this project,
particularly during nighttime hours, and shall respond and be on the project site within one
hour after the phone call or beep.
L. Airfield Pavement Cleanup: The Contractor shall promptly clean any and all debris arising
from the project work that are left on operational airfield pavement. Any debris attributable
to the Contractor found to be a hazard to aircraft, may be removed by the Owner. A fee of
$250/hour will be assessed to the Contractor for all such cleaning and will be deducted on the
next Contractor pay request.
1.08 COORDINATION: The work ofthis Contract includes coordination by the Contractor of
the entire work ofthe project, including preparation of general coordination drawings, diagrams and
schedules, and control of site utilization, from beginning of construction activity through project
close-out and warranty periods.
END OF SECTION 01010
01010-4
Addendum No.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
I
I
I
I
I
I
I
I
I
I
I
I
I
PART I
SECTION 01030
AIRPORT PROJECT PROCEDURES
-~~~ (Construction Safety Plan)
GENERAL
1.01
1.02
INTRODUCTION:
A. This project will include Contractor operations within active Air Operations
Areas (AOA). The Airport will conduct normal aircraft operations during the
course ofthis project, subject to certain restrictions called out in this section
or elsewhere in the specifications. Therefore, to provide for the security and
safety of Airport users and the Contractor's forces, as well as to minimize
interruptions to aircraft operations, the Contractor shall limit his work within
the areas designated and conduct his operations as specified.
B. Any fines or assessments levied against the Sponsor (Owner) as a result of
intrusions in the AOA or other violations by the Contractor's personnel or
those of his subcontractors will be passed on to the Contractor. In addition,
the Contractor will be subject to a fine of$1 ,000'.00 per incident, assessed by
the Sponsor (Owner).
AIR OPERATION AREA (AOA) SAFETY REQUIREMENTS:
A. Aircraft Operational Areas: Existing aprons, taxiways and runways outside
the limits of construction shall remain completely operational and
unencumbered by the Contractor's equipment and personnel.
B. The contractor shall have at all times when on the jobsite a working cellular
telephone for communication with the Airport Operations Department,
Airport Police Department, and the FAA A~r Traffic Control Tower.
C. Airfield Pavement Closures: Closures of any portions of the airfield
pavement will be made only by the Owner. The Owner shall contact the
appropriate FAA Flight Service Station prior to issuing the Notice-to-Proceed
so that a Notice-to-Airmen (NOT AM) for any closure can be issued in
accordance with established criteria.
01030-1
1.03
CONSTRUCTION SAFETY REQUIREMENTS:
A.
General:
1. Safety Officer: The Contractor is required to employ a Safety Officer
who will be the liaison between the Contractor, the Engineer and the
Owner in all safety related matters for the duration of the project.
The Safety Officer shall be on call 24 hours per day for emergency
maintenance of airport hazard lighting, barricades, and other safety
features.
2. Protection of Utilities: The Contractor shall be responsible for field
marking and protecting all utilities within the construction limits.
3. Storage of Equipment. Vehicles. and Materials: All equipment,
vehicles, and materials must be stored in the designated storage or
staging area or in areas acceptable to the Engineer.
4. Vehicular Markings: Contractor vehicles and equipment shall be
marked with checkered flags and lighted with flashing beacons to
comply with requirements of FAA AC 150/52l0-5B.
5. Construction Methods Limitation:
a. No open flames or burning will be allowed on Airport
property.
b. Stockpiled material shall be constrained in a manner to
prevent displacement by jet blast, prop blast, or wind.
6. Safety and Accident Protection:
a. The Contractor shall comply with all applicable federal, state,
and local laws, ordinances, and regulations governing safety,
health, and sanitation; shall provide barricades; and shall take
any other needed actions, on his own responsibility, that are
reasonably necessary to protect the life and health of
employees on the job, the safety of airport users, and the
safety of moving and parked aircraft, and other property
during the performance of the work.
b. The Safety Officer's duties shall include accident prevention.
01030-2
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
I
I
I
I
I
I
I
I
I
I
I
I
I
7. Navigational Aids: Airport navigational aid critical areas are shown
on the drawings. The Contractor shall not enter these areas without
the Engineer's approval.
8. FAA Advisory Circular: Except as otherwise specified, FAA AC
l50/5370-2E and all its references shall be 'used in maintaining
airport operational safety during construction. A copy of this circular
is reproduced and attached herein.
B.
Runway and Taxiway Safety Zones:
1. Limitations: When necessary to accomplish construction in areas
adj acent to runways and taxiways and aprons, the construction
equipment, vehicles, and men are authorized to operate without
interruption within the project limits, except within the following
areas and as specified otherwise:
Distance from runway centerline
- within 200 feet.
Distance from runway end
- within 200 feet.
Distance from active taxiway centerline
- within 100 feet.
Runway approach areas
- within 20: 1 slope
2. Request for Facility Closures; Construction activities on taxiways or
within the above restricted areas shall only be performed at times
/ when the taxiways are closed to aircraft. Closure of a runway or
taxiway or any portion thereof must be requested in writing by the
Contractor through the Engineer. This request must indicate the areas
needed and a schedule of operations and time(s) required for
operations within the area. The Owner reserves the right, however, to
shift any approved closure periods to alleviate aircraft congestion or
when inclement weather conditions dictate.
3. Equipment Operation Restrictions: Contractor may be permitted to
operate trenching machines and other equipment in the Runway and
Taxiway Safety Zones provided all of the following conditions are
satisfied:
01030-3
a. The equipment operator and/or crew foreman monitors the
Airport's Unicom frequency continuously, using a two way
radio transceiver.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
b. All equipment shall be cleared from the Runway or Taxiway
Safety Zones during aircraft operations (ie. landings, take-
offs, and taxiing).
c. All equipment within the Runway and Taxiway Safety Zones
is manned and being used. No unnecessary or parked
equipment will be allowed within the Runway and Taxiway
Safety Zones.
d. All excavated trenches and holes shall be backfilled before
workmen pull back from the safety area.
4. Stockpiles: Stockpiled materials shall not be permitted within the
runway or taxiway safety zones.
5. Grading Requirements: All construction within a restricted area shall
be performed in such a manner that, at the end of the closure period, it
will leave the safety area with no abrupt grade changes and with no
trenches with depth or width greater than 3".
C.
Obstructions to Navigation:
1. Violation of Safety Zone Surfaces: Penetration of equipment,
vehicles, materials, or men into the safety zones and approach
surfaces requires the preparation and distribution of Notices of
Airmen (NOT AM) in advance to the actual penetration.
2. Scheduling: When part of the work in this project is in violation of
FAR Part 77, the clearance distance requirements from runway and
taxiway edges shall be incorporated into the construction sequence
schedule. At no time shall the construction limits of the area under
construction violate the safety zones without prior notification to and
approval by the Engineer.
3. Coordination and Communication: Work within and adjacent to
active AOAs shall be coordinated with the Engineer prior to
commencement of the activity. Work crews in these areas shall be
accompanied by the construction superintendent and the resident
01030-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
inspector, both of which shall constantly monitor the Unicom radio
frequency at all times during construction activities.
1.04 SAFETY PLANNING:m~-_..
The Coptractor shall integrate and maintain requirements of airport operational safety
into each of his planning and work schedules. The Contractor's Safety Officer shall
continuously monitor all planning schedules and work underway for compliance to
AC l50/5370-2E; he shall maintain vigilance to detect areas needing attention due to
oversight or altered construction activities. Airport operational safety during
construction will be on the agenda at the preconstruction conference and each
coordination and progress meeting.
PART 2
PRODUCTS (Not Required)
PART 3
EXECUTION
3.01
LIMITATION OF CLOSURES:
Airfield pavement closures (if absolutely necessary) will be made only by the Owner.
The Contractor shall request the closure through the Engineer from the Owner.
3.02 BARRICADE INSTALLATION:
If any portion ofthe airfield pavement is necessary to be closed, the Contractor shall
supply low profile barricades with amber flashers that are acceptable to the Engineer.
The cost of providing and maintaining barricades shall be included under item 01530.
The Contractor. shall securely anchor all barricades to the satisfaction of the
Engineer.
3.03 MEASUREMENT AND PAYMENT
Except as otherwise specified in Section 01530, no measurement or payment will be
made for this item of work and it will be considered as incidental cost to
Mobilization, Section 01000.
END OF SECTION 01030
01030-5
I
I
o
u.s. Department
of Transportation
Federal Aviation
Administration
I
I
I
Advisory
Circula'r
I
Subject: OPERATIONAL SAFETY ON AIRPORTS
DURING CONSTRUCTION
I
1. THE PURPOSE OF THIS ADVISORY
CIRCULAR (AC).
I
Aviation safety is the primary consideration at airports,
especially during construction This AC sets forth
guidelines for operational safety on airports during
construction It contains major changes to the following
areas. "Runway Safety Area," paragraph 3-2; "Taxiway
Safety Areas/Object-Free Areas," paragraph 3-3;
"Overview," paragraph 3-4, "Marking Guidelines for
Temporary Threshold," paragraph 3-5; and "Hazard
Marking and Lighting," paragraph 3-9.
I
I
2. WHAT THIS AC CANCELS.
I
This AC cancels AC 150/5370-2D, Operational Safety
on Airports During Construction, dated May 31, 2002.
I
3. READING MATERIAL RELATED TO THIS
AC.
I
Appendix I contains a list of reading materials on
airport construction, design, and potential safety
hazards during construction, as well as instructions for
ordering these documents Many of them, including
this AC, are available on the Federal Aviation
Administration (FAA) Web site.
I
I
I
Cl/tA 0-J!9
I
DA VlD L BENNETT
Director, Office of Airport Safety and Standards
I
I
Date: 1/17/03
Initiated by: AAS-300
AC No: 150/5370-2E
Change:
4. WHO THIS AC AFFECTS.
This AC assists airport operators in complying with 14
Code of Federal Regulations (CFR), part 139,
Certification and Operation' Land Airports Serving
Certain Air Carriers, and with the requirements of
airport construction projects receiving funds under the
Airport Improvement Program or from the Passenger
Facility Charge Program. While the FAA does not
require noncertificated airports without grant
agreements to adhere to these guidelines, we
recommend that they do so as it will help these airports
maintain a desirable level of operational safety during
construction.
5. ADDITIONAL BACKGROUND
INFORMATION.
Appendix 2 contains definitions oftenns used in this
AC. Appendix 3 provides airport operators with
boilerplate fonnat and language for developing a safety
plan for an airport construction project. Appendix 4 is
a sample Notice to Ainnen fonn
6. HAZARD LIGHTING IMPLEMENTATION
TIME LINE.
Supplemental hazard lighting must be red in color by
October 1, 2004. See paragraph 3-9 for more
infonnation.
I
1/17/03
AC 150/5370-2E
CONTENTS
I
ParaQraph
PaQe
I
I
CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES ................................................. 1
1-1. Overview. .................................. ........ ....... ................................................................................................................ 1
1-2. Who Is Responsible for Safety During Construction. ...............................................................................................1
I
CHAPTER 2. SAFETY PLANS.... ............ ..................................................................... ..... .................... ......... ......... 3
Section 1. Basic Safety Plan Considerations.......................................................................................................3
2-1. Overview. .... ............................................................................................................................................................. 3
2-2. Safety Plan Checklist. ............. ......... .............. ............... ...... ........... ... ....... ............... ............ .... ............ ............... .......3
Section 2. Safety and Security Measures ......................... .................................................................................... 4
2-3. Overview. ............................................................................................................................................. ....................4
2-4. Vehicle Operation and Marking and Pedestrian Control. .........................................................................................4
2-5. Construction Employee Parking Areas. .................. ........... ... ................................ ........................... ..................... ....5
2-6. Construction Vehicle Equipment Parking. ...............................................................................................................5
2-7. Radio Communication Training. ..............................................................................................................................5
2-8 . Fencing and Gates. ...................................... ................................................ ............................................................. 5
Section 3. Notification of Construction Activities....... ........... ......... .................. ........ ......... ......... ............... .......... 5
2-9. General. .................................................................................................................................................... ................ 5
2-10. Assuring Prompt Notifications. .................................... ............................... ........................................................ .....6
2-11. Notices to Ainnen (NOT AMs). ................................................................................................................................ 6
2-12. Aircraft Rescue and Fire Fighting (ARFF) Notification...........................................................................................6
2-13. Notification to the FAA. ...........................................................................................................................................6
2-14. Work Scheduling and Accomplishment. ..................................................................................................................6
I
I
I
I
I
I
I
CHAPTER 3. SAFETY STANDARDS AND GUIDELINES ...................................................................................... 7
Section 1. Runway and Taxiway Safety Areas, Obstacle-Free Zones, and Object-Free Areas ...................... 7
3-1. Overview. ...................................... ........ .................. .............. ... ............... ................. ...... ..................... .....................7
3-2. Runway Safety Area (RSA)/Obstacle-Free Zone (OFZ). ......................................................................................... 7
3-3. Taxiway Safety Areas/Object-Free Areas. ............................................................................................................... 7
Section 2. Temporary Runway Thresholds .......................................................................................................... 8
3-4. Overview. ................................................................................................................................................ ................. 8
3-5. Marking Guidelines for Temporary Threshold......................................................................................................... 8
3-6. Lighting Guidelines for Temporary Threshold.........................................................................................::............... 9
Section 3. Other Construction Marking and Lighting Activities ......................................................................10
3-7 . Overview. .. .......... ................. ............... ....... ..................... ............ .............. ................ .................. ........................... 10
3-8. Closed Runway and Taxiway Marking and Lighting. ............................................................................................10
3-9. Hazard Marking and Lighting ................................................................................................................................1 0
3-10. Construction Near Navigational Aids (NA V AIDs). ...............................................................................................11
3-11. Construction Site Access and Haul Roads..............................................................................................................11
3-12. Construction Material Stockpiling..........................................................................................................................11
3-13. Other Limitations on Construction. ........................................................................................................................11
3-14. Foreign Object Debris (FOD) Management. .............................:............................................................................12
Section 4. Safety Hazards and Impacts ..............................................................................................................12
3-15. Overview. .... ............... ...... ....... ............ ...................... .............................. ...................... ......... .......... ...................... 12
I
I
I
I
I
I
I
iii
AC 150/5370-2E
1/17103
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Appendices
APPENDIX 1 RELATED READING MATERIAL............. ...................................... ................................................ A-1
APPENDIX 2 DEFINITIONS OF TERMS USED IN THE AC .................................................................................. A-2
APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE.............................................................. A-3
APPEND IX 4. SAMPLE NOT AM .... ......... ...................... ..... ........... ........................................... .................. ............ A-7
iv
I
1/17/03
I
AC 150/5370-2E
CHAPTER 1. GENERAL SAFETY REQUIREMENTS AND RESPONSIBILITIES
I
1-1. OVERVIEW.
I
Hazardous practices and marginal conditions created by
construction activities can decrease or jeopardize
operational safety on airports. To minimize disruption of
normal aircraft operations and to avoid situations that
compromise the airport's operational safety, the airport
operator must carefully plan, schedule, and coordinate
construction activities. While the guidance in this AC is
primarily used for construction operations, some of the
methods and procedures described may also enhance day-
to-day maintenance operations
I
I
1-2. WHO IS RESPONSIBLE FOR SAFETY
DURING CONSTRUCTION.
I
An airport operator has overall responsibilitY for
construction activities on an airport This includes the
predesign, design, preconstruction, construction, and
inspection phases. Additional infonnation on these
responsibilities can be found throughout this AC.
a. Airport operator's responsibilities-
(1) Develop internally or approve a
construction safety plan developed by an outside
consultant/contractor that complies with the safety
guidelines in Chapter 2, "Safety Plans," and Appendix 3,
"Airport Construction Safety Planning Guide," ofthis
AC.
I
I
I
I
(2) Require contractors to submit plans
indicating how they intend to comply with the safety
requirements of the project
(3) Convene a meeting with the construction
contractor, consultant, airport employees, and, if
appropriate, tenant sponsor to review and discuss project
safety before beginning construction activity
(4) Ensure contact infonnation is accurate for
each representative/point of contact identified in the
safety plan.
(5) Hold weekly or, if necessary, daily safety
meetings to coordinate activities.
(6) Notify users, especially aircraft rescue and
fire fighting (ARFF) personnel, of construction activity
and conditions that may adversely affect the operational
safety of the airport via Notices to Ainnen (NOT AMs) or
other methods, as appropriate. Convene a meeting for
review and discussion if necessary
(7) Ensure that construction personnel know
of any applicable airport procedures and of changes to
those procedures that may affect their work.
I
I
I
I
I
I
I
I
(8) Ensure that construction contractors and
subcontractors undergo training required by the safety
plan.
(9) Develop and/or coordinate a construction
vehicle plan with airport tenants, the.airport traffic control
tower (A TCT), and construction contractors. Include the
vehicle plan in the safety plan See Chapter 2, section 2,
of this AC for additional infonnation.
(10) Ensure tenants and contractors comply
with standards and procedures for vehicle lighting,
marking, access, operation, and communication.
(11) At certificated airports, ensure that each
tenant's construction safety plan is consistent with 14
CFR part 139, Certification and Operations: Land
Airports Serving Certain Air Carriers
(12) Conduct frequent inspections to ensure
construction contractors and tenants comply with the
safety plan and that altered construction activities do not
create potential safety hazards.
(13) Resolve safety deficiencies immediately.
(14) Ensure construction access complies with
the security requirements of 49 CFR part 1542, Airport
Security .
(15). Notify appropriate parties when
conditions exist that invoke provisions of the safety plan
(e.g , implementation of low-visibility operations)
b. Construction contractor's responsibilities-
(1) Submit plans to the airport operator on
how to comply with the safety requirements of the
project
(2) Have available a copy of the project safety
plan.
(3) Comply with the safety plan associated
with the construction project and ensure that construction
personnel are familiar with safety procedures and
regulations on the airport.
(4) Provide a point of contact who will
coordinate an immediate response to correct any
construction-related activity that may adversely affect the
operational safety of the airport.
(5) Provide a safety officer/construction
inspector familiar with airport safety to monitor
construction activities.
(6) Restrict movement of construction
vehicles to construction areas by flagging and barricading,
erecting temporary fencing, or providing escorts, as
appropriate.
1
AC 150/5370-2E
(7) Ensure that no construction employees,
employees of subcontractors or suppliers, or other persons
enter any part of the air operations areas (AOAs) from the
construction site unless authorized.
c. Tenant's responsibilities if planning
construction activities on leased property-
(1) Develop a safety plan, and submit it to the
airport operator for approval prior to issuance of a Notice
to Proceed.
(2) Provide a point of contact who will
coordinate an immediate response to correct any
2
1/17/03
I
construction-related activity that may adversely affect the
operational safety of the airport.
(3) Ensure that no tenant or construction
employees, employees of subcontractors or suppliers, or
any other persons enter any part of the AOA from the
construction site unless authorized.
(4) Restrict movement of construction
vehicles to construction areas by flagging and barricading
or erecting temporary fencing.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1/17/03
I
AC 150/5370-2E
CHAPTER 2. SAFETY PLANS
I
2-1.
OVERVIEW.
Section 1. Basic Safety Plan Considerations
2-2.
SAFETY PLAN CHECKLIST.
I
Airport operators should coordinate safety issues with the
air carriers, FAA Airway Facilities, and other airport
tenants before the design phase of the project. The airport
operator should identifY project safety concerns,
requirements, and impacts before making arrangements
with contractors and other personnel to perform work on
an airport These safety concerns will serve as the
foundation for the construction safety plan and help
maintain a high level of aviation safety during the project.
The airport operator should determine the level of
complexity of the safety plan that is necessary for each
construction project and its phases. The safety plan may
be detailed in the specifications included in the invitation
for bids, or the invitation for bid may specifY that the
contractor develop the safety plan and the airport operator
approve it. In the latter case, the invitation for bid should
contain sufficient information to allow the contractor to
develop and determine the costs associated with the safety
plan In either case, safety plan costs should be
incorporated into the total cost of the project. The airport
operator has final approval authority and responsibility
for all safety plans.
Coordination will vary from formal predesign conferences
to infornlal contacts throughout the duration of the
construction project
Details of a specified safety plan, or requirements for a
contractor-developed safety plan, should be discussed at
the predesign and preconstruction conferences and should
include the following, as appropriate
I
I
I
I
I
I
I
I
I
a. Actions necessary before starting construction,
including defining and assigning responsibilities
I
b. Basic responsibilities and procedures for
disseminating instmctions about airport procedures to the
contractor's personnel.
I
c. Means of separating constmction areas from
aeronautical-use areas.
d. Navigational aid (NA V AID) requirements and
weather.
I
e. Marking and lighting plan illustrations.
I
f. Methods of coordinating significant changes in
airport operations with all the appropriate parties.
I
I
To the extent applicable, the safety plan should address
the following.
a. Scope of work to be performed, including
proposed duration of work.
b. Runway and taxiway marking and lighting.
c. Procedures for protecting all mnway and taxiway
safety areas, obstacle-free zones (OFZs), object-free areas
(OFAs), and threshold citing criteria outlined in AC
150/5300-13, Airport Design, and as described in this AC.
This includes limitations on equipment height and
stockpiled material.
d. Areas and operations affected by the
constmction activity, including possible safety problems.
e. NA V AIDs that could be affected, especially
critical area boundaries
f. Methods of separating vehicle and pedestrian
construction traffic from the airport movement areas
This may include fencing off construction areas to keep
equipment operators in restricted areas in which they are
authorized to operate Fencing, or some other form of
restrictive barrier, is an operational necessity in some
cases.
g. Procedures and equipment, such as barricades
(identifY type), to delineate closed construction areas from
the airport operational areas, as necessary.
h. Limitations on construction.
i. Required compliance of contractor personnel
with all airport safety and security measures
j. Location of stockpiled construction materials,
constmction site parking, and access and haul roads.
k. Radio communications.
I. Vehicle identification.
m. Trenches and excavations and cover
requirements.
3
AC 150/5370-2E
n. Procedures for notifying ARFF personnel if
water lines or fire hydrants must be deactivated or if
emergency access routes must be rerouted or blocked.
o. Emergency notification procedures for medical
and police response.
p. Use of temporary visual aids.
q. Wildlife management.
r. Foreign object debris (FOD) control provisions.
s. Hazardous materials (HAZMA T) management.
t. NOTAM issuan'ce.
u. Inspection requirements.
v. Procedures for locating and protecting existing
underground utilities, cables, wires, pipelines, and other
underground facilities in excavation areas.
I
1/17/03
w. Procedures for contacting responsible
representatives/points of contact for all involved parties.
This should include off-duty contact information so an
immediate response may be coordinated to correct any
construction-related activity that could adversely affect
the operational safety of the airport Particular care
should be taken to ensure that appropriate Airways
Facilities persotmel are identified in the event that an
unanticipated utility outage or cable cut occurs that
impacts FAA NA V AIDs.
I
I
I
x. Vehicle operator training.
I
y. Penalty provisions for noncompliance with
airport rules and regulations and the safety plan (e.g , if a
vehicle is involved in a runway incursion).
I
z. Any special conditions that affect the operation
of the airport and will require a portion of the safety plan
to be activated (e.g., low-visibility operations, snow
removal).
I
I
2-3.
OVERVIEW.
Section 2. Safety and Security Measures
I
Airport operators are responsible for closely monitoring
tenant and construction contractor activity during the
construction project to ensure continual compliance with
all safety and security requirements. Airports subject to
49 CFR part 1542, Airport Security, must meet standards
for access control, movement of ground vehicles, and
identification of construction contractor and tenant
personnel. In addition, airport operators should use safety
program standards, as described in Chapter 3 of this AC,
to develop specific safety measures to which tenants and
construction contractors must adhere throughout the
duration of construction activities
General safety provisions are contained in AC
150/5370-10, Standards for Specifying Constmction of
Airports, paragraphs 40-05, "Maintenance of Traffic";
70-08, "Barricades, Warning Signs, and Hazard
Markings"; and 80-04, "Limitation of Operations" At any
time during construction, aircraft operations, weather,
security, or local airport rules may dictate more stringent
safety measures The airport operator should ensure that
both general and specific safety requirements are
coordinated with airport tenants and A TCT personnel.
The airport operator should also include these parties in
the coordination of all bid documents, construction plans,
and specifications for on-airport construction projects
4
2-4. VEHICLE OPERATION AND MARKING
AND PEDESTRIAN CONTROL.
