Loading...
HomeMy WebLinkAboutRunway 17-35 Lighting Rehabilitation Project Augusta Richmond GA DOCUMENT NAME: 'R cu, lOo--'f \l '35 ~'-l J '1. ehc.};' \; u,.t,l on 'V ro ~CLt DOCUMENT TYPE~(O~SCt \ . YEAR: 02- ,~' BOX NUMBER: ) 1 FrLE NUMBER: } (Q/140 NUMBER OF PAGES: 2q:5-- rJ~ IF - - "i I J t. f/ f/.tJ~ I , . Pro'posal,. Instru(tion to Bidders, Bidding and Contract Requirements and Specifications for Runway 17-]5 LiQhtinQ Rehabilitation Project AlP Project No. 3-13-0011-25 Regional Airport AUQusta, GeorQia '. May, 2002 THEL~~ LPA ~ .GROUP = AVIATION CONSULTANTS Original Contract Construction Performance Bond Bond No. 81888955 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Florida Industrial Electric, Inc. 811 Wilma Street Longwood, Florida 32750 SURETY (Name and Address of Principal Place of Business): Federal Insurance Com~any 15 Mountain View Road Warren, NJ 07059 . OWNER (Name and Address): Augusta A viation Commission Augusta Regional Airport 1501 Aviation Way Augusta, Georgia 30906 CONTRACT Date: October 24, 2002 Amount: $228,402.00 Description (Name and Location): Runway 17-35 Lighting Rehabilitation Project .. Augusta Regional Airport FAA A.I.P. Project No. 3-13-0011-25 BOND Date (Not earlier than Contract Date): October 24, 2002 Amount: $228,402.00 I Modifications to this Bond Form: Surety and Contractor, intending to be legally bound hereby, subject to the terms printed on the reverse side hereof, do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. CONTRACTOR AS PRINCIPAL Company: Corp. Seal) Florida Industrial Electric. Inc. Signature:~--V ~~# Name and Title: f?_fJ. fl. ';2'0 IAottfl V. P. SURETY Company: Fecferal (Corp. Seal) Attorney-In-Fact (Space is pfpvided- below for signatures of additional parties, if required.) CONTRACTOR AS PRINCIPAL Company: Corp. Seal) SURETY ~J Countersignature:_..._ (Corp. Seal) Signalure BA&- /- j) '" ~ Name and Ti e: Richard E.. Daniels 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 1. 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 3.1. 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 requested 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 OWNER'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 3.1; and 3.3. The OWNER has agreed to pay the Balance of the Contract Price to: 3.3.1. 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: 4.1. Arrange for the CONTRACTOR, with consent of the OWNER, to perform 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 of the 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; 4.4.1 After investigation, determine the amount for which it may be liable to the OWNER and. as soon as practicable after the amount is determined, tender payment therefor to the OWNER; or 4.4.2 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 fifteen 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 part, without further notice the OWNER shall be entitled to enforce any remedy available to the OWNER. 6. After the OWNER has terminated the CONTRACTOR's right to complete the Contract, and if the Surety elects to act under paragraph 4_ I, 4.2. or 4.3 above, then the responsibilities of the Surety 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 limit 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 defective Work and completion of the Contract; 6.2. Additional legal, design professional and delay costs resulting from the CONTRACTOR's Default, and resulting from the actions or failure to act of the Surety under paragraph 4; and 6.3. Liquidated damages, or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non-performance of the 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 off on account of any such unrelated obligations. No 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 Contract or to related subcontracts. purchase orders and other obligations. 9. Any proceeding, legal or equitable. under this Bond may be instituted in any coun of competent jurisdiction in the location in which the Work or pan of the Work is located and shall be instituted within two years after CONTRACTOR Default or within two years after the CONTRACTOR ceased working or within two years after the Surety refuses or fails to perform 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 avai]ab1e to sureties as a defense in the jurisdiction of 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 furnished to comply with a statutory or other legal requirement in the location where the Contract 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 requirement shall be deemed incorporated herein. The intent is that this Bond shall be construed as a statutory bond and not as a common law bond. 12. Definitions. 12.1 Balance of the Contract Price: The total amount payable by the OWNER to the CONTRACTOR under the Contract 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 to which the CONTRACTOR is entitled, reduced by all valid and proper payments made to or on behalf of the CONTRACTOR under the Contract. 12.2. Contract: The agreement between the OWNER and the CONTRACTOR identified on the signature page, including all Contract Documents and changes thereto. 12.3. CONTRACTOR Default: Failure of the CONTRACTOR, which has neither been remedied nor waived, to perform or otherwise to comply with the terms of the Contract. 12.4. 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. (FOR INFORMATION ONLY --Name, Address and Telephone) AGENT or BROKER: OWNER'S REPRESENTATIVE (Engineer or other party): PB-2 Ie Chubb Surety POWER OF ATTORNEY Federallnsurancs Company Vigilant Insurance 90mpany Pacific Indemnity Company Attn.: Suraty Department 15 Mountain View Road Warren, NJ 07059 Kr.ow AD by These Presents, That FEDERAL INSURANCE: COMPANY, an Indiana ccrpcration, VlG1LANT INSURANCE COMPANY, a New Yor\( corporation, ard PACIFlC INC€MNITY COMPANY, a Wisconsin corJ:oralion, do each hereby constitute and appoint Marc W, Boo ts , Joy Hajovsky, Morris D. Plagens, Jr., Amy Sust~ire, James R. Donnelly, Jr. and Beverly A. Ireland of Houston, Texas--------------------------------------------- eaCh as their true and lawful Attorney-in-Fact to execute under such designation in their names and 10 affix their corporate seals to and defrver for and on their behalf as surety therecn or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course or business, and any instruments amending or altering the same, and consents tq the modification or alteration of any instrument referred to in said bonds or ob6gations. In Witness Whereof, said FEI)ERAL INSURANCE COMPANY, VlGILANT INSURANCE COMPANY, and PACIFlC INDEMNITY COMPANY have each executed and attested these presents and affIXed their corporate seals on this 3 r d day or . Ma y. 200 2 ~]zI2-1! ~ nneth C. Wendel, Assistant Secretary ~f~-hC3- ~/Fra k E. Robertson, Ice Pr ident . STATE OF NEW JERSEY} &s. County cr Somerset . On this 3 rd day of May. 2002 , belore me, a Notary Public 01 New Je~, perscrnally came KsMelh C. Wendel, to me known to be Assistant Secrl1lary 01 FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIAC INDEMNITY COMPANY, the companies which executed the loregoing Power 01 Anomey, and the said Kenneth C. Wendel being by me duly S'NOm, did depose and say thaI he is Assistant Secretary Dr FEDERAl INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereol, that the seals affIXed 10 the roregoing Power or Al10mey are such cofpornte seals and were thereto affIXed by authority or Ihe By-Laws or said Companies: and thaI he signed said P9""':8r or Momey as Assislanl Secretary or said Companies by like authority; and lhal he is acquainted with Frank E. Robet1son~ and knows him 10 be Vice ~dr1i'~id Companies; and that the signature or FrnnkE. Robertson, subscribed to said Power or Anomey is in the genuine handwriting of Frnnk E. ~~\ ~ ~~tosubscribed by authority Dr &;lid By-Laws and in deponenrs pre:sencef l~-;:...s:;....~~...;'..,..,y TJJAU L NISHIMURA . Iffj1Jw ' .1 ~: 0' p..R Y e. ';. Hemry Pt.t:IIc, Stale d NewJer3ey .11M /lA VlA".1 // .11-_ ~ .- e>-" No. 22.71~ ~ .r(.,(....~'4 , ~ _. G: w : Quarlfled In New Jer3ey Notary Public ",r.". PUB\..\ ..: t Carwnls:sIal Expires Feb. 8, 2lC1!RTlFICATlON. .' . \,#Jl;O.r12 ~e..8Y~~~"" of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: .....I:{IJ ~.\ll 'Or~tt~mey ror and on behalf or the Company may and shall be executed in the name and on behalr or the Company, either by the CR'alnnaA"CIrl},i"e President or a Vice President or an Assistant Vice President, jointly with the Secrelary or an Assistant Secretary, under their respective designations. The signature or such officers may be engraved, printed or lithographed. The signature or each or the following officers: Chairman, Presiden~ any Vice President, any Assistant ViCe President. any Secretary, any Assistant Secretary and the seal or the Company may be afflXedby racsimile to any power or attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-In-Fact ror purposes only or executing and attesting bonds and undertakings and other writings obligatory in the nature therecf, and any such power or attorney or certificate bearing such racsimile signature or facsimile seal shall be valid and binding upon the Company and any such po'Nl!r so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.. I, Kenneth C. Wendel, Assistant Secretary or FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the .Companies") do hereby certify that . (i) the foregoing extract or the By-Laws of the Companies Is true and correct, .. ~ij the Companies are duly licensed ard authc:fized 10 transact surely business in aD 5:l of the United Stales. or America and the Dislrld of Columbia and are authorized by the U.S. Treasury Department: further, Federal ard VlQilantare licensed in Puerto Rico and the U. S. VifBin Islands, and Federal is licensed in American Samoa, Guam, and each or the PrcMnces of Canada except Prince EcWard Island; ard (iiQ the foregoing Power ofAtlorney is true, correct and in MI force and etfecL . Given under my hand and seals of said Companies at Warren, NJ this 24th day or October 2002 L~d'~.b~d,~' . . Kenneth C. Wend~V. islanl Secretary IN THE EVENT YOU WJSH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHEF~ MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903-3485 Fax (908) 903-3656 e-mail: 5urety@chubb.com ,.5..In.ll:22S lEd. 01-991 eONSEN' Construction Payment Bond Bond No. 81888955 Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. CONTRACTOR (Name and Address): Florida Industrial Electric, Inc. 811 Wilma Street Longwood, Florida 32750 OWNER (Name .and Address): SURETY (Name and Address of Principal Place of Business): Federal Insurance Company 15 Mountain View Road Warren, NJ 07059 Augusta Aviation Commission Augusta Regional Airport 1501 Aviation Way Augusta, Georgia 30906 CONTRACT Date: October 24. 2002 Amount: $228,402.00 Description (Name and Location): Runway 17-35 Lighting Rehabilitation Project Augusta Regional Airport FAA A.I.P. No. 3-13-0011-25 BOND Date (Not earlier than Contract Date): October 24, 2002 Amount: $228,402.00 Modifications to this Bond Form: Surety and Contractor, intending to be legaIly 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. CONTRACTOR AS PRINCIPAL Company: (Corp. Seal) ~lorida I~dustrial E~~ Slgnature:~~ # w Name and Title: R.o....kl 1+. 'R~we.\lt V,7. . . SURETY Company: Federal Signature: Name and Title (Attach Power 0 (Corp. Seal) ttorney-In-Fact (Space is provided'oelow for signatures of additional parties, if required.) CONTRACTOR AS PRINCIPAL Company: (Corp. Seal) SURETY ~~KRY:Countersignature: (Corp. Seal) Signature: ~ t:, ~_. Name and TItle: Richard E. Daniels Signature: Name and Title: EJCDC No. 191O-28-B (1996 Edition) Originally prepared through the joint efforts of the Surety Association of America, Engineers Joinl Contract Documents Committee, the Associated General Contractors of America, the American Institule of Architects, the American Subcontractors Association, and the Associated Specialty Contractors. 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 fumished for use in the performance 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: 2.1. 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: 4.1. 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: I. Have furnished written notice to the CONTRACTOR and sent a copy, or notice thereof, to the OWNER. within 90 days after having last performed 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 pan 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. s. If a notice required by paragraph 4 is given by the OWNER to the CONTRACTOR or to the Surety, that is sufficient compli~ce. 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: 6.1. 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 undisputed and the basis for challenging any amounts that are disputed. 6.2. Payor arrange for payment of any undisputed amounts. 7. The Suretys total obligation shall not exceed the amount of this Bond, and the amount of this Bond shall be 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 agree that all funds earned by the CONTRACTOR in the performance of the Contract are dedicated to satisfy obligations of the CONTRACTOR and the Surety under this Bond, subject to the 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 others for 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 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 the Contract or to related Subcontracts, purchase orders and other obligations. II. No suit or action shall be commenced by a Claimant under this Bond other than in a court of competent jurisdiction in the location in which the Work or part of the Work is located or after the expiration of one year from the date (I) on which the Claimant gave the notice required by paragraph 4.1 or paragraph 4.2.3. or (2) on which the last labor or service was performed by anyone or the last materials or equipment were furnished by anyone under the Construction Contract, whichever of (I) or (2) first occurs. 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 of the suit shall be applicable. 12. Notice to the Surety. the OWNER or the CONTRACTOR shall be mailed or delivered to the addresses shown on the signature page. Actual receipt of notice by Surety. the OWNER or the CONTRACTOR. however accomplished. shall be sufficient compliance as of the date received at the address shown on the signature page. 13. When this Bond has been furnished to comply with a statutory or other legal requirement in the location where the Contract was to be performed. any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. The intent is, that this Bond shall be construed as a statutory Bond and not as a common law bond. 14. Upon request of any person or entity appearing to be a potential beneficiary of this Bond, the CONTRACTOR shall promptly furnish a copy of this Bond or shall permit a copy to be made. 15. DEFINITIONS 15.1. Claimant: An individual or entity having a direct contract with the CONTRACTOR or with a Subcontractor of the CONTRACTOR to furnish labor, materials or equipment for use in the performance of the Contract. The intent of this Bond shall be to include without limitation in the tenns "labor, materials or equipment" that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental equipment used in the Contract, architectural and engineering services required for performance of the Work of the CONTRACTOR and the CoNTRACTOR's Subcontractors. and all other items for which a mechanic's lien may be asserted in the jurisdiction where the labor, materials or equipment were fumished. 15.2. Contract: The agreement between the OWNER and the CONTRACTOR identified on the signature page, including all Contract Documents and changes pthereto. 15.3. 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 tenns thereof. (FOR INFORMATION ONLY--Name, Address and Telephone) AGENCY or BROKER: OWNER'S REPRESENTATIVE (Engineer or other party): PB-4 Chubb Surety POWER OF ATTORNEY Federallnsurancs Company Vigilant Insurance Company Pacific Indemnity Company Attn.: Surety Department 15 Mountain View Road Warren, NJ 07059 KI'.ow AD by These Presents, That FEDERAl INSURANCE: COMPANY, an IncfJana ~ VIGILANT INSURANCE COMPANY, a New Yor\( Corporation, ard PACIFlC INDEMNITY COMPANY, a Wisconsin cOrJ:oration, do each hereby constitute and appoint Marc W. Boo ts, Joy Hajovsky, Morris D. Plagens, Jr., Amy Sustaire, James R. Donnelly, Jr. and Beverly A. Ireland of Houston, Texas--------------------------------------------- eaCh as their true and lawful Attorney-in-Fact to execute under such designation in their names and to affix their corporate seals to and derrver for and on their behalf as surety therecn or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course or business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument rererred to in said bonds or ob6gations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VlGILANT INSURANCE COMPANY, and PACIFlC INDEMNITY COMPANY have each executed and attested these presents and affIXed their corporate seals on this 3 r d day of May, 2002 ~-zI1-1! ~ nneth C. Wendel, Assistant Secretary , ~~f~~-~ ~/ Fra k E. Robertson, Ice Pr ident STATE OF NEW JERSEY} &s. County cr Somerset . On !his 3 rd day of May, 2002 , belore me, a Notary Public of New Je~, personally came Kenneth C. Wendel, 10 me knCMll'l 10 be Assislanl Secretary 01 FEDERAl INSURANCE COMPANY, VlGILANT INSURANCE COMPANY, and PAClFlC INDEMNI1Y COMPANY, the companies which executed the foregoing Power of Morney, and Ihe said Kenneth C. Wendel being by me duly sworn, did depose and say thai he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VlG/LANT INSURANCE COMPANY, and PACIAC INDEMNITY COMPANY and knows the corporale seals thereol, lhal!he seals affIXed 10 the loregoing Power 01 Attorney are such corporate seals and were therelo affixed by authority of the By-Laws 01 said Companies: and that he signed sai~ Pc;>wer of AIIomey as Assislanl Secretary of $:lid Companies by like authority; and thaI he is acquainled with Frank E. Robertso~ and knows him 10 be Vace ~Jnt~id Companies; and that the signature of Frank E. Robertson, subscribed to said Power 01 Momey is in the genuine handwriting of Frank E. ~rts.olo,\ ~J ~~Io subscribed by authority of &;lid By-l.aws and in deponenrs presenC8~ . l~~~-s:;....~~""1 ~T., TAMU L NISHlWAA . 6lif'-1 J . .'1 .,:;. 0"\ po. R Y . ~ Nd:wy PLtiIc:, Stare 01 NewJlney /1M M U~1U-tAL( :1 ;5: ~ _.- c : ~ : Quaf:t ~~~ q n Notary Ptlblic "}. P \J e \.. \ .::;} CanmlssIon Exples F8b. 8, 2~mF1CAT10N .' ...,.~"'ct.t~."2~e.8Y~~\f FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "'""1:..6, p:0y;eJ;!! Sr\itttJmey ror and on behalf or the Company may and shall be executed in the name and on behalf or the Company, either by the ctralnrnKl-or"&1"'e President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature or such officers may be engraved, printed or lithographed. The signature or each of the following officers: Chairman, Presi~ent, any Vice President, any Assistant ViCe President, any Secretary, any Assistant Secretary and the seal of the Company may be affIXed' by facsimile to any power or attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only or executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power or attorney or certificate bearing such facsimile signature or facsimile Seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.. . . I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the .Companies1 do hereby certify thai (i) the foregoing extract or the By-Laws or the Companies Is lrueand correct, ~i) the Companies are duly licensed and authorized to Ir.lnsacl SlJIl:ty bosiness in aD 50 of the United Stales or America and the OisID:t of CoIumoo and are authorized 'r1y the U. S. Treasury ~ further, Federal and Vigilant are licensed in Puerto Rico and the U. S. Virgin Islands, and Federal is rJCellSed ir1 American Samoa, Guam, and each of the ProW1ces or Canada excap Prince Edward Island; and ~iij the foregoing Power orAltomey is true, correct and in full force and effect Given under my hand and seals of said Companies at Warren, NJ this 24th day or October 2002 LdC'/0~~ . Kenneth C. Wend~V. sslstant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHEF~ MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903-3485 Fax (908) 903-3656 e-mail: 5urety@chubb.com ,S,1a.ll:;12S fEli ~1 CONSeNT I ACORO,. CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DDIYY) 10/31/2002 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Bowen, Miclette & Britt, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1111 North Loop West HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 400 Houston TX 77008 INSURERS AFFORDING COVERAGE INSURED INSURER A: Continental Casualty Co. Florida Industrial Electric, Inc. INSURER B: Royal Ins Co of America 811 Wilma Street INSURER C: American Cas. Co. of Readinq INSURER D: Longwoo~, FL 32750 INSURER E: COVERAGES The Policies of Insurance listed below have been issued to the insured named above for the policy period indicated. Notwithstanding any requirement, term or condition of any contract or other document with respect to which this certificate may be issued or may pertain, the insurance afforded by the policies described herein is subject to all the terms, exclusions and conditions of such policies. Aggregate limits shown may have been reduced by paid claims. I~.;: TYPE OF INSURANCE POLICY NUMBER P~H~Y EFFECTIVE Pg~!f: EXPIRATION LIMITS A ~NERAL LIABILITY GL251926424 11/1/2002 11/1/2003 EACH OCCURRENCE $I 000,000 ~ :3MMERCIAL GENERAL LIABILITY FIRE DAMAGE (Anyone fire) $250,000 - CLAIMS MADE [i] OCCUR MED EXP (Anyone person) $5,000 - PERSONAL & ADV INJURY $1,000,000 - GENERAL AGGREGATE $2,000,000 n'L AGG~WlE LIMIT APFlS PER: PRODUCTS - COMP/OP AGG $2,000.000 POLICY X ~:;',9; LOC A ~TOMOBILE LIABILITY BUA251926441 11/1/2002 11/1/2003 COMBINED SINGLE LIMIT JL ANY AUTO (Ea accident) $1,000,000 I- ALL OWNED AUTOS BODILY INJURY (Per person) $ I- SCHEDULED AUTOS ~ HIRED AUTOS BODILY INJURY $ ~ NON-OWNED AUTOS (Per accidenl) PROPERTY DAMAGE $ (Per accident) RRAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EAACC $ AUTO ONLY: AGG $ B EXCESS LIABILITY P2HN019289 11/1/2002 11/1/2003 EACH OCCURRENCE $5,000,000 o OCCUR D CLAIMS MADE AGGREGATE $5 000 000 $ 8 DEDUCTIBLE $ X RETENTION $10.000 $ C WORKERS COMPENSATION AND WC251926410 11/1/2002 11/1/2003 X I T";;~~T~JN<: I IOJbl- EMPLOYERS' LIABILITY $1000000 EL EACH ACCIDENT EL DISEASE. EA EMPLOYEE $1000000 E.L. DISEASE - POLICY LIMIT $1000000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS RE: Augusta Regional Airport, Runway 17-35 Lighting Rehabilitation Project, AlP #3-13-0011-25: 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 LPA Group Incorporated, its staff and consultants shall be named as additional insureds with right of notice in the policy. Explosion, Collapse and Underground exclusions do not apply to the General Liability policy. CERTIFICATE HOLDER I I ADDITIONAL INSURED; INSURER LETTER: CANCELLATION Augusta Aviation Commision l"nou.La any OI t~e aescr~Dea pO.L~c~es De cance.L.Lea oetore the expiration date thereof, the issuing company will 1501 Aviation Way XXXXXXX xx mail 30 days written notice to the certificate holder named to the left, XXX XXXXXXX~X xxxx XXXX XXXXXX "X~X " ""XXXXXX xx XXXXf xx XXX XXXX XXXX Augusta GA 30906 xx; xx XX~XXA X~X\ 107X;X :nX 'AtO AUTHv~,,~u~~rRESENTATIVE I ACORD 25-S (7/97) @ACORDCORPORAT/ON 1988 .J 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 staternent on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER 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 25-5 (7/97) -3 , Client#. 7794 FLORIDAIND ''i ACORDTM CER"~FICATE OF LIABILITY INSURANCE I DATE (MMIDDIYYYY) 10/31/02 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMA TION Bowen, Miclette & Britt, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1111 North Loop West, #400 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Houston, TX 77008 713880-7100 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Continental Casualty Co. Augusta Aviation Commission INSURER B: 1501 Aviation Way INSURER C: Augusta, GA 30906 INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THEPOLlCY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. LTR NSRi TYPE OF INSURANCE POLICY NUMBER Pci}+~;J~rJg~,E P~~~,~~~,MN LIMITS ~NERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY ~~~b~~ J9F~~~~~r~once \ $ I CLAIMS MADE D OCCUR MED EXP (Anyone person) $ PERSONAL & ADV INJURY $ - GENERAL AGGREGATE $ - ~'L AGGREnE LIMIT APAS PER: PRODUCTS - COMP/OP AGG $ PRO- POLICY JECT LOC ~TOMOBILE LIABILITY COMBINED SINGLE LIMIT $ ANY AUTO (Ea accident) - - ALL OWNED AUTOS BODILY INJURY (Per person) $ - SCHEDULED AUTOS ,,- HIREO AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per accident) - - PROPERTY DAMAGE $ (Per accident) RRAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY EACH OCCURRENCE $ o OCCUR D CLAIMS MADE AGGREGATE $ $ R DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND I T~gyS!~W~ I IOJ~- EMPLOYERS' LIABILITY E.L EACH ACCIDENT $ ANY PROPRIETORlPARTNERlEXECUTIVE OFF/CERlMEMBER EXCLUDED? E.L DISEASE - EA EMPLOYEE $ If yes, describe under E.L DISEASE - POLICY LIMIT $ SPECIAL PROVISIONS below A OTHER Owners OCP108956 11/01/02 02/01/03 $5,000,000 Per Occ. Protective Liab. DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Augusta Regional Airport, Runway 17-35 Lighting Rehabilitation Project, AlP #3-13-0011-25: 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 LPA (See Attached Descriptions) CERTIFICATE HOLDER CANCELLA TION Augusta Aviation Commission 1501 Aviation Way Augusta, GA 30906 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL E~~IL -30.... DAYS WRITTEN NOTICE TO THE CERTIFICA TE HOLDER NAMED TO THE LEFT, BlJfftlt)(ltl:l(lIX~_~xx IJllJnl~ ~Jtel:~)(~xxx ACORD 25 (2001/08) 1 of 3 CQ).uJ.~ #S119398/M119397 116 @ ACORD CORPORATION 1988 , ~ 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). DISCLAIMER 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-S (2001/08) 2 of3 #S119398/M119397 . ~ DESCRIPTIONS (Continued from Page 1) Group Incorporated, its staff and consultants shall be named as additional insured with right of notice in the policy. AMS 25.3 (2001/08) 3 of 3 #S119398/M119397 .---!~ I ~CORDTM CERT~FICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) 10/31/02 PRODUCER THIS CERTIFICATE IS ISSUED AS A MA TIER OF INFORMATION Bowen, Miclette & Britt, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1111 North Loop West, #400 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Houston, TX 77008 713 880-7100 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER A: Continental Casualty Co. Augusta Aviation Commission INSURER B: 1501 Aviation Way INSURER C: Augusta, GA 30906 INSURER D: INSURER E: Client#. 7794 FLORIDAIND COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOIWITHSTANDING 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. NSRr TYPE OF INSURANCE POLICY NUMBER Pci}+~jJ~~~g~IE POLICY EXPIRATION LIMITS LTR DATE IMMIDDIYYI ~NERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY ~~~~~~r9~~EN~5~ence\ $ I CLAIMS MADE D OCCUR MED EXP (Anyone person) $ PERSONAL & ADV INJURY $ I-- I-- GENERAL AGGREGATE $ GEN'l AGGREGATE liMIT APPLIES PER: PRODUCTS. COMP/OP AGG $ h t!PRO. n POLICY JECT lOC ~TOMOBILE LIABILITY COMBINED SINGLE liMIT $ ANY AUTO (Ea accident) I-- f...- All OWNED AUTOS BODll Y INJURY $ SCHEDULED AUTOS (Per person) I-- I-- HIRED AUTOS BODilY INJURY $ NON.OWNED AUTOS (Per accident) I-- I-- PROPERTY DAMAGE $ (Per accidenl) RRAGE LIABILITY AUTO ONLY. EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY: AGG $ ~ESS/UMBRELLA LIABILITY EACH OCCURRENCE $ OCCUR D CLAIMS MADE AGGREGATE $ $ =l DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND I T"J~yS[(~,,;~;, I IOJ~. EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE E.L EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? E.L DISEASE. EA EMPLOYEE $ If yes, describe under E.l. DISEASE. POLICY LIMIT $ SPECIAL PROVISIONS below A OTHER Owners OCP108956 11/01/02 02/01103 $5,000,000 Per Occ. Protective Liab. DESCRIPTION OF OPERA TIONS I LOCA TIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Augusta Regional Airport, Runway 17-35 Lighting Rehabilitation Project, AlP #3-13-0011-25: 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 LPA (See Attached Descriptions) CERTlF/CA TE HOLDER CANCELLA TION Augusta Aviation Commission 1501 Aviation Way Augusta, GA 30906 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRA TlON DATE THEREOF, THE ISSUING INSURER WILL E~~IL --3.0.- DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BlKnltl(nn~l.Qt~xx ~1tlJt~l(~xxx ACORD 25 (2001/08) 1 of 3 #S119398/M119397 116 @ ACORD CORPORATION 1988 \ 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). DISCLAIMER 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 25-5 (2001/08) 2 of3 #S119398/M119397 '- :! \. DESCRIPTIONS (Continued from Page 1) Group Incorporated, its staff and consultants shall be named as additional insured with right of notice in the policy. AMS 25.3 (2001/08) 3 of3 #S119398/M119397 I I I I I I I I I I. I m I I n o I I I SUMMARY TO MINUTES OF PRE-BID CONFERENCE RUNWA Y 17-35 REHABILITATION PROJECT at the AUGUSTA REGIONAL AIRPORT AUGUSTA, GEORGIA FAA AlP PROJECT NO. 3-13-0011-XX 3:00 PM June 25, 2002 I) INTRODUCTION This is the pre-bid meeting for bi~ item 02-136 for the Runway 17-35 Lighting Rehabilitation Project the Augusta Richmo,nd County Bushfield Airport. ,My name is Maritza Rodriquez, a representative for the Augusta Purchasing Department. Also, Ms. Doreen Holmes, a representative for the Purchasing Dept. We are waiting for Mr. Tom Story to ~ve he should be here shortly. I ~ill now give the floor over to Mr. Andy Busbee and his staff and they will answer your questions. Welcome. I appreciate everyone's attendance today. My name is Andy Busbee and I work for THE LP A GROUP INCORPORATED, we are the engineering firm on the project. I would like to introduce M~lanie Kozlarek, also with THE LP A GROUP, and Mr. Gary Lon, who is the electrical engineer with Evans Engineering; on this project. Also, Mr. Tom Story who is the representative from Augusta Regional Airport. I am going to hit a lot of stuff very quickly today, you guys have probably heard a lot of this stuff before, especially those of you who have worked on airfields before. Very quickly, the first thing is -that we neglected to send out separate sets of bl~e pages with the documen'ts, so if you haven't gotten those yet Melanie has some to be distributed today, so please be sure that you get some as we are looking to get the separate blue bi~ pages from you when you submit your bid. II) PROJECTSCOJPE The project has been divided into a base biq and one additive bid. Base Bid work includes the removal and replacement of various types of runway edge lighting and threshold fixtures, installation of new airfield signs, transformers, conduit, and miscellaneous airfield vault equipment and t~~ painting of reflective.pavement markings. Additive Bid No. ., work consists.of the removal of existing V ASI units for Runway 8-26 and the .installation of new P API units for .Runway 17~35 and Runway 8-26. III) TECHNICAL/ELECTRICAL (Gary Lott) .Please feel free to stop me at any time to ask questions. I will just' go over the scope of the work. Like Andy said, on Runway 17-35 going in there and taking out all the existing HIRLs in Pre-Bid Conference Minutes for The Runway 17-35 Rehabilitation Project The Augusta Regional Airport FAA AlP Project No. 3-13-001 I-XX June 25, 2002 Page 2 of 18 there. We will remove the light fixture itself, the base plate and isolation transformers. The existing base and the existing conduit shall remain in place. That will be reused for the new equipment. Also, the 5 KV cable inside the conduit and ducts shall be removed. We don't want any old cable left in the conduits or ducts. That is easy enough to pull out, it can be used as a pull string to pull in the new cable. Also, we are removing all the isolation transformers for the hold bar signs and the distance signs that are associated with runway 17-35. There are several hold bar signs that are going to be taken out completely. We are going to remove the concrete pads also, we'll have some new signs to replace those and they are indicated on the drawings. As Andy mentioned as an additive, Runway 8-26, there is an existing V ASI system right now and that will be taken out if the additive bid is awarded. Getting to the new portion of the work, the existing base and conduit will remain in place and you will be responsible for putting in new high intensity runway lights. One thing to be aware of, and it is pointed out in the specifications, is that these pases are old so we are probably going to have to clear bolt holes. Clear and re-tap them, and this is to be included in the price of the fixture. There is no way to tell exactly how many that this is going to happen to, but this is like I said, an old system out there, so just be aware that it is going to happen. The new work is going to include a new light fixture itself, a new base plate, gasket, stainless steel bolts with anti-seize compound and the new isolation tnmsformer and a complete connecor kit. On top of that we will also pull in new 5KV cables to connect it so that you have a brand new system. The only thing remaining in place will be the existing conduit, the existing counterpoise because it is outside and the existing base. Also, as part of this project we are putting in new in-pavement lights. Previously the airport did not have these. We did have a previous project where we put in some L-868 bases in the pavement and stubbed out empty conduits to the edge of the pavement. Now, as part of this project we are going to go in there, to these locations, and put new in-pavement lights on top of them, but the thing to be aware of is that the conduit right now going into these base are stubbed out, so we have to connect this conduit into the existing conduit system (it is pointed out in the plans). Just wanted you to be aware that there will be a connection on both sides for each base. There are also places where there are no existin? L-868 bases and we will have to put them in, core in there and put in brand new in- pavement lights. Also, were going in there for the runway 17-35 hold bar and distance signs and replacing those isolation transformers with brand new ones. We need to make sure that we get with the sign manufacturers on there and get the proper size put back in there. A lot of times, we'll get in there and take them out and the transformers get mixed up, so please be sure to get with who ever the manufacturer is and get the proper size transformers in there. As mentioned before, with the signs, lighting and also the P API systems that are going in, it is all going to be fed with new 5 KV cable and most of it will be run through existing conduit and ducts. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Pre-Bid Conference Minutes for The Runway 17-35 Rehabilitation Project The Augusta Regional Airport FAA AlP Project No. 3-13-001 I-XX June 25, 2002 Page 3 of 18 There are a few places indicated on the drawings where we will install new conduit and mainly that is for the P API system, but there is some trenching and in pavement and a couple of the home run conduits will be brand new conduit. When we put in the new conduit that will be the place where the number 6 counterpoise is going in. So, the quantity of counterpoise is real low on this project because there are only a few places, but there is some to go in. Moving on, we will also be installing four box P API systems on each Runway end. That will be one on the 17 end, the 35 end, the 8 end and the 26 end. Now, the 4 box system associated with the 8 and 26 end, that will be for the additive bid, only of that is accepted. Oth~rwise, the existing V ASI units will be remaining in place. (Jimmy) Say that again On the 8-26 end, there is an existing V ASI system now and that is additive bid. If the additive is not awarded, you don't mess with it. The V ASI stays in place. Now, ifthe additive bid is awarded, we'll take the V ASI out and we'll install the new PAPI system on that end. (Benjamin) That is just on that Runway? (Gary) Yes, on 8-26. (Benjamin) You don't have a bid i.tem for the other runway on the PAPI, it's just on the additive bid. (Andy) The PAPI's are all additive bid. All four ends are additive bid. (Jimmy) Have you got existing VASI's on 17-35? (G~i~ No. Just on 8-26. Getting onto the vault. There are a couple of existing regulators in there right now, that are going to be removed. That will be turned over to the Owner, it will be up to him what to do with them: if they are going to keep those as spare parts or have the Contractor remove them off the airport property. This project will entail three new regulators: one for the Runway 17-35 circuit and the other two will be for the P API circuits. Also, as part of the vault work, we are going to be putting in a new field connect cabinet; this will be an easy way for the maintenance guy to disconnect the circuits. There will be a big cabinet with the L-823 connectors in there; there will be one common point for disconnect for him (this is detailed in the plans). Also, we are going to replace the existing radio control unit with a new one and the same applies for the relay cabinet in there. The existing relay cabinet is coming out and we are going to put in a brand new one. We have also (Gary) Tommy, what would you do with the hole? I I I I I I I I I I I I I I I I I I I Pre-Bid Conference Minutes for The Runway 17-35 Rehabilitation Project The Augusta Regional Airport FAA AlP Project No. 3-13-001 I-XX June 25, 2002 Page 4 of 18 specified a TVSS unit for the existing emergency power panel. We did the same thing, a new TVSS unit with sect one for the control cable, for the vault cable; leaving from the vault up to the tower. And actually, we are going to issuing an addendum clarifying the type of unit we want in there. I accidentally specified a power instead of a control TVSS unit, so we need to clarify that and get that out to you. That will be in the addendum. In the tower, we are going in there and we will replace the existing control panel with a new panel. We are going to change the switching on there. One thing to be aware of is that we need to make sure that the existing panel remains in place and operational until you get the new panel up there ready to be cut over. And that should be done in one days work with good weather. It should be Jimmy. That will be something, if it can't be done in a day, we'll have to get something in there to work the phasing out on that because the tower needs to have control at all times. If it comes down to you have a guy in the tower and a guy in the vault, turn the lights on at a certain time of the day, turn off at the end of the day. (Jimmy) The reason I say it can't be done is because that control cable is in conduit all the way from the man hole out side all the way out there. You'd have to use that same conduit to get over there. It would be tough, after looking at it today, to get that thing weaved through there and get up into it in a day and get it going. You'd have to get put somebody down there with a radio... Or the other possibility is when you pull out the old cable and pull the new cable in, you reconnect it back up to the old panel. Then the next day you disconnect it from your old panel and install your new panel. It is possible. This would be an item that will definitely have to be worked out. Any suggestions are always welcome. There are always more than one way to do projects this, especially a tricky item like that up in the vault. But the main point is to make sure that the tower does have control of the lights, even if it comes down to manual control, make sure that there is no time that the a~rfield is without ligh~s. That is imperative. (Tommy) Can we move the new panel about three to four feet over from where the existing panel is now? (Gary) Is there the physical room to move it over that far? (Tommy) Yes. They'd like to have it next to their phones. I I I I I I I I I I I I I I I I I I I Pre-Bid Conference Minutes for The Runway 17-35 Rehabilitation Project The Augusta Regional Airport FAA AlP Project No. 3-13-001 I-XX June 25, 2002 Page 5 of 18 (Jimmy) While you'r:e on that, they want to move that crash switch out of that panel too. Move it over to the side, over there. As a matter of fact, there will be addendum. I have been talking to the tower after we issued the plans and they want to change the layout, the configuration of the panels, some of the switches, we had a whole row of switches on the bottom and that is going to be eliminated. We will issue an addendum clarifying the layout that the tower prefers (Maritza) When will we be receiving the addendum? (Andy) Depending on what else comes out of to day's meeting; we are going to get it out as soon as possible. (Maritza) We have to have it here no later than... will it be faxable or would we need to mail anything? (Andy) We will have to talk. about that. We might be able to make it faxable. (Maritza) If it's faxable, the last day I have to have it here is Tuesday, July 2nd. (Gary) We plan to have it in to you by this Friday, June 26th. (Maritza) The only thing that could delay getting it out would be something we would have to mail because it would have to go out via certified mail and give us a minimum of 5 days in order to get it out to all vendors, including the ones who are not here today. - . The revisions for the panel, I've alr~ady worked it up with the tower and I have it on a 8Y2 X 11 sheet, so hopefully all this addendum item will be worked out on 8~ X 11 instead of reissuing plan sheets on it. That will be easier on everybody. (Andy) That way it is faxable. (Jimmy) He (Tower Chief) had talked to you about that one crash switch? (Gary) Yes. He wanted to take that out of the panel and move it over separate. IV) CONSTRUCTION SEQUENCING/CONTRACT TIMEILIQUIDATED DAMAGES The work as described by the contract sp~cifications and as shown on the plans shall be ready for use by the Owner within 60 consecutive calendar days after the Notice-to-Proceed date. In order to Pre-Bid Conference Minutes for The Runway 17-35 Rehabilitation Project The Augusta Regional Airport FAA AIP Project No. 3-13-001 I-XX June 25, 2002 Page 6 of 18 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. Construction Phasing: The Work shall be completed in three (3) overall phases. The work area and contract time duration for each phase is stipulated as follows: Phase 1- Work in this phase consists of the rehabilitation of Runway 17-35 edge lighting within the safety areas of Runway 8-26 and Taxiway "E". Work includes new cable, fixtures, and transformers. Work in this phase also includes the painting of reflective pavement markings on Runway 8-26. Additional work in this phase, if awarded, includes the removal of existing V ASI units and the installation of new P API units on Runway 8-26. All work in this phase shall be performed between the nighttime hours of 1 :00 a.m. and 6:00 a.m. during which time Runway 17-35 and Runway 8-26 will be closed to air traffic. Lighted runway closure crosses shall be placed on each end of the runway to indicate closure prior to beginning each night's work. The Contractor shall monitor the Ground Control frequency (1219 mHz) at all times during construction. All work shall be closely coordinated with the FAA, the ATCT, and Airport maintenance personnel. This work shall be completed from Day 1 to Day 20 after the Notice- To-Proceed. Phase 2 - Work in this phase consists of the rehabilitation of Runway 17-35 edge and threshold lighting, including new cable, fixtures, and transformers. . Additional work in this phase, if awarded, is the installation of PAPI units on Runway 17-35. All work in this phase shall be performed between the daytime hours of 6:00 a.m. and 7:00 p.m. during which time Runway 17-35 will be closed to air traffic. Lighted runway closure crosses shall be placed on\~ach end of the runway to indicate closure prior to beginning each day's work. Air traffic will be shifted to Runway 8-26 except during times of inclement weather. The Contractor shall monitor the Ground Control frequency (1219 mHz) at all times during construction. All work shall be closely coordinated with the FAA, the ATCT, and Airport maintenance personnel. This work shall be completed from Day I to Day 60 after the Notice- To-Proceed. Phase 3 - Work in this phase consists of control panel work in the air traffic control tower and the replacement of electrical equipment in the airfield lighting vault. All work in this phase shall be performed during daylight hours. The Contractor shall monitor the Ground Control frequency (1219 mHz) at all times during construction. All work shall be closely I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I n D o Pre-Bid Conference Minutes for The Runway 17-35 Rehabilitation Project The Augusta Regional Airport FAA AlP Project No. 3-13-0011-XX June 25, 2002 Page 7 of 18 coordinated with the FAA, the ATCT, and Airport maintenance personnel. This work shall be completed from Day 51 to Day 60 after the Notice-To-Proceed. 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 September 20, 2002 through October 7, 2002 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 shal~ 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. Under no condition shall any lighting system be left inoperable at the conclusion of each shift's work. 4. Prior to departure of Contractor's personnel from project site each day, the Contractor sh~n conduct an inspection of all of the airport lighting systems with the Engineer (existing as well as newly installed lights and cables) to insure proper and. full operation of all airfield lighting systems. 5. Should conditions arise beyond the Contractor's control that require that a lighting system to be'inoperable, he shall notify the Engineer immediately, such that appropriate coordination can be made with the Owner to issue NOT AMS. The J Contractor then shall appropriately barricade the affected pavement as required by ';~1 the Contract Documents. 6. During the life of the Contract, the Contractor shall designate an authorized individual to be on 24-h9ur 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. 7. 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. 8. No overnight stockpiling of material will be allowed in the active Airport Operation Area (AOA) outside the designated staging area. Pre-Bid Conference Minutes for The Runway 17-35 Rehabilitation Projecl The Augusta Regional Airport FAA AIP Project No. 3-13-001 I-XX June 25, 2002 Page 8 of 18 9. 