Loading...
HomeMy WebLinkAboutCONTRACT FOR WIND CONE, SEGMENTED CIRCLE AND SIGNAGE AT DANIEL FIELD AIRPORT 1 1 ' CONTRACT DOCUMENTS AND SPECIFICATIONS for WIND CONE&SEGMENTED CIRCLE ' DANIEL FIELD AIRPORT MAY, 2016 WKD#20160053.00.AT Prepared for AUGUSTA-RICHMOND COUNTY GENERAL AVIATION COMMISSION 1775 HIGHLAND AVENUE ' AUGUSTA, GA 30901 OF sS1.NAL i V 'V Plans&Specifications 0,s, '*G:NE.E?' Prepared by f� R W.K.Dickson&Co.,Inc. 1450 Greene Street,Suite 225 ' Augusta,Georgia 30901 Phone:(706)722-3479 1 1 I 1 1 1 Intentionally Left Blank I 1 I 1 I 1 ADDENDUM ONE To Contract General Conditions and Technical Specifications for Augusta-Daniel Field Airport ' Wind Cone and Segmented Circle and Runway Signage Augusta,Georgia GDOT#AIPXXX 7II i-XX(XXX)-WKD#20160053.00.AG October 5,2016 Bidders and other interestedP arties are informed that the above referenced plans,specifications and contract documents are hereby revised,changed and supplemented as set forth below: ' TO CONTRACTOR ' This Addendum forms a part of the Contract Documents and modifies the Contract Documents dated June 2016. ' Below are changes,additions,and/or clarifications to the bid documents for this project. ' SPECIFICATIONS 1. Section 70-Delete old Section 70 in its entirety and insert new Section 70 in its entirety(attached). Note 70-09 has been revised,however,as specified below in Special Provisions,blasting is still not permitted. 2. Division III - Delete old Division III in its entirety and insert new Division III in its entirety ' (attached). A new special provision has been added stating that blasting is not permitted. Also, a special provision has been added noting which type,size,style,class,and mode of sign is being used from specification L-125. PLANS ' 1. 04.02 — A note has been added to the segmented circle detail calling for the required psi, and referencing the specification. ' Attachments Section 70 Division III Sheet 04.02 Signage Details END OF ADDENDUM ONE ' Addendum One October 5,2016 Augusta-Daniel Field Airport Wind Cone and Segmented Circle and Runway Signage WKD Project No.20160053.00.AG 1 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.The Contractor 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 or her officers,agents,or , servants against any daim or liability arising from or based on the violation of any such law, ordinance,regulation,order,or decree,whether by the Contractor or the Contractor's employees. , 70-02 Permits,licenses,and taxes. The Contractor shall procure all permits and licenses,pay all charges,fees, and taxes,and give all notices necessary and incidental to the due and lawful execution 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,the Contractor shall provide for such use by suitable legal agreement with the Patentee or Owner.The Contractor and the surety shall indemnify and hold 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 execution or after the completion of the work 70-04 Restoration of surfaces disturbed by others.The Owner reserves the right to authorize the construction,reconstruction,or maintenance of any public or private utility service,FAA or National Oceanic and Atmospheric Administration(NOAA)facility,or a utility service of another government agency at any time during the progress of the work To the extent that such construction,reconstruction,or maintenance has been coordinated with the Owner,such authorized work(by others)is indicated as follows: Refer to the Construction Plans or Contact the Engineer for Utility Contact Information. Except as listed above,the Contractor shall not permit any individual,firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the Owner of public or private utility service,FAA,or NOAA facility,or a utility service Augusta-Richmond County General Provisions General Aviation Commission Authority II-1 Wind Cone andented Circle WKD Project Number 20160053.00.AT 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 to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. ' When ordered as extra work by the Engineer,the Contractor shall make all necessary repairs to the work which are due to such authorized work by others,unless otherwise provided for in the contract,plans,or specifications.It is understood and agreed that the Contractor shall not be ' entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. ' 70-05 Federal aid participation.For Airport Improvement Program(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 request to the FAA.In consideration of the United States Government's(FAA's)agreement with the Owner,the Owner has included provisions in this contract pursuant to the requirements of Title 49 of the USC and the Rules and Regulations of the FAA that pertain to the work. ' bythe the contract work is subject to the inspection and approval of duly required USC, � Pe PP authorized representatives of the FAA Administrator,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 USC,the rules and regulations implementing the USC,or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere,in any way,with the rights of either party to the contract. 70-06 Sanitary,health,and safety provisions.The Contractor shall provide and maintain in a neat,sanitary condition such accommodations for the use of his or 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 that are unsanitary,hazardous,or dangerous to his or her health or safety. ' 70-07 Public convenience and safety.The Contractor shall control his or her operations and those of his or her subcontractors and all suppliers,to assure the least inconvenience to the traveling public.Under all circumstances,safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his or her own operations and those of his or her subcontractors and all ' suppliers in accordance with the subsection 40-05 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 80-04 titled LIMITATION OF ' Augusta-Richmond County General Provisions General Aviation Commission Authority 11-2 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I OPERATIONS of Section 80 hereinafter. 70-08 Barricades,warning signs,and hazard markings. The Contractor shall furnish, erect, and I maintain all barricades,warning signs,and markings for hazards necessary to protect public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated.Unless otherwise specified,barricades,warning signs,and I markings for hazards that are in the air operations area(AOAs)shall be a maximum of 18 inches (0.5 m)high. Unless otherwise specified,barricades shall be spaced not more than 4 feet (1.2 m) I apart.Barricades,warning signs, and markings shall be paid for under subsection 40-05. For vehicular and pedestrian traffic,the Contractor shall furnish,erect, and maintain barricades, I warning signs, lights and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices. When the work requires closing an air operations area of the airport or portion of such area,the I Contractor shall furnish,erect,and maintain temporary markings and associated lighting conforming to the requirements of advisory circular(AC) 150/5340-1,Standards for Airport I Markings. The Contractor shall furnish,erect,and maintain markings and associated lighting of open I trenches,excavations,temporary stock piles,and the Contractor's parked construction equipment that may be hazardous to the operation of emergency fire-rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2,Operational Safety on I Airports during Construction. The Contractor shall identify each motorized vehicle or piece of construction equipment in I reasonable conformance to AC 150/5370-2. The Contractor shall furnish and erect all barricades,warning signs,and markings for hazards I prior to commencing work that requires such erection and shall maintain the barricades, warning signs,and markings for hazards until their removal is directed by the Engineer. I Open-flame type lights shall not be permitted. 70-09 Use of explosives.When the use of explosives is necessary for the execution 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. I All explosives shall be stored in a secure manner in compliance with all laws and ordinances,and I all such storage places shall be clearly marked.Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and,in general,not closer than 1,000 feet(300 m) from the work or from any building,road,or other place of human occupancy. I The Contractor shall notify each property Owner and public utility company having structures or Augusta-Richmond County General Provisions I General Aviation Commission Authority II-3 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I I • facilities in proximity to the site of the work of his or her intention to use explosives.Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet(300 m)of the airport property. i 70-10 Protection and restoration of property and landscape.The Contractor shall be I 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 execution of the work,resulting from any act,omission,neglect,or misconduct in manner or method of executing the work,or at any time due to defective work or materials,and said responsibility shall not be released until the project has been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act,omission,neglect,or misconduct in the execution of the work,or in consequence of the non-execution thereof by the Contractor,the Contractor shall restore, at his or her own expense,such property to a condition similar or equal to that existing before such damage or injury was done,by repairing,or otherwise restoring as may be directed,or the IContractor shall make good such damage or injury in an acceptable manner. 70-11 Responsibility for damage claims.The Contractor shall indemnify and save harmless the Engineer and the Owner and their officers, and employees from all suits,actions,or claims,of any character,brought because of any injuries or damage received or sustained by any person, persons,or property on account of the operations of the Contractor;or on account of or in consequence of any neglect in safeguarding the work;or through use of unacceptable materials in constructing the work;or because of any act or omission,neglect,or misconduct of said Contractor;or because of any claims or amounts recovered from any infringements of patent, trademark,or copyright or from any claims or amounts arising or recovered under the "Workmen's Compensation Act,"or any other law,ordinance,order,or decree.Money due the Contractor under and by virtue of his or her contract considered necessary by the Owner for such purpose may be retained for the use of the Owner or,in case no money is due,his or her surety may be held until such suits, actions,or claims for injuries or damages 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 or she is adequately protected by public liability and property damage insurance. i 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 for Augusta-Richmond County General Provisions General Aviation Commission Authority 11-4 Wind Cone and Sevtented Circle WKD Project Number 20160053.00.AT I the public or any member thereof,a third party beneficiary or to authorize anyone not a party to I the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. I 70-13 Opening sections of the work to traffic.Should it be necessary for the Contractor to complete portions of the contract workfor the beneficial occupancy of the Owner prior to I 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 t work on or before the date specified or as otherwise specified.The Contractor shall make his or her own estimate of the difficulties involved in arranging the work to permit such beneficial occupancy by the Owner as described below: I Refer to the Construction Plans for Phasing of Work. Upon completion of any portion of the work listed above,such portion shall be accepted by the I Owner in accordance with the subsection 50-14 titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the I Engineer in writing.Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis,such openings shall be made when,in the opinion of the I 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 I constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract.Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his or her I expense. The Contractor shall make his or her own estimate of the inherent difficulties involved in I 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 Contractor shall be required to conform to safety standards contained AC 150/5370-2(see I Special Provisions). Contractor shall refer to thea approved Construction SafetyPhasingPlan(CSPP) to iden ' I PPr �5' barricade requirements&other safety requirements prior to opening up sections of work to traffic. I 70-14 Contractor's responsibility for work Until the Engineer's final written acceptance of the entire completed work,excepting only those portions of the work accepted in accordance with I the subsection 50-14 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 I from the non-execution of the work.The Contractor shall rebuild,repair,restore,and make good all injuries or damages to any portion of the work occasioned by any of the above causes Augusta-Richmond County General Provisions I General Aviation Commission Authority II-5 Wind Cone and Segmented Circle I WKD Project Number 20160053.00.AT before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of 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,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&shall erect necessary temporary structure,signs,or other facilities at his or her expense.During such period of suspension of work,the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seeding,and sodding furnished under the contract,and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. ' 70-15 Contractor's responsibilityfor utilityservice and facilities of others.As provided in the subsection 70-04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this ' section,the Contractor shall cooperate with the Owner of any public or private utility service, FAA or NOAA,or a utility service of another government agency that may be authorized by the ' Owner to construct,reconstruct or maintain such utility services or facilities during the progress of the work.In addition,the Contractor shall control their operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services,FAA,or NOAA facilities, or utility services of another governmental agency are known to exist within limits of the contract work, ' the approximate locations have been indicated on plans and Owners are indicated as follows: Refer to the Construction Plans or Contact the Engineer for Utility Contact Information. ' It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services,facilities,or ' structures that may be shown on the plans or encountered in the work.Any inaccuracy or omission in such information shall not relieve the Contractor of the responsibility to protect such existing features from damage or unscheduled interruption of service. ' It is further understood and agreed that the Contractor shall,upon execution of the contract, notify the Owners of all utility services or other facilities of his or her plan of operations. Such ' notification shall be in writing addressed to THE PERSON TO CONTACT as provided in this subsection and subsection 70-04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section.A copy of each notification shall be given to the Engineer. ' In addition to thegeneral written notificationprovided,it shall be there responsibility of the sP tY ' Contractor to keep such individual Owners advised of changes in their plan of operations that would affect such Owners. ' Prior to beginning the work in the general vicinity of an existing utility service or facility, the Augusta-Richmond County General Provisions General Aviation Commission Authority 11-6 ' Wind Cone and Se ted Circle WKD Project Number 20160053.00.AT I Contractor shall again notify each such Owner of their plan of operation.If,in the Contractor's I 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 I induded 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 I 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 days'notice shall be cause for the Owner to suspend the I 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 I ground, the Contractor shall be required to use hand excavation methods within 3 feet(1 m) of such outside limits at such points as may be required to ensure protection from damage due to I the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by I accident or otherwise,the Contractor 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 I and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. I The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to their operations whether due to negligence or accident.The Owner reserves the I right to deduct such costs from any monies due or which may become due the Contractor,or his or her surety. 70-15.1 FAA facilities and cable runs.The Contractor is hereby advised that the construction limits of the project include existing facilities and buried cable runs that are owned,operated and maintained by the FAA.The Contractor,during the execution of the project work,shall I comply with the following: a.The Contractor shall permit FAA maintenance personnel the right of access to the project I work site for purposes of inspecting and maintaining all existing FAA owned facilities. b.The Contractor shall provide notice to the FAA Air Traffic Organization(ATO)/Technical I Operations/System Support Center(SSC)Point-of-Contact through the airport manager a minimum of seven(7)calendar days prior to commencement of construction activities in I order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages. c. If execution of the project work requires a facility outage,the Contractor shall contact the I FAA Point-of-Contact a minimum of 72 hours prior to the time of the required outage. Augusta-Richmond County General Provisions I General Aviation Commission Authority 11-7 Wind Cone and Seg ted Circle WKD Project Number 20160053.00.AT I d.Any damage to FAA cables, access roads,or FAA facilities during construction caused by the Contractor's equipment or personnel whether by negligence or accident will require ' the Contractor to repair or replace the damaged cables,access road,or FAA facilities to FAA requirements. The Contractor shall not bear the cost to repair damage to ' underground facilities or utilities improperly located by the FAA. e.If the project work requires the cutting or splicing of FAA owned cables,the FAA Point- of-Contact shall be contacted a minimum of 72 hours prior to the time the cable work commences.The FAA reserves the right to have a FAA representative on site to observe the splicing of the cables as a condition of acceptance.All cable splices are to be ' accomplished in accordance with FAA specifications and require approval by the FAA Point-of-Contact as a condition of acceptance by the Owner.The Contractor is hereby advised that FAA restricts the location of where splices may be installed.If a cable splice ' is required in a location that is not permitted by FAA,the Contractor shall furnish and install a sufficient length of new cable that eliminates the need for any splice. ' 70-16 Furnishing rights-of-way.The Owner will be responsible for furnishing all rights-of-way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 Personal liability of public officials.In carrying out any of the contract provisions or in exercising any power or authority granted by this contract,there shall be no liability upon the Engineer,his or her authorized representatives,or any officials of the Owner either personally or as an official of the Owner.It is understood that in such matters they act solely as agents and ' representatives of the Owner. 70-18 No waiver of legal rights.Upon completion of the work,the Owner will expeditiously ' make final inspection and notify the Contractor of final acceptance.Such final acceptance, however, shall not predude or stop the Owner from correcting any measurement,estimate,or certificate made before or after completion of the work,nor shall the Owner be precluded or ' stopped from recovering from the Contractor or his or her surety,or both,such overpayment as may be sustained,or by failure on the part of the Contractor to fulfill his or her obligations under the contract.A waiver on the part of the Owner of any breach of any part of the contract ' shall not be held to be a waiver of any other or subsequent breach The Contractor,without prejudice to the terms of the contract, shall be liable to the Owner for ' latent defects,fraud,or such gross mistakes as may amount to fraud,or as regards the Owner's rights under any warranty or guaranty. ' 70-19 Environmental protection.The Contractor shall comply with all Federal,state,and local laws and regulations controlling pollution of the environment.The Contractor shall take necessary precautions to prevent pollution of streams,lakes,ponds, and reservoirs with fuels, oils,bitumens,chemicals,or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. Augusta-Richmond County General Provisions General Aviation Commission Authority II,g ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I 70-20 Archaeological and historical findings.Unless otherwise specified in this subsection,the I a Ss Pe Contractor is advised that the site of the work is not within any property,district,or site,and I does not contain any building,structure,or object listed in the current National Register of Historic Places published by the United States Department of Interior.Should the Contractor encounter,during his or her operations,any building,part of a building,structure,or object that I is incongruous with its surroundings,the Contractor shall immediately cease operations in that location and notify the Engineer.The Engineer will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume operations or to suspend I operations as directed. Should the Owner order suspension of the Contractor's operations in order to protect an I archaeological or historical finding, or order the Contractor to perform extra work,such shall be covered by an appropriate contract change order or supplemental agreement as provided in the subsection 40-04 titled EXTRA WORK of Section 40 and the subsection 90-05 titled PAYMENT I FOR EXTRA WORK of Section 90.If appropriate,the contract change order or supplemental agreement shall include an extension of contract time in accordance with the subsection 80-07 I titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 I I I I I I I I I Augusta-Richmond County General Provisions General Aviation Commission Authority II-9 Wind Cone and Segmented Circle I WKD Project Number 201.60053.00.AT 1 1 1 1 I 1 ' Augusta-Richmond County Construction Safety and Plan General Aviation Commission Authority CPP-10 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT DIVISION II[ SPECIAL o�IoNs � 1 1 1 1 1 1 1 1 1 t I 1 SPECIAL PROVISIONS I 1. GENERAL 1.1 These Special Provisions are supplemental to the General Provisions and shall be I considered as a part of the specification and Contract. In case of conflict between stipulations of the Special Provisions and the specifications or plans,the Special Provisions shall take precedence and govern. The Engineer shall make int-ipretations of the plans I and specifications. SEQUENCE OF CONSTRUCTION I Work is scheduled to begin in the Spring 2016.During this time, the airfield will remain open to aircraft traffic. Contractor may be required to remove personnel and equipment from the areas adjacent to the runway during times of arriving and departing aircraft. 2. PRELIMINARY MATTERS 2.1 The Contractor shall submit to the Engineer all shop drawings required for the work.All shop drawings shall be carefully reviewed for accuracy and conformance by the Contractor;clearly indicate the products and materials being submitted for review; I and shall bear the Contractor's stamp of approval before being forwarded to the Engineer. Shop drawings shall be submitted in such time as to cause no delay to the work or any part thereof. The Engineer shall review the shop drawings with reasonable promptness,noting desired corrections. The Engineer shall retain two (2)copies of the shop drawings and shall return the remaining copies to the Contractor for corrections. I The Contractor shall furnish corrected drawings to the Engineer. The Engineer shall retain two (2) copies of the corrected drawings and will return the balance of the reviewed drawings to the Contractor. I Approval of shop drawings by the Engineer shall not be construed as relieving the Contractor from responsibility for compliance with terms or designs of the Contract Documents nor from responsibility for errors of any sort in the shop drawings. 3. CORRELATION,INTERPRETATION AND INTENT OF CONTRACT DOCUMENTS I 3.1 It is the intent of the Specifications and Drawings to describe a complete project in accordance with the Contract Documents. The Contract Documents comprise the entire contract between the Owner and the Contractor. They may be altered only by a modifiration. 3.2 In resolving such conflicts, errors and discrepancies, the documents shall be given I preference in the following order: Construction Agreement, Proposal, Modifications and Addenda, Instructions to Bidders, General Conditions, Drawings, Detailed Specifications. Figure dimensions on drawings shall govern over general drawings, and detailed I drawings shall govern over general drawings. Augusta-Richmond County Special Provisions I General Aviation Commission Authority III-1 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I f DECISIONS OF ENGINEER ' The Engineer shall have general administration and direction of the work.When directed by the Owner, they shall inform the Contractor to stop the work whenever such stoppage may be necessary to insure the proper execution of the Contract. The Engineer shall make decisions on all claims of the Contractor and on all other matters relating to the execution and progress of the work or the interpretation of the Contract Documents. SPECIFICATIONS AND DRAWINGS TO BE COOPERATIVE ' The specifications, the plans accompanying them and the other Contract Documents, shall be supplementary to each other, and any material, workmanship, and/or service which may be in one but not called for in the others shall be as binding as if indicated, called for, or implied by all. The Contractor will understand that the work herein described shall be complete in ' every detail, notwithstanding every item necessarily involved is not particularly mentioned and the Contractor shall be held to provide all labor and material necessary ' for the completion of the indicated work. The Contractor shall,before the award of the contract, report in writing to the Engineers ' any discrepancy which he may discover between the drawings and the specifications. If the Contractor fails to call such discrepancy to the attention of the Engineers, the subsequent decisions of the Engineers as to which is correct shall be binding and final. ' Should any error and inconsistency appear in drawings or specifications, the Contractor, before proceeding with the work shall make mention of the same to the Engineers for proper adjustment and hi no case shall he proceed with the work in uncertainty. DRAWINGS The drawings generally shown work fully drawn out on only a portion of the drawings, the remainder being in outline. The drawn out work must be understood as applying to other like or similar places. ' Large scale or full size details will be furnished by the Engineer for work which, in his opinion, shall require such drawings,but these shall be considered as explanatory of the drawings and specifications, and not as indicating additional work. Details shall be accurately followed and any deviations therefrom shall be cause for the rejection of any work so executed. ' All necessary dimensions are given on the drawings and shall, in all cases, except where a discrepancy occurs,be followed exactly. The figures and notes on the drawings showing dimensions shall be used instead of scaling. Augusta-Richmond County Special Provisions General Aviation Commission Authority 111-2 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I Allprints and specifications issued to the Contractor are understood to be the propertyof I P� the Engineer and are to be returned to him when no longer required for use on the work, I whether paid for or not,and shall not be duplicated or copied without his permission. ACQUAINTANCE WITH CONDITIONS The Contractor shall be fully aware of all conditions affecting or that might affect the I successful completion of the work or the safety of the completed work. Before submitting his proposal, he shall have examined the site of the work and compared the actual I conditions on the site with those shown or represented by the plans and specifications, and shall have determined the existence of all physical features, obstructions above or below ground, ground elevations, etc., on or adjacent to the site, that might affect the I work in progress or completed. The Contractor shall have determined all excavations or fill required to make the site accessible and the protection required against excessive I measures of the elements, wind, rain, sun to insure the safety of the work. No allowance will be made in the behalf of the Contractor for his failure to adequately familiarize himself with all conditions and no claim will be permitted for relief due to I unforeseen conditions. Immediately upon beginning the job, the Contractor shall check all dimensions of the I present work, including the work done by other contractors on this project which affect his work,and shall report to the Engineer any discrepancy between these dimensions and those shown on the plans. I POSSESSION OF SITE AND RESPONSIBILITY Upon taking possession of the site,the Contractor shall be responsible thereafter until the I final acceptance of the work by the Owner for the management,care and maintenance of the site and the work,both new and existing, and shall be solely and wholly responsible for damage thereto and for any and all injury to persons or property incident to or on I account of the claims or suits arising therefrom,without loss or expense to the Engineer or Owner. Any approval of means or methods of construction, or protection of persons or property, shall not relieve the Contractor from sole responsibility for the adequacy of such means or methods. 4. USE OF PREMISES The Contractor shall confine his/her apparatus,the storage of materials and the operations of his/her workers to limits indicated by law, ordinances, permits and directions of the Engineer and shall not exceed those established limits in his operation. The Contractor shall not load or permit any part of any structure to be loaded with a I weight that will endanger its safety. The Contractor shall enforce all of the Engineer's instructions, including, but not limitedIl to,those regarding signs,advertisements,fires and smoking. Augusta-Richmond County Special Provisions I General Aviation Commission Authority III-3 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 5. LIMITATIONS OF WORK AREA ' Limited parking areas, for employees of the Contractor and the subcontractors, shall be designated in the vicinity of the project,and it shall be the responsibility of the Contractor to require such employees to park in this designated area and not any area which may interfere with the operations in and around the construction site. The Contractor and his/her employees and all subcontractors and their employees shall be ' aware of the security procedures in effect in the work area. Full responsibilities will be explained at the preconstruction conference. ' PROJECT AREA ACCESS The Contractor shall utiii7e a haul route on airport property as located on the Project Layout,Phasing and Construction Safety Plan. At no time will construction equipment ' be allowed on the active portions of the runway,terminal area,hangars,and apron areas. The Contractor will be required to park their equipment and stockpile materials in the ' areas indicated on the Project Layout, Phasing and Construction Safety Plan. All areas disturbed outside of the normal construction limits as shown on the Plans shall be grassed and returned to their original condition at the expense of the Contractor. The Contractor shall take all necessary measures as may be required to insure that no unauthorized personnel gain entry onto the airport property. It shall be the Contractor's responsibility to provide barricades, flagmen, fencing, gates,. and security as required, and take all necessary precautions to allow only authorized vehicles and personnel into the construction area. ' Upon completion of the work as set forth in these plans and specifications,the Contractor will be required to restore any areas damaged during construction to its original ' condition, or as directed by the Engineer. Grassing shall be as set forth in these specifications. No separate pay item will be authorized for establishing, maintaining, securing, and restoration for the access to and from the project site. All work-related items covered by the Project Special Provisions shall be included in the contract lump sum bid price for Mobilization. RADIO COMMUNICATION REQUIREMENTS The Contractor shall coordinate all personnel and equipment movements to and from the ' work areas through the Airport Representative. Likewise, any activity in areas adjacent to active runways,taxiways and aprons shall be coordinated with the Airport Manager. Coordination shall be by radio communication when necessary between the Contractor's supervisor on site and the Airport Manager. DUST CONTROL It is the intent of these specifications that the Contractor will, by watering, chemicals, vegetation, or other means, prevent occurrence of dust which will be objectionable to ' residents of area or violate existing laws or regulations or cause hazards to air traffic. Augusta-Richmond County Special Provisions General Aviation Commission Authority III-4 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I I PROTECTION OF EXISTING FACILITIES I All existing facilities will be carefully protected by the Contractor. Any facilities damaged by the Contractor will be repaired immediately and restored to original I condition. All runway lights, taxiway lights, signs and structures to remain shall be protected by suitable means. NIGHT WORK I It is not anticipated that this project will require any nighttime construction. Should the - Contractor desire such activities, the Engineer should be notified in writing 14 days in I advance for coordination. MOVING MATERIALS I If it becomes necessary at any time during the construction to move materials which are to enter into the construction, the materials having been temporarily placed, the I Contractor, or subcontractor shall, when so directed by the Engineer, move them or cause them to be moved without additional cost to the Owner. CLEANING DURING CONSTRUCTION AND AT COMPLETION OF WORK I The General Contractor shall keep the premises clean at all times and shall remove all rubbish as often as directed by the Resident Engineer or Owner. If the Contractor I does not, at all times, provide men to attend to the cleaning up, on request, in a manner satisfactory to the Resident Engineer, the Resident Engineer may employ I such men to direct and charge the cost of same to the account of the Contractor. Upon completion of the work, the Contractor shall leave the grounds in a neat and clean condition. Construction areas shall be replanted with grass and shrubs where I they have been removed. 6. CUTTING,PATCHING AND FITTING I The Contractor shall do all cutting,fitting and patching of his work that may be required to make its several parts come together properly and fit it to receive or to be received by I work shown upon or which can be reasonably implied from the Drawings and Specifications for the completed project. I 7. OPERATION OF AIRPORT The Contractor agrees that all work done under the contract shall be carried on in I such a manner so as to ensure the regular and continuous operation of the Duplin County Airport. The Contractor further agrees that the sequence of operations under this contract shall be scheduled and carried out so as to ensure said regular and I continuous operation. The Contractor will not be allowed to close any areas of construction until so authorized by the Engineer. When the contract work requires I Augusta-Richmond County Special Provisions General Aviation Commission Authority III-5 Wind Cone and Segni ted Circle WKD Project Number 20160053.00.AT 1 the Contractor to work within the areas used byaircraft and support vehicles of the PP ' airport on an intermittent basis, the Contractor, through the Engineer, shall maintain constant radio communications with the Airport Operations Manager, immediately obey all instructions to vacate such area and immediately obey all instructions to resume ' work in such area. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in such areas until the satisfactory conditions are provided. ' ACCIDENT PREVENTION Precaution shall be exercised at all times for the protection of persons (including iemployees) and property and hazardous conditions shall be guarded against or eliminated. The Contractor shall be responsible for ensuring that all requirements of ' the Occupational Safety and Health Act are met. SAFETY ON THE AIRPORT DURING CONSTRUCTION ACTIVITY Construction Activity and Aircraft Movements: During the time that the Contractor is performing the work contained herein, the Airport Manager facilities along with the aprons, taxiways and runways at the airport will remain in use by aircraft, except as provided herein, to the extent feasible and convenient. Aircraft operations, unless otherwise specified in the contract specifications,shall always have priority over any and ' all of the Contractor's operations, and the Contractor shall not allow his employees, subcontractors, material, personnel to enter, remain upon or allow any plant or materials to be brought or to remain upon any part of the airport which would be a ' hazardous to aircraft or airport users. If aprons, runways or taxiways are required for use by aircraft, the Contractor must suspend their operations, remove all personnel, equipment and materials to a safe distance and stand by until the runway and taxiways are no longer required for use by aircraft. Construction Activity in the Vicinity of Navigational Aids: Construction activity in the vicinity of FAA navigational aids (i.e. ILS, VOR, ASR, PAPI's, AWOS) requires special consideration. Prospective bidders shall be alerted to this fact by the incorporating language requiring close coordination with the local Airway Facilities Sector as a condition of bid. ' PROTECTION OF CABLES, CONTROLS, NAVAIDS AND WEATHER BUREAU FACILITIES The Contractor is hereby informed that there may be installed on the airport FAA NAVAIDS, induding, without limitation, UHF, and VHF Receivers and Transmitters, weather facilities and other electric power cables serving other facilities. Such NAVAIDS, Weather Data Instruments and other facilities,and electric cables must be fully protected during the entire construction time. Work under this contract can be accomplished in the vicinity of these facilities and cables when approved in advance by the Engineer and ' Augusta-Richmond County Special Provisions General Aviation Commission Authority BI-6 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 are subject to withdrawal at any time because of changes in the weather,emergency conditions on the existing airfield areas,anticipation of emergency conditions and for any other reason as determined by the Engineers acting under the orders and instructions of the Airport Management and/or designated FAA representative. Any instructions to this Contractor to clear any given area, at any time,by the Engineer, the Airport Manager or their representative (by radio or other means) shall be immediately executed. Construction work will be commenced in the cleared area only when additional instructions are issued by the proper authorities. , Power and control cables leading to and from any FAA NAVAIDS, Weather Data Equipment and other facilities will be marked in the field by Owner for the information I of the Contractor,before any work in their general vicinity is started.Thereafter,through the duration of this contract,the Contractor shall protect from any possible damage, all FAA facilities including crossing with unauthorized equipment,etc. The Contractor shall immediately repair,with identical material by skilled workmen,any underground cables serving FAA NAVAIDS,Weather Data Equipment and other airport facilities, which are damaged by his workmen, equipment or work Prior approval of the FAA must be obtained for the materials, workmen, time of day or night,method of repairs, for any temporary or permanent repairs the Contractor proposes to make to any FAA NAVAIDS, Weather Data facilities or other cables and controls serving such NAVAIDS and facilities damaged by the Contractor. ' Prior approval of the Engineer or airport representative designated by the Owner must be obtained for the materials, workmen, time of day or night, method of repairs, for ' any temporary or permanent repairs the Contractor proposes to make to any other airport facilities and cables damaged by this Contractor. It is recognized that should the Owner incur costs for employee's salaries, engineering � fees, and otherwise in connection with the damage and inspection and repair of any such damage caused by the Contractor; and, consequently, if the Owner incurs any 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 the time of any incident caused by this Contractor, the Owner and the Contractor hereby agree to the assessment of liquidated damages in lieu of such expenses of other damages incurred by the Owner. In addition to the obligation of this Contractor to immediately repair any cables or facilities damaged by the Contractor, as set forth above; for each incident where cables are located within five feet of the position defined on the ground and are cut or damaged I and the facility served by cables which are cut or damaged is not able to perform its required function resulting in the diversion of aircraft or the interruption of the normal flow of air traffic and aircraft operations on the airport, the sum of $2,000.00 shall be deducted from any monies due the Contractor, or if no money is due the Contractor, the Owner shall have the right to recover said sum or sums from the Contractor, Augusta-Richmond County Special Provisions General Aviation Commission Authority III-7 Wind Cone and Segmented Cirde WKD Project N 20160053.00.AT from surety,their or from both.The amount of these deductions are to cover liquidated q 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 to be considered as penalties. 8. AIRPORT PROJECT PROCEDURES (CONSTRUCTION SAFETY PLAN) ' Contractor shall limit his work within the areas designated and conduct his operations. 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 the airport hazard lighting,barricades,and other safety features. The Contractor shall be responsible for field marking and protecting all utilities within the construction limits. All equipment, vehicles, and materials must be stored in the designated storage or staging area or in areas acceptable to the Engineer. The Contractor's vehides and equipment shall be marked in accordance with state and federal safety regulations. No open flames or burning will be allowed on Airport property except as specifically authorized by the Engineer in writing. Contractor shall comply with all applicable federal,state,and local laws,ordinance,and ' regulations governing safety,health,and sanitation;shall provide barricades;shall take any other needed action, on his own responsibility, that are reasonably necessary to protect life and health of employees on the job,the safety of airport users, the safety of moving and parked vehides and other property during the performance of the work. Except as otherwise specified, FAA AC 150/5370-2F and all its reference shall be used 1 in maintaining airport operational safety during construction.A copy of this Advisory Circular is attached. The Contractor shall integrate and maintain requirements of airport operational safety into each planning and work schedule. The Contractor's Safety Officer shall continuously monitor all planning schedules and work underway for compliance to AC ' 150/5370-2F; and shall maintain vigilance to detect areas needing attention due to oversight or altered construction activities. Airport operational safety during ' construction will be on the agenda at the pre-construction conference and each coordination and progress meeting. Except as specified directly, no measurement or payment will be made for work in this section;it will be considered as incidental cost to Mobilization and other work items Augusta-Richmond County Special Provisions General Aviation Commission Authority R-8 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I No blasting will be permitted. I Runway Intersection Signs, as specified in section L-125, are to be L-858R Mandatory I Signs;Size 1,Style 2,Class 1,Mode 2. 9. INSURANCE I 9.1 The contract shall not be executed and signed by the Contractor and Owner until I the Contractor has obtained, at his sole expense, all insurance required under this paragraph and such insurance has been approved by the Engineer, nor shall the Contractor allow any subcontractor to commence work on his subcontract until all I insurance required to be procured by subcontractors hereunder has been so obtained by or for the subcontractors.If a subcontractor does not take out insurance in his own name and the Contractor wishes to provide insurance protection for such subcontractor and I such subcontractor's employees, the Contractor must either (a) procure appropriate policies in the name of the subcontractor, or (b) cause a rider to be attached to the Contractor's policies which must identify the subcontractor thereby covered; provided, I however,in the case of the latter option,such rider need not be attached to the Contractor's workers compensation policy if such policy by itself is sufficiently broad to cover the I employees of all subcontractors performing work under the contract. All required insurance shall be procured from an insurance company licensed to do business in Georgia and shall be maintained continuously during the life of the contract. I 9.2 Worker's Compensation Insurance-The Contractor shall take out and maintain during the life of this contract, worker's compensation insurance for all of his employees I employed at the site of the project. In case any class of persons engaged in work under this contract is not protected under the worker's compensation laws,the Contractor shall provide all adequate coverage for the protection of his employees not otherwise protected. I 9.3 Comprehensive General Liability and Property. Damage Insurance - The Contractor shall take out and maintain during the life of this contract such public liability I and property damage insurance as shall protect him and the Owner from claims for damages for personal injury,including death,as well as from claims for property damages which may arise from operations under this contract, whether such operations be by 1 himself or by any subcontractor or by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Comprehensive General I Liability Insurance in an amount not less than$1,000,000 for accidental injury or death on account of any one occurrence and Property Damage Insurance of not less than 1,000,000 for each occurrence.The Owner shall be named as an additional insured. I 9.4 Comprehensive Automobile Liability Insurance - The Contractor shall procure and maintain during the life of the contract complete comprehensive I automobile liability insurance in the amounts of$1,000,000 each occurrence for bodily injury or death and$1,000,000 each occurrence for property damage.The Owner shall Augusta-Richmond County Special Provisions 1 General Aviation Commission Authority III-9 Wind Cone and Se ented Circle WKD Project Number 20160053.00.AT be named as an additional insured. 9.5 Umbrella Excess Liability Insurance - In addition to the requirements of the above paragraphs, the Contractor will be responsible for procuring and maintaining during the life of the contract an umbrella excess liability policy in the amount of $5,000,000,providing excess coverage on insurance required in Paragraphs 6.2 and 6.3 above. The Owner shall be named as an additional insured. ' 9.6 Each and every subcontractor performing work covered by this contract shall procure and maintain insurance of the types and in the amounts specified and ' described in Paragraphs above. It shall be the Contractors responsibility to ensure that each subcontractor procures and maintains the required insurance. 9.7 The Contractor shall submit to the Engineer before the contract is executed certificates of insurance evidencing coverage required to be procured by the Contractor hereunder. The Contractor shall require each subcontractor to submit to ' the Contractor evidence of all coverage required of subcontractors by certificates of insurance before such subcontractor commences work on his subcontract. 