Vehicle and pedestrian access routes for airport
construction projects must be controlled to prevent
inadvertent or unauthorized entry of persons, vehicles, or
animals onto the AOA. This includes aircraft movement
and nonmovement areas. The airport operator should
develop and coordinate a construction vehicle plan with
airport tenants, contractors, and the A TCT. The safety
plan or invitation for bid should include specific vehicle
and pedestrian requirements.
I
I
I
The vehicle plan should contain the following items:
a. Airport operator's rules and regulations for
vehicle marking, lighting, and operation
b. Requirements for marking and identifying
vehicles in accordance with AC 150/5210-5, Painting,
Marking, and Lighting of Vehicles Used 011 an Airport
c. Description of proper vehicle operations on
movement and nonmovement areas under normal, lost
communications, and emergency conditions
d. Penalties for noncompliance with driving rules
and regulations.
e. Training requirements for vehicle drivers to
ensure compliance with the airport operator's vehicle
rules and regulations.
f. Provisions for radio communication training for
construction contractor personnel engaged in construction
activities around aircraft movement areas. Some drivers,
I
I
I
I
I
I
I
I
1/17/03
I
such as construction drivers under escort, may not require
this training.
g. Escort procedures for construction vehicles
requiring access to aircraft movement areas. A vehicle in
the movement area must have a working aviation-band,
two-way radio unless it is under escort. Vehicles can be
in closed areas without a: radio if the closed area is
properly marked and lighted to prevent incursions and a
NOT AM regarding the closure is issued
h. Monitoring procedures to ensure that vehicle
drivers are in compliance with the construction vehicle
plan.
i. Procedures for, if appropriate, personnel to '
control access through gates and fencing or across aircraft
movement areas
I
I
I
I
I
2-5. CONSTRUCTION EMPLOYEE PARKING
AREAS.
I
Designate in advance vehicle parking areas for contractor
employees to prevent any unauthorized entry of persons
or vehicles onto the airport movement area. These areas
should provide reasonable contractor employee access to
the job site.
I
2-6. CONSTRUCTION VEHICLE EQUIPMENT
PARKING.
I
Construction employees must park and service all
construction vehicles in an area designated by the airport
operator outside the runway safety areas and OFZs and
never on a closed taxiway or runway. Employees should
also park construction vehicles outside the OF A when not
in use by construction personnel (e.g., overnight, on
weekends, or during other periods when construction is
not active). Parking areas must not obstruct the clear line
of sight by the A TCT to any taxiways or runways under
air traffic control nor obstruct any runway visual aids,
signs, or navigational aids. The FAA must also study
those areas to determine effects on 14 CFR part 77,
Objects Affecting Navigable Airspace, surfaces (see
paragraph 2- I3 for further information).
I
I
I
I
2-7. RADIO COMMUNICATION TRAINING.
I
The airport operator must ensure that tenant and
construction contractor personnel engaged in activities
involving unescorted operation on aircraft movement
AC 150/5370-2E
areas observe the proper procedures for communications,
including using appropriate radio frequencies at airports
with and without A TCTs. Training of contractors on
proper communication procedures is essential for
maintaining airport operational safety. When operating
vehicles on or near open runways or taxiways,
construction personnel must understand the critical
importance of maintaining radio contact with airport
operations, A TCT, or the Common Traffic Advisory
Frequency, which may include UNICOM, MUL TlCOM,
or one of the FAA Flight Service Stations (FSS), as
directed by airport management.
Vehicular traffic crossing active movement areas must be
controlled either by two-way radio with the A TCT, escort,
flagman, signal light, or other means appropriate for the
particular airport Vehicle drivers m~st confirm .by .
personal observation that no aircraft IS approachmg theIr
position when given clearance to cross a runway. In
addition, it is the responsibility of the escort vehicle driver
to verify the movement/position of all escorted vehicles at
any given time.
Even though'radio communication is maintained, escort
vehicle drivers must also familiarize themselves with
ATCT light gun signals in the event of radio failure (see
the FAA safety placard "Ground Vehicle Guide to Airport
Signs and Markings"). This safety placard may be
ordered through the Runway Safety Program Web site at
http://www.faarsp.org or obtained from the Regional
Airports Division Office.
2-8. FENCING AND GATES.
Airport operators and contractors must take care to
maintain a high level of safety and security during
construction when access points are created in the security
fencing to permit the passage of construction vehicles or
personnel. Temporary gates should be equipped so they
can be securely closed and locked to prevent access by
animals and people (especially minors). Procedures
should be in place to ensure that only authorized persons
and vehicles have access to the AOA and to prohibit
"piggybacking" behind another person or vehicle. The
Department of Transportation (DOT) document
DOT/FAA/AR-OO/52, Recommended Security Guidelines
for Airport Planning and Constnlction, provides more
specific information on fencing. A copy of this doc~ment
can be obtained from the Airport Consultants Councd,
Airports Council International, or American Association
of Airport Executives.
I
GENERAL.
Section 3. Notification of Construction Activities
2-9.
I
In order to maintain the desired levels of operational
safety on airports during construction activities, the safety
I
I
plan should contain the notification actions described
below
5
AC 150/5370-2E
2-10. ENSURING PRO'MPT NO'TlFICATlO'NS.
The airport operator should establish and follow
procedures for the immediate notification of airport users
and the F AA:of any conditions adversely affecting the
operational safety of an airport
2-11. NO'TlCES TO' AIRMEN (NO'TAMS).
The airport operator must provide infonnation on closed
or hazardous conditions on airport movement areas to the
FSS so it can issue a NOT AM. The airport operator must
coordinate the issuance, maintenance, and cancellation of
NOT AMs about airport conditions resulting from
construction activities with tenants and the local air traffic
facility (control tower, approach control, or air traffic
control center Refer to AC 150/5200-28, Notices to
Airmen (NOTAMs)for Airport Operators, and Appendix
4 in this AC for a sample NOTAM fonn. Only the FAA
may issue or cancel NOT AMs on shutdown or irregular
operation of FAA-owned facilities Only the airport
operator or an authorized representative may issue or
cancel NOT AMs on airport conditions. (The airport
owner/operator is the only entity that can close or open a
runway.) The airport operator must file and maintain this
list of authorized representatives with the FSS. Any
person having reason to believe that a NOT AM is
missing, incomplete, or inaccurate must notify the airport
operator.
2-12. AIRCRAFT RESCUE AND FIRE
FIGHTING (ARFF) NO'TlFICA TlO'N.
The safety plan must provide procedures for notifying
ARFF personnel, mutual aid providers, and other
emergency services if construction requires shutting off or
otherwise disrupting any water line or fire hydrant on the
airport or adjoining areas and if contractors work with
hazardous material on the airfield. Notification
procedures must also be developed for notifying ARFF
and all other emergency personnel when the work
perfonned will close or affect any emergency routes.
Likewise, the procedures must address appropriate
notifications when services are restored.
2-13. NO'TlFICATIO'N TO' THE FAA.
For certain airport projects, 14 CFR part 77 requires
notification to the FAA. In addition to applications made
for Federally funded construction, 14 CFR part 157,
Notice of Construction, Alteration, Activation, and
6
1/17/03
I
Deactivation of Airports, requires that the airport operator
notify the FAA in writing whenever a non-Federally
funded project involves the construction of a new airport;
the construction, realigning, altering, activating, or
abandoning of a runway, landing strip, or associated
taxiway; or the deactivation or abandoning of an entire
airport. Notification involves submitting FAA Fonn
7480-1, Notice of Landing Area Proposal, to the nearest
FAA Regional Airports Division Office or Airports
District Office.
Also, any person proposing any kind of construction or
alteration of objects that affect navigable airspace, as
defined in 14 CFR part 77 must notify the FAA. This
includes construction equipment and proposed parking
areas for this equipment (i.e., cranes, graders, etc.). FAA
Fonn 7460-1, Notice of Proposed Construction or
Alteration, can be used for this purpose and submitted to
the FAA Regional Airports Division Office or Airports
District Office (See AC 70/7460-2, Proposed
Construction or Alteration of Objects that May Affect the
Navigable Airspace.)
If construction operations require a shutdown of an airport
owned NA V AID from service for more than 24 hours or
in excess of 4 hours daily on consecutive days, we
recommend a 45-day minimum notice prior to facility
shutdown. Coordinate work for a FAA owned NA V AID
shutdown with the local FAA Airways Facilities Office.
In addition, procedures that address unanticipated utility
outages and cable cuts that could impact FAA NA V AIDs
must be addressed.
I
I
I
I
I
I
I
I
I
2-14. WO'RK SCHEDULING AND
ACCOMPLISHMENT.
I
Airport operators-or tenants having construction on their
leased properties-should use predesign, prebid, and
preconstruction conferences to introduce the subject of
airport operational safety during construction (see AC
150/5300-9, Predesign, Prebid. and Preconstruction
Conferences for Airport Grant Projects). The airport
operator, tenants, and construction contractors should
integrate operational safety requirements into their
planning and work schedules as early as practical
Operational safety should be a standing agenda item for
discussion during progress meetings throughout the
project. The contractor and airport operator should carry
out onsite inspections throughout the project and
immediately remedy any deficiencies, whether caused by
negligence, oversight, or project scop~ change.
I
I
I
I
I
I
I
I
I
1/17/03
I
AC 150/5370-2E
CHAPTER 3. SAFETY 5T ANDARD5 AND GUIDELINES
I
3-1. OVERVIEW.
Section 1. Runway and Taxiway Safety Areas, Obstacle-Free Zones, and Object-Free Areas
I
Airport operators must use these safety guidelines when
preparing plans and specifications for construction
activities in areas that may interfere with aircraft
operations. The safety plan should recognize and address
these standards for each airport construction project.
However, the safety plan must reflect the specific needs
of a particular project, and for this reason, these safety
guidelines should not be incorporated verbatim into
project specifications. For additional guidance on
meeting safety and security requirements, refer to the
planning guide template included in Appendix 3 of this
AC.
I
I
I
3-2. RUNWAY SAFETY AREA (RSA)/
OBSTACLE-FREE ZONE (OFZ).
I
A runway safety area is the defined surface surrounding
the runway prepared or suitable for reducing the risk of
damage to airplanes in the event of an undershoot,
overshoot, or excursion from the runway (see AC
150/5300-13, Airport Design). Construction activities
within the standard RSA are subject to the following
conditions:
I
I
a. Runway edges.
(1) No construction may occur closer than
200 feet (60m) from the runway centerline unless the
runway is closed or restricted to aircraft operations,
requiring an RSA that is equal to the RSA width available
during construction, or 400 feet, whichever is less (see
AC 150/5300-13, Tables 3-1 through 3-3)
(2) Personnel, material, and/or equipment
must not penetrate the OFZ, as defined in AC 150/5300-
13
I
I.
I
(3) The airport operator must coordinate the
construction activity in the RSA as permitted above with
the A TCT and the FAA Regional Airports Division
Office or appropriate Airports District Office and issue a
local NOT AM.
I,
I
b. Runway ends.
(1) An RSA must be maintained of such
dimensions that it extends beyond the end of the runway a
distance equal to that which existed before construction
activity, unless the runway is closed or restricted to
aircraft operations for which the reduced RSA is adequate
(see AC 150/5300-13) The temporary use of declared
distances and/or partial runway closures may help provide
the necessary RSA
I
I
I
I
In addition, all personnel, materials, and/or equipment
must remain clear of the applicable threshold siting
surfaces, as defined in Appendix 2, "Threshold Siting
Requirements," of AC 150/5300-13.1 Consult with the
appropriate FAA Regional Airports Division Office or
Airports District Office to determine the appropriate
approach surface required.
(2) Personnel, material, and/or equipment
must not penetrate the OFZ, as defined in AC 150/5300-
13.
(3) The safety plan must provide procedures
for ensuring adequate distance for blast protection, if
required by operational considerations.
(4) The airport operator must coordinate
construction activity in this portion of the RSA with the
A TCT and the FAA Regional Airports Division Office or
appropriate Airports District Office and issue a local
NOTAM.
c. Excavations.
(1) Construction contractors must
prominently mark open trenches and excavations at the
construction site with red or orange flags, as approved by
the airport operator, and light them with red lights during
hours of restricted visibility or darkness
(2) Open trenches or excavations are not
permitted within 200 feet (60m) of the runway centerline
and at least the existing RSA distance from the runway
threshold while the runway is open. If the runway must
be opened before excavations are backfilled, cover the
excavations appropriately. Coverings for open trenches
or excavations must be of sufficient strength to support
the weight of the heaviest aircraft operating on the
runway.
3-3. TAXIWAY SAFETY AREAS/OBJECT-
FREE AREAS.
a. Unrestricted construction activity is permissible
adjacent to taxiways when the taxiway is restricted to
aircraft such that the available taxiway safety area is equal
IIf a full safety area cannot be obtained through declared
distances and partial closures, or other methods such as alternate
runway use, construction activity may operate in the RSA as
long as conditions cited in paragraph 3-1 b(2) thru (4) are met. In
addition, various surfaces outlined in AC 150/5300-13 and
Terminal Instrument Procedures (TERPS) must be protected
through an aeronautical study.
7
AC 150/5370-2E
to at least Yz of the widest wingspan of the aircraft
expected to use the taxiway and the available taxiway
object-free area is equal to at least 7 times the widest
wingspan plus 10 feet. (See AC 150/5300-13 for
guidance on taxiway safety and object-free areas)
Construction activity may be accomplished closer to a
taxiway, subject to the following restrictions'
(1) The activity is first coordinated with the
airport operator.
(2) Appropriate NOT AMs are issued.
(3) Marking and lighting meeting the
provisions of paragraph 3-9 are implemented.
(4) Adequate clearance is maintained between
equipment and materials and any part of an aircraft If
such clearance can only be maintained if an aircraft does
not have full use ofthe entire taxiway width (with its
1/17/03
I
main landing gear at the edge ofthe pavement), then it
will be necessary to move personnel and equipment for
each passing aircraft. In these situations, flag persons will
be used to direct construction equipment, and wing
walkers may be necessary to guide aircraft Wing walkers
should be airline/aviation personnel rather than
construction workers.
b. Construction contractors 1TIust prominently mark
open trenches and excavations at the construction site, as
approved by the airport operator, and light them with red
lights during hours of restricted visibility or darkness
c. Excavations and open trenches may be pennitted
up to the edge of a structural taxiway and apron pavement.
provided the dropoff is marked and lighted per paragraph
3-9, "Hazard Marking and Lighting"
I
I
I
I
I,
3-4. OVERVIEW.
Section 2. Temporary Runway Thresholds
I
Construction activity in a runway approach area may
result in the need to partially close a runway or displace
the existing runway threshold. In either case, locate the
threshold in accordance with Appendix 2 of AC
150/5300-13, Airport Design. Objects that do not
penetrate th~se surfaces may still be obstructions to air
navigation and may affect standard instrument approach
procedures. Coordinate these objects with the FAA's
Regional Airports Office or appropriate Airports District
Office, as necessary. Refer to the current edition of AC
150/5300-13 for guidance on threshold siting
requirements The partial runway closure, the
displacement of the runway threshold, as well as closures
of the complete runway and other portions of the
movement area also requires coordination with
appropriate A TCT personnel and airport users.
Caution regarding partial runway closures: When
filing a NOT AM for a partial runway closure, clearly state
to FSS personnel that the portion of pavement located
prior to the threshold is not available for landing and
departing traffic In this case, the threshold has been
moved for both landing and takeoff purposes (this is
different than a displaced threshold).
Example NOTAM: "North 1,000 feet of Runway 18/36 is
closed; 7,000 feet remain available on Runway 18 and
Runway 36 for arrivals and departures." There may be
situations where the portion of closed runway is available
for taxiing only. If so, the NOT AM must reflect this
condition.
Caution regarding displaced thresholds:
Implementation of a displaced threshold affects runway
length available for aircraft landing over the
displacement Depending on the reason for the
displacement (to provide obstruction clearance or RSA),
8
such a displacement may also require an adjustment in the
landing distance available and accelerate-stop distance
available in the opposite direction. If project scope
includes personnel, equipment, excavation, etc. within the
RSA of any usable runway end, we do not recommend a
displaced threshold unless arrivals and departures toward
the construction activity are prohibited. Instead,
implement a partial closure.
I
I,
I
3-5. MARKING GUIDELINES FOR
TEMPORARY THRESHOLD.
Ensure that markings for temporary displaced thresholds
are clearly visible to pilots approaching the airport to
land When construction personnel and equipment are
located close to any threshold, a temporary visual
NA V AID, such as runway end identifier lights (RElL),
may be required (even on unlighted runways) to define
the new beginning of the runway clearly A visual
vertical guidance device, such as a visual approach slope
indicator (V ASI), pulse light approach slope indicator
(PLASI), or precision approach path indicator (P API),
may be necessary to assure landing clearance over
personnel, vehicles, equipment, and/or above-grade
stockpiled materials. If such devices are installed, ensure
an appropriate descriptive NOTAM is issued to infonn
pilots of these conditions. The current edition of AC
150/5340-1, Standards for Airport Markings, describes
standard marking colors and layouts. In addition, we
recommend that a temporary runway threshold be marked
using the following guidelines:
I
I
I
'I
I
I
a. Airport markings must be clearly visible to
pilots; not misleading, confusing, or deceptive; secured in
place to prevent movement by prop wash, jet blast, wing
vortices, or other wind currents, and constructed of
I
I
I
.1
1/17/03
I
materials that would minimize damage to an aircraft in
the event of inadvertent contact.
I
(1) Pavement markings for temporary closed
portions of the runway should consist of yellow chevrons
to identify pavement areas that are unsuitable for
takeoff/landing (see AC 150/5340-1). Ifunable to paint
the markings on the pavement, construct them from any
of the following materials: double-layered painted snow
fence, colored plastic, painted sheets of plywood, or
similar materials. They must be properly configured and
secured to prevent movement by prop wash, jet blast, or
other wind currents.
(2) It may be necessary to remove or cover
runway. markings, such as runway designation markings
and aiming point markings, depending on the length of
construction and type of activity at the airport.
(3) When threshold markings are needed to
identify the temporary beginning of the runway that is
available for landing, use a white threshold bar of the
dimensions specified in AC 150/5340-1.
(4) If temporary outboard elevated or flush
threshold bars are used, locate them outside of the runway
pavement surface, one on each side of the runway. They
should be at least 10 feet (3m) in width and extend
outboard from each side of the runway so they are clearly
visible to landing and departing aircraft These threshold
bars are white. If the white threshold bars are not
discernable on grass or snow, apply a black background
with appropriate material over the ground to ensure the
markings are clearly visible.
(5) A temporary threshold may also be
marked with the use of retroreflective, elevated markers.
One side of such markers is green to denote the approach
end of the runway; the side that is seen by pilots on
rollout is red. See AC 150/5345-39, FAA Specification L-
853. Runway and Taxiway Retrorejlective Markers
(6) At 14 CFR part 139 certificated airports,
temporary elevated threshold markers must be mounted
with a frangible fitting (see 14 CFR part 139.309)
However, at noncertificated airports, the temporary
elevated threshold markings may either be mounted with
a frangible fitting or be flexible. See AC 150/5345-39.
I
I
I
I
I
,I
I
I
I,
I
I"
b. The application rate of the paint to mark a short-
term temporary runway threshold may deviate from the
standard (see Item P-620, "Runway and Taxiway
Painting," in AC 150/5370-10, Standards for Specifying
Construction of Airports), but the dimensions must meet
the existing standards, unless coordinated with the
appropriate offices
I
I
c. When a runway is partially closed, the distance
remaining signs for aircraft landing in the opposite
direction should be covered or removed during the
construction
'1'
I
I'
AC 150/5370-2E
3-6. LIGHTING GUIDELINES FOR
TEMPORARY THRESHOLD.
A temporary runway threshold must be lighted if the
runwayis lighted and it is the intended threshold for night
landings or instrument meteorological conditions. We
recommend that temporary threshold lights and related
visual NA V AIDs be installed outboard of the edges of the
full-strength pavement with bases at grade level or as low
as possible, but not to exceed 3 inches (7.6cm) above
ground. When any portion of a base is above grade, place
properly compacted fill around the base to minimize the
rate of gradient change so aircraft can, in an emergency,
cross at normal landing or takeoff speeds without
incurring significant damage (see AC 150/5370-10). We
recommend that the following be observed when using
temporary runway threshold lighting:
a. Maintain threshold and edge lighting color and
spacing standards as described in AC 150/5340-24,
Runway and Taxiway Edge Lighting System.
Battery-powered, solar, or portable lights that meet the
criteria in AC 150/5345-50, Specificationfor Portable
Runway Lights. may be used. These systems are intended
primarily for visual flight rules (VFR) aircraft operation
but may be used for instrument flight rules (lFR) aircraft
operations, upon individual approval from the Flight
Standards Division of the applicable FAA Regional
Office.
b. When the runway has been partially closed,
disconnect edge and threshold lights with associated
isolation transformers on that part of the runway at and
behind the threshold (Le., the portion of the runway that is
closed). Alternately, cover the light fixture in such a way
as to prevent light leakage. Avoid removing the lamp
from energized fixtures because an excessive number of
isolation transformers with open secondaries may damage
the regulators and/or increase the current above its normal
value.
c. Secure, identify, and place any temporary
exposed wiring in conduit to prevent electrocution and
fire ignition sources.
d. Reconfigure yellow lenses (caution zone), as
necessary. If the runway has centerline lights, reconfigure
the red lenses, as necessary, or place the centerline lights
out of service.
e. Relocate the visual glide slope indicator (VGSI),
such as V ASI and P API, other airport lights, such as
REIL; and approach lights to identify the temporary
threshold Another option is to disable the VGSI or any
equipment that would give misleading indications to
pilots as to the new threshold location. Installation of
temporary visual aids may be necessary to provide
adequate guidance to pilots on approach to the affected
runway. If the FAA owns and operates the VGSI,
9
AC 150/5370-2E
coordinate its installation or disabling with the local
Airway Facilities Systems Management Office.
1/17/03
I'
f. Issue a NOT AM to inform pilots of temporary
lighting conditions.
I
Section 3. Other Construction Marking and Lighting Activities
3-7. OVERVIEW.
Ensure that construction areas, including closed runways,
are clearly and visibly separated from movement areas
and that hazards, facilities, cables, and power lines are
identified prominently for construction contractors.
Throughout the duration of the construction project,
verify that these areas remain clearly marked and visible
at all times and that marking and lighting aids remain in
place and operational. Routine inspections must be made
of temporary construction lighting, especially battery-
powered lighting since weather conditions can limit
battery life.
3-8. CLOSED RUNWAY AND T AXIW A Y
MARKING AND LIGHTING.
Closed runway markings consist of a yellow "X" in
compliance with the standards of AC 150/5340-1,
Standards for A irport Markings A very effective and
preferable visual aid to depict temporary closure is the
lighted "X" signal placed on or near the runway
designation numbers. This device is much more
discernible to approaching aircraft than the other
materials described. If the lighted "X" is not available,
construct the marking of any of the following materials:
double-layered painted snow fence, colored plastic,
painted sheets of plywood, or similar materials They
must be properly configured and secured to prevent
movement by prop wash, jet blast, or other wind currents.
In addition, the airport operator may install barricades,
traffic cones, activate stop bars, or other acceptable visual
devices at major entrances to the runways to prevent
aircraft from entering a closed portion of runway. The
placement of even a single reflective barricade with a "do
not enter" sign on a taxiway centerline can prevent an
aircraft from continuing onto a closed runway. If the
taxiway must remain open for aircraft crossings,
barricades or markings, as described above or in
paragraph 3-9, should be placed on the runway.
a. Permanently closed runways.
For runways and taxiways that have been permanently
closed, disconnect the lighting circuits. For runways,
obliterate the threshold marking, runway designation
marking, and touchdown zone markings, and place "X's" at
each end and at 1,000-foot (300-m) intervals For taxiways,
place an "X" at the entrance of the closed taxiway.
10
I
b. Temporarily closed runway and taxiways.
For runways that have been temporarily closed, place an
"X" at the each end ofthe runway. With taxiways, place
an "X" at the entrance of the closed taxiway.
I,
c. Temporarily closed airport.
I
When the airport is closed temporarily, mark the runways
as closed and turn off the airport beacon
d. Permanently closed airports
When the airport is closed permanently, mark the
runways as permanently closed, disconnect the airport
beacon, and place an "X" in the segmented circle or at a
central location if no segmented circle exists.
I
I
3-9. HAZARD MARKING AND LIGHTING.
I
Provide prominent, comprehensible warning indicators
for any area affected by construction that is normally
accessible to aircraft, personnel, or vehicles. Using
appropriate hazard marking and lighting may prevent
damage, injury, traffic delays, and/or facility closures.