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. Upon approval of the bid and securing the necessary funding by Owner and FAA, the Engineer will. issue a Notice-Of-A ward. The Contractor shall then immediately order all the airfield lighting materials including, but not limited to, lights, signs, transformers, cable, conduits, etc. He shall furnish documentation confirming order date and material delivery date. LIQUIDA TED DAMAGES: Liquidated damages for failure to complete the work within the total Contract Time of 60 consecutive calendar days and/or within the stipulated phasing calendar days (whichever is prescribed) fully described in Section 01010 will be that amount stipulated below and the amount will be deducted from money due or to become due the CONTRACTOR or his surety. Overall Project Completion: For failure to complete the project (Phases 1 through 3) within the overall contract time of 60 calendar days the sum of $750. per calendar day will be deducted from money due or to become due the CONTRACTOR or his surety. Nh?:ht Work Construction (Durine: Phase 1 Only): For failure to complete work during each night's shift of work so that Runway 17-35 and Runway 8-26 can be opened by 6:00 a.m. each morning, the sum of $100 per minute past 6:00 a.m. shall be deducted from money due or to become due the CONTRACTOR or his surety. The clock in the air traffic control tower shall be the official time for determination of liquidated damages. Additionally, The CONTRACTOR shall complete all punch list items determined by the OWNER and the ENGINEER within 30 consecutive calendar days from the date ofthe Final Inspection. Failure to do so will result in liquidated damages of $750 per day beyond the 30-day period. V) CONTRACTOR'S USE OF PREMISES/WORK RESTRICTIONS A. Use of the Site: Confine operations at the site to the areas permitted under the Contract. Portions of the 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. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Pre-Bid Conference Minutes for The Runway 17-35 Rehabilitation Project The Augusta Regional Airport FAA AlP Project No. 3-13-001 I-XX June 25, 2002 Page 9 of 18 B. Open Passage: Keep existing drives, entrances, and air operations areaS designated to remain open, clear and available to the O\yner, 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 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. E. Temporary Suspension of Work: During times of inclement weather~ it may become. necessary for the Owner to temporarily su~pend work to allow air traffic operations on Runway 17-35. The direction to suspend work will also suspend Contract Time. The decision to suspend the work will be made by the Owner and the FAA and will be relayed to the Contractor through the Resident Project Representative with as .much advance warning as possible of impending inclement weather. Tile suspension of work will be in effect until Runway 17-35 is no longer needed for operations or the Owner or FAA indicates otherwise. At such time, the suspension of work will be lifted and Contract Time will resume. If the work was. delayed because of conditions beyond the control and without the fault of the Contractor, the time for completion may be extended in such amount as the conditions justify. The extended time for completion shall then be in full force and effect,. the same as though it were the original tiime for completion. F. NA V AID Areas: During the time of construction, the Contractor may be restricted from work~?g 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. G. Turf Restoration: All 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. There will be no separate pay item for this work; it shall be considered incidental to and included in . the price bid for Item 0] 000, Mobilization. H. Construction Stakeout: The Contractor in accordance with Section 50-06 of the General Provisions shall perform Construction stakeout. Pre-Bid Conference Minutes for The Runway 17-35 Rehabilitation Project The Augusta Regional Airport FAA AlP Project No. 3-13-001 I-XX June 25,2002 Page 10 of I 8 I. Haul Route: The Contractor's haul route and all existing roads that will be used as part of the haul road will be restored to their original condition after completion of the project to the satisfaction of the Engineer. The Contractor will be responsible for all clean up operations of debris that may be on the haul road. There shall be no measurement or payment made for any necessary restoration work. J. Safety Devices: The Contractor shall maintain all safety devices such as staked limit lines, fencing, pedestrian barricades and traffic barricades for the duration of each phase and the project as required. All d<+maged or nonfunctional safety devices shall be replaced immediately. K. Vehicles: All vehicles used on the project site shall meet Airport requirements for marking and lighting. L. Radio Communications: The Contractor shall monitor the Ground Control Radio Frequency (121. 9 mHz) at the August Regional Airport at all times during construction. The Contractor shall have a working radio on site at all times during construction and shall assign responsible personnel to continuously monitor the radio. VI) AIRPORT PROJECT AND SECURITY REQUIREMENTS (Tommy) To get badged, there will be a 4-hour ramp driving class to get badged. Only key personnel must be badged. Hopefully we'll have someone out there with you. Contact Tim Weegar, the Airport Operations Manager at (706) 798-3236 and he will tell them exactly what they need to do in order to get badged. (Jimmy) Anybody that has already been through those classes recently, like GSP, Knoxille, do they have to go again? (Tommy) Maybe, I am not sure. Basically it is the same class. (Andy) That is probably something you'd have to ask Tim Weegar about. Each Airport is different, some do and some don't accept that from other classes. ~ The Contractor's superintendent and foremen will need to have an airport. security badge. It is encouraged that all personnel on site be badged. In order to receive a badge, each individual will need to complete a five-year employment history background check, attend a two hour-long security training class before badging. ~ The remainder of the Contractor's employees do not necessarily have to be badged, I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Pre-Bid Conference Minutes for The Runway 17-35 Rehabilitation Project The Augusta Regional Airport FAA ALP Project No. 3-13-001 I-XX June 25, 2002 Page II of 18 however, the badged superintendent and/or foremen must be in the proximity of the unbadged employees at ALL times while working in the AOA. This also includes all unbadged subcontractor employees. ).> The Contractor will be required to provide agate guard at ALL times while their access gate is open and unlocked to prevent unauthorized individuals from entering the AOA areas. The FAA is very strict about this and will fine Augusta.Regional Airport for any violations of this policy. If Augusta Regional Airport is fined by the FAA for any unauthorized entrances into the airfield allowed and/or caused by the Contractor, the fine will be passed onto the Contractor by withholding the amount of the fine from any payment due the Contractor. This fine is $11,000 per occurrence. ).> Make sure that workers (and subcontractors) only park in the designated staging/parking areas. Cars will be towed. ).> Read Appendix A, attached to the end of Section 01030. VII) FUNDING AGENCY REQUIREMENTS This project is funded by the federal government and therefore federal programs and requirements must be complied with. A DBE Participation Goal of 12.0% percent for the BASE BID only and 12.0 % percent for any combination of BASE BID and Additive Bid scenario (based on historical and availability of references 'and the Engineer's determination that the above prescribed percentages of the total project work is available to be performed by disadvantaged business enterprise (DBE) firms within the project area) to be performed by DBE firms. VIII) INSURANCE AND INDEMNIFICATION REQUIREMENTS Bidders were advised to familiarize themselves with the insurance and indemnification requirements contained in the Supplementary Conditions (Section 00800). Supplementary Condition No. 14 contains the requirements for the required liability insurance. The Augusta Aviation Commission, Augusta Georgia and The .Augusta-Richmond County Commission and THE LP A GROUP INCORPORATED shall be named as additional insured on the Contractor's policy with right of notice in the policy. In addition to the insurance coverage above, 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 genera) liability coverage, incJuding liability for acts of Subcontractors and Subordinate Contractors. The Contractor's insurance provider shall Pre-Bid Conference Minutes for The Runway 17-35 Rehabilitation Project The Augusta Regional Airport FAA AlP Project No. 3-13-001 I-XX June 25,2002 Page ] 2 of 18 provide three (3) copies of the insurance policy to the Engineer for the Engineer to distribute to the Owner. There are sample Insurance Certificates at the end of Section 00800. If there are any questions, please call Andy Busbee at 803-254-2211. IX) ESTIMA TED QUANTITIES Where quantities of work were 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 (Ref. GP-40-02, 03 and 04 for alteration of quantities and changes). X) STAKING (SECTION 01040. 3.02 AND GP-50-06) I. The Contractor is responsible for all staking. 2. Cost of survey and staking is incidental to various contract items. XI) PROJECT SPECIFICS 1. The pre-bid conference is NON-MANDATORY. 2. Lighted Runway Closure Crosses will be supplied by the Owner and installed and maintained by the Contractor. They are diesel powered units that are in trailer hitch that will n1eed to be pulled out when you shut the runway down. 3. Prior to beginning construction, the Contractor shall coordinate closely with Airport Maintenance personnel to obtain proper marking of all affected airfield electrical cables. 4. The Contractor will be responsible for providing hand~held two-wayradios for maintaining continuous communication with Ground Control. 5. Maintain red-line "As-Built" plans on site and update accordingly. I I I I I I 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' .1 I I I I Pre-Bid Conference Minutes for The Runway 17-35 Rehabilitation Project The Augusta Regional Airport FAA AlP Project No. 3-13-001 I-XX June 25. 2002 Page 13 of I 8 XII). PREPARATION AND SUBMISSION OF BIDS 1. Read Article .11 ofInstruction to Bidders carefully. 2. Only submit the Bid. Forms (Blue Sheets). An unbound copy of the Bid Form is included with the Project Manual. DO NOT USE THE BID FORM BOUND IN THE PROJECT 'MANUAL FOR SUBMISSION OF BIDS. 3. Each BID must be accompanied by Bid Security made payable to Owner, in an amount of ten (10%) percent of the BIDDER's BID PRICE in the form of a BID BOND prepared on the Form of Bid Bond included in the BID, duly executed by the BIDDER as principle and issued by a surety meeting the requirements of the General Provisions and Supplementary Conditions thereto. 4; 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 a~companied 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, RUNWAY 17-35 LIGHTING REHABILITATION PROJECT, AUGUST A REGIONAL AIRPORT" on the facethereof. Only one copy of the Bid Form, Schedules and other required documents is required for submission of BID. DO NOT SUBMIT THE PROJECT MANUAL OR DRAWINGS WITH BID. Mailine address: Ms. Geri Sams Augusta-Richmond County PUrchasing Department Municipal Building, Room 605 530 Gbreene Street :r AuguSta, Georgia 30911. 5. Article 13 of the Instructions to Bidder's addresses modification and withdrawal of bids. 6. Bid will be opened and read aloud publicly on July 10, 2002 at 11 :00 a.m. 7. All BIDS shall remain open for one hundred twenty (120) 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. Pre-Bid Conference Minutes for The Runway 17-35 Rehabilitation Project The Augusta Regional Airport FAA AlP Project No. 3-13-001 I-XX June 25, 2002 Page 14 of I 8 XIII) AWARD OF CONTRACT OWNER reserves the right to reject any and all BIDS, to waive ariy 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 of the 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 critc:ria 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 thereof wilJ be resolved in favor of the correct. sum. 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 a bid scenario consisting of the Base Bid and Additive Bid No. I depending upon the availability of funds and the BIDDER being responsible and submitting a responsive BID for the Project. The Bids will be compared by the total aggregate amount for each bid scenario of Base Bid and Additive Bid listed by priority as follows: 1) Base Bid + Additive Bid No.1 2) Base Bid (only) Whichever Bid scenario the OWNER elects to award, if any at all, will be awarded to the lowest responsive and responsible BIDDER, depending on the availability of funds as well as the BIDDER meeting BIDDER's and contractual requirements, as set forth in these Contract Documents. XIV) ANTICIPATED NOTICE-TO-PROCEED The Anticipated Notice to Proceed will be given around October 7,2002, so that we can get beyond the Air Show. XV) QUESTIONS AND ANSWERS Q: (Tom) What is the ending time for Phase 2? A: 7 :00 p.m. Q: (Jimmy) Nighttime work is very expensive, 50% more at least. Why not, on 8-26, let you ./ I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Pre-Bid Conference Minutes for The Runway 17-35 Rehabilitation Project The Augusta Regional Airport FAA ALP Project No. 3-13-00 II-XX June 25, 2002 Page IS of \8 have a shut down during the day, while you have 17-35 in operation, to do the PAPI's and the painting. They are outside the safety areas. That would be a big saving for this thing because there is a tremendous amount of work on those particular P API's. In fact if you add the P API's in, 60 days will be really tight. Those are 4 box PAP!' s and they are not going to go in quite as quickly as the two box PAPI's...! forsee that taking quite a bit of time. I'd suggest that we do 17-35 first, get it complete, with the exception of the down time at the intersection and we do 8-26 during the day time, shut 8-26 down, because that (8-26) is the secondary runway. (Andy) When are you going to do the intersection work? (Jimmy) At night, I'd have todo that at night. That is not going to take all that long to do at night. The P API part would take quite a while to do at night. (Andy) So, when you have this (17-35) closed down during the day, you also want to work over here (8-26) during the day? (Jimmy) No, I am not saying that, because I know you have to have that runway, you have to have either or. I am saying that during the day you work on 17-35 and when you have completed that work, you go over onto 8-26 and do that during the day and leave 17-35 open. (Andy) That means you are going to take some of the time out of Phases 2 and 3 and put it into Phase I. (Jimmy) Yes. It would go faster. It would be a savings for you. You are going to have one . runway open at all times during the day, and I am sure that they would rather have the main runway open. (Andy) The majority of the work is on 17-35 and it shut down for 60 days. (Jimmy) Ok, complete that and do the night work. .. (Andy) So you are saying have the 17-35 completed at day 50 and the last 10 days do the work on 8-26 during the day. (Jimmy) You couldn't do that in 10 days. Not if you orderthose PAPI's. ThosePAPI's are going to take 30 days. (Andy) To put them (pAPI's) in? Pre-Bid Conference Minutes for The Runway 17-35 Rehabilitation Project The Augusta Regional Airport FAA AlP Project No. 3-13-001 I-XX June 25, 2002 Page 16 of 18 (Jimmy) Oh yeah. Those are not simple PAPI's. They are not simple PAPI's. You really need to look at the time, just a little bit if you add the P API's. Q: (Jimmy) All we have to do on the aiming spots is over paint the ones that are out there now. A: (Andy) Yes that is correct. They do not move.. You'll paint over what is outthere today. Q: (Jimmy) Are you going to leave the P API regulators in the base bid? A: (Gary) I think we should. It is the Airports call. Basicallywhat they become, if you didn't award the P API project, you have 2 extra spares in your vault in case you need them for back up or anything. Q: (Benjamin) The quantities on the PAPI's are two each. Is that per runway? A: (Gary) Yes, per runway.. One 4 box on the 8 end, one 4 box on the 26 end, one 4 box on the 17 end and one 4 box on the 23 end. Q: (Benjamin) So each is two 4 box P API. Four Sets? A: (Gary) Yes. And you are getting paid for one runway at a time, which includes two sets. Q: (Maritza) The blue pages that you gave out, is that in addition to the specs? A: (Andy) No. That is nothing more than a copy of the blue pages that are already in the specification manual. Q: (Jimmy) How would you do in the vault. That conduit runs from the manhole right up to ceiling, right underneath the cap. There are no boxes. When you look in that ceiling it is kind of like a nightmare. A: (Gary) We are already talking about moving the control panel over 3-4 feet by the addendum to get it next to the phone so hopefully there is some space. (Jimmy) We took some covers off today, I don't know how you are going to get at that .1 control panel, right now, but it can be done I am sure. (Gary) The item we are looking at right now, for the TVSS unit for that, it is 13" longby less than 2" thick and tall. It is not a big unit; I think we can find room for that in there. That should be able to fit in there. (Jimmy) You could put a larger control panel in there. (Gary) That might be the way to do it. Will have to revise plans. I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I Pre-Bid Conference Minutes for The Runway 17-35 Rehabilitation Project The Augusta Regional Airport FAA AlP Project No. 3-13-0011-XX June 25,2002 Page 17 of 18 (Jimmy) Since you are taking those switches out of the bottom that will give you some extra room. In the vault you wouldn't have a problem. Q: (Jimmy) Are you going to put lightning protection on each regulator meter or just one on I the EM panel as a whole? (Gary) Just the one EML panel. One unit to protect the entire panel. So really we are talking about 3 TVSS devices. One for the main emergency panel (EM) in there and then two for the controls: one at the control end inside the vaultand one at the control end inside the tower. A: Q: (Bill) Do I understand it right that you are going to use one 5 KV cable as existing and you are going to replace one? (Gary) Yes. One to one replacement. A: (Bill) So all it is all the existing conduit, you are going to re-pull into the existing conduit? (Gary) That is correct. There are a few places where we are putting in come new conduit~ but mainly, the majority of the project is using the old conduit. (Bill) It is not very much. (Andy) Most of the new conduit comes if we award the PAPI (additive) bid. (Maritza) I'd like to remind you all that there is a cut off date for questions, which was set for tomorrow, June 26th at 3:00 p.m. Vendors, that is the cut off date to have questions here to purchasing. If you don't have <?ur fax number, our fax number is (706) 821-2811. The only way that this would be extended would be if LP A decided to change the specifications and the plans. (Andy) We are changing that in the addendum. , (Maritza) As far as any changes where they would have to re-submit. Reas~n being is that we are really close to the opening. I am afraid that if we cut it too close, they won't have time to review a second addendum, if one is issued. (Andy) We'll be all right with that. Pre-Bid Conference Minutes for The Runway 17-35 Rehabilitation Project The Augusta Regional Airport FAA AlP Project No. 3-13-001 I-XX June 25, 2002 Page 18 of 18 XVI) SITE VISIT An invitation to visit the project site was extended to all attendees to look at the existing conditions. These Minutes prepared by: '?{~ Andy Busbee, P.E. Project Manager 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 .J File: CA2090 14/209016.1 a Q:\CUENTSlAugustalRunway 17_35 Lighting RehabIDOCSlBIDDINGIPre-Bid Minule.' RW 17-35 Lighting Rehab.doc I I I I I I I 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 .1 I I I g huNWAY 17-35 REHABILITATION PROJEC', AUGUSTA REGIONAL AIRPORT PRE-BID SIGN IN SHEET 25 JUNE 2002 3:00 PM Telephone No. . ~-o"3.- 23\--38'18 lax 8o~-11'9 -614~ email address ~zIClft.,k:.€t 0\ (0 phon00"3 - Z-'3 \ -38 lax ~--11 ~~ .~ fL. .maIl address @ . CV",", 3 &"AlZ.y 1-1. Le:.rr title ~ e:~/~L c2"NClil. lax omalladdress ~Tr~ c::IIMJe....c.12..~ ~/s -~ ~O - G:. 2./4- rax9{3q~O fe,ZZc../ emall address phon. 7 lax cJN tiu. omoIl addr... lo;tbr,'fta A () v; .~i~z.. malUng addr... cl1y, alai. and Zl> code emall address phone ?Ob 6s-1 - S'I rl lax ~ (, S" / rY'ir S- emaU edc*'e.ss C/s I I nuNWAY 17-35 REHABILITATION PROJEC) AUGUSTA REGIONAL AIRPORT PRE-BID SIGN IN SHEET 25 JUNE 2002 3:00 PM I I 14 .J~'^^^^ Cox coVjn "\ ~'O ("Sf iAfh.lt-r"C.:.\t1 e ~(,,4 . z..~. z - ,l2?2o IIf III IV' Inl. I I\~ ., Lh''r! (, (. U. y- l+ 'f;,ot.} _ Z. 4 f2.. - 4 g i:~ cIIy&;'e and zip code I \ le.- e; I. Z. q lf07 omalladdres.s '~ ffrXl \J i ~ 15 company name phone In.. mailing address lax city. stale and zip code emailaddress 16 company name phone Iil.. mailing address 'ax city. stale and zip code ,mail address 17 CC>lf1l8llYn8IT18 phone tiuo mailing addres.s lax city, sfate and zip code .mail address 18 company n8IT18 phon. Iil.. mairll'lg address lax diy, stat. and zip code omall address 19 CC>lf1l8llYn8IT18 phone IllI. maBk1g address lax city. alate and zip code email address 20 CXlfl1>8I1Yn8IT18 phone Ill.. mailino adcYess lax city, state and zip code omall adcnss 21 company name phone till. malllng address lax dry, stat. and zip cod. emall address 22 oof1l)8J1Y n.&me\ phone : 1ft.. maBk1g address lax city, stat. and zip cod. emalI _50 23 col'f1)8flY name phone mailing address lax city, stat. and zip code emalledcfn>u 24 co"lJany name phon. litl. melthg address lax dty, atale and zip code emalledc"'$1 25 cofll)any name phon. Ill.. mallilg address lax city. stat. and zip cod. .mall_5O 26 OOfl1)8F1Y name phone Ill.. mailing address lax cIIy, .laIe and zip code emoIIedcfn>u Name Company & Mailing Address Telephone No. ,I I I I I I I I I I I I I I o fJ~e Zo.f 2 I I I I I I I I I I I I I I I I I I I ADDENDUM NO.1 TO BIDDING/CONTRACT DOCUMENTS FOR RUNWAY 17-35 LIGHTING REHABILITATION PROJECT AUGUSTA REGIONAL AIRPORT FAA AlP PROJECT NO. 3-13-0011-XX TO: DATE: All Prospective Bidders June 27, 2002 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-6 of the Bid Form is required. Failure to do so may subject a Bidder to disqualification. This Addendum consists of 2 pages and the attachments listed at the end of this document. PROJECT MANUAL TECHNICAL SPECIFICATIONS ITEM L-I09 INSTALLATION OF AIRPORT TRANSFORMER VAULT EQUIPMENT Section 109-3.6 RUNWAY REGULA TOR. Add the following in its entirety: "The contractor shall install one TVSS unit at the existing panel "EM" as indicated on the drawings. This work shall be considered incidental to the installation of vault equipment." Section 109-3.9 L-821 CONTROL PANEL. Add the following in its entirety: "This work shall include removing the existing relay junction box and installing a new relay cabinet as indicated on the drawings. The contractor shall install TVSS units on the control cable for the control panel at the airfield lighting vault and at the air traffic control tower. This work shall be considered incidental to the installation of vault equipment." Add Section 109-3.11 in its entirety: 109-3.11 CABLE TRAY 'The contractor shall remove all conduits for the existing 5kV cables inside the airfield lighting vault. The contractor shall install a cable tray for all the 5kV cables for new and Page 1 of 2 06/27/02 Page 2 of 2 06/27/02 I I I I I I I I I I I I I I I I I I I existing regulators. The contractor shall install 2" conduits at each regulator, new and existing. The contractor shall install new 5kV cable from each regulator, new and existing, and route it through the cable tray to the field connect cabinet. The cable tray shall be 12" wide ladder type aluminum with 6" rung spacing and 4" loading depth as manufactured by Mono-Systems, B-Line, Atlas or approved equal. Cable trays shall be designed for maximum load requirement of 75 p~)Unds per foot. Cable trays shall have rounded edges and smooth surfaces. Cable trays shall be furnished with all fittings, spacers, and supports necessary for a complete system and shall comply with NEMA standard VE-l. This work shall be considered incidental to the installation of vault equipment." . PLAN DRAWINGS DRA WING NO. L-15 Rename the "AIRFIELD LIGHTING VAULT - DEMOLITION PLAN" on the right hand side of the drawing to "AIRFIELD LIGHTING VAULT - LA YOU! PLAN". Add SKETCH NO. 1 for new cable tray and associated work. Delete the following sentence in the "AIRFIELD LIGHTING VAULT - LAYOUT . PLAN", "install TVSS unit, RFI Titan 65DR or equal, to protect all control wiring" and insert the following "install TVSS units, Ditek DTK-4LVLP-SCP-RUV, 1 unit per 8 conductors, or equal for control cable routed to air traffic control tower lighting control panel. DRA WING NO. L-17 Delete "PROPOSED LIGHTING CONTROL PANEL LAYOUT" detail and "SCHEDULE OF SWITCHES" and replace it with SKETCH NO.2. ATTACHMENTS Sketch Number 1 Sketch Number 2 If you have any questions please contact the Engineer, THE LP A GROUP INCORPORATED, at (803) 254-2211 prior to bid opening on July 10,2002. END OF ADDkNDUM NO.1 I I I I I I I .0 :c~~z I-alwo ~<S~g ~~Z<t ~108\n I- Z. w::fw_~ -I<al W g'}a::..J~::E~ Uo:;ll-f!, u.:i:o~ ~cnVl""'8 ~~~~~ . OZ:=l ~8~w~ ~!:!1~u.. 15wIzo Z>I-_ I I I I I I I ~ w. (.?Vl Z~ <(W I'Z OW oU ~Z 00 ~t;: l5", ~ IO I-W '~ ~a. I')Vl I I I I ~<t w~~lz~ al~ w~ 0~!!l9<( I->~~> ~l&J -La.. zt;: 00 ~3~wz ~51u.ffi~ 50095 w8~~<t 0:: ",,8t;; . ~8~w~g (.?1-~alW::l: ~<so:J;!:f!, !2ig~~05 ~lk!~VlI-W >- <(. ~o:: zr;? 1E5 ~ ~(.? ww zo:: ~. 1-", w!E --''''' ~o Uw I- wz ~"!t I ~~ (.? z ::; W U w l;j 0:: U Z o U -<t Vl~~lz~ ~l!l W~ 5U!!l8~ ~~~~u. UIO .00 ~~~ffi~ ~<(i29~ ~~~~<t --'~~ut;;~ <t o::W~Z ~-ialW~ "!t1O<(-i~f!, o <( ~ ::l: \5\5 I 00 ~u...l.&...cn~w ci W 0:: 5 00 I-w 0:: I ~~ <(~ .1- ~~ Wal , <( NU ci z O~ 1-0 1-"" U(.? .~~ Z~ 8~ .O-,L I I Lo.i '" 5 a. cr w lz ~ o U z j a... t- ::J o >- j VI ci ~ ~ ~ t; 0... !2ii2~~~0 ~>-~~!!l6 ~~~~i!'~ <(~~9vi<t 15'!1I:J~t;; zu--'<(~~ oCw:Jlnuw O:X:~~--,I I-I-Vl <tl- 5:x:z . 0 ~(.?-l;j0::1- 85 .~e--, 'O::o::ti~ ~ 'I~~ogsQ u ~ .....0 l5~u~&lu I-~I- ~~ <(u&l~oo I- z uw 5~a~wffi . oU')u-.J:CQ~ ~~ ~I-VlW uwgu"'~::l: Zw Ouf!, 15wG:~ww5 Z~~IOQmw -lOW_Hn ...Jt- --'o::z<tI--,--, w~ow u<::> ~~~i!'~l5Vi~ o z ~ ::J o Z lLJ o o <( W -i ~ --' Ww :x: w u. O::<i! Vl w ~~ '--, I') a. Z 01- ~a. V) "" ~z 0 g~ ...J t- <( (J t- lLJ lLJ V) 0 8ti V) >- V) <( oz~ 0 0::: --'Zal 0::: t- ~8j (J lLJ ..J ...J. <( CDlI! (J <(f-: (Lvi (JZ >->-: t-z -' ~ <( I- (J ~ G:vj 0 >->-: 0 t-z It) ~ ::J <( > <.:> z ~ :I: <.:> :J o ..J lLJ G: O:::Vl <'Z z o i=t- <(0::: t-o :Ja... -0::: CD_ <(<( I' lLJ ...J 0:::<( z 100 ", - 18 "0::: <( >-t- <(V) 3=::J Z<.:> ::J::J 0:::<( o z ci oUJ 1: ~~ go ~~ ~~x25UJ zO I- I::>IIlVlU ~o <(UJ Cl -, ~~~O UI W~ -IV) ~Q.. ;i3'jg~ tnl.a...C)()1- ~~~~~ I w Cl z I u B a I- .UJ w -'offi~.J li:I~.~t::9>=~ 'j~tl) tz~~ja. <Cu>,..:.,,8.....0<-J ox :-J..J _~u~o '!l~~UJ~UJUJZ~ ~1-~~~<;!IIl;::;tz u~x "-I::li!'8 UJUO-'Cl'!l<( 1-<(~~z~J:O- <s-,&:~a:UV>t-N O~~~~O:.:-,,? -'J:wuol-gsg-' ~g~~~GJ~UJ~ 0~IO!;(ZVl91- ZV'Ja..e:w~I~1.&... 1-_0 . -/+s.~a ~z ~~la~1 ~fll 1JJ ..1 Cl.J zUJ ~~ Cla. :J-, o -~ "'I- coz 10 -'u ~~ o -'I UJI- ~::> a. U . -,Cl!:2 ..Jzu ~~I- zxg _UJ<( Cl z ~i5 ~~ ~'" ~Vl UJ~ IUJ uUJ en~ Cl t::Z ~UJ 1Il.... ::>u enUJ jd . <("'Z J:a.o VlUJ~ o:iE-.J o <( o~ti ~e~ tzeno 0~1- wu~~ 6~~Q zt-og: ~Vl ~~ 10 a.t> ~5 I z . a.. au> 5UUJ -' -' ~COIIl I <( :.:~u b~G:1 :.:....z UJ-<( I-za. -::> o -' _0 vi '" t:: ;jtz z::>o ::>ou enw~ I!'",O ~ot; o Z ~ :::l (:) Z w o (:) <I: , I UJ ~z . _ Vl o I- Jg:~~~ ci 0 ~ ~m~ ;t ~ ~ o. '" ::> U o:t> ~o-,0:5 8 a UJ~<;!~8 UJ UJ~ ~Qlii~O: ~ Cl a. ;;! 0 z I-~ o..Jz I uz-tzO: ::> g I ZVl _=,-,o~ 8 U ~ ::>z UJ-~u~ t:: 0 :i 0 ~ -~ a.UJen ~ 0: UJ ;j~ ~~ .(,; 0 0 0 Z 0:0:::> I 0: I!: ::>~ ..:eno~~ I 0 0 "- U U I 00: ",~t>~~ "- UJ UJ~ . 0 l- I -' l::: COI~Cl ~ g UJ gs'jffi 2,li:tz~ffi Iii 0 0 ~ ~ 0: u~OUJa. a. 0: en 1-' ~~~ ~ .ui!'~ en I- 0 Vl U ~ 6 a. If..J~ Vl~ :i 'j en 0: W :i:2;;:~Cl g UJ UJ I- a. 0::> ..J Z Uo:~ I (,;' 0 ~ ~ ~ UJ g Vltz u <oGJo~ en 0 10 ~ ..~IIl~~ ~ E ~ ~GJ8afrl-' UJ 6 en ~uen ..J ~ 0 -,""~ Cl '" UJ (f) ~tz'j~~ Cl 0 a. ..J ~< u.. a.g5Vla. 0 Z 0: '" 8 I~UJ I- 0 ::> 0 :.: I o 6~~<(..J :i >= Z 0 I- blnl- 0: U 0 Vi 0 "- w tzmVlffil!: 0 0 >= z Q~~ E a. Vi 0 S 8~~~8 en 0 cii >= ~ .t> 0 z a. I Vi a. UJ en lQl:! 8 Cl,,-~-'I- I (;j UJ 0 ~ a. ..0- . I ~~o~frl '" en ::> I Vll-a 0: I-U I '" ~5~ u Cl t::tz~ - N .... (f) :Ju~88 I I ,;; ~ cii en~~ en I I Vl Vl I ~u::> en en co:; ci UJ _0: ~~~ ~~i:;'; UJS::> ..J ~ ~~~ 0:0: ...Jc(W' oa.a. ",Vl I- 0 z~w Otl)N UNcn .J UJ UJZ i!'~ ~~c5 o 0: UJ ~:;ltz I.I!!1tz 0 l-t::IWU z~""Q- - u'" (/) 0""': ZOO UJUJz-1 ~~:58~ l-enL5ffiI wwVlol- ~Q)c.?U;lL. a.-,~~o j:;l~u~ <(m~UJ>= ..0:0:1Il<;!:5 UJUJ -' l-~UJ:;l1- OO~IUl ZI-lL.IJ)~ Z o i=~ <I:~ !::O :::::!a.. m~ <- I< W...J ~<I: I/)Z ,."Q 1'-' ,....w .....~ >-<l: <~ ~~ Z'-' :::l:::l ~<l: I I TABLE OF CONTENTS I BIDDING REQUIREMENTS (White) Notice to Bidders Instructions to Bidders I 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 Qualification Questionnaire I I I I I CONTRACT FORMS (White) Contract Exhibit "A" I Certificate of Secretary Construction Performance Bond Construction Payment Bond I I I I I I I I I GENERAL PROVISIONS (Pink) Section 10 - Definition of Terms Section 20 - Deleted Section 30 - Deleted Section 40 - Scope ofW ork Section 50 - Control of Work Section. 60 - Control of Materials Section 70 - Legal Regulations and Rpsponsibility to Public Section 80 - Prosecution and Progress Section 90 - Measurement and Payment Section 100 - Required Bid and Contract Provisions SUPPLEMENTARY CONDITIONS IT ellow) . Section 00800 Supplementary Conditions Insurance Certificates (Samples) Page Numbers N-I to N-2 IB-l to IB-13 B-1 to B-6 B-4a to B-4c B-7 to B-8 B-9 B-lO B-11 B-12 to B-17 B-18 B-19 B-20 B-21 to B-24 C-I to C- 7 1 to 3 CS-I PB-l to PB-2 PB-3 to PB-4 GP-I0-l to GP-1O-6 OMITTED OMITTED GP-40-1 to GP-40-S GP-SO-I to GP-50-7 GP-60-1 to GP-60-3 GP-70-1 to GP-70-12 GP-80-1 to GP-80-6 GP-90-1 to GP-90-8 GP-lOO-l to GP-I00-26 00800-1 to 00800-13 1-4 SPECIFICATIONS TABLE OF CONTENTS (Continued) DIVISION 1 - GENERAL REQUIREMENTS (White) Section 01000 Section 01010 Section 01030 Section 01035 Section 01040 Section 01090 Section 01150 Section 01300 Section 01510 Section 01530 Section 01600 Section 01700 Section 01710 Section 01720 Section 01740 DIVISION 2-5 NOT USED Mobilization Scope of Work Airport Project Procedures Operational Safety on Airports During Construction (FAA Advisory Circular No. 150/5370-2C) Weather Delays Project Coordination Regulations and Definitions Measurement and Payment Submittals Temporary Facilities Temporary Airfield Barricades Material and Equipment Contract Closeout Contractor Warranty Forms; Affidavit of Payment; Affidavit of Release of Lien; Final Waiver of Lien; Contractor Warranty Form; Consent of Surety for Final Payment; DBE Participation Report Cleaning and Disposal Project Record Documents Warranties and Bonds DIVISION 16 - ELECTRICAL (White) P-620 Pavement Marking L-108 Installation of Underground Airport Cable L-109 Installation of Airport Transformer Vault Equipment L-IIO Installation of Airport Underground Electrical Duct L-125 Installation of Airport Lighting Systems 11 Pae:e Numbers I I I I I I I I I I I I I I I I I I I 01000-1 to 01000-1 01 01 0-1 to 0101 0- 5 01030-1 to 01030-6 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 0151 0-1 to 0151 0-4 01530-1 to 01530-2 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 P-620-1 to P-620-5 L-108-1 to L-108-9 L-109-1 to L-109-7 L-11O-1 to L-11O-3 L-125-1 to L-125-9 I I I I I I I I ,1 I I I. I I I I I I I NOTICE TO BIDDERS The AUGUSTA A VIA TION COMMISSION will receive sealed proposals for the RUNWAY 17 -35 LIGHTING REHABILITATION PROJECT at the Augusta Regional Airport, Augusta, Georgia, FAA A.LP. Project No. 3-13-0011-25 until Julv10, 2002 at the office of Ms. Geri Sams, 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: The project has been divided into a base bid and one additive bid. Base Bid work includes the removal and replacement of various types of runway edge lighting and threshold fixtures, installation of new airfield signs, transformers, conduit, and miscellaneous airfield vault equipment and the painting of reflective pavement markings. Additive Bid No.1 work consists of the removal of existing V ASI units for Runway 8-26 and the installation of new P API units for Runway 17-35 and Runway 8-26. CONTRACT TIME: The total Contract time shall be 60 consecutive calendar days from the date of Notice-to-Proceed and within the prescribed construction phasing described in the Project Manual. PREBID CONFERENCE: A Pre-Bid conference will be conducted at Julv 25, 2002 at the Augusta Regional Airport Terminal, in the Airport Administration office, 1501 Aviation Way, Augusta, Georgia. BIDDING REQUIREMENTS: Bid security in the form of a bid bond equal to 10% 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 one hundred twenty (120) days. A Notice-of-Award for the Contract will be issued once a successful bidder has been determined and funding has been secured. Bidding documents may be examined at the following locations: Office of the Engineer: THE LP A GROUP INCORPORATED 700 Huger Street Columbia, South Carolina (803) 254-2211 F. W. Dodge Offices: Columbia and Charleston, South Carolina and Augusta, N-l F.W. Dodge Offices: Columbia and Charleston, South Carolina and Augusta, Georgia AGC Offices: Columbia and Charleston, South Carolina and Atlanta, Georgia Augusta Builders Exchange Augusta-Richmond County Purchasing Department Bidding Documents may be obtained at the office of The City of Augusta Purchasing Department, 530 Greene Street - Room 605, Augusta, Georgia 30911. Copies may be obtained upon payment of $85.00 non-refundable per set. This project is funded under provisions of the 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 CPR Part 30 and 41 CPR 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 all pertinent amendments. All Bidders must be licensed in accordance with the Provisions of the Code of Laws of Georgia. 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. Mr. Ken Kraemer Airport Director Augusta Regional Airport Augusta Aviation Commission N-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 .1 I I I I I I I I I I I , INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS (' .r, . " .~. 1.1 Terms used in these INSTRUCTIONS TO BIDDERS are defined in the General Provisions, and the S~pplementary Conditions of the Construction Contract and shall have the intent 'and meaning assigned them therein. . Terms defmed in the General Provisions being redefmed by modification in the Supplementary Conditions shall have the intent and meaning assigned them in the Supplementary Conditions. , 1.2 The term "Succe~sful Bidder" means the lqwest, qualified, responsible, responsive. BIDDER to whom OWNER (on the basis of OWNER's evaluation as hereinafter provided) makes an award. ' 1.3 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. 2. BIDDING DOCUMENTS 2.1 Complete sets C>,f 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 Bid~ing Documents. 2.2 OWNER and ENGINEER in making copies of the Bidding Documents available on the above temis do so only for the purpose of obtaining bids on the Work and do not confer a license or grant for any other use. 3. QUALIFICATIONS OF BIDDERS 3.1 To demonstrate qualificati()ns 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 lJ ." -; . tc.,} financial data andpr~.vious experience. Each BID must contain evidence .ofthe BIDDER I S qualification to do business in the stat~ where the Project is located. Conditional or qualified BIDS' will not be accepted. In addition, a pertinent provision of Paragraph 16 of ,this section determines additional requirements for qualifications of BIDDERS. . 3.2 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 ~e ill-I 3.2.1 4. 4.1 4.2 4.3 4.4 5. 5.1 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 performed by the CONTRACTOR's organization may be adjusted; PROVIDED prior written approval of such adjustment is obtained from the ENGINEER. I I I I I I I I I I I I I I I I I I I 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. EXAMINATION OF CONTRACT DOCUMENTS AND SITE 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 of the Work; (c) familiarize himself of federal, state and local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the Work; and (d) study and carefully correlate BIDDER's observations with the Drawings and Specifications; (e) notify ENGINEER of all conflicts, errors or discrepan.cies. 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 of the Work in accordance with the time, price and other terms ,and conditions of the 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. 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. 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 of the Work. ADDENDA AND INTERPRETATIONS All questions about the meaning or intent of the Contract Documents shall be submitted to ENGINEER in writing. Replies, when considered necessary by the Engineer, will be issued by Addenda, mailed or delivered to all parties recorded by ENGINEER as having received the Bidding Documents. Failure of any BIDDER ffi-2 ' I I I I I 5.2 I 6. 6.1 I I I 6.2 I 6.3 I I I I I 7. I 7.1 I I I to receive any such Addendum or interpretation shall not relieve BIDDER from any obligation under this BID as submitted. Questions received less than seven (7) days prior to the date of opening of Bids will not be answered. Orily questions answered by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. Addenda may also be issued to modify the Biddmg Documents as deemed . advisable by Owner or Engineer. BID SECURITY Each BID must be accompanied by Bid Security made payable to OWNER, in an amount often (10) 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. Attorneys-in-fact who sign the bid Bonds or Contract Bonds must file with each bond a certified and effectively dated copy of their power-of-attorney. The Bid Security of the 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; if the 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 of the 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 Iiinety (90) days after the Bid Opening. Bid Security of other BIDDERS may be released within seven (7) days of the Bid Opening. CONTRACT TIME Time for completion of the Project is as stated in the Advertisement and as set forth in the BID and included in the Agreement. ffi-3 m-4 I I. I I I I I 'I I I I I I I I I .1 I I 7.2 In the event that the construction contract time period occurs between the dates September 20, 2002 through October 7, 2002 inclusive, all construction activities shall be stopped. No contract time will apply against th~ 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. 8. LIQUIDATED DAMAGES 8.1 Provisions for Liquidated Damages are set forth in 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 of material 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 information as to similar projects and other evidence of qualification for each subcontractor, other person or organization. If OWNER, after due investigation, has reasonable oujection 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 I I I I I I I I I I I I I I I I I I. I 10.2 11. 11.1 11.2 11.3 11.4 11.5 11.6 11.7 11.8 11.9 does not make written:.objection prior to giving the NOTICE OF A WARD will be deemed acceptable to OWNER. No CONTRACTOR shall be required to employ any subcontractor, other person, or organization against whom he has reasonable objection. BID FORM AND SCHEDULES One bound copy of the 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 indicatedjn 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. ffi-5 -, 11.10 12. 12.1 12.1.1 13. 13.1 13.2 14. 14.1 15. All names must be typed or printed below the signature. I I I I I I I I I I I I I I I I I I I 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, RUNWAY 17-35 LIGHTING REHABILITATION PROJECT, AUGUSTA REGIONAL AIRPORT" on the face thereof. Only one copy of the Bid Form, Schedules and other required documents is required for submission of BID. DO NOT SUBMIT THE PROJECT MANUAL OR DRAWINGS WITH BID. Mailing address: Ms. Geri Sams Augusta-Richmond County Purchasing Department Municipal Building, Room 605 530 Greene Street Augusta, Georgia 30911 MODIFICATIONS 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. If within 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 of the 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 BibS will be opened and read aloud publicly. An abstract of the 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 IB-6 I I I I I I I I I I I I I I I I I I I 15.1 16. 16.1 16.1.1 16.2 16.3 All BIDS shall r~main open for one hundred twenty (120) 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. A WARD 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 BIPDER, and the right to disregard all nonconforming, nonresponsive, unbal~ced, 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 of the Project to make an award to that BIDDER, whether because the Bid is .not responsive or the BIDDER is unqualified or of doubtful fniancial 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 anq. the correct sum 'thereof will be resolved in. favor of the correct sum. ResponSiveness shall be defined as: 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 of the 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 \ . .... . p~Tsonsor orga~zations (including those who are to furnish the principle items of materials and equipment) proposedJorthose portions of the. work as to which the identity of subco~tractors and other persons and organizations must be submitted as provided in the General Conditions. 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. . m-7 16.4 16.4.1 16.5 16.6 16.7 17. 17.1 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. I I I I I I I I I I I I I I I I I I I Responsibility shall be based on whether the BIDDER: 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. 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 of the Project. It is the OWNER'S intention to award a bid scenario. consisting of the Base Bid and Additive Bid No.1 depending upon the availability of funds and the BIDDER being responsible and submitting a responsive BID for the Project. The Bids will be compared by the total aggregate amount for each bid scenario of Base Bid and Additive Bid listed by priority as follows: 1) Base Bid + Additive Bid No.1 2) Base Bid (only) Whichever Bid scenario the OWNER elects to award, if any at all, will be awarded to the lowest responsive and responsible BIDDER, depending on the availability of funds as well as the BIDDER meeting BIDDER's and contractual requirements, as set forth in these Contract Documents. If a contract is to be awarded, OWNER will give the Successful BIDDER a NOTICE OF AWARD within one hundred and twenty (120) 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 IB-8 I I I I I I I I I I I I I I I I I I I 17.2 18. 18.1 19. 19.1 19.2 20. 20.1 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 I s proper resident agent, authorized to do business in the State of Georgia, on whom service can be made in the event of litigation. SIGNING OF AGREEMENT When OWNER gives a NOTICE OF A WARD to the Successful BIDDER, it will be accompanied by required number of unsigned counterparts of the 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. SPECIAL REQUIREMENTS Laws and Regulations: The BIDDER's attention is directed to the fact. that applicable state laws, municipal ordinances and the rules 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. . 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. PREBID CONFERENCE A non-mandatory prebid conference will be held at the time and date specified in the Notice to Bidders. It will be held at the Augusta Itegional Airport. Administrative office, 1501 Aviation Way, Augusta, Georgia. Representatives of OWNER and ENGINEER will be present to discuss the Project. BIDDERS are encouraged to attend and participate in the conference. ENGINEER will transmit ID-9 ill-l0 I I I I I I I I I I U I I I I I I I I 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 of the Proposal, the Contractor agrees to pay to each, employee of the 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 the monetary equivalent for the frirtge 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. 23. FUNDING AGENCY REQUIREMENTS 23.1 BIDDERS are advised that the Work under this Contract will be fmanced 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. 23.2 To receive funds under the applicable Federal Programs, the OWNER must C<.,..:hply with the requirements of the administering agencies which are imposed as conditions under which the grants of funds are made. 23.3 It is a condition of the grant of Federal funds that certain provisi9ns 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. I I I I I I I I I I I I I I I I I I I 23.4 23.4.1 23.4.2 23.4.3 23.4.4 23.4.5 23.4.6 23.4.7 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 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. AFFIRMATIVE 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 EPA or USDA. Use of all such chemicals and disposal of residues shall be in strict conformance with manufacturer I 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)'~i ..., BIDDERS must comply with the President's Executive Order No. 11246 which prohibits discrimination in employment regardipg race, creed, color, sex or natiorial origin. b) Each BIDDER shall complete, sign and include in his bid proposal the . . Equal Opportunity Report Statement. When a detennination has been made to award a contract to a specific Contractor, such Contractor shall, prior to award, after award or both, furrtish. such other pertinent information regarding his own eniployment policies and practices as well as those of his proposed subcontractors as the OWNER, or the Secretary of Labor may IB-11 23.4.8 require. All such information required of a subcontractor shall be furnished by the Contractor. I I I I I I I I I I I I I I I I I I I 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 (JAN 1991) a) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured pr~ducts produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply: 1. Steel and Manufactured Products . As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs (b) (1) or (2) shall be treated as domestic. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. b) The successful BIDDER will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, except those- (1) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; m-12 I I I I I I I I I I I I I I I I I I I (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 subc.ontractors, prior to the issuance of a NOTICE TO PROCEED. This conference wm be held to acquaint the Successful BIDDER with the contrad . 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 I :'1 ,., IB-13 .1 I I I I I I I I I I I I I I I I I I BID FORM (Failure to furnish al~ requested data will be cause for considering BIDDER nonresponsive and may render this BID inYlilid on that basis.) BID FOR: RUNWAY 17-35 LIGHTING REHABILITATION PROJECT AUGUSTA REGIONAL AIRPORT 18'AA A.J.P. PROJECT No. 3-13-0011-XX SUBMITTED TO: Augusta Aviation Commission C/O Augusta-Richmond County Purchasing Department Municipal Building, Room 605 - 530 Green Street Augusta, Georgia 30911 SUBMITTED BY: Flc'l'\&v.. J::..~s+-.r~c..-.\. ~\@'-'W\c- . T",c- BIDDER's Name ~I\ W:\Mc... S-tl'te-\- Address LO"~:J.uoo& I F/o\'-,&- 32-750 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 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 necessaty to complete the work to br:-performed under this Contract within the Contract Time indicated in this BID, c~ . 