9.8 Each certificate of insurance and policy required hereunder,except the workers compensation policy, shall bear the provision THAT THE POLICY CANNOT BE CANCELLED OR REDUCED IN AMOUNT AND THAT COVERAGE CANNOT BE ELIMINATED IN LESS THAN THIRTY (30) DAYS AFTER MAILING WRITTEN NOTICE TO THE OWNER, THE INSURED AND THE ENGINEER OF SUCH ' ALTERATION,CANCELLATION,OR ELIMINATION, THE WRITTEN NOTICE TO BE SENT BY CERl'IFthD MAIL. ' A provision regarding cancellations,reductions in amount or elimination of coverage to the effect that the insurer's failure to mail notice will impose no liability upon the insurer will not be acceptable. If an insurance policy is canceled, it will be the ' Contractor's obligation to procure a replacement policy. 10. CONTRACTOR ' 10.1 Contractor will supervise and direct the work efficiently and with his/her best skill and attention. He/she will be solely responsible for means, methods, techniques, ' sequences, and procedures of construction. The Contractor will be responsible to see that the finished work complies accurately with the Contract Documents. 10.2 Contractor will keep on the project at all times during its progress, a competent resident superintendent whose name and qualifications will be furnished to the ' Engineer at the preconstruction meeting and who shall not be replaced without prior written notice to the Engineer except under extraordinary circumstances, in which event immediate written notice shall be given to the Engineer.The superintendent will ' be the Contractor's representative at the site and shall have the authority to act on Augusta-Richmond County Special Provisions General Aviation Commission Authority III-10 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I iand all notices or instructions given I behalf of the Contractor and to receive any pursuant to the Contract Documents. The superintendent shall be an employee of the I Contractor. The Contractor will provide competent and suitable qualified personnel, equipment and supplies to perform the work required by the Contract Documents. He/she will at all times maintain good discipline and order at the site. I 10.3 Contractor will provide competent, suitably qualified personnel,equipment and supplies to survey and layout the work as required by the Contract Documents. The I Contractor will be provided horizontal & vertical control points by the Engineer.The Contractor must furnish all additional stakes and materials for layout and construction of the work. I 10.4 Contractor shall attend job site progress conferences as called by the Engineer. The Contractor shall be represented at these job progress conferences by an authorized I representative of the home office of the Contractor as well as by the project representative.These meetings shall be open to subcontractors,material suppliers and any others who can contribute beneficially toward maintaining required job progress, I and such personnel shall be encouraged by the Contractor to attend. It shall be the principal purpose of these meetings or conferences to effect coordination, cooperation I and assistance in every practical way toward the end of maintaining progress of the project on schedule and to complete the project within the specified contract time. The Contractor shall be prepared to assess progress of the work as required in the I contract and to recommend remedial measures for correction of progress as may be appropriate.The Engineer shall be the coordinator of the conferences and shall preside as chairperson. I It shall be the responsibility of Contractor to schedule the work of all subcontractors and suppliers to conform to the Construction Schedule submitted by the Contractor at I the preconstruction conference and approved by the Engineer and Owner;to maintain such construction schedule; and to notify the Engineer of any changes in the I Construction Schedule. If the Contractor falls significantly behind the Construction Schedule, he/she shall, upon the Engineer's request, submit (i) a revised schedule for completion of work within the contract time, such revised schedule shall be subject to I approval by the Engineer and Owner, and (ii) such supporting data as the Engineer and/or Owner may require.The Contractor shall modify his/her operations to provide such additional materials, equipment and labor necessary to meet such approved I revised schedule. He/she shall be responsible for providing adequate notice to all subcontractors to ensure efficient continuity of all phases of the project work. I In the event that the prosecution of the work is discontinued for any reason, the Contractor shall notify the Engineer at least forty-eight (48) hours in advance of resuming operations. I 10.5 If in the opinion of the Engineer, any subcontractor on the project proves to be I Augusta-Richmond County Special Provisions General Aviation Commission Authority III-11 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT incompetent or otherwise unsatisfactory,he/she shall be replaced by the Contractor if and when directed by the Engineer in writing. ' 10.6 The Contractor will keep one record copyof all specifications, drawings,s.addenda, modifications, and shop drawings at the site in good order and annotated to show all changes made during the construction process.These shall be available to the Engineer and shall be delivered to him/her for the Owner's purposes upon completion of the project. ' They shall be used for this purpose only. 10.7 Contractor shall be responsible for the entire site and the necessary protections,as required by the Engineer and by-laws or ordinances governing such conditions. He/she shall be responsible for any damage to Owner's property,or that of others,by Contractor, his/her employees, subcontractors or their employees, and shall make good such damages. He/she shall be responsible for and pay for any such claims against the Owner. 10.8 The Contractor shall provide cover and/or protect all portions of the work and ' provide all materials necessary to protect the work whether performed by him/her or any of the subcontractors. Any work damaged through the lack of proper protection, or from any other cause,shall be repaired or replaced without extra cost to the Owner. 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. All costs of maintenance work during the 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 Should the Contractor at any time fail to maintain the work as provided herein, the Engineer shall ' immediately notify the Contractor of such non-compliance. 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 condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner shall be deducted from monies due or to ' become due the Contractor. 10.9 When allowed,fires will be outlined in the Detailed Specifications.No other fires of any kind will be allowed inside or around the operations during the course of ' construction without special permission from the Engineer. ' 10.10 The Contractor shall designate a responsible member of his organization as safety inspector, whose duties shall include accident prevention on the work project. The name of the safety inspector shall be made known to the Engineer at the pre- Augusta-Richmond County Special Provisions General Aviation Commission Authority III-12 Wind Cone and Sertented Circle WKD Project Number 20160053.00AT I 1 construction conference. 10.11 In emergencies affecting the safety of persons or the work or property at the site I or adjacent thereto,the Contractor, without special instructions or authorization from the Engineer or Owner, is obligated to act at his/her discretion to prevent threatened damage, injury or loss. As soon as practicable, he/she will notify the Engineer of such I emergency and he will thereafter act at the Engineer's instruction.The Contractor will give the Engineer prompt written notice of any significant changes in the work or deviations I from the Contract Documents caused by such emergency, and a change order, if found by the Engineer to be justified, shall thereupon be issued covering the changes and deviations involved.If the Contractor believes that additional work done by him/her I in an emergency entitles him/her to an increase in the contract price or an extension of the contract time,he/she may make a claim therefore as provided in the General Provisions. I 10.12 Contractor shall diligently strive to keep the premises free from accumulation of waste materials or rubbish caused by the work at all times.At the completion of the work, 111he/she shall remove any remaining waste materials and rubbish from and about the project as well as all tools, construction equipment, machinery and surplus materials. If the Contractor fails to dean up at the completion of the work, the Owner may do so and the I cost thereof shall be charged to the Contractor. The Contractor shall leave the work in condition for occupancy by the Owner such that no leaning or other operations are required. Material cleared from the site and deposited on adjacent property will not be I considered as having been disposed of satisfactorily. 10.13 Utilities,Structures and Signs shall be provided as follows: I A. Temporary Structures The Contractor shall provide all necessary storage sheds,shanties,and other I similar structures for his/her own use. All temporary structures shall be placed as directed by the Engineer and shall be built in a sound waterproof I manner and shall remain on the premises until their removal is directed by the Engineer. B. Water I The Contractor shall consult with the Engineer in regard to water supply. I A source and manner for obtaining water shall be approved by the Engineer before any water is secured.Any expenses of securing water shall be borne by the Contractor. I C. Electricity I The Contractor shall consult with the Engineer in regard to electrical service. Any expenses of securing construction electrical service from the source of Augusta-Richmond County Special Provisions I General Aviation Commission Authority III-13 Wind Cone and Segmented Circle I WKD Project Number 20160053.00.AT l shallsource of supply shall be supply be borne by the Contractor. The pp y ' approved by the Engineer. If the Contractor constructs any temporary structures and/or field office(s) which require the installation of electrical service, the Contractor shall pay for electrical energy used in such facility at the rates of the utility company furnishing power. D. Signs Directional signs may be erected on the Owner's property subject to the approval of the Engineer with respect to size, type, and location of such directional signs. Such signs may bear the name of the Contractor and a directional symbol. ' A project bulletin board shall be erected and maintained by the Contractor which is waterproof and of sufficient size to post bulletins,wage and labor requirements,DBE requirements and other related information. The size, ' style and location of this bulletin board must be approved by the Engineer prior to its installation. No other signs will be permitted except by permission of Engineer. E. Use of Terminal Buildings and Facilities ' Use of the terminal buildings and facilities located in and around said terminal area by employees of the Contractor and his/her subcontractors ' and material and equipment suppliers shall be prohibited, except upon written permission from the Engineer. 10.14 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 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 constriction shall be limited as directed by the Engineer. No loads will be permitted on a concrete pavement,base,or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his ' hauling equipment and shall correct such damage at his own expense. 11.OWNER ' 11.1 Owner will issue all communications to Contractor through the Engineer. 11.2 In case of termination of the employment of the Engineer, the Owner will appoint ' an Engineer who will have and assume all rights and duties held by the original Engineer named herein. ' 11.3 The Owner shall have the right to take possession of and use any portion of the Augusta-Richmond County Special Provisions General Aviation Commission Authority III-14 Wind Cone andgm ented Circle WKD Project Number 20160053.00.AT I work notwithstandingthe fact that the time for completion of suchportion of the work may I P Y not have expired but such taking possession and use shall not be deemed an acceptance of I. any work not completed in accordance with the Contract Documents. Should the Owner take possession of and use any portion of the work for which the time for completion has not yet expired and should the Contractor believe that such prior use increases the cost or I delays in the work,he/she may make a claim for an increase in the contract price and/or for an extension of time as provided the General Provisions. 11.4 A waiver on the part of the Owner of any breach of any part of the Contract shall I not be held to be a waiver of any other or subsequent breach. RIGHT-OF-WAY AND SUSPENSION WORK I The Owner will furnish all land and rights-of-way necessary for the carrying out of this I contract and the completion of the work herein contemplated and will use due diligence in acquiring said land and rights-of-way as speedily as possible.But it is possible that all lands and rights-of-way may not be obtained as herein contemplated before I construction begins, in which event the Contractor shall begin his work upon such land and rights-of-way as Owner may have previously acquired and no claim for damages whatsoever will be allowed by reason of the delay in obtaining the remaining lands rights- ' of-way..Should Owner be prevented or enjoined from proceeding with the work,or from authorizing its prosecution, either before or after the commencement, by reason of any I litigation or by reason if its inability to procure any lands or rights-of- way for the said work, the Contractor will not be entitled to make or assert any claim for the damage by reason of said delay, or to withdraw from the contract except by consent of Owner, but I time for completion of the work will be extended to such time as the Owner determines will compensate for time lost by such delay, such determination to be set forth in writing. OWNER'S OPTION I In all cases where the choice of more than one make or style of material is specified, the I final selection of material rests with the Owner. Where any difference occurs, in price, such difference is to be given at the time the bids are submitted. After the contracts have been signed, the Owner reserves the right to choose whichever material he desires I assuming that the price is not increased thereby,and where the specifications call for the stipulated item or other equal thereto and approved, or other words to that effect,it is to I be taken the same as if the choice of more than one material was specified and the selection will rest with the Owner the same as above. WORK NOT SHOWN ON PLANS In the carrying out of this work as contemplated by the plans and specifications,there may I arise certain items of work for which definite plans have not yet been decided upon. All such work,when authorized,shall be paid for as provided in"CHANGES IN WORK". Augusta-Richmond County Special Provisions I General Aviation Commission Authority III-15 Wind Cone and Segmented Circle I WD KProject Number 20160053.00.AT I REMOVAL OF MATERIALS AND CORRECTION OF WORK ' All materials of unsound or otherwise unfit character and all workmanship not in accordance with the terms of the contract will be condemned by the Engineer. ' The Contractor shall promptly remove from the premises all condemned materials whether incorporated in the work or not, and the Contractor shall promptly replace and ' re-execute the work to the satisfaction of the Engineer, and without expense to the Owner, and shall bear the expense of making good all work of other contractors which is destroyed or damaged by such removal and replacement. ' If the Contractor does not remove such condemned work and within a reasonable time, fixed by written notice, the Owner may remove them and may store the materials at the ' expense of the Contractor. If the Contractor does not pay to the Owner the expense of such removal within ten (10) days time thereafter, the Owner may, upon ten (10) days written notice, sell such materials at auction or private sale and shall account for the net ' proceeds thereof, after deduction of all costs and expenses that rightfully should have been borne by the Contractor. EXTRAS Without invalidating the contract, the Owner may order extra work or make changes ' by altering, adding to or deducting from the work, the contract sum being adjusted accordingly, and the consent of the Surety being first obtained where necessary or ' desirable. All the work of the kind bid upon shall be paid for at the price stipulated in the proposal, and no claims for any extra work or materials shall be allowed unless the work is ordered in writing by the Owner or its Engineer acting officially for the Owner, ' and the price is stated in such order. ALTERATIONS,CHANGES,ETC. ' All changes, alterations, or instructions in regard to any features of the work that differs from the plans and specifications MUST be in writing in all cases, and no verbal orders will be regarded as a basis for claims for extras. All claims for extra work must be made in writing within five (5) days after the ' instructions are issued; otherwise, it will be assumed that the instructions or charges incur no additional cost. No extra work is to be performed or any changes made that involve any extra cost until the Engineers have authorized the Contractor to proceed, in writing,except in emergency endangering life or property when the procedure shall be set forth under"CHANGES IN ' WORK". CLAIMS FOR EXTRA COST IAugusta-Richmond County Special Provisions General Aviation Commission Authority III-16 ' Wind Cone and Sep-tented Circle WKD Project Number 20160053.O0.AT 1 No claim for extra work or cost shall be allowed unless the same was done in pursuance of a written order of the Engineer,as aforesaid,and the daim is presented with the first estimate after the changed or extra work is done. When work is performed under the terms of section "Changes in Work-- (c)" of these General Conditions, the Contractor shall furnish satisfactory bills,payrolls and vouchers covering all items of cost and,when requested by the Owner,give the Owner access to accounts relating thereto. 12.TESTING AND SURVEYING ' 12.1 Field surveys shall be made by the Engineer (1) to determine compliance of construction with the Plans and Specifications and (2) for quantity measurements. The Owner will incur the costs of routine compliance and measurement surveys performed during the ordinary course of construction. However, the Contractor shall pay all costs of required and necessary surveys to support his construction and for any additional field ' surveys required due to inconsistent or inaccurate construction techniques,or performance of unacceptable or unauthorized work, or any other reason determined by the Engineer to be principally the cause of the Contractor. Said additional surveys are not considered to be routine. Work found to be unacceptable or unauthorized shall not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense.All surveys shall be performed by a licensed'surveyor. INSPECTION AND TESTING OF MATERIALS (a) All materials & equipment used in construction of project shall be subject to adequate inspection&testing in accordance with accepted standards.Laboratory or inspection agency shall be determined by Owner.All retesting required due to unsuitable material submitted by Contractor shall be paid for by the Contractor. (b) Materials of construction, particularly those upon which the strength and , durability of the structure may depend, shall be subject to inspection and testing to establish conformance with specifications and suitability for uses intended. , MATERIALS,SERVICES AND FACILITIES (a) It is understood that, except as otherwise specifically stated in the Contract Documents, the Contractor shall provide any pay for all materials, labor, tools, equipment, water, light, power, transportation, superintendence, temporary construction of every nature, and all other services and facilities of every nature whatsoever necessary to execute, complete, and deliver the work within the specified time. (b) Any work necessary to be performed after regular working hours,on Sundays or Legal Holidays shall be performed without additional expense to the Owner. Augusta-Richmond County Special Provisions General Aviation Commission Authority III-17 Wind Cone and Seg ted Circle WKD Project N 20160053.00.AT SAMPLES The CONTRACTOR shall furnish to the Engineer, for approval, complete samples of all of the materials which he proposes to use, where samples are called for in the ' specifications or required by the Engineers. All samples submitted must be clearly labeled as to the name of the Contractor, name of ' the manufacturer,quality of material and the name of the job. After samples have been approved, they will be sent to the job to be compared with the ' materials as they arrive on the job. All materials shall be in strict accordance with the approved samples. ' 13.CHANGE OF THE CONTRACT PRICE 13.1 The Contract Price constitutes the total compensation payable to the Contractor for ' performing the work subject to additions and deductions as provided in the Contract Documents. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at his expense without change in the Contract Price.Except as otherwise specified,the Contract Price may only be changed by a Change Order. 13.2 The Contractor shall not act on instructions received by him from persons other ' than the Engineer, and any claims for extra compensation on account of such instructions will not be honored. 13.3 In determining the amount of Contract Price adjustment, the parties shall apply the following methods,as appropriate: ' (A) Emergency Work In the event of emergency endangering life or property, the Contractor may be directed by the Engineer to proceed on a time and material basis whereupon the Contractor shall so proceed and keep accurately in such form as may be required, a correct account of costs together with all proper invoices, payrolls,and supporting data therefore. (B) Claims for Increase: Where Engineer and Owner,upon receipt of a proper claim for increase in. Contract Price, determine that an increase is warranted and ' where none of the above methods of Contract Price adjustment are applicable, the amount of increase shall be determined by negotiation between contracting parties. ACTION TIME ON CONTRACTOR PAY REQUESTS This paragraph is intended to supersede all provisions of the Georgia Prompt Pay Act (House Bill 837). The Owner intends to make timely payments to the Contractor, following receipt of applications. Consideration shall be given to the Owner's ' requirements for processing the Contractor's payment application. For projects funded Augusta-Richmond County Special Provisions General Aviation Commission Authority 111-18 ' Wind Cone and Sepiented Circle WKD Project Number 20160053.00.AT 1 1 with Federal or Stto funds,payment may be delayed for thirtycalendar days,contingent upon reimbursement of the applicable funds to the Owner from the Government Agency 1 funding the project. Delays in payments in excess of thirty days, caused by delay in Government reimbursement to Owner,will not be subject to payment of interest. 14.CORRECTION OF WORK BEFORE FINAL PAYMENT I Any work, materials, fabricated items, or other parts of the work which have been found I by the Engineer to be faulty or not in accordance with the Contract Documents shall be condemned and shall be removed from the work site by the Contractor, and immediately replaced by new work in accordance with the contract at no additional cost to the Owner. I Work or property of the Owner or others damaged or destroyed by virtue of such condemned work shall be made good at the expense of the Contractor. Correction of condemned work described above shall be commenced by the Contractor I immediately after notice from the Engineer and shall be pursued to completion. Final payment will not be made until certification by the Engineer. I Should the Contractor fail to proceed reasonably with the above-mentioned corrections, I then the Owner may, after twenty-four (24)hours following notice to the Contractor from the Engineer, proceed with correction, paying the cost of same from amounts due or to become due to the Contractor. Condemned work so removed shall be the property of the I Contractor,and shall be removed from the site of the work by him/her within five (5)days after notice to remove it, or thereafter may be disposed of by the Owner without compensation to the Contractor, and the cost of such disposal shall be deducted from amounts due or to become due to the Contractor. Should the cost of correction of the work and,if applicable,disposal of the condemned work I by Owner exceed amounts due or to become due the Contractor, then the Contractor and his/her surety shall be liable for and shall pay to the Owner the amount of said excess. 15.CORRECTION OF WORK AFTER FINAL PAYMENT 1 Neither the final certificate, final payment, occupation of premises by the Owner,nor any provision of the Contract,nor any other act or instrument of Owner or Engineer shall relieve ' the Contractor from responsibility for negligence, or faulty material or workmanship, or failure to comply with the Drawings and Specifications.He/she shall correct or make good any defects due thereto and repair any damage resulting there from which may appear 1 during a period of twelve(12)months following final acceptance of the work except as stated otherwise under the provisions of the Contract Documents. The Owner will report any defects as they may appear to the Engineer, who will give instructions for a time limit for I completion of corrections to the Contractor, which instructions shall be binding upon the Contractor.The Engineer will be the judge as to the responsibility for correction of defects. Augusta-Richmond County Special Provisions 1 General Aviation Commission Authority III-19 Wind Cone and Segmented Circle I WKD Project Number 20160053.00.AT 1 LIENS Neither the final payment or any part of the retained percentage shall become due until the Contractor shall deliver to the Owner a complete release of all liens arising out of thiscontract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that insofar as he has knowledge or information, the releases and receipts include all the materials and labor for which a lien might be filed, but the Contractor may, if any subcontractor refuses to furnish a release of claims or receipts in full, furnish a bond satisfactory to the Owner to indemnify him against any lien. If any lien should remain unsatisfied after all payments are made, then the Contractor shall refund to the Owner ' all monies that the latter may be compelled to pay in discharging such lien,including all costs and reasonable Attorney's fee. MAINTENANCE The Contractor will be required to maintain all work done by him in a first class condition for sixty(60) days after the same has been completed as a whole and the Engineers have notified the Contractor in writing that the work has been finished to their satisfaction. The retained percentage will not be due or payable to the contractor until the sixty(60) day maintenance period has expired. Any damage to the site or surroundings, including paving, shoulders, culverts, drainage structures, grass, etc., shall be repaired by the Contractor and all parts of the site shall be left in as good repair as before the work started. • CONTRACTOR'S OBLIGATION ' The Contractor shall and will, in good workmanlike manner, do and perform all work and furnish all supplies and materials,machinery,equipment facilities and means,except as herein otherwise expressly specified, necessary or proper and complete all the work required by this contract, within the time herein specified, in accordance with the provisions of this contract and said specification and in accordance with the plans and drawings of the work covered by this contract and any and all supplemental plans and ' drawings in accordance with the directions of the Engineer as given from time to time during the progress of the work. He shall furnish, erect, maintain and remove such ' construction plant and temporary works as may be required. He alone shall be responsible for the safety,efficiency and adequacy of his plant, appliances and methods and for any damage which may result from their failure of their improper construction, ' maintenance or operation. The Contractor shall observe, comply with and be subject to all terms, conditions, requirements and limitations of the contract and specifications and shall do, carry on and complete the entire work to the satisfaction of the Engineer and the Owner. 16.OWNER'S RIGHT TO DO WORK Augusta-Richmond County Special Provisions General Aviation Commission Authority III-20 ' Wind Cone and Segmented Circle WKD Project Number20160053.00.AT 1 If,during the progress of the work or during the period of guarantee,the Contractor fails to prosecute the work properly or to perform any provision of the contract, the Owner, after written notice to the Contractor from the Engineer or Owner, may perform or have performed that portion of the work and may deduct the cost thereof from any amounts due or to become due the Contractor. Should the cost of such action of the Owner exceed the amount due or to become due the Contractor, then the Contractor and his/her surety shall be liable for and shall pay to the Owner the amount of said excess. 17.CONTRACTOR,SUBCONTRACTOR&SUPPLIER AFFIDAVIT ' The final payment of retained amounts due the Contractor on account of the contract shall not become due until the Contractor has furnished to the Owner through the Engineer(A) an affidavit by the Contractor signed, sworn, and notarized to the effect that all payments for materials, services, or for any other reason in connection with his/her contract have been satisfied and that no claims or liens exist against the Contractor in connection with I his/her contract; and (B) affidavits from each subcontractor and supplier signed, sworn and notarized to the effect that(i)each such subcontractor or supplier has been paid in full by the Contractor for all work performed and/or .materials supplied by him/her in connection with the project, and (ii) that all payments for materials, services, and for any other reason in connection with his/her subcontract or supply contract have been satisfied and that no claims or liens exist against the subcontractor or supplier in connection therewith. In the event that the Contractor cannot obtain similar affidavits from subcontractors or supplier to protect the Contractor and the Owner from possible liens or claims against the subcontractors or suppliers,the Contractor shall state in his/her affidavit that no claims or liens exist against any subcontractor or supplier to the best of the Contractor's knowledge, and that if any appear afterwards, the Contractor shall save the I Owner harmless on account thereof. REPORTS,RECORDS AND DATA I The Contractor shall submit to the Owner such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and other data as the Owner may request concerning work performed or to be performed under this contract. 18.WARRANTY AND GUARANTEE 18.1 The Contractor shall, at its sole cost and expense, make all necessary repairs, replacements, and corrections of any nature or description, interior or exterior, structural or nonstructural,that shall become necessary by reason of faulty workmanship or materials which appear within a period of one (1) year from the date of final acceptance;provided, however, that notwithstanding the preceding, if any longer guarantee period is specified for any particular materials or workmanship under the Plans and Specifications,or under Augusta-Richmond County Special Provisions I General Aviation Commission Authority III-21 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT any subcontract, or in connection with any manufactured unit which is installed in the structure, or under the laws of State of Georgia, the longer guarantee period shall govern. ' 18.2 If within any guarantee period,repairs or changes are required in connection with the work, which in the opinion of the Engineer are rendered necessary as the result of the ' use of materials, equipment, or workmanship which are inferior, defective, or not in accordance with the terms of the contract, the Contractor shall, promptly upon receipt of notice from the Engineer and without expense to the Owner: A. Place in satisfactory condition, in every particular, all of such guaranteed work; B. Correct all defects therein; C. Make good all damage which,in the opinion of the Engineer is the result of the use ' of materials, equipment, or workmanship which are inferior, defective, or not in accordance with the terms of the contract;and, ' D. Make good any work or material, or any equipment or contents disturbed in fulfilling any such guarantee. ' If,in fulfilling requirements of the contract or of any guarantee embraced therein or required thereby, Contractor disturbs any work guaranteed under another contract, he/she shall restore such disturbed work to a condition satisfactory to the Engineer and shall guarantee such restored work to the same extent as it was guaranteed under such other contract. If the Contractor, after notice, fails to proceed promptly to comply with the terns of the guarantee,the Owner may have the defects corrected and the Contractor and his/her surety shall be liable for all expenses incurred. ' All special guarantees applicable to definite parts of the work that may be shown in the specifications or other papers forming a part of the contract shall be subject to the terms of ' this paragraph during the first year of the life of such special guarantee. Manufacturer's standard guarantees or warranties which do not comply with the time limit specified herein shall be extended by the Contractor automatically without further action on the part ' of the Owner or the Engineer. Neither the final certificate of payment nor any provision relieves the Contractor of ' responsibility for faulty material or workmanship and,unless otherwise specified,he shall make right any defects due thereto and pay for the damage orother work resulting therefrom which occur within the said period of one(1)year. 19.DISPUTE RESOLUTION ' In the event of any dispute,claim,question or disagreement arising out of or relating to this Agreement or breath thereof, the parties hereto shall use their best effort to settle such matter by mutual agreement. To this effect,responsible, authorized representatives of the ' Augusta-Richmond County Special Provisions General Aviation Commission Authority RE-22 ' Wind Cone and Se ted Circle WKD Project N er 20160053.00.AT I Parties shall meet, consult, and negotiate with each other in good faith, and recognizing their mutual interests, attempt to reach a joint and equitable solution satisfactory to both parties. If they do not reach such solution within a period of thirty (30) days after the first notice by either party to the other of the existence of the dispute, and upon the notice of either party to the other, the dispute shall be resolved by proceeding with the dispute resolution procedures set forth herein below. If the parties fail to agree on the resolution of any dispute through the negotiation process above, the parties shall proceed in good faith to attempt to settle the dispute through mediation under the Construction Industry Mediation Rules of the American Arbitration Association ("AAA"), subject to and in accordance with its rules governing the mediation I of such disputes.Any party who chooses to first refer the dispute to mediation may,in its notice to the other,elect to refer the matter to either the AAA or to the CIDRS for mediation. Mediation is a precondition to further dispute resolution by the parties, and the dispute ' resolution procedure set forth herein below shall only be available following a declaration of impasse by the mediator or by the mutual agreement of the parties. , If impasse is declared in any mediated dispute,the matter shall be submitted to arbitration with the AAA or Construction Industry Rules of the CIDRS. Notice of intent to seek arbitration of any unresolved dispute shall be given by the claiming party within ten (10) days of the declaration of impasse.The responding party shall select either AAA or CIDRS within seven(7)days of the receipt of the notice of intent to arbitrate. The following additional rules and procedures shall apply to all disputes arising under this Agreement and shall be in addition to or, in the case of any conflict with, shall be in I lieu of the applicable rules of the AAA: (1) The parties acknowledge that this Agreement may evidence a transaction I involving interstate commerce.Nonetheless,in rendering the award,the arbitrator(s) shall determine the rights and obligations of the parties according to substantive and procedural laws of the State of Georgia. , (2) All negotiations and mediation sessions and all arbitration hearings shall take place in the offices of the Owner in Calhoun,Georgia,or such other place as the parties may agree upon. (3) In the arbitration of any dispute less than$100,000,the sole arbitrator shall be a retired Georgia or Federal Judge residing in State of Georgia. In disputes of$100,000 or more,an arbitration panel of three experienced construction industry professionals shall be appointed and shall include(a)one architect or engineer,(b)one construction attorney or retired State or Federal Judge residing in the State of Georgia,and(c)either one construction industry executive or a senior staff representative of a public or private owner of a facility of the kind described in this Agreement. (4) Owner,contractor,all subcontractors,material suppliers,engineers, designers, Augusta-Richmond County Special Provisions General Aviation Commission Authority III-23 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT architects, and theirrespects've bonding companies and insurers and all other parties concerned with the construction of the improvements described in this Agreement are bound by this Dispute Resolution Clause to the greatest extent permitted by law, and all such parties consent and agree to the consolidation of all phases of the dispute resolution process hereunder with the dispute resolution proceedings pending among other parties whenever such proceeding arises out of the same transaction or are related to the same subject matter. The motion to consolidate may be made by any interested party and will be by an order of the arbitrator(s)' petitioned, or if such arbitrator(s)fail to make such order,parties may apply to the Superior Court with jurisdiction in Richmond County, Georgia, for such order. (5) At any time in the dispute resolution proceeding, the parties may agree to a high/low limitation which shall be binding upon all further proceedings. (6) Discovery procedures may not be undertaken during negotiations or mediation phases. However, the parties shall proceed in good faith to make disclosures to the ' other party of all facts,documents,records and other evidence upon which each party bases its claim or defense. ' (7) Prior to any arbitration hearing, limited discovery shall be permitted for the purpose of obtaining production of documents and taking depositions.All discovery shall be governed by the Rules of Civil Procedure imposed by the State of Georgia All issues regarding conformation with discovery requests shall be decided by the arbitrator(s). Request for discovery shall be initiated within thirty (30) days after the ' notice of intent to arbitrate is given and shall be fully responded to within thirty(30) days after receipt. All discovery, including depositions, shall be completed within seventy-five (75) days of the notice of intent to arbitrate or the arbitrator(s) or either ' party shall extend or reduce the time for discovery. (8) Upon request of either party made prior to the initial hearing the arbitrators' award shall be in writing and shall include findings of fact and conclusions of law which support the award. (9) Either party may appeal the arbitration award to appellate arbitration by filing with AAA, within twenty (20) days after transmittal of award, a written brief; ' not to exceed twenty (20) pages, stating the reason why the arbitrator(s) decision should be reversed or modified. 0 pposing party shall have twenty (20) days to file a responsive brief;not to exceed twenty(20) pages. An appellate arbitrator shall ' be appointed by the AAA and shall be a retired Georgia Superior Court or Appellate Judge. Either party may request oral argument which must be concluded within fourteen(14) days following submission of the final brief. No additional evidentiary ' material may be introduced in the appellate arbitration.The appellate arbitrator shall render a written decision affirming, reversing modifying or remanding arbitrator(s)' decision within twenty (20) days after receiving the final appellate submission. The Augusta-Richmond CountySpecial Provisions General Aviation Commission Authority III-24 Wind Cone and Segmented Cirde WKD Project Number 2O16OO53.00.AT i appellate arbitrator may base its decision only one of the following grounds: (a)Any ground specified in 9 U.S.C.Sections 10 or 11; ' (b)A material error of applicable law by the arbitrator; (c)A determination that award was partially or wholly arbitrary or capricious. The appellate arbitrator may render a final decision on appeal or may remand the matter for further proceeding by the arbitrator(s). (10) All fees and expenses of the mediation and of the arbitration procedures shall be borne by the parties equally.However,each party shall bear the expense of its own counsel, experts, witnesses, and preparation and presentation of proofs. Only in the case of extreme abuse of the procedure may the arbitrator(s)reallocate such costs and expenses among the parties. (11) The dispute resolution procedures set forth hereinabove shall be the exclusive ' remedies available to the parties to the Agreement to settle or resolve any and all disputes arising thereunder and any settlement or arbitral award may be enforced by an action in Superior Court with jurisdiction in Augusta,Georgia. 20.TAXES I 20.1 The Contractor shall include in the bids and pay all taxes(including sales taxes/or use) assessed by any authority on the work or the labor and materials used therein. The Contractor understands and agrees that the Contractor is responsible for payment of any such taxes owned,and further agrees that in the case of the joint liability of the Contractor and the Owner for any such tax, the Contractor is responsible for paying the tax. The , Contractor agrees to indemnify and hold harmless the Owner against and in respect of any such tax liabilities.In the event the Contractor fails to pay any such tax when due and the Owner is required to pay such tax,the Contractor agrees to reimburse Owner for same and further agrees that the Owner shall have the right to set off the amount of such tax against any sum owed the Contractor.It is understood by the parties that the above section of this contract shall apply to and be fully enforceable against the Contractor, regardless of whether it is "engaged in business" in Georgia, is an out-of-state Contractor, or is legally domesticated and qualified to do business in this state. ' 21.SEVERABILITY If any provision of the Contract shall be declared invalid or unenforceable, the remainder of the 1 Contract shall continue in full force and effect. 22.MISCELLANEOUS CONTRACT PROVISIONS A. Airport Improvements Program Project. Items of work in this contract are Augusta-Richmond County Special Provisions General Aviation Commission Authority III-25 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 1 . included inAYrpo Improvement m rovement ProgI.am which is being undertaken and accomplished p by Richmond County in accordance with the terms and conditions of a grant agreement ' between the Richmond County and the United States, under the Airport and Airway Improvement Act of 1982 and Part 152 of the Federal Aviation Regulations (14 CFR Part ' 152.), pursuant to which the United States has agreed to pay a percentage of the costs of the project that are determined to be allowable project costs under that Act.The United States is not a party to this contract and no reference in this contract to the FAA or any ' representative thereof or to any rights granted to the FAA or any representative thereof, or the United States,by the Contract,makes the United States a party to this contract ' B. Consent to Assignment. The Contractor shall obtain the prior written consent of the Owner to any proposed assignment of any interest in or part of this contract. ' C. FAA Inspection and Review.Contractor shall allow any authorized representative of FAA to inspect and review any work or materials used in perfumnance of this contract. E. Subcontracts. The Contractor shall insert in each of his/her subcontracts the provisions contained in Paragraphs A and C of this section and also a clause requiring the subcontractors to include these provisions in any lower tier subcontracts which they may enter into,together with a clause requiring this insertion in any further subcontracts that may in turn be made. 23. DUTIES,RESPONSIBILITIES AND LIMITATIONS OF AUTHORITY OF RESIDENT PROJECT REPRESENTATIVE(RPR) A.GENERAL ' RPR shall be representative of Engineer and shall act under the direction of Engineer.The Engineer and Engineer's RPR shall have authority to act on behalf of Owner only to the extent provided in contractual agreements to which Engineer is a party.RPR shall confer ' with Engineer regarding their required actions at intervals and on occasions appropriate to the progress of construction. The RPR interaction and communications in matters pertaining to the on-site work in general shall be only with the Engineer and the Contractor.The RPR shall communicate with subcontractors only through, or with the full knowledge and authorization of Contractor or his superintendent. The RPR shall generally communicate with the Owner only through or as directed by the Engineer. B.LIMITATIONS OF AUTHORITY Except upon written instructions and directions of the Engineer, the RPR shall not: ' 1. Authorize any deviation from the Contract Documents or approve any substitute materials or equipment. 2 Assume or undertake any of the responsibilities . of the Contractor, Augusta-Richmond County Special Provisions General Aviation Commission Authority III-26 Wind Cone andented Circle WKD Project Number 20160053.00.AT 1 subcontractors or the Contractor's superintendent. 3. Expedite the Work for the Contractor. , 4. Advise on or issue directions relative to any aspect of the means, methods, techniques, sequences or procedures of construction unless such is specifically called for in the Contract Documents. 5. Advise on or issue directions as to safety precautions and programs in connection with the Work. 6. Authorize or suggest that Owner occupy the Project in whole or in part. ' 7. Personally conduct or participate in specialized field or laboratory tests or inspections conducted by others or require special inspection or testing. ' 8. Assist the Contractor in maintaining an up-to-date copy of Record Drawings or prepare or certify to the preparation of Record Drawings. 1 9. Issue a Certificate of Payment or a Certificate of Completion of the Work 1 10. Order the Contractor to stop the Work or any portion thereof. 24.PROJECT TIME AND LIQUIDATED DAMAGES 1 The work as described by the contract documents and as shown on the plans shall be completed and ready to use by the Owner within the time shown below after the date of Notice to Proceed. The time schedule for completion of this project is critical and liquidated damages as prescribed in the Contract will be enforced. 