Hazard marking and lighting must restrict access and
make specific hazards obvious to pilots, vehicle drivers,
and other personnel. Barricades, traffic cones (weighted
or sturdily attached to the surface), or flashers are
acceptable methods used to identify and define the limits
of construction and hazardous areas on airports.
Provide temporary hazard marking and lighting to prevent
aircraft from taxiing onto a closed runway for takeoff and
to identify open manholes, small areas under repair,
stockpiled material, and waste areas. Also consider less
obvious construction-related hazards and include
markings to identify FAA, airport, and National Weather
Service facilities cables and power lines; instrument
landing system (ILS) critical areas; airport surfaces, such
as RSA, OFA, and OFZ; and other sensitive areas to make
it easier for contractor personnel to avoid these areas.
The construction specifications must include a provision
requiring the contractor to have a person on call 24 hours
a day for emergency maintenance of airport hazard
lighting and barricades. The contractor must file the
contact person's information with the airport.
I
I
I
I
I
/1
I
3. Nonmovement areas.
Indicate construction locations on nonmovement areas in
which no part of an aircraft may enter by using barricades
that are marked with diagonal, alternating orange and white
stripes Barricades may be supplemented with alternating
I
I
I
I
I
1/17/03
I
orange and white flags at least 20 by 20 inches (50 by 50
cm) square and made and installed so they are always in an
extended position, properly oriented, and securely fastened
to eliminate jet engine ingestion. Such barricades may be
many different shapes-and made from various-materials; ---
including railroad ties, sawhorses, jersey barriers, or
barrels. During reduced visibility or night hours,
supplement the barricades with red lights, either flashing or
steady-burning, which should meet the luminance
requirements of the State Highway Department (yellow
lights are not acceptable after October 1,2004). The
intensity of the lights and spacing for barricade flags and
lights must adequately and without ambiguity delineate the
hazardous area.
I
I
I
I
b. Movement areas.
Use orange traffic cones; red lights, either flashing or
steady-burning, which should meet the luminance
requirements of the State Highway Department (yellow
lights are not acceptable after October I, 2004),
collapsible barricades marked with diagonal, alternating
orange and white stripes; and/or signs to separate all
construction/maintenance areas from the movement area.
All barricades, temporary markers, and other objects
placed and left in safety areas associated with any open
runway, taxiway, or taxilane must be as low as possible to
the ground; of low mass; easily collapsible upon contact
with an aircraft or any of its components; and weighted or
sturdily attached to the surface to prevent displacement
from prop wash, jet blast, wing vortex, or other surface
wind currents. If affixed to the surface, they must be
frangible at grade level or as low as possible, but not to
exceed 3 inches (7.6cm) above the ground. Do not use
nonfrangible hazard markings, such as concrete barriers
and/or metal-drum-type barricades, in aircraft movement
areas. Do not use railroad ties on runways.
Use highly reflective barriers with flashing or steady-
burning red lights to barricade taxiways leading to closed
runways. Evaluate all operating factors when detennining
how to mark temporary closures that can last from 10 to
15 minutes to a much longer period of time. However,
we strongly recommend that, even for closures of
relatively short duration, major taxiway/runway
intersections be identified with barricades spaced no
greater than 20 feet (6m) apart. Mark the barricades with
a flashing or steady-burning red light. At a minimum, use
a single barricade placed on the taxiway centerline.
I
I
I
I
I
I.
I
I
I
3-10. CONSTRUCTION NEAR NA VIGA TIONAL
AIDS (NA V AIDS).
I
Construction activities, materials/equipment storage, and
vehicle parking near electronic NA V AIDs require special
consideration since they may interfere with signals
essential to air navigation Evaluate the effect of
construction activity and the required distance and
direction from the NA V AID for each construction project
Pay particular attention to stockpiling material, as well as
I
I
I
AC 150/5370-2E
to movement and parking of equipment that may interfere
with line of sight from the A TCT or with electronic
emissions. Interference from construction may require
NA V AID shutdown or adjustment of instrument approach
-~-minimums for IFR. This condition requires that a
NOT AM be filed. Construction activities and
materials/equipment storage near a NA V AID may also
obstruct access to the equipment and instruments for
maintenance. Before commencing construction activity,
parking vehicles, or storing construction equipment and
materials near a NA V AID, consult with the nearest FAA
Ai~ay Facilities Office.
3-11. CONSTRUCTION SITE ACCESS AND
HAUL ROADS.
Detennine the construction contractor's access to the
construction sites and haul roads. Do not pennit the
construction contractor to use any access or haul roads
other than those approved. Construction contractors must
submit specific proposed routes associated with
construction activities to the airport operator for
evaluation and approval as part of the safety plan before
beginning construction activities. These proposed routes
must also provide specifications to prevent inadvertent
entry to movement areas. Pay special attention to ensure
that ARFF right of way on access and haul roads is not
impeded at any time and that construction traffic on haul
roads does not interfere with NA V AIDs or approach
surfaces of operational runways.
3-12. CONSTRUCTION MATERIAL
STOCKPILING.
Stockpiled materials and equipment storage are not
pennitted within the RSA and OFZ of an operational
runway. The airport operator must ensure that stockpiled
materials and equipment adjacent to these areas are
prominently marked and lighted during hours of restricted
visibility or darkness. This includes detennining and
verifying that materials are stored at an approved location
to prevent foreign object damage and attraction of wildlife.
3-13. OTHER LIMITATIONS ON
CONSTRUCTION.
Contractors may not use open-flame welding or torches
unless adequate fire safety precautions are provided and
the airport operator has approved their use. Under no
circumstances should flare pots be used within the AOA
at any time. The use of electrical blasting caps must not
be pennitted on or within 1,000 feet (300m) of the airport
property (see AC 150/5370-10, Standards for Specifying
Construction of Airports)
11
AC 150/5370-2E
3-14. FOREIGN OBJECT DEBRIS (FOD)
MANAGEMENT.
Waste and loose materials, commonly referred to as FOD,
are capable of causing damage to aircraft landing gears,
propellers, and jet engines. Construction contractors must
1/17/03
I
not leave or place FOD on or near active aircraft
movement areas. Materials tracked onto these areas must
be continuously removed during the construction project.
We also recommend that airport operators and
construction contractors carefully control and
continuously remove waste or loose materials that might
attract wildlife.
'I
I
3-15. OVERVIEW.
Section 4. Safety Hazards and Impacts
I
The situations identified below are potentially hazardous
conditions that may occur during airport construction
projects. Safety area encroachments, unauthorized and
improper ground vehicle operations, and unmarked or
uncovered holes and trenches near aircraft operating
surfaces pose the most prevalent threats to airport
operational safety during airport construction projects.
Airport operators and contractors should consider the
following when performing inspections of construction
acti vi ty:
a. Excavation adjacent to runways, taxiways, and
aprons.
b. Mounds of earth, construction materials,
temporary structures, and other obstacles near any open
runway, taxiway, or taxilane; in the related object-free
area and aircraft approach or departure areaslzones; or
obstructing any sign or marking.
c. Runway resurfacing projects resulting in lips
exceeding 3 inches (7.6cm) from pavement edges and
ends.
d. Heavy equipment (stationary or mobile)
operating or idle near AOAs, in runway approaches and
departures areas, or in OFZs.
e. Equipment or material near NA V AIDs that may
degrade or impair radiated signals and/or the monitoring
of navigational and visual aids. Unauthorized or
improper vehicle operations in localizer or glide slope
critical areas, resulting in electronic interference and/or
facility shutdown
f. Tall and especially relatively low-visibility units
(i.e., equipment with slim profiles)-cranes, drills, and
similar objects-located in critical areas, such as OFZs
and approach zones.
g. Improperly positioned or malfunctioning lights
or unlighted airport hazards, such as holes or excavations,
on any apron, open taxiway, or open taxilane or in a
related safety, approach, or departure area
h. Obstacles, loose pavement, trash, and other
debris on or near AOAs Construction debris (gravel,
12
sand, mud, paving materials, etc.) on airport pavements
may result in aircraft propeller, turbine engine, or tire
damage. Also, loose materials may blow about,
potentially causing personal injury or equipment damage.
I
I
i. Inappropriate or poorly maintained fencing
during construction intended to deter human and animal
intrusions into the AOA. Fencing and other markings that
are inadequate to separate construction areas from open
AOAs create aviation hazards.
J
j. Improper or inadequate marking or lighting of
runways (especially thresholds that have been displaced
or runways that have been closed) and taxiways that could
cause pilot confusion and provide a potential for a runway
incursion. Inadequate or improper methods of marking,
barricading, and lighting of temporarily closed portions of
AOAs create aviation hazards.
I
I
k. Wildlife attractants-such as trash (food scraps
not collected from construction personnel activity), grass
seeds, or ponded water-on or near airports
I
I. Obliterated or faded markings on active
operational areas.
I
m. Misleading or malfunctioning obstruction lights
Unlighted or unmarked obstructions in the approach to
any open runway pose aviation hazards,
I
n. Failure to issue, update, or cancel NOT AMs
about airport or runway closures or other
construction-related airport conditions.
o. Failure to mark and identify utilities or power
cables. Damage to utilities and power cables during
construction activity can result in the loss of
runway/taxiway lighting; loss of navigational, visual, or
approach aids; disruption of weather reporting services;
and/or loss of communications. .
p. Restrictions on ARFF access from fire stations to
the runway-taxiway system or airport buildings.
I
I
I
I
q. Lack of radio communications with construction
vehicles in airport movement areas.
I
r. Objects, regardless of whether they are marked
or flagged, or activities anywhere on or near an airport
I
I
I
1/17/03
I
that could be distracting, confusing, or alarming to pilots
during aircraft operations.
I
s. Water, snow, dirt, debris, or other contaminants
that temporarily obscure or derogate the visibility of
runway/taxiway marking, lighting, and pavement edges.
Any condition or factor that obscures or diminishes the
visibility of areas under construction.
I
t. Spillage from vehicles (gasoline, diesel fuel, oil,
etc.) on active pavement areas, such as runways,
taxiways, ramps, and airport roadways.
I
u. Failure to maintain drainage system integrity
during construction (e.g , no temporary drainage provided
when working on a drainage system)
I
I
I
I
I
I
I
I,
I
I
I
I
I
I'
AC 150/5370-2E
v. Failure to provide for proper electrical lockout
and tagging procedures. At larger airports with multiple
maintenance shifts/workers, construction contractors
should make provisions for coordinating work on circuitS.
w. Failure to control dust. Consider limiting the
amount of area from which the contractor is allowed to
strip turf.
x. Exposed wiring that creates an electrocution or
fire ignition hazard. Identify and secure wiring, and place
it in conduit or bury it.
y. Site burning, which can cause possible
obscuration.
_ z. Construction work taking place outside of
designated work areas and out of phase.
13
I
1/17/03
I
AC 150/5370-2E
APPENDIX 1. RELATED READING MATERIAL
I
1. Obtain the latest version of the following free
publications from the FAA on its Web site at
http://www.faa.gov/arp/. In addition, these ACs are
available by contacting the U.S. Department of
Transportation, Subsequent Distribution Office, SVC-
121.23, Ardmore East Business Center, 3341 Q 75th
Avenue, Landover, MD 20785.
I
I
I
a. AC 150/5200-28, Notices to Airmen (NOTAM)
for Airport Operators. Provides guidance for the use of
the NOT AM System in airport reporting.
b. AC 150/5200-30, Airport Winter Safety and
Operations Provides guidance to airport
owners/operators on the development of an acceptable
airport snow and ice control program and on appropriate
field condition reporting procedures.
I
.1.
c. AC 150/5200-33, Hazardous Wildlife Attractants
On or Near Airports Provides guidance on locating
certain land uses having the potential to attract hazardous
wildlife to public-use airports.
I
d. AC 150/5210-5, Painting, Marking, and Lighting
of Vehicles Used on an Airport. Provides guidance,
specifications, and standards for painting, marking, and
lighting vehicles operating in the airport air operations
areas.
I:
I
e. AC 150/5220-4, Water Supply Systems for
Aircraft Fire and Rescue Protection Provides guidance
for the selection of a water source and standards for the
design of a distribution system to support aircraft rescue
and fire fighting service operations on airports.
I
I
f. AC 150/5340-1, Standardsfor Airport Markings.
Contains FAA standards for markings used on airport
runways, taxiways, and aprons.
g. AC 150/5340-14B, Economy Approach Lighting
Aids Describes standards for the design, selection, siting,
and maintenance of economy approach lighting aids.
1\
I
I
I
I
I
h. AC 150/5340-18, Standards for Airport Sign
Systems Contains FAA standards for the siting and
installation of signs on airport runways and taxiways.
i. AC 150/5345-28, Precision Approach Path
Indicator (P API) Systems. Contains the FAA standards
for PAPI systems, which provide pilots with visual glide
slope guidance during approach for landing.
j. AC 150/5380-5, Debris Hazards at Civil
Airports Discusses problems at airports, gives
infonnation on foreign objects, and explains how to
eliminate such objects from operational areas
k. AC 70/7460-2, Proposed Construction or
Alteration of Objects that May Affect the Navigable
Airspace Provides information to persons proposing to
erect or alter an object that may affect navigable airspace
and explains the need to notify the FAA before
construction begins and the FAA's response to those
notices, as required by 14 CFR part 77.
2. Obtain copies of the following publications from the
Superintendent of Documents, U.S. Government Printing
Office, Washington, DC 20402. Send a check or money
order made payable to the Superintendent of Documents
in the amount stated with your request. The Government
Printing Office does not accept C O.D. orders In
addition, the FAA makes these ACs available at no charge
on the Web site at http://www.faa.gov/arp/.
a. AC 150/5300-13, Airport Design. Contains
FAA standards and recommendations for airport design,
establishes approach visibility minimums as an airport
design parameter, and contains the object-free area and
the obstacle free-zone criteria. ($26. Supt. Docs)
SN050-007-01208-0.
b. AC 150/5370-10, Standards for Specifying
Construction of Airports Provides standards for
construction of airports Items covered include
earthwork, drainage, paving, turfing, lighting, and
incidental construction ($18. Supt. Docs.) SN050-007-
0821-0.
A-1
AC 150/5370-2E
1/17/03
I
APPENDIX 2. DEFINITIONS OF TERMS USED IN THE AC
I
1. AIR OPERATIONS AREA (AOA). Any area of
the airport used or intended to be used for the landing,
takeoff, or surface maneuvering of aircraft. An air
operations area includes such paved or unpaved areas that
are used or intended to be used for, the unobstructed
movement of aircraft in addition to its associated
runways, taxiways, or aprons.
2. CONSTRUCTION. The presence and movement of
construction-related personnel, equipment, and materials
in any location that could infringe upon the movement of
aircraft.
3. CERTIFICATED AIRPORT. An airport that has
been issued an Airport Operating Certificate by the FAA
under the authority of 14 CFR part 139, Certification and
Operation: Land Airports Serving Certain Air Carriers, or
its subsequent revisions.
4. FAA FORM 7460-1, NOTICE OF PROPOSED
CONSTRUCTION OR ALTERATION. The form
submitted to the FAA Regional Air Traffic or Airports
Division Office as formal written notification of any kind
of construction or alteration of objects that affect
navigable airspace, as defined in 14 CFR part 77, Objects
Affecting Navigable Airspace (see AC 70/7460-2,
Proposed Construction or Alteration of Objects that May
Affect the Navigable Airspace, found at
http://www.faa.gov/arp/).
5. FAA FORM 7480-1, NOTICE OF LANDING
AREA PROPOSAL. Form submitted to the FAA
Airports Regional Division Office or Airports District
Office as formal written notification whenever a project
without an airport layout plan on file with the FAA
involves the construction of a new airport; the
construction, realigning, altering, activating, or
abandoning of a runway, landing strip, or associated
taxiway; or the deactivation or abandoning of an entire
airport (found at http://www.faa.gov/arp/).
6. MOVEMENT AREA. The runways, taxiways, and
other areas of an airport that are used for taxiing or hover
taxiing, air taxiing, takeoff, and landing of aircraft,
exclusive ofloading ramps and aircraft parking areas
(reference 14 CFR part 139).
7. OBSTRUCTION. Any object/obstacle exceeding
the obstruction standards specified by 14 CFR part 77,
subpart C.
A-2
8. OBJECT-FREE AREA (OFA). An area on the
ground centered on the runway, taxiway, or taxilane
centerline provided to enhance safety of aircraft
operations by having the area free of objects except for
those objects that need to be located in the OF A for air
navigation or aircraft ground maneuvering purposes (see
AC 150/5300-13, Airport Design, for additional guidance
on OF A standards and wingtip clearance criteria)
9. OBSTACLE-FREE ZONE (OFZ). The airspace
below 150 feet (45m) above the established airport
elevation and along the runway and extended runway
centerline that is required to be clear of all objects, except
for frangible visual NA V AIDs that need to be located in
the OFZ because of their function, in order to provide
clearance protection for aircraft landing or taking off from
the runway and for missed approaches (refer to AC
150/5300-13 for guidance on OFZs).
10. RUNWAY SAFETY AREA (RSA). A defined
surface surrounding the runway prepared or suitable for
reducing the risk of damage to airplanes in the event of an
undershoot, overshoot, or excursion from the runway, in
accordance with AC 150/5300-13
11. T AXIW A Y SAFETY AREA. A defined surface
alongside the taxiway prepared or suitable for reducing
the risk of damage to an airplane unintentionally
departing the taxiway, in accordance with AC 150/5300-
13.
12. THRESHOLD. The beginning of that portion of the
runway available for landing. In some instances, the
landing threshold may be displaced
13. DISPLACED THRESHOLD. The portion of
pavement behind a displaced threshold that may be
available for takeoffs in either direction or landing from
the opposite direction
I
I
I
I
I
.1
I
I
I
I
I
14. VISUAL GLIDE SLOPE INDICATOR (VGSI).
This device provides a visual glide slope indicator to
landing pilots. These systems include precision approach
path indicators (P APIs), visual approach slope indicators
(V ASls), and pulse light approach slope indicators
(PLASIs)
:1
I
I
I
I
I
I
1/17/03
I;
AC 150/5370-2E
APPENDIX 3. AIRPORT CONSTRUCTION SAFETY PLANNING GUIDE
I
Aviation Safety Requirements During Construction
I
PURPOSE. This appendix provides airport operators
with boilerplatefonnat a1}d languagefor developing a
safety plan for an airport'construction project. Adapt this
appendix, as applicable. to specific conditions found on
the airport for which the plan is being developed.
Consider including a copy of this safety plan in the
construction drawings for easy access by contractor
personnel. Plans should contain the following'
I
I
1. GENERAL SAFETY REQUIREMENTS.
I
Throughout the construction project, the following safety
and operational practices should be observed'
. Operational safety should be a standing agenda
item during progress meetings throughout the
construction project.
. The contractor and airport operator must perfonn
onsite inspections throughout the project, with
immediate remedy of any deficiencies, whether
caused by negligence, oversight, or project scope.
change.
. Airport runways and taxiways should remain in
use by aircraft to the maximum extent possible.
. Aircraft use of areas near the contractor's work
should be controlled to minimize disturbance to
the contractor's operation.
. Contractor, subcontractor, and supplier
employees or any unauthorized persons must be
restricted from entering an airport area that
would be hazardous.
I
I
I
I
I
. Construction that is within the safety area of an
active runway, taxiway, or apron that is
perfonned under nonnal operational conditions
must be perfonned when the runway, taxiway, or
apron is closed or use-restricted and initiated
only with prior pennission from the airport
operator
. The contracting officer, airport operator, or other
designated airport representative may order the
contractor to suspend operations; move
personnel, equipment, and materials to a safe
location, and stand by until aircraft use is
completed
I
I
I
I
2. CONSTRUCTION MAINTENANCE AND
FACILITIES MAINTENANCE.
I
Before beginning any construction activity, the contractor
must, through the airport operator, give notice [using the
I
I
Notice to Ainnen (NOTAM) System] of proposed
location, time, and date of commencement of
construction. Upon completion of work and return of all
such areas to standard conditions, the contractor must,
through the airport operator, verify the cancellation of all
notices issued via the NOT AM System. Throughout the
duration of the construction project, the contractor must-
a. Be aware of and understand the safety problems
and hazards described in AC 150/5370-2, Operational
Safety on Airports During Construction
b. Conduct activities so as not to violate any safety
standards contained in AC 150/5370-2 or any of the
references therein.
c. Inspect all construction and storage areas as
often as necessary to be aware of conditions
d. Promptly take all actions necessary to prevent or
remedy any unsafe or potentially unsafe conditions as
soon as they are discovered.
3. APPROACH CLEARANCE TO RUNWAYS.
Runway thresholds must provide an unobstructed
approach surface over equipment and materials. (Refer to
Appendix 2 in AC 150/5300-13, Airport Design, for
guidance in this area.)
4. RUNWAY AND TAXIWAY SAFETY AREA
(RSA AND TSA).
Limit construction to outside ofthe approved RSA, as
shown on the approved airport layout plan-unless the
runway is closed or restricted to aircraft operations,
requiring a lesser standard RSA that is equal to the RSA
available during construction (see AC 150/5370-2 for
exceptions) Construction activity within the TSA is
pennissible when the taxiway is open to aircraft traffic if
adequate wingtip clearance exists between the aircraft and
equipment/material, evacuations, trenches, or other
conditions are conspicuously marked and lighted, and
local NOT AMs are in effect for the activity (see AC
150/5300-13 for wingtip clearance requirements). The
NOT AM should state that, "personnel and equipment are
working adjacent to Taxiway_."
a. Procedures for protecting runway edges.
. Limit constmction to no closer than 200 feet
(60m) from the runway centerline-unless
the runway is closed or restricted to aircraft
operations, requiring a lesser standard RSA
A-3
AC 150/5370-2E
1/17/03
I
that is equal to the RSA available during
construction.
. Coordinate construction activity with the
Airport Traffic Control Tower (ATCT) and
FAA Regional Airports Division Office or
Airports District Office, and through the
airport operator, issue an appropriate
NOTAM.
,I
· Prevent personnel, material, and/or
equipment, as defined in AC 150/5300-13,
'Paragraph 306, "Obstacle Free Zone
(OFZ)," from penetrating the OFZ.
I
Complete the follOWing chart to determine the area that must be protected along the runway edges'
I
.~~I:aA
I
I
I
I
*See AC 150/5300-13, Airport Design, to complete the chart for a specific runway.
b. Procedures for protecting runway ends.
. Maintain the RSA from the runway
threshold to a point at least the distance from
the runway threshold as existed before
construction activity-unless the runway is
closed or restricted to aircraft operations,
requiring an RSA that is equal to the RSA
length available during construction in
accordance with AC 150/5300-13 This
may involve the use of declared distances
and partial runway closures (see AC
150/5370-2 for exceptions).
. Ensure all personnel, materials, and/or
equipment are clear ofthe applicable
threshold siting criteria surface, as defined
in Appendix 2, "Threshold Siting
Requirements," of AC 150/5300-13.
. Prevent personnel, material, and/or equipment,
as defined in AC 150/5300- 13, from penetrating
the obstacle-free zone.
. Ensure adequate distance for blast protection is
provided, as needed
. Coordinate construction activity with the A TCT
and FAA Regional Airports Division Office or
Airports District Office, and through the airport
operator, issue an appropriate NOT AM.
. Provide a drawing showing the profile of the
appropriate surfaces of each runway end where
construction will take place. Where operations
by turbojet aircraft are anticipated, review
takeoff procedures and jet blast characteristics of
aircraft and incorporate safety measures for
construction workers in the contract documents
I
I
I
I
,I
I
I
I
I
A-4
I
I
I
1/17/03
AC 150/5370-2E
Complete the following chart to determine the area that must be protected before the runway threshold:
I
.IM..
: FEET
I
I
I
I
~: 1 to (threshold)
_:FEET
_' 1 to (threshold)
: FEET
_: 1 to (threshold)
_: FEET
_: 1 to (threshold)
*See AC 150/5300-13, Airport Design, to complete the chart for a specific runway
I
5. MARKING AND LIGHTING FOR
TEMPORARY THRESHOLDS.
I
Marking and lighting for a temporary threshold is-"is
not_ required. The airport owner or contractor, as
specified in the contract, will furnish and maintain
markings for temporary thresholds. Precision approach
path indicators (PAP Is) or runway end identification
lights (REIL) are-"are not_ required. The airport
owner or contractor, as specified in the contract, will
furnish and install all temporary lighting. Include
appropriate items per AC 150/5370-2, Chapter 3, "Safety
Standards and Guidelines." Ifmarking and lightingfor
the temporary threshold is not required, delete this
section of the safety plan If visual aids and/or markings
are necessary, provide details (Include applicable 14
CFR part 77 surfaces in the contract documents)
I
I
I.