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 120 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. B-1 ~UL-~~-~~~~ ~~.~~ n~,- .rU['"ii.\..,.nn...J.&.I'\",ot (d) I I I I I .1 I I I I I I I I I I I I Ffoy,~ {; led,;, u-f. I 3. In submitting this BID, BIDDER represents that: (a) (b) (c) 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 of all the conditions and requirements' under the Contract which will be executed for the Work. BIDDER has exarniIied the site and locality where the Work is to be performed, the legal requirements (federal, state and local laws, ordinances, rules and regulations) and the conditions affecting cost, progress or performance of the Work and has made such independent investigations as BIDDER deems necessary. This BID is genuine and not made in the interest of or on behlilf of any undisclosed person, fInn or corporation and is not submitted in conformity with any agreement or roles of any group, association, organization or .corporation; BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or sham BID; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to ,obtain for himself any advantage over any other BIDDER or over OWNER. That no member of the Augusta-Richmond City/County government or other officers or employees of said OWNER is interested directly or indirectly in the Bid or in any portion of the .Bid nor in the Contract Of any part of the Contract which may be awarded the undersigned on the basis of such BID. (e) , This BID is based upon prevailing wages in Richmond County, Georgia and in no case are wages less than those determined by the Secretary of Labor, a schedule of which is contained in the General Provisions, GP-IOO. . (f) It is a condition of this BID and any subsequent contr:act entered into pursuant to this BID, .and it shall be made a condition of each 'subcontra~t entered into. pursuant to the prime contract that the Contractor and any Subconqact()f sball not require any laborer or mechanic employed in performance of the contract. to work in surroundings or under working con9itions which are unsatisfactory, hazardous, or dangerous to his health or safety, as determined under Construction Safety and Health'Standards, Title 29, CFR, P~ 1518 36FR7340,promulgated by the U.S. Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act, 82, Start. 96; that it is a further condition of this BID that he shall be solely responsible for the enforcement of such Construction and Health Standards, and that he definitely understands that the OWNER and his authorized representatives wili not assume any liability resulting from his failure to .police and enforce all such standards. ' B-2 I I I I I I I I I I I I I I I I I I I (g) The di.~scription under each bid item, being briefly stated, implies, although it does not mention, all incidentals and that prices stated are intended to cover all such work, materials and incidentals as constitute BIDDER I s obligations as described in the Specifications, and any details not specifically mentioned, but evidently included in the Contract shall be compensated for in the item which most logically includes it. (h) The Prices Bid includes all sales taxes and other applicable taxes and fe~s. 4. Co~tract Time: BIDDER agrees that: (a) The work will be completed within 60 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) 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-4c B-3 I. n I Spec. No. J I 00800 I 101000 I 01530 I 4 P-620 I I L-I08A BID SCHEDULE RUNW A Y 17-35 LlGlITING REHABILITATION PROJECT AUGUSTA REGIONAL AffiPORT FAA A.LP. Project No. 3-13-0011-XX Item Descri tion I (Write Unit Price in Words) . Estimated Quantity Unit Supplementary Insurance Provisions Dollars ~ No... \'\" /'l d r~ CenlS "Z.R.rID Mobilization Dollars f";F-=t-dZAN-tholl'..s(),NQT ~i''j.J tWl\fJi"t..d CenlS 'Z-I? ~f 0 Airfield Barricades Dol1aI~..t..\.\I'~~O() SG.N d ~W'- '" hotJcll'ltd ft rt"~ Cents 7 P rb Pennanent Pavement Marlcings . 18,000 S.F. Dollars rJ N ~ CenlS T\.Je..4' .. Conduit Trench in Earth. Earth Backfill 16,100 L.P. Dollars Z~rO CenIS p~ ~"i:1 ~. I 1,1088 Conduit Trench in Pavement, Concrete Backfill I 7 I I , I I I I I 650 L.F. s15.3c ~ Dollars ~ f~..Q..JJ CenIS +~ t 79,500 L.F. L-I08C Cable, I/C#8 SkV, L-824C, Installed in Duct or Trench Dollars "2. er 0 Cents fi ~ L-I08D Counterpoise. #6 Bare. Installed in Duct or Trench Including Ground Rods and Grounding Connectors 9.100 L.F. Dollars ~ ~r-o Cents rCl ()~- 'f ('jUt' L-109A Installation of Val lit Equipment, Complete Doll~ uJp ~- () /oJ ~ () II SO,^,"4 S" AJ-VAJ ",-"J\J cJ , tel Cents 7" r-(j .. 1,1098 Installation of 1..-82 I Control Panel. Complete Dollars S;'j..-+'f\OlJstJ..wJ p~\~,+- ~JJtJ,).,.ed Cents "ZP rO l.r110A Conduit, 2" pve Sch-40, Direct BlJ!ial, Complete, in Place Dollars 2.~.'M OtJ./Z" Cents s:r:~A INDUSTRIAL. ELECTRIO 811 Wilma Street P. O. Box 522730 longwood, Florida 32752.2730 .____.___.. (407) 331-1551 .~407) 331- 0444 Fax 16,750 L.F. FLORIDA INDUSTRIAL ELECTRlO 811 Wilma Street P. O. Box S22730 Longwood, Florida 32752 - 2730 (407) 331 -1551 Unit Price Total Extended L.S. } OD 00 J 00, D '0 $ . ]; L.S. o\l e-t $ J~I ~ () D.$ I ~, (0 t>O. L.S. 00 3..yS t:r'V $3, ~5o. $ .Q OJ '.) $ J .~O $ C)./ J (000, c)o $ .. 8'0 $ \d.) ~W. 00 , $ .50 $ "39'1750,~ -' $,i,f.1 $ if; 004. 00 L.S. o~ ci) $&l J ,700, $ c;}.I,) O@. , L.S. , 0'0 Oil $ (0,8"00. $ Ct;) f'()O I- , $ )Ql(pO r - 'R ct)O $ dW) DO.. , BID SCHEDULE RUNWAY 17-35 LIGHTING REHABILITATION PROJECT AUGUSTA REGIONAL AIRPORT FAA A.J.P. Project No. 3-13-00n-XX I $~ OOil bO $ l,d DO II OV " I .tem Spec. ~o. No. - Hem Description / (Write Unit Price in Words) Estimated Qmmlily Unit llnit Price Totnl Extended 12 J.-125A L-862 HIRL Muumed on L-867 Dase in Paved Shouldel, Completc 2 Each I Dollars ::::;; 'Jv hl.5,vd. ru Cents 7-e/r 0 13 L-12513 L.fl62 HIRL Mounted on Existing Dase, Complete. 70 Each $d (p 5 I DO $ 1 'f, 55 D, 0 D I Dollnrs +Wo htJNdnJ st-";'~ Fn~ Cents 7 kd' 0 3 $ICoOO,OO l.l l7'D I J $ IJ 8"'00. . 14 L-125C L-85OC Scmi-F1ush HIRL, Mounted on L-868 Base in Pavement. Complete Each 15 L-125D L-85OC Semi-Flush HIRL. L-868 Base Extension Mounted on L-868 Base in Pavement, Complete 5 Each 0'0 -, e-a sL4DOr $ " aOO. - I Dollars orvf..-4-hC\vra.,ud :;/~ h..uN'dro-d Cents ~ ~ I Dollars O~ ~O()'S""o. N~ f"our h.UN'rJre) Ce n IS c.. -e. y-tl 16 L-J25E 3/8" Blank Steel Cover Plate Mounted on Existing'Base. Complete 2 Each $ (P5. 00 s J 30.. 0 0 I Dollars ~i~~.....F~V-Q~- Cents 7 PA'O 17 L-I25F .Remove Runway or Threshold Light Fixture. Base Cover Plate and Isolation Transformer, Complete 88 Each s'3 J. be sell d..?: ~ " I I Dollars + ~ 1 N""e - 0 tJf'. Cents ~r{) . 2 Each s~/O~ 0\7 $ vY/540. 0'0.1 '0<<;) Dr r; 1) I 3 Each s3"d 10, $ gJV. . r sCars DO s3 LfJ-5t eo I 5 Each I 4 Each $ It5. 00 s 7 OO~ o~ I OQ rfJ I 14 Each $175, s ~4-5o. I I I 18 L-I25G Sign. Size I. Style 3. Double Face. 3-4 Characters Dollars+h.r~J +hovS'"aw~ +(JO hu..vJrp.D ~A~ Cents 7 e 1'0 . 19 L- \ 25H Sign, Size I. Style 3. Double Face. 5-6 Characters Dollars +h('~ +h.o1lS'r..~ TWO hUI\Jd t"pJ ~"fu Cents ?.Rr'O -V 20 L-1251 Remove Hold Bar Sign and Concrete Pad ~~:~~d~ e.:~~ - fi\~ 21 L-125J. Hold Bar Sign Isolation Transformer, Style 3 for Size I. Double Face. 5-6 Characters Dollars 0 tJ.e- hV rvJred ~p II~ - F~\ \f€. Cents ?el'O 22 L-125K Runway Distance Remaining Sign Isolation Transformer. Style 3 for Size 4, Double Face, I Character Dollars Otv'Q..- 'vwN"JreJ ~tJ~Ar1AJ - ~J ~ Cents 7.p r 0 --rr ~ FLORIDA INDUSTRIA.[ ELECTRIC 811 Wilma Street . :~ P. O. Box 522730 ~:-:t BIDDER 'S ORGANIZATION Il..c)flgwaed, ~I", ida 32752 273Q Page B.4b I I ~ Spec. No. 23 L-125L I 14 BID SCIillDULE RUNWA Y 17-35 LIGHTING REHABILITATION PROJECT AUGUSTA REGIONAL AIRPORT FAA A.J.P. Project No. 3-13-0011-XX Hem Description / (Write Unit Price in Words) Estimated Quantit)' llnit llnit Price $ t 5. 00 s :l7 O. 00 Remove Hold Bar or Runway Distance Remaining Sign Isolation Transfomlcr, Complete Dollars CcnLS f7 ~+~)J 7-RJ'o L-125M L-867D Transformcr Base with 3/8" Blank Stecl Cover Plate, . Mounted in Earth. Complete I 1= L- USN 16 L-12S0 17 I Dollars +hre.Q..t H.v ~J I' e1 +e;,..J Cents 71> (I("') L-862 High Intensity Threshold Light, Mounted on Existing Base. Complete Dollars -twO h.,hJJ ({l J ~~ - th~~ Cents '?.RfO Spare L-862 HIRL Fixture and Isolation TrWlsformcr, Clear/Clear Globe, Complete Dollars DNe; h,.JtJJeeJ N;N~::b\ Cents '2.e rO L-12SP Spare L-862 HIRL Fixture and Isolation Transformer. Clear/Yellow Globe, Complete Dollars l') ~ hv ,JJrf.to~ N: N~ Cents ZP("iJ . 28 I L-125Q Spare L-862 High Intensity Threshold Light Fixture and Isolation Transfomler, Red/Green Globe, Complete I dilive Bid No.1 Dollm-\-tVO t\lI~re-4 Cents 7 JC..r'O Total Base Bid: -I L-12SR L-880 PAPI System. Style B, Complete. Per Runway I I Dollars {="cur--htw +h.OUJ8"sf}';G' - Cents Ge..rO ~t Total Additive Bid No.1: BID SUMMARY ltal Gross Sum Base Bid Amount (Write in Words): llars-t-W 0 h\JNdreJ +hi~ ~j' j( -rnOOrtl,.,\.l~ lA,.Jd +W 0 Cents "2.. f> A''O I Total Gross Sum Base Bid + Additive Bid No.1 Amount (Write in Words): IlIars -rvJ 0 hONored S,.x~ F~vr +hcv.~lA.wo1 W\rrl 'i-~O Cents "2. P.A'O I fL0.RIDAINbUSi.;:,;" .. .".. 811 Wilma 'Si'n.!~t.:"'''' I ide ,___ P. 0 Rox 524.Z.1Qu~ BIDDER'S ORGANIZATION 18 35 8 4 4 4 2 Total Exlellded Each Each SJ/D.OO J~<::7'5 0'0 ~ $ U 10, O. . / Each of) ~ sd/5. $dlc100, . Each. eo 1_ er9 slq.D, $ -, wO. Each ~o I . Oi) S)QO, s7wO, . r Each b),OO.6() S ~OO, erO d3 CoJ DOd.. 00 t.J- c.1l 00 Each $ J ~ 00 O~ s d.Y) O'bO.. ;l ~ 000. 00 Tolal Gross Sum Base Bid Amount: $ ~ 1 (0. 00 d... 00 '. / Total Gross Sum Base Bid + Additive Bid No.1 Amount: s ~(olf) ODd... b() 'I I I I I I I I I I I I I I I I I I I 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) EED Report Statement (d) Bidder's Affidavit (e) DBE Statement .,' ,-" I.. :,...- . (t) Buy American Certificate (g) Cero,fication of Non-Segregated Fa~ilities (h) Subcontractor List (i) Bidder I s Qualification Questionnaire 8. Name and business address (mailing and street).of..BIDDE!} to whicg,al!J()~a~ Notices shall be sent: j.... ..' -' .,0, . P) O'l""\~ rY"\cU~-\-ciL..\. r;..\e.s....\..~c.. ~c-. ~l\ W~\M.c.. S-t~ Lc"0vo~, F"lc,\~ 32-75D 9. The terms used in this BID which are defined in the General Provisions of the Construction . Contract included as apart of the Contract Documents have the meanings assigned to them in the General Provisions. B-5 ...10. BIDDER hereby acknowledges receipt of the following addenda: Addendum No. . I Dated {p/~glo~ I I , - - 11. The BIDDER shall state on the line below, if a corporation, the name of ~tate in which incorporated and the date of said corporation. c..oi' pOl"c..+~O^ , F"b of' \ c9.v... ,. . ~J~f'oUL'rV I ~\ \9'({ 3 I Signed this C1 +).,. day of 0' V L~ ' 2002. ~.-7J ,[4 . Zd~pt..l4 '- E t..E~,c.. ..z;c. COli tractor ' By;c&J/ //4?fJr/(" (Signature of individual, partner . or officer signing.the Bid) . . J clYz/J;.M.,. (Seal) (Seal required if BIDDER is a corporation.) NOTE: If ~$>ntractor 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-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 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned Florida Industrial Electric, Inc. as Principal, and Federal Insurance Company as Surety, are hereby held and fIrmly bound unto Augusta Aviation Commission OWNER in the penal sum of Ten Percent of Greatest Amount Bid*** for The payment of which, well and truly to be ~ade, we hereby jointly and severally. bind our~elves, our heirs, executor.s-, administrators, SUCGessors, and assigns. Signed, this 10th day of July ,2002. 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 hereof to enter into a Contract in writing for the Construction of: Runway 17-35 Lighting Rehabilitation Project at the Augusta Regional Airport NOW THEREFORE, (a) J~said BID shall be rejected, or in the alteniate, (b) It said BID shall be accepted and the Principal shall execute and deliver a Contract ii1 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 obligatio}) shall be void,_ otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no-event, exceed the penal amount of this obligation as herein stated. B-7 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 oithe ,time within which the Owner may accept such BID; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, 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 by their proper officers, the day and year first set forth above. Florida Industrial Electric, Inc. Principal (L.S.) Federal Insurance Company Surety - By: . 0/l'hi ~ SlYlt<~,- . Amy Sustaire, Attorney-In-Fact (SEAL) '. . (1) Date of Bond must be same date as BID. (2) Bond must be signed or countersigned by Surety's proper Georgia Resident Agent. Date of Power-of-Attorney shall be same date as date of Bond. (3) If a Partnership, all partners shall execute Bond. B-8 '~..~'.. I I 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 rc Chubb Surety . POWER OF ATTORNEY Federal Insurance Company Vigilant Insurance Company Pacific Indemnity Company Attn.: Surety Department 15 Mountain View Road Warren, NJ 07059 Know All by These Presents, That FEDEP.AL INSURANCE COMPANY, an Indiana corpc:.-otioo, VIGILANT INSURANCE COMPANY, a New Yor1l corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, do each hereby conslrtute and appoint Hare \~. Boo l:S, Joy Hajovsky, Morris D. Plagens, Jr., Amy Sustaire, James R. Donnelly, Jr. and Beverly A. Ireland of Houston, Texas----------------~------~--------------------- each as their true and lawful Attorney-In-Fact 10 execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) gillen or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any inslrument referred to in said bonds or obligations, In Witness Whereor, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFlC INDEMNITY COMPANY have each executed and..attested these presents and affrxed their corporate seals on this 3rd day of May, 2002 ~~ ident STATE OF NEW JERSEY} ss; County or Somersel . On this 3 rd day of May, 200 i . , belore me, 3 Nolary Public 01 New Jersey, person31/y came Kenneth C. Wendel, to me known to be Assislanl Secretary 01 FEDERAL INSURANCE COMPANY. VIGILANT -INSURANCE COMPANY, and PACIAC INDEMNITY COMPANY. the companies wnich executed the loregoing power of Momey,. and the said Kenneth C. Wendel being by me duly sworn, did depose: and say.lhat he is Assistant Secretary of FEDERAl INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knoyvs the;corporate seals thereof, that the seals affixed 10 Ihe foregoing Pa.ver of AMomeyare such corporate seals and were thereto affixed by aUlhority of the By-laws of said Companies; and Ihat he signed said Power of Momey as Assislant Secretary of said Companies by like authority: and Ihat he is acquainted with Frank E. Robertson and knows him to be Vice ~Jni"~~id Companies; and thai the signalure of Frank E. Robertson, subscribed to said Power or Morney is in the genuine h~ndwriting of Frank E. ~rl;~~ ~ ~~10 subscribed by authority of said B..Y-Laws and in deponent's presencef. .,. \,,0 .--.. (./1> ~ 6Ji' .....,.~'ar1a'i~eal ....~ ~ T , TJJ.U L NISHIMURA. '. ~:2Jz i : / 01; p....R y ... '\ Nealy PublIc, State at New Jers6y /l/l/7 /Y1 . / /!/'J/1 / /1// ~ 1-' ~ _ . >- ~ No. 22-71geO -~. ~r~o..-c.-r '~ __ G' UJ : Qua'~ In New Jersey Notary Public . '. ,;. p U \l \.. \ .: %! t CanmIsslon ExpO.. Feb. '0 ~nFlCA nON .. .'. . ~\~"ctJto."ll~e.BY:L~~Of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: . ~-..~Sil ~el;l:l of~ttorney for and on behalr or the Company may and shall.be executed in the name' and on behalf or the Company, either by the ctr~-or-n,~ President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective. designations. The signature or such offrcers may be engraved, printed or lithographed. The signature or each of the following officers: Chairman, President, any Vice President, ani Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affIXed by facsimile to any power of attomey or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact ror purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature ihereof, and any such power of. attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such racsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is.attached: . I, Kenneth C. Wendel, ~sslstarit Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Comp>llieS") do hereby certify that " . (Q the foregoing extract or the By-Laws of the Companies is true and correct, OQ the Companies are duly rx:ensed and authoriied Ie transaCt surety busineSs VI aU 50 or the United States or America and the DisIrict or Columbia and are authorized by the U. S. Treasury Department; turIher, Federcll and Vigilant are licensed in Puerto Rico and the U. S. Virgin Islands, and Feder.ll is licensed in American Samoa, Guam, and ead'1 or the Provinces or Canada except Prirx::e Edward Island; ard (iif) theroregoing Power of Attorney is true, correct and in rull fcrce and eNect. Given under my hand and seals of said Companies at Warren, NJ this 10th day or July Z002 L:u:/fi'4~tIiI' Kenneth C. Wende ssistant Secretary ~ IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM. VERIFY THE AUTHENTICITY OF THIS BOND OR NonFY us OF ANY OTHER MA ITER, PLEASE CONTACT US AT ADORESS LISTED ABOVE, OR BY Telephone (908) 903-3485 Fax (908) 903-3656 e-mail: 5urety@chubb.pom I I I, I I If 53140 I I I I I I ; Ronald H Rothwell : 226 Scott Drive 'Sanford FL 32771 I I I STATE OF GEORGIA CATHY COX, Secretary of State State Construction Industry Licensing Board . Electrical Contractor- Non Restricted LICENSE NO. EN212999 Ronald H Rothwell 226 Scott Drive Sanford FL 32771 EXPIRATION DATE - 06/30/2004 Active \ . .: ~ ; ;: . . r ,~; ri,i " .:\ :. .~~ di".~' ~ ..;~.,J:~(1.~i~ ;.:{ ;: ;:; .,:~~;: ~: :~& : :. '. ~ :~: ~~1 :r~'; ~~ ~:: .": I,.:: :\' ;': ';c.-:; .- -~~----:-. .--.. ,;- ?: .:, ' \;~..r~:\ ~~ i ": ~> .~ ~ ,: ;e;; ;,) ." ;.- .,..:l ..,.;--;--~.. ..,.,. .:.~:;;:;:;:::r.'''~7"'; .~.-- ." . ". _.._.~h" ,._. ..- ,STATE OF, GEORGIA CATHY: tOX..Sec:retary of-State State. Coi1~inictiori.. In.dustry Ucenslng.Bolird I;lectiiclil Colitractor~ Non Restricted PCENSE NO.. - :EN2p999 . Ronald H ROthWell 226.Scott Drive Sanford.FL }2771 EXPIRATION pATE ~ 0613012004 Active 'I I I I' I I I I I .1 I I I I I I I' .1 I FORM OF NON COLLUSION AFFIDAVIT (This Affidavit is Part of BID) STATE OF --I ,r' r rot'-.,,, (' _. \~:-A.- ) ) SS. ) COUNTY OF S <2.."..." ;'c,\ e.. 7 C> JJ /.l '-0 \i =::t2.t>T+;t...)1:,) L. being first duly sworn, deposes and says that he is \J d~.€' rA-e'"&" ~d ~)../T (Sole owner, a partner, president, secretary, etc.) of F='lo",~&.~ r~JoJS~{'\c.\ G.\e..c..\-':-~c.. TAc... 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. .. {/2n,P // {;2hep vif'. (BIDDER) /Jfh .. Sworn to and subscribed before me this '-1. - day of !,;;:;uej ,2002. ~i Q. . ~-!"'./A';A:/ ) .L.....-?~~ ./ .. County -d.~/??1/-An~ My Commission expires .<///~"3 . (SEAL) G== [AUREN REQUENA .-., -.. -~ . , "o!ay Public - State of FJoird.i. ..z,: 'o/ty CommlSSJon Expires Apr 11 2003'" Commission #; CC B2496~ _:;_; <i. B-9 '1 .1 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 \I" does not have _ on file 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 1 has not_ filed with the Joint Reporting Committee the annual compliance report on Standard Form 100 (EEO-1 Report). 4. The BIDDER (Proposer) does. 1/ does not_ employ fifty (50) or more employees. NAME OF BIDDER: F10f'\&.c...L&VS+(\L \. G\ee-\-.;L... """((..c.... BY: ~,JA L..D H. 'l2.QTH""''EI..~ TITLE: V I c.f:'" Y"1o-c;S L~ Nt- DATE: 7-t'D - 01- B-I0 'I .1 I .1 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 Fl u-r'~ &'-- ) COUNTY OF S~S"",^o\( ) ~t:>N+VD 6-\ ~'l::>"\~t..u..... being duly sworn, deposes and says that he resides at J').l Nevr-rJ-I Sc..,:,T"T' /}.v~ SA-,..J PO^ 0 J re-o ;)).. ?? / , that he is the V I. Co ~ -~t:-S' ,cC.,,.;r f)~ .;i:O/2..., r-14 IdV(.S7YZ-I~'- (Give Title) E" Lt:"C-'f7l.-1 c.... I .::z;;~ 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. . C2p// // ~v? (Affiant) Subscribed and Sworn to before me this 9 d day o~.<~ 2002. ~JAhf:4,,-4.-,C-/ (Notary Public) . My Commission expires 4hft-J , , (SEAL) - I ...... ","""uENA ... . lAURo'l ,,=, oridd ..., . ' Notary~u~nc-state~l1'~J ~comm~o!,~ ~49p'l.:i-.,'~: ~ commISSion ft CC . , .' _ B- 11 '1 .1 I I I I I I I I I I I I I I I I I' DISADV ANTAGED BUSINESS ENTERPRISE PROGRAM The following bid concptions 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. (I) DBFlNITION _ 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 DBE's as defined in 49 CFR 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 defined in 49 CFR Part 26 have the maximum opportunity to participate in the performance of contracts and subcontracts financed in whole or in part with-federal funds. In this regard all Contractors shall take all necessary and reasonable steps in accordance with 49 CPR Part 26 to ensure that DBE's have the maximum opportunity to compete for and perform contracts. Cqntractors shall not. discriminate on the basis of race, color, national origin, or sex in the award and performance of DOT assisted contracts. (4) COMPLIANCE - All BIDDERS, potential Contractors, or subcontractors for this DOT assisted contract are hereby notified that failure to carry out the DOT policy and the DBE obligation, as set forth above, shalt. constitute a breach of contract which may result in terniination of the contract or such other remedy as deemed appropriate by the Owner. (5). SUBCONTRACT CLAUSE - All BIDDERS and potential Contractors hereby assure that they will include the above clauses 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 ~:lssisted contract. ' 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. B-12 TOTAL P.02 I I. I' I I I I I I I I I I 'I I I I I 'I (7) DEE P ARTICIP A TION GOAL.. The attainn)~i1t of goals est.ablished for thi~ contract are to be measured as a percentage of the total dolhir.value of the contract. The goals established for this contract are as follows: 12.0% percent for the BASE BID only and 11.0 % percent for any combination of BASE BID and Additive Bid scenario (based on historical and availability of references and the Engineer's determination that the above prescribed percentages of the total project work is .Civailable to be performed by disadvantaged business enterprise (DB E) firms within the project area) to be performed by DBE finns. (8) A V AILABLE DBE'S - The Owner utilizes the recent issue of the Georgia Department of Transportation (GaDOT) and the South Carolina Department of Transportation (SCOOT) "DBE Certified List". BIDDERS are encouraged to inspect this document to assist in locating DBE's for the work. Credit toward the DBE goals will not be counted unless the DBE to be used can be certified by the Owner. BIDnERS proposing DBE Subcontractors certified by public agencieS other. than the.Georgia Department of Transportation and South Carolina Department of Transportation should include a copy of the agency certification letter with the BID proposal. (9) CONTRACTOR'S REOUIRED SUBMISSION. - The Owner requires the submission of the following information with the bid. Certain other DBE information may also be required. MINORITY BUSINESS KN1'ERPRlSE (MBE) .1 . stJB(:;O~C'rORs .. . MBE SubcontraCtors Names! Addresses! Identitv* Subcontract Work Item Dollar Value of Subcontract Work (1) . BASE BID onlv ~. B-13 "1 .1 f I I I I I I I I- I I I I I I I I (2) BASE BID + ADDITIVE BID NO.1 MBE Subcontractors N ames/ Addresses/ Identity* PAR fJ.tc/l(}t.., ~ C:.5R.l(3l( i..otU G ~.D, Fl, 3 ;).:7SC? " . WBE Subcontractors N ames/ Addresses/ Identity (1) BASE BID only N)-V\ . -. Subcontract Work Item Dollar Value of Subcontract Work f..... ~I oFIJ L ~ / IC>JC} J- - UjJ5.I If 3~ a;;/7' 0 a WOMEN BUSINESS ENTERPRISE (WEE) SUBCONTRACTORS Subcontract. Work Item Dollar Value of Subcontract Work (2) BASE BID + ADDITIVE BID NO.1 WBE Subcontractors N ames/ Addresses/ Identity NJa- Subcontract Work Item Dollar Value of Subcontract Work B-14 .,JUL.. ,J..,J. .::;;..~It,.I'- : ~~ '. -i.'~ ,,;,. : .. . ,:. I. I , I I I 'I' I I, 'I I I ,I I I I I I I OTHER SOCIALLY IECONOMICALL Y DISADVANTAGED COSE) SUBCONTRACTORS** OSE Subcontractors N ames/ Addresses/ ldentitv** (1) BASE BID only NI'et- Subcontract . Work Item "1' .. {2) BASE BID + ADDITIVE BID NO.1 OSE Subcontractors N ames/Addresses! ldentitv** ~ ::r Subcontract Work Item Dollar Value of Subcontract Work !. I Dollar Value of Subcontract Work *(Black, Hispanic American, Asian-Pacific American, American Indian, and Asian-Indian American) **(Disabled Vietnam Veteran, Appalachian White Male and other economically disadvantaged) B-15 C1o~:~[ {.e.cJ-(: c.~ '1 ,I I I I I I :1 I .1 I , I I -I I I I I I DISADVANTAGED BUSINESS ENTERPRISE (DB E) TOTALS SUMMARY (1) BASE BID only Total price bid Total DBE value Total DBE percent $ J3~/Oo~,OO $ "3 0 I . '? O'-l. O"fl 1~4 05 % (2) BASE BID + ADDITIVE BID NO.1 Total price bid Total DBE value Total DBE percent ~ 00 $ ~lo , bO~. $ 3 'f.:laqe bO ~% If the Contractor fails to meet the DBE s.ubcontract goals established in paragraph 7 above, the following information must be submitted prior to contract award to assistthe Owner in determining whether or not the Contractor mad 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 Contractor are included in Appendix A t 49 CPR Part 26. A list of the efforts that a Contractor may make and the Owner may use in making a determination as to the acceptability of a Contractor's efforts to meet the goal as included in Appendix- A are as follows: a. Whether the Contractor attended any pre-solicitation or pre-bid meetings that were scheduled by the recipient to inform DBE's of contracting and subcontracting opportunities; . b. Whether the Contractor advertised in general circulation, trade association, ~nd minority-focus media concerning the subconu-ac.ting opportunities; . c. Whether the Contractor provided written notice to a reasonable number of specific DBE's that their interest ~~n the contract was being solicited in sufficient time to allow the DBE's to participate effectively; d. Whether the Contractor followed up initial solicitations of interest by contracting DBE's to determine with certainty ~hether the DBE's were interested; . ... .:' e. Whether the Contractor selected portions of work to be performed by DBE's.in order to increase the likelihood of meeting the DBE goal (including, where appropriate, breaking down contracts into economically feasible units to facilit~te DBE participation); f. Whether the Contractor provided interest~d DBE's with adequate information about the plans specifications, and requirements of the contract; B-16 ..JUL- .L.J. ~Il;;,.JU~ ~~....,.L B-17 I I I I I I I I I I I I I I I I I I I .g. Whether the Contractor negotiated in good faith with interested DBE's, not rejecting DBE's as unqualified without sound reasons based on a thorough investigation of their capabilities; h. Whether the Contractor made efforts to assist interested DBE's in obtaining bonding, lines .' . of credit, or insurance required by the recipient or Contractor; and i. Whether the Contractor effectively used the services of available minority community. organizations; minority Contractors' groups; local and state Federal Minority Business Assistance Offices; and other organizations that provide assistance in the recruitm~nt and placement of D13E's. .NOTE: The nine items set forth above are merely suggested criteria and the Owner may specify that you submit information on cert~in other actions a Contractor took to secure J?BE participation in an effort to meet the goals. A Contractor may also submit to the Owner other iriformation on efforts to meet the goals. (10) Contractor ASSURANCE. The BIDDER hereby assures . that he will meet one of the followin~ 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. Agreements between BIDDER/proposer and a DBE in which the DBE _promises not to provi~e subcontracting quotations to other BIDDERS/proposers are prohibited. The BIDDER shall make a good faith effort to replace a DBE subcontract that is unable to perform successfully with another DBE subcontractoL .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: x:::lo<',&t... ~'m'c..\. Idu...~:(.. ~ . . IRS Number: 54-3S"Ogc:rl~ . B~.d/#~....6'" Title; rhCi!" ~~~i- .f)ate: 7-/0 -OL I 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 BID/proposal under this solicitation, except for those items listed by the BIDDER belo,w 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 '. JJ/A- , ~; a/fbL// dJ/CL/ . Sign~ture of BIDDER U ce- ~chekA/7- Title ::t B-18 -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 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 no~ permit his employees.to perform their services at any location, under his control, where segregated facilities are maint~ned. The federally assisted construction Contractor agrees that a breach of this certification is a. violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment 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 $10,000 which are not exempt from the provisions of the equal opportunity clause and that he will retain such certifications in his files. (/2,d #U2/t3.fl/ Signature of BIDDER /h c/ ~cfld?A/1 Title B-19 -I . I. I I I I I I I I '1 I I I I I I I I PERFORMANCE OF WORK BY SUBCONTRACTORS The BIDDER hereby states that he proposes, if awarded the Contract, to use the following subcontractors on this project: List below all proposed subcontractors and trade specialties. (List only one subcontractor for each item.) The BIDDER shall obtain prior written permission of the OWNER . should he choose to add or substitute other subcontractor(s) not shown herein. Item Name of Subcontractor Estimated Dollar Value L-LO~ 0 L-/lDA J- - ) 65]: ~r E' Lf2C,.~n'c. . po..r (Lu::Jrrtv OiAr ~L-ec-""r\ L J.f I 004-. '00 ~ ~ Co I ?DO tot) 3/ lfJ5, 00 .;r Estimated Total Cost of Items that BIDDER states will be performed by Subcontractors: ($ ) B-20 '1 w I I I I I I I I I I I I I I I I I I BIDDER QUALIFICATION QUESTIONNAIRE Submitted by rb,,,~&~ TY'JL.)-=*\;~ . ~k_'--\-Il~\c.- .L.,-C. Name of BIDDER General Contractor's License # {~C- OC'C! / () t. ~ ( ) An Individual ( ) A Partnership (>1 A Corporation Federal Identification # ~1- 35087i3 Principal Office Address: ~ 1\ w; I fr'.c- St~e.:-\- . LDvo..c..WOo& I rIot ,c9...c... 32.750. ,.) (1) How many years has your organization been in business as a contractor under your present name? . 1'1 \/~~~ , (2) How many years experience in construction work has your organization had as a general contractor? --1 " yer...s s As a Subcontractor? \4 "d~,s f (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. Namel Addressffel . . of Owner S e.<L. A th'\.cJ.~Jl B-21 (4) , (5) (7) (8) (9) Have you ever failed to co~p~r.\te aIlY ,~prfl~~f)fp~ to you? If so, where and why? 1 I I I I I I I I I I I I I I I I I I Has any officer or partner of your organization ever been an officer or partner of some other organization that failed to complete a constrUction contract? If so, state name of individual, name of other organization, and reason therefore. . (6) Has any officer or partner of your otganizati~n ever failed to co~plete a construction contract handled in his own name? If so, state name of individual, name of owner and reason therefore. Give below any information, which would indicate the size and capacity of your. organization, including number of employees, equipment owned by your organization, etc., which ar~ available for utilization ort this ,Contract. : ;.,... . . ,"I.. ..~." ," . ,'1;-:. ..' . :" '.!" .\:. What is your bonding capacity? I'. What an~ount of your bondingcapacit}r has been used as.of the date of this bid? ~. B-22.. I' I I I I I I I I I I I I I I I I I I (l0) (11) (12) (13) How many 2pplications for performance and payment bonds have you made in the last three (3) years? I 5 CI How many of these applications were not approved? (/ , 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.) . y5 .;-.. Have your company been in disputes or litigations in the last five (5) years over Gonstruction 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 if necessary.) )2f B-23 U~I-~~-~~~~ ~~.~~ H~'- ru~......nnw.ll 'U..A TOTAL P.03 " I I I I I I I I I I I~ I I I I I I I I I, the undersigned, do hereby declare. that ~he fo~gqi.figistatements are true and correct, all a'i of the date hereinafter set forth, and that those examining nUs document have my permission to contact any or all of those parties listed in this questionnaire. Ii1correct or misleading statements in this questionnaire shall be grounds for -a determination of nonresponsibility with respect to such contractor. ***************************************************************** (SIGNAtURE OF BIDDER) (TYPE OR PRINT COMPANY NAME) ... (TYPE O~ .P.RINT ADDRESS) . ~ ~ . . I .... ..1 {I B-24 I I I I I I I I I I I I I I I .1 .1 MAIN OFFICE P.O. BOX 522730 (FL 32752.2730) I 811 WILMA STREET, LONGWOOD, FL327S0 (407) 331.1551 FAX (407) 331-0444 ECOOOI063 I FLORIDA INDUSTRIAL ELECTRIC, INC. ~ An Inlcgrlllcd Elcclriclll Services CUlnpan}' . AIRPORT PROJECTS Owner/Project Name Contract Ainount GainesviIle-Alachua Airport Authority Regional Airport Airfield Lighting Improvement Gainesville Intemational Airport Contractor: Florida Industrial Electric Contact: Craig Hedgecock, P: 352.,-373-0249 Completion Date: Open, July 2002 $1,831,575.02 Greater Orlando Aviation Authority BP-294 Apron & Taxiway Construction Orlando Intemational Airport, Florida Contractor: John Carlo Contact: David Ammon, P: 863-666-9845 Completion Date: October 2001 $1,590,721.63 SarasotillManatee Airport Authority Sarasota/Bradenton Runway Extension Sarasota/Bradenton Airport Contractor: Hewitt Contracting Contact: Sherman Manley, P: 352-787-5651 Completion Date: April 2002 $1,548,990.00 Columbia Metropolitan Airport Authority. Taxiway "A" Columbia S. Carolina Columbia Metropolitan Airport Contractor: REA Construction Contact: Mickey Ross, P: 803-791-1295 Completion Date: June 2002 .'. . :r ., $1,415,508.36 Jacksonville Airport Authority H2000-02 Signs and P API Herlong Airport, Jacksonville Florida Contractor: Florida Industriaf Electric Contact: Larry Elkins, P: 904-219-6528 Completion Date: April 2002 $ 238,416.94 TAMPA OFFICE 7840 PROFESSIONAL PLACE TAMPA, FL33637 (813) 980-6214 FAX (813) 980-6224 ECOOOI063 MAIN OFFICE P.O. BOX 522730 (FL 32752-2730) 811 WILMA STREET; WNGWOOD, FL 32750 (407) 331-1551 FAX (407) 331-0444 ECOOOI063 . TAMPA OFFICE 7840 PROFESSIONAL PLACE TAMPA, FL33637 (813) 980-6214 FAX (813) 980-6224 ECOOOI063 I I I I I I I I I I I I I I I I I I I FLORIDA INDUSTRIAL ELECTRIC, INC. All Integrated Electrical Services CUllIpany AIRPORT PROJECTS Owner/Project Name Contract Amount Sanford Airport Authority Install PAPI and Runways 18-36 and 9R-27L Sanford Airport, Sanford Florida Contractor: Florida International Airport Contact: Jack Dow, P: 40.7-585-40.0.6 Completion Date: March 20.0.2 $ 223,80.1.90. Decatur County Board of Commissioners MALSR Bainbridge Airport, Runway 27 Decatur County Industrial Air Park Contractor: Florida Industrial Electric Contact: Alan Thomas, P: 229-248-30.31 Completion Date: November 20.0.1 $ 172,668.84 Jacksonville Airport Authority Install Visual Aids, PAPI Jacksonville International Airport Contractor: Florida Industrial Electric Contact: Cecil Poston, P: 90.4-741-2227 Completion Date: April. 20.0.2 $ 110.,10.0..0.0. Panama City-Bay County Airport & Industrial District Runwayffaxiway Panama City Airport, Panama City Florida Contractor: Costello Construction Contact: Robert Majka, P: 860.-666-3311 Completion Date: May 20.0.2 $ 73,473.92 EQUIPMENT liST: '1'l{fa3- ~. Description: Ingersoll-Rand Air Comp: . Joy Air Compressor .. .. Atlas-Copco Air Compo Sullivan Air Compressor Sullivan Air Compressor Sullivan Air Compressor Sullivan Air Com ressor Cat Backhoe 426 Cat Backhoe 426 IT Cat Backhoe 416C Cat Backhoe 416C John Deere 310 D Cat Backhoe 426 CIT Vermeer Trencher 450 w/hoe Vermeer Trencher 455-A Vermeer Trencher 450 w/hoe Vermeer Trencher 450 w/hoe Serial Number: !' .. -.. '..... !.," ~ "; '. 'tlii', ~ . . , ;~~.j~:'.f~ It~.~Ip- . . ..... . , . 143217U849 169107 24184 . 17319A 17316A 15284A 15281A 6XN01096 ,. 1 YR00477 4ZN07353 " 5YN0600~ '. 819926 ' , .1YR021.52 \0~0605 1000476 . , . 1000248 ~ Vermeer Trencher 5750. 1000251 :t:.". Vermeer Tr~ncher.41.50 1000503 Vermeer Trencher 5750. VEMU82ZIX10007 Bomag Plate Compactor 101690101375 Clark forklift C500-HY50153-2508 , Hi - Reach 1484-6765 Caterpillar Mini-X 302.5 Kawasaki Utility Mule Kawasaki Utilit Mule 4AZ00921 JK1AFCE171 850545 JK1AFCE151850550 I I I I I I I I I I I I I I I I I I I CONTRACT FORM THIS AGREEMENT is dated as of the 1--1 Sf day of ;UtM/. in the year 2002 by and between the AUGUSTA A VIATION COMMISSION (hereinafter called OWNER) and FLORIDA INDUSTRIAL ELECTRIC, INC. (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK. CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work to be completed is generally described as follows: The project has been divided into a base bid and one additive bid. Base Bid work includes the removal and replacement of various types of runway edge lighting and threshold fixtures, installation of new airfield signs, transformers, conduit, and miscellaneous airfield vault equipment. Additive Bid No.1 work consists of installation of new PAPI units for Runway 17-35. The Project, for which the Work under the Contract Documents may be the whole or only a part, is generally described as follows: RUNWAY 17-35 LIGHTING REHABILITATION PROJECT FAA A.I.P. Project No. 3-13-0011-25 AUGUST A REGIONAL AIRPORT AUGUSTA, GEORGIA ArticJe 2. ENGINEER. The Project has been designed by THE LP A GROUP INCORPORATED Post Office Box 5807 Columbia, South Carolina 29250 (803) 254-2211 who is herein~fter 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. C-l I I I I I I I I I I I I I I I I I I I 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 60 consecutive calendar days from the date of Notice- To-Proceed and in accordance with the construction phasing prescribed in Section 01010 - "Scope of Work". 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 SC-15 of Section 00800 for each calendar day that expires after the time specified in paragraph 3.1 for Completion and readiness for Substantial and Final Completion. 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 10, 2002, and Attachment A to this contract with an initial contract amount of $228.402.00 to be paid based upon the actual quantities approved and accepted in accordance with the Contract Documents. Article 5. PA YMENT 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 ofthe 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 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 determine, or OWNER may withhold, in accordance with Section 90 of the General Provisions. 90% of Work completed as determined by ENGINEER. 90% of materials and equipment not incorporated in the Work (but deli vered, 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 3-112", diskette(s) or compact disk(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 the 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 of the 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: 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. C-3 I I I I I I I I I I I I I I I I I I I 6.2 6.3 6.4 6.5 6.6 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 of the 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 perform 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 of the 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 of this contract, as defined in (b) below. (b) The following terms apply to this clause: 1. Steel and Manufactured Products. As used in this clause, steel and manufactured products include (1) those produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. (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. C-4 I I I I I I I I I I I I I I I I I I I 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-l to C-7, inclusive). 7.2 Performance and Payment Bonds, consisting of pages PB-l 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 OB-4 inclusive with each sheet bearing the following general title: RUNW A Y 17-35 LIGHTING REHABILATION PROJECT AUGUSTA REGIONAL AIRPORT FAA A.LP. PROJECT NO. 3-13-0011-25 7.6 Addendum Number 1 7.7 CONTRACTOR's Bid Form (pages B-1 to B-24) 7.8 Summary to Minutes of Pre-Bid Conference. 7.9 Attachment 'A' Schedule of Values 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 of the General Provisions will have the meanings indicated in the General Provisions. 8.2 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 of the 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 of this 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. 8.3 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. C-5 I I I I I I I I I I I I I I I I I I I 8.4 8.5 The CONTRACTOR 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 of this Contract, which may result in the termination bfthis 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 no later than 7 days from the receipt of each payment the PRIME CONTRACTOR receives from AUGUST A-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 AUGUST A-RICHMOND COUNTY. This clause applies to both DBE and non-DBE subcontractors. THE REST OF THIS PAGE INTENTION ALL Y LEFf BLANK C-6 I I I I I I I I I I I I I I I I I I I Article 9. OTHER PROVISIONS. IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed five copies of this Agreement. Two 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 have been signed or identified by OWNER and CONTRACTOR or by ENGINEER on their behalf. This Agreement will be effective on ;Ul/. 2-1 . 'l--pj) ~ OWNER CONTRACTOR AUGUST A A VIA TION COMMISSION FLORIDA INDUSTRIAL ELECTRIC, INC . .cfY~ fIt.lf~ B~#~?,,! (Corporate Seal) ,/ ~~. . ~/~)i-J{J,-" · ~ ~ , ,... . 'i; Attest: Attest: "- .- ,..... ... Address for giving notices: Address for giving notices: 1501 Aviation Way 811 Wilma Street Augusta, Georgia 30906 Longwood, Florida 32750 Ap oved by County Attorney ,to Form and Legality C-7 I ATTACHMENT 'A' SCHEDULE OF VALUES I RUNWAY 17-35 LIGHTING REHABILITATION PROJECT AUGUSTA REGIONAL A][RPORT FAA A.I.P. Project No. 3-13-0011-25 I Florida Industrial Electric Item No. Spec. No. Item Description Quantity . Unit Unit Price Bid Extended Amount I Base Bid I 00800 Supplementary Insurance Provisions I L.S. $100.00 $100.00 2 01000 Mobilization I L.S. $15,600.00 $15,600.00 3 01530 Airfield Barricades I L.S. $3,850.00 $3,850.00 I 4 P-620 Permanent Pavement Markings 0 I S.F. $1.20 $0.00 5 L-108A Conduit Trench in Earth, Earth Backfill 16.100 L.F. $0.80 $12.880.00 6 L-I08B Conduit Trench in Pavement. Concrete Backfill 650 L.F. $15.30 $9.945.00 7 L-108C Cable, IIC #8 5kV, L-824C.lnstalled in Duct or Trench 79,500 L.F. $0.50 $39,750.00 I 8 L-I08D Counterpoise, #6 Bare. Installed in Duct or Trench Including 9,100 L.F. $0.44 $4,004.00 Ground Rods and Grounding Connectors 9 L-109 A Installation of Vault Equipment, Complete I L.S. $21,700.00 $21,700.00 10 L-109B Installation of L-821 Control Panel, Complete I L.S. $6,800.00 $6,800.00 II L-IIOA Conduit. 2" PVC Sch-40. Direct Burial, Complete. in Place 16.750 L.F. $1.60 $26,800.00 I. 12 L-125A L-862 HIRL Mounted on L-867 Base in Paved Shoulder. Complete 2 Each $600.00 $1,200.00 13 L-125B L-862 HIRL Mounted on Existing Base, Complete 70 Each $265.00 $18.550.00 14 L-125C . L-850C Semi-Flush HIRL, Mounted on L-868 Base in Pavement, Complete 3 Each $1.600.00 $4.800.00 IS L-125D L-850C Semi-Flush HIRL. L-868 Base Extension Mounted on 5 Each. $1.400.00 $7.000.00 I. L-868 Base in Pavement, Complete 16 L-125E 3/8" Blank Steel Cover Plate Mounted on Existing Base. Complete 2 Each $65.00 $130.00 17 L-125F Remove Runway or Threshold Light Fixture, Base Cover Plate and 88 Each $31.00 $2.728.00 Isolation Transformer, Complete I 18 L-125G Sign. Size I. Style 3. Double Face. 3-4 Characters 2 Each $3,270.00 $6,540.00 19 L-125H Sign, Size I, Style 3, Double Face. 5_6 Characters 3 Each $3.270.00 $9,810.00 20 L-1251 Remove Hold Bar Sign and Concrete Pad 5 Each $685.00 $3,425.00 2] L-125J Hold Bar Sign Isolation Transformer, Style 3 fo~ Size I. 4 Each $175.00 $700.00 I Double Face, 5-6 Characters 22 L-125K Runway Distance Remaining Sign Isolation Transformer. 14 Each $175.00 $2,450.00 Style 3 for Size 4, Double Face, I Character 23 L-125L Remove Hold Bar or Runway Distance Remaining Sign Isolation 18 Each $15.00 $270.00 I Transformer. Complete 24 L-125M L-867D Transformer Base with 3/8" Blank Steel Cover Plate. 35 Each $310.00 $10.850.00 Mounted in Earth, Complete 25 L-125N L-862 High Intensity Threshold Light, Mounted on Existing Base, Complete 8 Each $275.00 $2,200.00 I 26 L-1250 Spare L-862 HIRL Fixture and Isolation Transformer, Clear/Clear Globe. Complete 4 Each $190.00 $760.00 27 L-125P Spare L-862 HIRL Fixture and Isolation Transformer. ClearlY ell ow Globe, Complete 4 Each $190.00 $760.00 28 L-125Q Spare L-862 High Intensity Threshold Light Fixture and Isolation 4 Each $200.00 $800.00 Transformer, Red/Green Globe, Complete I SUBTOTAL: $214.402.00 Additive Bid No.1 A-I L-125R L-880 PAPI System, Style B, Complete, Per Runway Each $14,000.00 $14,000.00 I SUBTOTAL: $14,000.00 I TOTAL CONTRACT AMOUNT: Indicates revision to as-bid quantitj~ . I II $228,402.0011 I I I I I , I I I I I I I I I I I I I I I I I I EXHIBIT "A" List of Supplies /Materials that the U.S. Government Has Determined Are Not Produced Inthe United States In Sufficient and Reasonably Available Quantities And of Sufficient Quality (Jan 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 filh1s; not printed in the United States and for which domestics editions.are not available: Brazil nut.s, unroasted. Cadmium, ores and flue dust. Calcium cyanamide. Capers. .. Cashew nuts. Castor beans and castor oil. Chalk, English. chestnuts. Chicle. Chrome ore or Chroinite. Cinchona bark. Cobalt, in cathodes, rondelles, or other primary ore and metal forms. Cocoa beans. Coconut and' coconut meat, unsweetened, in shredded, desiccated or simi~arly prep~ed form. Coffee; raw or green bean. . Colchicine alkaloid, raw. Copra. Cork, wood.orbark and waste. Cover glass, microscope slide. Cryolite, natural. Dammar gum. Diamonds, industrial, 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 inc~rporation 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. Oli~es (green), pitted or unpitted, or stuffed, in bulk. Opium, Crude. I 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. Thread, 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. Yam, 50 Denier rayon. 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 (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: "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 mechanic.. 