1 Contract Time:60 Calendar Days Owner and Contractor recognize that time is of the essence and that the Owner will suffer financial loss if the work is not substantially complete in accordance with the time specified herein. They also recognize the delays, expense and difficulties involved in providing legal or arbitration proceeding the actual loss suffered by the Owner if the work is not completed on time. Accordingly, instead of requiring any such proof,the Owner and Contractor agree that as liquidated damages for delay(but not as a penalty) the Contractor shall pay the Owner the amounts stipulated herein. Contractor further understands&hereby expressly agrees that in addition to liquidated , damages specified herein, to pay the actual costs to the Owner for any inspector or inspectors necessarily employed by the Owner on the work and the actual costs to the Owner for the Engineer's observation of the construction and project representative services including travel and subsistence expenses after the date specified for the project completion until work is completed and ready for final payment. Further, the Contractor Augusta-Richmond County Special Provisions General Aviation Commission Authority f_27 Wind Cone andgn ented Circle WKD Project Numberl20160053.00.AT I agrees that the sums to bepaid the Owner maybe deducted from the sum due the g� I Contractor for work performed as provided in Section 90 of the General Provisions. Liquidated Damages Schedule ' For not substantially completing all construction within the Contract time specified: $200.00 per calendar day 25. LIST OF DRAWINGS 1.01 Cover Sheet 2.01 Safety and Phasing Plan 2.02 Safety and Phasing Plan Details ' 3.01 Segmented Circle and Wind Cone Plan 4.01 Segmented Circle Detail 4.02 Wind Cone Detail ' 5.01 Signage Plan 1 • 1 1 I I Augusta-Richmond County Special Provisions General Aviation Commission Authority III-28 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT i 1 1 i 1 1 1 1 I I Augusta-Richmond County Construction Safety and Phasing Plan General Aviation Commission Authority CSPP-29 Wind Cone and Segmented Circle WKD Project Number 20160053.W AT I I TABLE OF CONTENTS I I DIVISION I Page CONTRACT REQUIREMENTS Numbers I Notice for Bidders I-1 Instructions to Bidders I-5 Contractor Contractual Requirements and Title VI Assurances I-13 IBID FORMS IProposal I-49 Schedule of Work I-51 I Bid Bond I-53 Equal Employment Opportunity(EEO) Report Statement I-55 DBE Requirements I-56 I Listing of DBE Subcontractors I-57 DBE Letter of Intent I-59 DBE Utilization Statement I-60 ITrade Restriction Certification I-61 Buy American Certification I-62 I Certification of Non-Segregated Facilities 1-64 Certification Regarding Debarment,Suspension,Ineligibility, And Voluntary Exclusion I-64 1 Non-Collusion 1-65 CONTRACT FORMS I Contract I-67 Performance Bond I-71 Payment Bond(Labor and Materials Bond) 1-73 IWage Rates I-75 I DIVISION II GENERAL PROVISIONS ISection 10 Definition of Terms II-1 Section 20 Proposal Requirements and Conditions II-7 1 Section 30 Award and Execution of Contract II-11 Section 40 Scope of Work I1-13 IAugusta-Richmond County Table of Contents General Aviation Commission Authority 1 I Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I I Section 50 Control of Work II-17 Section 60 Control of Materials 11-27 I Section 70 Legal Regulations and Responsibility to Public I1-31 Section 80 Execution and Progress II-39 Section 90 Measurement and Payment 11-47 I Section 100 Contractor Quality Control Program II-55 Section 105 Mobilization 11-63 Section 110 Method of Estimating Percentage of Material I Within Specification Limits(PWL) II-65 DIVISION III I SPECIAL PROVISIONS I 1 General III-1 2 Preliminary Matters III-1 I 3. Correlation, Interpretation and Intent of Contract Documents III-1 4. Use of Premises III-3 5. Limitations of Work Area 11I-4 I 6. Cutting,Patching and Fitting III-5 7. Operation of Airport 111-5 I 8. Airport Project Procedures (Construction Safety Plan) I11-8 9. Insurance 111-9 10. Contractor III-10 I 11. Owner 111-14 12. Testing and Surveying 111-17 13. Change in Contract Price 111-18 I 14. Correction in Work before Final Payment 11I-19 15. Correction in Work after Final Payment III-19 16. Owner's Right to do Work 111-20 I 17. Contractor,Subcontractor&Supplier Affidavit III-21 18. Warranty and Guarantee 11I-21 I 19. Dispute Resolution 111-22 20. Taxes III-25 21. Severability 111-25 I 22. Miscellaneous Contract Provisions I1I-25 23. Duties, Responsibilities and Limitations of Authority of Resident Project Representative 1II-26 I 24. Project Time and Liquidated Damages 1I1-27 25. List of Drawings 1II-28 Augusta-Richmond County Table of Contents I General Aviation Commission Authority 2 Wind Cone and Segmented Circle I WKD Project Number 20160053.00.AT DIVISION IV TECHNICAL SPECIFICATIONS Item L-107 Airport Wind Cones L-107-1 to L-107-6 ' Item L-108 Underground Power Cables for Airports L-108-1 to L-108-16 Item L-125 Installation of Airport Lighting Systems L-125-1 to L-125-4 Item P-156 Temp.Air&Water Pollution,Soil Erosion, &Siltation Control P-156-1 to P-156-4 ' Item P-153 Controlled Low Strength Material P-153-1 to P-153-4 Item P-610 Structural Portland Cement Concrete P-610-1 to P-610-8 DIVISION V ' APPENDICE APPENDIX A U.S.D.O.T Federal Aviation Administration Circular No. 150/5370—2F APPENDIX B ' Construction Safety and Phasing Plan 1 1 Augusta-Richmond County Table of Contents General Aviation Commission Authority 3 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 1 Intentionally Left Blank 1 1 1 1 � DIVISION I 1 1 CONTRACT REQUIREMENTS 1 1 1 1 1 1 1 1 1 I I I I I I I I I Intentionally Left Blank i I I I I 1 I I MEL NOTICE TO BIDDERS ' Sealed proposals will be received by the Augusta-Richmond County General Aviation Commission Authority, at the office of the Augusta-Richmond County Purchasing Director, 535 ' Telfair Street, Room 605, Augusta, GA 30901, up to , 2016 for the Augusta-Richmond County General Aviation Commission Project at which time they will be publicly opened and read aloud at Augusta GA. Bids must be submitted on the complete project and must be enclosed in a sealed envelope, addressed to Augusta-Richmond County General Aviation Commission Authority, C/O of the ' Augusta-Richmond County Purchasing Director,535 Telfair Street,Room 605,Augusta,GA 30901. Outside of the envelope must be marked "Bid for Wind Cone and Segmented Circle." Envelope must also bear, on the outside, the name of the bidder, bidder's address, and bidder's license ' number. All bids must be made on blank forms provided and included in the bound document or as provided by Addendum prior to bid. The work shall consist of the furnishing of labor, material, and equipment for the Wind Cone and Segmented Circle project. Each proposal shall be accompanied by a cash deposit or certified check, drawn on some bank or trust company insured by the Federal Deposit Insurance Corporation, in an amount equal to ' not less than five percent of the proposal. In lieu thereof, the bidder may offer a bid bond of five percent of the bid prepared on the Bid Bond form contained within the Contract Documents or a Surety Company's Standard Bid Bond form, duly executed by the Bidder as ' principal and executed by a surety company licensed under the laws of Georgia to execute such bonds and listed in the latest issue of U. S. Treasury Circular 570, conditioned that the surety ' will, upon demand, forthwith make payment to the obligee upon said bond if the bidder fails to execute the contract in accordance with the bid bond. Said deposit shall be retained by the Owner as liquidated damages in event of failure of the successful bidder to execute the contract ' within ten days after the award or to give satisfactory surety as required by law. Plans, Specifications and Contract Documents may be examined at the following locations: ' - W.K. Dickson & Co., Inc., 1450 Greene Street, Suite 225, Augusta, GA 30901, phone: (706) 722-3479. - Augusta-Richmond County General Aviation Commission Authority, 1775 Highland Avenue, ' Augusta GA 30904: phone: (706) 821-8970 Plans,Specifications, and Contract Documents are available for purchase at ' The State Department of Transportation and the United States Government have agreed to reimburse the Owner for portions of the project costs. The Owner will not accept or consider ' Augusta-Richmond County Notice to Bidders General Aviation Commission Authority I-1 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT proposals from any contractor whose name, at the time of opening of bids or award, appears on the then-current list of ineligible contractors published by the Comptroller General of the United States under Section 5.6 (b) of the Regulations of the Secretary of Labor (29) CFR nor a proposal from any firm, corporation, partnership, or proprietorship in which an ineligible contractor who, at the time of the opening of bids or the award, is removed from the Georgia Department of Transportation's list of prequalified contractors. By submitting a bid,the Contractor certifies that he has under his direct control,or at his disposal, ' the men, equipment&materials required to execute this work as specified. Lack of such control or availability of men, equipment, or materials shall constitute failure to properly execute the Contract. Performance and Labor and Material Payment Bonds will be required for 100% of the Contract price, with a surety or sureties legally authorized to do business in State of Georgia. A bid may be withdrawn only as provided by the applicable Georgia General Statutes. If a bid is withdrawn within 120 days of the bid opening, the Bid Guaranty shall be forfeited;provided that, if the request to withdraw is made pursuant to G.S. 143-129.1 not later than 72 hours after the opening of bids and if the withdrawal is allowed, the owner may return the Bid Guaranty. Proposals submitted without the prescribed information may be rejected. All Bidders should be aware that the date, time, and location for Proposal Submittal and Opening may be modified by Addendum. The project is conditioned upon receipt of federal funding under provisions of the Airport and Airways Safety and Capacity Expansion Act of 1987. Certain mandatory federal requirements apply to this solicitation and will be made part of any contract awarded. 1. Buy American Preference (Title 49 United States Code, Chap 501); 2. Foreign Trade Restriction(49 CFR Part 30); 3. Disadvantaged Business Enterprise (49 CFR Part 26); 4. Davis-Bacon Act(29 CFR Part 5); 5. Equal Employment Opportunity (Executive Order 11246 and DOL Regulation 41 CFR Part 60); 6. Goals for Minority and Female Participation (41 CFR Part 60-4.2); 7. Certification of Non-Segregated Facilities(41 CFR Part 60-1.8); ' 8. Debarment, Suspension, Ineligibility and Voluntary Exclusion (49 CFR Part 29) The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply ' to this contract. It is the policy of the Augusta-Richmond County General Aviation Commission Authority to practice nondiscrimination based on race,color,sex,or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit bids/proposals.Award of this contract will be conditioned upon satisfying requirements of Augusta-Richmond County Notice to Bidders General Aviation Commission Authority 1-2 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT NM I Ithis bid specification. Theserequirements apply to all bidders/offerors, including those who qualify as DBE. A DBE contract goal of 12.5% has been established for this contract. T h e IB idder/offeror shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26 (Attachment 1), to meet the contract goal by utilizing DBEs in the performance of this contract. IThe apparent successful bidder will be required to submit in the "Proposal" section of his bid, the information concerning the DBE that will participate in this contract. This information will I include: (1) the names, addresses and telephone numbers of Georgia licensed DBE firms that will participate in the contract; (2) a description of the work that each DBE firm will perform; (3) the dollar amount of the participation of each DBE firm participating; (4) written documentation of I the bidder/offeror's commitment to use a DBE subcontractor whose participation it submits to meet the contract goal; and (5) written confirmation from the DBE that it is participating in the contract as provided in the commitment made under (4). IIf the bidder fails to achieve the contract goal stated herein, he will be required to provide documentation demonstrating that he made a good faith effort. The bidder's documentation Ishall be submitted in accordance with the provisions outlined in the Proposal. IAddress questions to: Michael Joseph,P.E. IW.K.Dickson&Co., Inc. 2120 Powers Ferry Road, Ste. 100 Atlanta, GA 30339 I (770) 955-5575_ mjoseph@wkdickson.com IThe Owner reserves the right to reject any or all bids and to waive informalities&technicalities. I Timothy R.Martin,Chairperson Augusta-Richmond County General Aviation Commission Authority I1775 Highland Avenue Augusta, GA 30904 I I 1 I Augusta-Richmond County Notice to Bidders General Aviation Commission Authority I-3 Wind Cone and Segmented Circle I WKD Project Number 20160053.00.AT 1 i 1 1 i Intentionally Left Blank 1 i i 1 1 1 1 1 INSTRUCTIONS TO BIDDERS The terms "Proposal" or"Bid" shall refer to the written offer of the bidder(or"proposer") (when submitted on the approved bid/proposal form) to perform the contemplated work and furnish ' the necessary materials in accordance with the provisions of the plans and specifications. The terms "proposal" and "bid" may be used interchangeably throughout the contract documents. The bid, to be considered, must be submitted in accordance with the complete set of documents including the plans, and bidders are specifically directed to review the bid forms, these Instructions to Bidders, and the General Provisions. 1. PROPOSALS ' Proposals must be made in strict conformity with the "Proposal" provided and these Instructions to Bidders. The Proposal should be submitted in a sealed envelope on or before specified bid date. The Proposal should not be detached from the documents. ' All blank spaces for bids and alternatives must be properly filled in (written in ink or typed). Unit Prices shall be stated both in words and numerals. The total prices for a bid item shall also be stated both in words and numerals. The total amount bid shall ' be stated both in words and numerals in the proper place in the proposals form. The complete form shall be without alterations or erasures. In case of conflict between words and numerals, the words,unless obviously incorrect, shall govern. The bidder shall complete the form of proposal as follows: ' a. If the documents are executed by a sole proprietor, that fact shall be evidenced by the word "Owner" appearing after the name of the person executing them. b. If the documents are executed by a partnership, that fact shall be evidenced by the word "Partner" appearing after the name of the partner executing them. c. If the documents are executed by a corporation, they shall be executed in the name of the corporation by either the President or the Vice President and attested by the Secretary or Assistant Secretary and its seal shall be impressed on each copy ' of the documents. d. All signatures must be in ink and properly witnessed. ' Proposals shall be addressed and delivered on or before X.XX am/pm, XXXXday, XXXX, 2016. Bids shall be addressed and delivered to the office of the Augusta- Richmond County Purchasing Director, 535 Telfair St. Room 605, Augusta, GA 30901 and ' enclosed in a sealed envelope, as required by the General Provisions Section 20, PROPOSAL REQUIREMENTS AND CONDITIONS. It shall be the responsibility of the bidder to deliver his bid package to the proper official at the appointed time and place prior to the announced time for the opening of bids. Later delivery of the bid package for any reason shall disqualify the bid. A bidder Augusta-Richmond County Instruction to Bidders General Aviation Commission Authority I-5 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 maywithdraw a bidprovided that the bidder's request for withdrawal is received by q the owner in writing or by telegram before the time specified for the opening of bids. Modifications to bids will be accepted only if such modifications are delivered in writing (including telegram) to the Owner prior to the time for the opening of bids. Should the bidder find discrepancies in or omissions from the drawings or documents,or should he be in doubt as to the meaning of anything in the documents, he shall at once notify the Engineer in writing, who, when necessary, will send a written instruction to all bidders through the issuance of an addendum to the contract documents. Neither, the Owner, nor the Engineer nor their representatives will be responsible for any oral instruction or interpretation. If plans and specifications are found to disagree after the Contract is awarded, the Engineer shall be the judge as to what was intended. 2. PROPOSAL GUARANTY Each bid shall be accompanied by a cash deposit, or a certified check drawn on a bank or trust company insured by the FDIC, or a bid bond in an amount not less than five percent (5%) of the bid, said deposit to be retained by the Owner as liquidated damages should the successful bidder fail to properly execute the Contract within ten(10)days after the award and to give satisfactory surety as required by law. 3. QUALIFICATIONS OF BIDDERS To demonstrate qualifications to perform the work, the Successful bidder must submit within seven (7) days of the opening of bids evidence which may be required by the Owner, such as, but not limited to, financial data and previous experience. Each bid must contain evidence of the bidder's qualification to do business in the State where the project is located.Conditional or qualified bids will not be accepted. In addition,pertinent provisions of item 7, of this section, determine additional requirements for qualifications of bidders. I By submission of a bid, the bidder agrees that if awarded a contract, to perform the work and with his own organization,work equivalent to at least fifty percent(50%)of the total amount of the work to be performed under the Contract. If during the progress of the work hereunder, Contractor requests an adjustment of such percentage and 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. Contractor shall provide copies of all subcontracts to the Engineer. The Prime Bidder on this project shall perform not less than 50% of the physical work on the project. Physical work shall be defined as work performed on the actual project site by the Contractor's own personnel 1 and equipment. The Prime Contractor may supply materials to the job site but such materials cannot be used toward the requirement as physical work on the project unless Augusta-Richmond County Instruction to Bidders General Aviation Commission Authority I-6 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT ' 1 the contractor uses the materials to complete their own scope of work. The Contractor is also responsible for coordination and active supervision of the whole work of the project; ' however, Construction Management Services cannot be considered physical work on the project for the purposes of the 50% requirement. tAll bidders must be properly licensed in the State of Georgia and must indicate their current license number on the outside of the sealed envelope containing their bid. Additional requirements for bid submission are specified in other items in this section. 4. EXAMINATION OF CONTRACT DOCUMENTATION AND SITE Before submitting a bid, each bidder must: a. examine the bidding documents thoroughly; ' b. visit the site 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 & local laws, ordinances, rules and regulations that may in any manner affect cost, progress or performance of the work; d. study& carefully correlate bidder's observations with Drawings&Specifications; ' e. notify the Engineer in writing of any conflicts, errors or discrepancies. Before submitting a bid, the bidder may, at his own expense and assuming all risks, make any additional investigations and/or tests as the bidder may deem necessary for him to prepare 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,the 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. The bidder shall upon completion of ' such explorations fill and compact as necessary all holes, and clean and restore the site to its former condition. The Submission of a bid will constitute an incontrovertible representation by the bidder that he has complied with every requirement to bid the project 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. ' 5. ADDENDA All questions concerning the meaning or intent of Contract Documents are to be directed to the Engineer. During the bidding process, such inquiries must be made in writing. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be made through issuance of addenda to the Contract Documents. Any ' addenda to the Contract Documents issued during the time of bidding will be considered a part of the Contract Documents and will become a part of the Contract. Receipt of ' addenda shall be acknowledged by the bidder on the bid form. Augusta-Richmond County Instruction to Bidders General Aviation Commission Authority 1-7 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I I 6. INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES An estimate of quantities of work to be done and materials to be furnished under these I specifications is given in the proposal. It is given only as a basis for comparison of I proposals and the award of the Contract. The Owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimated of quantities, or I of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that I quantities may be increased or decreased without in any way invalidating unit bid price. 7. BID CONDITIONS (DBE PROGRAM) I The following bid conditions apply to the bidders for this United States Department of I Transportation (DOT) assisted contract. Submission of a bid/proposal by a prospective contractor shall constitute full acceptance of these bid conditions. A. Definition. Disadvantaged Business Enterprises (DBE) as used in this Contract I shall have the same meaning as defined in 49 CFR Part 26. B. Policy. It is the policyof the (DOT) that DBE's as defined in 49 CFR Part 26 shall Y have the maximum opportunity to participate in the performance of contracts financed I in whole or in part with federal funds under this agreement. Consequently, the DBE requirements of 49 CFR Part 26 apply to this agreement. C. DBE Obligation. The Contractor or Subcontractor shall not discriminate on the I 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 of the Contract or such other remedy, as the recipient deems appropriate. I D. Compliance. All bidders, potential contractors, and subcontractors for this DOT assisted contract are hereby notified that failure to carry out DOT policy and the DBE obligation, as set forth above, shall constitute a breach of contract which may result termination of Contractor such other remedy as deemed appropriate by Owner and FAA. I E. Subcontract Clause. Bidders and potential contractors hereby assure that they will include the above clauses in all subcontracts which offer further subcontracting opportunities. Augusta-Richmond County Instruction to Bidders I General Aviation Commission Authority 1-8 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I F. Prompt Payment. The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than fifteen (15) ' days of receipt of each payment the prime contractor receives from the owner. The prime contractor agrees further to return retainage payments to each subcontractor within fifteen(15)days after the subcontractors'work is completed. Any delay or postponement ' of payment from the above referenced time frame may occur only for good cause following written approval of recipient. This clause applies to both DBE and non-DBE ' subcontractors. G 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 assigned contract. The Civil Rights Division of the Federal Aviation Administration will make the final determination on whether an acceptable good faith effort was made. If the FAA determines that a good faith effort has not been made, then the bid will be considered non-responsive. The Owner proposes to award the Contract to the lowest responsive and responsible bidder submitting a reasonable bid provided he has met the goals for DBE participation or, if failing to meet the goals, he has made an acceptable good faith effort to meet the ' established goals for DBE participation. Bidder is advised that the Owner reserves the right to reject any or all bids submitted. ' H. DBE Participation Goals. The attainment of goals established for this Contract is to be measured as a percentage of the total dollar value of the Contract. The goals established for this Contract (based on historical and availability, references to be performed by ' DBE's) are as follows: 12.5% ' I. Available DBE's. Real-time information about firms doing business with the Department and firms that are certified through Georgia's Unified Certification Program is available in Directory of Contractors. Directory can be accessed by the link on ' Department's homepage or by entering:http://www.dot.ga.gov/PS/Business/DBE#tab-2 in the address bar of your web browser. Only firms identified as DBE certified in this Directory can be utilized to meet the contract goals.The listing of an individual firm in the ' Department's directory shall not be construed as an endorsement of firm's capability to perform certain work. ' J. Contractor's Required Submission. The Owner requires the submission of the information described in the Proposal section of the Contract Documents with the bid proposal. Certain other DBE information may also be required. All bidders failing to meet the established contract goal(s) will also be required to submit information to assist Owner in determining whether or not Contractor made acceptable good faith efforts to meet the Contract goal(s). This information shall be submitted with the bid and shall consist of the forms provided in Proposal section, Augusta-Richmond County Instruction to Bidders General Aviation Commission Authority I-9 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT backupI documentation required bythe forms in Proposal section and other information I q the Bidder wishes to submit to document the good faith efforts made. This information will be reviewed by the Owner and subsequently forwarded by the Owner to the Civil I Rights Division of the Federal Aviation Administration for review. Failure to submit this information with the bid will result in the bid being considered non-responsive. I Suggested guidance for use in determining if good faith efforts were made by a Contactor is included in 49 CFR Part 26. The following factors will be used to determine if the I bidder has made adequate good faith effort: 1. Whether the bidder attended any pre-bid meetings that were scheduled by I the Department to inform DBE's of contracting and subcontracting opportunities. 2. Whether the bidder provided solicitations through all reasonable and I available means (e.g. advertising in newspapers owned and targeted to the Disadvantaged) at least 10 calendar days prior to bid opening). 3. Whether the bidder provided written notice to all DBEs listed in the GDOT Directory,within the Divisions and surrounding Divisions where the project is I located, that specialize in the areas of work (as noted in the DBE Directory) that the bidder will be subletting. 4. Whether the bidder followed up initial solicitations of interest by contacting I DBE's to determine with certainty whether the DBE's were interested. by ' 5. Whether the bidder selected portions of work to be performed DBE's in order to increase the likelihood of meeting the contract goal(s). This includes, I where appropriate, breaking out contract work items into economically feasible units to facilitate DBE participation, even when the bidder might otherwise perform these work items with its own forces. I 6. Whether the bidder provided interested DBE's with adequate information about plans, specifications and requirements of the Contract. I 7. Whether the bidder negotiated in good faith with interested DBE's, not I rejecting DBE's as unqualified without sound reasons based on a thorough investigation of their capabilities. Any rejection should be noted in writing with a description as to why an agreement could not be reached. I 8. Whether quotations were received from interested DBE firms but rejected as unacceptable without sound reasons why the quotations were considered I unacceptable. The fact that the DBE firms' quotation for the work is not the lowest quotation received will not in itself be considered as a sound reason for Augusta-Richmond County Instruction to Bidders 1 General Aviation Commission Authority I-10 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I rejecting the quotation as unacceptable. The fact that the bidder has the ability and/or desire to perform the contract work with its own forces will not be ' considered as sound reason for rejecting a DBE quote. Nothing in this provision shall be construed to require the bidder to accept unreasonable quotes in order ' to satisfy contract goals. 9. Whether the bidder specifically negotiated with subcontractors to assume ' part of the responsibility to meet the contract DBE goal when the work to be sublet includes potential for DBE participation. 10. Whether the bidder made any efforts and/or offered assistance to interested DBEs in obtaining the necessary equipment, supplies, materials, insurance, and/or bonding to satisfy the work requirements in the bid proposal. 11. Any other evidence that the bidder submits which show that the bidder has made reasonable good faith efforts to meet the contract goal. The bidder K. Contractor Assurances. assures that he will meet one of the hereb y ' following, as appropriate: a. The DBE participation goals as established in Paragraph H above. b. The actual proposed DBE participation percentage shown by the bidder in the Proposal section. ' Agreements between bidder/proposer and a DBE in which the DBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. The bidder shall make a good faith effort to replace a DBE subcontractor that is unable to perform successful with another DBE subcontractor. Substitution must be coordinated with 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. 8. AWARD OF CONTRACT ' Award of the Contract will be made to the lowest responsive and responsible bidder as soon as practicable. The Owner reserves the right to reject any or all bids and to waive informalities and minor irregularities. The Owner may require the apparent low bidder to prove himself to be a responsible ' bidder by requesting the bidder to provide financial statements,experience in completion of similar projects, the names of holders of trade licenses and similar information. Augusta-Richmond County Instruction to Bidders General Aviation Commission Authority I-11 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT The Georgia Department of Transportation has agreed to reimburse the Owner for portions of the project costs. The Owner will not accept or consider proposals from any Contractor whose name, at the time of opening of bids or award, appears on the current ' list of ineligible contactors published by the Comptroller General of the United States under Section 5.6 (b) of the Regulations of the Secretary of Labor (29 CFR Part 5), the state Department of Transportation list of ineligible Contractors nor a proposal from any firm, corporation, partnership or proprietorship in which an ineligible Contractor has a substantial interest. 9. CANCELLATION OF AWARD The Owner reserves the right to cancel the award without liability to the bidder, except p return of the bid guaranty, at any time before a contract has been fully executed by all parties and approved by the Owner. Award of this Contract is subject to the receipt of a grant from the FAA/GA Division of Aviation. 10. PERFORMANCE AND LABOR AND MATERIALS PAYMENT BONDS ' The Contractor shall furnish Performance, Labor, and Materials Payment surety bonds in the form indicated in the Contract Documents executed by a surety company authorized to do business in the state. Each such bond shall be in an amount equal to one hundred percent (100%) of the Contract price. Separate surety bonds shall be provided for the faithful performance of the Contract, for the payment of all persons performing labor on the project, and for furnishing materials in connection therewith. 11. BIDS TO BE RETAINED No bid shall be withdrawn within 120 days after the scheduled time for the receipt of bids pending the execution of a Contract between the Owner and the successful bidder.Should the successful bidder default and not execute a contract, the Contract may be offered to the next lowest and responsible bidder. In this event the low bidder's bid guaranty will be kept by the Owner as liquidated damages. 12. REFERENCES The following references are from current and past government, educational and/or ' commercial accounts of similar size and scope. This list includes a minimum of three (3) references and does not include the City of Augusta and County of Richmond, or any City of their employee as a reference. At least one reference is from project that involved keeping businesses "open for business"and accessible during construction activities. Augusta-Richmond County Instruction to Bidders General Aviation Commission Authority I-12 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT REFERENCE #1: Name of Entity/Firm: Mailing Address: City/State/Zip Code: Contact Person Name: Contact Person Telephone Number: Date When Work Performed: Description of Work Performed: 1 ' REFERENCE #2: Name of Entity/Firm: Mailing Address: City/State/Zip Code: ' Contact Person Name: ' Contact Person Telephone Number: Date When Work Performed: Description of Work Performed: Augusta-Richmond County Instruction to Bidders General Aviation Commission Authority I-13 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT REFERENCE #3 I Name of Entity/Firm: I Mailing Address: I City/State/Zip Code: Contact Person Name: I Contact Person Telephone Number: I Date When Work Performed: i Description of Work Performed: I I I I I I I I I I IAugusta-Richmond County Instruction to Bidders General Aviation Commission Authority I-14 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I CONTRACTOR CONTRACTUAL REQUIREMENTS AND TITLE VI ASSURANCES ' GENERAL CIVIL RIGHTS PROVISIONS The contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. ' This provision binds the contractor and subtier contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. The tenant/concessionaire/lessee and its transferee agree to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds ' of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision obligates the tenant/concessionaire/lessee or its transferee for the period during ' which Federal assistance is extended to the airport through the Airport Improvement Program. In cases where Federal assistance provides, or is in the form of personal property; real property or ' interest therein; structures or improvements thereon, this provision obligates the party or any transferee for the longer of the following periods: ' (a) The period during which the property is used by the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits;or ' (b) The period during which the airport sponsor or any transferee retains ownership or possession of the property. Title VI Solicitation Notice: The Owner, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will ' affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in ' consideration for an award. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest(hereinafter referred to as the "contractor") agrees as follows: Compliance with Regulations: Contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts And Authorities, as they may be amended from time to time,which are herein incorporated by reference and made a part of this contract. Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-15 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT Non-discrimination: The contractor, with regard to the work performed by it during the contract, will 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 will not participate directly or indirectly in the discrimination prohibited by Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. 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 will be notified by the contractor of the contractor's obligations under this contract and the Nondiscrimination Acts And Authorities on the grounds of race, color, or national origin. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will 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 to be pertinent to ascertain compliance with such Nondiscrimination Acts And Authorities and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, contractor will so certify to sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. Sanctions for Noncompliance:In the event of contractor's noncompliance with Non-discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including,but not limited to: (a) withholding payments to contractor under the contract until contractor complies; and/or (b) cancelling, terminating, or suspending a contract, in whole or in part. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through ' six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. Contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition,the contractor may request the United States to enter into the litigation to protect the interests of the United States. ' DEEDS TRANSFERRING UNITED STATES PROPERTY NOW, THEREFORE, the Federal Aviation Administration as authorized by law and upon the condition that the Owner will accept title to the lands and maintain the project constructed thereon in accordance with Georgia Department of Transportation, for the Airport Improvement Program ' for which land is transferred, and the policies and procedures prescribed by the Federal Aviation Administration of the U.S.Department of Transportation in accordance and in compliance with all Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-16 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I requirements imposed by Title 49,Code of Federal Regulations,U.S.Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Non-discrimination in Federally-assisted programs of the U.S. Department of Transportation pertaining to and effectuating the provisions of Title VI of the Civil Rights Act of 1964(78 Stat.252;42 U.S.C.§2000d to 2000d-4), does hereby remise,release, ' quitclaim and convey unto the Owner all the right, title and interest of the U.S. Department of Transportation/Federal Aviation Administration in and to said lands described in the drawings and made a part hereof. (HABENDUM CLAUSE) TO HAVE AND TO HOLD said lands and interests therein unto Owner and its successors forever, ' subject, however, to the covenants, conditions, restrictions and reservations herein contained as follows, which will remain in effect for the period during which the real property or structures are used for a purpose for which Federal financial assistance is extended or for another purpose ' involving the provision of similar services or benefits and will be binding on the Owner, its successors and assigns. ' The Owner, in consideration of the conveyance of said lands and interests in lands, does hereby covenant and agree as a covenant running with the land for itself, its successors and assigns, that (1) no person will on the grounds of race, color, or national origin, be excluded from participation ' in,be denied the benefits of, or be otherwise subjected to discrimination with regard to any facility located wholly or in part on, over, or under such lands hereby conveyed, and (2) that the Owner will use the lands and interests in lands and interests in lands so conveyed, in compliance with all ' requirements imposed by or pursuant to Title 49, Code of Federal Regulations,U.S.Department of Transportation,Subtitle A,Office of the Secretary,Part 21,Non-discrimination in Federally-assisted ' programs of the U.S. Department of Transportation, Effectuation of Title VI of the Civil Rights Act of 1964, and as said Regulations and Acts may be amended, and (3) that in the event of breach of any of the above-mentioned non-discrimination conditions, the Department will have a right to ' enter or re-enter said lands and facilities on said land, and that above described land and facilities will thereon revert to and vest in and become the absolute property of the Federal Aviation Administration and its assigns as such interest existed prior to this instruction. ' TRANSFER OF REAL PROPERTYACQUIRED UIRED OR IMPROVED UNDER THE Q ACTIVITY, FACILITY, OR PROGRAM A. Theg rantee, lessee or permittee for himself/herself, his/her heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and ' agree in the case of deeds and leases add "as a covenant running with the land" that: 1. In the event facilities are constructed, maintained, or otherwise operated on the property described in the bid documents for a purpose for which a Federal Aviation Administration activity, facility, or program is extended or for another purpose involving the provision of similar services or benefits, the grantee, licensee, lessee or permittee will maintain and operate such facilities and services in compliance with all requirements imposed by the Nondiscrimination Acts and Regulations listed in the Pertinent List of Nondiscrimination Authorities(as may be amended)such Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-17 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT that no person on the grounds of race, color, or national origin, will be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities. B. With respect to licenses, leases, permits, etc., in the event of breach of any of the above Nondiscrimination covenants, Owner will have the right to terminate the lease,license, permit,etc. and to enter, re-enter, and repossess said lands and facilities thereon, and hold the same as if the lease, license, permit, etc. had never been made or issued. C. With respect to a deed, in the event of breach of any of the above Nondiscrimination covenants, the Owner will have the right to enter or re-enter the lands and facilities thereon, and the above described lands and facilities will there upon revert to and vest in and become the absolute property of the Owner and its assigns. ' CLAUSES FOR CONSTRUCTION/USE/ACCESS TO REAL PROPERTY ACQUIRED UNDER THE ACTIVITY,FACILITY OR PROGRAM A. Grantee, licensee, or permittee for himself/herself, his/her heirs, personal representatives, successors in interest, and assigns, as a part of the consideration hereof, does hereby covenant and agree(in the case of deeds and leases add, "as a covenant running with the land")that(1)no person on the ground of race, color, or national origin, will be excluded from participation in, denied the benefits of, or be otherwise subjected to discrimination in the use of said facilities, (2) that in the '. construction of any improvements on, over, or under such land, and the furnishing of services thereon, no person on the ground of race, color, or national origin, will be excluded from participation in, denied the benefits of, or otherwise be subjected to discrimination, (3) that the grantee, licensee, lessee or permittee will use premises in compliance with all other requirements imposed by or pursuant to the List of discrimination Acts And Authorities. B. With respect to licenses, leases, permits, etc., in the event of breach of any of the above nondiscrimination covenants, Owner will have the right to terminate the license, permit, etc., and to enter or re-enter and repossess said land and the facilities thereon, and hold the same as if said license, permit, etc.,had never been made or issued. C. With respect to deeds, in the event of breach of any of the above nondiscrimination , covenants,Owner will there upon revert to and vest in and become the absolute property of Owner and its assigns. TITLE VI LIST OFPERTINENT NONDISCRIMINATION ACTS &AUTHORITIES During the performance of this contract, the contractor, for itself, its assignees, and successors in ' interest (hereinafter referred to as the "contractor") agrees to comply with the following non- discrimination statutes and authorities;including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination In Federally-Assisted Programs of The Department of Transportation—Effectuation of Title VI of The Civil Rights Act of 1964); Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-18 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I I • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been Iacquired because of Federal or Federal-aid programs and projects); • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C.§794 et seq.), as amended, (prohibits Idiscrimination on the basis of disability); and 49 CFR part 27; • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits I discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); I • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and I Section 504 of the Rehabilitation Act of 1973,by expanding the definition of the terms"programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients& contractors,whether such programs or activities are Federally funded or not); I • Titles II & III of Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, I places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 — 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) I (prohibits discrimination on the basis of race, color,national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority IPopulations and Low-Income Populations, which ensures non-discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; I • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination Ibecause of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs(70 Fed.Reg. I at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities(20 U.S.C. 1681 et seq). IAIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 520- GENERAL I CIVIL RIGHTS PROVISIONS The contractor assures that it will comply with pertinent statutes, Executive orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national Iorigin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision obligates tenant/concessionaire/lessee or its I transferee for the period during which Federal assistance is extended to the airport a program, Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority 1-19 Wind Cone and Segmented Circle I WKD Project Number 20160053.00.AT 1 except where Federal assistance is to provide,or is in the form of personal property or real property or interest therein or structures or improvements thereon.In these cases,the provision obligates the party or any transferee for the longer of the following periods: (a) the period during which the property is used by the airport sponsor or any transferee for a purpose for which Federal assistance is extended,or for another purpose involving the provision of similar services or benefits or(b)the period during which the airport sponsor or any transferee retains ownership or possession of the property. In the case of contractors, this provision binds the contractors from the bid solicitation period through the completion of the contract.This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. DISADVANTAGED BUSINESS ENTERPRISES The Owner's award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR§26.53. As a condition of bid responsiveness, the Bidder or Offeror must submit following information with their proposal on the forms provided herein: (1) The names and addresses of Disadvantaged Business Enterprise (DBE) firms that will participate in the contract; , (2) A description of the work that each DBE firm will perform; (3) The dollar amount of the participation of each DBE firm listed under(1) (4) Written statement from Bidder or Offeror that attests their commitment to use the DBE firm(s) listed under(1) to meet the Owner's project goal; (5) If Bidder or Offeror cannot meet the advertised project DBE goal; evidence of good faith efforts undertaken by the Bidder or Offeror as described in appendix A to 49 CFR Part 26. The successful Bidder or Offeror must provide written confirmation of participation from each of the DBE firms the Bidder or Offeror lists in their commitment.This Bidder or Offeror must submit the DBE's written confirmation of participation with the proposal documents as a condition of bid responsiveness. 1. Contract Assurance. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. Contractor shall carry out applicable requirements of 49 CFR Part 26 in the award&administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. The requirements of 49 CFR part 26 apply to this contract. It is the policy of the Owner to practice nondiscrimination based on race, color, sex or national origin in the award or performance of this contract. Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership. 2. Prompt Payment. The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than seven days from the receipt of each payment the prime contractor receives from the recipient. The prime contractor agrees further to return retainage payments to each subcontractor within 7 days after the subcontractor's work is satisfactorily completed. The prime contractor agrees further to return retainage payments to each subcontractor within 7 days. Any delay or postponement of payment from the above referenced Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-20 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT ' 1 time frame may occur only for good cause following written approval of the recipient. This clause applies to both DBE and non-DBE subcontractors. ' LOBBYING AND INFLUENCING FEDERAL EMPLOYEES 1. No Federal appropriated funds shall be paid, by or on behalf of contractor, to any person for influencing or attempting to influence an officer or employee of any agency,a Member,an officer or an employee of Congress, or an employee of a Member of Congress in connection with the ' making of any Federal grant and the amendment or modification of any Federal grant. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any ' person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any Federal grant, the contractor shall complete and submit Standard Form-LLL, ' "Disclosure of Lobby Activities," in accordance with its instructions. ACCESS TO RECORDS AND REPORTS The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the sponsor, the Federal Aviation Administration, and the Comptroller General of the ' United States or any of their duly authorized representatives, access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the ' purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. ' BREACH OF CONTRACT TERMS Any violation or breach of terms of this contract on the part of the contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. ' Owner will provide Contractor written notice that describes nature of the breach and corrective actions Contractor must undertake in order to avoid termination of the contract. Owner reserves the right to withhold payments to Contractor until such time the Contractor corrects the breach or the Owner elects to terminate the contract.The Owner's notice will identify a specific date by which the Contractor must correct the breach. Owner may proceed with termination of the contract if the ' Contractor fails to correct the breach by deadline indicated in the Owner's notice. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and ' remedies otherwise imposed or available by law. ' RIGHTS TO INVENTIONS Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-21 Wind Cone and Segmented Circle 111 WKD Project Number 20160053.00.AT I Contracts or agreements that include the performance of experimental, developmental, or research work must provide for the rights of the Federal Government and the Owner in any resulting invention as established by 37 CFR part 401,Rights to Inventions Made by Non-profit Organizations and Small Business Firms under Government Grants,Contracts,and Cooperative Agreements. This contract incorporates by reference the patent and inventions rights as specified within in the 37 CFR §401.14. Contractor must include this requirement in all sub-tier contracts involving experimental, developmental or research work. TRADE RESTRICTION CLAUSE By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract, the Offeror- a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (U.S.T.R.); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that I discriminate against U.S. firms as published by the U.S.T.R;and c. has not entered into any subcontract for any product to be used on the Federal on the project that is produced in a foreign country included on the list of countries that ' discriminate against U.S. firms published by the U.S.T.R. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contractor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to an Offeror or subcontractor: (1) who is owned or controlled by one or more citizens or nationals of a foreign country included I on the list of countries that discriminate against U.S. firms published by the U.S.T.R. or (2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such U.S.T.R. list or (3) who incorporates in the public works project any product of a foreign country on such U.S.T.R. list; Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally ' possessed by a prudent person in the ordinary course of business dealings. Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-22 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 agrees that, if awarded a contract resultingfrom this solicitation, it will incorporate this Offeror p provision for certification without modification in in all lower tier subcontracts. The contractor ' may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by ' U.S.T.R, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an ' erroneous certification, Federal Aviation Administration may direct through the Owner cancellation of contract or subcontract for default at no cost to the Owner or the FAA. ' TERMINATION OF CONTRACT The Owner may terminate this contract in whole or in part at any time by providing written notice to the Contractor. Such action may be without cause and without prejudice to any other right or remedy of Owner.Upon receipt of a written notice of termination, except as explicitly directed by ' the Owner,the Contractor shall immediately proceed with the following obligations regardless of any delay in determining or adjusting amounts due under this clause: 1. Contractor must immediately discontinue work as specified in the written notice. ' 2. Terminate all subcontracts to the extent they relate to the work terminated under the notice. 3. Discontinue orders for materials and services except as directed by the written notice. ' 4. Deliver to the owner all fabricated and partially fabricated parts, completed and partially completed work, supplies, equipment and materials acquired prior to termination of the work and as directed in the written notice. 5. Complete performance of the work not terminated by the notice. 6. Take action as directed by the owner to protect and preserve property and work related to ' this contract that Owner will take possession. Owner agrees to pay Contractor for completed and acceptable work executed in accordance with ' the contract documents prior to the effective date of termination;documented expenses sustained prior to the effective date of termination in performing work and furnishing labor, materials, or equipment as required by the contract documents in connection with uncompleted work; ' reasonable and substantiated claims, costs and damages incurred in settlement of terminated contracts with Subcontractors and Suppliers; and reasonable and substantiated expenses to the contractor directly attributable to Owner's termination action Owner will not pay Contractor for loss of anticipated profits or revenue or other economic loss arising out of or resulting from the Owner's termination action. The rights and remedies this clause provides are in addition to any other rights and remedies provided by law or under this contract. Termination for Default (Construction) Section 80-09 of FAA Advisory Circular 150/5370-10 establishes conditions, rights and remedies associated with Owner termination of this contract due default of the Contractor. Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-23 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT Termination for Default(Equipment) The Owner may, by written notice of default to the Contractor, terminate all or part of this Contract if the Contractor: 1. Fails to commence the Work under the Contract within the time specified in the Notice- to-Proceed; I 2. Fails to make adequate progress as to endanger performance of this Contract in accordance with its terms; 3. Fails to make delivery of the equipment within the time specified in the Contract,including ' any Owner approved extensions; 4. Fails to comply with material provisions of the Contract; 5. Submits certifications made under the Contract and as part of their proposal that include false or fraudulent statements; 6. Becomes insolvent or declares bankruptcy; I If one or more of the stated events occur, Owner will give notice in writing to the Contractor and Surety of its intent to terminate the contract for cause. At the Owner's discretion, the notice may allow the Contractor and Surety an opportunity to cure the breach or default. If within 10 days of the receipt of notice, the Contractor or Surety fails to remedy the breach or default to the satisfaction of the Owner, the Owner has authority to acquire equipment by other ' procurement action. The Contractor will be liable to the Owner for any excess costs the Owner incurs for acquiring such similar equipment. Payment for completed equipment delivered to and accepted by the Owner shall be at the Contract price. The Owner may withhold from amounts otherwise due the Contractor for such completed equipment, such sum as the Owner determines to be necessary to protect the Owner against loss because of Contractor default. Owner will not terminate the Contractor's right to proceed with the Work under this clause if the delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such acceptable causes include: acts of God, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, ' and severe weather events that substantially exceed normal conditions for the location. If, after termination of the Contractor's right to proceed,the Owner determines that the Contractor was not in default, or that the delay was excusable, the rights and obligations of the parties will be the same as if Owner issued the termination for the convenience the Owner. The rights and remedies of the Owner in this clause are in addition to any other rights and r remedies provided by law or under this contract. CERTIFICATION REGARDING DEBARMENT, SUSPENSION,INELIGIBILITY AND VOLUNTARY EXCLUSION Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-24 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 By submitting a bid/proposal under this solicitation,the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a"covered transaction" under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and ' Suspension(Bidder or Offeror), above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract. If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant 1 that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non-compliant participant. ' ENERGY CONSERVATION REQUIREMENTS ' The contractor agrees to comply with mandatory standards and policies relating to energy efficiency that are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act(42 U.S.C. 6201et seq). VETERAN'S PREFERENCE In the employment of labor (excluding executive, administrative, and supervisory positions), the contractor and all sub-tier contractors must give preference to covered veterans as defined within Title 49 United States Code Section 47112. Covered veterans include Vietnam-era veterans,Persian Gulf veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business concerns (as defined by 15 U.S.C.632) owned and controlled by disabled veterans. This preference only applies when there are covered veterans readily available and qualified to perform the work to which the employment relates. DAVIS BACON REQUIREMENTS 1. Minimum Wages (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate ' on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act(29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent 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. ' Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-25 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 Contributions made or costs reasonably anticipated ated 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 such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; 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 period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed,without regard to skill,except as provided in 29 CFR Part 5.5(a)(4). 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 (1)(ii) 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. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including 1 helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable 1 relationship to the wage rates contained in the wage determination. (B)If the contractor and the laborers and mechanics to be employed in the classification(if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate),a report of the action taken shall be sent by the contracting officer to Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 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. (C) In the event the contractor, the laborers or mechanics to be employed in classification or their representatives, and the contracting officer do not agree on proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify contracting officer within the 30-day period that additional time is necessary. (D)Wage rate (including fringe benefits where appropriate) determined pursuant to subparagraph Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance ' General Aviation Commission Authority I-26 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 (1)(ii) (B)or(C) 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. ' (iii)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. (iv) 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 written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. ' 2.Withholding. 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 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 contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3.Payrolls and basic records. ' (i) 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 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 29 CFR 5.5(a)(1)(iv) 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 plan or program is financially responsible, ' and that 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 Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority 1-27 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 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. ' (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the Federal Aviation Administration if the agency is a party to the contract, ' but if the agency is not such a party,the contractor will submit the 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 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g., the last four digits of the employee's social security number).The required weekly payroll information may be submitted in any form desired.Optional Form WH-347 is available for this purpose from Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered ' worker, and shall provide them upon request to the Federal Aviation Administration if the agency is a party to the contract,but if the agency is not such a party,the contractor will submit them to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency (or the applicant, sponsor, or owner). (B) 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: (1) That the payroll for the payroll period contains the information required to be provided under 29 CFR§ 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR§ 5.5 (a)(3)(i) and that such information is correct and complete; (2) That each laborer and mechanic (including each helper, apprentice and trainee) employed on the contract during payroll period has been paid 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; ' (3) 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. (C) 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 (3)(ii)(B) of this section. Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-28 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT ' (D)Falsification of any of the above certifications may subject contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of United States Code. ' (iii) The contractor or subcontractor shall make the records required under paragraph (3)(i) of this section available for inspection, copying or transcription by authorized representatives of the ' sponsor, the Federal Aviation Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. ' Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. ' (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona ' fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or 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 Bureau of Apprenticeship and Training or a State Apprenticeship Agency(where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire ' work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on ' a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or ' subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress,expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. ' Apprentices shall be paid fringe benefits in accordance with provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. ' If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau ' of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an ' acceptable program is approved. Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-29 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than I the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal I 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 I approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees I shall be paid fringe benefits in accordance with the provisions of the trainee program.If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division I determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate that is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work I 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 I 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. I (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of I Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act Requirements. I The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. 6.Subcontracts. I Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) thru (10) and such other clauses as Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any I subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. 7. Contract Termination: Debarment. A breach of contract clauses in paragraph 1 thru 10 of this section may be grounds for termination I of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Bacon and Related Act Requirements. I All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance I General Aviation Commission Authority I-30 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I 1 and 5 are herein incorporated by reference in this contract. ' 9.Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the ' procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor or any of its subcontractors and ' contracting agency, the U.S.Department of Labor, or the employees or their representatives. 10. Certification of Eligibility. ' (i)By entering into this contract, 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). ' (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (iii) Penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. ' EQUAL EMPLOYMENT OPPORTUNITY-41 CFR PART 60-1.4(b) 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 limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment ' advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of ' the contractor,state that all qualified applicants will receive 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 s/he has a ' collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, ' as amended, 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 Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-31 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 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 procedure authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 7.The contractor will include the portion of the sentence immediately preceding paragraph(1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless ' exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 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 provision, including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. , CERTIFICATION OF NONSEGREGATED FACILITIES -41 CFR PART 60-1.8 Notice to Prospective Federally Assisted Construction Contractors 1. A Certification of Non-segregated Facilities shall 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. 2. 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. ' Notice to Prospective Subcontractors of Requirements for Certification of Non-Segregated Facilities 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a subcontract exceeding $10,000, which is not exempt from the provisions of the Equal Opportunity Clause. , 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-32 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I provisions of Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies & construction contracts where 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 OF NONSEGREGATED FACILITIES The federally-assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location,under his control, where segregated facilities are maintained. Federally-assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. Federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. ' As used in this certification, the term"segregated facilities" means any waiting rooms,work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment 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 other reason. The federally-assisted construction contractor agrees that(except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or 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 she or he will retain such certifications in his files. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS -41 CFR Part 60.4.3 ' 1.As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this ' contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; ' c. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S.Treasury Department Form 941; d. "Minority" includes: (1) Black (all) persons having origins in any of the Black African racial groups not of ' Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or ' other Spanish culture or origin regardless of race); Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-33 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands);and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). ' 2. Whenever contractor, or any subcontractor at any tier, subcontracts a portion of 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 U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables)shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4.The contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p 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 contractors 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 published 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. ' 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 or the regulations promulgated pursuant thereto. 6.In order for non-working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the contractor during the training period and the contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by U.S.Department of Labor. Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-34 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 7. Contractor shall take specific affirmative actions to ensure equal employment opportunity. The P q ' evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the contractor's obligation to maintain such a ' working environment,with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide ' written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and ' maintain a record of the organizations' responses. c.Maintain a current file of the names, addresses, and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment ' source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred ' back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the contractor may have taken. d.Provide immediate written notification to the Director when the union or unions with which contractor has a collective bargaining agreement has not referred to the contractor a minority ' person or female sent by contractor,or when the contractor has other information that the union referral process has impeded the contractor's efforts to meet its obligations. e.Develop on-the-job training opportunities and/or participate in training programs for the area ' which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to contractor's employment needs, especially ' those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 713 above. f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations;by including it in any policy manual and collective bargaining agreement;by ' publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each ' location where construction work is performed. g.Review,at least annually,the company's EEO policy and affirmative action obligations under ' these specifications with all employees having any responsibility for hiring, assignment, layoff, Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-35 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I termination, or other employment decisions including specific review of these items with onsite I supervisory personnel such as superintendents, general foremen, etc., prior to the initiation of I 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. I h. Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community I organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving contractor's recruitment area & employment I 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, I 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 I minority and female youth both on the site and in other areas of a contractor's workforce. k.Validate all tests and other selection requirements where there is an obligation to do so under I 41 CFR Part 60-3. 1. Conduct, at least annually, an inventory and evaluation at least of all minority and female I personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel I practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations I under these specifications are being carried out. n. Ensure that all facilities and company activities are non-segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between I the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority I 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 I the contractor's EEO policies and affirmative action obligations. 8.Contractors are encouraged to participate in voluntary associations,which assist in fulfilling one t or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the I Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-36 Wind Cone and Segmented Circle I WKD Project Number 20160053.00.AT contractor is a member and participant, may be asserted as fulfilling any one or more of its ' obligations under 7a through 7p 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 of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. ' 9. A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male & female, and all women, both minority&non-minority. ' Consequently,if the 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 underutilized. ' 10. The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. ' 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 Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation ' of these specifications and Executive Order 11246, as amended. 13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these ' specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If contractor fails to comply with requirements of 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 Government, and to keep records. Records shall at least include for each employee, 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, or laborer), dates of changes in status,hours worked per week in the indicated trade, rate of pay, and locations at which 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 Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-37 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 which establish different standards of compliance or upon the application of requirements for the p p pp q hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). E.E.O. COMPLIANCE—41 CFR PART 60-1.7 a) Requirements for prime contractors and subcontractors. (1) Each prime contractor and subcontractor shall file annually, on or before the September 30, complete and accurate reports on Standard Form 100 (EEO1)promulgated jointly by the Office of Federal Contract Compliance Programs, the Equal Employment Opportunity Commission and Plans for Progress or such form as may hereafter be promulgated in its place if such prime , contractor or subcontractor (i) is not exempt from the provisions of these regulations in accordance with 601.5; (ii) has 50 or more employees; (iii) is a prime contractor or first tier subcontractor; and (iv) has 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:Provided, That any subcontractor below the first tier which performs construction work at the site of construction shall be required to file such a report if it meets requirements of paragraphs (a)(1) (i), (ii), and (iv) of this section. 1 (2) Each person required by 601.7(a)(1) to submit reports shall file such a report with the contracting or administering agency within 30 days after the award to him of a contract or subcontract, unless such person has submitted such a report within 12 months preceding the date of the award. Subsequent reports shall be submitted annually in accordance with 601.7(a)(1),or at such other intervals as the Deputy Assistant Secretary may require.The Deputy Assistant Secretary may extend the time for filing any report. (3) The Deputy Assistant Secretary or the applicant, on their own motions, may require a contractor to keep employment or other records and to furnish, in the form requested, within reasonable limits, such information as the Deputy Assistant Secretary or the applicant deems necessary for the administration of the order. (4) Failure to file timely, complete and accurate reports as required constitutes noncompliance with the prime contractor's or subcontractor's obligations under the equal opportunity clause and is ground for the imposition by the Deputy Assistant Secretary, an applicant, prime contractor or subcontractor, of any sanctions as authorized by the order and the regulations in this part. (b) Requirements for bidders or prospective contractors (1) Certification of compliance with Part 602: Affirmative Action Programs. Each agency shall require each bidder or prospective prime contractor and proposed subcontractor, where appropriate, to state in the bid or in writing at the outset of negotiations for the contract: (i) Whether it has developed and has on file at each establishment affirmative action programs pursuant to Part 602 of this chapter;(ii)whether it has participated in any previous contract or subcontract subject to the equal opportunity clause;(iii)whether it has filed with the Joint Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-38 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT II IIReporting Committee, the Deputy Assistant Secretary or the Equal Employment Opportunity Commission all reports due under applicable filing requirements 111 (2)Additional information.A bidder or prospective prime contractor or proposed subcontractor shall be required to submit such information as the Deputy Assistant Secretary requests I prior to the award of the contract or subcontract. When a determination has been made to award the contract or subcontract to a specific contractor, such contractor shall be required, prior to award,or after the award,or both,to furnish such other information as the applicant IIor the Deputy Assistant Secretary requests. (c) Use of reports. Reports filed pursuant to this section shall be used only in connection with I the administration of the order,the Civil Rights Act of 1964,or in furtherance of the purposes of the order and said Act. INOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION-41 CFR PART 60-2 1. Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard IFederal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms I for the contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Timetables I Goals for minority participation for each trade: 12.5% Goals for female participation in each trade:6.9% I These goals are applicable to all of contractor's construction work (whether or not it is Federal or federally-assisted) performed in the covered area. If contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such I geographical area where work is actually performed. With regard to this second area, contractor also is subject to the goals for both its federally involved and non-federally involved construction. I 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 Igoals. 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 Ifemale 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 the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the I- and total work hours performed. 3.The Contractor shall provide written notification to the Director of the Office of Federal Contract ICompliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. Notification shall list the name, address, and telephone number of the subcontractor; ' Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-39 Wind Cone and Segmented Circle IWKD Project Number 20160053.00.AT I employer identification number of the subcontractor; estimated dollar amount of the subcontract; 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 Augusta City in Richmond County, Georgia. I CONTRACT WORKHOURS &SAFETY STANDARDS ACT REQUIREMENTS 29 CFR PART 5 1. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2.Violation;Liability for Unpaid Wages;Liquidated Damages. M In the event of any violation of the clause set forth in paragraph (1) above, the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages.In addition,such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, 111 including watchmen and guards,employed in violation of the clause set forth in paragraph 1 above, in the sum of $10 for each calendar day on which such individual was required or 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 1 of this clause. 3. 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 any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to 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 2 of this clause. 1. Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 1 through 4 and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 1 through 4 of this clause. Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-40 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT ' I 111 CLEAN AIR AND WATER POLLUTION CONTROL I Contractors and subcontractors agree: a. That any facility to be used in performance of contract or subcontract or to benefit from the contract is not listed on the Environmental Protection Agency (EPA)List of Violating Facilities; IIb. To comply with all applicable standards,orders,and regulations issued pursuant to the Clean Air Act (42 U.S.C. § 740-7671q) and the Federal Water Pollution Control Act as amended (33 I U.S.C. § 1251-1387). The Contractor agrees to report any violation to the Owner immediately upon discovery. The Owner assumes responsibility for notifying the Environmental Protection Agency(EPA) and the Federal Aviation Administration. IIContractor must include this requirement in all subcontracts that exceeds$150,000. c. That, as a condition for the award of this contract, the contractor or subcontractor will notify I the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities; IId.To include or cause to be included in any construction contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. IOCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 (Reference 20 CFR part 1910) IAll contracts and subcontracts that result from this solicitation incorporate by reference the requirements of 29 CFR Part 1910 with the same force and effect as if given in full text. Contractor I must provide a work environment that is free from recognized hazards that may cause death or serious physical harm to the employee. The Contractor retains full responsibility to monitor its compliance and their subcontractor's compliance with the applicable requirements of the II Occupational Safety and Health Act of 1970(20 CFR Part 1910). Contractor must address any claims or disputes that pertain to a referenced requirement directly with the U.S. Department of Labor— Occupational Safety and Health Administration. I TEXTING WHEN DRIVING I In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving"(10/1/2009)and DOT Order 3902.10"Text Messaging While Driving" (12/30/2009), the FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub-grant. I In support of this initiative, the Owner encourages the Contractor to promote policies and initiatives for its employees and other work personnel that decrease crashes by distracted drivers, including policies that ban text messaging while driving motor vehicles while performing work I activities associated with the project. The Contractor must include the substance of this clause in all sub-tier contracts exceeding$3,500 and involve driving a motor vehicle in performance of work I activities associated with the project. Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-41 I Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I I COPELAND "ANTI-KICKBACK" ACT Contractor must comply with the requirements of the Copeland"Anti-Kickback"Act(18 U.S.C.874 and 40 U.S.C.3145), as supplemented by Department of Labor regulation 29 CFR part 3. Contractor and subcontractors are prohibited from inducing, by any means, any person employed on the project to give up any part of the compensation to which the employee is entitled. The Contractor and each Subcontractor must submit to the Owner, a weekly statement on the wages paid to each employee performing on covered work during the prior week. Owner must report any violations 111 of the Act to the Federal Aviation Administration. FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) 11 All contracts and subcontracts that result from this solicitation incorporate by reference the provisions of 29 CFR part 201, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if given in full text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full and part time workers. 11 Contractor has full responsibility to monitor compliance to the referenced statute or regulation. Contractor must address any claims or disputes that arise from this requirement directly with the U.S.Department of Labor—Wage and Hour Division. 111 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an J employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants,loans,and cooperative agreements)and that all sub-recipients shall certify and disclose accordingly. Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-42 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31,U.S.Code.Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than$100,000 for each such failure. PROCUREMENT OF RECOVERED MATERIAL Contractor and subcontractor agree to comply with Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 U CFR Part 247. In the performance of this contract and to the extent practicable,the Contractor and subcontractors are to use of products containing the highest percentage of recovered materials for items designated by the Environmental Protection Agency(EPA)under 40 CFR Part 247 whenever the contract requires procurement of$10,000 or more of a designated item during the fiscal year; or,the contractor has procured$10,000 or more of a designated item using Federal funding during the previous fiscal year. 111 EPA-designated item list is available at www.epa.gov/epawaste/conserve/tools/cpg/products/. Section 6002(c) establishes exceptions to the preference for recovery of EPA-designated products if the contractor can demonstrate the item is: a) Not reasonably available within a timeframe providing for compliance with the contract U performance schedule; b) Fails to meet reasonable contract performance requirements;or c) Is only available at an unreasonable price. 111 SEISMIC SAFETY The contractor agrees to ensure that all work performed under this contract, including work performed by subcontractors,conforms to a building code standard that provides a level of seismic safety substantially equivalent to standards established by National Earthquake Hazards Reduction ' Program (NEHRP). Local building codes that model their code after the current version of the International Building Code (IBC) meet the NEHRP equivalency level for seismic safety. r I Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-43 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I I WAGE RATES General Decision Number: GA160007 01/08/2016 GA7 Superseded General Decision Number: GA20150007 I'I State: Georgia Construction Type: Heavy Counties in Georgia: Burke, Columbia, Glascock, Hancock, Jefferson, Jenkins, Lincoln, McDuffie, Richmond, Taliaferro, Warren, Washington and Wilkes HIGHWAY CONSTRUCTION PROJECTS Note:Executive Order(EO) 13658 establishes an hourly minimum wage of$10.15 for 2016 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is issued on or after January 1,2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least$10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements & worker protections under the EO is available at www.dol.gov/whd/govcontracts Modification Number Publication Date 0 01/08/2016 SUGA2011-007 03/07/2011 Rates Fringes CARPENTER $ 11.45 I CEMENT MASON/CONCRETE FINISHER...$ 11.36 LABORER Asphalt Raker $ 11.00 Asphalt Screed Person $ 10.50 Common or General $ 8.93 Form Setter $ 10.35 Guardrail Erector $ 13.50 Milling Machine Ground Person $ 10.00 ' Pipe Layer $ 10.20 Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-44 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT ' I I POWER EQUIPMENT OPERATOR: IAsphalt Distributor $ 14.10 Asphalt Paver/Spreader $ 12.00 I Backhoe/Excavator $ 10.80 Bulldozer $ 11.60 Compactor $ 10.00 I Crane/Dragline $ 17.50 Front End Loader $10.70 Material Transfer Vehicle II (Shuttle Buggy) $ 11.30 Mechanic $12.75 I Milling Machine $ 11.50 Motorgrader Fine Grade $ 14.55 Motorgrader/Blade $ 16.00 I Roller $10.00 Water Truck $ 11.25 I TRUCK DRIVER 26,000 GVW&Under $ 10.79 26,001 GVW&Over $12.75 II WELDERS - Receive rate prescribed for craft performing operation to which welding is llincidental. 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 (29CFR 5.5 (a) (1) (ii)). I The bodyof each wage determination lists the classification and wage rates that have been g found to be prevailing for the cited type(s) of construction in the area covered by the wage rdetermination The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. II Example: I PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-45 Wind Cone and Segmented Circle IWKD Project Number 20160053.00.AT I in the surveyfor this classification, which in this example would be Plumbers. 0198 indicates 111 p local union number or district council number where applicable,i.e.,Plumbers Local 0198.The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement(CBA)governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey,it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of 11 Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. I Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state.The next number, 0010 in the example, is 1111 an internal number used in producing the wage determination.08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. ' A UAVG rate will be updated once a year,usually in January of each year,to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.)Has there been an initial decision in the matter? This can be: * an existing published wage determination 1 * a survey underlying a wage determination *a Wage &Hour Division letter setting forth a position on a wage determination matter ' * a conformance (additional classification and rate) ruling Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority I-46 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I I 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 formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations 111 Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor I 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, 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 Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Augusta-Richmond County Contractor Contractual Requirements and Title IV Assurance General Aviation Commission Authority Wind Cone and Segmented Circle 1-47 WKD Project Number 20160053.00.AT r I I M r 1 a I r Intentionally I Inte y Left Blank I I 1 Augusta Richmond County Contractor Contractual Requirements and Title IV Assurance1-4 General Aviation Commission Authority Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I IG C', O R G I A Attachment B IYou Must Complete and Return the 2 panes of Attachment B with Your Submittal. Document Must Be Notarized. Augusta, Georgia Augusta Procurement Department ATTN: Procurement Director I 535 Telfalr Street, Suite 605 Augusta, Georgia 30901 Name of Proponent: I:.C.A. 1 e. c.t-f. c.c-' C o et-4'✓a. c. a 7 3 c_. I street Address: ?% 0 5 Le. s(: c. L o c. k c 144 City,State,Zip Code: -4-d .-+ G A 3 1-[ S 3 Phone: ),a 5- 5 Y1--I O`I-1 Fax: ?, 14 - 3 Y-1-'1 I ci I Email: -Vs Y.e ct d;e- e A-c -4-: -6^- c,oM I Do You Have A Business License? Yes: ✓ No: Augusta,GA Business License#for your Company(Must Provide): or Your State/Local Business License#for your Company(Must Provide): \ 1 1 `k I Utility Contractors License#(Must Provide if applicable): MUST`�'BE LISTED ON FRONT OF ENVELOPE General Contractor License#(Must Provide if applicable): C. N 0 o io a 3 Additional Specialty License#(Must Provide if applicable): 14[A I NOTE: Company must be licensed In the Governmental entity for where they do the majority of their business. If your Governmental entity (State or Local)does not require a business license,please state above(Procurement will verify),your company will be required to obtain a Richmond County business license if awarded a RFP. For further information regarding Augusta,GA license requirements,please contact the License and Inspection Department©706 312-5050. T C o G A 4-,.�► - G A I List the State.City&County that Issued your license: Acknowledgement of Addenda:(#1) :(#2) :(#3) :(#4) :(#5) :(#6) :(#7) :(#8) NOTE: CHECK APPROPRIATE BOX(ES)-ADD ADDITIONAL NUMBERS AS APPLICAi3Lk I Sptement of Non-Qlscrimination The undersigned understands that It is the policy of Augusta, Georgia to promote full and equal business opportunity for all persons doing business with Augusta,Georgia. The undersigned covenants that we have not discriminated,on the basis of race,religion,gender,national origin or ethnicity,with regard to prime contracting,subcontracting or partnering opportunities. The undersigned covenants and agrees to make good faith efforts to ensure maximum practicable participation of local small . I businesses on the proposal or contract awarded by Augusta,Georgia. The undersigned further covenants that we have completed truthfully and fully the required forms regarding good faith efforts and local small business subcontractor/supplier utilization. The undersigned further covenants and agrees not to engage in discriminatory conduct of any type against local small businesses, In conformity with Augusta, Georgia's Local Small Business Opportunity Program. Set forth below is the signature of an officer of the I proposer/contracting entity with the authority to bind the entity. The undersigned acknowledge and warrant that this Company has been made aware of understands and agrees to take affirmative action to provide such companies with the maximum practicable opportunities to do business with this Company; That this promise of non-discrimination as made and set forth herein shall be continuing In nature and shall remain In full force and effect without interruption; IThat the promises of non-discrimination as made and set forth herein shall be and are hereby deemed to be made as part of and Incorporated by reference Into any contract or portion thereof which this Company may hereafter obtain and: That the failure of this Company to satisfactorily discharge any of the promises of nondiscrimination as made and set forth herein shall constitute a material breach of contract entitling Augusta, Georgia to declare the contract in default and to exercise any and all applicable rights remedies including but not limited to cancellation of the contract,termination of the contract,suspension and debarment I from future contracting opportunities,and withholding and or forfeiture of compensation due and owing on a contract. NNon-Collusion of Prime Proponent By submission of a proposal,the vendor certifies,under penalty of perjury,that to the best of its knowledge and belief: (a)The prices In the proposal have been arrived at independently without collusion, consultation, communications,or agreement,for the I purpose of resMcting competition,as to any matter relating to such prices with any other vendor or with any competitor. (b)Unless otherwise required by law,the prices which have been quoted In the proposal have not been knowingly disclosed by the vendor prior to opening,directly or indirectly,to any other vendor or to any competitor. (c)No attempt has been made,or will be made,by the vendor to induce any other person,partnership or corporation to submit or not to I submit a proposal for the purpose of restricting competition. Collusions and fraud in proposal preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department. Bid 16-196 Wind Cone and Segmented Circle Bid Due:Friday.June 24,2016 @ 11:00 a.m. IPage 5 of 9 • Conflict of interest 1 By submission of a bid,the responding firm certifies,under penalty of perjury,that to the best of its knowledge and belief: 1.No circumstances exist which cause a Conflict of interest in performing the services required by this RFP,and 2.That no employee of the County, nor any member thereof, not any public agency or official affected by this RFP, has any pecuniary interest in the business of the responding firm or his sub-consultant(s)has any interest that would conflict in any manner or degree with the performance related to this RFP. By submission of a bid,the vendor certifies under penalty of perjury,that to the best of its knowledge and belief: (a)The prices in the bid have been arrived at independently without collusion,consultation,communications,or agreement,for the purpose of restricting competition,as to any matter relating to such prices with any other vendor or with any competitor. (b)Unless otherwise required by law,the prices which have been quoted In the bid have not knowingly been disclosed by the vendor prior to opening,directly or indirectly,to any other vendor or competitor. c)No attempt has been made,or will be made, by the vendor to induce any other person, partnership or cooperation to submit or not to submit a bid for the purpose of restricting competition. For any breach or violation of this provision, the County shall have the right to terminate any related contract or agreement without liability and at Its discretion to deduct from the price, or otherwise recover, the full amount of such fee,commission,percentage,gift,payment or consideration. Contractor Affidavit and Aareemegt By executing this affidavit, the undersigned contractor verifies its compliance with 0.C.G.A. § 13-10-91, stating affirmatively that the individual,firm,or corporation which Is contracting with Augusta,Georgia Board of Commissioners has registered with and Is participating In a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees,pursuant to the Immigration Reform and Control Act of 1986(IRCA),P.L. 99-603), in accordance with the applicability provisions and deadlines established In 0.C.G.A§13-10-91. The undersigned further agrees that,should It employ or contract with any subcontractor(s)in connection with the physical performance of services pursuant to this contract with Augusta, Georgia Board of Commissioners, contractor will secure from such subcontractor(s)similar verification of compliance with 0,C.G.A§13-10-91 on the Subcontractor Affidavit provided in Rule 300-10-01-.0B or a substantially similar form.Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Augusta, Georgia Board of Commissioners at the time the subcontractor(s)Is retained to perform such service. Georgia Law requires your company to have an E-Verify*User Identification Number(Company I.D.)on or after July 1,2009, For additional Information or to enroll your company,visit the State of Georgia website: https://e-verifv.useis.Eov/enroll/ and/or http://www.dol.state.ea.us/pdf/rules/300 10 t.pdf =•E-Verify'"User identification Number(Company 1,0.) ) 3 5 3 9 b NOTE: E-VERIFY USER IDENDIFICATiON NUMBER(COMPANY I.D.)MUST BE PROVIDED: IN ADDITION,THE RECOMMENDED AWARDED VENDOR WILL BE REQUIRED TO PROVIDE A COPY OF HOMELAND SECURITY'S MEMORANDUM OF UNDERSTANDING(MOU) The undersigned further agrees to submit a notarized copy of Attachment B and any required documentation noted as part of the Augusta, Georgia Board of Commissions specifications which govern this process. In addition, the undersigned agrees to submit all required forms for any subcontractor(s)as requested and or required. I further understand that my submittal will be deemed non- compliant if any part of this process is violated. C..A• C- 1.eCGc.� �O/1�►�4C �v ��� �+�c Company Name ✓--�,i 1 B : Authorized Officer or Agent- --- (Contractor Signature) e 5 cite r1 Title of Authorized Officer or Agent of Contractor Pri�nt d Name of Authorized Officer or Agent `'41 \ts 114,4:Fkk/+ '�� "" �KQ , SUBSCRI D AND SWORN BEFORE ME ON THIS THE ai`t` DAY OF J 074040:: �•2 'IR�RpUBLICES 1:0000 r� DEC.05,2016 Ai Notary Notary Pubi My Commission Expires: t S b �t44%O*1ii co." # You IVIuSt Complete and Return the 2 pages of Attachment B with Your Submittal.Document Must Be Notarized. REV.8/6/2015 Bid 16-196 Wind Cone and Segmented Circle Bid Due:Friday,June 24,2016 @ 11:00 a.m. Page 6 of 9 I I - „ •I I GEOR GI A IYou Must Comolete and Return with Your Submittal. Document Must Be Notarized Systematic Alien Verification for Entitlements(SAVE) Program Affidavit Verifying Status for Augusta, Georgia Benefit Application By executing this affidavit under oath, as an applicant for an Augusta, Georgia Business License or Occupation Tax Certificate, Alcohol I License,Taxi Permit,Contract or other public benefit as reference in O.C.G.A.Section 50-36-1, I am stating the following with • respect to my bid for an Augusta, Georgia contract for .4$ ILD-k Ilo w:Aci cone + S.r.-a).�ftnkeca C7cele, (178 db Project Nur and Project Name] IfVI. Ct ,/o\cA (5e viv<e --l- (Pr!nt/Type:Name of natural person applying on behaif of individual,business,corporation,partnership,or other private entity] I C . ` e. c\--i, col C.a,n-Vv. c_ ori ,-c - / (Print/7ype: Name of business,corporation,partnership,or other private entity) 1.) V I am a citizen of the United States. I OR 2.) I am a legal permanent resident 18 years of age or older. I OR . 3.) I am an otherwise qualified alien(8§ USC 1641)or nonimmigrant under the Federal Immigration 1 and Nationality Act(8 USC 1101 et seq.) 18 years of age or older and lawfully present in the United States.* in making the above representation under oath, i understand that any person who knowingly and willfully Imakes a false,fictitious,or fraudulent statement or representation in an affidavit shall be guilty of a violation of Code Section 16-10-20 of the Official Code of Georgia. 1,/-1-J 7 %. Signature of Applicant V. C. c td 8e ,n 4e4--t- 1 Printed Name *Alien Registration Number for Non-Citizens SU D AND SWORN BEFORE ME ON THIS THE d`' DAY OF s..,y <`P� #1 Notary Public r�4 GEORGIA r I My Commission Expires: I A ' 5 ( I -, 'TARP SERV' 0 44:4?. Z}t A." uil Note: THIS FORM MUST BE COMPLETED AND RETURNED WITH YOUR SUBMITTAL I Rev.2/17/2016 Bid 16-196 Wind Cone and Segmented Circle Bid Due:Friday,June 24,2016 @ 11:00 a,m. Page 7 of 9 .. . 1 I PROPOSAL I TO: Augusta Procurement Director Date: Ch l 2,`f h L General Aviation Commission Authority 535 Telfair Street,Suite 605 Bidder:IT C.. 4 . C l e c.4-(.c G l C.b^f'G `s Augusta,GA 30901 I Address: 7. b9 Le 5 t.c La K-ire i2 4 G 3 i Vl.) The undersigned, as bidder,hereby declares that the only person or persons interested in this I bid as principal or principals is or are named herein and that no person other than those herein mentioned,has any interest in the bid or in the contract to be entered into; that this bid is made I without connection with any other person,company or parties making a bid; and that it is in all respects fair and in good faith without collusion or fraud. Bidder further declares that he has examined the site of the work and informed himself fully in regard to all conditions pertaining to the place where the work is to be done, that he has IIexamined the specifications for the work and contract documents relative thereto, and has read all special provisions furnished prior to the opening of bids;that he has satisfied himself relative to the work performed. In case of conflict between words&figures,words will govern. I The bidder proposes and agrees that if this bid is accepted,to contract with the General Aviation Commission of Augusta, Georgia in the form of contract specified, to furnish all necessary I transportation and labor necessary to perform all construction in full and complete agreement with the plans & specifications and contract documents to the full &entire satisfaction of the General Aviation Commission of Augusta,Georgia as computed from the schedule of unit prices hereinafter shown. The quantities of work shown by unit prices are approximations only and the contract price will be based on the actual quantities included in the work. Bidder agrees not to withdraw his bid within 120 days after scheduled dosing time for receipt I of bids. Bidder also understands that award of this contract is subject to availability of funding. for anyof the followingreasons, among others: 1 A bidder shall be considered disqualified (a) Submitting more than one bid from the same partnership,firm or corporation under the same or different name. 1 (b) Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder. I The Owner reserves that right to reject any or all bids or sections thereof or to accept such bids or sections thereof,as it appears in its judgment to be in the best interest of the Owner. I Augusta,Georgia Proposal 1-50 I General Aviation Commission Authority Wind Cone and Segmented Circle WKt)Project Number 20160053.O0.AT I I 1 Bidders are hereby notified that all bids may be rejected if the lowest responsible bid(s)received exceeds Engineer's estimate by more Ithan 7%and it is determined that awarding contract would cause excessive inflationary impact.Nothing in this paragraph shall limit in any manner Owner's tright to reject any and all bids if it appears in its judgment to be its best interest to do so. Bidder agrees, if awarded the contract to commence work on the commencement date stated ' in the Notice to Proceed or within ten (10) days after such specified commencement date. The bidder further agrees that in the case of failure on his part to execute said contract and the ' bonds required within ten (10) consecutive calendar days after written notice is given of the award of the contract, the bid bond accompanying this bid shall be paid into the hands of the Owner, as liquidated damages for such failure;otherwise,the bid bond accompanying this bid shall be returned to the undersigned.1 Time of Performance: By submittal of this proposal,the undersigned acknowledges and agrees to commence work within ten(10)calendar days of the date specified in the written"Notice- to-Proceed"as rued by the OWNER.The undersigned further agrees to complete the Project within 60 Calendar days from to commencement date specified in the Notice-to-Proceed. ' The undersigned acknowledges and accepts that for each and every Calendar/Working day the project remains incomplete beyond the contract time of performance,the Contractor shall pay the tont penal amount of$Q per Calendar day as a liquidated damage to the OWNER. The undersigned shall acknowledge receipt of any addenda in the appropriate space provided on the Bid Farm. 111 The bidder acknowledges that the Owner has established a contract Disadvantaged Business ' Enterprise goal of &%for this project The bidder acknowledges and accepts the iequirene t to apply and document good faith efforts, as defined in Appendix A, 49 CFR Part 26,for subcontracting a portion of prime contract to certified Disadvantaged Business Enterprises ' (DBE),as defined in 49 CFR Part 26 for purposes of meeting the Owner's established goaL The bidder,in complying with this requirement proposes participation by Disadvantaged Business Enterprises as stated on the attached forms,"Utilization Statement"and "Letter of Intent". The bidder acknowledgesand acceptsthe is of the Davis-Bacon Act CFR Part requirements (29 ' 55). Under the provisions of the Act,contractors and their subcontractors are to pay workers employed directly upon the site of the work no less than the locally prevailing wages and fringe benefits paid on projects of a similar character.The Davis-Bacon Act directs the Secretary of Labor to determine such local prevailing wage rates. Augusts,Georgia ' General Aviation Commission Authority Proposal Wind Came and Circle WKD Project Number20160053.00.AT - .. - . - I I SCHEDULE OF WORK Wind Cone and Segmented Circle I item No. Description and Unit Price &Spec. in Words Quantity Unit Unit Price Extended Total 1. M-101 Mobilization 1 LS 00.)00 o 1' `� o @(write in words) I ca pa 2. M-101 Airfield Barriers 10 EA asp ad s < � I @(write in words) 1 3. P-153 CLSM 5 CV A00 l o00 I@(write in words) c,0c."0c."0 , 4. L-107 Wind Cone Assembly 1 � --lapo �• rjaoo @(write in words) I 5. L-107 Segmented Circle Marker System 1 EA "t 5Uo 1 5 v%. I @(write in words) oa as I �30� � t-� ago 6. L-125 Runway Intersection Guidance Signs 4 EA @(write In words) can I 7. L-108 #8 SICU 824L Power Cable In Trench 500 LF (, .0� ooa @(write in words) I ao `i 8. L-108 #6 Bare Copper Counterpose in Trench 250 IS i aso I @(write In words) I Augusta,Georgia O Schedule of Work I General Aviation Commission Authority I-51 Wind Cone and Segmented Circle WKD Project Number 20160053.OD.AT I I I 50 cn ` I 9. L-10S Cable Trench 250 LF a w �,5 @(write in words) I 00 10. L-108 2N PVC Conduit in Existing Pavement 75 IF 15 I I I a,S @(write in words) ea) ITOTAL BID:$ 14 b !+O0 The Owner reserves the right to award and/or reject any or all schedules of work. ICONTRACT TIME:60 CALENDAR DAYS Liquidated Damages$200.00 per Calendar Day DBE Goal Is 12.5% I Respectfully Submitted, I Contractor I DATE: toy a+1 1 4 p O,Go>c 3+Si ti b ,c5 c,.. GA, 31 11.5 Address Current GA Contractor ILicense No.: E iJ o o b 3+ BY? _ \ / I Title Lv I 2%4II � I ACKNOWLEDGEMENT OF ADDENDA NO. SIGNATURE Date I1. tto NE G I 2. 3. 1 4. I I Augusta,Georgia Schedule of Work General Aviation Commission Authority 1-52 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I I THE AMERICAN INSTITUTE OF ARCHITECTS AlA Document A310 Bid Bond I KNOW ALL MEN BY THESE PRESENTS, THAT WE TCA Electrical Contractors, Inc. I 2209 Leslie Locke Road,Tifton, GA 31793 as Principal, hereinafter called the Principal, and Travelers Casualty and Surety Company of America I One Tower Square, Hartford, CT 06183 a corporation duly organized under the laws of the State of CT as Surety, hereinafter called the Surety, are held and firmly bound unto Augusta GA Commission I 535 Telfair Street, Augusta,GA 30901 as Obligee,hereinafter called the Obligee, in the sum of Five Percent of Amount Bid I Dollars ($ 5% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors,administrators,successors and assigns,jointly and severally,firmly by these presents. I WHEREAS,the Principal has submitted a bid for Augusta-Daniel Field Airport,Augusta, GA Project No.: 16-196 I NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with I the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. ' Signed and sealed this 24th day of June , 2016 TCA Electrical Contractors, Inc. I �� (Principal) (Seal) (Witness) By: (Title) Travelers Casualty and Surety Company of America I rely) (Seal) 6��� r-IAL?(---1-47 (Wtne ? azole Carrie J. Key By' A amey-in-Fact David C. Endes (Tide) 1 AIA DOCUMENT A310•BID BOND•AIA•FEBRUARY 1970 ED.•THE AMERICAN I INSTITUTE OF ARCHITECTS,1735 N.Y.AVE.,N.W.,WASHINGTON,D.C.20006 I WARNING THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY ITRAVELERS J Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America I St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company li IAttorney-In Fact No. 228496 Certificate No. 0 0 65 48136 . IIIKNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company,St. Paul Fire and Marine Insurance Company, St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut.that Fidelity and Guaranty Insurance Company is a Icorporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters.Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make.constitute and appoint ;„ W.Parker Hix,and David C.Eades 0: IAtlanta G. of II of the City of ,State of t t reld .their true and lawful Attomey(s)-in-Fact, I each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances.conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. i" iIN WITNE,SS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to he hereto affixed.this 6th I Uctoher 2015 N day of . ii Farmington Casualty Company St.Paul Mercury Insurance Company li Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company I' Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company i- `,.11,,,v, P 0.5U4 FORE 4 € ,,j '.ZT 445�p�4� 0 pG O I Y B 2c6 CI O O �f7 "-'""'- i Z ..- inv 4 ..SI a 19// f' 11: ..._ .n HFtirfOti46 .1-, 1951 M1± »yr: cc SEALyS-.�•„V. yr .e� + s ANt I '= State of Connecticut By: ir City of Hartford ss. Robert L.Raney, enior Vice President ii 6th October On this the day of 2015 ,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company.Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company.Travelers i Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing F instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. t ii' G.TET /i `I In W fitness Whereof,I hereunto set my hand and official seal. C `jgFj ��� y II My Commission expires the 30th day of June,2016. * Ala mO * Marie C.Tetreault.Notary Public S i 1158440-8-12 Printed in U.S.A. `1 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 1 1 1 Bid Bond fttach Bid Band Here) i Augusta, 1 1 1 t i Bid BondGeneral Aviation Commission Authority 1-53 WKD Obstruction Clearing 20160053.00AT EQUAL EMPLOYMENT OPPORTUNITY(EEO)REPORT STATEMENT (41 CFR Part 60-1.7) ' The Bidder shall complete the following statement by checking the appropriate boxes. Failure to complete these blanks may be grounds for rejection of bid. ' 1. The Bidder has X has not developed and has on file at each establishment affirmative action programs pursuant to 41 CFR 60-1.40 and 41 CFR 60-2. ' 2. The Bidder has ,X, 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 has has not A filed with the Joint Reporting Committee the annual compliance report on Standard Form 100(EEO-1 Report). ' 4. The Bidder does does not employ fifty(50)or more employees. Name of Bidder: TQ . . ....1ac�C .ca.,1 q Ql\Arc 4t s, By: '1/- ---07- 111 Title: Cie S, ' Date: a-- 1 o - Augusta,Georgia DBE Requirements General Aviation Commission Authority I-55 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 1 DISADVANTAGED BUSINESS ENTERPRISE (DBE) Policy. The requirements of 49 CFR Part 26, Regulations of the U.S. Department of cY q g P Transportation, apply to this contract. It is the policy of the Augusta-Richmond County General Aviation Commission to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit bids/proposals. Award of this contract will be conditioned upon satisfying 111 the requirements of this bid specification. These requirements apply to all bidders/offerors, including those who qualify as a DBE. A DBE contract goal of 12.5% has been established for this contract. The bidder/offeror shall make good faith efforts, as defined in the Instruction to Bidders , section of the specifications and Appendix A, 49 CFR Part 26 (Attachment 1), to meet the contract goal by utilizing DBEs in the performance of this contract. 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 provided under this agreement. In this regard,all contractors shall take all necessary and reasonable steps in accordance with 49 CFR Part 26 to ensure that disadvantaged business enterprises have the maximum opportunity to compete for and perform contracts. Contractors shall not discriminate on the basis of race, color, national origin, or sex in the performance of this or subsequent subcontracts. DBE Participation. The Bidder shall provide the following information for disadvantaged subcontractors whom it proposes to engage in carrying out and completing the work called for by this proposal. No change shall be made in any of the disadvantaged subcontractors proposed to be engaged by the bidder,should it be the successful bidder,following the opening of this proposal without the prior written consent and approval of the Augusta-Richmond County General Aviation Commission. 1 1 Augusta-Richmond County DBE Requirements General Aviation Commission Authority I-56 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT onally Left Blank . I I Eg v 0 N o p 0 * b A w �� * 0 K •0 to g a c Q W a 3 t W V 0 c crl d O P v v II miI a oit l- 1 U ;tj I a Q tv a & I 8 'Cf o I Wz u -0 E as b A Eki Wo �s OPIZ QA o I L7eu 4:1 G/) 111777 F % az 'd IUIJ s. a r � v to Ai v " °' o 1 t r d - ,. i, o @ U .gig 'ivEv y ��' � NV I Z ; I •I ILEITER OF INTENT Disadvantage Business Enterprise (This page shall be submitted for each DBE firm; I Bidder/Offer p.,;:,,,,1,...._‘ C. A. .t,cA--,- c I k... o.....i-r'c..t-`,mr: _1..-._ • 3 ' I DBE Firm: i I. i:r. • e Ci"r Wit, •.1 t ,fi,�?_ ry 'tt� Wit['•,-, L I:::. ti.`C. . }-.e.u ( 'T -..TrI City:Ft,ie 4t.eQ.ile, State: _ CA __ 2! _,e ?... DBE Contact Ferson' ttia m-'1' T.-•t c- Ca.' i-te-1 :e ri isi r t%,'u-{.c"t: DBE Certifying Agency:encu: G'� .0 T_ — k}�;ratio Data — — .t-ach D.81.rir.i; tali•:4t-^71:r..”,1:1-11. t ..i .1 it r t<`=. ;- .,.. --rtiii I n � D Classification: 1r.tl'f7rll`Contractor LtSubiorjtractoz Dion: V q,Icor;. 0.Manufacturer 1 Suppii i- Work item(>i)tt1 be Description of Work Item Quantal,- Total performed by DBE I The bidder/offeror 15 committed tc,utilizing the ab ive-nerned DBA fine for the%,ark d. L .1r'd J tk o e The estimated participation 14 as tollowc: s ,..l � ; 5o50 I DBE contract amount: 341 4 L `-Y ` Percent of tot:i contrail_____I - 5 AFFIRMATION The above named DBE firm affirms that it will perform the portion of the contract for the t-timrle.i I dollar value as stated above J I BY: ii-Lii-l---z--C612-Y‘7-) )/)4,4--AlA ei'fit./ el 711E-a h c"--C-.. s'Szgrliurr- (Tule, In the event the bidder/offeror does not receive awar&i of the prime wetract,any.sod all represe:ritat!on- in this Letter of Intent and Affirmation shall be null and void. Augusts:.Uerr..- -:o. !.,.--77•,.5 int I C;eri 1 Av i[ t zrl inr a hc.r-,`, --- ri t stt 1 1 t W3_t)r r ,t t a,Al' I. I UTILIZATION STATEMENT I Disadvantage Business Enterprise The undersigned bidder/offeror has satisfied the requirements of the bid specification I in the following manner.(Please mark the appropriate box) 11 The bidder/offeror is committed to a minimum of 12.5% DBE I utilization on this contract. 0 The bidder/offeror, while unable to meet the DBE goal of I X.X%, hereby commits to a minimum of % DBE utilization on this contract and also submits documentation, as I an attachment,demonstrating good faith efforts(GFE).* The undersigned hereby further assures that the information included herein is true and I correct,and that the DBE firm(s)listed herein have agreed to perform a commercially useful function in the work items noted for each firm.The undersigned further understands that no changes to this statement may be made without prior approval from the Civil Right Staff of the I Federal Aviation Administration. 17 c.A. Stec--Ve,cot Co.,k.c.�.�oc, • Bidder's/Offeror's Firm Name 711 - VIA/ .? ---40--- L.I `4-•( I kx, Il Signature Date DBE UTILIZATION SUMMARYI Percentage pontract Amount DBE Amount Contract DBE Prime Contractor $ x 1.00= $ % DBE Subcontractor $ x 1.00= $ % ae DBE Supplier $ i l C.41x 0.60= $ Sb 1 k- 5 % DBE Manufacturer $ x 1.00= $ % I Total Amount DBE $ % DBE Goal $ % I *If the total proposed DBE participation is less than the established DBE goal,Bidder must provide written documentation of the good faith efforts as required by 49 CFR Part 26. Augusta,Georgia DBE Utilization Statement General Aviation Commission Authority I-59 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I - 1 onallywmidc I I CERTIFICATIONS I The undersigned hereby certifies to;the General Aviation Commission Authority of Augusta, Georgia that: TRADE RESTRICTION CERTIFICATION The contractor or subcontractor,by submission of an offer and/or execution of a contract,certifies I that it: a. is not owned or controlled by one or more citizens of a foreign country included in the I list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative(USTR); b. has not knowingly entered into any contract or subcontract for this project with a person I that is a citizen or national of a foreign country on said list,or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c. has not procured any product nor subcontracted for the supply of any product for use I on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in I accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project,the I Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. I Further, the contractor agrees that,if awarded a contract resulting from this solicitation,it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts.The contractor may rely on the certification of a prospective subcontractor I unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become I erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of IIchanged ci ces. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly I rendered an erroneous certification, Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of I records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally I possessed by a prudent person in the ordinary course of business dealings. Certifications I General A Commission Authority I-61 Wind Cone and Segmented Cirde WKD Project Number 20160053.00AT I I . I I This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false,fictitious,or fraudulent certification may render the maker subject to prosecution under Title 18,United States Code,Section 1001. BUY AMERICAN CERTIFICATE The contractor agrees to comply with149 USC§50101,which provides that Federal funds may not I be obligated unless all steel and manufactured goods used in AlP funded projects are produced in the United States,unless the FAA has issued a waiver for the product;the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list A bidder or offeror must submit the appropriate Buy America certification(below)with all bids or offers on AIP funded projects.Bids or offers that are not accompanied by a completed Buy America Icertification must be rejected as nonresponsive. Certificate of Buy American Compliance for Manufactured Products (Non-building construction projects,equipment acquisition projects) As a matter of bid responsiveness,the bidder or offeror must complete,sign,date,and submit this certification statement with their proposal. Bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other(not both)by inserting a k(✓)orthe letter"X". Bidder or offeror hereby certifies that it will comply with 49 USC§50101 by: a) Only installing steel and manufactured products produced in United States,or; b)Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing,or, c)Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement,the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product 3. To furnish US domestic product for any waiver request that the FAA rejects 4. To refrain from seeking a waiver request after establishment of the contract,unless extenuating dreumstannes emerge that the FAA determines justified. 0 The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC§50101(a)but may qualify for either a Type 3 or Type 4 waiver under 49 USC§50101(b). By selecting this certification statement,the apparent bidder or offeror with the apparent low bid agrees: gusta,Georgia Certifications AviationCommission AuthorityI-62 Wind Cone and�ted Circle WKD Project N 20160053.00.AT 1 I I 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal I waiver request and required documentation that support the type of waiver being requested. I2. Failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may result in rejection of the proposal 3. To faithfully comply with providing US domestic products at or above the I approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract,unless extenuating circumstances emerge that the FAA determines justified. I Required Documentation Type 3 Waiver- The cost of the item components and subcomponents produced in the United I States is more that 60% of the cost of all components and subcomponents of the "item". The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be I considered as non-domestic products in their entirety) b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. t c) Percentage of non-domestic component and subcomponent cost as compared to total "item" component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. I Type 4 Waiver-Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25%.The required documentation for a type 4 of waiver is: I a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements: Per 49 USC§47126,this certification concerns a matter within the jurisdiction I of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18,United States Code. Date Signature I —1:-C-14• C 1 e•--1-✓i c ra l C o n 4-✓ct G(-o/s P/e_ $, est"i- I Company Name 1-etc-- Title I Augusta,Georgia Certifications I General Aviation Commission Authority 1-63 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT CERTIFICATION OF NONSEGREGATED FACILITIES ' The federally-assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or 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 she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any ' location under his control where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. ' As used in this certification,the term"segregated facilities"means any waiting rooms,work areas, restrooms, and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment 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 other reason. The federally-assisted construction contractor agrees that(except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or 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 she or he will retain such certifications in his files. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION The bidder/offeror certifies,by submission of this bid or acceptance of this contract,that neither ' it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this bid that it will include this clause without modification in all lower tier transactions,solicitations,bids,contracts,and subcontracts. Where the bidder/offeror/contractor or any lower tier participant is unable to certify to this statement,it shall attach an explanation to this solicitation/bid. Name ofBidder:TC•A• C(ec4-rrcc( C_oH-(-(ac-1-or? h'- • By: 'in_ `- l J Title: f J, cl H Date: C= + 2.4- Augusta, Augusta,Georgia Certifications General Aviation Commission Authority 1-64 Wind Cone and Seg ted Cirde WKD Project Number 20160053.00.AT . - I I AFFIDAVIT OF NON-COLLUSION II STATE OF G e d✓5 , G. 1 COUNTY —CT-- Personally appeared before me nfi. 4 c ✓o 1 cc1 O e- n n e 4--I- I being duly sworn says that he is a member of the firm of'(. C .4. .I-e 4-6*G4{ Co ii-i-if c. +a's, and further says that his firm, association, or cooperation has not, either directly or I indirectly, entered any agreement, participated in any collusion,or otherwise taken any action in resistant of for competitive bidding in connection with the submission of a bid on the above- I named project. I Further, YV\ . G.v 01 d o eA vi e ki- swears and affirms that all legal I formalities required for the proper execution of affidavits pursuant to the laws of his state have been complied with and further agrees on behalf of himself, his firm association, or I corporation, that in any subsequent prosecution of perjury of him, his firm association, or corporation, it shall note a defense to such charge perjury that said formalities were not in fact I complied with. II YYk. t.-\a✓oI 4 6e.vt vte-1-1 Pie;:cAe,., -f" Name and Title I _114 (1-14) --A ---,ii7---- Legal Signature I 1/4 SWORN to me before this )N`P day of -31x.et e ,2016 gelp_l_ 1/kA,L9-, r;9 MIi_CF�® to' Notary Public for V.io+ A-L o• G A ret .0,G -�0 I A '7. � et icii A.," Certifications I Augusta, ® Georgia � air e 1-65General Aviation Commission Authority ®'44 Is,GO Wind Cone and Segmented Circle ORT% 4er WKD Project Number 20160053.00.AT I I _ ® Ac RLCERTIFICATE OF LIABILITY INSURANCE DATE 1/20/2017° ') i THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED I REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the pollcy(Ns)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). IIPRODUCER NAME CCINTACT Catherine Galbraith Penta Risk Associates of Georgia (404)809-2530uvc,Nei:(soak 809-2531 3715 Northside Pkwy ADDRESS:cgalbraith@pentarisk.com Bldg 400 Suite 550 INSURERS)AFFORDING COVERAGE NAIC 0 I Atlanta GA 30327 INSURER ATravelers Indemnity Company of CT 25682 INSURED INSURER B:Travelers Prop Cas Co of Amer 25674 T.C.A. Electrical Contractors, Inc. INSURERCPhoenix Insurance Company 25623 T.C.A. Irrigation, LLC INSURERD: I Post Office Boa 345 IlasImERE: Omega GA 31775 RAURER F: COVERAGES CERTIFICATE NUMBER:16-17 Liability REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD I 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 POUCIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. POUCY MP LTR R TYPE OF INSURANCE MNSD Won POLICY NUMBER (MMIODIYYPOLICYYYYY► LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 I A CLAIMS-MADE n OCCUR DAMAGE TO RENTED PREMISES 300,000 PREMISES(Ea ell $ X Contractual Liability DT-CO-48494604- TCT-16 3/12/2016 3/12/2017 MED EXP(Any one pomp) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GENL AGGREGATE UNIT APPLIES PER GENERAL AGGREGATE _ $ 2,000,000 I J POLICY IU WI' FLOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER:- $ AUTOMOBILE UABRTTY COMBI SINGLE LIMIT $ 1,000,000 I B X ANY AUTO SCHEDULEDAUTOS BODILY INJURY(Per person) $ DT-010-45494604-TIA 16 3/12/2016 3/12/2017 BODILY INJURY(Per aoadaa) $ PROPERTY DAMAGE $ HIRED AUTOS % NON-OV*ED AUTOS (Peraccidentl $ -S IUMBRELLA UAB X OCCUR . EACH OCCURRENCE S 5,000,000 B $ EXCESS LIAe CLAIMS-MADE AGGREGATE $ 5,000,000 DED S RETENTIONS 10,000 CUP-48494604-16 3/12/2016 3/12/2017 $ WOE COMPENSATION AND EMPLOYERS'LIAEIY Y/N S I TUTE EOR _ Lf ANY PROPRIETORIPARTNER/EXECUmVE NIA OB-86959208-16 EL EACH ACCIDENT $ 1,000,000 C, Oyes,Mamba and EXCLUDED? yer K NI NH) 3/12/2016 3/12/2017 EL.DISEASE-EA EMPLOYEE $ 1,000,000 DESCRIPTION OF OPERATIONS below EL.DISEASE-POUCY LIMIT $ 1,000,000 IDATION OF OPERATIONS/LOCATIONS/VEHICLES CORD 101 Additional Ramarks Schedule,may be Mucked If mom space is requited) RE: Daniel Field Airport WED 420160053.00.AT I Evidence of Insurance ICERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE I Augusta-Richmond County THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN General Aviation Commission ACCORDANCE WITH THE POLICY PROVISIONS. 1775 Highland Avenue Augusta, GA 30901 AUTHORIZED REPRESENTATIVE I Brad Lastinger/CMG ��-- ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD I 1E8025 0014011 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 CONTRACT THIS CONTRACT, made and entered into this day of , 20 , by and between the Augusta-Richmond! County General Aviation Commission, hereinafter called the Owner and-(- 1. C.. . C � e,< ,'e c.c 1 (b 4 e.�-o�s �,• , hereinafter called the Contractor. WITNESSETH: That the Contractor, for the consideration hereinafter fully set out, and the Owner, for the construction of work performed, agree that: 1. Scope of Work: Contractor shall furnish and deliver all materials and perform all the work in the manner and form as provided in the following enumerated plans, specifications and contract documents which are attached hereto and made a part thereof as if fully contained herein: SPECIFICATIONS AND CONTRACT DOCUMENTS: ' (a) Notice to Bidders (b) Instructions to Bidders (c) Proposal(as Accepted) ' (d) Performance Bond and Labor and Materials Payment Bond (e) General Provisions (f) Technical Specifications ' (g) Addendum No. 1 Addendum No.2 Addendum No.3 Addendum No.4 02 Contract Amount$ 4v a ' Contract Time:60 Calendar Days Liquidated Damages for Contract Time Overrun:$200 per Calendar Day ' 2. The Contractor shall commence the work to bep erformed under this contract not later than ' the date set by the Engineer in written notice to proceed, said date to be not less than ten (10) days after issuance of notice. ' 3. The Owner hereby agrees to pay to the Contractor for the faithful performance of this contract, subject to additions and deductions as provided in the specifications or proposal, in lawful money of the United States, such unit/or lump sum prices as are set forth in the accepted Proposal for ' quantities of each item actually accomplished. The Contractor shall repair or replace all defective work promptly and at no cost, charge or expense to the Owner. The warranty and guaranty, as provided for in this paragraph, are in addition to and not in limitation of any other bond, ' warranty or guaranty provided to the Owner by the Contractor or by a manufacturer, supplier or otherwise,or any other cause of action, right or remedy. ' Augusta-Richmond County Contract General Aviation Commission Authority I-67 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I I 4. The Owner shall make partial payments to the Contractor on the basis of a duly certified and I approved estimate of work performed during the preceding calendar month by the Contractor,less the specified retainage. All work must be performed strictly in accordance with this Contract and all work is subject to acceptance by the Owner. I 5. Upon submission by the Contractor of evidence satisfactory to the Owner that all payrolls, materials,bills and other cost incurred by the Contractor in connection with the construction of the I work have been paid in full, final payment on account of this Contract shall be made within thirty (30) days after the completion by the Contractor of all work covered by this Contract and the I acceptance of such work by the Owner. 6. If at any time after the execution of this Contract and the bonds hereto attached; the Owner I shall deem the surety or sureties upon such bond or bonds to be unsatisfactory, or if for any reason any such bond ceases to be adequate to cover the performance of the work or the payment for labor or materials, the Contractor shall, at his expense and within five (5) days after the receipt of notice I from the Owner to do so, furnish an additional bond or bonds in such form and amount and with such surety or sureties as shall be satisfactory to the Owner. In such event, no further payment to the Contractor shall be deemed to be due under this Contract until such new or additional bonds I shall have been furnished in a manner and form satisfactory to the Owner. 7. In respect to each phase of the work and for one (1)year from and after the date on which such I phase is accepted for use by the Owner, or for such longer period as may be provided for in any written warranty or guaranty,the Contractor warrants and guarantees the work(including but not I limited to all labor and materials in respect thereto); and the Contractor shall repair or replace all defective work promptly and at no cost, charge or expense to the Owner. The warranty and guaranty, as provided for in this paragraph, are in addition to and not in limitation of any other I bond, warranty or guaranty provided to the Owner by the Contractor or by a manufacturer, supplier or otherwise,or any other cause of action, right or remedy. I 8. The Owner may in its sole discretion suspend this Contract for ninety (90) days or terminate this Contract at any time, whereupon the Contractor shall be paid only for the work actually I performed, the materials actually delivered to the job site, and the materials specifically ordered by the Contractor for this project if such specifically ordered materials cannot be returned to the manufacturer or supplier by the Contractor at no cost or expense to the Contractor. (It is I understood, however, that the Contractor shall return all specifically ordered materials if the Owner agrees in writing to reimburse the Contractor for all of the latter's costs and expenses incurred in so returning the materials.) The Contractor shall not be entitled to recover any I anticipated profits. This paragraph applies only to those situations where the Owner suspends or terminates this Contract for reasons other than the Contractor's performance or breach of or I default under this Contract. Augusta-Richmond County Contract I General Aviation Commission Authority I-68 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I I9. This Contract is made and entered into in Augusta, Georgia, and Georgia law shall govern and apply to this Contract. In the event of a dispute or disputes between the parties hereto, rnand in the event litigation is instituted, such litigation shall be commenced only in a state superior or district court in Augusta, Georgia, and each party hereby waives any right or claim for a change I of venue from Augusta, Georgia. 10. The parties hereto acknowledge, represent, state and warrant that they have signed and I executed this Contract under seal, that they have adopted their respective seals as affixed to this Contract, and that they are executing this Contract with the intent that it shall be a sealed instrument. 11. Regardless of which party hereto is responsible for the preparation and drafting of this Contract, it shall not be construed more strictly against either party. 12. Whenever the context permits, words herein in any gender shall include the masculine, I feminine and neuter. 13. This Contract may not be assigned by the Contractor unless the Owner has consented in Iwriting to the assignment. IN WITNESS WHEREOF, the Owner and Contractor hereto have executed this contract under 111 seal on the date first above written in five counterparts, each of which shall be deemed an original contract. WITNS: - _ �� .-/-c-.1 L L I, J� r c.4. 6-je...tlrc.,-( con-c,1 e.e. 4-or, Z•-•=-- I (As to Contractor) (Contractor) WITNESS: By A . L1/AIeg ^.'.v_ I (Seal) I d v Q' At1„44,.._; (-4.e .,\c,.. �'!e' (Owner) I By�. 'W ,t 7 ale_ t�a.f\s,Yr. , KAN �YI�< ( `alkr j :.1.'® � r�4/ria►Y//i I 9 N a G r}. O f 0 i I . qt Augusta Richmond County 'Sir, 7 ' # ( ntract I General Aviation Commission Authority +w� 0+ I 69 Wind Cone and Segmented Circle EEOR i".!0 WKD Project Number 20160053.00.AT �SWWW ' I i i 1 1 1 1 1 1 Intentionally Left Blank 1 1 1 1 i i A.M r � ; " P w 1 Bond 4t /66 653) q9 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That T C.ik• G(e r.1 c ( Co ri i6, as Principal hereinafter called Contractor, and/470e1kRs tf701 pF s Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County General Aviation Commission Authority, as Obligee, hereinafter called Owner, in the amount of Dollars($..41O .6D ), for the payment whereof Contractor and Surety bind themselves,their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated , entered into a contract with Owner for the Obstruction Clearing Project in accordance with Drawings and ' Specifications prepared by W. K. Dickson &Company, Inc., which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. ' NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 111 (1) Complete the Contract in accordance with its terms and conditions,or (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available as Work progresses ' (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which ' the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by Owner to Contractor. Any suit under this bond must be instituted before the expiration of(2)two years from the date on which final payment under the Contract falls due. Augusta-Richmond County Performance Bond General Aviation Commission Authority I-71 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I I No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. I S. d and sealed this day of ,2016. ' 174,),..-e.,' 27/.(k,t, A.171: (Witness) (Principal) (Seal) u I (Title) I i -4111 -Thiodeas PAsopi-k(anispietiq ehneot tp. Alifixiciti (Witness '.4'•/t, (Surety)(Seal) ' r.% rC2.4-0=-/l'a'---....„..„ (Title) AO)"d e.. E+'t 5Cebeitt ' D)"Fnei � Y I I I I I II I I I Augusta-Richmond County Performance Bond I General Aviation Commission Authority 1-72 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I /O 6Y/79 LABOR AND MATERIAL PAYMENT BOND f3 �.e-c,• KNOW ALL MEN BY THESE PRESENTS: That�C,/-1. C(c.c.�-✓:c.�( C' r�f� asGPrinci/pal, nn hereinafter called Principal, an• '_: ' k i a `�1 ,: � � J� Giza.; j p,f_ Surety, hereinafter called Surety, are held and firmly bound unto Augusta-Richmond County General Aviation Commission Authority, as Obligee, herein ft r calle4 • er an °r the use d eai of claimants as herein below defined, in the amount ot�-1�3j'x�l'y. Dollars (S °'Irfor the paymentPrincipalSurety whereof and bind themselves, their heirs, executors, administrators, successors and assigns,jointly and severally,firmly by these presents. WHEREAS,Principal has by written agreement dated ,entered into ' a contract with Owner for the Obstruction Clearing in accordance with Drawings and Specifications prepared by W. K.Dickson&Company, Inc., which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. ' NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Principal shall promptly make payment to all claimants as hereinafter defined, for all labor and material used or reasonably required for use in the performance of the Contract, then this obligation shall be void; otherwise it shall remain in full force and effect, subject,however,to the following conditions: 1. A claimant is defined as one having a direct contract with the Principal or with a Subcontractor of the Principal for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental or equipment directly applicable to the Contract. 2. The above-named Principal and Suretyhereby jointlyand severally agree with the Owner that ' every Claimant as herein defined, who has not been paid in full before the expiration of a period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of ' such claimant, prosecute the suit to final judgement for such sum or sums as may be justly due claimant, and have execution thereon. The Owner shall not be liable for the payment of any costs or expenses of any such suit. ' 3. No suit or action shall be commenced hereunder by any claimant. a. Unless claimant, other than one having a direct contract with the Principal, shall have given written notice to any two of the following: the Principal, the Owner, or the Surety above-named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating withsubstantial accuracy the amount claimed and the name of the party to whom the materials Augusta-Richmond County Labor and Materials Payment Bond General Aviation Commission Authority I-73 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT c 1 were furnished,or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail,postage prepaid,in an envelope addressed to the Principal, Owner, or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the state in which the aforesaid project is located, save that such service need not be made by a public officer. b. After the expiration of one (1) year following the date on which Principal ceased work on said Contract, it being understood, however, that if any limitation embodied in this bond is prohibited by any law controlling the construction hereof, such limitation shall be deemed to be amended so as to be equal to the minimum period of limitation permitted by such law. c. Other than in a state court of competent jurisdiction in and for the county or other ' political subdivision of the state in which the Project, or any part thereof, is situated, or in the United States District Court for the district in which the Project, or any part thereof, is situated, and not elsewhere. ' 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' liens which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. Signed and sealed this day of ,20 t14/ 1- "Pt %-Akt (Witness) (Principal) (Seal) 1 P17 C.$r C►G/t (Title) (Witness) '/�c J• (Surety) (Seal) (Title42G1;41C.': ,5 rjk e4ey_, _F, - 1 I Augusta-Richmond County Labor and Materials Payment Bond General Aviation Commission Authority I-74 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER /A► POWER OF ATTORNEY TRAVELERSJ Farmington Casualty Company St.Paul Mercury Insurance Company I Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company I Attorney-In Fact No. 230934 Certificate No.0 0 7 0 1.2 4 61 IKNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint I W.Parker Hix,David C.Eades,and Carrie J.Key I of the City of Atlanta ,State of Georgia ,their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of Icontracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,thisI 17th day of October 2016 I Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company I St.Paul Guardian Insurance Company �1 !Vt.% Y bi +. ys, ,�iNSU+.. TY 4,i021982 ; 9`O 4NJ0.POR n. ' ......Ayy pJP� Oy,L �1}ay�,Cyyf� rpVP R' I• : . o: 9J.' b" 0 ` £`�CDRPORATED W' (40 r 4 . t Q:' POR o: w y $vf� m �i m :w. ATf:.P.? , I1977 =F --- 2: a HARTFORD, Fl4com. ;`Ya �D1951 4f'•SEAI+o: 2v. o: mCONN. n e CON 7N1896 ' r c° d''- t r :n SSAL:n= ro `` p� n )•.,‘ -�9> e� • ^; 3gs�F„H„c `1S N:jD r v1.. Na sb sa • �? 1 e hhw - ...... 1 h, , AtN II State of Connecticut By: Zi',-- -- t City of Hartford ss. Robert L.Raney,Senior Vice President On this the 17th day of October 2016,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul IFire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. rTAREN In Witness Whereof,I hereunto set my hand and official seal. Nc( W vw l. . My Commission expires the 30th day of June,2021. O i MA' * Marie C.Tetreault,Notary Public I '44A, GIP 4. I 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President,any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President,any Second Vice President,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,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 of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,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 facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of ,20 Kevin E.Hughes,Assistant Sec tary GASU,� ; I•Y (ONE ,PTVANpfYa"kTV &r) Y2 nn� ` Wap . icy : ,, 3,J , .,. y, y 'Cp 4O O��'Y�Gn iNcom ger,. s J io""osi• i W'G�aPOFA F r uP S 1982 p T // \\Z ; 195j ' �`'•SEAL.+oi '�`+.`!TESL!;E` CONN. o° Gaut. )�• tai r ` ��$gwN» so. ..%a`rl ` s 1�i ai .S...... *P N1 na '"'mmmm� hh....A.r" 1`. Nw To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. 