I
6. CLOSED RUNWAY MARKINGS AND
LIGHTING.
I
The following must be specified for closed runways.
Closed runway marking are -.--!are not_ required.
Closed runway markings will be as shown on the
plans -.--!as furnished by the airport
owner-.--!other_ (specify). Barricades, flagging,
and flashers are-.--!are not_required at Taxiway_
and Runway_and will be supplied by the airport
_/other_(specify)
I
I
7. HAZARDOUS AREA MARKING AND
LIGHTING.
I
Hazardous areas on the movement area will be marked
with barricades, traffic cones, flags, or flashers (specify).
These markings restrict access and make hazards obvious
to aircraft, personnel, and vehicles. During periods of low
visibility and at night, identify hazardous areas with red
flashing or steady-burning lights (specify). The
hazardous area marking and lighting will be supplied by
I
I
I
the airport operator!contractor, as specified in the
contract, and will be depicted on the plans.
8. TEMPORARY LIGHTING AND MARKING.
Airport markings, lighting, and/or signs will be altered in
the following manner (specify) during the period from
to The alterations are depicted on the
plans
9. VEHICLE OPERATION MARKING AND
CONTROL.
Include the following provisions in the construction
contract, and address them in the safety plans:
a. When any vehicle, other than one that has prior
approval from the airport operator, must travel over any
portion of an aircraft movement area, it will be escorted
and properly identified To operate in those areas during
daylight hours, the vehicle must have a flag or beacon
attached to it. Any vehicle operating on the movement
areas during hours of darkness or reduced visibility must
be equipped with a flashing dome-type light, the color of
which is in accordance with local or state codes
b. It may be desirable to clearly identify the
vehicles for control purposes by either assigned initials or
numbers that are prominently displayed on each side of
the vehicle. The identification symbols should be at
minimum 8-inch (20-cm) block-type characters of a
contrasting color and easy to read They may be applied
either by using tape or a water-soluble paint to facilitate
removal. Magnetic signs are also acceptable In addition,
vehicles must display identification media, as specified in
the approved security plan. (This section should be
revised to conform to the airport operator's
requirements)
A-5
AC 150/5370-2E
c. Employee parking shall be
(specify
location), as designated by the airport manager_/
project engineer -'other_ (specify).
d. Access to the job site shall be via
(specify route), as shown on the plans-'designated
by the engineer~designated by the
superintendent~designated by the airport
manager-'other_ (specify)
e. At 14 CFR part 139 certificated and towered
airports, all vehicle operators having access to the
movement area must be familiar with airport procedures
for the operation of ground vehicles and the consequences
of noncompliance.
f. If the airport is certificated and/or has a security
plan, the airport operator should check for guidance on
the additional identification and control of construction
equipment
10. NA VIGA TIONAL AIDS.
The contractor must not conduct any construction activity
within navigational aid restricted areas without prior
approval from the local FAA Airway Facilities sector
representative. Navigational aids include instrument
landing system components and very high-frequency
omnidirectional range, airport surveillance radar. Such
restricted areas are depicted on construction plans.
11. LIMITATIONS ON CONSTRUCTION.
Additional limitations on construction include-
a. Prohibiting open-flame welding or torch cutting
operations unless adequate fire safety precautions are
provided and these operations have been authorized by
the airport operator (as tailored to conform to local
requirements and restrictions).
A-6
1/17/03
I
b. Prominently marking open trenches, excavations,
and stockpiled materials at the construction and lighting
these obstaCles during hours of restricted visibility and
darkness.
I
c. Marking and lighting closed, deceptive, and
hazardous areas on airports, as appropriate.
I
d. Constraining stockpiled material to prevent its
. movement as a result of the maximum anticipated aircraft
blast and forecast wind conditions
I
12. RADIO COMMUNICATIONS.
I
Vehicular traffic located in or crossing an active.
movement area must have a working two-way radio in
contact with the control tower or be escorted by a person
in radio contact with the tower. The driver, through
personal observation, should confirm that no aircraft is
approaching the vehicle position. Construction personnel
may operate in a movement area without two-way radio
communication provided a NOT AM is issued closing the
area and the area is properly marked to prevent
incursions. Two-way radio communications are ---1are
not_required between contractors and the Airport
Traffic Control Tower_/FAA Flight Service
Station~Airport Aeronautical Advisory Stations
(UNICOM/CT AF)_ Radio contact is lis
not_ required between the hours of _and _
Continuous monitoring is required ~or is required
only when equipment movement is necessary in certain
areas_, (This seciion may be tailored to suit the
specific vehicle and safety requirements of the airport
sponsor)
I
I
I
I
I
I
13. DEBRIS.
Waste and loose material must not be placed in active
movement areas. Materials tracked onto these areas must
be removed continuously during the work project.
I
I
I
I
I
I
I
I
I 1/17/03 AC 150/5370-2E
I APPENDIX 4. SAMPLE NOT AM
I -~--- -
AIRPORT
I; FAA NOTAM# ' DATE:
AIRPORT I.D. # TIME:
I' NOTAMTEXT:
I
NOTIFICATON:
I #### TOWER
PHONE # INITIALS TIME CALLED IN BY
I # # # # FSS
PHONE # INITIALS TIME CALLED IN BY
I
AIRLINES
I
I
CANCELLED:
I NOTIFICATON:
####TOWER
I PHONE # INITIALS TIME CALLED IN BY
# # # # FSS
I PHONE # INITIALS TIME CALLED IN BY
I AIRLINES
I
I
I A-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 01035
WEATHER DELAYS
PART 1 - GENERAL
1.01 EXTENSIONS OF CONTRACT TIME:
A. Ifthe basis exists for an extension oftime in accordance with General Provisions 80-
07, an extension of time on the basis of weather may be granted only forthe number
of Weather Delay Days in excess of the number of days listed as the Standard
Baseline for the entire construction duration of each phase as a whole.
1.02 STANDARD BASELINE FOR AVERAGE CLIMATIC RANGE:
A. The Owner has reviewed weather data available from the National Oceanic and
Atmospheric Administration (NOAA) and determined a Standard Baseline of average
climatic range for the Augusta Airport - WSO.
B. Standard Baseline shall be regarded as the normal and anticipatory number of
calendar days for each month during which construction activity shall be expected to
be prevented and suspended by cause of precipitation in excess of one-tenth inch
(0.10") liquid measure. Suspension of construction activity for the number of days
each month as listed in the Standard Baseline is included in the Work and is not
eligible for extension of Contract Time.
C. Standard Baseline (based upon precipitation in excess of one-tenth inch (0.10") liquid
measure) established for this contract is as follows:
Jan
7
Feb
7
Mar Apr
7 5
May Jun
7 6
Jul
8
Aug
6
Sept Oct
5 4
Nov Dec
4 6
1.03 ADVERSE WEATHER AND WEATHER DELAY DAYS:
A. Adverse Weather is defined as the occurrence of one or more of the following
conditions which prevents exterior construction activity or access to the site within
twenty-four (24) hours:
1. precipitation (rain, snow, or ice) in excess of one-tenth inch (0.10") liquid
measure;
2. temperatures which do not rise above 32 degrees F by 10:00 a.m.;
3. temperatures which do not rise above that specified for the day's construction
activity by 10:00 a.m., if any is specified;
4. sustained wind in excess of twenty-five (25) m.p.h.;
01035-1
D.
5. standing snow in excess of one inch (1.00");
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
6. any day that the Owner has requested no work to be performed.
B.
A Weather Delay Day may be counted if adverse weather prevents work on the
project for fifty percent (50%) or more of the Contractor's scheduled work day,
including a weekend day or holiday if Contractor has scheduled construction activity
that day.
Adverse Weather may include "dry-out" or "mud" days, as determined by the
Engineer such as:
1. For rain days above the standard baseline.
2. Only if there is a hindrance to site access or sitework, such as excavation,
embankment, backfill, footings, etc. (see 4. & 5. below).
3. At a rate no greater than one (1) make-up day for each day or consecutive
days of rain beyond the standard baseline that total 0.1 inch or more, liquid
measure, if no substantial work is possible (see 4. & 5. below), unless
specifically recommended otherwise by the Engineer.
4. If the Contractor's activity is limited to approximately 50% of the
Contractor's activity before the Adverse Weather occurrence, then one-half
(Yz) a weather delay day will be counted. For example if the Contractor is
disking excavation and embankment areas to dry in situ moisture in the soils
or hauling and placing unclassified excavation or borrow material to the
embankment before an Adverse Weather occurrence, but is able to continue
disking excavation and embankment areas or placing unclassified excavation
or borrow material, one-half (Yz) a Weather Delay Day will be allowed.
5. If the Contractor's activity is liinited to minor activity when compared to the
Contractor's activity before the Adverse Weather occurrence, then one (1)
weather delay day will be counted. For example ifthe Contractor is disking
excavation and embankment areas to dry in situ soils, hauling borrow
material to embankment before an Adverse Weather occurrence, but is only
able to disk excavation and embankment areas to dry them due to the Adverse
Weather occurrence, one (1) Weather Delay Day will be allowed.
C.
If the Contractor is able to only perform disking operations to dry excavation and
embankment areas due to in situ moisture in the soil, this is not considered an
Adverse Weather occurrence or a Weather Delay Day and is considered to be a part
of normal construction activities whether any other work can be performed or not.
The Engineer will compile monthly weather data from the Local National Weather
Station or from on site observations.
01035-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I'
I
I
I
I
I
The determination of Contractor's entitlement for any Weather Delay days, as
defined hereinabove, will be based on the entire construction duration ofthe phase in
lieu of a month-by-month consideration. The entitlements will consider those
months that conditions are better or worse than the Standard Baseline established for
this contract.
For example:
I. If the total number of standard baseline days for a Phase is forty one (41) days
and there are thirty six (36) days with precipitation in excess of one tenth inch
(0.10") liquid measure and ten (10) weather delay days, giving a total offorty
six (46) rain and weather delay days. This would amount to five (5) days in
excess ofthe total baseline days for that Phase. Five (5) additional days will
be added to the time for that Phase.
2. If the total standard baseline for a Phase is forty one (41) days and there are
twenty (28) days with precipitation in excess of one tenth inch (0.10") liquid
measure and nine (9) weather delay days, giving a total of thirty seven (37)
rain and weather delay days. This would amount to four (4) days better than
the total baseline days for that Phase. Four (4) days will be deducted from the
time for that Phase.
Baseline days will be prorated when partial months are a part of a phase/stage or the
overall contract time.
For example:
1. If the contract or a phase begins on April 11, including April 11, there are
twenty (20) calendar days remaining in April. Twenty (20) remaining
calendar days divided by thirty (30) total calendar days in April equals
0.6667. Six (6) total baseline days established for April multiplied times
0.6667 equals four (4) baseline days for the remaining twenty calendar days
in April.
Section 01035, Weather Delays establishes an anticipated number of days of lost
construction time for each month.
1. To calculate any liquidated damages for a phase/stage that is not completed
on time, the number of baseline days for the actual total construction time for that
phase/stage will be calculated from the standard baseline.
2. The number of weather delay days for the actual total construction time for
that phase/stage will be calculated.
3. The difference in weather delay days and baseline days will then be
calculated. Months that have less weather delay days than baseline days will
result in a negative number.
01035-3
4. The resulting difference will then be added to the contract time for the
phase/stage.
5. The difference in the actual total construction time and the contract time plus
weather delay days in excess of the baseline for that phase/stage will
determine if and what the actual amount of liquidated damages for that
,phase/stage will be.
Using a hypothetical Phase 1 for example if:
NUMBER OF
FROM TO BASELINE ACTUAL WEATHER DAYS IN
DAYS DELAY DAYS EXCESS OF
BASELINE
July 10, 1999 July 31, 1999 5 3 -2
Aug. 1, 2000 Aug. 31, 2000 7 11 +4
Sept. 1, 2000 Sept. 8, 2000 1 4 +3
13 18 +5
Phase 1 Contract Time 60
Phase 1 Contract Time + Number Of Weather Delay Days In Excess Of Baseline 65
Phase 1 Actual Construction Time 67
Phase 1 Days Of Liquidated Damages 2
END OF SECTION 01035
01035-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I'
I
I
I
I
I
PART 1
.Lill
l..O2
PART 2
PART 1
.1Jl1
SECTION 01040
PROJECT COORDINATION
GENRE AT,
RET ,A TED DOCl TMENTS'
All contract documents and drawings apply to work of this section.
DESrRTPTTON OF WORK'
,
Minimum administrative and supervisory requirements necessary for coordination
of work on the project include but are not necessarily limited to the following:
1. Coordination and meetings.
2. Surveys and records or reports.
3. Limitations on use of site.
4. Special reports.
5. General installation provisions.
6. Cleaning and protection.
7. Conservation and salvage.
PROOl JCTS (Not applicable.)
EXECT TTTON
COORDTNATION AND MEETTNGS'
A. General' The Contractor shall prepare a written memorandum on required
coordination activities and include such items as required notices, reports
and attendance at meetings. Distribute this memorandum to each entity
performing work at the Project site. Prepare similar memorandum for
separate Contractors where interfacing of their work is required.
B. Preconstmction ronference' A Preconstruction Conference will be
scheduled after award of Contract and prior to issuance of a Notice to
Proceed. Key Project personnel representing the Prime Contractor and all
major Subcontractors will be required to attend this Conference. All other
parties involved with this Project, such as the Owner, Engineer, and FAA,
will also be represented. The entire Construction Schedule will be reviewed
carefully by all affected parties at the Preconstruction Conference. The
Contractor(s) shall prepare a detailed Construction Schedule for review prior
to and at the Preconstruction Conference.
01040-1
C.
I
I
I
I
I
I.
I
I
I
I
I
I
I
I
I
I
I
I
I
Coordination Meeting.'" The Contractor shall hold General Project
Coordination Meetings at regularly scheduled times convenient for all
parties involved. These meetings may be as often as weekly if required.
These meetings are in addition to specified meetings held for other purposes,
such as regular Project meetings and special Pre-installation Meetings.
Request representation at each meeting by every party currently involved in
coordination or planning for the work of the entire Project. Conduct
meetings in a manner which will resolve coordination problems. Record
results of the meeting and distribute copies to everyone in attendance and to
others affected by decision or actions resulting from each meeting.
1. The Contractor shall conduct daily coordination meetings with the
Engineer's representative, FAA and designated Owner's
representative to coordinate construction and airport operations.
D.
Progress Meeting.c:;. Conduct progress meetings by teleconference weekly
and at the project site monthly. Notify the Owner and Engineer of scheduled
meeting dates. Coordinate dates of meetings with preparation of the
payment request.
E.
Attendees' In addition to representatives of the Owner and Engineer, each
subcontractor, supplier or other entity concerned with current progress or
involved in planning, coordination or performance of future activities shall
be represented at these meetings by persons familiar with the project and
authorized to conclude matters relating to progress.
F.
Aeenda' Review and correct or approve minutes of the previous progress
meeting. Review other items of significance that could affect progress.
Include topics for discussion as appropriate to the current status of the
project, and to airport operational safety during construction.
1. Contractor's Constmctlon Scnednle' Review progress since the last
meeting. Determine where each activity is in relation to the
Contractor's Construction Schedule, whether on time or ahead or
behind schedule. Determine how construction behind schedule will
be expedited; secure commitments from parties involved to do so.
Discuss whether schedule revisions are required to ensure that
current and subsequent activities will be expedited; secure
commitments from parties involved to do so. Discuss whether
schedule revisions are required to ensure that current and subsequent
activities will be completed within the Contract Time.
01040-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I'
I
I'
I
I
I
2. Other: Review the present and future needs of each entity present,
including such items as:
Interface requirements.
Time.
Sequences.
Deliveries.
Off-site fabrication problems.
Access.
Site utilization.
Temporary facilities and services.
Hours of work.
Hazards and risks.
Housekeeping.
Quality and work standards.
Change orders.
Documentation of information for payment requests.
G. Re.,portlng' No later than 3 days after each progress meeting date, distribute
copies of minutes of the meeting to each party present and to other parties
who should have been present. Include a brief summary, in narrative form,
of progress since the previous meeting and report.
H. Schedule TJpd::iting' Revise the construction schedule after each progress
meeting where revisions to the schedule have been made or recognized.
Issue the revised schedule concurrently with the report of each meeting.
3...02
STJRVRYS AND RRCORDSIREPORTS' .
A. Con~tmctlon St::iklng' The Engineer has established survey base lines for
the Contractor. The Contractor shall take all necessary precautions to
prevent the loss or damage of primary control points. The Contractor will be
responsible for staking required for construction. Working from lines and
levels established by the design survey, establish and maintain 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.
01040-3
B.
Survey Procednre~' Before proceeding with the layout of actual work, verify
the layout information shown on the drawings, in relation to the property
survey and existing bench marks. As work proceeds, check every major
element for line, level and plumb. Maintain a surveyor's log or record book
of such checks; make this log or record book available for the Engineer's
teference. Record deviations from r.equired lines and levels, and advise the
Engineer promptly upon detection of deviations that exceed indicated or
recognized tolerances. Record deviations which are accepted, and not
corrected, on record drawings. Survey work shall be performed by and
under supervision of a professional (registered) land surveyor in the State of
South Carolina.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
C.
QIl~lity of Work- The elevations of permanent and temporary bench marks
shall be determined and recorded to the nearest 0.01 foot. Differential
leveling and transit traverses shall be of such precision that the error of
vertical closure in feet shall not exceed plus or minus 0.1 foot in 5000 feet.
The angular error of closure for transit traverses shall not exceed 1.0 minute
times the square root of the number of angles turned.
Slope stakes shall be placed, as a minimum, at 100 foot stations, breaks in
the original ground surface, and at any other intermediate stations necessary
to insure accurate location for construction layout and measurement. Slope
stakes and cross sections shall be perpendicular to the centerline. Significant
breaks in grade shall be determined for cross sections. Distances shall be
measured horizontally and recorded to the nearest 0.1 foot. Side shots for
interim construction stakes may be taken with a hand level.
D.
Record~' All survey data shall be recorded in fully identified, standard hard-
bound engineering survey field notebooks with consecutively numbered
pages. All field notes and printed data shall include the purpose or
description of the work, the date the work was performed, weather data,
sketches and the personnel who performed and checked the work.
Electronically generated survey data and computations shall be bound, page
numbered and cross referenced in a bound field notebook containing the
index for all. survey data and shall be signed and sealed by a registered Land
Surveyor in the State of South Carolina.
The construction survey records shall be available at all times during the
progress of the work for examination and use by the Engineer and copies
shall be made available to the Engineer upon request. The original field
notebooks and other records shall be turned over to and become the property
ofthe Owner prior to final acceptance of the work.
01040-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
E. QA ~nrvey ~ervice~' Contractor shall furnish surveying services required to
establish horizontal and vertical location of soil density tests by Owner's
quality assurance testing laboratory.
F. Rneineer ~erviceS' Engineer will furnish available benchmark and
coordinate information at no cost to Contractor.
3Jl3.
T JMTT A TTON~ ON T ISR OF THR ~TTR.
A. General' Limitations on site usage as well as specific requirements that
impact site utilization are indicated on the drawings and by other contract
documents. Schedule deliveries so as to minimize space and time
requirements for storage of materials and equipment on site.
B. Waste ni~po~al' Waste materials shall be disposed of as specified elsewhere
in Contract Documents.
3...04 MRASITRRMRNT ANT) PA YMRNT'
No measurement or payment will be made for work in this item; it will be
considered as incidental cost to Mobilization and other items of work.
END OF SECTION 01040
01040-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 01090
REGULATIONS AND DEFINITIONS
PART 1
GENERAL
1.01
RELATED DOCUMENTS:
Drawings, General Provisions, Supplementary Conditions, Specifications, and
other contract documents apply to work of this section. See Section 10 of General
Provisions for additional definitions.
1.02
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, statutes, ordinances and
lawful orders issued by governing authorities, as well as those rules,
conventions and agreements within the construction industry which
effectively control the performance of the work regardless of whether they
are lawfully imposed by governing authority or not.
B. Governing Regulations: Refer to General Provisions, Supplementary
Conditions, and General Requirements 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 explicitly in another element of the contract documents.
B. General Requirements: Provisions and requirements of Division 1 sections
apply to the entire work of the contract and, where so indicated, to other
elements which are included in the project.
01 090-1
C.
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
I
Indicated: The term "indicated" is a cross-reference to graphic
representations, notes or schedules on the drawings, to other paragraphs or
schedules in the specifications, and to similar means of recording
requirements in contract documents. Where terms such as "shown",
"noted", "scheduled", and "specified" are in lieu of "indicated" , it is for the
purpose of helping the reader locate the cross-reference, and no limitation
of locations is intended except as specifically noted. '
D.
Directed, Requested, etc;: 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.
Approved: Where used in conjunction with the Engineer's response to
submittals, requests, applications, inquiries, reports and claims by the
Contractor, the term "approved" will be held to limitations of the
Engineer I s responsibilities and duties as specified in General Provisions and
Supplementary Conditions. In no case will the Engineer's approval be
interpreted as a release of the Contractor from responsibilities to fulfill
requirements of contract documents or acceptance of the work, unless
otherwise provided by requirements of the contract documents.
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 performing other construction as part of the project.
The extent of the project site is shown on the drawings.
G.
Furnish: The term "furnish" is used to mean "supply and deliver to the
project site, ready for unloading, unpacking, assembly, installation, and
similar operations."
H.
Install: The term "install" is used to describe operations at project site
including the actual "unloading, unpacking, assembly, erection, placing,
anchoring, applying, working to dimension, finishing, curing, protecting,
cleaning and similar operations. "
1.
Provide: The term "provide" means "to furnish and install, complete and
ready for the intended use."
01090-2
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
J. Installer: The "installer" is the "the entity" (person or firm) engaged by the
Contractor, its subcontractor or sub-subcontractor for performance of a
particular element of construction at the project site, including installation,
erection, application and similar required operations. It is a requirement
that installers are experienced in the operations they are engaged to
perform.
K. Incidental To: The term "incidental to" shall mean that the cost associated
with a designated particular work element shall be considered to be included
in the unit price of the item (or items) that the particular element is
prescribed to be incidental to.
1.04 SUBMITTALS:
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.
PART 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
PART 1
GENERAL
1.01
DESCRIPTION:
A. Method of Measurement and Payment: This section supplements Section 90
of the General Provisions and establishes the method of measurement and
payment for work performed under this contract. .
B. Unit Price: Except where lump sum is indicated, payment. for work
performed shall be made on a unit price basis in accordance with the accepted
bid and the method of payment provided in the General Provisions.
C. Related Requirements in Other Parts of the Specifications:
1. Bid (proposal).
2. Agreement.
3. Conditions of the Contract.
D. Related Requirements Specified in Other Sections:
1. Scope of Work - Section 01010.
2. Submittals - Section 01300.
3. Contract Closeout - Section 01700.
E. Work With No Identified Payment Items: No additional payment will be
made for items of work for which a separate payment item is not specified or
contained in the Bid Schedule; such work shall be deemed incidental to the
project and payment for said work shall be considered as included in the
various unit bid prices.
1.02
APPLICATIONS FOR PAYMENT:
A. Submittal Schedule: Submit Applications for Payment to the Engineer in
accordance with the schedule established by Conditions ofthe Contract and
Agreement between Owner and Contractor.
B. Format and Data Required:
1. Submit Applications for Partial Payment on the form required by
Owner with itemized data typed on 8 1/2 x 11 inch white paper
continuation sheets.
01150-1
2. Provide itemized data on continuation sheet: Format, schedules, line
items and values: Those of the Schedule of Values accepted by the
Engineer.
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
I
c.
Preparation of Application for Each Progress Payment:
1. Application Form:
a. Fill in required information, including that for Change Orders
executed prior to the date of submittal of application.
b. Fill in summary of dollar values to agree with the respective
totals indicated on the continuation sheets.
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 offvalues 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 subst~ntiating data, Contractor
shall submit suitable information with cover letter identifying:
a. Project.
b. Application number and date.
c. Detailed list of enclosures.
01150-2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
d. For stored products: Item number and identification as shown
on application.
e. Description of specific material.
2. Submit one copy of data and cover letter for each copy of appHcation.
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 Provisions and Funding
Agency Requirements.
2. Engineer will transmit Certificate for Change to Owner and Agency
for approval.
3. When Owner and Agency approval is received, Change Order will be
included under next partial Application for Payment.