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 I I I I I I I I I I I I I List of SupplieslMaterials 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) (B) "Fuel oil" - a liquid or liquefiable petroleum product burned for lighting or for the generation of heat or power and derived directly or indirectly from crude oil, such as kerosene, range oil, distillate fuel oils, gas oil, diesel fuel, topped crude oil, or residues. (C) "Gasoline" - a refined petroleum distillate that, by its consumption, is suitable for use as a carburant in internal combustion engines. ~ (D) "Jet fuel" - a refined petroleum distillate used to fuel jet propulsion engines. (E) "Liquefied gases" - Hydrocarbon gases recovered from natural gas or produced from petroleum refining and kept under pressure to maintain a liquid state at ambient temperatures. (F) "Lubricating oil" - a refined petroleum distillate or specially treated petroleum residue used to lessen friction between surfaces. (G) "Naphtha" - a refined petroleum distillate falling within a distillation range overlapping the higher gasoline and the lower kerosenes. (H) "Natural gas products" -liquids (under atmospheric conditions) including natural gasoline, that - (1) are recovered by a process of absorption, adsorption, compression, refrigeration, cycling, or a combination of these processes, from mixtures of hydrocarbons that existed in a vaporous phase in a reservoir, and (2) when recovered and without processing in a refinery, definitions of products contained in subdivision (B), (C), and (G) above. (I) "Residual fuel oil" - a topped crude oil or viscous residuum that, as obtained in refining or after blending with other fuel oil, meets or is the equivalent of Mll.$PEC Mll...-F-859 for Navy Special Fuel Oil and any more viscous fuel oil, such as No.5 or Bunker C. ::1 "Unfinished oils" means one or more of the petroleum oils listed under "Finished products" above, or a mixture or combination of these oils, that are to be further processed other than by blending by mechanical means. . 3 I .1 I I I I. I I I I I I I I I I I I I CERTIFICATE OF SECRETARY OF ~""...;4 :::Z:;:-~41' ~ ;:r;;... AS TO RESOLUTION ADOPTED BY BOARD OF DIRECTORS ON AJf} v. 2-1 f 2-00 z- I, J~II"'-"cP J. t.4g~ , hereby certify that I am the duly authorized Secretary of n....,~ -z:;:f,.tol"o/ C~c. ~ , 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 of the Board of Directors of the Corporation duly held on , which resolution is now in full force and effect. RESOLVED, that e~ /-/ ~ljI'JPJ'~ t/,?: , (President, r Vice President) of p:.-~""tI'O- . :z::Jurh,-,....1' &."-':.... ~c. , , is hereby authorized to execute contracts, performance-bonds and labor and materials bonds on behalf of the Corporation. WITNESS my hand as Secretary, and the seal of the Corporation this 'r5 day of /I/6'..e.- ~/" , 2002. ~~ sL~<< G.Jt Sworn to before me this & ~ day of /l/o~kr ,2002. ~~~T Notary Public for ~~rAeP; County r......................~t!~!~.....,............... .~\'~~';'", MI~L J. SCHARF .. I {~ .~\ eomlniaslon II DD0104~95 ! My.Commission Expires: . \~ 7 Ellpiressnl2OO8. I IIn" gh : i.(~.~~~~~~}...~~.~~~.~~!~~.~~~~::!~c;;..! CS-l 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 ClRCULAR. 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. 10-05 AlP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-06 AlR OPERA TrONS AREA. For the purpose of these specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, or apron. 10-07 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. ::1 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 conteml?lated. cs.' GP-1O-1 GP-1O-2 I I I I I I I I I I I I I I I I I I I 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. 10-12 'CALENDAR DAY. Every day shown on the calendar. . 10-13 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the contract. 10-14 CONTRACT. The written agreement between the Owner and the Contractor covering the work to be performed. The awarded contract shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The General Provisions; The Special Provisions; The Specifications; The Plans, and any addenda issued to bidders; Change Orders and agreements which are required to complete the construction of the work in an acceptable manner, including authorized extensions thereof, all of which constitute one instrument. 10-15 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-: 16 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10-17 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the 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. 10-18 DRAINAGE SYSTEM.. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-19 ENGINEER. !he individual, 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 representative. 10-20 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. I I I I I I I I I I I I I I I I I I I 10-21 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 1 0-22 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 representative. 10-23 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, and supplements, amendments, and indices thereto are prepared and issued by the Ceneral Services Administration of the Federal Government. They may be obtained from Standardization Qocuments - Order Desk, 700 Robbins Avenue, Building 4 - Section D, Philadelphia, Pennsylvania 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 fu~ished 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 of the 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 of the owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10- 26 LAB ORA TOR Y. 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 airpqrt 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 :.1)ff 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 MATERIALS. Any substance specified for use in the construction of the contact work. GP-IO-3 GP-lO-4 I I I I I I I I I I I I I I I I I I I 10-30 Mll... SPECIFICATION. The Military Specifications and Standards, and indices thereto, are prepared and issued by the Department of Defense. They may be obtained from the same address noted in paragraph 10-23. 10-31 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). TQe terinowner shall mean the party of the first part or the contracting agency signatory to the contract For AlP contracts, the term sponsor shall have the same meaning as the term owner. 10-33 PA VEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-34 PAYMENT BOND. The approved form of security furnished by the Contractor and hislher surety as a guaranty of good faith and ability on the part of the Contractor to execute the work in accord~mce with their terms of the Plans, Specifications, and Contract, and as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of thework, as provided by law. 10-35 PERFORMANCE BOND. The approved form of security furnished by the Contractor and hislher surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. -. 10-36 PLANS. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-37 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-38 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. 10-39 PROPOSAL GUARANTY. . The security furnished with a proposal to guarantee that the bidder will enter into a contract if hislherproposal is accepted by the owner. 10-40 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-41 SPECIAL PROVISIONS. The specific clauses setting forth conditions or requirements _peculiar to the project under consideration. I I I I I I I I I I I I I I I I I I I 10-42 SPECIFICA TrONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-43 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, orany 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 an.d 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 ofthe originally awarded contract; or (2) work that is not within the scope ofthe originally awarded contract. 10-49 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds which ate furnished to the owner by the Contractor. 10-50 TAXIWAY. For the purpose of this document, the ternl 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 Jabor, 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-I0-5 GP-I0-6 I I I I I o ,I 'I. I I I I I, I ~I -I I I i I 10-52 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal workingJorces of the Contractor may proceed with regular work for at least 6 hours toward completion of. the contract. Unless work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and hoJidays 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 ~r I I I. I I :1 'I I I I I I I I I ,I I I 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 I SECTION 40 SCOPE OF WORK 40-01 INTENT OF CONTRACT.- The intent of the contrac~ is to provide for construction and completion; in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to compJete 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 originallyintended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations which do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations which are for work within the general scope of the contract shall be covered by "Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a u!lit adjustment for any contract item that requires a suppJemental 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, if the Contractor elects to waive the limitations on work that increases or decreases the originally awarded contract or any major contract item by more than 25 percent, the supplemental agreement shall be subject to the same U.S. Secretary of Labor wage determination as was included in the originally awarded contract. All supplemental agreements shall require consent of the Contractor's surety and separate performance and payment bonds. 40-03 OMITTED ITEMS. The Engineer may, in the owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement Such omission of contract items shall not invalidate any other contract provision or requirement. 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 GP-40-1 Any claim for payment of extra work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the owner. I I ,I I I' .- I :1 I " I I, I' I I ,I ,I :1 I I such item. Payment for work performed shall be In accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called Extra Work. Extra work that is within the general scope ofthe contract shall be covered by written change order. Change orders for such extra work shall contain agreed unit prices for performing the change order work in ~ccordance with the requirements specified in the order, and'shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such extra work. When determined by the Engineer to be in the owner's best interest, he may order the Contractor to proceed with extra work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra work that is necessary for acceptal;>le completion Of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to hislher own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMIT A TION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide , - ' for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBll...ITY FOR UTILITY SERVICE AND F ACll...ITIES OF OTHERS in Section 70. With respect to his/her own operations and the operations of all hislher subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircr~Jt, fire-rescue equipment, or maintenance vehicles at the airport. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish, erect, and maintain barricades, wamingsigns, flagmen, and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified GP-40-2 I I I I I .1 I I I I I I I 'I I I I I I herein. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. The Contractor shall make hislher 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 vatious contract items. 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing struCtures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the owner when so utilized in the work. 40-07 'RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for hislher own temporary construction on site; or, d. Use such material as iritended by the terms of the contract. Should the Contractor wish to exercise option a., b., or C., he shall request the Engineer's approval in advance of such use. GP-40-3 GP-40-4 I I ;1 I 'I I I I .1 'I I 'I I, .1, I I 'I, I I Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for, the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at hislher own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for hislher use of such material so used in the work or removed from the site. It is understood and agreed that the Contractor shall make no claim for delays by reason of hislher exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside tqe lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-08 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has cibtai~ed the written permission of such property owner. 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 Engineer. The Contractor shall identify access routes with suitable signs, barricades and similar equipment. The entire access route and construction site shall be kept free and clean of all debris at all times and maintained in good repair by the Contractor. All damage to the access route caused by the actions of the Contractor or his agents shall be immediately repaired to the satisfaction of the Owner. No additional payment will be made to the Contractor for complying with the requirements of this subsection. - No other access ~o the work sites. ~ill be permitted without written approval by the Engineer. Contractor's vehic';ies and equipment, including vehicles and equipment of subcontractors and others coming under the Contractor's control, will not be permitted to traverse other airfield areas or pavements without written ~pprovaI of the Engineer. COhtractor's vehicles, equipment, and materials may be stored in the area designated on the Plans. Upon completion of the work, the storage area shall be cleaned up and returned to its original condition to the satisfaction of the Engineer. No special payment will be made for clean up and restoration of the storage area. I I I 'I ,I I I I I I I I I I I I I I I 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 and 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 .1 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 CONFORM frY 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 hislher determination that the affected work be accepted and remain in place. . In this event, the Engineer will document hislher determination and recommend to the owner a basis of acceptance which will provide for an adjustment in the contract price for the affected portion of the work. T~e Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished p~oduct, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in- accordance with the Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's right to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. GP-50-1 GP-50-2 I I I I :1 I I :1 I 'I' I I .1 I' I I ~I I 'I - For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority to use goo~ engineering judgment in his/her determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In resolving conflicts, discrepancies, or errors in the various contract documents, the documents shall be given the order of precedence, as follows: Contract, Supplemental Agreement, Change Order, Addenda, Supplementary Conditions, Plans, Specifications, General Provisions. In case of discrepancy, figured dimensions, unless obviously incorrect, shall govern over scaled dimensions. Cited . standards for materials or testing, and cited FAA Advisory Circulars shall be considered as standard specifications. Any table, gradation, size, dimension, ra!e, mix, method, nomenclature, pay item number, basis of payment or method of measurement shown on the plans, which is at variance with the standard specifications, shall be considered an amendment or supplement to the applicable specification. The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, andsuch decision shall be final. 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with five (5) copies of the plans and specifications. He shall have available on the work at all tim~s one copy each of the plans and specifications, Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction and postage. The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and hislher inspectors and with other contractors in every way possible. The Engineer shall allocate the work and designate the sequence of construction in case of , controversy between contractors. The Contractor ~hall have a competent superintendent on the work at all times who is fully authorized as hislher agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions frOIT':,~he Engineer or hislher authorized representative. c. 50-05 COOPERATION BETWEEN CONTRACTORS. The owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of 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. Contractors working on the same project shall cooperate with each other as directed. I I I I I I I I I 'I I 'I I I .1 I I I I Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and save harmless the owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES. 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 of the project. Any inspection or checking of the Contractor's field notes or layout work by the Engineer and th(: 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 AUTOMA TICALL Y CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is rec)lired 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 an work done and all material furnished. Such inspection may extend to alJ or any part of the work and to the preparation, fabrication, or maimfacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are GP-50-3 GP-50-4 I I I I 'I I ~I 'I I I I ,. I I I ,I 'I I I not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Engineer. 'The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor; at any time before acceptance ofthe work, shall remove or uncover such portions of the finished work as rriay be directed. After examination, the Contractor shall restore said portions of the work- to tlte standard required by the specifications. Should the work thus exposed or examined prove acceptable; the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the owner may be ordered removed and replaced at the Contractor's expense unless the owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation,. adjustment, or any other modification to existing ., facilities, not the property of the (contract) owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which does not conform to the requirements of the' contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBll...ITY FOR WORK of Section 70. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done maybe ordered removed or replaced at the Contractor's expense. . Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work e 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 hislher hauling equipment and shall correct such da,mage at hislher own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract'items, and the Contractor will not be paid an additional amount for such work. 50-13 F All...URE 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 exdis. Any maintenance cost in.curred by the owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for GP-50-5 GP-50-6 I I I I I I 'I I I 'I I I I 'I I, I I I I that unit. Such partial acceptance and beneficial occupancy by the owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE. Upon due potice from the Contractor of presumptive completion of. the entire project, the Engineer and owner;will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing of his/her intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the costof the work shall not in any way be construed as proving or, substantiating the validity of the claim. . When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit his/her written claim to the Engineer who will present it to the owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. 50-17 RETEST OF WORK. When as provided for in the contract documents, the Owner performs sampling and tests of the work and the tests show a failure to meet the requirements of the contract documents, the expense of retesting, after reworking or substitution by the Contractor will be at the. expense of the Contractor and such costs will be deducted from the payments o.therwise due to the Contractor. 50-18 CORRECTION OF WORK AFTER FINAL PAYMENT. Neither the final certificate nor payment, nor any provision in 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 any damage to other wo"rk resulting therefrom, which shall appear within a period of one year from date of final acceptance. Wherever the word "acceptance" occurs, it shall be . understood to mean final acceptance. I I I I I I I I I I I I I I I I I I I The Owner shall give notice of observed defects with reasonable promptness. If the 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: (1) Obtain all warranties that would be given in normal commercial practice; (2) 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 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 of the owner. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of ~ll tests will be furnished to the Contractor's representative at his/her 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. ~-r -" 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. GP-60-1 GP-60-2 I I I I I I I I I I I I I I I I I 'I 'I Materials or assemblies used on the basisqf certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name", the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly d~livered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, . b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal" material or assembly, he shall furnish the, manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The EngIneer reserves the right to refuse,permission for use of materials or assemblies'on the basis of certificates of compliance. 60-04 PLANT INSPECTION . The Engineer or his/her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples ~equired for his/her acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: a.. The Engineer shall have the cooperation and assistance of the ,Contractor and the producer with whom he has contracted for materials. b.' The Engineer shall'have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. c. If required by the Engineer, the Contractor shall. arrange for. adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the owner shall have the right to retest any material which has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall I I I I I I I I I I I I I I I I I I I 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 exclusi ve use of the 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 of the 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 of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property owner's permission. 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 ~essee of the property. 60-07 UNACCEPTABLE MATERIALS. Anymaterial or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its use in the work. 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. After any owner-furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies which may occur during the Contractor's handling, storage, or use of such owner-furnished material. The owner will deduct from any monies due or to become due the Contractor any cost'incurred by the owner in making good such loss due to the Contractor's handling, storage, or use of owner-furnished materials. END OF SECTION 60 GP-60-3 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 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and State laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify ,the owner and all his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees. If the 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 SURFACES DISTURBED BY OTHERS. The owner reserves the right to.authorize the constmction, 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 GP-70-2 I I I I I I I I I I I 'I I I I I I I I Should the owner of public or private utility service, FAA, or NOAA facility,_ or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so. as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AND STATE AID PARTICIPATION. For AlP contracts, the United States Government has agreed to reimburse the owner for some portion of the contract costs. Such reimbursement is made from time to time upon the owner's (sponsor's) request to the FAA. In consideration ofthe United States Government's (FAA's) agreement with the owner, the owner has included provisions in this contract pursuant to the requirements of the Airport Improvement Act of 1982, as amended by the Airport and Airway Safety and Capacity Expansion Acts of 1987 and 1990, and the Rules and Regulations of the FAA that pertain to the work. As required by the Act, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, FAA, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the Act, the rules and regulations implementing the Act, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. The attention of the Contractor is also invited to the fact that the State in which this project is located will pay a portion of the cost of this improvement. In accordance with said State's rules and regulations, work will be subject to 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 reasonable assistance to ascertain whether or not the requirements and intent of the contract are being met. . Such inspections will in no way infer that the State is party to the contract, except for those contraets wherein the State is a signatory. .i. ~.r ' 70-06 SANITARY. HEALTH. AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions which are unsanitary, hazardous, or dangerous to his/her health or safety. 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 his/her operations and those of hislher subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. 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 haiard markings shall be suitably illuminated. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office). When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340-1 F, 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 .:If 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 Items removed, indicated to be salvaged for Owner or reused in new work, which are damaged beyond repair, shall be replaced with equal new materials under this contract ~t no additional cost to the Owner. I I I I I I I I I I I I I I I I I I ,I 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet from the work or from any building, road, or other place of human qccupancy. The Contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site ofthe work of his /her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may <ieem necessary to protect their property from injury. . The use of electrical blasting caps shall not be permitted on or within 1,000 feet of the airport property. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the work, or .at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the nonexecution thereof by the Contractor, he shall restore, at his/herown expense, such property to a condition similar or equal to tharexisting before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. Work that is to remain in place which is damaged or defaced by reasons of work performed under this contract, shall be restored at no additional cost to the Owner. It is recognized that the Owner will incur the costs for employees' salaries, engineering fees, and otherwise in connection with the damage and inspection and repair of any such damage, caused by the Contractor; consequently, the Owner may incur loss of income by reason of the diversion of , . , ' . aircraft traffic from the airport resulting from interruption of the use of airport facilities; and that such expenses and loss of income are not measurable now and may not be reasonably ascertainable at GP-70-4 I I I I I I I I I I I I I I I I I I I the time of any incident caused by the Contractor. The Owner and the Contractor hereby agree to the assessment of liquidated damages in lieu of such expenses or other damages incurred by the Owner. In addition to the obligation 'of the Contractor to immediately repair any cables or facilities damaged by the Contractor, as set forth above, the sum of not greater than $1,000.00 per incident may be deducted from any money due the Contractor, or if no money is due the Contractor, the Owner shall have the fight to recover said sum or sums from the Contractor, from the surety, or from both. The amount of these 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 RESPONSIBll...ITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer and the owner ah~ 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 virtue of hislher 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, hislher 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 of the contract work for the beneficial occupancy of the owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make hislher own estimate of the difficulties involved in arranging hislher work to permit such beneficial occupancy by the owner. ' Upon completion of any portion of the work indicated o.n the drawing, such portion shall be accepted by the owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary GP-70-5 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 of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the owner shall be repaired by the Contractor at hislherexpense. I I I I I I I I I The Contractor shall make hislher own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed ~ork, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to upforeseeable causes beyond the control of and without the falllt or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at 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 soddings furnished under hislher contract, and shall take adequate precautions to protect new tree growth and other-impo~ant vegetative growth against injury. _ i I I I I I I I I I 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or facilities during the progress of th~r work. In addition, the Contractor shall control hislher operations to prevent the unscheduled intetruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans. It is understood and agreed that the owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, orstructures that may be shown on GP-70-6 I I I I I I I I I I I I I I I I I I I the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of hislher responsibility to protect such existing features from damage or unscheduled interruption of service. '. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall notify each owner of hislher plan of operation. If, in the Contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations 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 of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to hislher 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 hislher surety. 70-16 FURNISHING RIGHTS-OF-WAY. The owner will be responsible for furnishing all rights-of-way upci1 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, hislher authorized representatives, or any officials of the owner either personally or as an official of the owner. It is understood that in such matters tQey act solely as agents and representatives of the 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 GP-70-7 g. Seeding, fertilizing, mu1c~ing and use of herbicides or insecticides. I I I I I I I I I I >1 I I I I I I I I acceptance, however, shall not pre~lude or estop the owner .from correcting any measurement, estimate, or certificate made before or after completion of the work, -nor shall the owner be precluded or estopped from recovering from the Contractor or hislher surety, orboth, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill hislher obligations under the contract. A waiver on the part of the owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the owner's rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations' con~rolling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials andto prevent pollution of the atmosphere from particulate and gaseous matter. In the event of conflict between Federal, State or local laws, codes, ordinances, rules and regulations concerning pollution control, the most restrictive applicable ones shall apply. The Contractor shall pay special attention to the pollution control requirements of the several specifications. Work items which may cause excessive pollution and shall be closely controlled by the Contractor are: a. Clearing, grubbing, burning or other disposal. b. Stripping, excavation, and embankment. c. Drainage and ditching. d. Aggregate production; handling and placing. e. Cement, lime, or other stabilization. f. Concrete and bituminous materials handling, production, ~i1d paving. h. Contractor's own housekeeping items; haul roads; sanitary facilities; water supply; equipment fueling; servicing and cleaning; job clean up and disposal. When the contractor submits his tentative progress schedule in accordance with PROSECUTION and PROGRESS, Section 80, he shall also - submit for acceptance of the project engineer, his schedules-for accomplishment of temporary and permanent erosion control work, as are applicable for clearing, grading, structures at watercourses, construction, and paving, an~ his proposed method GP,-70-8 I I I I I I I I I I I I I I I I I I I of erosion control on haul roads and borrow pits and his plan for disposal of waste materials. No work shall be started until the erosion control schedules and methods of operations have been accepted by the Engineer. The following listed stipulations shall 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 incidental to the appropriate work items unless otherwise specified. (1) Control of Water Pollution and Siltation. (a) All work of water pollution and siltation control is subject to inspection by the local and/or state governmental enforcing agent. (b) All applicable regulations of fish and wildlife agencies and statutes relating to the prevention and abatement of pollution shall be complied with in the performance of the contract. (c) Construction operations shall be conducted in such manner as to reduce erosion to the practicable minimum and to prevent damaging . siltation of watercourses, streams, lakes or reservoirs. The surface area 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 of the Engineer and the duration of such exposure prior to final trimming and finishing of the 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. .-1. :r .-. I (d) 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. (e) Where called for on the plans, a stilling basin shall be constructed to . prevent siltation in the stream from construction qperations. (f) The disturbance of lands and waters that are outside the limits of - construction as staked is prohibited; except as found necessary and approved by the Engineer. GP-70-9 (2) (g) The Contractor shall conduct his work in such -manner as to prevent the entry of fuels, oils, bituminous materials, chemicals, sewage or other harmful materials into streams,rivers, lakes or reservoirs. I I I I I I I I- I I I I I I -I I I I I (h) Water from aggregate washing or other operations containing sediment shall be treated by filtration, by use of a settling basin or other means to reduce the sediment content to a level acceptable to the local and/or state governmental enforcing agent. (i) All waterways shall be cleared as soon as practicable of falsework, piling, debris or other obstructions placed during construction operations arid 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. G) The Contractor shall care for the temporary erosion and siltation control measures during the period that the temporary measures are required and for the permanent erosion control measures until the contract has been completed and accepted. Such care shall consist of the repair of areas damaged by erosion, wind, _ fire or other causes. (k) Permanent and temporary erosion control work that is damaged due to the Contractor's operations or where the work required is attributed to the Contractor's negligence, carelessness, or failure to install permanent cQntrols at the proper time, shall be repaired at the Contractor's expense. Open Burning of Combustible Wastes. (a) T~e Contractor shall obtain a burning permit from local authorities, where applicable, prior to any burning. (b) All burning shall conform to the conditions ofthe permit, except that the conditions herein shall apply if they are more restrictive. (c) No tires, oils (except atomized fuels applied by approved equipment), asphalt,pain~, or coated metals shall be permitted in combustible waste piles. (d) _ Burning will not be permitted within 1,000 feet of a residential or built-up area nor within 100 feet of any standing timber or flammable growth unless otherwise specified. (e) Burning shall not be permitted unless the prevailing wind is away from a nearby town or built -up area. GP-70-1O I I I I I I I I I I I I I I I I I I I (f) Burning shall not be permitted during a local air inversion or other climatic condition as would result in a pall of smoke over a nearby town or built-up area. (g) Burning shall not be permitted when the danger of brush or forest fires is made known by Federal, State, or local officials. (h) The size and number of fires shall be restricted to avoid the danger of brush or forest fires. Burning shall be done under surveillance of a watchman who shall have fire-fighting equipment and tools readily available. (3) Control of Other Air Pollutants (a) Minimurp possible areas of open grading, borrow or aggregate excavation shall be exposed at one time, consistent with the progress of the work. (b) Grading areas shall be kept at proper moisture conditions. (c) Sand or dust blows shall be temporarily mulched, with or without seeding; or otherwise controlled with stabilizing agents. (d) Cements, fertilizers, chemicals, volatiles, etc., shall be stored in proper containers or with proper coverings to prevent accidental discharge into the air. (e) Aggregate bins, cement bins, and dry material batch trucks shall be properly covered to prevent loss of material to the air. (f) 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. (g) Applications of chemicals and bitumens shall be held to recommended rates. (h) Bituminous mixing plants shall be equipped with dust collectors as noted in the specifications. (i) Quarrying, - batching, and mixing operations and the transfer of materials between trucks, bins, or stockpiles shall be properly controlled to minimize dust diffusion. GP-70-11 GP-70-12 I I I I I I I I I I I I I I I I I I I (j) When necessary, certain operations shall be delayed until proper wind or climatic conditions exist to dissipate or inhibit potential pollutants to the satisfaction of the Project Engineer. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site ofthe 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 hislher operations, any building, part of a building, structure, or object which is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and will direct the Contractor to either resume hislheroperations 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 WOR~ of Section 40 and the subsection_titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contraCt modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 ::r m 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 Contractor shall at all times when work is in progress be represented either in person, by a qualified Superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign hislher contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the owner, and shall be consummated only on the written approval of the Owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. 80-02 NOTICE TO PROCEED. The Notice to Proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written Notice to Proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will b~gin. 80-03 PROSECUTION AND PROGRESS. Unless otherwise 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 ofthe work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify hislher operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice '..:D proceed is issued by the owner. 80-04 LIMIT A TION 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 of the airport, the work shall be coordinated with airport management (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AIR GP-80-1 When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used un.less others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from ~he Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be onthe condition that the Contractor will be fully responsible for producing work in conformity _GP-80-2 I I I I I I I I I I I I I I I I I I I OPERATIONS AREA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD_MARKINGS of Section 70. When the contract work requires the Contractor to work within an AIR OPERATIONS AREA of the airport on an intermittent basis (intermittent opening and closing of th~ AIR OPERATIONS AREA), the Contractor shall maintain constant communications as hereinafter specified;- immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AIR OPERATIONS AREA until the satisfactoryconditions are provided. 80-05 CHARACTER OF WORKERS. METHODS. AND EQUIPMENT. The Contractor shall, at all tiines, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill:and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by a subcontractor who, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without the approval of the Engineer. Should the Contractor fail to remove such person or persons or fail to furnish suitable and sufficient personnel for the proper prosecution ~f the work, the Engineer may suspend the work by written notice until compliance with such or,ders-. - All equipment which is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and .equipment to-be used by the Contractor in accomplishing the work are not prescribed in 'the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. I I o I U I I I I I I I I I I I I I I with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. 'The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 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 of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with hislher 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 'ilot 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 of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 DETERMINATION 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 GP-80-3 GP-80-4 I I I I I I I I I I I I I I I I I I I including all Saturdays, Sundays~ holidays, and non work days. All calendar days elapsing between the effective dates of the-Engineer's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the conti"act time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a Change Order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. If the Contractor finds it impossible for reasons beyond hislher control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of tiIl!e setting forth the reasons which, he believes will justify the granting of hislher request. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day that any work remains uncoriipleted after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section), liquidated damages will be deducted from any money due or to become due the Contractor or hislher surety, in the amount specified in the Supplementary Conditions. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages that will be incurred by the owner should the Contractor fail to complete the work in the time provided in hislher contract. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its. completion, or after the date to which the time for completion may have beep extended, will in no way operate as a wavier on the part of the owner of any of its rights under the contract. 80-09 DEF A UL T AND TERMINATION OF CONTRACT. The Contractor sh-all be considered in default of hislher contract and such default will be considered as cause for the owner to terminate the contract for any of the following reasons if the Contractor: -.:r a. Fails to begin the worK under the contract within the time specified in the "Notice to Proceed," or b. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or I I D I I I I I I I I I I I I I I I I c. Performs the work unsuitably or neglects or refuses to remove materials or to perfOIID anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the prosecution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. . Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against him unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or I. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the owner's intentions to terminate the .contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the owner will, upon-written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would havebeen payable under the contract, then the Contractor and the surety shall be liable and shall pay to the owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the contract, or any' portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. GP-80-5 GP-80-6 I I I I I I I I I I I I I I I I I I I Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of hislher responsibilities for the completed work nor shall it relieve hislher surety.of its obligation for and concerning any just claim arising out of the work performed. The Engineer and the Owner shall be given full access to all books, cost records, correspondence and papers of the Contractor relating to the contract in order to determine amounts to be paid the Contractor due to any termination of the contract. END OF SECTION 80 '~I ~,~ f I I I I I I I I I I I I I I I I I I I SECTION 90 MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, 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 of 2,000 pounds avoirdupois. All materials which are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualif::~d 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 GP-90-2 I I I I I I I I I I I I I I I I I I I Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehil;:les arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard may be weighed, and such weights will be converted to cubic yards for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by 'the Engineer and. shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon or ton. When measured by volume, such volumes will be measured at 60 degrees F or will be corrected to the volume at 60 degrees Fusing ASTM D 4311 for asphalts or ASTM D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or_otherwise not incorporated in the work. When bituminous materials are shipped. by truck or transport, net certified weights by volume, - subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton or hundredweight. Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in the structure. Measurement will be basep on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accesso.ries. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as .provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such identification will be considered tobe nominal weights or dimensions. Unless more stringently D I I I I I I I I I I I I I I I I I I controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or'be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1 percent of the nominal rated capacity of the scale, but not less than 1 pound. 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 payine,nt, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract GP-90-3 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 every hour that such laboror foreman is actually engaged in the specified force account GP-90-4 I I I I I I I I I I I I I I I I I I I - in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of the , subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specificatiourequires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly {rom such alterations or indirectly from hislher unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40,. the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the owner. - Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on. the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90-05 P A YMEl'-T)' FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for as follows: I I I I I I I I I I I I I I I I I I I work. Such wage (or scale) shall be agreed upon in writing before the beginning of the work. 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 collective bargaining agreement or other ~mployment contract generally applicable to the classes of labor 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 (exclusi ve 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. GP-90-5 (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. I I I I I I I I I I I I I I I I .1 I I (3) Quantities of materials, prices, and extensions. (4) Transportation of materials. (5) Cost of prope!1Y damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accompanied and supported by a receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, t~en in iieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken fromhislher stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. The additional payment, based on the percentages specified above, shall constitute full compensation for all items of expense not specific:ally provided for the force account work. The total payment made as provided above shall const!!ute fool1 compensation for such work. 90-06 PARTIAL PAYMENTS. Partial payments will be made at least once each month as the work progresses. Said payments will be based upon estimates prepared by the Engineer of the value of the work performed and materials complete in place in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made ~hen the amount due the Contractor since the last estimate amounts to less than five hundred dollars. From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be deducted and retained by the owner until the final payment is made. The balance (90 percent) of the amount payable, less all previous payments, shall be certified for payment. When not less than 95 percent of the work has been completed the Engineer may, at hislher discretion and with the consent of the surety, prepare an estimate from which will be retained an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, . less all previous payments and deductions, will then be certified for payment to the Contractor. ' It is understood and agreed that the _Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determine_d by the Engineer to be a part of the final quantity for the item of work in question. GP-90-6 B 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 requirements of the contract, plans, and'specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. 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 hislher responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for suchmatefials 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 ohhissubsection. 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 quantities to be GP-90-7 GP-90-8 I I I I I I I I I I I I I I I I I I I paid under the contract as amended bY,change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30-day p~riod, a dispute still exists, the Contractor may approve the Engineer's estimate under protest ofthe quantities in dispute, and such disputed quantities shall be considered by the owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND D!SPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the owner in accordance with local laws or ordinances. . Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. Prior to final payment the Contractor shall submit to the Owner a sworn affidavit that all bills for labor, materials, equipment, service, subcontractors and incidentals have been paid and that there are no suits pending in connection with the work done or labor and materials furnished under the contract. END OF SECTION 90 ::r I I I I I I I I PART I. PART n. I PARTID. I PART IV. I PARTV. I I I' I I I I I SECTION 100 REQUIRED BID AND CONTRACT PROVISIONS REQUIREMENTS TO BE INCLUDED IN SOLICIT A TION FOR BIDS WAGE AND LABOR PROVISIONS EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS MISCELLANEOUS CONTRACT PROVISIONS REQUIREMENTS OF 49 CFR PART 26 . DISADV ANT AGED BUSINESS ENTERPRISE PROGRAM ,i GP-lOO-l 33% 6.9% I I -I :1 I I I I I I i~ I' I I I I I I I PART I. REQUIREMENTS TO BE INCLUDED IN SOLICITATION FOR BIDS A Notice of Requirement for Affirmative Action to Ensure EqualEmployment Opportunity (Executive Order 11246, as Amended). (1) The Offerer's or Bidder's-attention i~ called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employmen,t Opportunity Construction Contract Specifications" set forth herein. - (2) The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate work force in each trade on all construction work in the covered area are as follows: - Timetables Goals for Minority Participation for Each Trade Goals for Female Participation in Each Trade These goals are applicable to all the contractor's construction work (whether or not it is'Federal or Federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where. the work is actually performed. With regard to this second area, the Contractor also is subjected to the goals -for both its Federally involved and non-Federally involved construction. - The Contractor's compliance with the executive order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications 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 of the contract, 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 from contractor to contractor or from project to project, for the sole purpose of meeting the Contractor's goals, shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. (3) The Contractor shall provide written notification to tile Director, OFCCP, within 10 working days of award of any construction subcontract in excess of $10,000 at any tier of construction work under the contract resulting from this solicitation. The notification shall list the name, address, telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontracts; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. (4) As used in this notice and in the contract resulting from this solicitation, the "covered area" is Richmond County. Georgia. GP-100-2 I I' 'I I I I I I I I I I I I ",1 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. (1;>) 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 of the Equal 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 certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or GP-100-3 GP-100-4 I .'1 I ,I I I I -I, I I I I I ,I I" _I I I I dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any otner 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. CERTIFICATIONS OF NONSEGREGATED FACILITIES BY SPONSORS OF FEDERAL ASSISTANCE WHO ARE THEMSELVES PERFORMING CONSTRUCTION CONTRACTS The Sponsor certifies that it does not maintain-or provide for its employees any segregated facilities at any of its establishments and that it does not permit its employees to perform their services at any location under its control where segregated facilities are maintained. It further certifies that it will not maintain or provide for'its employees any segregated facilities at any?f its establishments and thatit will not permit its employees 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 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 area, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, s~gregated on the basis of race, color, religion, or national origin because of habit, local customs, or any other reason. It further agrees that it will obtain identical certifications from proposed contractors prior to the award of contracts exceeding $10,00.0 which are not exempt from the provisions of the Equal Opportunity Clause; that it will retain .such certifications in its files; and that it will forward the following notice to such proposed contractors: NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENT FOR CERtIFICATION OF NONSEGREGATED FACILITIES 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 of the Equal Opportunity Clause. NOTE: The penalty for making false statements in offers is pres~ribed in 18 U.S.c. 1001. ::r PART II. WAGE AND LABOR PROVISIONS 1-. Each Sponsor entering into a 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 these, provisions in each construction subcontract. ,I I -I I I I I .1 .1 I I I I I I I 'I I ,I a. Minimum Wages. (1) All laborers and-mechanics employed or working upon the site ofthe 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) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to laborers or mechanics, subject to the provisions of subparagraph a.( 4) below; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, 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. (2) (i) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits 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; and -:r (C) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (ii) If the Contractor and the laborers and mechan~cs to be employed i~ the classification (if known), or their representatives, and .the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washin&ton, GP-I00-5 GP-100-6 I -I ,I I I I 'I' I I 11 I ,I I :1 I I 'I I I, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of . receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215-0140). (iii) In the event the Contractor, the laborers or mechanics to be employed in the classification or their representatives and the contracting officer do not agree on the proposed classifica~ion and wage rate (including the amount designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator. The Administrator, or an authorized representative will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215- 0140). (iv) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (2)(ii) or (iii) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (3) Whenever. the minimum wage rate prescribed in- the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as~ stated in the wage determination or shall pay another bona. fide fringe benefit or an hourly cash~equivalent thereof. (4) If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that- the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of theDavis- 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 of Management and Budget under OMB control number 1215-0140). b. 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 untll such violations have ceased. c. Payrolls and Basic Records. I, I I I 'I I I ,I ,I I I I I I ,I I I' I I (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 of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB control numbers 1215-0140 and 1215-0017). . (2) (i) The Contractor shall submit weekly for each week in which any contract work . is performed a copy of all payrolls to the applicant, Sponsor, or Owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph c.( 1) above. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock: Number 029- 005-00014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB control number 1215-0149). (ii) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (A) That the payroll for the payroll period contains the information required to be maintained under paragraph c.(1) above and that such information is correct and complete; ':ii (B) That each laborer and mechanic (including each helper, apprentice and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; (C) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. GP-100-7 GP-l00-8 ,I I I I I I ,I' I I I I I. I I I I I I I, (iii) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the \ "Statement of Compliance" required by paragraph c.(2)(ii) of this section. . (iv) The falsification of any of the above certifications may subject the Contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (~) 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 Adroinistration 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 of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment actioripursuant to 29 CFR 5.12. d. Apprentices and Trainees. . (1) Apprentices.' Apprentices will be permitted to ~ork 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 ora 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 tQe job site in excess of the ratio permitted under the registered program shall he paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shaIrbe 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 'Yage de~ermination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with I- ,I I I I I I I ,I I I' I I I I I I I ,I that determination. In the event the Bureau of Apprenticeship and Training, or a State. Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilized apprentices at less than the applicable predetermined rat€ for the work performed until an acceptable program is approved. (2) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work perforn1ed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program.1f the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination. which provides for less 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 plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (3) Equal Emplovment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. e. Compliance With Copeland Act Requirements. The Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. f. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses contained in paragraphs a. through j. of this contract and such other clauses as the Federal A viation 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. through j. of this 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 of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1,3, and 5 are herein incorporated by reference in this contract. GP-I00-9 GP-100-1O I, I. I ,I I' I >1' "I I I 'I I I :1' I I 'J I I, i. Disputes concernin~ Labor Staridards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees 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 of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue section 3( a) of the Davis-Bacon Actor 29 CFR 5 . 12(a)( 1).. (3) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 D.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, win 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 ~nd guards. a. Overtime Requirements. No Contract()r 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 ih such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek, whichever is greater. -- b. Violation; Liabilitv for Unpaid Wa~es; Liquidated Dama~es. In the event of any violation of the clause set forth in paragraph a. above, the Contractor or any subcontractor 'responsible therefor shall be liabl~ for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States, (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchrr:~m and guards, employed in violation of the clause set forth in paragraph a. above, in the sum of $10 for each calendar day on which such individual was required OI: permitted to work in excess of the standard workweek-of forty hours without payment of the overtime wages required by the clause set forth in paragraph. a. above. c. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration 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 any monies payable on account of work performed by the Contractor or subcontractor under any such contract or ,I, I I I I I I I I I I ., I I ,I I I .1 I any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph b. above. d. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs a. through d. and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs a. through d. e. Working Conditions. No Contractor or subcontractor may require any laborer or mechanic employed in the performance of any contract to work in surroundings or under working conditions, that are unsanitary, hazardous or dangerous to his health or safety as determined under construction safety and health standards (29 CFR Part 1926) issued by the Department of Labor. 3. In addition to the provisions in 1 and 2 above for contracts in excess of $2,000, the following is to be included in all contracts for work on airport development projects involving labor: Veteran's Preference. In the employment of labor (except in executive, administrative and supervisory positions), preference shall be given to veterans of the Vietnam era and disabled veterans. However, this preference shall apply only where the individuals are available and qualified to perform "the work to which the employment relates. 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 $10,000 to be performed in geographical areas designated by the Director, OFCCP. (41 CFR 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; '~r fi 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: GP-100-l1 GP-100-12 I I. 'I I I ,I :1 I I .1 l I I. I ~I I I I ,I I (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 cu1t~re or origin regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples ofthe Far East, Southeast;Asia, the Indian Subcontinent, or the Pacific Islands); and (4) AmeriCan Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 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. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the plan area (including goals and timetables) shall bein accordance with that plan for those trades which have unions participating in the plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown < Plan. Each Contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clauses and to make a good faith effort to achieve each goal under the plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved plan does not excuse any ((overed contractor's or subcontractor's failure to take good faith efforts to achieve the plan goals and timetables. 4. The contractor shall implement the specific affirmative action standards provided in paragraphs 7.a through p. of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contracts performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are publi~hed periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The . , Contractor is expected to make substantially uniform progress in meeting its goals in each craft _ during the period specified. I. I I I I I I, I I I I I I I' I I I I I 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the Contractor has a collective bargaining agreement to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive Order 11246, as amended, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period ~nd the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure EEO. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minorit~ 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 Contrac.tor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the contractor may have taken. d.Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the contractor a minority person or woman sent by the contractor, or when the contractor has other information that the union refemu process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job trammg opportumtIes 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 GP-lOO-13 GP-100-14 I I I I I I :1 I .1 .1 ,I 'I I -I' I I 1 I I 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 all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees -at each location where construction work is performed. g. Review, atleast annually, the company's EEO policy and affirmative action obligations under these specifications. with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite supervisory personnel such as superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the '<::ontractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and d~scussing the Contractor's EEO policy with other contractors and subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to-minority, female, and community organizations; to schools with minority and female students; and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations, such as the .above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce. k;~t Validate all tests and otherselection requirements where there is an obligation . to do so under 41'CFR Part 60-3. . I. Conduct, at least annually, an inventory and evaluation, at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, \Vork assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel I. I I ,I I I I I I I I :1 I I I I I I 'I 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. 8. 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. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide EEO and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the executive order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the executive order if a specific minority group of women is under-utilized). 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 origin. 11. . The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246, as amended. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the OFCCP. Any contractor who fails to GP-100-15 GP-100-16 I I I I I I ii' I I I I I' 1- 'I' I I :1 I I -~ carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfillirig its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7. of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the executive order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15~ Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Orant Program). Contractor Contractual Requirements During the performance of this contra9t, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: 1. Compliance with Regulations. The Contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. 'j - 2. . Nondiscrimination. The Contractor, with regard to the workperformed 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 protIibited by section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 'I. I I I I I I I I I I I I I I I I I I 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 origin. 4. Information and Reports.. The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the 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 of the Contractor's noncompliance with the nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as . it or the FAA may determine to be appropriate, including, but 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, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Contractor may request the Sponsor to enter into such litigation to protect the interests of the Sponsor and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. -~_! EQUAL EMPLOYMENT OPPORTUNITY CLAUSE .' Include in all construction contracts in excess of $10,000. During the performance of this contract, the Contractor agrees as follows: 1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be GP-100-17 GP-100-18 I I I I, I I I I I I I 1 I I' I I :1 I I' limited to, the following: Employmen,t, upgrading, demotion, or transfer; recruitment or recruitment compensation; and selection of transfer; recruitment or recruitment -advertising; layoff or termination; rates of payor other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to-post in conspicuous places, available. to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex or national origin. , 3. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives ofthe Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. The Contractor will comply withall provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 5. The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 6. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally-assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24,1965, orby rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 7. The Contractor will include the portion of the sentence immediately preceding paragraph I. 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 in~erests of the United States. I I I I I I I I I I, I I I I I I I' I I 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 of the 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, D.C. 20506. This report is required if a Contractor or subcontractor meets all of the following conditions: (a) Nonexempt. Contractors/subcontractors are not exempt based on 41 CFR 60- 1.5; and (b) Number of employees. Has 50 or more employees; and (c) Contractor/subcontractor. Is a prime contractor or first tier subcontractor; and (d) Dollar Level. There is a contract, subcontract, or purchase order amounting to $50,000 or more or serves as a depository of government funds in any amount, or is a financial institution which is an issuing and paying agent for U.S. savings bonds and savings notes. Some subcontractors below the first tier who work at the site are required to file if they meet the requirements of 41 CFR 60-1.7. (e) Records. The FAA or Department of Labor OFCCP may require a contractor to keep employment or other records and to furnish, in the form requested within reasonable limits, such information as necessary. PART IV. MISCELLANEOUS CONTRACT PROVISIONS. A. Airport Improvement Program Proiect. The work in this contract is included in Airport Improvement Program Project No. 3-13-0011-XX which is being undertaken and accomplished by the Aueusta Aviation Commission in accordance with the terms and conditions of a grant agreement between the Augusta -Richmond County. Georgia and the United States, GP-100-19 GP-100-20 I I I I I I .1 I I :1 I , I I' I I I I I under the Airport and Airway improvement Act of 1982 and Part 152 of the Federal Aviation Regulations (14 CFR Part 152), pursuant to which the United States has agreed to pay a certain percentage of the costs of the project that ar~ determined to be allowable project costs under that Act. The United States is not a party to this contract and no reference in this contract to the FAA or any representative thereof, or to any rights granted to the FAA or any representative thereof, or the United States, by the contract, makes the United States a party to this contract. B. Consent toAssignment. The Contractor shall obtain the prior written consent of the Owner to any proposed assignment of any interest in or part of this contract. C. Veterans Preference. In the employment oflabor (except in executive, administrative, and supervisory positions), the Contractor shall give preference to veterans of the Vietnam era and - disabled veterans as defined in Section 515(c)( 1) and (2) of the Airport and Airway Improvement Act of 1982. D. FAA Inspection and Review. The Contractor shall allow any authorized representative of the FAA to inspect andreview any work or materials used inthe performance of this contract. Eo Subcontracts. The Contractor shall insert in each of his subcontracts the provisions contained in paragraphs A., c., and D., of this section and also a clause requiring the subcontractors to include these provisions in any lower tier subcQntracts 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 of the Clean Air Act and Section 308 of the 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 EPA List of Violating Facilities. (4) To include in any subcontract which exceeds $100,000, therequirements of (1), (2), and (3) above. PART V - REQUIREMENTS OF 49 CFR Part 26. DISADV ANT AGE BUSINESS I I ,I I I I I I I I: I I ,I I I .1 I I I 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 inwhole 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. . On October 21, DOT published in the Federal Register an amendment to 49 CFR Part 26, Participation by Disadvantage Business Enterprise in Department of Transportation Programs. Only one change will affect the airport grant program. Effective October 21, a Sponsor or Contractor may count toward its DBE goals 60 percent 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. Minimum Disadvantage Business Enterprise goals for this project are: DBE Goals: 12.0% for Base Bid and for any combination of Base and Additive Bid scenario awarded. .-1. 'ii GP-100-21 GENERAL DECISION GAOI0029 Superseded General Decision No. GA000029 State: Georgia Construction Type: HIGHWAY County(ies): COLUMBIA MCDUFFIE RICHMOND GA29 I I I I I I I -I I .1 I 1 I 'I I I I; I -I. - . 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) Publication Date 03/02/2001 Modification Number o COUNTY(ies): COLUMBIA MCDUFFIE SUGA3010A 05/0111990 ASPHALT RAKER CARPENTER CONCRETE FINISHER FLAGGER IRONWORKER, REINFORCING LABORER PILEDRIVER POWER EQUIPMENT OPERATORS: Asphalt distributor Asphalt paver Backhoe Bulldozer Crane Loader Milling machine Motor grade operator Scraper Roller Striping machine operator Traclor (utility) TRUCK DRIVERS: Single rear axle _ Multi rear axle WELDER RICHMOND Rates 6.08 8.72 7.43 ,5.15 . 10.83 5.84 14.99 Fringes 7.07 7.64 8.3~ 8.40 10.00 7.62 12.18 8.56 8.00 6.36 6.26 5.65 5.67 6.58 1 i.23 GP-100-22 ./ Y"- ~ I I I I I I -I I I I I I :1 I I I I I I Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(v)). In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * asurvey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. . With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wagctrpayment data, project description, area practice material, etc.) that the requestor considers relevant 'to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the 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-100-23 GENERAL DECISION GAOI0002 GA2 Superseded General Decision No: GA000002 State: Georgia Construction Type: BUILDING County(ies): RICHMOND BUILDING CONSTRUCTION PROJECTS (does not include residential construction consisting of single family homes and apartments up to and including 4 stories) Modification Number o Publication Date 03/02/2001 COUNTY(ies): RICHMOND SUGAlO02B 03/24/2000 ACOUSTICAL CEILING MECHANIC BLOCK MASON BRICKLAYER CARPENTER (does not include acoustical ceiling installation, automatic door installation, awning installation, batt and blown insulation, bin and shelf installation, concrete form work, decking, drapery installation, drywall finishing, drywall hanging, or partition installation) CARPENTER/CONCRETE FORM WORK ONLY CARPENTERlMET AL FRAME WORK CAULKER CEMENT MASON. DRYWALL FINISHER DRYWALL HANGER ELECTRICIAN (does not include low voltage computer wiring, or instrumentation work) Rates 13.60 16.00 12.21 12.14 12.00 13.01 9.00 11.79 13.07 13.60 15.97 - GP-100-24 Fringes 2.01 I I I I -I I I I I I I -,I I I I I I I I 3.72 I I I I I I 'I I I I I I I I I I I I I GLAZIER IRONWORKER, STRUCTURAL (does not include awning installation or fence erection) LABORER MASON TENDER PAINTER (includes waterproofing; does not include caulking or drywall finishing) PIPELA YER PLUMBER (does not include HV AC piping, or the installation of lawn irrigation systems) POWER EQUIPMENT OPERATORS: Backhoe ROOFER SHEET METAL WORKER (does not include HV AC duct work, HV AC piping, setting the unit, service or startup) SHEET METAL WORKER/HV AC DUCT WORK ONLY SPRINKLER FITTER (FIRE) TILE SETTER TRUCK DRIVER 13.11 2.03 11.51 8.06 9.25 1.64 11.41 7.00 .32 13.20 11.25 10.28 .35 10.25 10.04 13.67 14.34 14.00 1.03 .79 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(v)). In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. W AGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter GP-100-25 GP-100-26 I I I I I I I I I .1 I " I I I I I I I * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U. S. Department of Labor 200 Constitution Avenue,~. W._ Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsfderation 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 should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U. S. Department of Labor 200 Consti'::l]tion Avenue, N. W. Washington,D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION I I I I I I I I I I I I. I I I I I I I SECTION 00800 SUPPLEMENTARY CONDITIONS The following conditions amend or supplement the referenced "Standard Federal Aviation Administration General Provisions". All provisions which are not so amended or supplemented remain in full force and effect. SECTION 10 DEFINITIONS 8C-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 "10-12 CALENDAR DAY"; REPLACE WITH: 1 0-12 CALENDAR DAY. A calendar day of 24 hours measured from midnight to the next midnight constituting a day. 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. ~r DELETE "10-49 SURETY"; REPLACE WITH: 10-49 SURETY. The corporate body whichis 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. 00800-1 00800-2 I I I I I I I I I I I I I I I I I I I 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. SC-2 DELETE "10-16 CONTRACT TIME"; REPLACE WITH: 10-16 CONTRACT TIME. The number of calendar days stated in the Bid, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar 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 AFfER 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 comprIsmg Bidding Requirements, Bid Forms, Contract Forms, General Conditions, Supplementary Conditions, Specifications, Addenda and modifications. 10-56 SUBSTANTIAL COMPLETION. The Work (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 Work (or a specified part) can be utilized for the purposes for which it is intended; or if there be no such certificate issued, when final payment is due in accordance with Section 90. 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 I I I I I .1 I I I I I I I I I I I 'I I SC-s SC-6 SC-7 SC-8 SC-9 DELETE SECJ'ION 20 OF THE STANDARD GENERAL PROVISIONS IN ITS ENTIRETY. REFER TO INSTRUCTIONS TO BIDDERS FOR REQUIREMENTS FOR PREPARING AND SUBMITTING BIDS, AND EV ALUA TION OF BIDS AND BIDDERS. EXAMINATION OF PLANS, SPEClIFICATIONS AND PHYSICAL CONDITIONS: The BIDDER is expected to carefully examine the site of the proposed work, the proposal, plans, specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the BIDDER has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. DELETE SECTION 30 OF,THE STANDARD GENERAL PROVISIONS IN ITS ENTIRETY. 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 as 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 act. 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. - ADD THE FOLLOWING PARAGRAPH TO THE END OF SUBSECTION 40- 02 "ALTERATION OF WORK AND QUANTITIES": . 00800-3 SC-IO SC-ll 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. I I I I I I I I I I I I I I I I I I I ADD THE FOLLOWING PARAGRAPH TO THE END OF SUBSECTION 40- 05 "MAINTENANCE OF TRAFFIC": The Contractor shall indemnify and hold harmless the Owner, the Engineer, their agents, servants, employees, of and from any and all claim, demands, debts, liabilities, or causes of action, of every kind or nature whatsoever, whether in law or in equity, resulting from the acts or omissions of the Contractor, its agents, servants, employees and subcontractors with respect to the requirements of this subsection and in the performance of this Contract. ADD THE FOLLOWING PARAGRAPHS TO THE END OF PARAGRAPH 50-16 "CLAIMS FOR ADJUSTMENT AND DISPUTES": "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 will result in any additional cost or performance time for the Contractor; 3. An identification of the categories of additional costs which may be incurred, an estimate of the dollar magnitude of each, and a statement of the impact this work will have on the construction schedule, including the contract completion dates; .:r 4. An indication of how the additional costs which is believed that may be 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; 00800-4 I I I I I I I I I I I I I I I I I I I. SC-12 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 or is to be performed." ADD THE FOLLOWING SUBSECTIONS TO THE END OF SECTION 50 "CONTROL OF WORK": 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 DELA Y. 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 r:eq~irement 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 of the 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 other exceptional conditions over which the Contractor has no reasonable control, the time of completion, upon receipt of the Contractor's, written request, may be extended by such period as the Engineer may consider reasonable. N':'~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 exten~ion 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. 00800-5 00800-6 I I I I I I I I I I I I I I I I I I I SC-13 DELETE SUBPARAGRAPH 70-19(2) IN ITS ENTIRETY AND INSERT THE FOLLOWING: "(2) BURNlNG IN ANY SHAPE OR FORM WILL NOT BE ALLOWED." SC-14 DELETE PARAGRAPH 70-11 "RESPONSIBILITY FOR DAMAGE CLAIMS" IN ITS ENTIRETY AND INSERT THE FOLLOWING: 70-11 RESPONSIBILITY 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 of them 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 d~ages 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 ~amages, 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. I I I I I I I I I I '1 I I I I I I I I 70-11.2 The insurance required by this paragraph 70-11.1 shall include the specific coverage and be written for no less than the limits of liability 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 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 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) 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 of them 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 lhe 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 ~cts. . 00800-7 70-11.3 COVERAGE: I I I D o I I I I I I I I I I I I I I The limits of liability 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 (e.g. Longshoreman's) (3) Employer's Liability Statutory Statutory $1,000,000 B. Comprehensive Commercial General Liability: (1) Bodily Injury and Property Damage: $5,000,000 Combined Single Limit (Per Occurrence) (2) The Contractor's Commercial General Liability insurance shall provide coverage for the following: (1) Premises - Operations, (2) Independent Contractors, (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 LPA Group Incorporated, its staff and consultants shall be named as additional insm:ed with right of notice in the policy. A Certificate of Insurance naming Augusta A viation 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 00800-8 I i I I I I I I I I I I I I I I I I I I I 70-11.4 70-11.5 70-11.6 70-11.7 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..." . E. Sample Certificates of Insurance are included at the end of Section 00800 Supplementary Conditions. A. In addition to the insurance coverage above, 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 .Ihlbility for acts of Subcontractors and Subordinate Contractors. The Contractor's insurance provider shall provide two (2) copies of the insurance policy to the Engineer for the Engineer to distribute to the Owner. B. A sample of the Owner's Protective Liability Insurance Certificate is included at the end of Section 00800 Supplementary Conditions. 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 tothe 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. 00800-9 (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. (j) Project number and nature of work. (k) Cancellation notice stipulation in Paragraph 70-11.3. I I I I I I I I I I I I I I I I I I I 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. 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 of this 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." SC-15 80-08 FAILURE TO COMPLETE ON TIME: 80-08.1 Liquidated Damages: Liquidated damages for failure to complete the work within the total Contract Time of 60 consecutive calendar days and/or within the stipulated phasing calendar days (whichever is prescribed) fully described in Section 01010 will be that amount stipulated below and the amount will be deducted from money due or to become due the CONTRACTOR or his surety. -j OVerallProiect Completion: For failure to complete the project (Phases 1 through 3) within the overall contract time of 60 calendar days the sum of $750 per calendar day will be deducted from money due or to become due the CONTRACTOR or his surety. Night Work Construction (During Phase 1 Only): For failure to complete work during each night's shift of work so that Runway 17-35 and Runway 8-26 can be opened by 6:00 a.m. each morning, the sum of $100 per minute past 6:00 a.m. shall be deducted from money due or to become due the CONTRACTOR or his surety. The clock in the air traffic control tower shall be the official time for determination of liquidated 00800-10 I I I I I I I I I I I I I I I I I I I damages. Additionally, The CONTRACTOR shall complete all punch list items determined by the OWNER and the ENGINEER within 30 consecutive calendar days from the date of the Final Inspection. Failure to do so will result in liquidated damages of $750 per day beyond the 30-day period. SC-16 80-06 TEMPORARY SUSPENSION OF THE WORK: After the last paragraph, add the following new sentences: If the Contractor requests a suspension of the 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 require to provide for traffic on, to, or from the airport. 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 .i\ Perform such other work as required by the Contract Documents with respect to the Project. SC-17 CONTRACT TIME 1. Time for completion of the work is 60 consecutive calendar days from the Notice-to-Proceed date and within the stipulated phasinglsubphasing requirements as outlined in paragraph 80-08.1 Liquidated Damages of this section (Section 00800) and Section 01010 Scope Of Work. 2. In the event that the construction contract time period occurs between the dates September 20; 2002 through October 7, 2002 inclusive, all 00800-11 00800-12 I I I I I I I I I I I I I I I I I I I construction activities shall be stopped. No contract time will apply against the contract during this time period. SC-18 COPIES OF CONSTRUCTION DOCUMENTS ENGINEER will furnish at no charge to Contractor five (5) complete sets of plans and specifications for Contractor's use during construction. One set shall be maintained as the Project Record Documents. Additional sets of plans and specifications or indi vidual sheets of plans will be furnished to Contractor at the cost of reproduction and postage. SC-19 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. SC-20 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 hislher authorized representatives, using United States Customary Units of Measurement." SC-21 90-06 PARTIAL PAYMENTS ADD THE FOLLOWING P ARAGRAPH AT THE END OF SECTION 90-06 "This Agreement is intended by the Parties to, and does, supercede any and all provisions of the Georgia Prompt Pay Act, O.c.G.A. Prompt Pay Act.~ 13-11-1, et seq. In the event any provision of this 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 retain age under this Contract. SC-22 90-07 PAYMENT FOR MATERIALS ON HAND After Item e of the first paragraph, add the following Item f: f. The value ofthe delivered material 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. END OF SECTION 00800 PRODUCER A 123 Any Street PO Box 1234 Any town, Any State 12345 one No. 123-456-7899 Fax No. 123-456-7899 CERTIFICATE OF LIABILITY INSURANCE ompany, Inc DATE (MM/DDNY) I 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. INSURERS AFFORDING COVERAGE URED INSURER A: I Augusta Aviation Commission 1501 Aviation Way Augusta, Georgia 30906 INSURER B: INSURER C: INSURER 0: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY IEQUIREMENT, 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 A Y HAVE BEEN REDUCED BY PAID CLAIMS LI I TYPE OF INSURANCE POLICY NUMBER DATE (MMlDDIVY) LIMITS EACH OCCURRENCE FIRE DAMAGE (Anyone fire) MED EXP (Anyone person) PERSONAL & ADV INJURY . GENERAL AGGREGATE PRODUCTS - COMPIOP AGG $5,000,000 $ $ $ $ $ ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON.OWNED AUTOS OMBINED SINGLE LIMIT (Ea accident) $ $ WORKERS COMPENSATION AND I EMPLOYERS' LIABIUTY BODILY DAMAGE (Per accident) PROPERTY DAMAGE (Per accident) AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ EACH OCCURRENCE $ AGGREGATE $ $ $ $ OTHER $ $ $ OTliER I OwlMlr's Protect/WI Liability. Umbrella Ca\IVQge DESCRIPTION OF OPERATlONSILOCATlONSNEHICLESlEXCLUSIONS ADDED BY ENDORSEMENTSISPECIAL PROVISIONS $5,000,000.00 I: Augusta Regional Airport, Runway 17-35 lighting Rehabilitation Project, AlP # 3-13-0011-25: The Augusta Aviation Commission, its officials, staff d consultants; Augusta, Georgia and the Augusta-Richmond County Commission, its elected officials, officers and employees; and the LPA Group Incorporated, its staff and consultants shall be named as additional insured with right of notice in the policy RTlF'CATE HOLDER N ADDmONAL INSURED; INSURER LETTER:_ CANCEllATION Augusta Aviation Commission 1501 Aviation Way Augusta, Georgia 30906 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL&Ng&~"gR TO MAIL:1Q. DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER TO THE LEFT,BUT FAllUR& TO DO SO SH~llIMPOE& tIC OBLIGATION OR LIABILITY OF ANY KINg UPON 'J:N& INSUR&R,ITS ^G&tmO OR REPR&E&N:rft.:W'SS. AUTHORIZED REPRESENTATIVE THIS FORM IS FOR EXAMPLE ONLY. I CERTIFICATE OF LIABILITY INSURANCE DUCER A Insurance 123 Any Street PO Box 1234 Any town, Any State 12345 one No. 123-456-7899 Fax No. 123-456-7899 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 CONVERAGE AFFORDED BY THE POLICIES BELOW xyz Construction Company 456 Any Street PO Box 123 Any town, Any State 45667 VERAGES THE POLICIES OF INSURANCE LISTED BELOW HAvE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY fEQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE SURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN AY HAVE BEEN REDUCED BY PAID CLAIMS IN I P XPIRA LTR TYPE OF INSURANCE POLICY NUMBER DATE (MMlDDIYY) E (MMIDDIYY) LIMITS URED INSURER A: I INSURER B: INSURER C: INSURER 0: INSURER E: I GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE DOCCUR I GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PROJ LOC AUTOMOBILE LIABILrTY I X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS x IX HIRED AUTOS NON.QWNED AUTOS ANY AUTO I EXCESS LIABILITY OCCUR DCLAlMS MADE DEDUCTIBLE RETENTION WORKERS COMPENSATION AND I EMPLOYERS' LIABILITY ~ DESCRIPTION OF OPERATIONSIlOCATIONSNEH,qi:.eS/EXCLUSIONS ADDED BY ENDORSEMEHTSISPEClAL PROVISIONS INSURERS AFFORDING COVERAGE EACH OCCURRENCE FIRE DAMAGE (Anyone fire) MED EXP (Anyone person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG OMBINED SINGLE LIMIT r" .. a accident) BODILY DAMAGE (Per accident) PROPERTY DAMAGE (Per accident) AUTO ONLY. EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ EACH OCCURRENCE $ AGGREGATE $ $ $ $ OTHER DATE (MM'DDIYY) . $ $ $ $ $ $ $ $ $ $ $ $ $ I. Augusta Regional Airport, Runway 17-35 Lighting Rehabilitation Project, AlP # 3-13-0011-25: The Augusta Aviation Commission, its officials, staff consultants; Augusta, Georgia and the Augusta-Richmond County Commission, its elected officials, officers and employees; and the LPA Group Incorporated, its staff and consultants shall be named as additional insured with right of notice in the policy RTIFICA TE HOLDER N ADDmONAL INSURED; INSURER LEITER: CANCELLATION I Augusta Aviation Commission 1501 Aviation Way Augusta, Georgia 30906 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILLliNDEIWOR TO MAIL~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER TO THE LEFT,BUT F^,~IJRE TO DO SO SHft.L~ IMPOSIi tlO OBlIGI\TlON OR ~I^BIUTY OF ANJ( KltlD UPON ,:ME INSURER, m; AGENTS OR REPRES&N:r.