4. When the Owner or Engineer require substantiating data, Contractor
shall submit suitable information with cover letter identifying:
a. Actual cost ofmaterials/equipment.
b. All costs of labor and equipment including number of
men/equipment and hourly rates.
c. All overhead and profit data.
d. If work to be done by a subcontractor, then provide detail of
the subcontractor's actual costs (both labor and materials),
and all overhead and profit data.
1.04
MEASURES AND WEIGHTS:
A. Contractor Assistance: To aid the Owner in determining all quantities, the
Contractor shall, whenever so requested, provide scales, equipment and
assistance for weighing or for measuring any of the materials at no cost to the
Owner.
B. Weights and Measures: Quantities for payment will be the actual weight or
actual measure, and no special or trade or so-termed customary allowances
01150-3
will be made, nor will any material which is lost or misplaced be included for
payment.
C. Use of Planimeter: 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 instrument of precision to the measurement
. of such areas.
D. Precedence of Dimensions: Figured dimensions on drawings shall take
precedence over measurement by scale, and detailed working drawings are to
take precedence over general drawings and shall be considered as explanatory
of them and not as indicating extra work.
PART 2
PRODUCTS (Not Applicable)
EXECUTION (Not Applicable)
PART 3
END OF SECTION 01150
01150-4
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
.1
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 01300
SUBMITT ALS
PART 1
GENERAL
1.01
SUBMITTALS BY CONTRACTOR:
A. Construction Progress Schedule.
B. Certifications as specified in the various sections.
C. Shop Drawings and Project Data as specified in the various sections.
D. Miscellaneous:
1. Equipment Manuals.
2. Weekly Payroll.
3. EEO Reports.
4. DBE Expenditure Report.
5. Safety Plan.
6. Security Plan.
7. Warranties and Bonds.
8. QC Plan.
9. Other( s) as required.
1.02
PROGRESS SCHEDULE:
A. Bar-Chart Schedule: Submit a bar-chart construction schedule 7 calendar
days prior to the preconstruction conference date established for the work.
On the schedule, indicate a time bar for each major category or unit of work
to be performed at the site, properly sequenced and coordinated with other
elements of work. Show completion of the work sufficiently in advance of
the date established for substantial completion of work.
B. Sequencing: Arrange schedule with notations to show how sequence of work
is affected by requirements for phased completion, limitations of continued
utilization, non-interruptible services, use prior to substantial completion, site
restrictions, roadway closures, provisions for future work, seasonal
variations, environmental control, and similar provisions oftotal project. The
sequencing/safety schedule is required at least 10 days prior to the
preconstruction meeting. Each subsequent phasing schedule is required at
01300-1
least two weeks before the phase is to begin. Refer to other sections of
Division 1 and other contract documents for requirements.
C. Distribution: Following the initial submittal to and response by the Engineer,
print and distribute progress schedules to the Engineer (3 copies), Owner,
separate contractors, principal subcontractors and suppliers or fabricators, and
others with a need-to-know schedule-compliance requirement. Post copies in
the project meeting room and temporary field office. When revisions are
made, distribute updated issues to the same entities and post updated issues in
the same locations. Delete entities from distribution when they have
completed their assigned work and are no longer involved in the performance
of scheduled work.
D. Update: Contractor shall update the schedule monthly for duration of
construction.
1.03
SHOP DRAWINGS AND PRODUCT DATA:
A. Scope: Submit shop drawings, certifications, and product data for all
products to be incorporated in the work.
B. Shop Drawings 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.
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
I
I
I
I
I
I
I
I
I
I
I
I
I
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:
1. Be responsible for all submittals.
2. Review shop drawings and product data prior to submission.
3 . Verify:
a. Field measurements.
b. Field construction criteria.
c. Catalog numbers and similar data.
4. Coordinate each submittal with the requirements of the work and of
the Contract Documents.
-5. Notify the Engineer, in writing at time of submission, of deviations in
submittals from requirements of the Contract Documents.
6. Begin no work which requires submittals until the return of
submittals with the Engineer's stamp and initials or signature
indicating review.
7. After the Engineer's review, distribute copies.
E.
Contractor's Responsibilities:
1. Contractor's responsibility for errors and omissions in submittals is
not relieved by the Engineer's review of submittals.
2. Contractor's responsibility for deviations in submittals from
requirements of the Contract Documents is not relieved by the
Engineer's review of submittal, unless the Engineer gives written
acceptance of specific deviations.
01300- 3
F.
Submission Requirements Include:
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1. The shop drawings shall be submitted in sufficient time to allow
discussion and correction prior to beginning the work. Work shall
not be performed nor materials ordered prior to the review of the
drawings except at the Contractor's risk.
2. Submit 6 copies of all shop drawings after which one copy will be
returned for correction or marked reviewed as noted. Any drawings
returned for correction must be resubmitted with same number of
copies as required above.
3. All submittals must be accompanied by a transmittal letter, III
, i
duplicate, containing:
a. Date.
b. Project title and number.
c. Contractor's name and address.
d. The number of. each shop drawing and product data
submitted.
e. Notification of deviations from Contract Documents.
[ Other pertinent data.
4. Submittals shall include the following, as applicable:
a. Date and revision dates.
b. Project title and number.
c. The names of:
(1) Engineer.
(2) Contractor.
(3) Subcontractor.
(4) Supplier.
(5) Manufacturer.
(6) Separate detailer when pertinent.
d. Identification of product or material.
e. Relation to adjacent structure or materials.
f. Field dimensions, clearly identified as such.
01300-4
I
I
I
I
I
I
I
I
I
I
I
I
.1
I
I
I
I
I
I
g. Specification item or section number.
h. Applicable standards, such as ASTM number or Federal
Specification.
1. A blank space, 5 in. x 5 in., for the Engineer's stamp.
J. Identification of deviations from the Contract Documents.
k. Contractor's stamp, initialed or signed, certifYing Contractor's
review of submittal,' verification of field measurements, and
compliance with Contract Documents.
G.
Resubmission Requirements Include:
1. Revision of initial drawings as required and resubmittal as specified
for initial submittal.
2. An indication on the drawings of any changes which have been made,
other than those requested by the Engineer.
3. On product data resubmittals, include new data as required for initial
submittal.
H.
. Distribution to Others:
After review and approval, the Contractor will distribute copies of shop
drawings and product data which carry the Engineer's stamp to others as may
be required.
1.
Shop Drawings and Product Data:
1. Submit notarized certifications cosigned by manufacturer/supplier
and Contractor for:
a. All fencing components (Fabric, barb wire, etc.);
b. Filter Fabric;
c. Rip Rap;
d. Concrete.
01300-5
2. Submit shop drawings, product data and steel placement plans for:
All other products as required by the drawings, specifications ,and
Engineer.
1.04
MISCELLANEOUS:
A. Equipment Manual: Prepare an Installation, Operation, and Maintenance
Manual for all airport lighting and other equipment installed as a part of this
contract. This manual shall be a vinyl notebook with ring bound 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.
B. Weekly Payrolls:
1. In accordance with Section 100 of the General Provisions submit
certified weekly payrolls for prime contractor and all subcontractors
working at project site.
2. Submit payrolls no later than 7 calendar days after pay period.
Payrolls will be considered current if received within 10 calendar
days after last workday of payroll workweek. A workweek is the
seven day period between midnight Sunday and midnight the
following Sunday.
3. The Contractor is responsible for submission of payrolls by his
subcontractors.
4. Submit a typed summary sheet with each payroll submission listing
by week when contractor and each subcontractor worked at site.
5. A payroll submission is only required for weeks when Contractor or
subcontractor is actually working at the site.
C. EEO Reports:
1. Contractor shall submit Monthly Employment Utilization Report and
Annual EEO-l Report to the appropriate Federal Labor Area Office
in accordance with Section 100 of the General Provisions. Submit
copy of submittal to Owner for his records.
2. Prime Contractor shall insure that all his first tier subcontractors
submit these reports and shall submit a sworn statement to Owner
01300-6
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART 2
PART 3
monthly certifying that all subcontractor reports have been submitted
as required.
D. DBE Expenditure Reports:
With each application for payment, the Contractor shall submit his DBE
: expenditure report indicating the name, date and amount disbursed to his
DBE subcontractors for the period as well as for the project to date
expenditure.
E. Security Plan:
At preconstruction conference submit for approval, proposed security plan
describing specifically how security will be maintained at each access point
and work area by Contractor's forces. ' '
F. Warranties and Bonds:
Submit as specified in Section 01740.
PRODUCTS (Not Applicable)
EXECUTION (Not Applicable)
END OF SECTION 01300
01300-7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART 1
SECTION 01510
TEMPORARY FACILITIES
GENERAL
1.01
DESCRIPTION:
1.02
PART 2
A. Contractor shall furnish, install and maintain temporary utilities required for
construction and other temporary facilities as indicated; remove on
completion of work.
B. Related requirements are specified in other sections of the specifications.
REQUIREMENTS OF REGULATORY AGENCIES:
A. Comply with National Electric Code.
B. Comply with Federal and Local codes and regulations and with utility
company requirements.
PRODUCTS
2.01
PART 3
MATERIALS, GENERAL:
Materials and equipment may be new or used, but must be adequate in capacity for
the required usage, must not create unsafe conditions, and must not violate
requirements of applicable codes and standards. Acceptability of all items will be
determined by the Engineer.
EXECUTION
3.01
3.02
TEMPORARY ELECTRICITY AND LIGHTING:
Provide temporary electrical service required for power and lighting, and pay all costs
for service and for power used.
TEMPORARY WATER:
A. Provide water for construction purposes; pay all costs for installation,
maintenance and removal, and service charges for water used.
01510-1
B. The site is served by a municipal water system. The Contractor shall make
arrangements for securing and providing necessary water as required for the
performance of the work.
3.03
TEMPORARY SANITARY FACILITIES:
A. Provide sanitary facilities in compliance with laws and regulations.
B. Service, clean and maintain facilities and enclosures.
3.04
TEMPORARY SUPPORT FACILITIES:
A. General: Provide reasonably neat and uniform in appearance temporary
support facilities acceptable to the Engineer and the Owner.
B. Siting: Locate field offices, storage and fabrication sheds and other support
facilities for easy access to the work. Position office so that windows give
the best possible view of construction activities.
C. Maintenance: Maintain field offices, on-site plants, storage and fabrication
sheds, temporary sanitary facilities, waste collection and disposal systems,
and project identification and temporary signs until project completion.
D. Airfield Communications:
1. Contractor shall furnish his construction personnel with sufficient
truck and hand-held transceiver radios to allow all construction
locations to be in radio contact with the Airport Operations
Department. When working within active runway or taxiway safety
areas, project superintendents shall be in constant radio contact with
ATCT and shall be responsible for controlling the movement of
project equipment, vehicles and personnel.
2. The Contractor shall also furnish the Engineer's resident project
representative 1 (one) transceiver radio for his exclusive use for the
duration of the project. The radio shall be a Bendix King KX-99
handheld transceiver or approved equal with the following
accessones:
A. 115v AC wall Charger.
B. Ear phone.
C. Car cigarette lighter DC Charger.
D. One spare battery.
3. The Contractor will not be directly compensated for providing two-
way radios as this work is considered incidental to the work covered
01510-2
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
I
I
I
I
I
I
I
I
I
I
I
I
I
by the various contract items. All radios shall remain the property of
the Contractor at the completion ofthe project.
E. Staging Area: Contractor shall prepare his staging area by grading, drainage,
and placing a six (6) inch thick CABC over the entire staging area. The
access road(s) shall be constructed of materials and a thickness that will
: adequately support the Contractor's proposed equipment and vehicles. The
Contractor shall apply a periodic 'top dressing to the CABC in order to
minimize any fugitive dust or mud during the construction period. Upon
completion of the project, the base shall be completely removed, the site
graded to drain, and then seeded with bermuda seed and mulched to the
satisfaction ofthe Owner.
F. Access and Haul Roads:'
1. The locations of access and haul roads will be approved by the
Engineer and are shown on the drawings. These roads will be located
to minimize conflict with Airport operations and shall be maintained,
well defined, and confined to the minimum area required. Damaged
roads shall be promptly repaired by the Contractor to the satisfaction
of the Engineer at no cost to the Owner. The Contractor shall
construct a haul route of adequate materials and thickness to support
his/her equipment and vehicles to access the proposed staging area
site and remove this haul route upon completion of the project.
2. The Contractor shall maintain the access and haul roads and shall
monitor the roads as required to create no dust. All project traffic
must be routed through these areas. The Contractor shall provide all
markings required to clearly define the access and haul roads.
3. The Contractor will be responsible for obtaining any necessary
driveway permit(s) from local agencies for access and haul roads.
4. If access or haul routes cross a utility, the Contractor shall protect the
utility as directed by the Owner of the utility.
5. There shall be no direct payment for the construction,
maintenance, and removal of all access and haul roads.
6. Access routes that cross existing FAA NA V AID cables shall be
bridged with a 1" thick by 5 foot wide steel plate(s) that span the
width of the access route to protect the existing FAA cable(s) as
directed by the Engineer.
3.05
EXECUTION, GENERAL:
Maintain and operate systems to assure continuous service.
01510-3
3.06 REMOVAL:
A. Completely remove temporary materials and equipment when their use is no
longer required.
B. Clean and repair damage caused by temporary installations or use of
temporary facilities. Restore grassed and paved ,areas to their pre-
construction condition.
3.07 MEASUREMENT AND PAYMENT:
No measurement and payment for Temporary Facilities will be made. All provisions
of this section other than that listed below, including their removal costs shall be
included in Item 01000, Mobilization.
END OF SECTION 01510
01510-4
I
I
I
I
I
I,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 01600
MATERIAL AND EQUIPMENT
PART 1
GENERAL
1.01
GENERAL:
A. Material and Equipment (Products) Incorporated Into the Work:
1. Shall conform to applicable specifications and standards.
2. Shall comply with size, make, type and quality specified, or as
specifically approved in writing by the Engineer.
3. Shall not be used for any purpose other than that for which it is
designed or is specified.
B. Manufactured and Fabricated Products:
1. Design, fabricate and assemble in accord with the best engineering
and shop practices.
2. Manufacture like parts of duplicate units to standard sizes and gages,
to be interchangeable.
3. Products shall be suitable for service conditions.
4. Equipment capacities, sizes and dimensions shown or specified shall
be adhered to unless variations are specifically approved by Engineer
in writing.
C. Related Requirements in Other Parts ofthe Project Manual:
1. Conditions of the Contract.
D. 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.
01600-1
2. A single supplier shall be used on principal items of equipment and
systems where one or more components are not manufactured by the
principal supplier; this is required to place performance and service
responsibilities for the entire unit or system with only one supplier or
manufacturer.
1.02
PRODUCTS 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 products specified by naming several products or manufacturers,
select anyone of the products or manufacturers named, which
complies with the specifications.
C. Product Substitutions:
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 ofthe qualities of the proposed substitution with
that specified.
b. Changes required in other elements ofthe work because ofthe
substitution.
c. Effect on the construction schedule.
d. Cost data comparing the proposed substitution with the
product specified.
01600-2
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
I
I
I
I
I
I
I
I
I
I
I
I
I
e. Any required license fees or royalties.
f. Availability of maintenance servIce, and source of
replacement materials.
3. Engineer shall be the judge of the equality ~d acceptability of the
proposed substitution.
4. 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.
5. No further requests for substitutions will be considered after
Preconstruction Conference.
D. Contractor's Representation: A request for a substitution constitutes a
representation that Contractor:
1. Has investigated the proposed product and determined that it is equal
to or superior in all respects to that specified.
2. Will provide the same warranties or bonds for the substitution as for
the product specified.
3. Will coordinate the installation of an accepted substitution into the
work, and make such other changes as may be required to make the
work complete in all respects.
4. Waives all claims for additional costs, under his responsibility, which
may subsequently become apparent.
E. Engineer's Review: Engineer will review requests for substitutions with
reasonable promptness and notify Contractor, in writing, of the decision to
accept or reject the requested substitution.
1.03
MANUFACTURER'S INSTRUCTIONS:
A. Printed Instructions: When Contract Documents require that installation of
work shall comply with manufacturer's printed instructions, Contractor shall
obtain and distribute copies of such instructions to parties involved in the
installation, including copies to Engineer.
1. Maintain one set of complete instructions at the job site during
installation and until completion.
01600-3
B. Strict Compliance: 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.
C. Complete Compliance: Perform work in accord with manufacturer's
instructions. Do no omit any preparatory step or installation procedure unless
specifically modified or exempted by Contract Documents.
1.04
TRANSPORTATION AND HANDLING:
A. Deliveries: Contractor shall arrange deliveries of products in accord with
construction schedules; coordinate to avoid conflict with work and conditions
at the site.
1. Deliver products in undamaged condition, in manufacturer's original
containers or packaging, with identifying labels intact and legible.
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. Handling: Provide equipment and personnel to handle products by methods
to prevent soiling or damage of products or packaging.
1.05
STORAGE AND PROTECTION:
A. Storage: Store products in accord with manufacturer's instructions, with seals
and labels intact and legible. '
L Store products subject to damage by the elements in weathertight
enclosures.
2. Maintain temperature and humidity within the ranges required by
manufacturer's instructions.
01600-4
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART 2
PART 3
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 condens~tion.
2. Store loose granular materials in a well-drained area on solid surfaces
to prevent mixing with forei~ matter.
C. Storage Inspection: Arrange storage in a manner to provide easy access for
inspection. Make periodic inspections of stored products to assure that
products are maintained under specified conditions, and free from damage or
deterioration.
D. Protection After Installations: Provide substantial coverings as necessary to
protect installed products from damage from traffic and subsequent
construction operations. Remove when no longer needed.
PRODUCTS (Not Applicable)
EXECUTION (Not Applicable)
END OF SECTION 01600
01600-5
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
SECTION 01700
CONTRACT CLOSEOUT
PART 1
GENERAL
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 ofthe 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.
2. Project Record Documents: Section 01720.
3. Warranties and Bonds: Section 01740.
1.02
SUBSTANTIAL COMPLETION:
The conditions and procedures for inspection; and Contractor's, Engineer's and
Owner's responsibilities pertaining to substantial completion are as specified in the
General Provisions and in the Supplementary Conditions.
PART 2
PRODUCTS (Not Used)
PART 3
EXECUTION
3.01
FINAL INSPECTION:
A. Shall be in accordance with conditions and procedures outlined in the
Contract Documents.
B. When Engineer finds that the work is acceptable under the Contract
Documents, he will request required Contractor's Closeout Submittals.
01700-1
3.02 REINSPECTION FEES:
A. Should Engineer perform reinspections due to failure ofthe work to comply
with the claims of status of completion made by the Contractor:
1:. Owner will compensate Engi~eer for such additional services.
2. Owner will deduct the amount of such compensation from the final
payment due the Contractor.
3.03 CONTRACTOR'S CLOSEOUT SUBMITTALS TO ENGINEER:
A. Evidence of compliance with requirements of governing authorities:
1. Certificates of Inspection.
B. Project Record Documents: Conform to requirements of Section 01720. To
be submitted as a condition for release of final payment (including retainage).
C. Warranties and Bonds: Conform to requirements of Section 01740.
D. Evidence of payment and release of liens: To requirements of General
Provisions and Supplementary Conditions.
E. Certificates of Insurance for products and completed operations.
F. Once the Engineer has determined the work is acceptable under the Contract
Documents, he will furnish the Contractor appropriate number of copies of
the following forms, copies of which are attached:
a) Contractor Warranty Form
b) Affidavit of Payment
c) Affidavit of Release of Liens
d) Final Waiver of Lien
e) Consent of Surety for Final Payment
f) Final DBE Participation Report
3.04 PAYMENT:
No separate payment will be made under this section for work described or specified
herein.
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
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CONTRACTOR WARRANTY FORM
PROJECT:
LOCATION:
OWNER:
We
, Contractor
(Company Name)
for the above-referenced project, do hereby warrant all the labor and materials furnished
and work performed are in accordance with the Contract Documents and authorized
modifications thereto, and will be free from defects due to the defective materials or
workmanship for a period of one year from Date of Substantial Completion.
This warranty commences on
Date of Substantial Completion
and expires on
This warranty covers that portion of the project described below:
Should any defect develop during the warranty period due to improper materials,
workmanship or arrangement, the defect shall, upon written notice by the Owner, be
made good to the Undersigned at no expense to the Owner.
Nothing in the above shall be deemed to apply to work that has been abused or neglected
by the Owner.
DATE:
FOR:
(Company Name)
BY:
TITLE:
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AFFIDAVIT OF PAYMENT
To All Whom It May Concern:
WHEREAS, the undersigned has been employed by
to furnish labor and materials for
work,
for
III
under a contract
the improvement of property described as
the of
of which
County of
, State of
is the Owner,
NOW, THEREFORE, this _ day of
,20_,
The undersigned, as the Contractor for the above-named Contract pursuant to the Contract hereby certified
that, except as listed below, he has paid in full or has otherwise satisfied all obligations for all materials and
equipment furnished, for all work, labor and services performed, and for all indebtedness and claims against
the Contractor for damages arising in any manner in connection with the performance of the Contract
referenced above for which the Owner or his property might in any way be held responsible.
EXCEPTIONS: (If none, write "None". If required by the Owner, the Contractor shall furnish bond satisfactory to
the Owner for each exception.)
ATTACHMENTS:
I. Consent of Surety afFinal Payment. (Whenever Surety is involved, Consent of Surety is required.)
2. Contractor's Release or Waiver Liens, conditional upon receipt of final payment.
3. Separate Releases or Waivers of Liens form Subcontractors and material and equipment suppliers.
4. Contractor's Affidavit of Release Lien.
(SEAL)
CONTRACTOR (Name of sole ownership, corporation or partnership)
(Affix corporate
seal here)
(SEAL)
(Signature of Authorized Representative)
TITLE:
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
AFFIDAVIT OF RELEASE OF LIEN
To All Whom It May Concern:
WHEREAS, the undersigned has been employed by
to furnish labor and materials for
work,
for
In
under a contract
the improvement of property described as
the of
of which
County of
, State of
is the Owner,
NOW, THEREFORE, this _ day of
,20_,
The undersigned, as the Contractor for the above-named Contract pursuant to the Conditions of the Contract
hereby certifies that to the best of his knowledge, information and belief, except as listed below, the
Releases or Waivers of Lien attached hereto include the Contractor, all Subcontractors, all suppliers of
materials and equipment, and all performers of Work, labor or services, who have or may have liens against
any property of the Owner arising in any manner out of the performance of the Contract referenced above.
EXCEPTIONS: (If none, write "None". If required by the Owner, the Contractor shall furnish bond satisfactory to
the Owner for each exception.)
ATIACHMENTS:
1. Contractor's Release or Waiver of Liens, conditional upon receipt of final payment.
2. Separate Releases or Waivers of Liens from Subcontractors and material and equipment suppliers.
(SEAL)
CONTRACTOR (Name of sole ownership, corporation or partnership)
(Affix corporate
seal here)
(SEAL)
(Signature of Authorized Representative)
TITLE:
I
I
FINAL WAIVER OF LIEN
I
To All Whom It May Concern:
I
WHEREAS, the undersigned has been employed by
to furnish labor and materials for
contract for the improvement of property described as
in the
work, under a
(City-Village) of
I
County of
, State of
of which
is the
Owner,
I
NOW, THEREFORE, this _ day of
,20_,
I
for and in consideration of the sum of (E)
I
I
Dollars paid simultaneously herewith, the receipt whereof is hereby acknowledged by the undersigned, the undersigned does
hereby waive and release any lien rights to, or claim of lien with respect to and on said above-described premises, and the
improvements thereon, and on the monies or other considerations due to become due from the owner, on account of labor,
services, material, fixtures, apparatus of machinery heretofore or which may hereafter be furnished by the undersigned to or for
the above-described premises by virtue of said contract.
I
(F) , (SEAL)
(Name of sole ownership, corporation or partnership)
I
(Affix corporate
seal here)
(SEAL)
(Signature of Authorized Representative)
TITLE:
I
I
INSTRUCTIONS FOR FINAL WAIVER
I
(A) Person or finn with whom you agreed to furnish either labor, or services, or materials, or both
(8) Fill in nature and extent of work; strike the word labor or the word materials ifnot in your contract
(C) If you have more than one contract on the same premises, describe the contract by number if available, date and extent of work
,I
(D) Furnish an accurate enough description of the improvement and location of the premises so that it can be distinguished from any other property.