~Tl'(E&. I AUTHORIZED REPRESENTATIVE I CERTIFICATE OF LIABILITY INSURANCE DATE (MINOPIYYJ I A Insurance Company, Inc 123 Any Street PO Box 1234 Any town, Any State 12345 one No. 123-456-7899 Fax No. 123-456-7899 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 CONVERAGE AFFORDED BY THE POLICIES BELOW PRODUCER INSURERS AFFORDING COVERAGE INSURED INSURER A: I xyz Construction Company 456 Any Street PO Box 123 Any town, Any State 45667 VERAGES INSURER B: INSURER C: INSURER 0: INSURER E: IHE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY EQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE ~AY BE ISSUED TYPE OF INSURANCE POUCY NUMBER P DATE (MMIODIYY) LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS MADE DOCCUR I GEN'L AGGREGATE LIMIT APPLIES PER: POLICY ~ LOC I' AUTOMOBILE UABILITY ANY AUTO X ALL OWNED AUTOS SCHEDULED AUTOS EACH OCCURRENCE FIRE DAMAGE (Anyone fire) MED EXP (Anyone person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COM PlOP AGG $ $ $ $ $ $ OMBINED SINGLE LIMIT ,. a accident) $ I~ HIRED AUTOS NON.QWNEO AUTOS BODILY DAMAGE (Per accident) PROPERTY DAMAGE (Per accident) AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ EACH OCCURRENCE $ AGGREGATE $ $ $ $ $ I GARAGE UAB/LITY ANY AUTO EXCESS UABIUTY OCCUR DCLA'MS MADE DEDUCTIBLE RETENTION $ DESCRIPTION OF OPERATIONSA.OCATIONSNEHIC~ESlEXCLUSIONS ADDED BY ENDORSEMENTSISPECIAL PROVISIONS I: Augusta Regional Airport, Runway 17-35 Lighting Rehabilitation Project, AlP # 3-13-0011-25: 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 LPA Group Incorporated, its staff and consultants shall be named as additional insured with right of notice in the policy N ADDmONAL INSURED: INSURER LETTER: CANCELLATION I Augusta, GA and the Augusta-Richmond Co. Commission 530 Greene Street, Room B06 Augusta, Georgia 30911 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILLEN9E~'OR.TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER TO THE LEFT,BUT FAILURE TO gO SO SH^LL. IMPOSE NO OBL.IGATION OR L.IABIL.ITY OF .~NY KINg UPON THE INSURER, R=S AGEN=J:S OR REPRESENTUIVIiS. I AUTHORIZED REPRESENTATIVE I THIS FORM IS FOR EXAMPLE ONLY. I CERTIFICATE OF LIABILITY INSURANCE A Insurance 123 Any Street PO Box 1234 Any town, Any State 12345 one No. 123-456-7899 Fax No. 123-456-7899 THIS CERTIFICATE IS ISSU-ED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, TliIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER TliE COVERAGE AFFORDED BY TliE POLICIES BELOW. xyz Construction Company 456 Any Street PO Box 123 Any town, Any State 45667 VERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY IEQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE NSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN AY HAVE BEEN REDUCED BY PAID CLAIMS IRA TYPE OF INSURANCE POLICY NUMBER E (MMJDOIYY) LIMITS URED INSURER A: I INSURER B: INSURER C: INSURER D: INSURER E: COMMERCIAL GENERAL LIABiliTY CLAIMS MAOEDOCCUR I GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PROJ LOC AUTOMOBILE UABILITY I X ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS x Ix HIRED AUTOS NON-oWNED AUTOS I EXCESS UABILITY OCCUR DCLAlMS MADE DEDUCTIBLE RETENTION $ WORKERS COMPENSATION AND I EMPLOYERS' LIABIUTY I OlllER DESCRIPTION OF OPERATlONSlLOCATlONSNEHICLESlEXCLUSIONS ADDED BY ENDORSEMENTSISPEClAL PROVISIONS DATE (MM/DDIYY) INSURERS AFFORDING COVERAGE EACH OCCURRENCE FIRE DAMAGE (Anyone fire) MED EXP (Anyone person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS. COMP/OP AGG $ $ $ $ $ $ OMBINED SINGLE LIMIT , a accident) $ BODILY DAMAGE (Per accident) $ PROPERTY DAMAGE (Per accident) AUTO ONLY. EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ EACH OCCURRENCE $ AGGREGATE $ $ $ S OTHER . $ E.L. DISEASE. EA EMPLOYEE $ E,L. DISEASE. POLICY LIMIT $ I. Augusta Regional Airport, Runway 17-35 Lighting Rehabilitation Project, AlP # 3-13-0011-25: The Augusta Aviation Commission, its officials, staff _ consultants; Augusta, Georgia and the Augusta-Richmond County Commission, its elected officials, officers and employees; and the LPA Group Incorporated, its staff and consultants shall be named as additional insured with right of notice in the policy . RTIFICATE HOLDER N AODmONAL INS!lREO; INSURER LETTER: CANCELLATION SHOULD ANY OF TliE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE TliEREOF, TliE ISSUING INSURER WILLENDetl.VOR T-O MAIL 30 DAYS WRITTEN NOTICE TO TliE CERTIFICATE HOLDER TO TliE LEFT,Bu:T FAIlURe TO DO SO SH.~L.L IMPOSE tlO OBL.IGATlON OR LIABILITY .oF ANY KIND UPON nlE INSURER, m; AGENT-S OR REPRESEtn:ATlVE5j. AUTHORIZED REPRESENTATIVE 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 ' MOBILIZA TION 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 tothe project site; for providing the items required by the General Provisions, Section 01510 Temporary Facilities and Supplementary Conditions - and the General Requirements. including butnot 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, pefformance 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. Twenty five percent (25%) of the lump sum amount bid for Item 01000 "Mobilization" shall be payable to'th,e Contractor when the staging area has been established, the access (haul) route(s) has been completed and constructed. The remaining seventy five percent (75%).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% <if the remaining 75% of Mobilization will be paid when 10% oftheBid Schedule items are complete an~ accepted by the Engineer, etc. All such payments will be made less the retain age 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 I I I SECTION 01010 SCOPE OF WORK 1.01 RELA TED DOCUMENTS A. Drawings and general provisions of Contract, including General Provisions and Supplementary Conditions and Division lSpecification sections, apply to work of this section. 1.02 -PROJECT IDENTIFICATION The Project name is :'Runway 17-35 Lighting Rehabilitation Project, Augusta Regional Airport, Augusta, Georgia" as shown on the contract documents prepared by THE LPA GROUP, INCORPORATED. Drawings and specifications are dated May, 2002. 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 of this project manual and including but not necessarily limited to printed material referenced by any of these. It is recognized that work of the Contract is also unavoidably affected or influenced by governing regulations, natural phenomenon including weather conditions and other forces outside the contract documents.. 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 60 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 t~me as stipulated in this section and as set forth in Section 00800 Supplementary Conditions will be enforced. B. Construction Phasing: The Work shall be completeq in three (3) overall phases. The work area and contract time duration for each phase is stipulated as follows: 01010-1 01010-2 I I I I I I I I I I I I I I I I I I I Phase 1 - Work in this phase consists of the rehabilitation of Runway 17-35 edge lighting within the safety areas of Runway 8-26 and Taxiway "E". Work includes new cable, fixtures, and transformers. Work in this phase also includes the painting of reflective pavement markings on Runway 8-26. Additional work in this phase, if awarded, includes the removal of existing V ASI units and the installation of new PAPI units on Runway 8-26. All work in this phase shall be performed between the nighttime hours of 1 :00 a.m. and 6:00 a.m. during which time Runway 17-35 and Runway 8-26 will be closed to air traffic. Lighted runway closure crosses shall be placed on each end of the runway to indicated closure prior to beginning each night's work. The Contractor shall monitor the Unicom frequency at all times during construction. All work shall be closely coordinated with the FAA, the ATCT, and Airport maintenance personnel. This work shall be completed from Day 1 to Day 20 after the Notice- To-Proceed. Phase 2 - Work in this phase consists of the rehabilitation of Runway 17-35 edge and threshold lighting, including new cable, fixtures, and transformers. Additional work in this phase, if awarded, is the installation of PAPI units on Runway 17-35. All work in this phase shall be performed between the daytime hours of 6:00 a.m. and 7:00 p.m. during which time Runway 17-35 will be closed to air traffic. Lighted runway closure crosses shall be placed on each end of the runway to indicate closure prior to beginning each day's work. Air traffic will be shifted to Runway 8-26 except during times of inclement weather. The Contractor shall monitor the Unicom frequency at all times d,uring construction. All work shall be closely coordinated with the FAA, the ATCT, and Airport maintenance personnel. This work shall be completed from Day 1 to Day 60 after the Notice-To-Proceed. Phase 3 - Work in this phase consists of control panel work in the air traffic control tower and the replacement of electrical equipment in the airfield lighting vault. All work in this phase shall be performed during daylight hours. The Contractor shall monitor the Unicom frequency at all times during construction. All work shall be closely coordinated with the FAA, the ATCT, and Airport maintenance personnel. ,l This work shall be completed from Day 51 to Day 60 after the Notice-To-Proceed. 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 September 20, 2002 through October 7, 2002 inclusive, all construction activities shall I I I I I I I I I I I I I I I I I I I - 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 coorqinate construction with the Engineer, Owner, FAA, and the ATCT on a daily basis. 3. Under no condition shall any lighting sys~em be left inoperable at the conclusion of each shift's work. 4. Prior to departure of Contractor's personnel from project site each day, the Contractor shall conduct an inspection of all of the airpdrt lighting systems with the Engineer (existing as well as newly installed lights and cables) to insure proper and full operation of all airfield lighting systems. 5. Should conditions arise beyond the Contractor' s control that require that a lighting system to . be inoperable, he shall notify the Engineer immediately, such that appropriate coordination can be made with the Owner to issue NOT AMS. The Contractor then shall appropriately barricade the affected pavement as required by the Contract Documents. . 6. During the life of the Contract, the Contractor shall designate an authorized indi vidual 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. 7. 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. . 8. 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. 9. No overnight stockpiling of material will be allowed in the active Airport Operation Area (AOA) outside the designated staging area. 10. 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. Upon approval of the bid and securing the necessary funding by Owner and FAA, the Engineer will issue a Notice-Of-A ward. The Contractor shall then immediately order all the airfield lighting materials including, but not limited to, lights, signs, transformers, cable, conduits, etc. He shall furnish documentation confirming order date and material delivery date. 01010-3 01 0 10-4 I I I I I I I I I I I I I I I I I I I 1.06 CONTRACTOR USE OF PREMISES A. Use of the Site: Confine operations at the site to the areas permitted under the Contract. Portions of the 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 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. . 1.07 WORK RESTRICTIONS A. Temporary Suspension of Work: During times of inclement weather, it may become necessary for the Owner to temporarily suspend work to allow air traffic operations on Runway 17- 35. The direction to suspend work will also suspend Contract Time. The decision to suspend the work will be made by the Owner and the FAA and will be relayed to the Contractor through the Resident Project Representative with as much advance warning as possible of impending inclement weather. The suspension of work will be in effect until Runway 17-35 is no longer needed for operations or the Owner or FAA indicates otherwise. At such time, the suspension of work will be lifted and Contract Time will resume. If the work was delayed because of conditions beyond the control and without the fault of the Contractor, the time for completion may be extended in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. B. 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 clu.;est to the active runway and taxiways. C. Turf Restoration: All 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. There will be no separate pay item for this work; it shall be considered incidental to and included in the price bid for Item 01000, Mobilization. D. Construction Stakeout: The Contractor in accordance with Section 50-06 of the General I I I I I I I I I I I I I I I I I I I Provisions shall perform Construction stakeout. E. Haul Route: The Contractor's haul route and all existing roads that will be used as part of the haul road will be restored to their original condition after completion of the project to the satisfaction of the Engineer. The Contractor will be responsible for all clean up operations of debris that may be on the haul road. There shall be no measurement or payment made for any necessary restoration work. F. Safety Devices: The Contractor shall maintain all safety devices such as staked limit lines, fencing, redestrian barricades and traffic barricades for the duration of each phase and the project as required. All damaged or nonfunctional safety devices shall be replaced immediately. G. Vehicles: All vehicles used on the project site shall meet Airport requirements for marking and lighting. H. Radio Communications: The Contractor shall monitor the Unicorn Radio communication at the August Regional Airport at all times during construction. The Contractor shall have a working radio on site at all times during construction and shall assign responsible personnel to continuously monitor the radio. 1.08 COORDINA TION A. General: The work of this Contract include,s coordination of the entire work of the 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. . . '- B. Federal Aviation Administration and Airport Maintenance Personnel: It is critical to the - success of this project that close coordination with the Air Traffic Control Tower and Airport Maintenance personnel be performed on a DAIL Y ~asis. Due to the impact that this project has on airfield operations, certain navigational aids will need to be turned off and on at the beginning and end of each day's work. This work can only be performed by authorized FAA personnel. It is the responsibility of the Contractor to coordinate t~is work effort through the appropriate C. Concurrent Work: The work to b~ performed may overlap other work being conducted and performed on bebalf of the Owner. The Contractor shall coordinate and schedule his work and project -access wit]) the knowledge that other contractors will be working simultaneously in the sam<? area and vicinity. The Contractor shall fully cooperate with the Engineer, Owner, and other contractors in the completion of the work. The Contractor will not be allowed to submit a claim for additional time or additional compen~ation to coordinate his/her work with other contractors simultaneously working in the same area and vicinity of this project. END OF SECTION 01010 01010-5 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 SECTION 01030 AIRPORT PROJECT PROCEDURES (Construction Safety Plan) GENERAL INTRODUCTION: A. This project will include Contractor operations within active Air Operations Areas (AOA). The Airport will conduct normal aircraft operations during the course of this 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. Radio Communication: The Contractor shall maintain radio communication with the Unicom Frequency at the Augusta Regional Airport at all times during construction, and shall immediately vacate the runway and taxiway safety areas during any aircraft operation (Le. Landings, take-offs and taxiing). Contractor shall have a working radio on site at all times during construction and shall assign responsible personnel to continuously monitor the radio. 01030-1 01030-2 I I I I I I I I I I I I I I I I I I I 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. 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 150/521O-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. :'1 .-, 6. Safety and Accident Protection: a. The Contractor shall comply with all applicable federal, state, and local laws, ordinances, and regulalions 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 I I I I I I I I I I I I I I I I I I I B. 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. 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 150/5370-2C and all its references shall be used in maintaining airport operational safety during construction. A copy of this circular is reproduced and attached herein. Runway and Taxiway Safety Zones: 1. Limitations: When necessary to accomplish construction in areas adjacent to runways, 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 300 feet. , Distance from active taxiway centerline - within 100.0 feet. Runway approach areas - within 20: 1 slope . approach surface as shown on drawings. , :r n 2. Request for Facilitv 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. 01030-3 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: I I I I I I I- I I I I I I I I I I I I a. The equipment operator and/or crew foreman monitors the Airport's Unicom frequency continuously, using a two-way radio transceiver. b. All equipment shall be cleared from the Runway or Taxiway Saf~ty Zones during aircraft operations (i.e. 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 excavate,d trenches and holes shall be backfilled, tamped and leveled to match existing grades before workmen leave the site at the end of each workday. 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. 01030-4 I I I I I I I ,I I I, I I I I 11 I I i I 1.04 1.05 1.06. 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 inspector, both of which shall constantly monitor the Unicom radio frequency at all times during construction activities. SAFETY PLANNING: the Contractor s~all integrate and maintain requirements of airport operational safety into each of his planning and work sched~les. The Contractor's Safety Officer shall continuously monitoJ; all planning schedules and work underway for compliance to AC 150/5370-2C; he shall maintain vigilance to detect areasn~ding attention due to oversight or altered construction. activities. Airport operational safety during constmction will be on th~ agenda at the preconstruction conference and each coordination and progress meeting. . - SECURITY REOUIREMENTS: The Contractor has _ the responsibility for maintaining control of the access. gates or any other entrance to the AOA. The Contractor may utilize a g'ate guard or install an automatic operated gate controller with Jimited access with nume~c key pad. The Contractor maybe required to erect tempofary fencing to protect the AOA during construction. The Contractor's method of maintaining security shall be set forth in his Security Plan and shall comply with I the airport's rules and regulations concerning work in the airport restricted areas. There will be no separate measurement or payment for gate guards or temporary fencing required to maintain the integrity of the AOA. RUNWAY AND TAXIWAY CLOSURES: A. When a runway is required to he closed during any phase of the work and aircraft must access another runway during this period, at least one taxiway serving the air carrier apron and one taxiway serving the general aviation ap~onmustremain open fOf this purpose at all timys: The Contractor shall schedule his work to provide ~r continuous access as described above. Barricades-and/or closed taxiway markers I I shall be placed as directed by the Engineer. . B. The Contractor shall coordinate- and schedule runway and taxiway closures and temporary relocation of any runway threshold with Owner through Engineer before closure is required so that Owner can issue appropriate NOTAMs. C. Runway and taxiway closures shall be scheduled in advance. Contractor shall identify taxiway closures with barricades and by covering taxiway lights within the 01030-5 PART 2 2.01 PART 3 3.01 3.02 PART 4 closure limits. Remove barricades and covers .when no longer needed or as directed by Engineer. I I I I I I I I I :1 I I I I - I I -I i I PRODUCTS CLOSED RUNWAY MARKERS: Closed Runway Markers, when required, shall be constructed as specified in Section 01530. EXECUTION LIMITATION OF CLOSURES: Airfield pavement closures will be made only by the Owner. The Contractor shall request the closure through the Engineer from the Owner. CLOSED RUNWAY MARKERS INSTALLATION: Install closed runway markers at locations shown on the drawings and where directed by Engineer. Anchor closed runway markers as specified in Section 01530. Maintain closed runway markers until removal is directed by Engineer. Upon removal of closed runway markers, repair any damage to pavement or surrounding area caused by closed runway markers. . . MEASUREMENT AND PAYMENT A. Except as otherwise specified above or in Section 01530, no measurement or payment willt>e made for safety requirements specified herein; costs of these requirements and limitations will be considered as incidental to Mobilization, Section 01 000. END OF SECTION 01030 01030-6 I. I I i I J I \1 'I I:, I I I Ii I I I, I' I '--' o U.S. Department of Transportation Federal Aviation Administration --. Subject: OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION Advisory Circular Date: 5/31/84 Initiated by: AAS-300 AC No: 150/5370-2C Change: 1. PURPOSE. This advisory circular (AC) sets forth guidelines concerning the operational safety on airports during construction, to assist airport operators in complying with Part 139, Certification and . Operation: Land Airports Serving Certain Air Carriers, of the Federal Aviation Regulations (FAR), and with the requirements of Federally funded construction projects. Construction activity is defined as the presence and movement of personnel, equipment, and materials in any location which could infringe upon the movement of aircraft. For noncertificated airports and- airports with no grant agreements, application of these provisions will help, maintain the desired level of operational safety during periods of construction. 2. CANCELLATION. AC 150/5370-2B, Operational Safety on Airports With Emphasis on Safety . During Construction, dated October 9, 1981, is canceled. . 3. RELATED READING MATERIAL. All references cited herein are available for inspection in any Federal Aviation Administration (FAA) regional office. a. The Federal Aviation Regulations are sold by the Superintendent of Documents (AC 00-44, Status of Federal Aviation Regulations, current edition, contains a price list and ordering instructions). b. AC 150/5370-10, Standards for Specifying Construction of Airports, is also sold by the Superintendent of Documents (AC 00-2, Advisory Circular Checklist, current edition, contains ordering instructions). 4. BACKGROUND. Various ACs which detail all major elements of safe, efficient airport design and construction are available. However; operational safety on airports may be degraded by construction hazards or marginal conditions that develop after an airport has been opened or approved for operation. This AC addresses that problem.. NOTE: Airports which have received Federal assistance (grants, real or personal property) and airports certific~ted under FAR Part 139 have mandatory requirements related to this subject. 1 AC 150/5370-2C 5/31/84 I I I 11 I I. I I 'I il_ ...-- I I I, I I I 11- \1 I 5. GENERAL. a. The airport operator is responsible for full compliance with the requirements of FAR Part 139 for certificated airports and with the provisions of Federal grant agreements when applicable. Adherence to the following provisions will materially assist the airport operator in providing the level of safety required. Local FAA Airports offices have technical expertise to assist airport operators in all safety matters on airports. (See AC 150/5000-3, Address List for Regional Airports Divisions and Airports District/Field Offices, current edition.) b. Each bidding document (construction plans and/or specifications) for airport development work or air navigation facility (NA V AID) installation involving aircraft operational areas should incorporate a section on safety on airports during the construction activity. The section, as a minimum, should contain the appropriate provisions outlined in Appendix 1 to this AC. c. The airport operator should pay particular attention to the pullback distances and clearances for any maintenance activities and emergencies that occur on airports. These include activities which involve maintenance equipment - such as mowing machines, snowplows, lighting equipment - as well as emergency standbys for firefighting and rescue equipment. d. wpere feasible and where operational safety is not affected, the airport operator may choose to keep open operational areas adjacent to construction activity during construction rather than close them to aircraft activity. e. At airports that are undergoing a multiyear major redevelopment, a comprehensive construction safety plan should be developed. This safety plan may contain deviations from the criteria outlined in Appendix I of this AC so long as they are based upon a commitment by the airport operator and the users to provide the maximum clearances possible between construction activities and aircraft within the limits imposed by local conditions. 6. COORDINATION OF AIRPORT CONSTRUCTION ACTIVITIES. Construction activities on an airport, in proximity to, or affecting aircraft operational areas or navigable airspace, should be coordinated with the FAA and airport users prior to initiating such activities. In addition, basic responsibilities and procedures should be developed and disseminated to instruct construction personnel in airport procedures and for monitoring construction activities for conformance with safety requirements. These and other safety considerations should be addressed in the earliest stages of project formulation and incorporated in the contract specifications. Construction areas located within safety areas requiring special attention by the contractor should be clearly delineated on the project plans. The airpo::,7 operator should closely monitor construction activity throughout its duration to ensure continual compliance with safety requirements. a. Formal Notification. A formal notification to the FAA is required by regulation for certain airport projects. For instance, FAR Part 157, Notice of Construction, Alteration, Activation, and Deactivation of Airports, requires that FAA be notified in writing whenever a non-Federally funded project involves the 2 'I ,I I :, I Ii I 'I! I 'I I I , I 'I \1 I I' ,I "I 5/31/84 AC 15-/5370-2C construction of a new airport; the construction, realigning, altering, activating, or abandoning of a runway, landing strip, or associated taxiway; and the deactivating or abandoning of an entire airport. Formal notification is made by submitting FAA Form 7480-1, Notice of Landing Area Proposal, to the nearest FAA district office or FAA regional office. (See AC 70-2, Airspace Utilization Considerations in the Proposed Construction, Alteration, Activation and Deactivation of Airports, current edition.) Also, any person proposing any kind of construction or alteration of objects that affect navigable airspace, as defined in FAR Part 77, Objects Affecting Navigable Airspac-e, is required to notify the FAA. FAA Form 7460-1, Notice of Proposed Construction or Alteration, should be used for this purpose. (See AC 70/7460-:2, Proposed Construction or Alteration of Objects That May Affect the Navigable Airspace, current edition.) b. Work Scheduling and Accomplishment. Predesign, preconstruction, and prebid conferences provide excellent opportunities to introduce the subject of airport operational safety during construction. All parties, involved, including the sponsor's engineer and contractors, should integrate operational safety requirements into their .planning and work schedules as early as practical. Also, responsibilities should be clearly established for continuous monitoring and compliance with the requirements assigned and for vigilance to detect areas needing attention due to oversight or altered construction activity. When construction is being planned on FAR Part 139 certificated airports, the responsible airport safety (certification) inspector should be directly involved at all stages, from predesign through final inspection. c. Safety Considerations. The following is a partial list of safety considerations which experience indicates will need attention during airport construction. (1) Minimum disruption of standard operating procedures for aeronal:}tical activity. (2) Clear routes from firefighting and rescue stations to active airport operations areas and safety areas. (3) Chain of notification and authority to change safety oriented aspects of the construction plan. (4) Initiation, currency, and cancellation of Notice to Airmen (NOTAMs). (5) Suspension or restriction of aircraft activity on airport operations areas. (6) Threshold displacement and appropriate temporary lighting and marking. ~ . (7) Instalhition and maintenance of temporary lighting and marking for closed or diverted aircraft routes on airport operations areas. (8) Revised vehicular control procedures or additional equipment and manpower. (9) Marking/lighting of construction equipment. 3 AC 150/5370-2C 5/31/84 I I I I I I, (10) Storage of construction equipment and materials when not in use. (11) Designation of responsible representatives of all involved parties and their availability. (12) Location of construction personnel parking and transportation to and from the work site. (13) Marking/lighting of construction areas. (14) Location of construction offices. (15) Location of contractor's plants. (16) Designation of waste areas and disposal. (17) Debris cleanup responsibilities and schedule. (18) Identification of construction personnel and equipment. (19) Location of haul roads. (20) Security control on temporary gates and relocated fencing. (21) Noise pollution. (22) Blasting regulation and control. (23) Dust control. (24) Location of utilities. (25) Provision for temporary utilities and/or immediate repairs in the event of disruption. (26) Location of power and control lines for electronic/visual navigational aids. (27) Additional security measures required if FAR Part 107, Airport Security, is involved. (28) Marking and lighting of closed airfield pavement areas. (29) Coordination of construction activities during the winter with airport snow removal plan. (30) Phasing of work. (31) Shutdown and/or protection of airport electronic/visual navigational aids. I \1 I I' 'I I I, I' I I II i I, 4 I ,I I' ,I ,1\ Ii 'I ,I. 'I f I !I ,I 'I II I: 1\ I I 5/31/84 AC 15-/5370-2C (32) Smoke, steam, and vapor con'trols. (33) Notify crash/fire/rescue peisonJlel when working on water lines. (34) Provide traffic directors/wing walkers, etc., as needed to assure clearance in construction areas. d. Guidelines for Proximity of Construction Activity to Airport Operations Areas. The guidelines contained in Appendix 1 are for use in the preparation of plans and specifications when construction activities are to be conducted in locations which may interfere with aircraft operations. They should be adapted to the needs of a particular project and should not be incorporated verbatim into project specifications. . . 7. EXAMPLES OF HAZARDOUS AND MARGINAL CONDITIONS. Analyses of past accidents and incidents have identified many contribut~)fY hazards and conditions. A representative list follows: a. Excavation adjacent to runways, taxiways, and aprons. b. Mounds or stockpiles of earth, constructioI) material, temporary structures, and other obstacles in proximity to airport operations areas and 'approach zones. c. Runway surfacing projects resulting in excessive lips greater than 1 inch (2.54 cm) for runways and 3 inches (7.62cm) for edges between old and new surfaces at runway edges and ends. d. Heavy equipment, stationary or mobile, operating or idle near airport operations areas or in safety areas. e. Proximity of equipment or material which may degrade radiated signals or impair monitoring of navigational aids_. f. Tall but refatively low vis~bility units such as cranes, drills, and the like in critical areas such as safety areas and approach zones. g. Improper or~alfu!lctioning lights or unlighted airport hazards. h. Holes,'obstac1es, loose pavement, trash,~nd other debris on or near airport operations areas. i. Failure to maintain fencing during construction to deter human and animal intrusions into the airport operation areas. . j. Open trenches alongside pavement. k. Improper marking or lighting of runways, taxiways, and displaced thresholds. I. Attractions for birds such as trash, grass seeding, or ponded water on or near airports. 5 AC 150/5370-2C 5/31/84 I I I I il I 1\ I I I I I II 'I. , . I' I I I I. m. Inadequate or improper methods of marking temporarily closed airport operations areas including improper and unsecured barricades. n. Obliterated markings on active operational areas. NOTE: Safety area encroachments, improper ground vehicle operations, and unmarked or uncovered holes and trenches in the vicinity of aircraft operating surfaces are the three most recurring threats to safety during construction. 8. ASSURING OPERATIONAL SAFETY. The airport operator is responsible for establishing and using procedures for the immediate notification of airport users and the' FAA of any conditions adversely affecting operational safety at the airport. If construction operations require shutdown of a navigational aid from service for more than 24 hours or in excess of 4 hours daily on consecutive days, a 45-day minimum notice is desirable prior to the facility shutdown. Notification of construction, rough pavement, weather-caused effects, bird hazards, and other conditions affecting the use of the airport is usually made by NOT AM issued by Flight Service Stations. FAA Air Traffic facilities and Airports district/field offices will assist in the notification process. Airmen or other persons engaged in aviation activities are encouraged to report safety related airport conditions to airport management, the FAA or through the use of the National Aeronautics and Space Administration's Aviation Safety Reporting System. 9. VEHICLES ON AIRPORTS. Vehicular activity on airport movement areas should be kept to a minimum. Where vehicular traffic on airport operation areas cannot be avoided, it should be carefully controlled. A basic guiding principle is that the aircraft always has the right-of-way. Some aspects of vehicle control and identification are discussed below. It should be recognized, however, that every airport presents different vehicle requirements and problems and therefore needs individualized solutions so that vehicle traffic does not endanger aircraft operatiQns. a. Visibility. Vehicles which routinely operate on airport operations areas should be marked/flagged for high daytime visibility and, if appropriate, lighted for nighttime operations. Vehicles which are not marked and lighted should be escorted by one that is equipped with temporary marking and lighting devices. (See AC 150/5210-5, Painting, Marking, and Lighting of Vehicles Used on an Airport, current edition.) b. Identification. It is usually desirable to be able to identify visually specific ve~icles from a distance. It is recommended that radio equipped vehicles which routinely operate on airport operations areas be permanently marked with identifying characters on the sides and roof. (See AC 150/5210-5.) Vehicles nf'::~ding intermittent identification could be marked with tape or with magnetically attached markers which are commercially available. Whenever possible, vehicles should be purchased with the recommended markings and lighting. c. Noticeability. Construction vehicles/equipment should have automatic signalling devices to sound an alarm when moving in reverse. 6 I I I I rl, ,I 'I ,I I I I " I :1 j. I I ,I I 5/31/84 AC 15-/5370-2C d. Movement. The control of vehicular activity on airport operations areas is of the highest importance. Airport management is responsible for developing procedures, procuring equipment, and providing training regarding vehicle operations to ensure aircraft safety during construction. This Jrequires coordination with airport users and air traffic control. Consideration should be given to the use of two-way radio, signal lights, traffic signs, flagman, escorts, or other means suitable for the particular airport. The selection of a frequency for two-way radio communications between construction contractor vehicles and the air traffic control (A TC) tower must be coordinated with the ATC tower chief. At nontower airports, two-way radio control between contractor vehicles and fixed-base operators or other airport users should avoid frequencies used by aircraft. It should be remembered that even with the most sophisticated procedures and equipment, systematic training of vehicle operators is necessary to achieve safety. Special consideration should be given to training intermittent operators, such as construction workers, even if escort service is being provided. 10. INSPECTION. Frequent inspections should be made by the airport operator or a representative during critical phases of the work to ensure that the contractor is following the prescribed safety procedures and that there is an effective litter control program. 11. FAA SAFETY RESPONSIBILITIES. FAA Airports engineers and certification inspectors have specific responsibilities regarding operational safety on certificated airports before and during periods of construction activity. Their particular area of concern will be directed towards construction within safety areas, and they will be involved in the following functions: a. Review of plans to determine limits of work and possible safety problem areas. b. Give special attention to the development of the safety plan which is a part of the plans and specifications. c. Advise FAA elements such as regional Flight Standards, Air Traffic, and Airway Facilities of the construction activities and the safety plan. d. Ensure that users of the facilities have ample warning of the proposed construction so that they may make advanced plans to change their operations. e. FAA Airports engineers and certification; inspectors should participate in the predesign and preconstruction conferences if the project inJol~es a complex safety plan. Also, they should participate in construction inspections and in the inspection of the finished work to determine that there are no safety violations to FAR Part 139. Isl Leonard E. Mudd Director, Office of Airport Standards 7 (and 8) \ I ,I I j 1'\, I . J 'I 'I. ,I I I I i I ,I. '. I' , ' j I , 5/31/84 AC 15-/5370-2C Appendix 1 APPENDIX 1. SPECIAL SAFETY REQUIREMENTS DURING CONSTRUCTION 1. RUNWAY ENDS. Construction equipment normally should not penetrate the 20: 1 approach surface. 2. RUNWAY EDGES. Construction activities normally should not be permitted within 200 feet of the runway centerline. However, construction may be permitted within 200 feet of the runway centerline on a case-by-case basis with approval of the airport operator, the FAA and the users. 3. TAXIWAYS AND APRONS. Normally, construction activity setback lines should be located at a distance of 25 feet plus one-half the wingspan of the largest predominant aircraft from the centerline of an active taxiway or apron. However, construction activity may be permitted up to the taxiway and aprons in use provided that the activity is first coordinated with the airport operator, the FAA and the users; NOTAMs are issued; marking and lighting provisions are implemented; and it is determined the height of equipment and materials is safely below any part of the aircraft using the airport operations areas which might overhang those areas. An occasional passage of an aircraft with wingspan greater than 165 feet should be dealt with on a case-by-case basis. 4. EXCAVATION AND TRENCHES.. a. Runways. Excavations and open trenches may be permitted up to 200 feet from the centerline of an active runway, provided they are adequately signed, lighted and marked. In addition, excavation and open trenches may be permitted within 200 feet of the runway centerline on a case-by-case basis, that is, cable trenches, pavement tie-ins, etc., with the approval of the airport operator, the FAA and the users. b. Taxiways and Aprons. Excavation and open trenches may be permitted up to the edge of structural taxiway and apron pavements provided the dropoff is adequately signed, lighted and marked. 5. STOCKPILED MATERIAL. Extensive stockpiled materials should not be permitted within the construction activity areas defined' in the preceding four sections. 6. MAXIMUM EQUIPMENT HEIGHT. , Notice of pro~sed construction shalJ be submitted to the appropriate Airports district office for review prior to t&~ placement of construction equipment on airports. The guiding criteria involving FAR Part 139 certificated airports and grant agreement airports is that all construction plans and specifications require direct coordination with the appropriate Airports district, field, or regional office. In addition, airports should file FAA Form 7460-1 when equipmentl is expected to penetrate any of the surfaces defined above in paragraphs 1,2, and 3. Airport operators are reminded that FAR Part 157 requires prior notice to construct, realign, alter, or activate any runwayllanding area or associated taxiway for any project which is non-Federally funded.. 7. PROXIMITY OF CONSTRUCTION ACTIVITY TO NAVIGATIONAL AIDS. Construction activity in the vicinity of navigational aids requires special consideration. The effect of the activity and its permissible distance and direction from the aid must be evaluated in each instance. A coordinated evaluation by the airport operator and the AC 150/5370-2C Appendix 1 5/31/84 I I 'I I' I I, I' I I I, a -I I I: \1 I 'I i FAA is necessary. Technical involvement by FAA regional Airports, Air Traffic, Flight Standards, and Airway Facilities Specialists is needed as well as construction engineering and management input. Particular attention needs to be given to stockpiling materials as well as to the movement and parking of equipment which may interfere with line-of-sight from the tower or interfere with electronic emissions. (see AC 150/5300-2D, Airport Design Standards - Site Requirements for Terminal Navigational Facilities, current edition, for critical areas of NA V AIDS.) 8. CONSTRUCTION VEHICLE TRAFFIC. With respect to vehicular traffic, aircraft safety during construction is likely to be endangered by four principle causes: increased traffic volume, nonstandard traffic patterns, vehicles without radio communication and marking, and operators untrained in the airport's procedures. Because each construction situation differs, airport management must develop and coordinate a construction vehicle traffic plan with airport users, air traffic control and the appropriate construction engineers and contractors. This plan, when signed by all participants bec.omes a part of the contract. The airport operator is responsible for coordinating and enforcing the plan. 9. LIMITATION ON CONSTRUCTION. a. Open flame welding or torch cutting operations should be prohibited unless adequate fire and safety precautions are provided and have been approved by the airport operator. All vehicles are to be parked and serviced behind the construction restriction line and/or in an area designated by the airport operator. b. Open trenches, excavations, and stockpiled material at the construction sit~ should be prominently marked with orange flags and lighted with flashing yellow light units (acceptable to the airport operator and the FAA) during hours of restricted visibility and/or darkness. Under no circumstances are flare pots to be near aircraft turning areas. c. Stockpiled material should be constrained in a manner to prevent movement result of aircraft blast or wind. Material should not be stored near aircraft turning areas or movement areas. 10. MARKING AND LIGHTING OF CLOSED OR HAZARDOUS AREAS ON AIRPORTS. The construction specifications should include a provision requiring the contractor to have a man on call 24 hours per day for emergency maintenance of airport hazard lighting and barricades. a. Permanently Closed Runways and Taxiways. For runways and taxiways which have been permanently closed, the lighting circuits should be disconnected. With runways, the threshold markings, runway designation marking, and touchdown zone markings should be obliterated, and crosses should be placed at each end at 1,000 foot (300 m) intervals. With taxiways, a cross is placed at each entrance of the closed taxiway. b. Temporarily Closed Runways and Taxiways. Temporarily closed runways are treated in the same manner as in paragraph lOa except runway markings are not obliterated. Rather, crosses are usually of the temporary type (constructed of 2 I I I .1 -I j ,I, I ,I \1 I I I ,I I I, I, 'I I I 5/31/84 AC 15-/5370-2C Appendix 1 material such as fabric or plywood), and they are required only at runway ends. The crosses should be located on top of the runway numerals. For temporary marking, the dimensions of the crosses maybe reduced to permit use of standard sheets of 4 by 8 foot (1.22 by 2.44 m) plywood. Temporarily closed taxiways are usually treated as an unusable area as explained in paragraph 10d. c. Closed Airports. When all runways are closed temporarily, the runways are marked as in paragraph lOb, and the airPort beacon is turned off. When all runways are closed permanently, the runways are marked as in paragraph lOa, the airport beacon is disconnected, and a cross is placed in the segmented circle or at central location if no segmented circle exists. d. Hazardous Areas. Hazardous areas, in which no part of an aircraft may enter, are indicated by use of barricades with alternate orange and white markings. The barricades are supplemented with orange flags at least 20 by 20 inches (50 by 50 cm) square and made and installed so that they are always in the extended position and properly oriented. For nighttime use, the barricades are supplemented with flashing yellow lights. The intensity of the lights and spacing for barricades, flags, and lights must be such to delineate ad,equately the hazardous area. e. Notices to Airmen (NOTAMs). The airport operator should provide information on closed or hazardous conditons to the local air traffic control facility (control tower, approach control, center, flight service station) so that a NOT AM can be issued. f. Stabilized Areas. Holding bays, aprons, and taxiways are sometimes provided with shoulder stabilization to prevent blast and water'erosion. This stabilization may have the appearance of a full strength pavement but is not intended for aircraft use. Usually the taxiway edge marking will define this area, but conditions may exist such as' stabilized islands or taxiway curves where confusion may exist as to which side of the edge stripe is the full strength pavement. Where such a condition exists, the stabilized area should be marked with 3 foot (1 m) stripes perpendicular to the edge stripes. On straight sections, the marks should be placed.at a maximum of 100 foot (30 m) spacing. On curves, the marks should be placed a maximum of 50 feet (15 m) apart between the curve tangents. The stripes should be extended to 5 feet ( 1.5 m) from the edge of stabilized area or to 25 feet (7.5 m) in length, whichever is less. g. Runway Shoulder Marking. Usually the runway side stripes- will indicate the edges of the full .. strength pavement. However, conditions may exist, such as exceptionally wide runways, where there isa need to indicate the area not intended for-use by aircraft. In such cases, chevrons should be used. 11. TEMPORARY RUNWAY THRESHOLD DISPLACEMENTS. Identifica~ion of temporary runway threshold displacements ,should be located outboard of the runway surface. These could include outboard lights, Runway End Identification Lights (REILS), ~nd markings. The extent of the marking and lighting should be directly related to the duration of the displacement as well as the type and level of aircraft activity. 