(E) Amount shown should be the amount actually received and equal to total amount of contract as adjusted
I
(F) If waiver is for a corporation, corporate name should be used, corporate seal affixed and title of officer signing waiver should be set forth; if waiver
is for a partnership, the partnership name should be used, partner should sign and designate himself as partner
I
Construction Industry Affairs Committee of Chicago
I
I
I
I
I
I
I
I
I
I'
I
I,
I
I
I
I
I
I
I
I,
I
CONSENT OF SURETY
For Final Payment
Project Name
Location
Project No.
Contract No.
Type of Contract
Amount of Contract
In accordance with the provisions of the above-named contact between the Owner and the
Contractor, the following named surety:
on the Payment Bond ofthe following named Contractor:
hereby approves of final payment to the Contractor, and further agrees that said final payment to
the Contractor shall not relieve the Surety Company named herein of any of its obligations to the
following named Owner: as set forth in said Surety company's bond:
IN WITNESS WHEREOF, the Surety Company has hereunto set its hand and seal this _ day
of 20
(Name of Surety Company)
(Signature of Authorized Representative)
(Affix corporate
seal here)
TITLE
IF SIGNED BY ATTORNEY-IN-FACT POWER OF ATTORNEY MUST BE ATTACHED.
I
I
I
I
I '8
~CQ
2;2;
~. ~~
I, <C
Q ~~
~~
I' ~~
~ ~~
00
I, 0 E-<E-<
~
~ ~
I z 0
0 0 E-<
~
~
I <
~ '8
~ ~CQ
U
~ 2;~
I ~ >i1~
< Z3~
~ ';I?'$.
~
I ~
~
I,
I'
~
I' 0
~
~
I ~
Q
I' 0 0
0 ~ ~ -
~
z 0 >i1
0 E-< E-< E-< P..
Z U U U E-<
I E-< ~ ~ ~ ~
~
0 ~ ~
P..
~ 0 0
U U U U
I
VJ
d~
~<C
~~
~E-<
~
~Q
VJO
d(:2
~~
~~
~~
~ .
0>i1
ugJ
g5d
VJ<C
~
0
'~
gJo
VJu
~ .
~~
00
I
P..o:::
~~
VJ,....4
>i1 D D D D D
~
~ D D D D D
CQ
Q
Z
S~
~o
o:::~
U~
[go
Q
~
0
E-<
U
Z3u
g5
VJ
P:i
E-<
Q<C ~
~~ ~ ~
of-< Q
&lfS 0 ~
>i1E-< Q Q E-<
p..U 0 0 Q Cl
~i E-< E-< ~ 0
VJ VJ b
d d ~
I 0
~u I ffi ~
o~ 0
P.. ~
~- ~ w
~g:; >i1 ~
>i1 ~
CQ ~ 0
>?-< Q ~ 0
~CQ ~ ~ ~ ~
0 !"-<
E-< ~ 0
0 0 0 '1Z
0
E-< E-< E-< ~ w
CQ CQ
Q ~
"
>i1
~.~
~E-<55
ou _
~~~tJ
fE05~
E-<ut=:~
E-<~g~
~~~~
~~u,....4
E-< o~
0::: ~ Q d 'f!3
~ d<C;2;
UE-<7>_
?-<~~<cE-<
~:4~VJ?-<
~~~~~
-~~~~
~
b
E=:
o'/l
w
~
;:J
~
~
""
I
I
I
I
I
I
I'
I
I
I
t
I
-If
I
,Ii
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 ofthe 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. All disposal of waste materials shall be off-site at approved locations.
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.
B. Should Contractor propose disposal of materials at sites not property of
Owner (landfills, etc.), submit two (2) copies ofthe property Owner's
written permission for such disposal with Disposal Plan required by these
specifications.
PART 2
PRODUCTS
2.01
MATERIALS:
A. Use only those cleaning materials which will not create hazards to health
or property and which will not damage surfaces.
B. Use only those cleaning materials and methods recommended by
manufacturer of the surface material to be cleaned.
01710-1
2.02 '
c.
Use cleaning materials only on surfaces recommended by cleaning material
manufacturer.
BARRIERS AND PROTECTION:
PART 3
A. Protect existing structures and vegetation from cleaning and disposal
operations as required.
EXECUTION
3.01
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.
01710-2
,I
I'
I
I
I
I"
I
,I
I
I
t
,I
I
I
(I,
I
I
I
I
"
'I
I
I
I
I
I'
I
I
I
I
I
I
I~
I,
,I
'I
I
I
PART 1
, '
SECTION 01720
PROJECT RECORD DOCUMENTS
1.01
GENERAL
PART 2
PART 3
GENERAL REQUIREMENTS:
A. Contractor shall maintain at the site as specified hereIn for the Owner one
record copy of:
1. Drawings.
2. Specifications.
3. Addenda.
4. Change orders and other modifications.
5. Engineer field orders or written instructions.
6. Approved shop drawings, product data and samples.
7. Field test records.
8. Laboratory test records.
B. Related requirements in other parts of the Project Manual:
1. Conditions of the Contract.
PRODUCTS (Not Used.)
3.01
EXECUTION
MAINTENANCE OF DOCUMENTS AND SAMPLES:
A. Store record documents and samples in Contractor's field office apart from
documents used for construction.
B. File documents and samples in accordance with data filing format of the
Construction Specifications Institute - MASTERFORMA T.
C. Maintain documents in a clean, dry, legible condition and in good order. Do
not use record documents for construction purposes.
D. Make documents and samples available at all times for inspection by
Engineer.
01720-1
Addendum No.2
3.02
RECORDING:
A. Stamp or label each document "PROJECT RECORDS" in 3/4 inch letters.
B. During daily progress of the work, the job superintendent for the Contractor
shall record information concurrently with construction progress.
,
1. Do not conceal any work until required information is recorded.
C. Drawings: Legibly mark to rec?rd actual construction in color codes
designated by the Engineer. .
D. Record Information includes but is not limited to the following:
1. Horizontal and vertical locations of pavements and underground
utilities and appurtenances, referenced to permanent surface
improvements or finish reference datum.
2. Field changes of dimension and detail.
3. Changes made by field order or by change order.
4. Details not on original contract drawings.
5. Extent and dimensions of pavement' removal.
6. Any other changes in the plans.
7. Storm drainage, water and sewer line construction:
a. Exact distance between all manholes, inlets or points of
intersection.
b. The invert elevation of the end of all pipes, services and
stubouts, and headwalls.
c. The rim (top of frame) or top of grate and invert elevations of
all manholes, catch basins, and other structures.
8. Electrical construction identification:
a. Exact distance between all manholes or points of intersection.
b. Exact size and location of duct bank or cable run and what
circuits it feeds.
01720-2
Addendum No.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,
I.
I
I-
I
t
I
I:
I'
,I
I
I
I'
I
c. Exact location of any lines abandoned in place.
d. Rim and invert elevation of all manholes and duct banks.
e. Depth of cover on direct burial lines.
E. Set one (1) Concrete Benchmark and document location and elevation data.
F. Specifications and addenda: Legibly mark each section to record:
1. Manufacturer, trade name, catalog number, and supplier of each
product and item of equipment actually installed.
2. Changes made by field order or by change order.
G. All horizontal control dimensions shall be to the nearest tenth of a foot.
Elevations shall be to the nearest one-hundredth of a foot.
3.03
SUBMITTAL:
A. The Contractor shall furnish a legible set of "as-built" plans, in good
condition, to the Engineer no later than the date of Final Inspection. Such
plans shall have all significant changes marked in the color red. The
Engineer shall review the marked plans for accuracy, legibility, and
completeness. As-built plans, approved by the Engineer, must have the
Engineer's signature on the cover sheet. No "as-built" plans will be accepted
by the Owner without the approval of the Engineer. The Contractor shall
provide all necessary information to the degree of accuracy required by
Engineer in order to obtain the Engineer's signature. The Engineer will be
the final judge as to the acceptableness of the completeness and accuracy of
the "as-built" plans.
":1_:,mltalui):II:.:.:'"
B. At the Close of the job and prior to reducing the contract retainage to any
percentage less than 10% and receipt of final payment, the Contractor shall
deliver to the Engineer for the Owner one complete set of Record Documents
meeting the requirements in 3.03(A).
C. Accompany submittal with transmittal letter containing:
1. Date.
2. Project title and number.
3. Contractor's name and address.
4. Title and number of each record document.
5. Signature of Contractor or his authorized representative.
3.04 PAYMENT:
There will be no separate measurement or payment for this work. The cost of this
work shall be considered incidental to and included in the unit price bid for Item
01000 "Mobilization". The Contractor will not be paid for his final pay request
until the record drawing requirements stipulated in Paragraph 3.03A are
completed, submitted to the Engineer and accepted by the Engineer.
END OF SECTION 01720
01720-4
Addendum No.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,
I
I
I
.1
,I
Ii
I,
I'
I
I
I
I
I
PART 1
SECTION 01740
WARRANTIES AND BONDS
1.01
GENERAL
PART 2
GENERAL REQUIREMENTS:
A. Contractor shall:
1. Compile specified warranties and bonds.
2. Compile specified service and maintenance contracts.
3. Co-execute submittals to verify compliance with Contract
Documents.
4. Review submittals to verify compliance with Contract Documents.
5. Submit to Engineer for review and transmittal to Owner.
B. Related requirements in other parts of the Project Manual:
1. Bid Bonds: Instructions to bidders. .
2. Performance Bond and Payment Bond: Conditions of the contract.
3. General warranty of construction: Conditions of the contract.
C. Related requirements specified in other sections:
1. Contract closeout: Section 01700
2. Equipment Manuals: Section 01300
3 . Warranties and Bonds required for specific products: Each
respective section of specifications.
4. Provisions of Warranties and Bonds, duration: The respective
section of specifications which specifies the product.
PRODUCTS (Not Used.)
01740-1
PART 3
3.01
3.02
EXECUTION
. SUBMITTAL REQUIREMENTS:
A. Assemble warranties, bonds and service and maintenance contracts,
executed by each of the respective manufacturers, suppliers, and
subcontt::actors.
B. Number of original signed copies required: Two (2) each.
C. Table of Contents: Neatly typed, in orderly sequence. Provide complete
information for each item.
1. Product or work item.
2. Firm, with name of principal, address and telephone number.
3. Scope.
4. Date of beginning of warranty, bond or service and maintenance
contract.
5. Duration of warranty, bond or service and maintenance contract.
6. Provide information for Owner's personnel:
a. Proper procedure in case of failure.
b. Instances which might affect the validity of warranty or
bond.
7. Contractor, name of responsible principal, address and telephone
number.
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.
01740-2
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:
I,
I
I
I
I
I
t
I
I
,
I
I
2. Cover: Identify each packet with typed or printed title
"W ARRANTIES AND BONDS". List:
a. Project title and number
b. Owner's name.
c. Contractor's name and address.
C. Binders: Commercial quality, 3-ring, with durable and cleanable plastic
covers.
3.03 TIME OF SUBMITTALS:
A. Submit within ten (10) days after date of substantial completion, and prior
to final request for payment.
B. For items of work where acceptance is delayed materially beyond the date
of substantial completion, provide updated submittal within ten (10) days
after acceptance, listing the date of acceptance as the start of the warranty
period.
3.04 SUBMITTALS REQUIRED:
Submit warranties, bonds, service and maintenance contracts as specified in the
respective sections of specifications.
3.05 INITIAL WARRANTY DATE:
The beginning date of the warranty for ALL of the work items shall
commence upon the date of the final acceptance of the complete (entire)
project.
3.06 PAYMENT:
No separate payment will be made under this section for work described or
specified herein.
END OF SECTION 01740
01740-3
I
I
'I
I
I
I
'I
1/
I
I'
I
I
I
I
I
I
,
,I
I'
PART 1
ITEM S-140
SELECTIVE SITE DEMOLITION
GENERAL
1.01
1.02
1.03
1.04
GENERAL REQUIREMENTS:
,
A. Drawings, General Provisions, Supplementary Conditions, General
Requirements, and other Specification sections apply to work ofthis section.
B. Do not begin demolition work until authorized by Owner.
C. The Contractor will be required to modify demolition procedures if undue
damage to salvageable items occurs.
D. At all times during construction the Airport perimeter must be secure.
The Contractor shall remove only that existing fence that can be replaced by
the end of each working day.
DESCRIPTION OF WORK:
A. Demolition work includes complete or partial removal of existing
construction as indicated on drawings.
B. Types of demolition work include but are not limited to:
Removal of existing chain link fence, barbed wire, gates, wooden fence,
concertina wire, and appurtenances.
SUBMITT ALS:
Demolition Plan: Submit a demolition plan indicating proposed methods, sequence
of operations, and schedule for demolition and removal work to Engineer for review
prior to commencement of work.
JOB CONDITIONS:
A. Condition of Structures: Owner assumes no responsibility for actual
condition of items or structures to be demolished.
B. Demolition and Salvage: Except where materials are designated to be
incorporated into new or temporary work, items indicated to be removed but
of salvable value to Contractor may be removed as work progresses.
Transport salvaged items from site as they are removed.
S-140-1
Addendum No.2
1.05
1.06
PART 2
PART 3
C. Sales: Storage or sale of removed items on site will not be permitted.
I
I
I
I
I
I,
I
I
I
I'
I
I
I
1
I
I
I
,/
t
I
D. Protection: Provide temporary barricades and other forms of protection as
required to protect public from injury due to demolition work.
1. Provide protective measures as required to provide free and safe
passage of Owner's personnel and general public to and from
occupied portions of site.
2. Provide shoring, bracing, or support to prevent movement, settlement,
or collapse of structures or elements to be demolished, and of
adjacent facilities or work to remain.
3. Protect from damage existing work that is to remain in place. Do not
overload structural elements or pavements to remain.
E. Damages: Promptly repair damages caused to adjacent or other facilities
by demolition work at no cost to Owner. All such repairs shall have
Engineer's approval.
F. Traffic: Conduct demolition operations and debris removal in a manner to
ensure minimum interference with roads, and aircraft operation areas.
G. Explosives: Use of explosives will not be permitted.
H. Security: During the removal of existing fence and replacement with
new fence no degradation of security will be permitted. The Contractor
shall schedule these activities such that all openings in the fence are
secured at the end of each days work or when workers are not present.
Temporary fencing or employment of a gate guard may be used to aid in
maintaining airfield security.
REGULATORY AND SAFETY REQUIREMENTS:
Comply with all federal, state, and local safety, hauling, disposal, and environmental
protection regulations.
STAGING:
Certain items cannot be demolished until after work in other phases is complete.
Coordinate work with Owner and approved phasing plan.
PRODUCTS (Not Used.)
EXECUTION
S-140-2
Addendum No.2
,I
I
'I
I
I'
I
I
I
I
I
I
,\
I
I
I
I
I.
Ii
I
3.01
PREPARATION:
A. Provide shoring, bracing, or support to prevent movement, settlement or
collapse of structure to be demolished and adjacent facilities to remain.
B. Cease operations and notify the Engineer immediately if safety of structure or
surrounding area appears to be endangered. Take precautions to support
structure until determination is made for continuing operations.
3.02
FENCE AND GATE DEMOLITION:
A. Perform demolition work in a systematic manner. Use such methods as
approved to complete work indicated on drawings in accordance with
demolition schedule and governing regulations.
1. Demolish concrete and masonry construction in small sections; cut
concrete and masonry at junctions with construction to remain using
power-driven impact tools, saw or hand tools.
2. Completely fill below-grade areas and voids resulting from
demolition work. Provide fill consisting of approved soil, gravel or
sand, free oftrash and debris, stones over 6" diameter, roots or other
organic matter and place fill in accordance with Item P-152
(Incidental to demolition item).
3.
4. Existing gates and electric controllers indicated to be demolished
shall be carefully removed in a systematic manner to prevent damage
and delivered to an Owner-designated storage location onsite.
Existing electric gates shall have power disconnected prior to
S-140-3
Addendum No.2
removal. Demolition of electric gates shall include removal of the
gate, gateposts, controller, and all appurtenances. The existing access
control system (if so equipped) shall be disconnected from the
controller prior to any demolition work. The Contractor shall protect
the access control system and re-connect to new gate controller.
3.03
MISCELLANEOUS DEMOLITION:
A. Remove debris, rubbish and other materials resulting from demolition
operations from Airport property. Transport and legally dispose of materials
offsite.
1. Concrete debris, pipe, tires, metal debris, rubble, tim~ers, etc.
resulting from the demolition operations will be removed and
disposed of offsite.
2. Ifhazardous materials are encountered during demolition operations,
comply with applicable regulations, laws, and ordinances concerning
removal, handling and protection against exposure or environmental
pollution.
3. Burning of removed materials is not permitted on project.
3.04
ITEMS TO BE SALVAGED:
Materials and equipment to be removed that are indicated to remain the property of
the Owner shall be removed, protected and delivered to a storage site on Airport
property as designated by the Owner or Engineer.
3.05
CLEAN-UP REPAIR:
Upon completion of demolition work, remove tools, equipment and demolished
materials from site.. Remove protections and leave areas clean and free of dust and
debris.
3.06
MEASUREMENT AND PAYMENT:
A. The various types of measurement for the items listed below shall be made in
the field by the Engineer and payment shall be made upon the satisfactory
demolition and disposal of each respective demolition item. Items that are
measured and paid for as lump sum shall not be specifically measured and
shall be shall be paid for upon the complete demolition and disposal of the
respective item to the satisfaction of the Engineer. Items indicated or
required to be removed that are not listed as items for payment shall be
considered incidental work and costs oftheir removal shall be included under
other items of work.
S-140-4
Addendum No.2
I,
I
I
I
I
I
I
I
I,
I'
I
'I
I
I
I
I
I
\1
I
I
I
I'
I
I'
I
I
I
I
I
J
I
I
I
I
J;
I
I
I
B. Payment shall be made for the accepted quantities for the various items at the
contract unit price bid for each item. The price for each item shallinc1ude all
labor, equipment, tools, hauling, permits, and all incidentals necessary to
satisfactorily demolish, store, reinstall and dispose of each demolition item.
Payment will be made under:
.....c.:;.~inl::.igni:;\;;;:
S-140B
Remove Existing Chain Link Fence (5' -6') -- per Linear Foot
S-140C
Remove Existing Single Leaf Manual Swing Gate (3' -14')
-- per Each
'-
S-140D
Remove Existing Dual Leaf Manual Swing Gate (12'-24')
-- per Each
S-140E
Remove Existing Electric Gate (12' -24') -- per Each
S-140F
Remove Existing Wooden Fence (5' -6') - per Linear Foot.
S-140G
Remove Existing Concertina Wire - per Linear Foot.
END OF ITEM S-140
S-140-5
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I~
I
I
I
I
I
I
I
ITEM P-151
CLEARING AND GRUBBING
DESCRIPTION
151-1.1 This item shall consist of clearing and grubbing, including the disposal of
materials, for all areas :designated on the plans or as required by the Engineer. Clearing and grubbing
shall consist of clearing the surface ofthe ground ofthe designated areas of all trees, stumps, shrubs,
brush, undergrowth, hedges, rubbish of any nature, natural obstructions, and such material which in
the opinion ofthe Engineer is unsuitable; grubbing stumps, roots, and matted roots; and disposal of
all spoil materials. '
CONSTRUCTION METHODS
, I
151-2.1 GENERAL. The areas denoted on the plans to be cleared and grubbed shall be staked
on the ground by the Contractor and approved by the Engineer prior to clearing and grubbing
operations.
The removal of existing structures and utilities required to permit orderly progress of work shall be
accomplished by local agencies, unless otherwise indicated. Whenever a telephone or electrical line
or pole, pipeline, conduit, sewer, roadway, or other utility is encountered and must be removed or
relocated, the Contractor shall advise the Engineer who will notify the proper authority or owner and
attempt to secure prompt action.
All spoil materials removed by clearing and grubbing shall be disposed of by removal to an approved
disposal area off airport property. Burning of spoil materials onsite will not be permitted.
151-2.2 CLEARING AND GRUBBING. All trees, stumps, roots, brush, rubbish, railroad
ties, buried logs, landscape timbers, and other unsatisfactory materials shall be removed. Tap roots
and other projections over 1-1/2 inches in diameter shall be grubbed out to a depth of at least 18
inches below the existing and finished grades.
All holes remaining after the grubbing operation in areas not to be excavated shall have the sides
broken down to flatten out the slopes, and shall be filled with acceptable material, moistened and
properly compacted in layers to the density required in Item P-152.
MEASUREMENT AND PAYMENT
151:'3.1 No measurement will be made for clearing and grubbing those areas designated on the plans.
Clearing and grubbing shall be considered incidental to and included in the per linear foot unit price
for Item F-162A and/or Item F-162B.
END OF ITEM P-151
P-151-1
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
ITEM P-152
GRADING / PLACEMENT OF FILL
DESCRIPTION
This item covers excavation, disposal, placement, and compaction of all soil and rock material
within the limits of the work required to construct the proposed fencing in accordance with these
specifications and in conformity to the dimensions and typical section(s) shown on the plans.
151-1.1
MATERIALS.
Fill materials shall contain no sod, brush, roots or other perishable materials. Rock particles larger
than the six inches in diameter shall be removed prior to compaction of the fill. Embankment fill
shall have a Standard Proctor (ASTM D698) maximum dry density of at least 85 pcf and a Plasticity
Index less than 20 percent, unless changed by the Engineer.
151-2.1
GRADING.
Surfaces shall be graded to remove surface irregularities and any voids, depressions, and washes
shall be filled, compacted and graded.
Where fill is required, foundations for earth fill shall be stripped to remove vegetation and other
unsuitable materials or shall be excavated as specified.
Except as otherwise specified, earth foundation surfaces shall be graded to remove surface
irregularities and shall be scarified parallel to the axis ofthe fill or otherwise acceptably scored and
loosened material shall be controlled as specified for the earth fill, and the surface materials of the
foundation shall be compacted and bonded with the first layer of earth fill as specified for subsequent
layers of earth fill.
Earth abutment surfaces shall be free ofloose, uncompacted earth in excess of two inches in depth
normal to the slope and shall be at such a moisture content that the earth fill can be compacted
against them to effect a good bond between the fill and the abutments.
152-3.1
PLACEMENT.
Fill shall not be placed until the required excavation and foundation preparation have been
completed and the foundation has been inspected and approved by the Engineer. Fill shall not be
placed upon a frozen surface nor shall snow, ice, or frozen material be incorporated in the fill.
Fill shall be placed in horizontal layers. The thickness of each layer before compaction shall not
exceed eight (8) inches. Materials placed by dumping in piles or windows shall be spread uniformly
to not more than the specified thickness before being compacted. Hand compacted fill, including fill
compacted by manually directed power tampers, shall be placed in layers whose thickness before
P-152-1
compaction does not exceed eight (8) inches for layers of fill compacted by manually directed power
tampers.
Adjacent to structures, fill shall be placed in a manner which will prevent damage to the structures
and will allow the structures to assume the loads from the fill gradually and uniformly. The height of
the fill adjacent to a s~cture shall be increased at approximately the same rate on all sides of the
structures. '
152-4.1
CONTROL OF MOISTURE CONTENT.
During placement and compaction offill, the moisture content ofthe materials being placed shall be
maintained within -2 percent and +3 percent of optimum moisture content for the soil.
, I
Uniform moisture distribution shall be obtained by discing, blading or other approved methods prior
to compaction ofthe layer.
Ifthe top surface of the preceding layer of compacted fill or a foundation or abutment surface in the
zone of contact with the fill becomes too dry to permit suitable bond it shall be scarified and
moistened by sprinkling to an acceptable moisture content prior to placement of the next layer offill.
152-5.1
COMPACTION.
Earth fill shall be compacted to a minimum of90% of its Standard Proctor (ASTM D698) maximum
dry density. The Contractor will be responsible for obtaining soil samples and having the Proctor
tests performed.
Heavy equipment shall not be operated within two feet of any structure. Vibrating rollers shall not
be operated within five feet of any structure. Compaction by means of drop weights operating from a
crane or hoist will not be permitted.
Compacting offill adjacent to structures shall not be started until the concrete has attained 3,000 psi
compressive strength. The strength will be determined by compression testing oftest cylinders cast
by the Engineer for this purpose and cured at the work site in the manner specified in ASTM Method
C 31 for determining when a structure may be put into service.
152-6.1
REMOVAL AND PLACEMENT OF DEFECTIVE FILL.
Fill placed at densities lower than the specified minimum density or at moisture contests outside the
specified acceptable range of moisture content or otherwise not conforming to the requirements or
removed and replaced by acceptable fill at not additional cost to the Owner. The replacement fill and
the foundation, abutment and fill surfaces upon which it is placed shall conform to all requirements
of this specification for foundation preparation, approval, placement, moisture control and
compaction.
P-152-2
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
I
I
I
,
I
I
I
I
I
I
I
I
I
152-7.1
TESTING.
During the course of the work, the Engineer may perform such tests as are deemed necessary to
determine compaction characteristics, moisture content, and density of fill in place. These tests
performed by the Engineer will be used to verify that the fills conform to the requirements of the
specifications. Such t~sts are not intended to provide the Contractor with the information required
by him for the proper execution ofthe work and their performance shall not relieve the Contractor of
the necessity to perform tests for that purpose.
152-8.1
MEASUREMENT AND PAYMENT.
Work under this item will not be measured separately for payment. Grading shall be considered
incidental to and included in the per linear foot unit price for the various fencing items ffi'!.d shall be
full compensation for excavation, hauling, depositing in place, compacting and all other incidentals
required to complete the grading and minimum and maximum clearances as shown in drawings.
END OF ITEM P-152
P-152-3
I
I
I
I
I
I
I
I
I
,
I
I
I
I
I
I
I'
I
I
ITEM P-61 0
STRUCTURAL PORTLAND CEMENT CONCRETE
DESCRIPTION
610-1.1 This item shall consist of plain and reinforced structural portland cement concrete, prepared
and constructed in accordance with these specifications, at the locations and of the form, dimensions,
and requirements shown on the drawings. '
MATERIALS
610-2.1 GENERAL. Only approved materials, conforming to the requirements of these
specifications, shall be used in the work. They may be subjected to inspection and tests at any time
during the progress oftheir preparation or use. The source of supply of each ofthe materials shall be
approved by the Engineer before delivery or use is started. Representative preliminary samples of
the materials shall be submitted by the Contractor, when required, for examination and test.
Materials shall be stored and handled to insure the preservation oftheir quality and fitness for use
and shall be located to facilitate prompt inspection. All equipment for handling and transporting
materials and concrete must be clean before any material or concrete is placed therein.
In no case shall the use of pit-run or unprocessed naturally mixed aggregates be permitted. Naturally
mixed aggregate shall be screened and washed, and all fine and coarse aggregate shall be stored
separately and kept clean. The mixing of different kinds of aggregates from different sources in one
storage pile or alternating batches of different aggregates will not be permitted.
610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the
requirements of ASTM C 33, Size No. 56,57, or 67 except the nominal maximum size shall not
exceed 1/50fthe narrowest dimension between sides offorms, or 3/4 of the minimum clear spacing
between individual reinforcing bars.
610- 2.3 PINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of
ASTM C 33.
610-2.4 CEMENT. Cement shallconfonn to the requirements of ASTM C 150, Type I orII.
The Contractor shall furnish vendor's certified test reports for each carload, or equivalent, of cement
shipped to the project. The report shall be delivered to the Engineer before permission to use the
cement is granted. All such test reports shall be subject to verification by testing sample materials
received for use on the project.
P-61O-1
610-2.5 WATER. The water used in concrete shall be free from sewage, oil, acid, strong
alkalies, vegetable matter, and clay and loam. Ifthe water is of questionable quality, it shall be tested
in accordance with AASHTO T 26.
'610-2.6 ADMIXTURES. The use of any material added to the concrete mix shall be
approved by the Engineer. Before approval of any material, the Contractor shall be required to
submit the results of complete physical and chemical analyses made by 'an acceptable testing
laboratory. Subsequent tests shall be made of samples taken by the Engineer from the supply ofthe
material being furnished or proposed for use on the work to determine whether the admixture is
uniform in quality with that approved.
Pozzolanic admixtures shall be fly ash meeting the requirements of ASTM C 618, Class C or F, as
approved by the Engineer.
Air-entraining admixtures shall meet the requirements of ASTM C 260. Air-entraining admixtures
shall be added at the mixer in the amount necessary to produce the specified air content.
Water-reducing, set-controlling admixtures shall meet the requirements of ASTM C 494, Type A,
water-reducing or Type D, water-reducing and retarding. Water-reducing admixtures shall be added
at the mixer separately from air-entraining admixtures in accordance with the manufacturer's printed
instructions. Other types of admixtures that meet the requirements of ASTM C 494 may be provided
if approved by the Engineer.
610-2.7 PREMOLD ED JOINT MATERIAL. Premoldedjoint material for expansion joints
shall meet the requirements of ASTM D 1751 or D 1752, Type II or III.
610- 2.8 JOINT SEALER. The sealer for joints shall meet the requirements of ASTM D 3405,
unless otherwise specified on the drawings or permitted by the Engineer.
610-2.9 STEEL REINFORCEMENT. Reinforcing shall consist of and conform to the
following as shown on the drawings or designated by the Engineer.
a. Welded Steel Wire Fabric ASTM A 185
b. Welded Deformed Steel Fabric ASTM A 497
c. Steel Bar Mats ASTM A 184 and
ASTM A 615, Grade 60
610-2.10 COVER MATERIALS FOR CURING. Curing materials shall conform to one ofthe
following specifications:
a. Sheet Materials for Curing Concrete ASTM C 171
b. Compounds for Curing Concrete ASTM C 309, Type 2
P-61O-2
I
I
I
I
I,
I,
I
I
I
I
I
I
I
I
I
I
I
\1
I
I
I
I
I
I
I
I
I
I
I'
I
I
I
I
I
I
I
Ii
1
CONSTRUCTION METHODS
610-3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary
for, and incidental to, the completion of all work as shown on the drawings and specified herein. All
machinery and equipment owned or controlled by the Contractor, which he proposes to use on the
work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce
satisfactory work; all work shall be subject to the inspection and approval of the Engineer.
610-3.2 CONCRETE COMPOSITION. Except as otherwise specified on the drawings, the
concrete shall develop a compressive strength of3000 psi in 28 days as determined by test cylinders
made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The concrete shall
contain 5 percent of entrained air, plus or minus 1 percent, as determined by ASTM C 231 and shall
have a slump of3 inches, plus or minus 1 inch, as determined by ASTM C 143.
610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete for each structure will be
accepted on the basis ofthe compressive strength specified in paragraph 3.2. The concrete shall be
sampled in accordance with ASTM C 172. Compressive strength specimens shall be made in
accordance with ASTM C 31 and tested in accordance with ASTM C 39.
The Contractor shall make, cure and store the test specimens as specified and under such conditions
as directed. The Engineer will make the actual tests on the specimens at no expense to the
Contractor.
610-3 .4 PROPORTIONING AND MEASURING DEVICES. When package cement is used,
the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates
shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the
exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes
or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of
aggregates into the batch box so that the required and exact weight of aggregates can be readily
obtained.
610-3.5 CONSISTENCY. The consistency ofthe concrete shall be checked by the slump test
specified in ASTM C 143. Samples for slump determination shall be taken from the concrete during
placing in the forms.
610-3.6 MIXING. Concrete may be mixed at the construction site, at a central point, or
wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the
requirements of ASTM C 94.
610-3.7 MIXING CONDITIONS. The concrete shall be mixed only in quantities required for
immediate use. Concrete shall not be mixed while the air temperature is below 40llp without
permission ofthe Engineer. If permission is granted for mixing under such conditions, aggregates or
water, or both, shall be heated and the concrete shall be placed at a temperature not less than 500F
nor more than 100llp. The Contractor shall be held responsible for any defective work, resulting
P-61O-3
from freezing or injury in any manner during placing and curing, and shall replace such work at
his/her expense.
Retempering of concrete by adding water or any other material shall not be permitted.
The delivery of concr.ete to the job shall be in such a manner that batches of concrete will be
deposited at uninterrupted intervals.
610-3.8 FORMS. Concrete shall not be placed until all the forms and reinforcements have
been inspected and approved by the Engineer. Forms shall be of suitable material and shall be ofthe
type, size, shape, quality, and strength to build the structure as designed on the drawings. The forms
shall be true to line and grade and shall be mortar-tight and sufficiently rigid to prevent displacement
and sagging between supports. The Contractor shall bear responsibility for their adequ~cy. The
surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes.
The internal ties shall be arranged so that, when the forms are removed, no metal will show in the
concrete surface or discolor the surface when exposed to weathering. All forms shall be wetted with
water or with a nonstaining mineral oil which shall be applied shortly before the concrete is placed.
Forms shall be constructed so that they can be removed without injuring the concrete or concrete
surface. The forms shall not be removed before the expiration of at least 30 hours from vertical
faces, walls, slender columns, and similar structures; forms supported by falsework under slabs,
beams, girders, arches, and similar construction shall not be removed until tests indicate that at least
60% of the design strength of the concrete has developed.
All exposed joints, edges, and external comers shall be chamfered 3/4 inch except where otherwise
indicated.
610-3.9 PLACING REINFORCEMENT. All reinforcement shall be accurately placed, as
shown on the drawings, and shall be firmly held in position during concreting. Bars shall be fastened
together at intersections. The reinforcement shall be supported by approved metal chairs. Shop
drawings, lists, and bending details shall be supplied by the Contractor when required.
610-3.10 EMBEDDED ITEMS. Before placing concrete, any items that are to be embedded
shall be firmly and securely fastened in place as indicated. All such items shall be clean and free
from coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The
concrete shall be spaded and consolidated around and against embedded items.
610- 3.11 PLACING CONCRETE. All concrete shall be placed during daylight, unless
otherwise approved. The concrete shall not be placed until the depth and character of foundation, the
adequacy of forms and falsework, and the placing of the steel reinforcing have been approved.
Concrete shall be placed as soon as practical after mixing and in no case later than 1 hour after water
has been added to the mix. The method and manner of placing shall be such to avoid segregation
and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing
concrete when necessary. Dropping the concrete a vertical distance of more than 3 feet, or
P-61O-4
I
I
I~
I
I,
I
I
I
I
I
I
I
I
1
I
I
I
II
f
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
II
I
I
I
depositing a large quantity at one point, will not be permitted. Concrete shall be placed upon clean,
damp surfaces, free from water, or upon properly consolidated soil.
The concrete shall be compacted with suitable mechanical vibrators operating within the concrete.
When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure
proper and adequate :compaction. Vibrators shall be manipulated so as to work the concrete
thoroughly around the reinforcement and embedded fixtures and into comers and angles of the
forms. The vibration at any joint shall be of sufficient duration to accomplish compaction but shall
not be prolonged to the point where segregation occurs.
610-3.12 CONSTRUCTION JOINTS. When the placing of concrete is suspended; necessary
provisions shall be made for joining future w'ork before the placed concrete takes its initial set. For
the proper bonding of old and new concrete, such provisions shall be made for grooves, steps, keys,
dovetails, reinforcing bars or other devices as may be prescribed. The work shall be arranged so that
a section begun on any day shall be finished during daylight of the same day. Before depositing new
concrete on or against concrete which has hardened, the surface of the hardened concrete shall be
cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of
cement paste or grout.
610-3.13 EXPANSION JOINTS. Expansion joints shall be constructed at such points and of
such dimensions as may be indicated on the drawings. The premolded filler shall be cut to the same
shape as that ofthe surfaces being joined. The filler shall be fixed firmly against the surface ofthe
concrete already in place in such manner that it will not be displaced when concrete is deposited .
against it.
610-3.14 DEFECTIVE WORK. Any defective work disclosed after the forms have been
removed shall be immediately removed and replaced. If any dimensions are deficient, or if the
surface of the concrete is bulged, uneven, or shows honeycomb, which in the opinion of the Engineer
cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of
the Contractor.
610-3.15 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, and free
from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces
shall be brought flush with the finished top surface at the proper elevation and shall be struck-off
with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or
sand-cement mortar be spread over the concrete during the finishing of horizontal plane surfaces.
When directed, the surface finish of exposed concrete shall be a rubbed finish. If forms can be
removed while the concrete is still green, the surface shall be pointed and wetted and then rubbed
with a wooden float until all irregularities are removed. If the concrete has hardened before being
rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can
be done with a rubbing machine.
610-3.16 CURING AND PROTECTION. All concrete shall be properly cured and protected
by the Contractor. The work shall be protected from the elements, flowing water, and defacement of
P-61O-5
any nature during the building operations. The concrete shall be cured as soon as it has sufficiently
hardened by covering with an approved material. Water-absorptive coverings shall be thoroughly
saturated when placed and kept saturated for a period of at least 3 days. All curing sheets or mats
shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the
surface from being exposed to currents of air. Where wooden forms are used, they shall be kept wet
at all times until removed to prevent the opening of joints and drying out of the concrete. Traffic
shall not be allowed on concrete surfaces for 7 days after the concrete has been placed.
610-3.17 DRAINS OR DUCTS. Pipes, conduits, and ducts that are to be encased in concrete
shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so
that it will not be displaced or moved during the placing of the concrete.
610-3.18 COLD WEATHER PROTECTION. Except when authorized by the Engineer,
concrete shall not be placed at air temperatures below 40oF. When authorized, the Contractor shall
provide satisfactory methods and means to protect the mix from injury by freezing in accordance
with ACI 306R. Concrete damaged by freezing shall be removed and replaced at the expense of the
Contractor.
610-3.19 SEALING JOINTS. All joints which require sealing shall be thoroughly cleaned, and
any excess mortar or concrete shall be cut out with proper tools. Joint sealing shall not be started
until after final curing and shall be done only when the concrete is completely dry. The cleaning and
sealing shall be carefully done with proper equipment and in a manner to obtain a neat lookingjoint
free from excess sealer.
MEASUREMENT AND PAYMENT
610-4.1 Structural portland cement concrete, either non-reinforced or reinforced, will not be
measured for payment. The cost of concrete complete and accepted shall be included in the various
contract bid items requiring structural portland cement concrete.
TESTING REQUIREMENTS
ASTM C 31
Making and Curing Concrete Test Specimens in the Field
ASTM C 39
Compressive Strength of Cylindrical Concrete Specimens
ASTM C 138
Unit Weight, Yield, and Air Content of Concrete
ASTM C 143
Slump of Hydraulic Cement Concrete
ASTM C 172
Sampling Freshly Mixed Concrete
ASTM C 231
Air Content of Freshly Mixed Concrete by the Pressure Method
P-61O-6
I
I
I
I-
,\
I,
I
I
I
I"
I
I
I
I
I
II
I
,I
I
I
I
I
I
I
I
I
I
I
I
I
1\
I
I'
I
I
I
I
I
AASHTO T 26
ACI 306R
ASTM A 184
ASTM A 185
ASTM A 497
ASTM A 615
ASTM C 33
ASTM C 94
ASTM C 150
ASTM C 171
ASTM C 260
ASTM C 309
ASTM C 494
ASTM C 618
ASTM D 1751
ASTM D 1752
ASTM D 3405
END OF ITEM P-610
Quality of Water to be Used in Concrete
Cold Weather Concreting
MATERIAL REQUIREMENTS
Fabricated Deformed Steel Bar Mats for Concrete Reinforcement
Steel Welded Wire Fabric, Plain, for Concrete Reinforcement
Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement
Deformed and Plain Billet-Steel Bars for Concrete Reinforcement
Concrete Aggregates
Ready-Mixed Concrete
Portland Cement
Sheet Materials for Curing Concrete
Air-Entraining Admixtures for Concrete
Liquid Membrane-Forming Compounds for Curing Concrete
Chemical Admixtures for Concrete
Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral
Admixture in Portland Cement Concrete
Preformed Expansion Joint Filler for Concrete Paving and Structural
Construction
Preformed Sponge Rubber and Cork Expansion Joint Fillers for
Concrete Paving and Structural Construction
Joint Sealants, Hot-Poured, for Concrete and Asphalt Pavements
P-61O-7
I
I
II
I
I
I
I
I
I
I
I
1\
I
I
I
I
I
I
I
ITEM T -901
GRASSING AND MULCHING
GENERAL
901-1.1 DESCRIPTION: Work described in this section includes permartent grassing by either
seeding and hydroseeding of grass over areas indicated in the drawings and in areas disturbed within
the Contractor's staging area, haul routes, and all other areas outside the limits of construction.
901-1.2 DEFINITIONS: Satisfactory stand of grass: Full cover over designated areas, with living
grass free of weeds and without bare spots.
901-1.3 SUBMITTALS: Certificates: Submit certificates for all seed. Indicate grass species, weed
content, and percent germination.
901-1.4 QUALITY ASSURANCE:
A. These specifications are to be used as a guide to enable the Contractor to develop a
satisfactory stand of grass. The Contractor shall visit the site and acquaint himself as to the
nature and condition of the soil and the extent of the work required prior to bidding. The
Contractor shall have the soil tested to determine the actual rates and/or types of lime,
fertilizer, seed and mulch required. Prior to construction, the contractor shall submit a
seeding plan to the Engineer for his review. In addition to the above, it shall also include his
methods of maintenance, watering, reseeding, fertilizing, mowing and recommendations for
future maintenance by the Owner.
B. Seed shall be furnished separately or in mixtures in standard containers with the seed
name, lot number, net weight, percentages of purity and of gemination and hard seed, and
percentage of maximum weed seed content clearly marked for each kind of seed. The
Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor
certifying that each lot of seed has been tested by a recognized laboratory for seed testing
within 6 months of date of delivery. This statement shall include: name and address of
laboratory, date of test, lot number of each kind of seed, and the results of tests as to name,
percentages of purity and of germination, and percentage of weed content for each kind of
seed furnished, and, in case of a mixture, the proportions of each kind of seed.
T-901-l
MATERIALS
90 1-2.1 FERTILIZER
A. Regular type: Nitrogen content derived from organic or inorganic sources; bearing
manufacturer's statement of analysis. Minimum requirements: 8% nitrogen. 10% phosphoric
acid, 10% potaSh.
B. Slow-release type: 50% of nitrogen is in slow-release form, content derived from organic
or inorganic sources; bearing manufacturer',s statement of analysis. Minimum
requirements: 10% nitrogen. 10% phosphoric acid. 10% potash.
C. Commercial mixed type: Nitrogen content derived from organic or inorganic sources,
bearing manufacturer's statement of analysis. Minimum requirements: 10% nitrogen, 10%
phosphoric acid. 10% potash.
901-2.2 LIME: Ground limestone containing not less than 85% carbonates; 50% passing 100 mesh
sieve and 90% passing 20 mesh sieve. Coarser material is acceptable if application rates are
increased to achieve quantities and depth specified.
901-2.3 SEED: The grass seed to be furnished shall have a maximum of two and one-halfpercent
(2-1/2%) of weed seed and a minimum of ninety percent (90%) by weight of pure live seed. The
seed shall conform to the requirements of Federal Specification JJJ-S-181.
SEEDING SCHEDULE: For all disturbed areas.
Common Name of Seed
Bermuda Grass (Hulled)
PoundsTotal Seed
Per Acre Mixture
70 120
Planting
Dates
March 1 -
Aug. 15
Kobe Lespedeza
25
Kentucky 31 Fescue
25
Common Name of Seed
Pounds Total Seed
Per Acre Mixture
Planting
Dates
Bermuda Grass
(50% Hulled, 50% Unhulled))
145
Aug. 16-
Feb. 28
70
Kobe Lespedeza
25
Kentucky 31 Fescue
25
T-90l-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
I,
I
I
I
I
I
I
I
I
I
I
I
I
Annual Ryegrass*
5
Rye Grain*
20
*These grasses are not.to be used by themselves, but should be used in conjunction with one of the
Bermuda grasses specified. '
901-2.4 HYDROMULCH: Wood cellulose fiber containing no germination inhibiting or growth
inhibiting agents. Characteristics shall be as follows:
Percent moisture content: 10.0% (+ 2.0)
Percent organic matter: 99.4% (+ 0.2%).
Percent ash content: 0.6% (+ 0.2%).
pH: 4.8 (+ 0.5%).
Water holding capacity: 1050 grams water/l 00 grams fiber, minimum.
901-2.5 DRY MULCH: Clean, seed free stray of hay, wheat, rye, oats, barley, straw or manure.
901-2.6 STAKING PEGS: Staking pegs: 3/4" diameter by 8" long softwood.
901-2.7 WATER: Clean, potable.
CONSTRUCTION METHODS
901-3.1
PREPARATION:
A. Check soil pH. Add lime as required to achieve a soil pH of at least 5.5 but at a
minimum of 1.5 tons/acre. Apply lime and mix into soil during seedbed preparation. Apply
fertilizer to seedbed at rate of 1000 lbs. per acre or equivalent of 10- 10-10 fertilizer.
B. Rake areas to be grassed, filling depressions and removing stones over 2" in size, sticks
and rubbish.
C. After preparation of soil, level areas to be seeded and bring to finish grade. Hand rake
smooth, allowing for settlement.
901-3.2
SEEDING:
A. Uniformly distribute the first half of the seed mixture over the designated areas using a
seed drill and then uniformly distribute the last half ofthe seed mixture over the designated
areas by means of a mechanical spreader. Seed mixture shall be sown at the rate shown in
the SEEDING SCHEDULE, immediately after fertilization.
T-901-3
. B. Sow half of seed with spreader moving in one direction; the remainder with spreader
moving at right angle to first sowing.
C. Cover seed lightly with minimum of 1/4',' of soil by hand raking.
D. Firm seeded area by rolling with a light roller (40-65 lbs. per foot of width for clay soil,
and 150-200 lbs. per foot of width for sandy or light soils).
E. Mulch seeded areas having slopes of four to one or greater with dry mulch or
hydromulch.
901-3.3
DRY MULCH:
A. Apply dry mulch at rate of2-3 tons per acre to provide a uniform loose depth between
1-112 and 3 inches.
B. Secure mulch with a very thin layer of topsoil or stakes and wire mesh as approved by
Engineer.
1. Peg and string method - secure mulch using stakes and wire pins spaced on 5 foot
centers. String binder twine diagonally and at right angles.
2. Manufactured netting may be used if approved by Engineer.
901-3.4
HYDROSEEDING:
A. Apply seed/fertilizer/hydromulch mixture in water slurry. Dispense using hydraulic
mulching equipment in following minimum quantities:
1. Fertilizer: 1000 lbs.!acre.
2. Hydromulch: 1200-1500Ibs.!acre.
3. Seed: Please see SEEDING SCHEDULE for appropriate percentages for each
respective growing season.
901-3.5
MAINTENANCE:
A. Maintain grassed areas at a height of not to exceed 2" until final acceptance of the
project. Repair damaged mulch.
B. Regrass areas larger than one sq. ft. not having a uniform stand of grass. Eradicate weeds
which appear in grassed areas.
C. At completion of grassing operation, remove excess soil and debris from project site.
T-90l-4
I
I
I
I
I
I,
,I
I
I
I'
I
I
I
I
I
I
I
I
I
I
I
I
I
I,
I
I'
I
I
I
I
I:
I
"
I
I
I
I
I
D. Protect seeded areas against traffic or other use by warning signs or barricades, as
approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be
repaired by regrading and reseeding as directed.
E. The Contractor shall apply 30 units of nitrogen per acre after the grass has attained a
height of 1/2 to 3/4 inch. Approximately four (4) weeks afterwards, apply a second
application of 30 units of nitrogen per acre.
F. The Contractor shall establish a good stand of grass of uniform green color and density to
the satisfaction of the Engineer. If at the time when the contract has been otherwise
completed, it is not possible to make an adequate determination of the color, density, and
uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded
out of season will be withheld until such time as these requirements have been met. In lieu
of retaining the value of grassing not acceptable to the Engineer, the Contractor may submit a
bond to the Owner (providing the Owner agrees to this option) for the amount of grassing
that has not achieved a good stand of grass of uniform green color and density and receive
payment for the unacceptable grassing.
MEASUREMENT AND PAYMENT
901-4.1 There will be no measurement or separate payment for grassing and mulching. Grassing
and mulching will be considered incidental to Item F-162 Fencing.
END OF ITEM T -901
T-901-5
I
I
I.
I
,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
PART 1
1 01
1 02
ITEM F-162
CHAIN-LINK FENCE AND GATES
GRNRRAI,
DRSf:RTPTTON
A. This item shall consist of furnishing and erecting chain-link fence and gates
in accordance with these specifications and the details shown on the plans
and in conformity with the line~ and grades shown on the plans or
established by the Engineer.
B. Work includes: New perimeter fencing, 6-strand barbed wire (new or re-
installed), gates, mow strip / intrusion barrier, and special ditch treatments as
shown on the plans. All material shall be furnished new for Item F-162
Chain-Link Fences and Gates, except for the existing barbed wire shown on
the plans to be reinstalled.
C. All new and relocated permanent fencing and components shall be installed
in a neat workmanlike manner. Any work that does not meet this criteria, in
the opinion of the Engineer, will be rejected and shall be replaced or
reinstalled at no additional cost to the Owner.