3 (and 4) I ,I I ,I I ,I I I I " I I ,I I I t 'I n u SECTION 01035 WEA THER DELAYS PART 1 - GENERAL 1.01 EXTENSIONS OF CONTRACT TIME: A. If the 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 for the 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 s'uspended 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 7 Apr 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 theoccurience of one or more of the following conditions which prevents exterior construction activity or access to the site within twenty-four (24) hours:: ,.I. 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 aily is specified; 4. sustained wind in excess of twenty-five (25) m.p.h.; 01035-1 B. 5. standing snow in excess of one inch (1.00"); I 'I .1 I I I; I I I I, Ii I ,I I ,I II I I I 6. any day that the Owner has requested no work to be performed. 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: I. 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 (Y2) 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 (Y2) a Weather Delay Day will be allowed. 5. If the Contractor's activity is limited 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 if the 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. D. The Engineer will compile monthly weather data from the Local National Weather Station or from on site observations. 01035-2 I I I' ,I' :Ii I 'I I I .1 .1 I I I I I I' .. I I The determination of Contract9r's entitlement for any Weather Delay days, as defined hereinabove, will be based on the entire construction duration of the 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: 1. 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 (l0) weather delay days, giving a total offorty six (46) rain and weather delay days. This would amount to five (5) days in excess of the 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 Ap"ril 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 DA YS IN DAYS DELA Y 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 I 13 18 +5 Phase 1 Contract Time 60 Phase I 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 1'- J t ,I, I I I I - f- I, I ,I I' ,I ,I 'I R I PART 1 l..Ql l..Q2 PART? PART 1 3.D.l SECTION 01040 PROJECT COORDINATION GENFRAI. REI .ATED DOCIJMRNTS' All contract documents and drawings apply to work of thi,s section. DESCRIPTION OF WORK' I f Minimum administrative aJ:ld supervisory requirements necessary for coordination of work on the project include- but are qot 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 installa~ionprovisions. 6. Cleaning and protection. 7. Conservation and salvage. PRODTJCTS (Not applicable.) EXECT JTTON COORDIN A nON AND MEETINGS' A. (T~n~r~l' 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. Pr~con~tmction Conf~r~nce' 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. Coorciin::ltion Meetine~' 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. Thesf1 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 ~veryone in' attendance and to others affected by decision or actions resulting from each meeting. :1 I .1 I Ii I. I 'I I I I I' I I I I I' I I 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. Proere~~ Meetine~' 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. Attenciee~' 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. Aeenci::l' Review and correct or approve minutes of the previous progress meeting. Review Qther 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. -J 1. Contmctor'~ Con~tmction Scheonle' 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 ~xpedited; 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 J 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. Reportine' 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. Schecillle TTpciatine' 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..Q2 STTRVFYS ANn RRc.ORnSIRFPORTS' A. c.on~tmction St:lkine' 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. . .\ :-r '(f 01040-3 B. Survey Pro~erlnre~' 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 reference. Record deviations from required lines a!ld 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 c. Qmllity 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. Recorrl~' _ 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 \ of the Owner prior to final acceptance of the work. 01040-4 D U I I I I. I I I I 'I, I B I I I I I I E. QA Snrvey Servic.es' Contractor shall furnish surveying services required to establish horiz~ntal and vertical location of soil density tests by Owner's quality assurante testing laboratory. F. Rneineer Servic.es' Engineer will furnish available benchmark and coordinate information on drainage structures at no cost to Contractor. lO3 T .TMIT A nONS ON T JSR OF THE SITF.' 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 Disposal' Waste materials shall be disposed of as specified elsewhere in Contract Documents. 3M MRASlJREMRNT AND 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 B PART 1 1.01 SECTION 01090 REGULATIONS AND DEFINITIONS GENERAL RELATED DOCUMENTS: 1.02 1.03 Drawings, General ProvisiQns! Supplementary Conditions, Specifications, and other contract documents apply to work of this section. See Section 10 of General Provisions for additional definitions: . 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 t~ General Pr<?visions, Supplementary Conditions, and General Requirements for requirements related to compliance with governing regulations. DEFlNITIONS: 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 wo~kof the contract and, where so indicated, to other elements which are included in the project. \ . 01090-1 c. D. E. 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 simil~ 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 oflocations is intended except as specifically noted. I I 'I I I I, I I I I I I I I I I I I I Directed. Requested. etc.: Terms such as "difected", "requested", "authoriz~d", "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 supervlSlon. Approved: Where used in conjunction with the Engineer's response to submittals, requests, applications, inquiries, r~poits and claims by the Contractor, the term "approv~d" will be held to limitations ofthe Engineer'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. Proiect 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." :r 11 I. Provide: The term "provide" means "to furnish and install, complete and ready for the intended use." 01090-2 I o I ,I I I I I I I I I I I I I I I o 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: PART 2 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. PRODUCTS (Not Applicable) PART 3 . EXECUTION (Not Applicable) END OF SlECTION 01090 ;r 01090- 3 I I I I I :1 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 perfoJlI1ed 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: f 1. Bid (Propos(ll). 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 of the Contract and Agreement between Owner and Contractor. B. Format and Data Required: - . I. 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 c. D'I _I if 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 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 continu'ation sheets. C. Execute certification with the signature of a responsible officer of the contract firm. 2. Continuation Sheets: a. Fill in total list of all scheduled component items of work, with item number and the scheduled dollar value for each item. b. Fill in the dollar value in each column for each scheduled line item when work has been performed or products stored. Round off values to the nearest dollar, or as provided in the bid. 3. List each Change Order executed prior to the date of submission; at the end of the continuation sheets. a. List by Change Order and description, as for an original component item of work. 4. Submit Applications for Payment to Owner at the times stipulated in the Agreement. a. Number: Four copies of each Application. Substantiating Data: 1. When the Owner or Engineer require substantiating data, Contractor shall submit suitable information with cover letter identifying: a. Project. b. . Application number and date. c. Detailed list of enclosures. 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 humber and identification as shown on application. e. Description of specific material. 2. Submit one ~opy of data and cover letter for each copy of application. E. Preparation of Application for Final Payment: 1. Fill ih 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 Agericy 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 of materials/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 M.ciASURESAND 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, andno.special or trade or so-termed customary allowances 01150-3 (' I I I I I I I I I I I .1 I I I I I I I will be made, nor will anymaterial 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 PART 1 SECTION 01300 SUBMITTALS GENERAL 1.01 SUBMITTALS BY CONTRACTOR: 1.02 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. DBEExpenditure Report. 5. Safety Plan. 6. Security Plan. 7. Warranties and Bonds. 8. QC Plan. 9. Other(s) as required. 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. \ ::r 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 of total 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 01300-2 I I I I I I I I I 'I I I I I I I I I I 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. I I I I I I I I I I I I I I I I I I I E. 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 produyts. 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 ~,ubmission. 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 i'ndicating review. 7. After the Engineer's review, distribute copies. ,J Contractor's Responsibilities: l. Contractor's responsibility for/errors and omissions in sU,bmittals 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 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. f. 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 I I I I I I I H. 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 andresubmittal 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. 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. Shop Drawings and Pr?duct Data: 1. Submit notarized certifications cosigned by manufacturer/supplier and Contractor for: \ ::r a.; All fencing' components (Fabric, barb wire, etc.); b. Filter Fabric; c. RiI> Rap; '; .. . d. . Concrete. 01300- 5 01300-6 I I I I I I I I I I I I I I I I I I I 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. Thismanual 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: I. 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 followin'g 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-1 Report to the appropriate Federal Labor Area Office in accordance with Section 100 of the General Provisions. Submit copy of submittal to Owner for hi,S records. 2. Prime Contractor shall insure that all his first tier subcontractors submit these reports and shall submit a sworn statement to Owner I I I I I I I I I I I I I I I I .1 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 Fede'raland 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 conditlons, 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 ~equired 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 01510-2 I I I I I I I I I I I I I I I I I I I 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 ATCT. 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 accessories: ::r 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 I I I I I I I I I I I I I I I I I I I 3.05 " by tlie various contract items. All radios shall remain the property of the Contractor at the completion of the 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 bennuda seed and mulched to the' , satisfaction of the Owner. ' F. Access and Haul Roads: 3. 4. 5. ::r 6. 1. ' The locations of access and haul roads will be approved by the Engineer and are shown on the drawings. Theseroads 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. 1 ' 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. The Contractor will be responsible for obtaining any necessary driveway permit(s) from local agencies for access and haul roads. If access or haul routes cross a utility, the Contrac'tor shall protect the utility as directed by the Owner of the utility. There shall be no direct payment for the construction, maintenance, and removal of all access and haul roads. Access routes that, cross existing FAA NA V AID cables shall be bridged with a }." 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. EXECUTION. GENERAL: Maintain and operate systems to assure continuous service. 01510-3 01510-4 I I I I I I I I I I I I I I I I I I I 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 I I I I I I I I I I I I I I I I I I I PART 1 .L.Ql PART 2 2..Ql PART 3 3Jll SECTION 01530 TEMPORARY AIRFIELD BARRICADES ~RNRRAI, DRSC.RIPTION' A. Provide installation and maintenance of portable runway closure markers as 'required for safety of aircraft and Contractor's work forces, and to maintain use of the various portions of the air operations area during construction. B. Comply with the referenced FAA Advisory Circulars, and the safety and phasing plan. C. Related work specified elsewhere: 1. Construction safety: General Provisions and General Requirements. 2. Staging and safety plan: Contract Drawings and General Requirements. PRonUCTS T .TGHTRn PORTART ,E RTTNW A Y C.T .OSTTRE MARKERS Runway closure markers shall be supplied by the Owner. Runway closure markers to be supplied are Sherwin Industries portable Closure Marker. The closure marker is designed to form a lighted "X" which contains twenty-one (21) weather- proof outdoor Halogen spot bulbs (90 watts each or as required to meet visibility requirements) with (1) bulb located in the center and (5) bulbs located in each of the four (4) legs of the "X". The lighted "X" formed when opened and operating is 20'- 6" long on each continuous leg (IE. 10' -3" long on each of the 4 legs of the "X" as measured from the center of the "X"). The marker collapses for transport and storage so that all parts are inside the trailer frame dimensions to prevent damage. lllumination of the marker is workable in continuous or flashing mode. The marker is powered by an electric start diesel powered generator mounted on the trailer unit. RXRCTITION GENERAT: .... A. ' Install runway closure markers on top of runway numerals at each end of the runway prior to the start of each night's operations. Markers will be removed by the Contractor to the Contractor's staging and storage area at the end of each night's operations prior to opening the runway. It shall be the Contractor's responsibility to supply all fuel and other incidentals necessary for the operation of the closure markers throughout construction. 01530-1 01530-2 I I I I I I I I I I I I I I I I I I I B. Remove runway closure markers as directed by' Engineer. Repair any damage to pavement or surrounding area caused by runway closure markers. 3..02 MRASTJRRMRNT ANn PA YMF.NT' Runway closure markers shall be measured and paid for on a lump sum basis for all runway closure markers installed, moved, and reused. The payment shall be full compensation for providing all labor, materials, equipment maintenance, batteries, fuel, replacement light bulbs, removal, repair and reuse of the closure markers, as shown on the drawings. Payment will be made under: Item 01530 Airfield Barricades - per lump sum END OF SECTION 01530 :( I I I I I I I I I I I I I I I I ,I I I PART 1 SECTION 01600 \ , MATERIAL AND EQUIPMENT GENERAL 1.01 GENERAL: A. Material and Equipment (Prod~cts) 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. Equipme-nt 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 of the Proiect Manual: ~r ',., 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 '- I I I I I I I I I I I I' I I I I I I I 2. A single supplier shall be used on principal items of equipment and systerns 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 submi~ 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: I. Contractor shall submit, at the Preconstruction Conference, all requests for product substitutions. No requests for substitutions will be accepted from manufacturers or suppliers. 2. Submit a separate written request for each product, supported with complete data, with drawings and samples as appropriate, including: a. Comparison of the qualities of the proposed substitution with that specified. b. Changes required in other elements of the work because of the substitution. c. Effect on the construction schedule. d. Cost data comparing the proposed substitution with the product specified. 01600-2 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 and 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 th.e 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 ~he installation of an accepted substitution into the work, and make such other change& as may be required to make the work complete in all respects. 4. Waives a!l Claims for additional costs, under his responsibility, which may subsequently become apparent. E. Engineer's Review: Engineer will. review requests for substitutions with reasonable promptl1~ss 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 01600-4 I I I I I I I I I I I I I I I I I I I B. Strict Compliance: Handle, install, connect, clean, condition, and adjust products in strict accord with such instructions and in conformity with specified requirements. 1. Shoul~ 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 installatiqn procedure unless specifically modified or exempted by Contract Documents. 1.04 TRANSPORT A TION 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 requi~ements 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. 1. Store products subject to damage by the elements in weathertight enclosures. 2. Maintain temperature and humidity within the ranges required by manufacturer's instructions. 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 condensation. 2. Store loose granular materials in a well-drained area on solid surfaces to prevent mixing with foreign 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 PART 1 SECTION 01700 CONTRACT CLOSEOUT GENERAL 1.01 GENERAL: 1.02 A. Comply with requirements stated in 'conditions of the contract and in specifications for administrative procedures in closing out the work. B. Related requirements in other parts of the Project Manual: I. 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 D~cuments: .Section 01720. 3. Warranties and Bonds: Section 01740. SUBSTANTIAL COMPLETION: PART 2 PART 3 I 3.01 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. PRODUCTS (Not Used) EXECUTION Fli~AL 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 01700-2 I I I I I I I I I I I I I I I I I I I 3.02 REINSPECTION FEES: A. Should Engineer perform reinspections due to failure of the work to comply with the claims of status of completion 'made by the Contractor: 1. Owner will compensate Engineer for such additional services. 2. Owner will deduct the amount of such compensation from the final payment due the Contractor. 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 retain age ). 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 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 Concem: 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, th,is _ day of ,20_, The undersigned, as the Contr~ctor for the above-named Contract pursuant to the Contract hereby certified that, except as listed below, he has paid in fuU or has otherwise satisfied aU obligations for all materials and equipment furnished, for all work, labor and services performed, and for aU 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.) ATIACHMENTS: 1. Consent of 'Surety of Final Payment. (Wh~never- 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 ,1 I I AFFIDAVIT OF RELEASE OF LIEN To All Whom It May Concern: WHEREAS, the undersigned has been employed by to furnish hibor 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 ~onditions 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) (Mfix corporate seal here) (SEAL) (Signature of Authorized Representative) TITLE: I I I I I I I I I I I I I FINAL WAIVER OF LIEN To All Whom It May Concern: WHEREAS, the undersigned has been employed by to fumish labor and materials for contract for the improvement of property described as in the work, under a (City-Village) of County of , 'State of of which is the Owner, NOW, THEREFORE, this _ day of ,20_, for and in consideration of the sum of (E) 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. , (F) (SEAL) (Name of sole ownership, corporation or partnership) (Affix corporate seal here) (SEAL) (Signature of Authorized Representative) TITLE: INSTRUCTIONS FOR FINAL WAIVER (A) Person or firm with whom you agreed to furnish, either labor. or services, or materials, or both, (B) Fill in nature and eY~(nt of work; strike the word labor or the word materials if not 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 dis~nguished from any other property, I I I I I (E) Amount shown should be the amount actually received and equal to total amount of contract as adjusted, (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, 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 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: ,/T Should any defect develop during the warranty period due to improper materials, workmanship or arrangement" the defect shall, upori 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 < 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 of the 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 WliEREOF, the Surety Company has hereunto set its hand and seal this _ day ~ .w ' (Name of Surety Company) (Affix corporate seal here) (Signature of Authorized Representative) TITLE IF SIGNED BY ATTORNEY-IN-FACT POWER OF ATTORNEY MUST ~E ATTACHED. I' II I :1 I .. 0 8... l]:ll]:l ~~ ~ ' E-< I ~ ~. < 0 00 ~~ WW II ~~ E-t ~~ ,,-. ~ E-<E-< I 00 0 E-<E-< ~ ~ ~ W \1 z ~ 0 0 0 E-< ~ E-t II ~ oS ~ u 1i:ll]:l ~ ~~ E-t I ~ wW l]:ll]:l -< o~ ~ ~~ ~ Ii ~ Q " I ~I ~r ::E I 0 ~ ,I ~ ::> 0 ill 0 0 0 ~ ~ ~ 0 z 0 G G G ~ z ~ " ~ ~ ~ ~ 0 ~ z z ga 0 0 0 ::> u u u u I' en o~ ~< ~o <0 WE-< 0:: 0 ~O , 0 C3C2 I~ WE-< ~~ ~ . 8~ l]:lo ~< ~ ::c E-< 0 , I~ l]:lz ::>0 Cl)u oz . wo:: ~g: 00 d.o:: ~'r:= ~..J W D D D D D ~ W D D D D D l]:l 0 z o~ E~ ;:~ u~ ~o 0 0:: 0 wG ~~ l]:lu o~ en " o~ ~ ~~ E-< W ~ < 0E-< 0 ~~ E-< < 0 ~ < g:t; 0 0 E-< < 0 0 0 0 ~~ E-< E-< W 0 en ~ I- O::E-< CI) 0 0 Oz 0 ~ 0 l1J ~o ~ ~ :E ~u ~ 0:: ~ Ow W 0 p.. g5~ ~ ~ ~ W ~ l1J W 0:: "" ~~ W ~ 0 ~ ,l:Q ~ :>>< 0 ~ 0 ..Jl:Q ..J ..J ~ ~ ~ < g 0 u.. b ~ 0 0 llI! E-< E-< E-< W IU l]:l co 0 ~ o~ ~Ii: g:E-<ZZ ouOo ~~~6 wozg: ::cuOCl) E-< "''7 oE-<~ ~zgo:: ::C<wO E-<g5~~ ><o::::>~ ~E-<Ul]:l F 0< ~~o~uj ~ffi~~~ ~~~~~ ~E~~E-< ...CI)CI)<< 5 l- f: cI/! l1J ~ ;:l I- < Z Cl Cii I I, I .. ,. I ,I ii' "I " I ,I 'It ,I 'I I I 1\ I I PART 1 SECTION 01710 CLEANING AND DISPOSAL GENERAL 1.01 DESCRIPTION: 1.02 " 1.03 , A. Contractor shall execute cleaning during progress of the work and at completion of the work, as required by General Provisions. 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. I Contractor shall be responsible for arranging for and obtaining off-site disposal areas, including payment for all costs associated with such disposal. , SUBMITTALS: PART 2 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 of the property Owner's written permission fon;uch disposal with Disposal Plan required by these specifications. 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 01710-2 ' Ii I, !I I I I I' Ii I -I I ;11 I ;-1' I I 'I. ! I 'I' c. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. 2.02 BARRIERS AND PROTECTION: A. Protect existing structures and vegetation from cleaning and disposal operations as required. PART 3 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 cQntainers 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. .:r Ii ,I :1 ,I " ,I II 'I, , ' I, I :1 'I j II I ,I :1 I 1\ PART 1 SECTION 01720 PROJECT RECORD DOCUMENTS GENERAL 1.01 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 P~oject 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 Specification~ Institute - MASTERFORMAT. ~r 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 a. Exact distance between all manholes or points of intersection. Ii I 'I, I rJ I :1\ I ,I I I I' I ,I' I' I I, I 1, 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 record 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: b. Exact size and location of duct bank or cable run and what circuits it feeds. 01720-2 I ,I: I j 1\ I I,~ j I 3.03 '1\ I . I 11\ , I I, j 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. 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 b~ the final judge as to the acceptableness of the completeness and accuracy of the "as-built" plans. 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., 01720-3 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 ,7 01720-4 '- 'I' ;1 I: I I I 'I I. ,I II,' t7'"\ . - i IJ I I /1' I I. I ,I, 'I' ,I I', I :1 ,I ,I ~I I '. I \ 'I' I I , I I PART 1 SECTION 01740 WARRANTIES AND BONDS GENERAL 1.01 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 9ther parts of the Project Manual: 1. Bid Bonds: Instructions to bidders. 2. Perfomiance 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 specific~tions w.hich specifies the product. PRODUCTS (Not Used.) 01740-1 PART 3 3.01 3.02 EXECUTION I' I , I 'Ii I I' ,I I I -- I I Ii "I' I I I' I ',I SUBMmAL REQUIREMENTS: A. Assemble warranties, bonds and service and maintenance contracts, executed by each of the respective manufacturers, suppliers, and subcontractors. 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, aqdress 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. :'1 BJ' Format: 1. S,ize 8 1/2 inches x 11 inches, punch sheets for 3-ring binder. a. Fold larger sheets to fit into binders. 2. Cover: Identify each packet with typed or printed title "W ARRANTIES AND BONDS". List: 01740-2 I I , I I I ;1 'I .1, t I fl I :1' I I .'I.~ i t 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 /1 ,j I' I ,'I I, I, " I 'I' I 'I' I ,I 'I I~ I " ITEM P-620 PAVEMENT MARKING , PART 1 GENERAL 1.01 GENERAL: A. , . This item shall consist of painting of markings and stripes on the surface of runways, taxiways, aprons, and other pavements in accordance with these specifications and at the locations shown on the drawings, or as directed by the Engineer. " PART 2 PRODUCTS 2.01 MATERIALS: A. MATERIALS ACCEPTANCE. The Contractor shall furnish manufacturer's certified test reports for materials shipped to, the project. The certified test reports shall include a statement that the materials meet the specification requirements. The reports' can be used for material acceptance or the Engineer may perform verification testing. The reports shall not be interpreted as a basis for payment. The Contractor shall notify the-Engineerupon arrival of a shipment of materials to the site. 2.02 PAINT: A. Paint shall be waterborne as specified herein. Paint shall be furnished in yellow, white, and black in accordance with Federal Standard No. 595. /' .:' B. Waterborne; Paintshall meet the requirements of Federal Specification TT -P-1952, Type I or Type II as appro~ed by the Engineer. 2.03 REFLECTNE MEDIA: ' A. Glass beads shall meet the requirements of Fed. Spec. TT-B-1325, Type m. Glass beads shall be treated with adhesion promoting and/or flotation coatings as specified by the manufacturer of the paint. Glass beads shall be required for all permanent paint markings. PART 3 EXECUTION 3.01 WEATHER LIMITATIONS: A. The painting shall be performed only when the surface is dry and when the surface temperature is above 450P and rising. A lower temperature based on paint P-620-1 ' 'P-620-2 'I I 'I' I '1 I ~I\ I I t' \ , I I, il \1 I 'ii' I 1 manufacturer's printed recommendations may be permitted when approved by the Engineer. Do not paint when wind displaces paint spray, or glass beads when used. 3.02 EQUIPMENT: A. All equipment for the work shall be approved by the Engineer and shall include the apparatus necessary to properly clean the pavement suiface, a mechanical marking machine, and such auxiliary hand-painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray- type marking machine suitable for application of traffic paint. It shall produce an , ' even and uniform film thickness at the required coverage and shall apply markings of uniform cross sections and clear-cut edges without running or spattering and without over spray. A windscreen or shroud shall be used on the machine to prevent displacement of materials by wind. 3.03 PREP ARA TION OF SURFACE: A. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, laitance, rubber, saw cuttings, loose paint, or other foreign material which would reduce the bond between the paint and the pavement. The area to be painted shall be cleaned by sweeping, blowing, water blasting, vacuuming, or other methods as required. Surface preparation shall include all requirements set forth in the paint manufacturer's printed instructions. 3.04 LAYOUT OF MARKINGS: A. The proposed markings shall be laid out as shown on the drawings. The locations of markings to receive glass beads shall be as shown on the plans. Control points shall be spaced at such intervals as will ensure accurate location of all markings. B. The Contractor shall provide an experienced technician to supervise the location, alignment, layout, dimensions and application of the paint. 3.05 APPLICATION: A. Paint shall be applied at the locations and to the dimensions and,spacing shown on the drawings. Paint shall not be applied until the layout and condition of the surface have been approved by the Engineer. B. The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate(s) shown in Table 1. The addition of thinners will not be permitted. A period of 24 hours shall elapse between placement of a bituminous surface course or seal coat and application of the permanent paint. I I~ 'I ,I II I I I ,I 'I -. I I I Ir I I 'I I I , 3.06 3.07 TABLE 1. APPLICATION RATES FOR PAINT AND GLASS BEADS - Paint Glass Beads, Square feet per Type III gallon, ft2/gal Pounds per gallon of J paint--lb.lgal. Paint' Type , . Waterborne 115 ft2/gal. 121b.lgal. Minimum Maximum C. The edges of the markings shall not vary from a straight line more than 1/2 inch in 50 feet, arid the dimensions shall be within a tolerance of plus or minus 5 percent. D. Glass beads shall be distributed upon the marked areas indicated immediately after ,'application of the paint. A dispenser shall be furnished which is properly designed . . for attachment to the marking machine and suitable for dispensing glass beads. Glass beads shall be applied at the rate(s) shown in Table 1. Glass beads shall not be applied to black p~nt or to temporary markings. E. Glass beads shall adhere to the cured paint or all marking operations shall cease until corrections are made. F. All emptied containers shall be returned to the paint storage area for checking by the Engineer. The containers shall not be removed from the Airport or destroyed until authorized by the Engineer. PROTECTION: A. After application of the paint, all markings shall be protected from damage until the paint is dry; damaged markings shall be removed and replaced at the expense of the Contractor. The Contractor shall erect or place suitable warning signs, flags or bairicades, and protective screens or coverings as required. All surfaces not intended to be marked shall be protected from disfiguration by spatter, splashes, spillage, or drippings of paint; errant markings shall be removed by the Contractor. DEFECTIVE WORKMANSHIP OR MATERIAL: A. When any material not conforming to the requirements of the specifications or drawings has been delivered to the project or incorporated in the work, or any work performed is of inferior quality, such defective material or work shall be corrected as directed by the Engineer, at the expense of the Contractor. P-620-3 Sieve Analysis of Fine and COarse Aggregates 'I, I I' I I I I I ,I I' I ..' I, I I I I I I METHOD OF MEASUREMENT: A. The quaritity of permanent pavement markings to be paid for shall be the number of square feefof painting performed in accordance with the specifications and accepted by the Engineer. 3.08 3.09 BASIS OF PAYMENT , A. Payment shall be made at the contract unit price per square .foot for permanent pavement marking. This price shall be full compensation for furnishing all materials including glass beads and for all labor , equipment, tools, and incidentals necessary to complete the item. B. Payment will be made under: a. Item P-620A Pavement Markings, Permanent -- per square foot 3.10 TESTING REQUIREMENTS: ASTM C 136 ASTM C 146 ASTM D 968 ASTM D 1652 ASTM D 2074 ASTM D 2240 ASTM G 53 Federal Test Method Standard No. 141 3.12 MATERIAL REQUIREMENTS: ASTM D 476 Chemical Analysis of Glass Sand Abrasion Resistance of Organic Coatings by Falling Abrasive Epoxy Content of Epoxy Resins Total Primary, Secondary, and Tertiary Amine Values of Fatty Amines by Alternative Indicator Method Rubber Products-Durometer Hardness Operating Light and Water-Exposure Apparatus (Florescent UV -Condensation Type) for Exposure of Nonmetallic Materials. Paint, Vamish, Lacquer and Related Materials; Methods of Inspection, Sampling and Testing Titanium Dio~ide Pigments , P-620-4 ~I " 'I " I~ I 'I I It I' .....--.1 I 'I ,I I I I I: I I' Code of Federal Regulations 40 CPR Part 60, Appendix A 29 CFR Part 1910.1200 Fed. Spec. TT-B-1325 . Beads (Glass Spheres) Retro-Reflective Fed. Spec. TT-P-1952 Paint, Traffic and Airfield Marking, Waterborne Federal Standard 595 Colors Used in Government Procurement END OF ITEM P-620 :-r it P-620-5 I ,I 1 I I ,I I " ~ I ,II r '\.,. J' I' I I: I 'll 1,' 'I' I I' ITEM L-I08 INSTALLATION OF UNDERGROUND AIRPORT CABLE DESCRIPTION 108-1.1 This item shall consist of underground cable furnished and installed in accordance with this specification at the locations and in accordance with the design, dimensions, and details shown in the plans. This item shall include the excavation and b~ckfill of the trench and the installation of cable and counterpoise wire in trench, duct or conduit. It shall include splicing, cable marking, and testing of the installation and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the engineer. This item shall not include the installation of the duct or conduit. 108-2.1 108-2.2 EQUIPMENT AND MATERIALS GENERAL (a) Proposed airport lighting equipment and materials shall be listed in FAA Bulletin. Other equipment and materials not listed in the FAA Bulletin shall be tested and certified by an independent testing laboratory which has been approved for testing by the FAA. (b) All other equipment and materials covered by other r~ferenced specifications shall be subject to acceptance through the manufacturer's certification of compliance with the applicable specifications. (c) Installation and materials shall be in accordance with the latest edition of the National Electrical Code, Standard Building Code, and all local codes. Apply and pay for all permits and,fees required for this construction. ' (d) Lists of the equipment and materials required for a particular sy,stem are contained in the applicable advisory circulars. CABLE. Underground cable for series lighting circuits shall conform to the requirements of Specification for L-824 Underground Electrical Cables for Airport Lighting Circuits, Type C single conductor cable with 5000 volt cross linked polyethylene insulation. Underground cable for low voltage parallel circuits shall conform to the requirements of Underwriter's Laboratories for copper conductor with Type RHH/RHW-2/USE-2, 600 volt, 75 C, cross linked polyethylene insulation. L-108-1 108-2.3 108-2.4 Underground telephone cable for direct earth burial shall conform to the requirements of REA Specification PE-54. Cable shall consist of twisted paired conductors, No. 19 A WG solid copper, polyolefin or polyviny1chloride insulated, with petroleum jelly base core filling compound, polyethylene or polyviny1chloride inner jacket, 0.005 metallurgically bonded copper-steel-copper corrugated metal shield, and polyethylene copolymer or polyviny1chloride plastic outer jacket. Number of pairs shall be as indicated on the drawings. I I ~ .I t~ I. t , 'I, I I, ,. ,it '. 1 -, " '.' , \ 'I I' ;1 :1 I' I 'I All cable for airport lighting service shall be 7 or 19 strand. For power cable, conductor size shall not be smaller than No.8 A WG. Control cable conductor size shall not be less than No. 12 A WG. These limits on conductor sizes shall not apply to leads furnished by manufacturers on transformers and fixtures. Cable type, size, number of conductors, strand and service voltage shall be specified in the plans and/or proposal. BARE COPPER WIRE (Counterpoise). Bare copper wire for counterpoise installations shall be stranded wire conforming to ASTM Specifications B3 and B8. CABLE CONNECTIONS. For series circuits, the in-line connections of underground primary cables shall be of the type called for in the plans or in the proposal, and shall be one of the types listed below. When the plans or proposal permit a choice of connection, the contractor shall indicate in the bid the type of connection he proposes to furnish.: ( (a) The Cast Splice. A cast splice, employing a plastic mold and using epoxy resin equal to that manufactured by Minnesota Mining and Manufacturing Company, "Scotchcast" Kit No. 82--A, or as manufactured by Hysol Corporation, "Hyseal Epoxy Splice" Kit No. El135, for potting the splice is approved. This means of splicing is the only type approved for telephone control cable. (b) The Field-attached Plug-in Splice. Figure 14 of Specification for L-823 Plug and Receptacle, Cable Connectors, employing connector kits, is approved for field attachment to single conductor cable. All field attached plug-in splices shall be insulated and sealed using heat shrinkable tubing kits as specified in 108-2.5 below. (c)' The Factory-mold Plug-in Splice. Specifications for L-823 Connectors, Factory-molded to Individual Conductors, are approved. (d) Taped Splice. Taped splices employing field applied rubber or synthetic rubber tape covered with plastic tape are approved. The rubber tape shall be 3M Company No. 23, or equal, and the plastic tape shall be 3M Company No. 33, or approved equal. In all cases, connections of cable conduc~ors shall be made using crimp connectors utilizing a crimping tool designed to make a complete crimp before the tool can be removed. No. 19 A WG telephone control wires may be L-108-2 I I 'I ,I :1 ,I I' I " ,- I I I I :1 I I. I I I' 108-2.5 108-2.6 108-3.1 108-3.2 connected by means of wrapped and soldered splice, 3M Company Moisture Proof Type UR Connector, or equal, or by a method 'approved by the Engineer. REA T SHRINKABLE TUBING KITS. ;Heat shrinkable tubing kits for L-823 connector kits shall be Raychem Corporation APL Splice kits, or approved equals of Crouse Hinds or Sigmaform" consisting of one piece of tubing, two pieces of sealant, and one solvent wipe. "Half sized" kits are not permitted. . CONCRETE. Concrete' for cable and duct markers shall conform to the requirements of ASTM C-387 and shall be rated for 3000 psi minimum compressive strength at 28 days., CONSTRUCTION METHODS GENERAL. The Contractor shall install the specified cable at the approximate locations indicated in the ~rport lighting layout plans. The engineer shall indicate specific locations. Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the ~ndividual insulating transformers. Splices will be permitted for cables for home runs or other long cable runs, where approved by the engineer or shown in the plans. INSTALLATION IN DUCT OR CONDUIT. This item includes the installation of the cable in duct or conduit as described below. The maximum number and voltage ratings 'of cables installed in each single duct or conduit, and the current- carrying capacity of each' cable shall be in accordance with the latest National Electric Code, or the code of the local agency having jurisdiction. The Contractor shall ~ake no connections or joints of any kind'in cables installed in conduits or ducts. The Contractor shall make sure that the conduit or duct is open,'continuous, and clear of debris before inst<\lling cable. The cable shall be installed in a manner to pr~vent harmful stretching of ' the conductor, injury to the insulation, or damage to the outer protective covering.. The ends of all cables shall be sealed with moisture- seal tape before pulling into the conduit and it shall be left sealed until connections , are made. Where more than one cable is to be installed in .a duct under the same contract, all cable 'shall be pulled in the duct at the same time. The pulling of a cable through ducts or conduits may be accomplished by handwinch or power winch with the use of cable grips or pulling eyes. Pulling tensions should be governed by recommended standard practices' for straight pulls or bends. A lubricant recommended for the type of cable being installed shall be used where pulling lubricant is required. Upon completion of installation of wiring in ducts or conduits, L-108- 3 108-3.3 108-3.4, ends of duct or conduit shall be sealed with duct seal, or other sealer as approved by the engineer. Duct or conduit markers ,temporarily removed for excavations shall be replaced as required. 'I I I' I I, I 'I. I I, t I I I I' I I I I 'I TRENCHING. Where turf is well established and the sod can be removed, it shall be carefully stripped ahd properly stored. Trenches for cables and conduits may be excavated manually or with mechanical trenching equipment.. Walls of trenches shall be essentially vertical so that a minimum of shoulder'surface is disturbed. Road patf01s or graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Unless otherwise specified, cable trenches shall be excavated to a minimum depth of 24 inches below finished grade, except as otherwise indicated. The Contractor shall excavate all, cable trenches to a width not less than 6 inches. The trench shall, be deepened or widened, where more than two cables or conduits are to be installed in the same trench. Unless otherwise specified ,in the plans, all cables and conduits in the same location and ,running in the same general direction shall be installed in the same trench. When rock excavati09 is encountered, the rock shall be removed to a depth of at least 3 inches below the required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 114-inch sieve. ,The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. INST ALLA TION IN TRENCHES. The Contractor shall not use a cable plow for installing the cable. Mechanical cable-laying equipment shall not be used, unless prior approval is obtained from the engineer. It shall provide for physical inspection of cable prior to backfilling. Sharp bends or, kinks in the cable shall not be permitted. Cables shall be unreeled in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable shall ~ot be unreeled and pulled into the trench from one end. Where two or more cables are laid parallel in the same trench, they shall be placed laterally a minimum distance of 3 inches apart. Cables shall not coil with each other or cross in contact with each other. Cables crossing over each other shall have a minimum of' 3-inch vertical displacement with the topmost cable depth at or below the minimum required depth below finished grade. L-I08-4 I I I ,I I I 1\ I ,. I I I I :1 I I I I I 108-3.5 108-3.6 108-3.7 Not less than 1 foot of cable slack shall be left on each side of all connections, insulating transformers, light units, and at all other points where .cable is connected to field equipment. The slack cable shall be placed in the trench in a series of S curves. Additional slack cable shall be left in light bases, handholes, manholes, etc., to allow bringin~ the cable above ground level to make connections. The amount of slack cable shall be stipulated by the engineer, or as shown in the plans and specifications. BACKFILLING. Mter the cable has been installed, the trench shall be backfilled 3 inches deep, loose measurement,and shall be either earth or sand containing no mineral aggregate particles that would be retained on a 114-inch sieve. This layer shall not be compacted. The second layer shall be 5 inches deep, loose measurement, and shall contain no particles that would be retained on a I-inch sieve. The remainder of the backfill shall be excavated or imported mineral and shall not contain stone oraggregate larger than 4 inches maximum ,diameter. The third and subsequent layers of the backfill shall not exceed 8 inches in maximum depth, loose measurement. The second, and subsequentlayers shall be thoroughly tamped and compacted to at least the density of the adjacent undisturbed soil, and to the satisfaction of the , engineer. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface, except that when sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the engineer. RESTORA TION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying, ,pad construction, and other work shall be restored to its original condition. The restoration shall include any necessary topsoiling, fertilizing, liming, seeding, sodding, sprigging or mulching. All such work shall be performed in accordance with the FAA Standard Turfing Specifications. The Contractor shall be h~ld re~ponsible for maintaining all disturbed surfaces and replacements until final acceptance. CABLE MARKERS. The location of cables and conduits shall be marked by a concrete slab marker, 2 feet ~quare and 4 inches thick, extending approximately 1 inch above the surface. Each cable run from the line of runway or taxiway lights to the equipment vault shall also be marked at approximately every 200 feet along the cable run, with an additional marker at each change of direction of cable run. All other cable buried directly in the earth shall be marked in the same manner. The L-108- 5 108-3.8 Contractor shall not install slab markers where cable lies in straight lines between lights or bases which are spaced 300 feet apart, or less. Cable markers shall be installed immediately above the cable. The Contractor shall impress the word "CABLE" and directional arrows on each cable marking slab by means of a stencil, hand lettenng is not acceptable. The letters shall be approximately 4 inches high and 3 inches wide, with width of stroke 1/2 inch and 1/4 inch deep. 