ST TRMTTT AT,S
A. Product data: Indicate material types, gauges, sizes and finishes, construction
and erection details, and gate assemblies including spacing of post and
foundation details.
B. Layouts: Detail fence layouts indicating exact length of fence runs, pull,
comer, end posts, signage, etc.
C. Manufacturer's certification that all fencing materials are produced in
accordance with this specification. No payment will be made until material
has been certified. Material will NOT be approved prior to receipt of
manufacturer's certification on all components.
D. The Owner (Engineer) may elect to test fence components. The contractor
will be responsible for supplying samples. In the event that components do
not pass specified criteria, the contractor shall:
F-162-1
Addendum No.2
1m
1 04
1 OS
PART 2
201
1. Cease installation of affected components.
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2. Remove affected components previously installed.
3. Submit new samples to testing laboratory selected by the Owner.
4. The owner shall pay for the initial test. If initial test fails, the
contractor shall pay for all subsequent tests required to determine if
materials meet the specifications.
QUALITY rRITRRTA
A. Industry Standards: As a minimum, comply with referenced Federal and
ASTM standards.
lOR rONJ)ITTON~
A. Begin fence installation only after completion of finish grading in the
fencing areas.
B. At no time during the installation of new fence or components shall the
security of the Airport be compromised. It shall be the responsibility of
the Contractor to schedule all construction activities regarding the
perimeter fence so that no lapse or degradation of Airport security will
occur.
MARKING
A. Each roll of fabric shall carry a tag showing the kind of base metal (steel,
aluminum, or aluminum alloy number), kind of coating, the gauge of the
wire, the length of fencing in the roll, and the name of the manufacturer.
Posts, wire, and other fittings shall be identified as to manufacturer, kind of
base metal (steel, aluminum or aluminum alloy number), and kind of
coating.
PRODUCTS
FRNrING
A. Fencing: Zinc coated or aluminum coated steel chain link fence complete
with braces, supports, and other accessories to complete the work as
indicated on the drawings.
B. Fabric: 2 inch mesh, formed from 9 gauge commercial quality zinc coated
steel wire conforming to ASTM A 392 (zinc coated) and ASTM A 817
Class 2 ; or aluminum-coated steel (high tensile steel core wire with 90,000
F-162-2
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
C.
D.
psi tensile strength) fabric with a 0.135 inch (+0.005 inch) outside diameter
and a 0.4 oz.lft2 aluminum coating conforming to requirements of ASTM A
491 and ASTM A 817; or 9 gauge commercial quality aluminum coated
steel wire conforming to ASTM A 491 and ASTM A 817; bottom-knuckled
where fabrics join; twisted and barbed all other salvages.
Barbed Wire: Barbed wire shall be 2-strand 12-1/2 gauge zinc-coated wire
~ith 4-point barbs and shall conform to the requirements of ASTM A 121,
Class 3; or 2-strand 12-1/2 gauge aluminum coated wire with 4-point barbs
and shall conform to the requirements of ASTM A 585, Class n.
Posts: Formed of steel pi . e of standard wei
ASTM F 1083 and F 669 b"::'iI61r4rtiBtlf(e;\1:
'Fft:: of the following outside diameters:
1. End comer and pull posts 2.875" O.D. X 0.203" wall thickness.
2.
3. Gate posts for single gate or double of 6 feet or less leaf width:
2.875" a.D. x 0.203" wall thickness; for gate leaf width between 6
feet and 14 feet: 4.0" 0.0. x 0.237" in wall thickness.
4.
5. Special posts: as shown on the drawings.
E.
Diagonal truss bracing: 3/8" diameter high carbon steel with turnbuckle,
other than diameter, conforming to ASTM F 626.
F.
Post tops and fittings: Galvanized steel or malleable iron conforming to
ASTM F 626.
G.
Bands: Pressed steel conforming to ASTM F 626.
H.
Miscellaneous Fittings: Conforming to Fed. Spec. RR-F-0191/4c, ASTM F
626, ASTM A153 or ASTM A 824, the more stringent specification being
the requirement of the material being supplied:
1. Ties for fastening fabric to posts and ltMi~mb:::);Il~I: No. 12 gauge
galvanized steel wire: No. 12 gauge galvanized steel wire hog rings,
or No. 9 gauge aluminum wire hog rings or No. 9 Gauge aluminum
WIre.
2. Tension wire: Spiralled-or crimped No.7 gauge steel wire with Type
F-162-3
Addendum No.2
I coating or Type IT, Class 3 coating.
3. Stretcher bars: 3/16 in. X %" in. steel, 2 inches less in length than
the fabric width. Provide one bar at each gate and end post; two at
I
each comer and pull post.
4. Other hardware and fittings: ASTM F 626 or Manufacturer's
industrial use design standard.
202
SWING GA TRS
A.
B. Frame: Standard weight (Sch. 40) zinc coated steel pipe conforming with
ASTM F1083 ofthe following outside diameters:
1. Frame leaf widths between 6 ft. and 13 ft.: 1.90 inch O.D. with
internal bracings.
2. Frame leaf width exceeding 13 ft.: 2.375 inch O.D.
C. Fabric: Same as fence fabric.
D. Provide the following hardware for gates:
1. Hinges: Steel or malleable iron of size to suite gate size, non-lift off
type, offset to allow 1800 operation. Furnish one pair of hinges per
leaf.
2. Single gate latch and double gate latch: Forked type meeting the
requirements of ASTM F900.
3. Stops: Mushroom type at double leaf gates; to engage drop rod or
plunger bar.
4. Keepers shall be provided for all swing gate leaves.
201
CANTTLRVRR SLIDR GATR
F-162-4
Addendum No.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
I
I
I
I
I
I
I
I
I
I
I
I
I
A.
Gate Construction: The gate shall be fabricated from 6063- T6 aluminum
alloy extrusions. The gate frame shall be reinforced or post tensioned with
1.66" x .055" wall galvanized tubular steel running through the full length of
the top and bottom primary members. The primary members (top and
bottom) shall be "P" shaped or rectangular weighing not less than 1.7 lbs/ft.
in cross section, and vertical members at the end of the frame and between
the counterbalance and opening shall be square in cross section with
nominal dimensions of no less than 2" x 2", weighing not less than 1.1
lbs.lft. Intermediate vertical spacer bars shall be 1" xl" square tubing
weighing not less than .52 lbs.lft.
B.
Gate Frame: The gate frame shall be fabricated in modular sections or in
single units depending on size constraints, then shop or field assembled for
the specified opening.
The gate frame shall have a separate semi-enclosed track of extruded
aluminum alloy, which when shop or field riveted to the assembled gate
frame, becomes an integral part of, and forms a composite structure with, the
top of the gate frame. Rivets shall be internal "exploding" type, of totally
rustproof material, and shall be placed alternately along the top and side of
the track at 1'-0" centers.
The gate frame is to be supported from the track by two self aligning 4-
wheel, sealed lubricant, ball-bearing truck assemblies. The bottom of the
support post shall be equipped with two pairs of rubber guide wheels.
Diagonal "X" bracing of 1/8" minimum diameter stainless steel aircraft cable
shall be installed to brace the gate panels. On gates wider than 22' single
opening, a ground roller shall be installed to support the rear of the gate in
the open position.
C.
Fabric: The fabric shall be aluminized steel chain link secured with
aluminum tension bars, J -bolts, and tie wires.
D.
Gates: The gates shall be single or dual leaves to achieve the opening width
and cantilever as shown on the plan drawings.
E.
Posts: The support posts shall be 4" O.D. galvanized steel with concrete
footings as shown on the plan drawings.
F.
Installation: The gate shall be completed by installation of an approved filler
as specified. The gate and installation shall conform to ASTM-1l84
standards for aluminum cantilever slide gates, Type II, Class 2. The
Contractor shall provide a gate designed to work with the hydraulic gate
operators (if stipulated to work with gate operators) as specified in Item F-
163.
F-162-5
Addendum No.2
4.
I
I
I
I
,
I
I
I
I
I
I
I
I
I
I
I
I
I
I
G. Warranty: The Contractor shall provide a 5-year limited warranty on all gate
components, guaranteeing the gate against failure.
204
CO A TTNG
A. Fence fabric, posts and exposed surfaces of all other fencing components:
zinc coated unless otherwise noted.
B. Zinc coating: hot-dip method after fabrication and weaving. The weight of
zinc coating when measured in accordance with referenced ASTM standards
shall not be less than:
1. Fabric - 2.0 oz. per sq. ft. of surface area in accordance with ASTM
A392.
2. Miscellaneous steel and iron fittings and hardware - 1.2 oz. per sq. ft.
in accordance with ASTM F 626.
3. Tension wire - 2.0 oz. per sq. ft. in accordance with ASTM A 824.
5. Tie wires - 2.0 oz. per sq. ft. in accordance with ASTM F 626.
c. Aluminum coating: As specified in ASTM A 817.
205
GATEOPFRATORS FOR SWTNGGATES
A. General: New swing gate operators shall contain a hydraulic cylinder in a
steel post assembly to cause the post and gate panel to rotate from zero to 90
degrees. The post assembly should be fully enclosed and weather-proof.
The operator should be of appropriate speed for the weight ofthe chain-link
gate it will control. The operator should be capable of reversing the gate in
either direction upon sensing an obstruction. The gate operator should be
capable of driving the gate regardless of snow, ice, or moisture. All
components shall be of standard industrial design, readily available and in
general use in the industry.
B. Electrical: The minimum standard for all electrical components shall be
industrial grade. All cabling from power source to controller shall be
underground and installed in 2" Schedule 40 PVC conduit.
C. Controls: The controls shall contain at a minimum the following built-in
F-162-6
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
2 On
207
2 OR
features: timer to close the gate, power surge / lightning strike protection,
inherent entrapment sensor, LDC. for reporting of features, and port for
connection to a laptop. The new gate control must be compatible with the
existing gate's access control system.
GATE OPERATORS FOR rANTTT.EVRR SLIDE GATES
I
A. General: New sliding gate operators shall be a hydraulic drive slide type
designed for continuous operation and capable of actuating cantilever
construction, chain link gates. The gate operator shall travel at a speed of 2
feet per second minimum. All components shall be of standard industrial
design, readily available and in general use in the industry. The gate
operator shall be capable of driving the gate regardless of snow, ice or
moisture on the drive rail and shall have built-in manual release which
disengages the drive wheels to allow manual sliding ofthe gate panel in case
of power of mechanical failure.
B. Electrical: Contractor shall verify available voltage at installation location
prior to ordering operator. All cabling from power source to controller shall
be underground and installed in 2" Schedule 40 PVC conduit.
C. Control Circuitry: Controls shall consist of relays or microprocessor based
Programmable Logic Controller (PLC) with battery back-up. An internal
timer shall limit run time of the unit to 90 seconds maximum in anyone
direction and if desired, delay reversal of gate by 1.5 seconds (typical) when
signaled by an open button or safety device to protect operator life. The gate
operator shall have full systems capabilities so additional control systems
can easily be added in the field.
A standard open, close, stop push-button shall be included for manual
override and servicing.
rONrRRTE
Concrete for all fence posts and mow strip / intrusion barriers shall meet the
requirements of item P-61O.
rONSTRlTrTTON METHODS FOR GATE OPERATORS
F-162-7
Addendum No.2
209
210
PART J
101
Gate operators and pads for mounting shall be installed in accordance with
manufacturer's recommendations. Concrete pads for mounting of the equipment
shall have a minimum thickness of six (6") inches.
I
I
I
I
"
I
I
I
I
I
I
I
I
I
I
I
I
I
I
WARRANTY OF GATE OPERATORS
All material and workmanship shall be guaranteed for a period, of five (5) years after
initial installation.
ArrESS rONTROT, SYSTEM
For all existing gates with access control systems shown on the plans to be replaced
with new gates, the Contractor shall carefully disconnect the existing access control
system from the gate, protect it until reinstallation, and reconnect the existing access
control system on the new gate. No separate payment shall be made for this work.
All work associated with disconnecting, protecting, and reinstalling the access
control systems shall be considered incidental to each gate receiving an existing
access control system.
RXF,ClJTTON
TNST A T .T .A nON
A
B. Embed a minimum length of 3.0 feet of the post in concrete. The concrete
shall be thoroughly compacted around the posts by tamping or vibrating. No
materials shall be installed on the posts, nor shall the posts be disturbed in
any manner within 7 days after the individual post concrete footing is
completed.
Should rock be encountered at a depth less than the planned footing depth, a
hole 2 inches larger than the greatest dimension of the posts shall be drilled
to a depth of 18 inches. After the posts are set, the remainder of the drilled
hole 'shall be filled with a high strength non-shrink grout. Any remaining
space above the rock shall be filled with concrete in the manner described
above.
In lieu of drilling, the rock may be excavated to the required footing depth.
No extra compensation shall be made for rock drilling, rock excavation or
high strength non-shrink grout.
F-162-8
Addendum No.2
I
I
I
I,
I
I
I
I
I
I
I
I
I
I.
I
I
I.
I
I
C. Brace end, comer and pull posts with horizontal, intermediate brace and
truss braces. Maximum distance between braced posts: 500 ft.
I".....~"'..::::t;;;';l
D.OOIRi&
D. Install fabric on exterior of closed space. Stretch, fabric taut generally
following the contour of the ground, allowing no les t an 1" nor more than
"""\ili""""""""""""""""""""""'"""1
2" clearance at grade. Fasten to lineposts and~niiCr""~~iii"'::" wit11.t.ies; a!J
other areas with stretcher bars. Tie fabric to post at 1'-0" O.c.; ft~j'111:iliill
at 2'-0"0.c. Fabric shall not bypass end, gate, comer or pull posts. Join
fabric lengths by weaving a single strand into ends of roll to form a
continuous length.
E. Protect prefinished surfaces from damage until Date of Substantial
Completion. Replace components damaged during installation.
F. Install gates complete with specified hardware at locations indicated. Adjust
and lubricate hardware.
G. Where soil is required to be placed to maintain the maximum specified
height between the ground surface and the bottom of the fence fabric, the
Contractor shall compact the soil (fill material) to 85 percent of the
maximum dry density in accordance with ASTM D 698 (Standard Proctor).
102
RT ,RCTRTCA T, GROT TNnS
Electrical grounds shall be constructed where a power line passes over or under the
fence and at maximum 500-foot intervals along the fence and attached to each gate
leaf and each gate post (i.e. each post on both sides ofthe gate). The ground shall be
installed directly below the point of crossing. The ground shall be accomplished
with a copperclad rod 8 feet long and a minimum of 5/8 inch in diameter driven
vertically until the top is 6 inches below the ground surface. A No.6 solid copper
conductor shall be clamped to the rod and to the fence in such a manner that each
element of the fence is grounded. Installation of ground rods shall not constitute a
pay item and shall be considered incidental to fence construction.
101
MOW STRIP / TNTRlTSTON RARRTRR
A. For new and existing fencing indicated to receive the concrete mow strip /
intrusion barrier, the Contractor shall clear and grub (if necessary), remove
and dispose all concrete debris, pipes, tires, metal debris, rubble, timbers,
etc., and grade the area to receive the concrete mow strip / intrusion barrier.
When the concrete mow strip I intrusion barrier is to be constructed adjacent
to the existing fence line, the Contractor shall be careful to protect the
existing fence. In the event that the existing fence is damaged beyond its
F-162-9
Addendum No.2
104
PART 4
401
useful function due to activities surrounding construction of the concrete
mow strip / intrusion barrier, it shall be the Contractor's responsibility to
replace or fix that which was damaged.
I
I
I
I
,I
I
I
I
I
I
I
II
I
I
I
I
I
I
I
B. All grading required to construct the concrete mow strip I intrusion barrier
shall be performed according to Item P-152.
C. Placement of stainless steel eyebolts shall be in accordance with the details
in the drawings. Installation of eyebolts shall occur prior to concrete setting.
WTT.Dr .IFF DITCH TRFA TMRNT
In areas indicated to receive wildlife ditch treatment, the Contractor shall install the
new ditch treatment as indicated in the drawings. Any debris encountered that may
affect the installation shall be removed and properly disposed of. I
MF.ASlJRRMRNT A.Nn PAVMF:NT
RASTS OF MEAST JRRMENT
A. New chain-link fence will be measured for payment by the linear foot.
Measurement will be along the top of the fence from center to center of end
posts and shall include grassing and mulching of disturbed areas.
B.
C. New concrete mow strip / intrusion barrier for either new or existing chain
link fence will be measured for payment by the linear foot and shall include
any and all earthwork required for its installation.
D. Payment for dual-leaf manual and electric swing gates, single-leaf manual
and electric swing gates, and pedestrian gates will be made at the contract
unit price for each gate.
E. Payment for single-leaf cantilever slide gate will be made at the contract unit
price for each gate and shall include gate operators and controllers, and all
necessary safety requirements to comply with Underwriters Laboratory
safety standard UL 325. All electrical connections required for these items
shall be considered incidental to the unit price bid for each gate.
F. Wildlife ditch treatment will be measured for payment on a lump sum basis
and shall include that ditch treatment required from center to center of end
posts, as shown in the drawings.
F-162-10
Addendum No.2
I
I
I
I
I
I
I
,I
I
I
I
I
, I
I
"1
I
I
I
I
407
RASTS OF PAYMENT
A. Payment for chain-link fence will be made at the contract unit price per
linear foot.
B. Payment for six-strand barbed wire will be made at the contract unit price
per linear foot.
C. Payment for concrete mow strip / intrusion barrier will be made at the
contract unit price per linear foot.
D.
E. Payment for wildlife ditch treatment shall be made at the contract unit price
per lump sum.
The price shall be. full compensation for furnishing all materials, and for all
preparation, erection, and installation of these materials, and for all labor,
equipment, tools, and incidentals necessary to complete the item.
Payment will be made under:
ifll:::E!iliiij::::::::::::):::\,:\::::"tif:ihiii:'Emi\j?ijfiii::I\i~~[liHIi'tlb'6~
Item F-16211l
Item F-16~
Item F-16.z1
Item F-16211J
Item F -16211
Item F-1621
Item F -16211
Item F-162i1
Mow Strip / Intrusion Barrier' A' for New Fence
-- per Linear Foot
Mow Strip / Intrusion Barrier 'B' for Existing Fence
-- per Linear Foot
24' Dual Leaf Manual Swing Gate -- per Each
20' Dual Leaf Manual Swing Gate -- per Each
16' Dual Leaf Manual Swing Gate -- per Each
14' Dual Leaf Manual Swing Gate -- per Each
12' Single Leaf Manual Swing Gate -- per Each
4' Pedestrian Gate -- per Each
F-162-11
Addendum No.2
Item F-1621
Item F-1621
Item F-1621\
Item F-1621
Item F-1621
Item F-16j)
ASTM A 121
ASTM A 123
ASTM A 153
ASTM A 392
ASTM A49l
ASTM A 585
ASTMA8l7
ASTM A 824
ASTM F 626
ASTM F 669
ASTM F 900
ASTM F 1083
24' Dual Leaf Electric Swing Gate -- per Each
20' Dual Leaf Electric Swing Gate -- per Each
12' Single Leaf Electric Swing Gate -- per Each
,
24' Single Leaf Cantilevered Slide Gate -- per Each
'Six -Strand Barbed W,ire - per Linear Foot.
Wildlife Ditch Treatment -- per Lump Sum
M A TRRT AT, RRQIJJRRMRNTS
Zinc-Coated (Galvanized) Steel Barbed Wire
Zinc (Hot Galvanized) Coatings on Products Fabricated from
Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and
Strip
Zinc Coating (Hot-Dip) on Iron and Steel Hardware
Zinc-Coated Steel Chain-Link Fence Fabric
Aluminum-Coated Steel Chain-Link Fence Fabric
Aluminum-Coated Steel Barbed Wire
Specification for Metallic-Coated Steel Wire for Chain Link
Fence Fabric
Specification for Metallic-Coated Steel Marcelled Tension
Wire for Use With Chain Link Fence
Specification for Fence Fittings
Specification for Strength Requirements of Metal Posts and
Rails for Industrial Chain Link Fence
Specification for Industrial and Commercial Swing Gates
Pipe, Steel, Hot-Dipped Zinc-coated (galvanized) Welded,
F-162-12
Addendum No.2
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Ii
I
I
I
I
I
I
I
'I
I
I
I
I'
I
I
for Fence Structures
Fed. Spec.
RR-F-t91/3
Fed. Spec.
RR-F-191/4
Fencing, Wire and Post, Metal
(Chain-Link Fence Posts, Top Rails and Braces)
Fencing, Wire and Post, Metal
(Chain-Link Fence Accessories)
END OF lTEMF-162
F-162-13
Addendum No.2
.
-
-.....
~
ACORD,. CERTIFICATE OF LIABILITY INSURA E OP 10 B~ DATE (MM/DDIYYYY)
SMITH-9 06/06/05
PRODUCER THIS CERTIFCATE IS ISSUED AS A MATTER OFINFORMATION
Bouchard-Clearwater ONLY AND OONFERS NO RIGHTSUPON THE CERTIFCATE
101 Starcrest Drive HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
POBox 6090 ALTER THE COVERAGE AFfORDED BY THE POLCIES BELOW.
Clearwater FL 33758-6090
Phone: 727-447-6481 Fax: 727-449-1267 INSURERS AFFORDING COVERAGE NAIC#
INSURED INSURER A: HANOVER INSURANCE COMPANY
Smlth Industriesc Inc~ INSURER B: BRIOGEFIELD EMPLOYERS INS co
dba.. Smi th Fence ompany .
and Smith Fence INSURER C:
4699 110th Ave North INSURER 0: ,
Clearwater FL 33762
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NO'TWITHSTANDING
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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE IMM/DD DATE MM/DOrNi" LIMITS
GENERAL LIABILITY EACH OCC.URRENCE $1000000
- 06/01/05 ~~~'Es (E~~~ce)
A X X COMMERCIAL GENERAL LIABILITY RZJ7226346 10/10/04 $ 300000
I CLAIMS MADE ~ OCCUR MED EXP (Anyone person) $ 10000
~ CONTRACTUAL LIAB PERSONAL & ADV INJURY $1000000
X XCU 10 DAY CAIIC NOTICE NONPAY GENERAL AGGREGATE $2000000
f-- $ 2000000
GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG
h POLICY Tx r~8T n LOC
AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1000000
f--
A X ANY AUTO AZJ7229200 10/10/04 06/01/05 (Ea accident)
f---
ALL OWNED AUTOS BODILY INJURY
f-- $
SCHEDULED AUTOS (Per person)
.f---
~ HIRED AUTOS BODILY INJURY
$
X NON-OWNED AuTos (Per accident)
f---
f-- PROPERTY DAMAGE $
10 DAY CAIIC NOTICE NONPAY (Per accident)
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $.
1 ANY AUTO OTHER THAN EA ACC $
AUTO ONLY: AGG $
EXCESSJUMBRELLA LIABILITY , EACH OCCURRENCE $ 10000000
A ~] OCCUR o CLAIMS MADE UHJ7236996 10/10/04 06/01/05 AGGREGATE $ 10000000
10 Dav $ Notice
~ DEDUCTIBLE Cancl $ Non Pay
X RETENTION $ none $
WORKERS COMPENSATION AND X I TORY LIMITS I IU~~-
B EMPLOYERS' LIABILITY 0830-30352 10/10/04 06/01/05 E.L. EACH ACCIDENT $ 500000
ANY PROPRIETORlPARTNERlEXECUTIVE
OFFICER/MEMBER EXCLUDED? 10 DAY CAIIC NOTICE NONPAY E.L. DISEASE - EA EMPLOYEE $ 500000
If~, describe under E.L. DISEASE ~ POLICY LIMIT $ 500000
S CIAL PROVISIONS below
OTHER
A Leased & Rented RZJ226346 10/10/04 06/01/05 Limits $150,000
Equipment 10 OAY CAIIC NOTICE NONPAY Ded. $1000.
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
RE: AUGUSTA REGIONAL AIRPORT PERIMETER FENCING IMPROVEMENTS PROJECT
CERTIFICATE HOLDER IS ADDITIONAL INSURED AS RESPECTS GENERAL LIABILITY
SUBJECT TO THE TERMS, CONDITIONS AND EXCLUSIONS OF THE POLICY.
AUGUSTA GA & AUGUSTA
RICHMOND COUNTY COMMISSION
530 GREEN ST ROOM 605
AUGUSTA GA30911
'-
~
-
''''
oS<
CANCELLATION
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATlO
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
TlVES.
EP SENTA
CERTIFICATE HOLDER
AUGUSTA
ACORD 25 (2001/08)
@ACORD CORPORATION 1988
/J
....
....
,....:'
Q
...~
:i
...