'I I I I I I 'I I j ~- I , I il I I I I I , I The location of each underground cable connection, except at lighting units or insulating transformers, shall be marked by a concrete marker slab placed above the connection. The <;ontractor shall impress the word "SPLICE" on each slab by means of a stencil, hand lettering is not acceptable. He also shall impress additional circuit identification symbols,on each slab if so directed by the engineer. \ Duct Markers shall be provided to mark the ends of all underground ducts. The Contractor shall impress the word "DUCT" on each slab by means of a stencil, hand lettering is not acceptable, and also the quantity and size ducts, for example: 2-4" SPLICING. Connections of the type shown in the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows: (a) Cast Splices. These shall be made by using crimp connectors for joining conductors. Molds shall be assembled, and the compound shall be mixed and poured in accordance with manufacturer's instructions and to the satisfaction of the engmeer. (b) Field-attached Plug-in Splices. These shall be assembled in accordance with manufacturer's instructions. These splices shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be sealed with a heat shrinkable tubing jacket. (c) Factory-molded Plug-in Splices. These shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be sealed with heat shrinkable tubing jacket. (d) Taped SpliCes. Taped splices shall be made in the following manner: :-r (I Bring the cables to their final position and cut so that the conductors will butt. Remove insulation and jacket allowing for bare conductor of proper length to fit the compression sleeve connector with 1/4 inch of bare conductor on each side of the connector. Use a'sharp knife to pencil insulation and jacket at approximately the same angle as a pencil point. Care must be taken to avoid nicking or injuring the conductor during removal of the insulation or penciling. Do not use emery cloth during splicing. The copper conductors shall be thoroughly cleaned. Join the L-108-6 I I 'I ,I 'I I I~ I I I .1 I -~ I I I I I , I 108-3.9 conductors by inserting them equidistant into the compression connection sleeve. Crimp cbnduct~ts fiimly in place with a crimping tool that requires a complete crimp before the tool 'can be removed. Test the crimped connection by pulling on the cable. Scrape the insulation, to assure that the entire surface over which the tape will be applied' (plus 3 inches on each end) is c1ean.Mter scraping, wipe the entire area with a clean lint-free cloth. Do no use solvents. Apply high voltage 'rubber tape half-lapped over the bare conductor. This tape shall be tensioned as recommended by the manufacturer. Voids in the connector must be eliminated by stretching the tape just short of its breaking point. Throughout the rest of the splice less tension should be used. Always attempt to exactly lialf-Iap to produce a uniform buildup. Continue buildup to 1 1/2" times the cable diameter over the body of the connector with ends tapered' a distance of approximately 1 inch over the original jacket. Cover rubber tape with. two layers of vinyl pressure sensitive tape half-lapped.' Do not use glyptol, or lacquer over vinyl tape. No further cable covering or splice boxes are required. . If shielded cab,le is to be spliced, prepare cable as for a regular taped splice, except that the neoprene jacket shall be removed a distance not less than 5 inches from the beginning of the penciled portion. Carefully unwrap the shielding tape from that portion where the jacket has been removed and cut off so that it extends about 1 inch from the end of the jacket. Proceed with the taped splice as described above and tape up to 1/4 inch from the shield on both ends. ,Build up rubber tape to a thickness equal to the insulation thickness or 5/16 inch over the connector. Next wrap one-half lapped layer of semi-conducting tape (Scotch No. 13 Semi~conducting Tape, or equal) over the splicing shield and 1/4 inch onto the shielding t~pe. Wrap a fine flat shielding braid half-lapped over the splice extending 1/2 inch onto the metallic shielding. Solder ends of braid to metallic shielding tape. A bonding wire, (Minimum No. 14 stranded copper) equal to the current carrying capacity of the metallic shield, shall have the, individual strands wrapped around the metallic shield at both ends of the splice. These strands shall be tack soldered to the shield in several places. The cable sheath shall be replaced by wrapping with two half-lapped layers of vinyl tape extending 2 inches onto the cable jacket. , , BARE COUNTERPOISE- WIRE INST ALLA TION AND GROUNDING FOR LIGHTNING PROTECTION. A stranded bare, copper wire, No.6 A WG minimum size, shall be installed for lightning protection of the underground cables. J , The bare counterpoise wire shall be installed in the same trench for the entire length of the insulated cables it is designed to protect, and shall be placed at a distance of approximately 4 inches above the insulated cable or the conduit. The counterpoise wire shall be securely attached \to each light base, or mounting stake. The L-108-7 108-3.10 108-4.1 108-4.2 counterpoise wire shall also be securely attached to copper or copper-clad ground rods installed as indicated on the drawings, not more than 500 feet apart, around the entire circuit. The ground rods shall be 3/4 inch diameter by 10ft length. ,I ,I I' '~" I ,1\ I 'I . I I I I I I I I I , :1 The counterpoise system shall terminate at the transformer vault or at the power source. It shall be securely attached to the vault or equipment grounding system. The connections shall be made as shown in the project plans and specifications. TESTING. The Contractor shall furnish all necessary equipment and appliances for testing the underground cable circuits after installation. The Contractor shall test and demon~trate to the satisfaction of the engineer the following: (a) That ~l lighting power and control circuits are continuous and free from short circuits. (b) That all circuits are free from unspecified grounds. (c) That the insulation resistance to ground of all non grounded series circuits is not less than 500 megohms. (d) That the insulation resistance to ground of all nongrounded conductors of multiple circuits is not less than 500 megohms. (e) That all circuits are properly connected in accordance with applicable wiring diagrams. (f) That all circuits are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. METHOD OF MEASUREMENT Tde quantity of trench to be paid for shall be the linear feet of trench, including the excavation, backfill, and reconditioning, completed, measured as excavated, and accepted as satisfactory. The footage of cable or counterpoise wire installed in trench or conduit to be paid for shall be the number o(linear feet of cable or counterpoise wire installed and measured in place, ~ompleted, ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable or counterpoise wire installed in trench or conduit. Allowances ,will be made for cable make-up a~ lights as follows: L-I08-8 I I I ,I 1 I 'I:' I ,I ,I .., . I 1\ I I 8 I I I I 108-5.1 Number B-3 B-8 Base Mount Light 10Ft. L-824-C Cable 6 Ft. Counterpoise Vault 25 Ft. L-824-C Cable (each cable) 25 Ft. Counterpoise ,BASIS OF PAYMENT Payment will be made at the contract unit price for trenching and for cable or bare counterpoise wire installed in trench or duct by the contractor and accepted by the engineer. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. ' Payment will be made under: Item L-l 08A Coriduit Trench in Earth, Earth Backfill--per linear foot. Item L-1 08B Conduit Trench in Pavement; Concrete Backfill--per linear foot. Item L-l 08C ' Cable, l/C #8, 5KV, L-824-C, installed in duct or trench--per linear foot. Item L-l 08D i Counterpoise Wire, #6 Bare, installed in duct or trench, including ground rods and grounding connectors--per linear foot. , ~ASTM SPECIFICATION REFERENCED IN ITEM L-I08 Title Soft or Annealed Copper Wire. Concentric-Lay-Stranded Copper Conductor, Hard, Medium-Hard, or Soft. L-108-9 I I I ,I I ,I I I ,I I' , ~ I Ii ,I I I I I I 'I ITEM L-I09 INSTALLATION OF AIRPORT TRANSFORMER VAULT EQUIPMENT 109-1.1 109-2.1 DESCRIPTION This item shall consist of airport transformer vault equipment constructed and installed in accordance with this specification at the location and in accordance with the design shown in the plans. This work shall also include the installation of conduits and wiring as necessary to produce a completed unit. This work shall also include the marking and labeling of equipment and the labeling or tagging of wires; the testing of the installation; and the furnishing of all incidentals necessary to place it in operating condition as a completed unit to the satisfaction of the engmeer. GENERAL. EQUIPMENT AND MATERIALS (a) Proposed airport lighting equipment and materials shall be listed in FAA Bulletin. Other equipment and materials not listed in the FAA Bulletin shall be tested and certified by an' independent testing laboratory which have been approved for testing by the FAA. R 1. Constant Current' Regulators. Regulators shall conform to specifications for L-828 constant current regulators as set forth in FAA advisory circular AC 150/5345-lOD. The regulators shall be 60 hertz, single phase, and of the KW size, current, voltage, and brightness steps, as indicated on the drawings. Regulators shall be equipped with: o o an integral primary contactor a remote/local function switch with REMOTE OFF 1 2345 positions for five step regulators a remote/local function switch with REMOTE OFF 10 30 100 positions, for three step regulators a direct reading output current ammeter. o o Control power shall be supplied internally for local control and for remote controL The control system voltage shall be 120 V AC. Distribution type"output lightning arresters shall be provided on all regulators. 'Input lightning arresters shall be provided for the supply line voltage connections in the regulator. L-109-1 Addendum No. 1 L-109-2 Addendum No.1 I I I' I , , I, I I I "I I II I I .... I I I I I 2. Lighting Control Panel. Type L-821 , in accordance with the requirements of AC 150/5345-3. Panel shall be Type I, Class F, Style 1. Switches and pilot lights shall be furnished as indicated on the drawings. Contractor shall submit schematic wiring drawings for the engineers review. 3. Radio Control Unit. Type L-854 in accordance with the requirements of AC 150/5345-49. Frequency shall be as directed. Contractor shall submit schematic wiring drawings for the . . engmeers reVIew. 4. Connectors. Connectors shall conform to specifications for L-823 Cable connectors as set forth in FAA Advisory Circular AC 150/5345-26B. Connectors for use on 5000 volt cables shall be: Type 1 - 1 conductor, 25 Amp, 5000 volt. Class B - Field attached. Style 3 and 10 - Plug and Receptacle. Connectors for use on 600 volt cables shall be: Type 2 - 2 conductor, 20 Amp, 600 volt. Class B - Field attached. Style 5 and 12 - For two conductor cable. 5. Cable. Cable rated 5000 volts for use on series lighting circuits shall conform to the specifications for L-824 cable as set forth in FAA Advisory Circular AC 150/5345-7D. Cables shall be typeC, cross linked polyethylene insulated, rated 5000 volts. (b) All other equipment and materials covered by other referenced specifications shall be subject to acceptance through the manufacturer's certification of compliance with the applicable specifications. (c) Installation and materials shall be in accordance with the latest edition of the National Electrical Code, Standard Building Code, and all10cal codes. Apply and pay for all permits and fees required for this construction. (d) Lists of the equipment and materials required for a particular system are contained in the applicable advisory circulars. I I I ,I I "I I I ,I I I I I I I I I ,I I 109-2.2 109-2.3 109-2.4 109-2.5 109-2.6 RIGID STEEL CONDUIT. Rigid steel conduit and fittings shall be galvanized 'rigid conduit in accordance with ANSI C80.1 and Underwriter's Laboratories Publication UL 6. GROUND RODS. Ground rods shall be copper or copper-clad of the length and diameter specifiec:I in the plans. OTIffiR ELECTRICAL. EQUIPMENT. Constant-current regulators, distribution transformers, oil switches, cutouts, relays, terminal blocks, transfer relays, circuit breakers, and all other regularly used commercial items of electrical equipment not covered by FAA equipment specifications shall conform to the applicable rulings and standards of the Institute of Electrical and Electronic Engineers or the National Electrical Manufacturers Association. When specified, test reports from a 'testing, laboratory indicating that' the equipment meets the specifications shall be supplied. In all cases, equipment shall be new and a first- grade product. This equipment shall be supplied in the quantities required for the specific project and shall incorporate the electrical and mechanical characteristics specified in the proposal and plans. WIRE. Wire in conduit rated up to 5,000 volts shall be FAA L-824 Type C Electrical Cables for Airport Lighting Circuits, with cross linked polyethylene insulation. For ratings up to 609 volts, thermoplastic wire conforming to Federal Specification J-C-30, Types THW and THWN shall be used for interior wiring. Type RHH/RHW-2/USE-2 shall be used for exterior wiring and for main service. The wires shall be of the type, size, number of conductors, and voltage shown in the plans or in the proposal. (a) Control Circuits. Wire shall be not less than No. 14 A WG and shall be insulated for 600 volts. (b) Power Circuits. 1. 600 volts" maxirrlurn--Wire shall be No. 12 A WG or larger and insulated for at least 600 volts". 2. 5,000 volts maximum--Wire shall be No. ~ A WG or larger and inSulated for at lea~t 5,000 volts. CONCRETE AND REINFORCING. Concrete for foundation shall conform to the requirements of ASTM C-387 and shall be rated for 3000 psi minimum compressive strength at 28 days. Reinforcing steel shall be deformed ~tee1 reinforcement bars 'conforming to the requirements of ~STM A-615, Grade 60. L-109-'3 Addenduni No. 1 109-3.1 ' 109-3.2 109-3.3 109-3.4 109-3.5 Welded wire reinforcing shall conform to the requirements of ASTM A-I85. I I I I I I: I I I I J I I I I ,I I I ,II I Anchor bolts shall meet the requirements of ASTM A-576, Grades 1025 to 1055 inclusive, and shall be hot dipped galvanized full length in accordance with ASTM A-I53. CONSTRUCTION METHODS INSTALLATION OF EQUIPMENT IN VAULT GENERAL. The Contractor shall furnish, install, and connect all equipment, equipment accessories, conduit, cables, wires, busses, grounds, and support necessary to insure a complete and operable electrical distribution center for the airport lighting system as specified herein and shown in the plans. The equipment installation and mounting shall comply with the requirements of the National Electrical Code and local code agency having jurisdiction. CONDUIT. The Contractor shall furnish and install galvanized rigid metal conduits for the circuits in the vault. Conduits shall be run exposed and perpendicular to thewalls, floor and ceiling. Bends shall be made using smooth radius elbows or Condulets. CABLE ENTRANCE. Incoming underground cable from field circuits and supply circuits will be installed outside the walls of the transformer vault as a separate item under Item L-l 08. The Contractor installing the vault equipment shall bring the cables from the trench or duct through the entrance conduits into the vault and make the necessary electrical connections. Connections between field cables and vault cables shall be made in the Field Connect Cabinet, using FAA L-823 connector kits. WIRING AND CONNECTIONS. The Contractor shall make all necessary electrical connections in the vault in accordance with the wiring diagrams and as directed by the engineer. In wiring to the terminal blocks, the Contractor shall lea:{.e sufficient extra length on each control lead to make future changes in connections at the terminal block. This shall be accomplished by running each control lead the longest way around the box to the proper terminal. Leads shall be neatly laced in place. The Contractor shall submit schematic wiring drawings for the engineers review prior to installation. - MARKING AND LABELING. All equipment, control wires, terminal blocks, etc., shan be tagged, marked, or labeled as specified below: L-I09-4. Addendum No. 1 - I I ,I I ,I I I ,I I' I I ,I I I .1 I ,I I 109-3.6 109-3.7 (a) Wire Identificatiori. The Contractor shall furnish' and iristall'self-sticking wire labels or identifying tags on all control wires at the point where they connect to the control equipment or to the terminal blocks. Wire labels, if used, shall be of the self-sticking preprinted type and. of the manufacturer's recommended size for, the wire involved. Identification markings designated in the plans 'shall be followed. Tags, if used, shall be of fiber not less than 3/4-inch in diameter and not less' than 1/32-inch thick. Identification markings designated in the plans shall be stamped on tags by means of small tool.dies. Each tag shall be securely tied to the proper wire by a nonmetallic cord. (b) Labels. The Contractor shall stencil identifying labels on the cases of regulators, breakers, and distribution and control relay cases with white oil paint as designated by the engineer. The letters and numerals shall be not less than 1 inch ,in height and be of proportionate width. Approved engraved -3 ply laminated' plastic nameplates with 1/4" letters and secured to doors or covers with two screws are acceptable in lieu of painting. The Contractor shall also mark the correct' circuit designations in accordance with the wiring diagram on the terminal marking strips which are a part of each terminal block. RUNWAY REGULATOR. The contractor shall remove the existing runway regulator as indicated on the drawings. The contractor shall furnish and install a high intensity runway regulator in the airfield lighting vault. The power wiring, control wiring, conduit and circuit breaker for the regulator shall be considered incidental to the installation of the regulator. The control wiring shall be routed to new L-821 control panel in the air .traffic control tower and shall be considered incidental to the installation, of the regulator. The contractor shall submit schematic wiring diagrams for the control wiring to the engineer for review prior to installation. The regulator shall be fully operation to control the 5-step runway system. This work shall be paid for under the lump sum a item for the Installation of Vault Equipment. "\ P;2PI REGULA TORS. The contractor shall furnish and install,two regulators in the airfield lighting vault for the PAPI units. The power wiring, control wiring, conduit and circuit breaker for the regulator shall be considered incidental to the installation of the regulator. The control wiring shall be' . routed to new L-821 control panel in the air traffic control tower and shall be, considered incidental to the installation of the regulator:' The contractor shall submit schematic wiring 'diagrams for the control wiring to the engineer for review prior to installation. The regulators shall be fully: operation, 3-step systems. This work shall be paid for under the ~ump sum pay item for the Installation of Vault Equipment. , . L-109-5 Addendum No: 1 , 109-3.8 109-3.9 109-3.10 L-854 RADIO CONTROL. The contractor shall furnish and install an L-854 radio control system complete with antenna. The power wiring, control wiring, conduit and circuit breaker shall be considered incidental to the installation' of the radio control unit. The radio control unit shall control all the regulators as indicated on the drawings and shall be connected to the new L-821 control panel in the air traffic control tower. The contractor shall submit schematic wiring diagrams for the control wiring to the, engineer for review prior to installation. The contractor shall apply for the radio frequency on behalf of the airport. The frequency shall be coordinated with the airport, FAA and FCC. The system shall be installed and wired as per the manufacturer. This work shall be paid for under the lump sum pay item for the Installation of Vault Equipment. . L-821 CONTROL PANEL. The contractor shall remove the existing L-821 control panel as inqicated on the drawings. The contractor shall furnish and install a L-821 Gontrol panel in the air traffic control tower. The control panel shall be located in the same place ,as the existing control panel. The contractor shall field measure and verify the dimensions required prior to, ordering the new panel., The panel shall be wired as per the manufacturer. .The contractor shall submit schematic wiring drawings to the engineer for review prior to installation. The power wiring, control wiring, conduit and cir~uit breaker shall be considered incidental to the installation of the L-821 control panel. The contractor shall verify the size of the control wiring to be routed from the airfield lighting vault to the L-821 control panel. The confrol cable, conduit, trenching and terminations shall be considered incidental to the L-821 control panel. The control panel and be fully tested and capable of controlling all the airfield lighting systems. This work shall be paid for under the lum sum pa item for the Installation of L-821 Control Panel. ;. DEMOLITION WORK. The contractor shall remove the eXIstmg runway regulators and L-821 control panel as indicated on the drawings. The working runway regulator and L-821 control panel shall be removed and delivered to the owner's storage facility as directed, along with any other materials that are wanted by the owner. The non-working regulator and any materials not wanted by the owner shall be disposed of by the contractor at a site off of airport property. L-109-6 Addendum No.1 v I I I I I 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 r . I I I I 109-4.1 109-5.1 Number, AC 150/5345-7 METHODS OF MEASUREMENT The quantity of vault equipment to be paid for under this item shall consist of the lump sum quantity of all equipment installed, connected, and accepted as a complete unit ready for operation. BASIS OF P A YMEN'][' Payment will be made at the contract lump sum price for each completed and accepted vault equipment installation. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: AC 150/5345-10 AC 150/5345-13 Item L-109A II1stallation of Vault Equipment, Complete--lump sum. Item L-109B Installation of L-821 Control Panel, Complete--Iump sum. FAA SPECIFICATIONS REFERENCED IN ITEM L-109 Title Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits Specification for Constant Curr~nt Regulators 'and Regulator Monitors ~pecification for L-841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits L-109-7 Addendum No. 1 AC 150/5345-26 AC 130/5345-49 Specification for L-823 Plug and Receptacle, Cable Connectors Specification for L-854 Radio Control Equipment I I I I I I I I I I Ii I I I I I , I I .\ I :'r ff L-109-8 Addendum No.1 I I I ,I I I I I I I 'I t I I II I I I I 110-1.1 110-2.1 110-2.2 110-2.3 ITEM L-ll0 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT , DESCRIPTION This item shall consist of underground electrical ducts and direct burial conduit installed in accordance with this specification at the locations and in accordance with the dimensions, design, and details shown in the plans. It shall also include all trenching, backfilling, removal, 'and restoration of any paved areas; mandreling, installation of steel drag wires and conduit markers'" capping; and the testing of the installation as a completed' 'conduit system ready for installation ~f cables, to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS GENERAL. (a) Proposed airport lighting equipment and materials shall be listed in FAA Bulletin. Other equipment and materials not listed in the FAA Bulletin shall be tested and certified by an independent testing laboratory which have been approved for testing by the FAA. (b) All other equipment and materials covered by other referenced specifications shall be subject to acceptance through the manufacturer's certification of compliance with the applicable speCifications. (c) Installation and materials shall be in accordance with the latest edition of the National Electrical Code, Standard Building Code, and all local codes. Apply and pay for all perrnitsand fees required f<?r this construction. . ' "\ . (d) Lists of the equipment and materials required for a particular system are contained in the applicable,advisory'circulars. CONCRETE. Concrete for markers shall conform to the requirements of ASTM C-387 and shall berated for 3000 psi minimum,compressive strength at 28 days. PLASTIC CONDUIT AND FITTINGS. Plastic conduit and fittings shall conform to the requirements ofNEMA Standards TC-2 and TC-3. Conduit and fittings shall' be Schedule 40 .polYv'iny1chloride (PVC). Fittings for use on plastic conduit systems shall be molded PVC plastic, furnished by the manufacturer of the plastic conduit. All screws, washers, and hardware shall be stainless steel. L-llO-l 110-2.4 110-3.1 110-3.2 GALVANIZED RIGID CONDUIT (GRC). Galvanized rigid conduit (GRC) shall conform to UL 6'and ASA C80.l with full weight screwed fittings. Bushings shall be malleable iron; bushings 1 1/4" and larger shall have insulated throat and grounding lug. I I I I ,I I I I I I I, I I I I I I I I CONSTRUCTION METHODS GENERAL. The Contractor shall install underground ducts and direct burial conduits at the approximate locations indicated in the drawings. The Engineer shall indicate specific locations as the work progresses. Ducts and conduits shall be of the size, material, and type indicated in the plans or proposal. All duct and conduit lines shall be laid so as to grade toward handholes, manholes, and duct ends for drainage. Grades shall be at least 3 inches per 100 feet. On runs where it is not practicable to maintain the grade all one way, the duct or conduit lines shall be grades from the center in both directions toward manholes, handholes, or duct ends. Pockets or traps where moisture may accumulate shall be avoided. The Contractor shall mandrel each duct and conduit. An iron..:shod mandrel, not more than 1/4-inch smaller than the bore of the duct shall be pushed through each duct or conduit by means of jointed conduit rods. The mandrel shall have a leather or rubber gasket slightly larger than the duct hole. All ducts and conduits shall be provided with a No. 10 gage galvanized iron or steel drag wire or equivalent plastic cord with 200 lb. tensile strength for pulling the permanent wiring. Sufficient length shall be left in manholes or handholes to bend the drag wire back to prevent it from slipping back into the duct. Where spare ducts or conduits are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed by the duct manufacturers, or with hardwood plugs conforming accurately to the shape ofthe duct and having the larger . ' end of the plug at least 114-inch greater in diameter than the duct. All ducts and condl!its shall be securely fastened in place during construction and progress of the work and shall be plugged to prevent seepage of grout, water, or dirt. Ap.y duct or conduit section having a defective joint shall not be installed. :( ,', All ducts installed under runways, taxiways, aprons, and other paved areas (except paved shoulders and overruns) shall be encased in a concrete envelope. DUCTS AND CONDUITS WITHOUT CONCRETE ENCASEMENT. Trenches for single-duct lines shall conform to the requirements of trenching as set forth in Item L-108. L-llO-2 , I I ,I I I I ,I ,I I ,I ,\ I I I I I I I 110-3.3 110-4.1 110-5.1 DUCT MARKERS. The location of the ends of all ducts shall be marked by a concrete slab marker 2 feet square and 4 inches thick extending approximately 1 inch above the surface. The markers shall be located above the ends of all ducts or duct banks, except where ducts te1JI1inate in a handhole, manhole, or building. The Contractor shall impress the word "DUCT" on each marker slab. He shall also impress on the slab the number and size of ducts beneath the marker. The letters shall be 4 inches high and 3 inches wide with width of stroke I/2-inch and II4-inch , , deep or as large as the ayailable ~pace permits. MrnTHOD OF MEASUREMENT The quantity of direct. burial conduit to be paid for under this item shall be the number of linear feet of direct burial conduit installed, measured in place, completed, and accepted, including concrete and fittings. Separate measurement shall be made for the various types and sizes. BASIS OF PAYMENT Payment will be made at the contraCt unit price for each type and size of direct burial conduit completed and accepted. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and' installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item L-IIOA Conduit, 2" PVC Schedule-40, Direct Burial, complete, in place--per linear foot. , :'r ,. L-llO-3 I I I II I I I I . I \1 --- I 'I I I I I I I ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS / DESCRIPTION 125-1.1 This item shall consist of airport lighting systems furnished and installed in accordance with this specification, the referenced specification, and the applicable advisory circulars. The systems are installed at the location and in accordance with the dimension, design, and details shown in the plans. This item shall include the , furnishing of all equipment, materials; services, and incidentals necessary to place the systems in operation as completed units to the satisfaction of the engineer. \. 125-1.2 Additional details pertaining to a specific system covered in this item are contained in the advisory circulars listed below. 125-1.3 AC 150/5340-24, Runway and Taxiway Edge Lighting System. 125-1.4 AC 150/5340-18, Standards for Airport Sign Systems. EQIDPMENT AND MATERIALS 125-2.1 GENERAL. (a) Proposed airport lighting equipment and materials shall be listed in FAA Bulletin. Other equipment and materials not listed in the FAA Bulletin shall be tested and certified by an independent testing laboratory "Yhich have been approved for testing by the FAA. (b) All other equipment and materials covered by other referenced specifications shall be subject to acceptance through the manufacturer's certification of compliance with the applicable specifications. (c) Installation and materials shall be in accordance with the latest edition of the National Electrical Code, Standard Building Code, and all local codes. Apply and pay for all permits and fees required for this construction. (d) Lists of the equipmenLand materials required for a particular system are contained in the applicable advisory circulars. 125-2.2 FAA SPEC EQUIPMENT. L-125-1 L-125-2 I I I I, I I I I , ~I I: ;1 I I I, I I I I (a) Certain items of airport lighting systems are covered by individual FAA equipment specifications. These specifications are listed below. The contractor shall furnish copies of Certification from an approved independent testing laboratory that the equipment proposed has been satisfactorily tested and is in compliance with the applicable FAA specifications. All equipment shall be furnished by manufacturers who have been continuously engaged in the manufacture of the products proposed for a minimum period of three (3) consecutive years immediately preceding the bid date. 1. TAXIWAY GUIDANCE SIGNS - AC 150/5345-44. FAA Spec L-858. See plans for type, size, style, and class. Signs shall comply with the maximum watts, maximum volt-amps, and minimum power factor indicated below. If signs are proposed which exceed the loads indicated, then the contractor will be responsible for furnishing any and all material necessary to increase the existing regulator capacity, if required, on all circuits which are affected by the increased load. Size 1, I-Face or 2-Face, Style 3: Char's Watts VA PF 1-2 130 145 .9 3-4 195 220 .9 5-6 275 305 .9 7-8 340 375 .9 Signs with more characters will be determined by adding the appropriate characters above for a combined load. 2. TRANSFORMERS - AC 150/5345-47. FAA Spec L-830, 6.6/6.6 amp. size per manufacturer's requirements for high intensity runway lights and 5- step signs. ::r TRANSFORMER BASES - AC 150/5345-42. Non-metallic bodies are NOT acceptable. 3., For non-load bearing light bases in earth and in paved shoulders, use FAA Type L-867, Class I, Size B, 12 inches diameter, 24 inches deep, non-load bearing, with two (2) 2-inch holes with rubber grommets (Flex-Conn ex) spaced at 180 degrees, I-inch drain hole, and external ground lug. Provide three (3) 2-holes with rubber grommets (Flex-Connex) spaced at 90 degrees for connections to signs as shown on drawings. 'I I I 'I I 'I I I I I \1 I I I I I I I I 125-2.3 125-2.4 For load bearing light bases in pavement, use FAA Type L-868, Class I, Size B, 12 inches diameter, 24 inches deep, load bearing, anti-rotation feet, with two (2) 2-inch holes with rubber grommets (Flex-Connex), spaced at 180 degrees, external an~ internal ground lug. For load bearing light base extensions in pavement, use FAA Type L-868, Class I, Size B, 12 inches diameter, depth as required, load bearing. I .. 4. CONNECTORS - AC 150/5345-26. FAA Spec L-823. .Type I for primary connections for isolating transformers; Type IT for secondary connections to isolating transformers. ' , 5. HIGH INTENSITY RUNWAY LIGHTS - AC 150/5345-46. FAA Type L- 862, with 6.6 Amp quartz halogen lamp and base mounting kit. Provide colored glass globes or filters for threshold lights and roll out lights as specified on the drawings. Non-metallic bodies are not acceptable. 6. IN-PAVEMENT HIGH INTENSITY RUNW A Y EDGE LIGHTS - AC 150/5345-46. FAA Type L-850C, photometries per FAA spec L-850 and ICAO requirements, with 6.6 Amp quartz halogen lamp(s) with a maximum wattage of 2 X 120 watts. Light fixtures shall be suitable for mounting on 'a size B, 12-inch diameter Type L-868 transformer base. Provide colored glass lens or filters for roll out lights as specified on the drawings. Non-metallic bodies are not acceptable. 7. PRECISION APPROACH PATH INDICATOR SYSTEM - AC 150/5345- 28D, Type L-880 (4 unit system), 2-1amps per unit, Style B (constant current system), Class I or II, with lamp bypass devices. A complete set of aiming and calibration equipment (clinometer) encased in a suitable carrying case shall be provided. Transformers, transformer bases, concrete pads, conduit, control wiring and connectors shall be provided in accordance with the requirements herein. (b) All other equipment and materials covered by other referenced specifications shall be subject to acceptance through the manufacturer's certification of compliance w{[h the applicable specifications. TAPE. Rubber and plastic electriCal tapes shall be Scotch Electrical Tape Numbers 23 and 88, respectively, as manufactured by the Minnesota Mining and Manufacturing Company, or an approved equal. CONCRETE. Concrete for light foundations shall conform to the requirements of ASTM C-387 and shall be rated for 3000 psi minimum compressive strength at 28 days. L-125-3 125-2.5 125-3.1 125-3.2 125-3.3 125-3.4 125-3.5 CONDUIT. Rigid steel conduit and fittings shall conform to the requirements of Underwriters Laboratories Publications UL-6. I I II I I I' I I I I I ,I I I I I I I I CONSTRUCTION METHODS GENERAL. The installation and testing details for the systems shall be as specified in the applicable advisory circulars. PLACING LIGHTS. The light fixtures shall be installed on the existing light bases as indicated on the drawings. Where required, light fixtures shall be mounted on new light bases as indicated on the drawings. The exact location shall be as directed by the engineer. LIGHT BASE AND JUNCTION BOX. The light base shall be installed in paved shoulders as indicated on the drawings. The cable entrance hubs shall be oriented in the proper direction. Level the base so that the mounting flange surface is approximately 1 inch above the finished grade. With the base properly oriented and held at the proper elevation, place approximately 4 inches (10 em) of concrete backfill around the outside of the base. The top of the concrete is sloped away from the flange portion of the base so the sloped outer edges of the concrete are at surface grade. In conduit systems installed in soil conditions of good drainage, use light bases having a drain hole to prevent water accumulation. LIGHT FIXTURES - GENERAL. The light fixture will be supplied un assembled and consist of an optical system, lamp, connecting leads, and a mounting assembly. , The installer shall assemble, connect to mounting, level, and adjust the light fixture in accordance with the manufacturer's instructions. Care should be taken that the lamp specified by the manufacturer, for the particular use of the light fixture, is installed. ,The light fixtures shall be leveled and aligned, where appropriate, within 1 degree. The maximum height of the top of the elevated light fixture is 14 inches (35 em) above the finished grade. In order to facilitate maintenance of light fixtures, identification numbers shall be installed by the following or similar methods. (a) LD. tags shall be 3 ply plastic or brass disk with an aluminum wire to attach it to the light. Install ID tags on all lights. See plans for,details. LIGHT FIXTURES MOUNTED ON EXISTING BASES. The contractor shall remove the existing light fixture, base cover plate land isolation transformer. The existing light base shall remain in place. Plugged bolt holes shall be cleared, drilled, and retapped as necessary. The contractor shall furnish and install new light fixture, base cover plate, gasket, stainless steel bolts, isolation transformer and complete connector kits. The new lights shall be mounted on the existing bases as required to create an operational high intensity runway light. L-125-4 I )1 I ,I 1\ I I " I 'I I ,I Ii I I I il I I I I 125-3.6 ' 125-3.7 125-3.8 125-3.9 , IN-PA VEMENT LIGHTING FIXTURES. Installation of in-pavement light fixtures shall be as detailed on drawings. The contractor shall core drill a 36-inch diameter hole at the location of the light base. The contractor shall then place the new light base in the" hole and, i!lstall the conduit system. The contractor shall connect the conduit into the base using liquid tight flexible conduit. When the conduit is connected, the base shall be secured in the proper alignment and elevation, and the con~rete backfill placed. The contractor shall install top sections on the existing lower transformer base sections as indicated on the drawing. The contractor shall connect the conduit into the existing system as indicated on the drawings. A setting jig must be used to set proper elevation and'alignment for the light bases. When the base and jig have been secured, concrete shall be placed around the light base for anchorage:' Mter the concrete has adequately cured, the jig shall be removed. The contractor spall complete the light fixture and wiring installation. The finished installation shall be level with the fInished pavement surface Ci: 1/16-inch). " , BLANK COVER PLA TES MOUNTED ON EXISTING BASES. The contractor shall remove the existing light fixture, base cover plate and isolation transformer. The existing light base shall remain in place. Plugged bolt holes shall be cleared, drilled, and retapped as necessary. The contractor shall furnish and install new 3/8" blank steel cover plate, gasket and stainless steel bolts. The light base shall be used as,a pull box. , " NEW GUIDANCE SIGNS. For existing signs and concrete pads being removed, the contractor shall construct a concrete pad to mount the new signs on. Reinforce with wire mesh to meet load requirements and/or crack control. Finish the exposed surface of' the concrete, to a smooth finish. Install a minimum of one L-867 transformer housing in or at each concrete foundation for illuminated sign,s. Where required, place anchor bolts, in the concrete pad or footing for additional flange supports. If the sign is to be mounted on an L-867 housing, adjust and firmly hold it in, place during construction of the concrete pad or foundation so that the upper sufface of the housing flange will be maintained level with :!:2 degrees and not more than 3/8 inch (l em) above, the concrete surface. All other bearing surfaces for additional flange supports should be kept in the same horizontal plane as the base housing flange. ISOLATION TRANSFORMERS FOR EXISTING SIGNS. The contractor shall remove the existing isolation transformer for the hold bar signs and runway distance remaining signs as' indicated on the drawings. The existing sign and transformer base shall remain in place. The contractor shall furnish and install new "L-125..;S 125-3.10 , 125-3.11 isolation transformer, extension cord and connectors as required by the existing sign manufacturer. I II it I~ ,(I I I I I I I " I I il I, I ~,I I I SPARE RUNWAY LIGHTS. Spare runway lights shall be furnished and turned overto the owner. Each spare runway light shall consist of a glass globe (color as indicated), globe gasket, latch clamping band, quartz halogen lamp, head assembly, connecting leads, mounting column, frangible coupling, and an isolation transformer. Half the spare globes shall be right toe-in and the other half shall be left toe-in. The L-867' transformer base, cover plate and base gasket are not required. The spare runway light fixtures shall be delive~edto' the owner's storage facility as directed by the own~r. P API UNITS. The contractor shall remove the existing V ASl units as indicated on the drawings and turn them over to the owner. The P API units shall be installed as indicated on the drawings. The installer shall assemble, mount"level, and adjust the PAPI units in accordance with the manufacturer's instructions and the FAA requirements. The contractor shall construct concrete pads with L-867D transformer bases for each P API unit. The system shall be a style "B" which is a , constant current system. The -contractor shall verify the exact location with the Engineer, prior to installation. The control cable shall be installed in conduit and shall be as, required by the P API manufacturer and shall be cc;msidered incidental to the installation of the P API, system. The contractor shall' furnish one clinometer (aiming device) for the Owner and shall train the Owners personnel to use the device to aim the P API units. The existing obstructions on the runway 26 end shall be removed by the Owner. The contractor shall set the approach angle for 3 degrees. The Owner and contractor shall verify that the obstructions have been removed. prior, to energizing the P API system. The contractor shall install a gravel barrier with a soil sterilant. See drawings for details. Soil sterilants shall be the commercial brand of Roundup by Monsanto and Surflan 75W by Elanco. Other brands may be ~ubstituted by an equal product that will provide the quantity of like active chemicals. Application Rate - Roundup - 5 quarts per acre. Surflan 75W - 2-1/2 Ibs. Per acre. The soil sterilants shall be mixed together for two applications in accordance with label. directions. The first application shall be allowed to remain a minimum of seven (7) days to take effect. The second application shall remain open for two to three (2-3) days before placing gravel barrier in treated area. The mixture may be applied with any sprayer that will apply the spray uniformly. Sprayer shall be checked before and during use to ensure proper, application. The L-125-6 'I \1 I! I 1\ I I I I I 'I I I I 'I I I I I 125-3.12 125-3.13 125-4.1 125-5.1 specified amounts shall be added to clean water in the sprayer tank during the filling operation. Material must be in suspension at all times by continuous agitation. Care shall be taken to prevent spillage on slopes or grassed areas to remain. Damage to vegetated areas, crops, livestock, wildlife, and to general environment, which results from careless handling of sterilants, shall be replaced or repaired as directed by the Engineer at the Contractor's expense. The treated areas shall be cleaned of vegetation prior to sterilization and placement of gravel barrier. TEMPORARY LIGHTS AND CABLE. Temporary lights arid cable shall be required to keep all circuits continuous and operational. The cost of the temporary lights and cable shall be considered incidental to this project and NO separate pay item shall be made. DEMOLITION WORK. The contractor shall remove the existing V ASI units, light fixtures, isolation transformers, and components as indicated onthe drawings. Holes created by demolition work, shall be backfilled with suitable earth fill material. V ASI units, light fixtures, bases, stakes, and isolation transformers shall be removed and delivered to the owner's storage facility as directed, along with any other materials that are wanted by the owner. Concrete pads and any materials not wanted by the owner shall be disposed of by the contractor at a site off of airport property. METHOD OF MEASUREMENT The quantity of lights and signs to be paid for under this item shall be the number of / each size and type installed as completed units in place, ready for operation, and accepted by the engineer. , BASIS OF pAYMENT Payment will be made at the contract unit price for each complete light installed in place by the Contractor arid accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item L-125A L-862 High Intensity Runway Light, Mounted on L-867 Base in Paved Shoulder, Complete--per each. ' L-125-7 Item L-125B Item L-125C Item L-125D Item L-125E Item L-125F Item L-125G Item L-125H Item L-125I Item L-1251 Item L-125K Item L-125L Item L-125M ltC'll L-125N Item L-1250 L-862 High Intensity Runway Light, Mounted on Existing Base, Complete--per each. I I II. I' .1 I I I I I, I I " I I, I I I I L-850C,Semi-Flush High Intensity Runway Light, Mounted onL-868 Base in Pavement, Complete--per each. L-850C Semi-Flush High Intensity Runway Light, \ L-868 Base Extension Mounted on ExistingL-868 Base in Pavement, Complete--per each. 3/8" Blank Steel Cover Plate Mounted on Existing Base, , Complete--per each. Remove Runway or Threshold Light Fixture, Base Cover j>late and Isolation Transformer, Complete--per each. Sign, Size 1, Style 3, Double Face, 3-4 Character--per each. Sign, Size 1, Style 3, Double Face, 5-6 Character--per each. Remove Hold Bar Sign and Concrete Pad, Complete--per each. Hold Bar Sign Isolation Transformer, Style 3 for Size 1, Double Face, 5-6 Character--per each. Runway Distance Remaining Sign Isolation Transformer, Style 3 for Size 4, Double Face, 1 Character--per each. Remove Hold Bar or Runway Distance _ Remaining Sign Isolation Transformer, Complete--per each. L-867D Transformer Base with 3/8" Blank Steel Cover Plate, Mounted in Earth, Complete--per each. L-862 High Intensity Threshold Light, Mounted on Existing Base, Complete--per each. Spare L-862 High Intensity Runway Light Fixture and Isolation Transformer, Clear/Clear Globe, Complete--per each. L-125-8 I I 1\ I I I I, I 'I I I I, I I I 'I I I I Item L-125P Spare L-862 High Intensity Runway Light Fixture and Isolation Transformer, ClearlY ell ow Globe, Complete--per each. Item L-125Q Spare L-862 High Intensity Threshold Light Fixture and Isolation Transformer, Red/Green Globe, Complete--per 1 , each. Item L-125R L:-880 P API System, Style B, Complete, Per Runway--per each. FEDERAL SPECIFICATIONS REFERENCED IN ITEM L-125 Number Title WW-C-581 Conduit, Metal, Rigid; and Coupling, Elbow; and Nipple, Electrical Conduit: Zinc- Coated. FAA SPECIFICATIONS REFERENCED IN ITEM L-125 Number Title AC 150/5340-24 Runway and Taxiway Edge Lighting System. AC 150/5340-18 Standards for Airport Sign Systems. AC 150/5345-47 Isolation Transformers for Airport Lighting Systems. AC 150/5345-46 Runway and Taxiway Light Fixtures. AC 150/5345-44 Specification for Taxiway and Runway Signs. \- AC 150/5345-42 .;:\ Specification for Airport Light Base and Transfomier Housings. AC 150/5345-28 Precisi<?n Approach Path Indicator (PAP!) System. AC 150/5345-26 Specification for L-823 Plug and Receptacle, Connectors, Cable. , , L-125-9