1 1 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER I WAGE RATES ' General Decision Number: GA160007 01/08/2016 GA7 Superseded General Decision Number: GA20150007 ' State: Georgia Construction Type:Heavy Counties in Georgia: Burke, Columbia, Glascock, Hancock, Jefferson, Jenkins, Lincoln, McDuffie, Richmond, Taliaferro, Warren,Washington and Wilkes HIGHWAY CONSTRUCTION PROJECTS Note: Executive Order (EO) 13658 establishes an hourly minimum wage of$10.15 for 2016 ' that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is issued on or after January 1,2015. If this contract is covered by the EO, the contractor must pay all ' workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements & worker protections under the EO is available at www.dol.gov/whd/govcontracts Modification Number Publication Date 0 01/08/2016 ' SUGA2011-007 03/07/2011 ' Rates Fringes CARPENTER $ 11.45 CEMENT MASON/CONCRETE FINISHER...$ 11.36 LABORER Asphalt Raker $ 11.00 Asphalt Screed Person $ 10.50 Common or General $ 8.93 Form Setter $ 10.35 Guardrail Erector $ 13.50 Milling Machine Ground Person $ 10.00 Pipe Layer $ 10.20 Augusta-Richmond County Wage Rates General Aviation Commission Authority I-75 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT S 1 I POWER EQUIPMENT OPERATOR: Asphalt Distributor $ 14.10 Asphalt Paver/Spreader $ 12.00 Backhoe/Excavator $ 10.80 Bulldozer $ 11.60 Compactor $ 10.00 Crane/Dragline $ 17.50 ' Front End Loader $ 10.70 Material Transfer Vehicle (Shuttle Buggy) $ 11.30 , Mechanic $ 12.75 Milling Machine $ 11.50 Motorgrader Fine Grade $ 14.55 Motorgrader/Blade $ 16.00 Roller $10.00 Water Truck $ 11.25 TRUCK DRIVER , 26,000 GVW&Under $ 10.79 26,001 GVW&Over $ 12.75 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 (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination The classifications are listed in alphabetical order of"identifiers"that indicate whether the particular rate is a union rate(current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Augusta-Richmond County Wage Rates General Aviation Commission Authority I-76 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 I I Example: PLUM0198-005 07/01/2014.PLUM is an abbreviation identifier of the union which prevailed Iin the survey for this classification,which in this example would be Plumbers.0198 indicates local union number or district council number where applicable, i.e., Plumbers Local 0198. I The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. IUnion prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement(CBA)governing this classification and rate. I Survey Rate Identifiers I Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this I weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA I indicates the State of Louisiana.2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in I producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. ISurvey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers I Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a Iweighted union average rate.OH indicates the state.The next number,0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a I weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. IWAGE DETERMINATION APPEALS PROCESS 1.)Has there been an initial decision in the matter? This can be: I * an existing published wage determination Augusta-Richmond County Wage Rates I General Aviation Commission Authority 1-77 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 * a survey underlying a wage determination * a Wage &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 I 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. 111 Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the I action)can request review and reconsideration from the Wage and Hour Administrator(See 29 CFR Part 1.8 and 29 CFR Part 7).Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position ' and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interestedp �Y may aY apP eal directly to Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S.Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.)All decisions by the Administrative Review Board are final. END OF GENERAL DECISION I Augusta-Richmond County Wage Rates General Aviation Commission Authority 1-78 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 1 DIVISION II 1 ' GENERAL PROVISIONS 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 IntentionallY Left Blank 1 1 t 1 1 1 1 1 1 1 1 i SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, or 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.A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 Airport Improvement Program(AIP).A grant-in-aid program, administered by the Federal Aviation Administration(FAA). 10-05 Air operations area (AOA). For the purpose of these specifications, the term air operations area(AOA) 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,taxiway, or apron. ' 10-06 Airport. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas, and includes a heliport. 10-07 ASTM International (ASTM). Formerly known as the American Society for Testing and Materials(ASTM). ' 10-08 Award.The Owner's notice to the successful bidder of the acceptance of the submitted bid. ' 10-09 Bidder. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 Building area. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings ' and facilities located thereon. 10-11 Calendar day. Every day shown on the calendar. Augusta-Richmond County General Provisions General Aviation Commission Authority II-1 Wind Cone and Segmented Circle ' WKD Project Number 20160053.00.AT 10-12 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, , must be within the scope of the contract. 10-13 Contract.The written agreement covering the work to be performed.The awarded 1 contract shall include,but is not limited to: Advertisement, Contract Form,Proposal, Performance Bond, Payment Bond, any required insurance certificates, Specifications, Plans, and any addenda issued to bidders. 10-14 Contract(pay) item.A specific unit of work for which a price is provided in the contract 10-15 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. 10-16 Contractor. 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. , 10-17 Contractor's laboratory. The Contractor's quality control organization in accordance with the Contractor Quality Control Program. ' 10-18 Construction Safety and Phasing Plan(CSPP). The overall plan for safety and phasing of a construction project developed by the airport operator, or developed by the airport operator's consultant and approved by the airport operator. It is included in the invitation for bids and becomes part of the project specifications. 10-19 Drainage system.The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-20 Engineer. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering observation of the contract work and acting directly or through an authorized representative. 10-21 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. 10-22 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 1 modified. Augusta-Richmond County General Provisions 1 General Aviation Commission Authority II-2 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT ' 10-23 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 or her duly authorized representative. ' 10-24 Federal specifications.The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-25 Force account. Force account work is planning, engineering, or construction work done by the Sponsor's employees. ' 10-26 Inspector.An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-27 Intention of terms.Whenever, in these specifications or on the plans,the words ' "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer 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. 10-28 Laboratory. The official testing laboratories of the Owner or such other laboratories as ' may be designated by the Engineer. Also referred to as "Engineer's Laboratory" or "quality assurance laboratory." 10-29 Lighting.A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings.The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-30 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%of the total amount of the award contract.All other items shall be considered minor contract items. ' 10-31 Materials.Any substance specified for use in the construction of the contract work. ' 10-32 Notice to Proceed(NTP). 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. Augusta-Richmond County General Provisions General Aviation Commission Authority II-3 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 10-33 Owner. The term "Owner" shall mean the partyof the first part or the contracting agency signatory to the contract. Where the term "Owner" is capitalized in this document, it shall mean airport Sponsor only. 10-34 Passenger Facility Charge (PFC). Per 14 CFR Part 158 and 49 USC§40117, a PFC is a charge imposed by a public agency on passengers enplaned at a commercial service airport it controls." 10-35 Pavement. The combined surface course,base course, and subbase course, if any, ' considered as a single unit. 10-36 Payment bond. The approved form of security furnished by the Contractor and his or her ' surety as a guaranty that the Contractor will pay in full all bills and accounts for materials and labor used in the construction of the work. , 10-37 Performance bond. The approved form of security furnished by the Contractor and his or her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-38 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. 10-39 Project.The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-40 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. 10-41 Proposal guaranty.The security furnished with a proposal to guarantee that the bidder will enter into a contract if his or her proposal is accepted by the Owner. 10-42 Runway. The area on the airport prepared for the landing and takeoff of aircraft. ' 10-43 Specifications. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-44 Sponsor.A Sponsor is defined in 49 USC47102 24 as apublic agency that submits to the P P § ( ) g cY FAA for an AIP grant; or a private Owner of a public-use airport that submits to the FAA an 111application for an AIP grant for the airport. 10-45 Structures.Airport facilities such as bridges;culverts; catch basins, inlets, retaining walls, Augusta-Richmond County General Provisions General Aviation Commission Authority II-4 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT cribbing; storm and sanitary sewer lines;water lines;underdrains;electrical ducts, manholes, handholes, lighting fixtures and bases;transformers;flexible and rigid pavements;navigational aids;buildings;vaults;and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-46 Subgrade. The soil that 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%, such increased or decreased work being within the scope of the originally awarded contract;or(2)work that is not within the scope of the originally awarded contract. ' 10-49 Surety. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. ' 10-50 Taxiway. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways, aircraft parking areas, and terminal areas. 10-51 Work. The furnishing of all labor, materials,tools,equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10-52 Working day.A working day shall be any day other than a legal holiday, Saturday, or ' Sunday on which the normal working forces of the Contractor may proceed with regular work for at least six(6)hours toward completion of the contract.When work is suspended for causes beyond the Contractor's control, it will not be counted as a working day. Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work will be considered as working days. END OF SECTION 10 Augusta-Richmond County General Provisions General Aviation Commission Authority II-5 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 SECTION 20 ' PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 Advertisement(Notice to Bidders). ' 20-02 Qualification of bidders. Each bidder shall furnish the Owner satisfactory evidence of his or her competency to perform the proposed work.Such evidence of competency, unless ' otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available.In addition,each bidder shall furnish the Owner satisfactory evidence of his or her financial responsibility.Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources ' and liabilities as of the last calendar year or the bidder's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his or her financial responsibility is ' approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed,the bidder shall qualify the public accountant's statement or report to reflect the bidder's true financial condition at the time such qualified statement or report is ' submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that he or she is prequalified with the State Highway Division and is on the current"bidder's list" of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as ' evidence of financial responsibility in lieu of the certified statements or reports specified above. Each bidder shall submit"evidence of competency" and "evidence of financial responsibility" ' to the Owner at the time of bid opening. 20-03 Contents of proposal forms.The Owner shall furnish bidders with proposal forms. All ' papers bound with or attached to the proposal forms are necessary parts and must not be detached. ' The plans, specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. ' 20-04 Issuance of proposal forms. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. ' b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force with the Owner at the time the Owner issues the proposal to a ' prospective bidder. Augusta-Richmond County General Provisions General Aviation Commission Authority II-7 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT c. Documented record of Contractor default under previous contracts with the Owner. d. Documented record of unsatisfactory work on previous contracts with the Owner. 20-05 Interpretation of estimated proposal quantities.An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal.It is the result of careful calculations and is believed to be correct.It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly, or by , implication, agree that the actual quantities involved will correspond exactly therewith;nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection 40-02 titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 Examination of plans, specifications, and site.The bidder is expected to carefully examine the site of the proposed work, the proposal, plans, specifications, and contract forms. Bidders shall satisfy themselves 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. 20-07 Preparation of proposal. The bidder shall submit his or her proposal on the forms ' furnished by the Owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed)both in words and numerals for which they propose to do for each pay item furnished in the proposal.In case of conflict between words and numerals, the words,unless obviously incorrect, shall govern. ' The bidder shall sign the proposal correctly and in ink. If the proposal is made by an individual, his or her name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown.If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer.Anyone signing a proposal as an agent shall file evidence of his or her authority to do so and that the signature is binding upon the firm or corporation. 20-08 Responsive and responsible bidder. A responsive bid conforms to all significant terms and conditions contained in the Sponsor's invitation for bid. It is the Sponsor's responsibility to decide if the exceptions taken by a bidder to the solicitation are material or not and the extent of deviation it is willing to accept. Augusta-Richmond County General Provisions General Aviation Commission Authority II-8 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT , A responsible bidder has the ability to perform successfully under the terms and conditions of a ' proposed procurement, as defined in 49 CFR§ 18.36(b)(8).This includes such matters as Contractor integrity, compliance with public policy, record of past performance, and financial ' and technical resources. 20-09 Irregular proposals.Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the proposal form is detached. b.If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not ' required to furnish a unit price. d.If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by proposal guaranty specified by the Owner, Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-10 Bid guarantee. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form.Such check, or ' collateral, shall be made payable to the Owner. 20-11 Delivery of proposal. Each proposal submitted shall be placed in a sealed envelope ' plainly marked with the project number,location of airport, and name and business address of the bidder on the outside.When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be ' considered unless received at the place specified in the advertisement or as modified by Addendum before the time specified for opening all bids.Proposals received after the bid opening time shall be returned to the bidder unopened. ' 20-12 Withdrawal or revision of proposals.A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the Owner in writing or by email before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement ' before the time specified for opening all bids. 20-13 Public opening of proposals.Proposals shall be opened, and read, publicly at the time t and place specified in the advertisement.Bidders, their authorized agents, and other interested Augusta-Richmond County General Provisions General Aviation Commission Authority II-9 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 persons are invited to attend.Proposals that have been withdrawn p (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-14 Disqualification of bidders.A bidder shall be considered disqualified for any of the following reasons: a.Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders.Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder. c. If the bidder is considered to be in "default" for any reason specified in subsection 20-04 titled ISSUANCE OF PROPOSAL FORMS of this section. 1 END OF SECTION 20 1 1 1 Augusta-Richmond County General Provisions General Aviation Commission Authority II-10 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I ISECTION 30 AWARD AND EXECUTION OF CONTRACT I 30-01 Consideration of proposals.After the proposals are publicly opened and read, they will I be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices.If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in Inumbers, the unit price written in words shall govern. Until the award of a contract is made, the Owner reserves the right to reject a bidder's proposal for any of the following reasons: a.If the proposal is irregular as specified in the subsection 20-09 titled IRREGULAR IPROPOSALS of Section 20. b.If the bidder is disqualified for any of the reasons specified in the subsection 20-14 titled IDISQUALIFICATION OF BIDDERS of Section 20. In addition,until the award of a contract is made, the Owner reserves the right to reject any or Iall proposals,waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of I construction contracts;advertise for new proposals;or proceed with the work otherwise. All such actions shall promote the Owner's best interests. I 30-02 Award of contract.The award of a contract, if it is to be awarded, shall be made within 90 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. IAward of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner. I30-03 Cancellation of award. The Owner reserves the right to cancel the award without liability to the bidder,except return of proposal guaranty, at any time before a contract has been fully I executed by all parties and is approved by the Owner in accordance with the subsection 30-07 titled APPROVAL OF CONTRACT of this section. I30-04 Return of proposal guaranty.All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the Owner has made a comparison of bids as I specified in the subsection 30-01 titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the Owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. I The successful bidder's proposal guaranty will be returned as soon as the Owner receives the contract bonds as specified in the subsection 30-05 titled REQUIREMENTS OF CONTRACT BONDS of this section. I Augusta-Richmond County General Provisions General Aviation Commission Authority II-11 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 30-05 Requirements of contract bonds.At the time of the execution of the contract, the successful bidder shall furnish the Owner a surety bond or bonds that have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the Owner.Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of contract. 30-06 Execution of contract. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return the signed contract to the Owner, along with the fully executed surety bond or bonds specified in the subsection 30-05 titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. 30-07 Approval of contract.Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the 1 Owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 Failure to execute contract. Failure of the successful bidder to execute the contract and 1 furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection 30-06 titled EXECUTION OF CONTRACT of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the Owner. END OF SECTION 30 1 i 1 1 1 1 Augusta-Richmond County General Provisions 1 General Aviation Commission Authority II-12 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 SECTION 40 SCOPE OF WORK 40-01 Intent of contract.The intent of the contract is to provide for construction and completion, ' in every detail, of the work described.It is further intended that the Contractor shall furnish all labor, materials,equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. ' 40-02 Alteration of work and quantities.The Owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally ' intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25% (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25%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 that 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%limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the Owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the Owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. Supplemental agreements shall be approved by the FAA and shall include all applicable ' Federal contract provisions for procurement and contracting required under AIP. Supplemental agreements shall also require consent of the Contractor's surety and separate performanand payment ds. 1 40-03 Omitted ce 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 non-performed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the ' order to omit such item.Payment for work performed shall be in accordance with the subsection 90-04 titled PAYMENT FOR OMITTED ITEMS of Section 90. Augusta-Richmond County General Provisions General Aviation Commission Authority II-13 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I 40-04 Extra work. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called "Extra Work." Extra Work that is within the general scope of the contract shall be covered by written change order. Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such Extra Work. When determined by the Engineer to be in the Owner's best interest, the Engineer may order the Contractor to proceed with Extra Work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90. Extra Work that is necessary for acceptable completion of the project,but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as defined in the subsection 10-48 titled SUPPLEMENTAL 1 AGREEMENT of Section 10. Any claim for payment of Extra Work that is not covered by written agreement(change order or supplemental agreement)shall be rejected by the Owner. 40-05 Maintenance of traffic. It is the explicit intention of the contract that the safety of aircraft, I as well as the Contractor's equipment and personnel, is the most important consideration. a. It is understood and agreed that the Contractor shall provide for the free &unobstructed 1 movement of aircraft in the air operations areas(AOAs) of the airport with respect to his or her own operations and the operations of all subcontractors as specified in the subsection 80-04 titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in subsection 70-15 titled CONTRACTOR'S ESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. b.With respect to his or her own operations and the operations of all subcontractors,the Contractor shall provide marking, lighting, and other acceptable means of identifying personnel, equipment, vehicles, storage areas, and any work area or condition that may be hazardous to the operation of aircraft, fire-rescue equipment, or maintenance vehicles at the airport. ' c.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 be responsible for the repair of any damage caused by the Contractor's 1 equipment and personnel. The Contractor shall furnish, erect, and maintain barricades, warning signs, flag person, and other traffic control devices in reasonable conformity with Augusta-Richmond County General Provisions General Aviation Commission Authority II-14 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT the Manual on Uniform Traffic Control Devices(MUTCD) (http://mutcd.fhwa.dot.gov/), unless otherwise specified.The Contractor shall also construct and maintain in a safe Icondition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the ' Contractor will not be required to furnish snow removal for such existing road, street, or highway. 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. 1 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 40-07 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 used in the work as otherwise provided for in the contract and shall remain the property of the Owner when so used 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, the Contractor may at his or 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 the Contractor's own temporary construction on site; or, d.Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a.,b., or c., the Contractor shall request the ' Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a.,b., or c., the ' Contractor shall be paid for the excavation or removal of such material at the applicable contract price.The Contractor shall replace, at his or her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in ' Augusta-Richmond County General Provisions General Aviation Commission Authority II-15 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 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 use of such material used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his or her exercise of option a.,b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part ' of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract,plans, or specifications. 40-08 Final cleanup.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.The Contractor shall cut all brush and woodswithin the limits indicated and shall leave the site in a neat and presentable condition.Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property Owner. END OF SECTION 40 I 1 I 1 1 Augusta-Richmond County General Provisions General Aviation Commission Authority II-16 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 1 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. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. 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. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements. 50-02 Conformity with plans and specifications. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross-sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. ' If the Engineer finds the materials furnished,work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his or her opinion, result in a finished product having a level of safety, ' economy, durability, and workmanship acceptable to the Owner, the Engineer will advise the Owner of his or her determination that the affected work be accepted and remain in place.In this event, the Engineer will document the determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be ' based on sound engineering judgment and such tests or retests of the affected work as are, in the Engineer's opinion,needed. Changes in the contract price shall be covered by contract change order or supplemental agreement as applicable. If the Engineer finds the materials furnished,work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this subsection, the term"reasonablyclose conformity" shall not be p p tY 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 responsibility to insist on strict compliance with the requirements of the contract, ' plans, and specifications during the Contractor's execution of the work,when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term"reasonably close conformity" is also ' Augusta-Richmond County General Provisions General Aviation Commission Authority II-17 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 intended top Engineerauthority,the with the authori , after consultation with the FAA, to use sound engineering judgment in his or 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. The Engineer will not be responsible for the Contractor's means, methods,techniques, ' sequences, or procedures of construction or the safety precautions incident thereto. 50-03 Coordination of contract,plans, and specifications. The contract, plans, specifications, ' and all referenced standards cited are essential parts of the contract requirements.A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions;contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited advisory circulars(ACs); contract general provisions shall govern over plans, cited standards for materials or testing, and cited ACs;plans shall govern over cited standards for materials or testing and cited ACs.If any paragraphs contained in Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. From time to time, discrepancies within cited testing standards occur due to the timing of the , change, edits, and/or replacement of the standards. If the Contractor discovers any apparent discrepancy within standard test methods, the Contractor shall immediately ask the Engineer for an interpretation and decision, and such decision shall be final. SEE DIVISION III- SPECIAL PROVISIONS 1 50-04 Cooperation of Contractor. The Contractor will be supplied with [five] copies each of the plans and specifications. The Contractor shall have available on the work at all times one copy each of the plans and specifications.Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. 1 The Contractor shall give constant attention to the work to facilitate the progress thereof, and shall cooperate with the Engineer and his or her inspectors and with other contractors in every way possible.The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his or her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill ' instructions from the Engineer or his or her authorized representative. 50-05 Cooperation between contractors. The Owner reserves the right to contract for and ' perform other or additional work on or near the work covered by this contract.When separate contracts are let within the limits of any one project, each Contractor shall conduct the 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. Augusta-Richmond County General Provisions General Aviation Commission Authority II-18 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT Each Contractor involved shall assume all liability, financial or otherwise, in connection with his or 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 because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his or her work and shallplace and dispose of the materials being g p ' used so as not to interfere with the operations of the other Contractors within the limits of the same project. The Contractor shall join his or her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. ' 50-06 Construction layout and stakes.The Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. ' Such stakes and markings as the Engineer may set for either their own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or their employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. The Contractor will be required to furnish all lines, grades and measurements from the control points necessary for the proper execution and control of the work contracted for under these ' specifications. The Contractor must give copies of survey notes to the Engineer for each area of construction ' and for each placement of material as specified to allow the Engineer to make periodic checks for conformance with plan grades, alignments and grade tolerances required by the applicable material specifications.All surveys must be provided to the Engineer prior to commencing work items that will cover or disturb the survey staking as set by the Contractor's surveyor. Survey(s) and notes shall be provided in the following format(s): Feet. In the case of error, on the part of the Contractor, their surveyor,employees or subcontractors, resulting in established ' grades, alignment or grade tolerances that do not concur with those specified or shown on the plans, the Contractor is solely responsible for correction, removal, replacement and all ' associated costs at no additional cost to the Owner. Construction Staking and Layout includes but is not limited to: ' a. Clearing and Grubbing perimeter staking b.Rough Grade slope stakes at 100-foot(30-m) stations c.Drainage Swales slope stakes and flow line blue tops at 50-foot(15-m) stations Subgrade blue tops at 25-foot(7.5-m) stations and 25-foot(7.5-m)offset distance (maximum) for the following section locations: Augusta-Richmond County General Provisions General Aviation Commission Authority II-19 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 a. Runway—minimum five (5)per station b.Taxiways—minimum three (3) per station ' c. Holding apron areas—minimum three (3) per station d.Roadways—minimum three (3) per station Base Course blue tops at 25-foot(7.5-m) stations and 25-foot(7.5-m) offset distance (maximum) I for the following section locations: a.Runway—minimum five (5) per station b. Taxiways—minimum three (3) per station c.Holding apron areas—minimum three (3) per station Pavement areas: ' a. Edge of Pavement hubs and tacks(for stringline by Contractor) at 100-foot(30-m)stations. b.Between Lifts at 25-foot(7.5-m) stations for the following section locations: (1) Runways—each paving lane width , (2) Taxiways—each paving lane width (3)Holding areas—each paving lane width ' c. After finish paving operations at 50-foot(15-m) stations: (1) All paved areas—Edge of each paving lane prior to next paving lot 1 d.Shoulder and safety area blue tops at 50-foot(15-m) stations and at all break points with maximum of 50-foot(15-m)offsets. e.Fence lines at 100-foot(30-m)stations minimum. f. Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights,Visual Approach Slope Indicators (VASIs), Precision Approach Path Indicators(PAPIs), Runway End Identifier Lighting (REIL),Wind Cones, Distance Markers (signs), pull boxes and manholes. g. Drain lines, cut stakes and alignment on 25-foot(7.5-m) stations, inlet and manholes. h. Painting and Striping layout(pinned with 1.5 inch PK nails) marked for paint Contractor. (All nails shall be removed after painting). Augusta-Richmond County General Provisions General Aviation Commission Authority II-20 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I i.Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a minimum of once per 400 feet(120 m) per pass(that is, paving lane). ' The establishment of Survey Control and/or reestablishment of survey control shall be by a State Licensed Land Surveyor. Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner. 50-07 Automatically controlled equipment.Whenever batching or mixing plant equipment is ' required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 Authority and duties of inspectors.Inspectors shall be authorized to inspect all work ' done and all material furnished.Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for Contractor. Inspectors are authorized to notify the Contractor or his or her representatives of any failure of 1 the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for a decision. 50-09 Inspection of the work.All materials and each part or detail of the work shall be subject to inspection. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed.After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts 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. Augusta-Richmond County General Provisions General Aviation Commission Authority II-21 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I 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. 1 50-10 Removal of unacceptable and unauthorized work.All work that 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 50-02 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 70-14 titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. No removal work made underp rovision of this subsection shall be done without lines and grades having been established by the Engineer.Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as established by the Engineer, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract.Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs incurred by the Owner from any monies due or to become due the Contractor. I 50-11 Load restrictions. 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 ' Contractor of liability for damage that 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. Contractor shall be responsible for all damage done by his or her hauling equipment and shall correct such damage at his or her own expense. 50-12 Maintenance during construction. The Contractor shall maintain the work during construction and until the work is accepted.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. Augusta-Richmond County General Provisions General Aviation Commission Authority II-22 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 Failure to maintain the work.Should the Contractor at any time fail to maintain the work ' as provided in the subsection 50-12 titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such non-compliance. 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 Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists.Any maintenance cost incurred by the Owner, shall be ' deducted from monies due or to become due the Contractor. 50-14 Partial acceptance.If at any time during the execution of the project the Contractor isubstantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, the Contractor 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, the Engineer may accept it as being complete,and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial ' occupancy by the Owner shall not void or alter any provision of the contract. 50-15 Final acceptance.Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection.If all construction provided for and contemplated by the contract is found to be complete 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 work has been satisfactorily completed. In such event, 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 for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, the Contractor shall notify the ' Augusta-Richmond County General Provisions General Aviation Commission Authority II-23 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 Engineer in writingof his or her intention to claim such additional compensation before the g p Contractor begins the work on which the Contractor bases the claim.If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim.When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit a 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 Cost reduction incentive.The provisions of this subsection will apply only to contracts awarded to the lowest bidder pursuant to competitive bidding. On projects with original contract amounts in excess of$100,000, the Contractor may submit to the Engineer, in writing, proposals for modifying the plans, specifications or other requirements of the contract for the sole purpose of reducing the cost of construction.The cost reduction proposal shall not impair, in any manner, the essential functions or characteristics of the project, including but not limited to service life, economy of operation, ease of maintenance, desired appearance, design and safety standards. This provision shall not apply unless the proposal submitted is specifically identified by the Contractor as being presented for consideration as a value engineering proposal. , Not eligible for cost reduction proposals are changes in the basic design of a pavement type, runway and taxiway lighting, visual aids,hydraulic capacity of drainage facilities, or changes in ' grade or alignment that reduce the geometric standards of the project. As a minimum, following information shall be submitted by the Contractor with each proposal: a. A description of both existing contract requirements for performing work and proposed changes, with a discussion of the comparative advantages and disadvantages of each. b. An itemization of the contract requirements that must be changed if the proposal is adopted. c. A detailed estimate of the cost of performing the work under the existing contract and under the proposed changes. d. A statement of the time by which a change order adopting the proposal must be issued. e. A statement of the effect adoption of the proposal will have on the time for completion of the contract. Augusta-Richmond County General Provisions General Aviation Commission Authority II-24 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT ' f. The contract items of work affected by the proposed changes, including any quantity variation attributable to them. ' Contractor may withdraw, in whole or in part, any cost reduction proposal not accepted by the Engineer, within the period specified in the proposal.Provisions of this subsection shall not be construed to require Engineer to consider any cost reduction proposal that may be submitted. The Contractor shall continue to perform the work in accordance with the requirements of the contract until a change order incorporating the cost reduction proposal has been issued. If a ' change order has not been issued by the date upon which the Contractor's cost reduction proposal specifies that a decision should be made, or such other date as the Contractor may subsequently have requested in writing, such cost reduction proposal shall be deemed rejected. Engineer shall be the sole judge of acceptability of a cost reduction proposal and of estimated net savings from the adoption of all or any part of such proposal. In determining the estimated net savings, the Engineer may disregard the contract bid prices if, in the Engineer's judgment such prices do not represent a fair measure of the value of the work to be performed or deleted. ' Owner may require Contractor to share in the Owner's costs of investigating a cost reduction proposal submitted by Contractor as a condition of considering such proposal.Where such a condition is imposed, the Contractor shall acknowledge acceptance of it in writing. Such ' acceptance shall constitute full authority for the Owner to deduct the cost of investigating a cost reduction proposal from amounts payable to the Contractor under the contract. If the Contractor's cost reduction proposal is accepted in whole or in part,such acceptance will be by a contract change order that shall specifically state that it is executed pursuant to this ' subsection. Such change order shall incorporate the changes in the plans and specifications which are necessary to permit the cost reduction proposal or such part of it as has been accepted and shall include any conditions upon which the Engineer's approval is based.The ' change order shall also set forth the estimated net savings attributable to the cost reduction proposal.The net savings shall be determined as the difference in costs between the original ' contract costs for the involved work items and the costs occurring as a result of the proposed change. Change order shall also establish the net savings agreed upon and shall provide for adjustment in the contract price that will divide the net savings equally between the Contractor ' and the Owner. Contractor's 50% share of the net savings shall constitute full compensation to the Contractor for ' the cost reduction proposal and the performance of the work. Acceptance of the cost-reduction proposal and performance of the cost-reduction work shall not ' extend the time of completion of the contract unless specifically provided for in the contract change order. ' END OF SECTION 50 Augusta Richmond County General Provisions General Aviation Commission Authority II-25 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 1 1 Intentionally Left Blank , i Augusta-Richmond County General Provisions ' General Aviation Commission Authority I1-26 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I SECTION 60 CONTROL OF MATERIALS 60-01 Source of supply and quality requirements. The materials used in the work shall ' conform to the requirements of the contract, plans, and specifications.Unless otherwise specified, such materials that are manufactured or processed shall be new(as compared to used ' or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish ' complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work.Such statements shall be furnished promptly after execution of the contract but, in all cases,prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not ' produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of ' cited materials specifications. In addition,where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: ' a. Listed in advisory circular(AC) 150/5345-53, g Equipment Airportg Li htin E ui ment Certification Program, and Addendum that is in effect on the date of advertisement; and, ' b.Produced by the manufacturer as listed in the Addendum cited above for the certified ' equipment part number. The airport lighting equipment required for this contract and to be furnished by the Contractor in accordance with the requirements of this subsection is contained in the Proposal and Technical sections of these specifications. ' 60-02 Samples,tests, and cited specifications.Unless otherwise designated, 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 t 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,quality assurance tests in accordance with the cited standard methods of ASTM,American Association of State Highway and Transportation Officials ' (AASHTO), Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of ' the Engineer. Augusta-Richmond County General Provisions General Aviation Commission Authority II-27 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I The testing organizations performingon-site qualityassurance field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at his or her request.Unless otherwise designated, samples for quality assurance will be taken by a qualified representative of the Engineer. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at their request after review and approval of the Engineer. The Contractor shall employ a testing organization to perform all Contractor required Quality Control tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests.The Engineer will determine if such ' persons are qualified. All the test data shall be reported to the Engineer after the results are known. A legible,handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis.After completion of the project, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. 60-03 Certification of compliance. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. ' The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by"brand name or equal" and the Contractor elects to furnish the specified "brand name," the Contractor shall be required to furnish manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; ' and, b.Suitability of the material or assembly for the use intended in the contract work. ' Should the Contractor propose to furnish an "or equal" material or assembly, the Contractor 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. Augusta-Richmond County General Provisions General Aviation Commission Authority II-28 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I 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 or her authorized representative may inspect, at its ' source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for 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 the Engineer 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 that has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which,when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 Engineer's field office. A field office is not required for this project. ' 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 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 his or her entire expense, except as otherwise agreed to(in writing)by the ' Owner or lessee of the property. Augusta-Richmond County General Provisions General Aviation Commission Authority II-29 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 60-07 Unacceptable materials.Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall ' be rejected.The Contractor shall remove any rejected material or assembly from the site of the work,unless otherwise instructed by the Engineer. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its use in the work. 60-08 Owner furnished materials. The Contractor shall furnish all materials required to complete the work, except those specified, if any, to be furnished by the Owner. Owner- furnished materials shall be made available to the Contractor at the location specified. 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 that 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 1 Augusta-Richmond County General Provisions General Aviation Commission Authority I1-30 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 ' 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. The Contractor ' 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 or 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 the Contractor or the Contractor's employees. 70-02 Permits,licenses, and taxes. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful execution 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, the Contractor shall provide for such use by suitable legal agreement with the Patentee or Owner.The Contractor and the surety shall indemnify and hold 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 execution or after the completion of the work. 70-04 Restoration of surfaces disturbed by others. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of ' another government agency at any time during the progress of the work. To the extent that such construction, reconstruction,or maintenance has been coordinated with the Owner, such authorized work(by others)is indicated as follows: ' Refer to the Construction Plans or Contact the Engineer for Utility Contact Information. ' Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the Owner of public or private utility service, FAA, or NOAA facility, or a utility 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 to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. tAugusta-Richmond County General Provisions General Aviation Commission Authority II-31 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. ' 70-05 Federal aid participation. For Airport Improvement Program (AIP) contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's request to the FAA. In consideration of the United States Government's(FAA's) agreement with the Owner, the Owner has included provisions in this contract pursuant to the requirements of Title 49 of the 1 USC and the Rules and Regulations of the FAA that pertain to the work. As required by the USC, the contract work is subject to the inspection and approval of duly ' authorized representatives of the FAA Administrator, 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 USC, the rules and regulations implementing the USC, or this contract � P shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 Sanitary,health,and safety provisions. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his or 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. I 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 that are unsanitary, hazardous, or dangerous to his or her health or safety. 70-07 Public convenience and safety. The Contractor shall control his or her operations and those of his or her subcontractors and all suppliers, to assure the least inconvenience to the traveling public.Under all circumstances, safety shall be the most important consideration. ' The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his or her own operations and those of his or her subcontractors and all suppliers in accordance with the subsection 40-05 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 80-04 titled LIMITATION OF OPERATIONS of Section 80 hereinafter. 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 public and Augusta-Richmond County General Provisions General Aviation Commission Authority II-32 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I Ithe work. When used duringperiods of darkness, such barricades, warning signs,s, and hazard markings shall be suitably illuminated.Unless otherwise specified,barricades,warning signs,and Imarkings for hazards that are in the air operations area(AOAs) shall be a maximum of 18 inches (0.5 m) high. Unless otherwise specified, barricades shall be spaced not more than 4 feet (1.2 m) Iapart.Barricades,warning signs, and markings shall be paid for under subsection 40-05. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, I warning signs, lights and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices. I 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 advisory circular(AC) 150/5340-1, Standards for Airport IMarkings. The Contractor shall furnish,erect, and maintain markings and associated lighting of open I trenches, excavations, temporary stock piles, and the Contractor's parked construction equipment that may be hazardous to the operation of emergency fire-rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on IAirports during Construction. I The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2. I The Contractor shall furnish and erect all barricades,warning signs, and markings for hazards prior to commencing work that requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their removal is directed by the Engineer. IOpen-flame type lights shall not be permitted. I70-09 Use of explosives.Blasting will not be permitted. 70-10 Protection and restoration of property and landscape. The Contractor shall be I 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. IThe Contractor shall be responsible for all damage or injury to property of any character, during the execution of the work, resulting from any act, omission, neglect, or misconduct in manner or Imethod of executing the work, or at any time due to defective work or materials, and said responsibility shall not be released until the project has been completed and accepted. 1 When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereof by the Contractor, the Contractor shall restore, at his IAugusta-Richmond County General Provisions General Aviation Commission Authority II-33 I Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 or her own expense, such property to a condition similar or equal to that existing before such damage or injury was done,by repairing, or otherwise restoring as may be directed, or the Contractor shall make good such damage or injury in an acceptable manner. 70-11 Responsibility for damage claims. The Contractor shall indemnify and save harmless the Engineer and the Owner and their officers, and employees from all suits, actions, or claims, of any character,brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor;or on account of or in consequence of any neglect in safeguarding the work;or through use of unacceptable materials in constructing the work;or because of any act or omission, neglect, or misconduct of said Contractor;or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright;or from any claims or amounts arising or recovered under the "Workmen's Compensation Act," or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his or her contract considered necessary by the Owner for , such purpose may be retained for the use of the Owner or, in case no money is due,his or her surety may be held until such suits, actions, or claims for injuries or damages 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 or she 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 for 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 his or her own estimate of the difficulties involved in arranging the work to permit such beneficial occupancy by the Owner as described below: ' Refer to the Construction Plans for Phasing of Work. Upon completion of any portion of the work listed above, such portion shall be accepted by the ' Owner in accordance with the subsection 50-14 titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the ' Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not Augusta-Richmond County General Provisions General Aviation Commission Authority II-34 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I 1 constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract.Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his or her expense. The Contractor shall make his or her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. Contractor shall be required to conform to safety standards contained AC 150/5370-2(see Special Provisions). Contractor shall refer to the approved Construction Safety Phasing Plan(CSPP) to identify barricade requirements&other safety requirements prior to opening up sections of work to traffic. 70-14 Contractor's responsibility for work.Until the Engineer's final written acceptance of the entire completed work,excepting only those portions of the work accepted in accordance with the subsection 50-14 titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non-execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of 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,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 &shall erect necessary temporary structure, signs, or other facilities at his or her expense.During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seeding, and sodding furnished under the contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 Contractor's responsibility for utility service and facilities of others. As provided in the subsection 70-04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the Owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the Owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work.In addition,the Contractor shall control their operations to prevent the unscheduled interruption of such utility services and facilities. Augusta-Richmond County General Provisions General Aviation Commission Authority II-35 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 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 limits of the contract work, the approximate locations have been indicated on plans and Owners are indicated as follows: ' Refer to the Construction Plans or Contact the Engineer for Utility Contact Information. It is understood and agreed that the Owner does not guarantee the accuracy or the , completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of the responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall,upon execution of the contract, notify the Owners of all utility services or other facilities of his or her plan of operations.Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided in this ' subsection and subsection 70-04 titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification provided, it shall be the responsibility of the Contractor to keep such individual Owners advised of changes in their plan of operations that would affect such Owners. Prior to beginning the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such Owner of their 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 days'notice shall be cause for the Owner 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 hand excavation methods within 3 feet (1 m) 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, the Contractor 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. Augusta-Richmond County General Provisions General Aviation Commission Authority II-36 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT , The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to their operations whether due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or ' his or her surety. 70-15.1 FAA facilities and cable runs. The Contractor is hereby advised that the construction limits of the project include existing facilities and buried cable runs that are owned, operated ' and maintained by the FAA.The Contractor, during the execution of the project work, shall comply with the following: ' a. The Contractor shall permit FAA maintenance personnel the right of access to the project work site for purposes of inspecting and maintaining all existing FAA owned facilities. b.The Contractor shall provide notice to the FAA Air Traffic Organization(ATO)/Technical Operations/System Support Center(SSC) Point-of-Contact through the airport manager a ' minimum of seven(7) calendar days prior to commencement of construction activities in order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages. ' c. If execution of the project work requires a facility outage, the Contractor shall contact the FAA Point-of-Contact a minimum of 72 hours prior to the time of the required outage. ' d.Any damage to FAA cables, access roads, or FAA facilities during construction caused by the Contractor's equipment or personnel whether by negligence or accident will require the Contractor to repair or replace the damaged cables, access road, or FAA facilities to FAA requirements. The Contractor shall not bear the cost to repair damage to ' underground facilities or utilities improperly located by the FAA. e.If the project work requires the cutting or splicing of FAA owned cables,the FAA Point- e of-Contact shall be contacted a minimum of 72 hours prior to the time the cable work commences. The FAA reserves the right to have a FAA representative on site to observe the splicing of the cables as a condition of acceptance.All cable splices are to be ' accomplished in accordance with FAA specifications and require approval by the FAA Point-of-Contact as a condition of acceptance by the Owner.The Contractor is hereby advised that FAA restricts the location of where splices may be installed. If a cable splice is required in a location that is not permitted by FAA, the Contractor shall furnish and install a sufficient length of new cable that eliminates the need for any splice. ' 7046 Furnishing rights-of-way.The Owner will be responsible for furnishing all rights-of-way upon which the work is to be constructed in advance of the Contractor's operations. ' 70-17 Personal liability of public officials.In carrying out any of the contract provisions or in exercising any power or authority granted by this contract, there shall be no liability upon the ' Augusta-Richmond County General Provisions General Aviation Commission Authority II-37 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT Engineer, his or her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70-18 No waiver of legal rights.Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance.Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work,nor shall the Owner be precluded or stopped from recovering from the Contractor or his or her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his or her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor,without prejudice to the terms of the contract, shall be liable to the Owner for , latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Owner's rights under any warranty or guaranty. 70-19 Environmental protection. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. The Contractor shall take necessary precautions to prevent pollution of streams, lakes,ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 Archaeological and historical findings.Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his or her operations, any building, part of a building, structure, or object that ' is incongruous with its surroundings, the Contractor shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume operations or to suspend operations as directed. Should the Owner 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 change order or supplemental agreement as provided in the 111subsection 40-04 titled EXTRA WORK of Section 40 and the subsection 90-05 titled PAYMENT FOR EXTRA WORK of Section 90. If appropriate, the contract change order or supplemental agreement shall include an extension of contract time in accordance with the subsection 80-07 titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 ' Augusta-Richmond County General Provisions General Aviation Commission Authority II-38 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT ' ' SECTION 80 EXECUTION 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. The Contractor shall provide copies of all subcontracts to the Engineer. The Contractor shall ' perform,with his organization, an amount of work equal to at least 50 percent of the total contract cost. ' Should the Contractor elect to assign his or her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. ' 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 begin. The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-03 Execution and progress.Unless otherwise specified, the Contractor shall submit their progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed.The Contractor's progress schedule,when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials,equipment, and labor to guarantee completion of the project in accordance with 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 their operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the execution of the work be discontinued for ' any reason,the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. ' The Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. ' 80-04 Limitation of operations. The Contractor shall control his or her operations and the operations of his or her subcontractors and all suppliers to provide for the free and unobstructed ' movement of aircraft in the air operations areas(AOA) of the airport. Augusta-Richmond County General Provisions General Aviation Commission Authority II-39 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 When the work requires the Contractor to conduct his or her operations within an AOA of the airport, the work shall be coordinated with airport operations (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AOA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection 70-08 titled BARRICADES,WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AOA of the airport on an intermittent basis(intermittent opening and closing of the AOA), the Contractor shall maintain constant communications as specified;immediately obey all instructions to vacate the AOA; immediately obey all instructions to resume work in such AOA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AOA until the satisfactory conditions are provided. The following AOA cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: Refer to the Construction Plans for Phasing of Work. Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction(see Special Provisions). 80-04.1 Operational safety on airport during construction.All Contractors' operations shall be ' conducted in accordance with the project Construction Safety and Phasing Plan(CSPP) and the provisions set forth within the current version of AC 150/5370-2. The CSPP included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a Safety Plan Compliance Document that details how it proposes to comply with the requirements presented within the CSPP. The Contractor shall implement all necessary safety plan measures prior to commencement of ' any work activity. The Contractor shall conduct routine checks to assure compliance with the safety plan measures. The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the CSPP and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved CSPP unless approved in writing by the Owner or Engineer. 80-05 Character of workers, methods, and equipment. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans,and specifications. Augusta-Richmond County General Provisions ' General Aviation Commission Authority I1-40 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 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 any subcontractor who violates any operational regulations or operational safety requirements and, 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 approval of the Engineer. ' Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper execution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment that 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 requirements of the contract,plans&specifications. ' When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, the Contractor may ' request authority from the Engineer to do so.The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully ' responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does ' not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 80-06 Temporary suspension of the work. The Owner shall have the authority to suspend the ' work wholly, or in part, for such period or periods as the Owner may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the execution 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. Augusta-Richmond County General Provisions General Aviation Commission Authority II-41 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his or her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans, or specifications. 1 If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way.The Contractor 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 or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CON 1'1ZACT TIME. , Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: a. CON TRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his or her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract(the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base his or her weekly statement of contract time charged on the ' following considerations: (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least six(6)hours with the normal work force employed on such principal item.Should the normal work force be on a double-shift, 12 hours shall be used.Should the normal work force be on a triple-shift, 18 hours ' shall apply. Conditions beyond the Contractor's control such as strikes, lockouts,unusual delays in transportation, temporary suspension of the principal item of work under Augusta-Richmond County General Provisions General Aviation Commission Authority II-42 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT construction or temporary suspension of the entire work which have been ordered by the Owner for reasons not the fault of the Contractor, shall not be charged against the contract time. ' (2) The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. ' (3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. ' (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection 50-15 titled FINAL ACCEPTANCE of ' Section 50. (5) The Contractor will be allowed one (1)week in which to file a written protest setting forth his or her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. e The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection 20-05 titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require ' performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. Contract Time based on calendar days shall consist of the number of calendar days stated ' in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays,holidays, and non-work days.All calendar days elapsing between the effective dates of the Owner's orders to suspend and resume all work, due to causes not the ' fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal.Such increase in the contract time shall not consider either cost of ' work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. ' c.When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially complete. ' If the Contractor finds it impossible for reasons beyond his or her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, the Contractor may, at any time prior to the expiration of the contract time as ' Augusta-Richmond County General Provisions General Aviation Commission Authority II-43 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT extended, make a written request to the Owner for an extension of time setting forth the reasons which the Contractor believes will justify the granting of his or her request.Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported 111 with National Weather Bureau data showing the actual amount of inclement weather exceeded what could normally be expected during the contract period. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the supporting documentation justify the work was delayed because of conditions beyond the control and without the fault of the Contractor, the Owner may extend the time for completion by a change 1 order that adjusts the contract time or completion date. 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 or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection 80-07 titled DETERMINATION AND EXTENSION OF CON TRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his or her surety.Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in their contract. Schedule Liquidated Damages Cost Allowed Construction Time I $200 60 Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion,or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the Owner of any of its rights under the contract. 80-09 Default and termination of contract. The Contractor shall be considered in default of his or her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in Notice to Proceed, or b.Fails to perform the work or fails to provide sufficient workers,equipment and/or ' materials to assure completion of work in accordance with the terms of contract,or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform 1 anew such work as may be rejected as unacceptable and unsuitable, or d.Discontinues the execution 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 Augusta-Richmond County General Provisions General Aviation Commission Authority II-44 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT i g. Allows any final judgment to stand against the Contractor 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 above, the Engineer 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 execution 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 1 an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor.If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the ' amount of such excess. 80-10 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 execution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started.No claims or loss of anticipated profits shall be considered. Reimbursement for organization of 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. Augusta-Richmond County General Provisions General Aviation Commission Authority II-45 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I 1 Termination of the contract or a portion thereof shall neither relieve the Contractor of his or her responsibilities for the completed work nor shall it relieve his or her surety of its obligation for I and concerning any just claim arising out of the work performed. 80-11 Work area,storage area and sequence of operations. The Contractor shall obtain approval 1 from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or air operations area(AOA) shall be crossed,entered, or obstructed while it is operational. The Contractor shall plan and coordinate his or her work in such a manner as to ensure safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored a minimum or 250 feet from the centerline of an active runway. No equipment will be allowed to park within the approach area of an active runway at any time. No equipment shall be within 250 feet of an active runway at any time. END OF SECTION 80 1 1 1 I Augusta-Richmond County General Provisions General Aviation Commission Authority II-46 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT SECTION 90 MEASUREMENT AND PAYMENT ' 90-01 Measurement of quantities. All work completed under the contract will be measured by the Engineer, or his or her authorized representatives, using United States Customary Units of ' Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures(or leave-outs)having an ' area of 9 square feet(0.8 square meters) or less.Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts,conduits, pipe culverts, underdrains, and similar items shall be measured ' parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, ' metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inch. The term"ton" will mean the short ton consisting of 2,000 lb(907 km) avoirdupois.All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer.If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for.However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. ' Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery.Vehicles for this purpose may be of any size or ' type acceptable for the materials hauled, 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 vehicles arrive at the point of delivery. Augusta-Richmond County General Provisions General Aviation Commission Authority II-47 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 1 When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard(cubic meter) may be weighed, and such weights will be ' converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon(liter) or ton (kg). When measured by volume, such volumes will be measured at 60°F(16°C) or will be corrected to the volume at 60°F (16°C)using ASTM D1250 for asphalts or ASTM D633 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(kg) or hundredweight(km). Timber will be measured by the thousand feet board measure (MFBM) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. , The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. I When a complete structure or structural unit(in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. , Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection 90-05 titled PAYMENT FOR EXTRA 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 gauge, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions.Unless more stringently controlled by tolerances in cited specifications, 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 1/2% 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 Augusta-Richmond County General Provisions General Aviation Commission Authority II-48 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 1 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% of the nominal rated ' capacity of the scale,but not less than 1 pound(454 grams). The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50-pound(2.3 km) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site.Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. ' Scales "overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting-accuracy test will be reduced by the percentage of error in excess of one-half of 1%. In the event inspection reveals the scales have been underweighing (indicating less than correct ' weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing,certifying, testing, and maintaining scales;for furnishing check weights and scale house;and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. ' When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract,they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer.If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 Scope of payment.The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the execution thereof, subject to the provisions of the subsection 70-18 titled NO WAIVER OF LEGAL RIGHTS of Section 70. tWhen the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. ' 90-03 Compensation for altered quantities.When the accepted quantities of work vary from Augusta-Richmond County General Provisions General Aviation Commission Authority II-49 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 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 40-02 titled ALTERATION OF WORK&QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by Contractor which results directly from such alterations or indirectly from his or her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 Payment for omitted items. As specified in the subsection 40-03 titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item,except major contract items, in the best interest of the Owner. Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or non-perform such contract item. Acceptable materials ordered by the Contractor or delivered on the workp rior 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 Payment for extra work. Extra work, performed in accordance with the subsection 40-04 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. 90-06 Partial payments.Partial payments will be made to Contractor 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 and in place, in accordance with the I contract, plans, and specifications. No partial payment will be made when the amount due to 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, except as may be provided(at the Contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section.The balance (90 percent) of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such 10 percent retainage shall be deducted. Augusta-Richmond County General Provisions General Aviation Commission Authority II-50 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT ' I I When not less than 95 percent of the work has been completed,the Engineer may, at the I Owner's 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 Ideductions,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 Ipayment 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 Ibeen determined by Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the Owner to the acceptance of any materials or work in place as I to quality or quantity.All partial payments are subject to correction at the time of final payment as provided in subsection 90-09 titled ACCEPTANCE AND FINAL PAYMENT of this section. I The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs,expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. I90-08 Payment of withheld funds.At the Contractor's option, if an Owner withholds retainage in accordance with the methods described in subsection 90-06 PARTIAL PAYMENTS, the IContractor may request that the Owner deposit the retainage into an escrow account. The Owner's deposit of retainage into an escrow account is subject to the following conditions: Ia.The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner. Ib.The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the Iretainage that would otherwise be withheld from partial payment. The Contractor shall enter into an escrow agreement satisfactory to the Owner. IC. d.The Contractor shall obtain the written consent of the surety to such agreement. I90-09 Acceptance and final payment.When the contract work has been accepted in accordance with the requirements of the subsection 50-15 titled FINAL ACCEPTANCE of Section 50, the I 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 the Contractor's objections to the final estimate which are based on disputes in measurements or computations of the final I quantities to be paid under the contract as amended by change order or supplemental agreement. Augusta-Richmond County General Provisions General Aviation Commission Authority II-51 Wind Cone and Segmented Circle IWKD Project Number 20160053.00.AT Contractor and the Engineer shall resolve all disputes(if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection 50-16 titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, and after the Engineer's receipt of the project closeout documentation required in subsection 90- 11 Project Closeout, 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 50-16 titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances.Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. 90-10 Construction warranty. a. In addition to any other warranties in this contract, the Contractor warrants that work ' performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, workmanship, or design furnished, or performed by the Contractor or any subcontractor or supplier at any tier. b. This warranty shall continue for a period of one year from the date of final acceptance of the work.If the Owner takes possession of any part of the work before final acceptance, this warranty shall continue for a period of one year from the date the Owner takes possession. However,this will not relieve the Contractor from corrective items required by the final , acceptance of the project work. c. The Contractor shall remedy at the Contractor's expense any failure to conform, or any defect. In addition, the Contractor shall remedy at the Contractor's expense any damage to Owner real or personal property,when that damage is the result of: (1) The Contractor's failure to conform to contract requirements;or , (2) Any defect of equipment, material,workmanship, or design furnished by Contractor. d.The Contractor shall restore any work damaged in fulfilling the terms and conditions of ' this clause.The Contractor's warranty with respect to work repaired or replaced will run for one year from the date of repair or replacement. e. The Owner will notify the Contractor, in writing, within seven (7) days after the discovery of any failure, defect, or damage. Augusta-Richmond County General Provisions General Aviation Commission Authority II-52 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I i f. If the Contractor fails to remedy any failure, defect, or damage within 14 days after 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. ' g.With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract,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, as directed by the Owner, and (3) Enforce all warranties for the benefit of the Owner. h. This warranty shall not limit the Owner's rights with respect to latent defects, gross mistakes, or fraud. 90-11 Project closeout.Approval of final payment to the Contractor is contingent upon completion and submittal of the items listed below. The final payment will not be approved ' until the Engineer approves the Contractor's final submittal. The Contractor shall: a. Provide two(2)copies of all manufacturers warranties specified for materials, equipment, and installations. b.Provide weekly payroll records (not previously received) from the general Contractor and all subcontractors. c. Complete final cleanup in accordance with subsection 40-08, FINAL CLEANUP. ' d.Complete all punch list items identified during the Final Inspection. e. Provide complete release of all claims for labor and material arising out of the Contract. ' f. Provide a certified statement signed by the subcontractors, indicating actual amounts paid to the Disadvantaged Business Enterprise (DBE) subcontractors and/or suppliers associated with the project. g.When applicable per state requirements, return copies of sales tax completion forms. ' h.Manufacturer's certifications for all items incorporated in the work. ' i.All required record drawings, as-built drawings or as-constructed drawings. j.Project Operation and Maintenance (O&M)Manual. k. Security for Construction Warranty. 1. Equipment commissioning documentation submitted, if required. END OF SECTION 90 Augusta-Richmond County General Provisions General Aviation Commission Authority I1-53 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 1 1 1 Intentionally Left Blank i 1 Augusta-Richmond County General Provisions ' General Aviation Commission Authority II-54 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT , ' SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM 100-01 General.When the specification requires a Contractor Quality Control Program, the t Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements,whether manufactured by the Contractor, or procured from subcontractors or vendors.Although guidelines are established and certain minimum requirements are ' specified here and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. Intent of this section is to enable the Contractor to establish a necessary level of control that will: a. Adequately provide for the production of acceptable quality materials. b.Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. c.Allow the Contractor as much latitude as possible to develop his or her own standard of control. ' The Contractor shall be prepared to discuss and present, at the preconstruction conference, their understanding of the quality control requirements.The Contractor shall not begin any ' construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed and accepted by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract ' technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. 100-02 Description of program. ' a. General description.The Contractor shall establish a Quality Control Program to perform quality control inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure ' conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include ' surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. ' Augusta-Richmond County General Provisions General Aviation Commission Authority II-55 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 1 b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document that shall be reviewed and approved by the Engineer prior to the start of any , production, construction, or off-site fabrication. The written Quality Control Program shall be submitted to the Engineer for review and approval at least 5 calendar days before the start of work. The Contractor's Quality Control Plan and Quality Control testing laboratory must be approved in writing by the Engineer prior to the Notice to Proceed (NTP). The Quality Control Program shall be organized to address, as a minimum, the following items: ' a.Quality control organization b.Project progress schedule c.Submittals schedule ' d.Inspection requirements e. Quality control testing plan f. Documentation of quality control activities ' g.Requirements for corrective action when quality control and/or acceptance criteria are not met The Contractor is encouraged to add any additional elements to the Quality Control Program that is deemed necessary to adequately control all production and/or construction processes required by this contract. 100-03 Quality control organization. The Contractor Quality Control Program shall be ' implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall , indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be used for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall, as a minimum, consist of the following personnel: , Augusta-Richmond County General Provisions General Aviation Commission Authority II-56 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 a. Program Administrator. The Program Administrator shall be a full-time employee of the ' Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of five (5) years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. ' Additional qualifications for the Program Administrator shall include at least one of the following requirements: (1) Professional Engineer with one (1) year of airport paving experience. ' (2) Engineer-in-training with two(2)years of airport paving experience. (3)An individual with three (3)years of highway and/or airport paving experience,with ' a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. ' (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). ' (5)Highway materials technician certified at Level III by NICET. (6) Highway construction technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with five (5) years of highway and/or airport paving experience. ' The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within two (2)hours after being notified of a problem. ' b. Quality control technicians.A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either Engineers, engineering technicians, or experienced craftsman with qualifications in the ' appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of two(2) years of experience in their area of expertise. ' The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: ' (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by subsection 100-06. ' Augusta-Richmond County General Provisions General Aviation Commission Authority II-57 Wind Cone and Segmented Circle 111 WKD Project Number 20160053.00.AT 1 (2)Performance of all quality control tests as required by the technical specifications and subsection 100-07. (3) Performance of density tests for Engineer when required by technical specifications. Certification at an equivalent level,by a state or nationally recognized organization will be acceptable in lieu of NICET certification. c. Staffing levels.The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times.Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant ' and field placement location.The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. 100-04 Project progress schedule.The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), Program Evaluation and Review Technique (PERT), or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the ' contract. 100-05 Submittals schedule.The Contractor shall submit a detailed listing of all submittals(for ' example,mix designs, material certifications) and shop drawings required by the technical specifications.The listing can be developed in a spreadsheet format and shall include: a. Specification item number b.Item description c. Description of submittal d.Specification paragraph requiring submittal e.Scheduled date of submittal 100-06 Inspection requirements.Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below.All inspections shall be documented by the Contractor as specified by subsection 100-07. Augusta-Richmond County General Provisions General Aviation Commission Authority II-58 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the ' following minimum requirements: a. During plant operation for material production, quality control test results and periodic ' inspections shall be used to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications.All equipment used in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and used. b.During field operations, quality control test results and periodic inspections shall be used to ensure the quality of all materials and workmanship.All equipment used in placing, t finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and used. 100-07 Quality control testing plan.As a part of the overall Quality Control Program, the ' Contractor shall implement a quality control testing plan, as required by the technical specifications.The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes. t The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number(for example, P-401) b.Item description(for example, Plant Mix Bituminous Pavements) c. Test type (for example, gradation, grade, asphalt content) ' d.Test standard(for example,ASTM or American Association of State Highway and Transportation Officials (AASHTO) test number, as applicable) ' e. Test frequency (for example, as required by technical specifications or minimum frequency when requirements are not stated) f. Responsibility(for example,plant technician) g.Control requirements(for example, target, permissible deviations) ' The testing plan shall contain a statistically-based procedure of random sampling for acquiring test samples in accordance with ASTM D3665. The Engineer shall be provided the opportunity Augusta-Richmond County General Provisions General Aviation Commission Authority II-59 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I to witness quality control sampling and testing. All quality control test results shall be 111 documented by the Contractor as required by subsection 100-08. 100-08 Documentation. The Contractor shall maintain currentq tY uali control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved;results of inspections or tests;nature of defects, deviations, causes for rejection,etc.; proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include,but are not necessarily limited to, the following records: a. Daily inspection reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations. These ' technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following: (1) Technical specification item number and description (2) Compliance with approved submittals ' (3) Proper storage of materials and equipment (4)Proper operation of all equipment (5) Adherence to plans and technical specifications (6) Review of quality control tests ' (7) Safety inspection. Daily inspection reports shall identify inspections conducted, results of inspections, location and 111 nature of defects found, causes for rejection &remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and 1 the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. b. Daily test reports. The Contractor shall be responsible for establishing a system that will record all quality control test results. Daily test reports shall document the following information: (1) Technical specification item number and description Augusta-Richmond County General Provisions 1 General Aviation Commission Authority II-60 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT i (2) Test designation (3) Location (4)Date of test (5) Control requirements (6) Test results (7) Causes for rejection (8) Recommended remedial actions (9) Retests Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period.When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. ' 100-09 Corrective action requirements. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control(out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the ' Quality Control Program as a whole, and for individual items of work contained in the technical specifications. ' The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, the Contractor shall establish and use statistical quality control charts for individual quality control tests.The requirements for corrective action shall be linked to the control charts. ' 100-10 Surveillance by the Engineer. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control ' system in conformance with the requirements detailed here and the applicable technical specifications and plans.In addition, all items of materials, equipment and work in place shall ' be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on-site or off-site Contractor's or subcontractor's work. 100-11 Noncompliance. ' Augusta-Richmond County General Provisions General Aviation Commission Authority II-61 Wind Cone and Segmented Circle ' WKD Project Number 20160053.00.AT a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements.The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his or her authorized representative to the Contractor or his or her authorized representative at the site of the work, shall be considered sufficient notice. b.In cases where quality control activities do not comply with either the Contractor Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may: (1) Order the Contractor to replace ineffective or unqualified quality control personnel 1 or subcontractors. (2) Order the Contractor to stop operations until appropriate corrective actions are taken. , END OF SECTION 100 1 1 1 I 1 1 Augusta-Richmond County General Provisions ' General Aviation Commission Authority II-62 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT ' 1 1 SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 1 110-01 General.When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation(Sn) of the specified number (n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values,the respective Quality index, QL for Lower Quality Index and/or Qu for Upper Quality Index, is computed and the PWL for the 1 lot for the specified n is determined from Table 1.All specification limits specified in the technical sections shall be absolute values. Test results used in the calculations shall be to the significant figure given in the test procedure. 1 There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material(the population)is sampled and tested. This uncertainty exists 1 because all portions of the production material have the same probability to be randomly sampled. The Contractor's risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment.The Owner's risk is the probability that material 1 produced at the rejectable quality level is accepted. It is the intent of this section to inform the Contractor that, in order to consistently offset the 1 Contractor's risk for material evaluated, production quality(using population average and population standard deviation)must be maintained at the acceptable quality specified or higher. 1 In all cases, it is the responsibility of the Contractor to produce at quality levels that will meet the specified acceptance criteria when sampled and tested at the frequencies specified. 1 110-02 Method for computing PWL. The computational sequence for computing PWL is as follows: 1 a.Divide the lot into n sublots in accordance with the acceptance requirements of the specification. ' b. Locate the random sampling position within the sublot in accordance with the requirements of the specification. 1 c. Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification. 1 d.Find the sample average (X) for all sublot values within the lot by using the following formula: Augusta-Richmond County General Provisions General Aviation Commission Authority II-66 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I X=(xi +x2 +x3 +. . .xn)/n Where:X=Sample average of all sublot values within a lot xi 1 , x2=Individual sublot values n=Number of sublots 1 e. Find the sample standard deviation (Sn)by use of the following formula: Sn=[(di2+d22+ d32+. . .dn2)/(n-1)]1/2 Where:Sn=Sample standard deviation of the number of sublot values in the set ' di, d2=Deviations of the individual sublot values xi, x2, ... from the average value X that is: di =(xi -X), d2=(x2 -X) ... dn=(xn -X) n=Number of sublots f.For single sided specification limits (that is, L only), compute the Lower Quality Index QL by use of the following formula: QL =(X-L)/Sn Where:L=specification lower tolerance limit Estimate the percentage of material within limits (PWL)by entering Table 1 with QL, using the column appropriate to the total number(n) of measurements. If the value of QL falls between values shown on the table, use the next higher value of PWL. g.For double-sided specification limits(that is,L and U), compute the Quality Indexes QL and Qu by use of the following formulas: ' QL=(X-L)/Sn and Qu=(U-X)/Sn Where: L and U=specification lower and upper tolerance limits Estimate the percentage of material between the lower(L) and upper (U) tolerance limits (PWL)by entering Table 1 separately with QL and Qu, using the column appropriate to the total number (n) of measurements, and determining the percent of material above PL and percent of material below Pu for each tolerance limit. If the values of QL fall between values shown on the table, use the next higher value of PL or Pu.Determine the PWL by use of the following formula: PWL =(Pu+PL) -100 Where:PL =percent within lower specification limit Pu=percent within upper specification limit Augusta-Richmond County General Provisions General Aviation Commission Authority II-67 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 EXAMPLE OF PWL CALCULATION ' Project: Example Project ' Test Item:Item P-401, Lot A. A. PWL Determination for Mat Density. 1.Density of four random cores taken from Lot A. ' A-1 =96.60 A-2=97.55 ' A-3=99.30 A-4=98.35 n ' =4 2.Calculate average density for the lot. X=(xi +x2 +x3+. . .xn)/n X=(96.60+97.55+99.30+98.35)/4 ' X=97.95% density 3. Calculate the standard deviation for the lot. Sn = [((96.60-97.95)2+(97.55-97.95)2+(99.30-97.95)2+(98.35-97.95)2))/(4- 1)]1/2 Sn = [(1.82+0.16+1.82+0.16)/3]1/2 ' Sn= 1.15 ' 4. Calculate the Lower Quality Index QL for the lot. (L=96.3) QL=(X-L)/Sn ' QL =(97.95-96.30)/1.15 QL =1.4348 5.Determine PWL by entering Table 1 with QL= 1.44 and n=4. PWL=98 B.PWL Determination for Air Voids. 1.Air Voids of four random samples taken from Lot A. ' A-1 =5.00 A-2=3.74 IAugusta-Richmond County General Provisions General Aviation Commission Authority II-68 Wind Cone and Segmented Circle i WKD Project Number 20160053.00.AT A-3=2.30 A-4=3.25 2. Calculate the average air voids for the lot. X=(xi +x2+x3 . . .n)/n ' X=(5.00+3.74+2.30+3.25)/4 X=3.57% ' 3. Calculate the standard deviation Sn for the lot. Sn = [((3.57-5.00)2+(3.57-3.74)2+ (3.57-2.30)2+ (3.57-3.25)2)/(4- 1)]112 ' Sn = [(2.04+0.03+1.62+0.10)/3]1/2 Sn = 1.12 , 4. Calculate the Lower Quality Index QL for the lot. (L=2.0) QL=(X-L)/Sn QL=(3.57-2.00)/1.12 QL= 1.3992 5.Determine PL by entering Table 1 with QL =1.41 and n=4. , PL =97 6. Calculate the Upper Quality Index Qu for the lot. (U=5.0) , Qu =(U-X)/Sn Qu= (5.00-3.57)/1.12 Qu=1.2702 7.Determine Pu by entering Table 1 with Qu= 1.29 and n=4. Pu=93 8. Calculate Air Voids PWL PWL=(PL +Pu)-100, ' PWL=(97+93) -100=90 Augusta-Richmond County General Provisions General Aviation Commission Authority II-69 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 EXAMPLE OF OUTLIER CALCULATION (REFERENCE ASTM E178) ' Project: Example Project Test Item:Item P-401, Lot A. ' A. Outlier Determination for Mat Density. 1.Density of four random cores taken from Lot A arranged in descending order. A-3=99.30 ' A-4=98.35 A-2=97.55 ' A-1 =96.60 2.Use n=4 and upper 5%significance level of to find the critical value for test criterion= 1.463. 3.Use average density, standard deviation, and test criterion value to evaluate density measurements. a.For measurements greater than the average: If(measurement-average)/(standard deviation) is less than test criterion, then the measurement is not considered an outlier ' For A-3, check if(99.30-97.95)/1.15 is greater than 1.463. Since 1.174 is less than 1.463, the value is not an outlier. b. For measurements less than the average: If(average -measurement)/(standard deviation) is less than test criterion, then the measurement is not considered an outlier. ' For A-1, check if(97.95 -96.60)/1.15 is greater than 1.463. Since 1.435 is less than 1.463, the value is not an outlier. ' Note:In this example, a measurement would be considered an outlier if the density were: Greater than (97.95+ 1.463 x 1.15) =99.63% OR less than (97.95- 1.463 x 1.15)=96.27%. Augusta-Richmond County General Provisions General Aviation Commission Authority II-70 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I Al.Table 1.Table for Estimating Percent of Lot Within Limits (PWL) I Percent Within Positive Values of Q(QL and Qu) I Limits (PL and Pu) n=3 n=4 n=5 n=6 n=7 n43 n=9 n=10 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362 I 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 1.8379 1.8630 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420 96 1.1456 1.3800 1.4897 1.5497 1.5871 1.6127 1.6313 1.6454 I 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4717 1.4829 1.4914 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 1.4199 1.4265 I 92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 1.3620 1.3670 91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1.3118 90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 1.2576 1.2602 89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 1.2098 1.2115 I 88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 1.1643 1.1653 87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789 I 85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382 84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 1.0000 0.9990 83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610 I 82 0.9749 0.9600 0.9452 0.9367 0.9315 0.9281 0.9258 0.9241 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 0.8901 0.8882 80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 0.8554 0.8533 I 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 0.8214 0.8192 78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 0.7882 0.7858 77 0.8662 0.8100 0.7846 0.7716 0.7640 _ 0.7590 0.7556 0.7531 I 76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 0.7236 0.7211 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0.6922 0.6896 74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 0.6613 0.6587 I 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 0.6308 0.6282 72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0.5686 I 70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0.4844 0.4820 I 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 0.4560 0.4537 66 0.5563 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4030 0.4001 0.3980 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 0.3705 I 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 0.3451 0.3432 62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 0.3179 0.3161 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 0.2908 0.2892 I 60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 0.2639 0.2624 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358 58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 0.2105 0.2093 I 57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 0.1840 0.1829 56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1588 0.1575 0.1566 55 0.1806 0.1500 0.1406 0.1363 0.1338 0.1322 0.1312 0.1304 I Augusta-Richmond County General Provisions General Aviation Commission Authority II-71 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I I I IPercent Within Positive Values of Q(QL and Qu) Limits (PL and Pu) n=3 n=4 n=5 n=6 n=7 nO3 n=9 n=10 I54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 0.1049 0.1042 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0793 0.0786 0.0781 I 52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 0.0524 0.0521 51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 0.0262 0.0260 50 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 IPercent Negative Values of Q(QL and Qu) Within Limits n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 I (PL and Pu) 49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 -0.0264 -0.0262 -0.0260 48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 -0.0524 -0.0521 I 47 -0.1087-0.1447 -0.0900 -0.0843 -0.0817 -0.0802 -0.0793 -0.0786 -0.0781 46 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 -0.1049 -0.1042 45 -0.1806 -0.1500 -0.1406 -0.1363 -0.1338 -0.1322 -0.1312 -0.1304 44 -0.2164 -0.1800 -0.1688 -0.1636 -0.1607 -0.1588 -0.1575 -0.1566 I 43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 -0.1840 -0.1829 42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 -0.2105 -0.2093 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 -0.2372 -0.2358 I 40 -0.3568 -0.3911 -0.3000 -0.2822 -0.2738 -0.2691 -0.2660 -0.2639 -0.2624 39 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 -0.2908 -0.2892 38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 -0.3179 -0.3161 37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 -0.3451 -0.3432 I 36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 -0.3753 -0.3725 -0.3705 35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 -0.4030 -0.4001 -0.3980 34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4355 -0.4310 -0.4280 -0.4257 I 33 -0.5878 -0.6187 -0.5100 -0.4836 -0.4710 -0.4638 -0.4592 -0.4560 -0.4537 32 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877 -0.4844 -0.4820 31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 -0.5130 -0.5105 30 -0.6787 -0.6000 -0.5719 -0.5582 -0.5504 -0.5454 -0.5419 -0.5394 I 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 -0.5712 -0.5686 28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 -0.6008 -0.5982 27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 -0.6308 -0.6282 I 26 -0.7904 -0.8165 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 -0.6613 -0.6587 25 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 -0.6922 -0.68% 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 -0.7236 -0.7211 23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 -0.7556 -0.7531 I 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 -0.7882 -0.7858 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 -0.8214 -0.8192 20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 -0.8554 -0.8533 I 19 -0.95500- .9749 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 -0.8901 -0.8882 18 -0.9600 -0.9452 -0.9367 -0.9315 -0.9281 -0.9258 -0.9241 17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9671 -0.9643 -0.9624 -0.9610 16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 -1.0000 -0.9990 I 15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 -1.0389 -1.0382 14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 -1.0791 -1.0789 13 -1.0597 -1.1100 -1.1173 -1.1192 -1.1199 -1.1204 -1.1208 -1.1212 I 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 -1.1643 -1.1653 Augusta Richmond County General Provisions General Aviation Commission Authority II-72 Wind Cone and Segmented Circle I WKD Project Number 20160053.00.AT I Percent Negative Values of Q(QL and Qu) I Within Limits n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 I(PL and Pu) 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 -1.2098 -1.2115 10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 -1.2576 -1.2602 I 9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 -1.3081 -1.3118 8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 -1.3620 -1.3670 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 -1.4199 -1.4265 6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4717 -1.4829 -1.4914 I 5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 -1.5525 -1.5635 4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 -1.6313 -1.6454 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 -1.7235 -1.7420 I 2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 -1.8379 -1.8630 1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 -1.9994 -2.0362 I END OF SECTION 110 I I I I I I I I I I Augusta-Richmond County General Provisions I General Aviation Commission Authority II-73 Wind Cone and Segmented Circle I WKD Project Number 20160053.00.AT i � DIVISION III SPECIAL PROVISIONS 1 1 1 1 1 1 Intentionally Left Blank SPECIAL PROVISIONS 1. GENERAL ' 1.1 These Special Provisions are supplemental to the General Provisions and shall be considered as a part of the specification and Contract. In case of conflict between ' stipulations of the Special Provisions and the specifications or plans, the Special Provisions shall take precedence and govern. The Engineer shall make interpretations of the plans and specifications. SEQUENCE OF CONSTRUCTION Work is scheduled to begin in the Spring 2016. During this time, the airfield will remain ' open to aircraft traffic. Contractor may be required to remove personnel and equipment from the areas adjacent to the runway during times of arriving and departing aircraft. ' 2. PRELIMINARY MATTERS 2.1 The Contractor shall submit to the Engineer all shop drawings required for the ' work. All shop drawings shall be carefully reviewed for accuracy and conformance by the Contractor; clearly indicate the products and materials being submitted for review; and shall bear the Contractor's stamp of approval before being forwarded to the ' Engineer. Shop drawings shall be submitted in such time as to cause no delay to the work or any part thereof. The Engineer shall review the shop drawings with reasonable promptness, noting desired corrections. The Engineer shall retain two (2)copies of the ' shop drawings and shall return the remaining copies to the Contractor for corrections. The Contractor shall furnish corrected drawings to the Engineer. The Engineer shall retain two (2) copies of the corrected drawings and will return the balance of the ' reviewed drawings to the Contractor. Approval of shop drawings by the Engineer shall not be construed as relieving the ' Contractor from responsibility for compliance with terms or designs of the Contract Documents nor from responsibility for errors of any sort in the shop drawings. ' 3. CORRELATION,INTERPRETATION AND INTENT OF CONTRACT DOCUMENTS 3.1 It is the intent of the Specifications and Drawings to describe a complete project in ' accordance with the Contract Documents. The Contract Documents comprise the entire contract between the Owner and the Contractor. They may be altered only by a modification. 3.2 In resolving such conflicts, errors and discrepancies, the documents shall be given preference in the following order: Construction Agreement, Proposal, Modifications and ' Addenda, Instructions to Bidders, General Conditions, Drawings, Detailed Specifications. Figure dimensions on drawings shall govern over general drawings, and detailed drawings shall govern over general drawings. Augusta-Richmond County Special Provisions General Aviation Commission Authority III-1 1 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT DECISIONS OF ENGINEER The Engineer shall have general administration and direction of the work.When directed ' by the Owner, they shall inform the Contractor to stop the work whenever such stoppage may be necessary to insure the proper execution of the Contract. The Engineer shall make decisions on all claims of the Contractor and on all other matters relating to the execution and progress of the work or the interpretation of the Contract Documents. ' SPECIFICATIONS AND DRAWINGS TO BE COOPERATIVE The specifications, the plans accompanying them and the other Contract Documents, , shall be supplementary to each other, and any material, workmanship, and/or service which may be in one but not called for in the others shall be as binding as if indicated, called for, or implied by all. The Contractor will understand that the work herein described shall be complete in every detail, notwithstanding every item necessarily involved is not particularly mentioned and the Contractor shall be held to provide all labor and material necessary for the completion of the indicated work. The Contractor shall, before the award of the contract, report in writing to the Engineers any discrepancy which he may discover between the drawings and the specifications. If the Contractor fails to call such discrepancy to the attention of the Engineers, the subsequent decisions of the Engineers as to which is correct shall be binding and final. Should any error and inconsistency appear in drawings or specifications, the Contractor, before proceeding with the work shall make mention of the same to the Engineers for proper adjustment and in no case shall he proceed with the work in uncertainty. DRAWINGS The drawings generally shown work fully drawn out on only a portion of the drawings, the remainder being in outline. The drawn out work must be understood as applying to other like or similar places. Large scale or full size details will be furnished by the Engineer for work which, in his opinion, shall require such drawings, but these shall be considered as explanatory of the drawings and specifications, and not as indicating additional work. Details shall be accurately followed and any deviations therefrom shall be cause for the rejection of any work so executed. All necessary dimensions are given on the drawings and shall, in all cases, except where ' a discrepancy occurs,be followed exactly. The figures and notes on the drawings showing dimensions shall be used instead of scaling. Augusta-Richmond County Special Provisions General Aviation Commission Authority III-2 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT All prints and specifications issued to the Contractor pe C actor are understood to be the property of ' the Engineer and are to be returned to him when no longer required for use on the work, whether paid for or not, and shall not be duplicated or copied without his permission. ACQUAINTANCE WITH CONDITIONS ' The Contractor shall be fully aware of all conditions affecting or that might affect the successful completion of the work or the safety of the completed work. Before submitting ' his proposal, he shall have examined the site of the work and compared the actual conditions on the site with those shown or represented by the plans and specifications, and shall have determined the existence of all physical features, obstructions above or below ground, ground elevations, etc., on or adjacent to the site, that might affect the work in progress or completed. The Contractor shall have determined all excavations ' or fill required to make the site accessible and the protection required against excessive measures of the elements, wind, rain, sun to insure the safety of the work. No allowance will be made in the behalf of the Contractor for his failure to adequately familiarize himself with all conditions and no claim will be permitted for relief due to unforeseen conditions. Immediately upon beginning the job, the Contractor shall check all dimensions of the present work, including the work done by other contractors on this project which affect his work, and shall report to the Engineer any discrepancy between these dimensions and ' those shown on the plans. POSSESSION OF SITE AND RESPONSIBILITY Upon taking possession of the site, the Contractor shall be responsible thereafter until the final acceptance of the work by the Owner for the management, care and maintenance of ' the site and the work, both new and existing, and shall be solely and wholly responsible for damage thereto and for any and all injury to persons or property incident to or on account of the claims or suits arising therefrom, without loss or expense to the Engineer ' or Owner. Any approval of means or methods of construction, or protection of persons or property, shall not relieve the Contractor from sole responsibility for the adequacy of such means or methods. ' 4. USE OF PREMISES ' The Contractor shall confine his/her apparatus, the storage of materials and the operations of his/her workers to limits indicated by law, ordinances, permits and directions of the Engineer and shall not exceed those established limits in his operation. ' The Contractor shall not load or permit any part of any structure to be loaded with a weight that will endanger its safety. The Contractor shall enforce all of the Engineer's instructions, including, but not limited to,those regarding signs,advertisements, fires and smoking. Augusta-Richmond County Special Provisions General Aviation Commission Authority III-3 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 5. LIMITATIONS OF WORK AREA Limited parking areas, for employees of the Contractor and the subcontractors, shall be designated in the vicinity of the project, and it shall be the responsibility of the Contractor to require such employees to park in this designated area and not any area which may interfere with the operations in and around the construction site. The Contractor and his/her employees and all subcontractors and their employees shall be aware of the security procedures in effect in the work area. Full responsibilities will be explained at the preconstruction conference. PROJECT AREA ACCESS The Contractor shall utilize a haul route on airport property as located on the Project Layout, Phasing and Construction Safety Plan. At no time will construction equipment be allowed on the active portions of the runway,terminal area,hangars, and apron areas. The Contractor will be required to park their equipment and stockpile materials in the areas indicated on the Project Layout, Phasing and Construction Safety Plan. All areas disturbed outside of the normal construction limits as shown on the Plans shall be grassed and returned to their original condition at the expense of the Contractor. The Contractor shall take all necessary measures as may be required to insure that no ' unauthorized personnel gain entry onto the airport property. It shall be the Contractor's responsibility to provide barricades, flagmen, fencing, gates, ' and security as required, and take all necessary precautions to allow only authorized vehicles and personnel into the construction area. Upon completion of the work as set forth in these plans and specifications,the Contractor will be required to restore any areas damaged during construction to its original condition, or as directed by the Engineer. Grassing shall be as set forth in these ' specifications. No separate pay item will be authorized for establishing, maintaining, securing, and restoration for the access to and from the project site. All work-related items covered by the Project Special Provisions shall be included in the contract lump sum bid price for Mobilization. RADIO COMMUNICATION REQUIREMENTS ' The Contractor shall coordinate all personnel and equipment movements to and from the work areas through the Airport Representative. Likewise, any activity in areas adjacent , to active runways, taxiways and aprons shall be coordinated with the Airport Manager. Coordination shall be by radio communication when necessary between the Contractor's supervisor on site and the Airport Manager. DUST CONTROL It is the intent of these specifications that the Contractor will, by watering, chemicals, ' vegetation, or other means, prevent occurrence of dust which will be objectionable to residents of area or violate existing laws or regulations or cause hazards to air traffic. Augusta-Richmond County Special Provisions General Aviation Commission Authority III-4 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 PROTECTION OF EXISTING FACILITIES All existing facilities will be carefully protected by the Contractor. Any facilities ' damaged by the Contractor will be repaired immediately and restored to original condition. All runway lights, taxiway lights, signs and structures to remain shall be protected by suitable means. ' NIGHT WORK It is not anticipated that this project will require any nighttime construction. Should the ' Contractor desire such activities, the Engineer should be notified in writing 14 days in advance for coordination. ' MOVING MATERIALS If it becomes necessary at any time during the construction to move materials which are ' to enter into the construction, the materials having been temporarily placed, the Contractor, or subcontractor shall, when so directed by the Engineer, move them or cause them to be moved without additional cost to the Owner. ' CLEANING DURING CONSTRUCTION AND AT COMPLETION OF WORK The General Contractor shall keep the premises clean at all times and shall remove all ' rubbish as often as directed by the Resident Engineer or Owner. If the Contractor does not, at all times, provide men to attend to the cleaning up, on request, in a ' manner satisfactory to the Resident Engineer, the Resident Engineer may employ such men to direct and charge the cost of same to the account of the Contractor. Upon completion of the work, the Contractor shall leave the grounds in a neat and ' clean condition. Construction areas shall be replanted with grass and shrubs where they have been removed. ' 6. CUTTING,PATCHING AND FITTING The Contractor shall do all cutting, fitting and patching of his work that may be required to make its several parts come together properly and fit it to receive or to be received by work shown upon or which can be reasonably implied from the Drawings and ' Specifications for the completed project. 7. OPERATION OF AIRPORT The Contractor agrees that all work done under the contract shall be carried on in such a manner so as to ensure the regular and continuous operation of the Duplin ' County Airport. The Contractor further agrees that the sequence of operations under this contract shall be scheduled and carried out so as to ensure said regular and continuous operation. The Contractor will not be allowed to close any areas of construction until so authorized by the Engineer. When the contract work requires Augusta-Richmond County Special Provisions General Aviation Commission Authority III-5 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 the Contractor to work within the areas used by aircraft and support vehicles of the airport on an intermittent basis, the Contractor, through the Engineer, shall maintain constant radio communications with the Airport Operations Manager, immediately obey all instructions to vacate such area and immediately obey all instructions to resume work in such area. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in such areas until the satisfactory conditions are provided. ACCIDENT PREVENTION Precaution shall be exercised at all times for the protection of persons (including employees) and property and hazardous conditions shall be guarded against or eliminated. The Contractor shall be responsible for ensuring that all requirements of the Occupational Safety and Health Act are met. , SAFETY ON THE AIRPORT DURING CONSTRUCTION ACTIVITY Construction Activity and Aircraft Movements: During the time that the Contractor is performing the work contained herein, the Airport Manager facilities along with the aprons, taxiways and runways at the airport will remain in use by aircraft, except as provided herein, to the extent feasible and convenient. Aircraft operations, unless otherwise specified in the contract specifications, shall always have priority over any and all of the Contractor's operations, and the Contractor shall not allow his employees, subcontractors, material, personnel to enter, remain upon or allow any plant or materials to be brought or to remain upon any part of the airport which would be a hazardous to aircraft or airport users. If aprons, runways or taxiways are required for use by aircraft, the Contractor must suspend their operations, remove all personnel, equipment and materials to a safe distance and stand by until the runway and taxiways are no longer required for use by aircraft. Construction Activity in the Vicinity of Navigational Aids: Construction activity in the vicinity of FAA navigational aids (i.e. ILS, VOR, ASR, PAPI's, AWOS) requires special consideration. Prospective bidders shall be alerted to this fact by the incorporating language requiring close coordination with the local Airway Facilities Sector as a condition of bid. PROTECTION OF CABLES, CONTROLS, NAVAIDS AND WEATHER BUREAU FACILITIES The Contractor is hereby informed that there may be installed on the airport FAA NAVAIDS, including, without limitation, UHF, and VHF Receivers and Transmitters, weather facilities and other electric power cables serving other facilities. Such NAVAIDS, Weather Data Instruments and other facilities, and electric cables must be fully protected during the entire construction time. Work under this contract can be accomplished in the vicinity of these facilities and cables when approved in advance by the Engineer and Augusta-Richmond County Special Provisions General Aviation Commission Authority III-6 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT are subject to withdrawal at any time because of changes in the weather,emergency ' conditions on the existing airfield areas,anticipation of emergency conditions and for any other reason as determined by the Engineers acting under the orders and instructions of the Airport Management and/or designated FAA representative. Any instructions to this ' Contractor to clear any given area, at any time, by the Engineer, the Airport Manager or their representative (by radio or other means) shall be immediately executed. Construction work will be commenced in the cleared area only when additional ' instructions are issued by the proper authorities. Power and control cables leading to and from any FAA NAVAIDS, Weather Data Equipment and other facilities will be marked in the field by Owner for the information of the Contractor,before any work in their general vicinity is started.Thereafter,through the duration of this contract, the Contractor shall protect from any possible damage, all FAA facilities including crossing with unauthorized equipment, etc. ' The Contractor shall immediately repair,with identical material by skilled workmen,any underground cables serving FAA NAVAIDS,Weather Data Equipment and other airport facilities, which are damaged by his workmen, equipment or work. Prior approval of ' the FAA must be obtained for the materials, workmen, time of day or night, method of repairs, for any temporary or permanent repairs the Contractor proposes to make to any FAA NAVAIDS, Weather Data facilities or other cables and controls serving such NAVAIDS and facilities damaged by the Contractor. Prior approval of the Engineer or airport representative designated by the Owner must ' be obtained for the materials, workmen, time of day or night, method of repairs, for any temporary or permanent repairs the Contractor proposes to make to any other airport facilities and cables damaged by this Contractor. ' It is recognized that should the Owner incur costs for employee's salaries, engineering fees, and otherwise in connection with the damage and inspection and repair of any ' such damage caused by the Contractor; and, consequently, if the Owner incurs any 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 the time of any incident caused by this Contractor, the Owner and the Contractor hereby agree to the assessment ' of liquidated damages in lieu of such expenses of other damages incurred by the Owner. In addition to the obligation of this Contractor to immediately repair any cables or facilities damaged by the Contractor, as set forth above; for each incident where cables are located within five feet of the position defined on the ground and are cut or damaged and the facility served by cables which are cut or damaged is not able to perform its ' required function resulting in the diversion of aircraft or the interruption of the normal flow of air traffic and aircraft operations on the airport, the sum of $2,000.00 shall be deducted from any monies due the Contractor, or if no money is due the Contractor, ' the Owner shall have the right to recover said sum or sums from the Contractor, Augusta-Richmond County Special Provisions General Aviation Commission Authority III-7 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 from their surety, or from both.The amount of these deductions are to cover liquidated damages to the Sponsor incurred by additional and other expenses and damages arising from the incident or incidents caused by the Contractor, and such deductions are not to be considered as penalties. 8. AIRPORT PROJECT PROCEDURES (CONSTRUCTION SAFETY PLAN) ' Contractor shall limit his work within the areas designated and conduct his operations. 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 the airport hazard lighting, barricades, and other safety features. The Contractor shall be responsible for field marking and protecting all utilities within ' the construction limits. All equipment, vehicles, and materials must be stored in the designated storage or ' staging area or in areas acceptable to the Engineer. The Contractor's vehicles and equipment shall be marked in accordance with state and federal safety regulations. ' No open flames or burning will be allowed on Airport property except as specifically authorized by the Engineer in writing. Contractor shall comply with all applicable federal,state, and local laws,ordinance, and regulations governing safety,health, and sanitation;shall provide barricades;shall take any other needed action, on his own responsibility, that are reasonably necessary to protect life and health of employees on the job, the safety of airport users, the safety of moving and parked vehicles and other property during the performance of the work. ' Except as otherwise specified, FAA AC 150/5370-2F and all its reference shall be used in maintaining airport operational safety during construction.A copy of this Advisory , Circular is attached. The Contractor shall integrate and maintain requirements of airport operational safety into each planning and work schedule. The Contractor's Safety Officer shall continuously monitor all planning schedules and work underway for compliance to AC 150/5370-2F; and shall maintain vigilance to detect areas needing attention due to oversight or altered construction activities. Airport operational safety during construction will be on the agenda at the pre-construction conference and each coordination and progress meeting. Except as specified directly, no measurement or payment will be made for work in this section;it will be considered as incidental cost to Mobilization and other work items Augusta-Richmond County Special Provisions General Aviation Commission Authority II1-8 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 9. INSURANCE ' 9.1 The contract shall not be executed and signed by the Contractor and Owner until the Contractor has obtained, at his sole expense, all insurance required under this paragraph and such insurance has been approved by the Engineer, nor shall the ' Contractor allow any subcontractor to commence work on his subcontract until all insurance required to be procured by subcontractors hereunder has been so obtained by ' or for the subcontractors. If a subcontractor does not take out insurance in his own name and the Contractor wishes to provide insurance protection for such subcontractor and such subcontractor's employees, the Contractor must either (a) procure appropriate ' policies in the name of the subcontractor, or (b) cause a rider to be attached to the Contractor's policies which must identify the subcontractor thereby covered; provided, however,in the case of the latter option,such rider need not be attached to the Contractor's ' workers compensation policy if such policy by itself is sufficiently broad to cover the employees of all subcontractors performing work under the contract. All required ' insurance shall be procured from an insurance company licensed to do business in Georgia and shall be maintained continuously during the life of the contract. ' 9.2 Worker's Compensation Insurance - The Contractor shall take out and maintain during the life of this contract, worker's compensation insurance for all of his employees employed at the site of the project. In case any class of persons engaged in work under this contract is not protected under the worker's compensation laws, the Contractor shall provide all adequate coverage for the protection of his employees not otherwise protected. ' 9.3 Comprehensive General Liability and Property Damage Insurance - The Contractor shall take out and maintain during the life of this contract such public liability and property damage insurance as shall protect him and the Owner from claims for damages for personal injury,including death,as well as from claims for property damages which may arise from operations under this contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by either of them, and the amounts of such insurance shall be as follows: Comprehensive General Liability Insurance in an amount not less than$1,000,000 for accidental injury or death on ' account of any one occurrence and Property Damage Insurance of not less than 1,000,000 for each occurrence.The Owner shall be named as an additional insured. ' 9.4 Comprehensive Automobile Liability Insurance - The Contractor shall procure and maintain during the life of the contract complete comprehensive automobile liability insurance in the amounts of$1,000,000 each occurrence for bodily injury or death and$1,000,000 each occurrence for property damage.The Owner shall be named as an additional insured. ' 9.5 Umbrella Excess Liability Insurance - In addition to the requirements of the above paragraphs, the Contractor will be responsible for procuring and maintaining ' during the life of the contract an umbrella excess liability policy in the amount of Augusta-Richmond County Special Provisions General Aviation Commission Authority III-9 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT $5,000,000,providing excess coverage on insurance required in Paragraphs 6.2 and 6.3 above. The Owner shall be named as an additional insured. 9.6 Each and every subcontractor performing work covered by this contract shall procure and maintain insurance of the types and in the amounts specified and described in Paragraphs above. It shall be the Contractors responsibility to ensure that each subcontractor procures and maintains the required insurance. 9.7 The Contractor shall submit to the Engineer before the contract is executed , certificates of insurance evidencing coverage required to be procured by the Contractor hereunder. The Contractor shall require each subcontractor to submit to the Contractor evidence of all coverage required of subcontractors by certificates of insurance before such subcontractor commences work on his subcontract. 9.8 Each certificate of insurance and policy required hereunder,except the workers ' compensation policy, shall bear the provision THAT THE POLICY CANNOT BE CANCELLED OR REDUCED IN AMOUNT AND THAT COVERAGE CANNOT BE ELIMINATED IN LESS THAN THIRTY (30) DAYS AFTER MAILING WRITTEN NOTICE TO THE OWNER, THE INSURED AND THE ENGINEER OF SUCH ALTERATION, CANCELLATION, OR ELIMINATION, THE WRITTEN NOTICE TO ' BE SENT BY CERTIFIED MAIL. A provision regarding cancellations,reductions in amount or elimination of coverage to the effect that the insurer's failure to mail notice will impose no liability upon the insurer will not be acceptable. If an insurance policy is canceled, it will be the Contractor's obligation to procure a replacement policy. 10. CONTRACTOR 10.1 Contractor will supervise and direct the work efficiently and with his/her best skill and attention. He/she will be solely responsible for means, methods, techniques, sequences, and procedures of construction. The Contractor will be responsible to see that the finished work complies accurately with the Contract Documents. 10.2 Contractor will keep on the project at all times during its progress, a competent ' resident superintendent whose name and qualifications will be furnished to the Engineer at the preconstruction meeting and who shall not be replaced without prior written notice to the Engineer except under extraordinary circumstances, in which event immediate written notice shall be given to the Engineer.The superintendent will be the Contractor's representative at the site and shall have the authority to act on behalf of the Contractor and to receive any and all notices or instructions given pursuant to the Contract Documents. The superintendent shall be an employee of the Contractor. The Contractor will provide competent and suitable qualified personnel, ' equipment and supplies to perform the work required by the Contract Documents. He/she will at all times maintain good discipline and order at the site. Augusta-Richmond County Special Provisions General Aviation Commission Authority III-10 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I 10.3 Contractor will provide competent, suitably qualified personnel,equipment and ' supplies to survey and layout the work as required by the Contract Documents. The Contractor will be provided horizontal & vertical control points by the Engineer. The ' Contractor must furnish all additional stakes and materials for layout and construction of the work. ' 10.4 Contractor shall attend job site progress conferences as called by the Engineer. The Contractor shall be represented at these job progress conferences by an authorized representative of the home office of the Contractor as well as by the project ' representative. These meetings shall be open to subcontractors, material suppliers and any others who can contribute beneficially toward maintaining required job progress, and such personnel shall be encouraged by the Contractor to attend. It shall be the ' principal purpose of these meetings or conferences to effect coordination, cooperation and assistance in every practical way toward the end of maintaining progress of the ' project on schedule and to complete the project within the specified contract time. The Contractor shall be prepared to assess progress of the work as required in the contract and to recommend remedial measures for correction of progress as may be ' appropriate. The Engineer shall be the coordinator of the conferences and shall preside as chairperson. ' It shall be the responsibility of Contractor to schedule the work of all subcontractors and suppliers to conform to the Construction Schedule submitted by the Contractor at the preconstruction conference and approved by the Engineer and Owner; to maintain ' such construction schedule; and to notify the Engineer of any changes in the Construction Schedule. If the Contractor falls significantly behind the Construction Schedule, he/she shall, upon the Engineer's request, submit (i) a revised schedule for completion of work within the contract time, such revised schedule shall be subject to approval by the Engineer and Owner, and (ii) such supporting data as the Engineer and/or Owner may require. The Contractor shall modify his/her operations to provide i such additional materials, equipment and labor necessary to meet such approved revised schedule. He/she shall be responsible for providing adequate notice to all ' subcontractors to ensure efficient continuity of all phases of the project work. In the event that the prosecution of the work is discontinued for any reason, the ' Contractor shall notify the Engineer at least forty-eight (48) hours in advance of resuming operations. ' 10.5 If in the opinion of the Engineer, any subcontractor on the project proves to be incompetent or otherwise unsatisfactory, he/she shall be replaced by the Contractor if ' and when directed by the Engineer in writing. 10.6 The Contractor will keep one record copy of all specifications, drawings,addenda, ' modifications, and shop drawings at the site in good order and annotated to show all Augusta-Richmond County Special Provisions General Aviation Commission Authority III-11 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT changes made during the construction process.These shall be available to the Engineer and shall be delivered to him/her for the Owner's purposes upon completion of the project. They shall be used for this purpose only. 10.7 Contractor shall be responsible for the entire site and the necessary protections, as required by the Engineer and by-laws or ordinances governing such conditions. He/she shall be responsible for any damage to Owner's property, or that of others,by Contractor, his/her employees, subcontractors or their employees, and shall make good such damages. He/she shall be responsible for and pay for any such claims against the Owner. 10.8 The Contractor shall provide cover and/or protect all portions of the work and provide all materials necessary to protect the work whether performed by him/her or any of the subcontractors. Any work damaged through the lack of proper protection, or from any other cause, shall be repaired or replaced without extra cost to the Owner. 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. All costs of maintenance work during the 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. Should the Contractor at any time fail to maintain the work as provided herein, the Engineer shall immediately notify the Contractor of such non-compliance. 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 condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner shall be deducted from monies due or to become due the Contractor. 1 10.9 When allowed, fires will be outlined in the Detailed Specifications. No other fires of any kind will be allowed inside or around the operations during the course of construction without special permission from the Engineer. 10.10 The Contractor shall designate a responsible member of his organization as safety inspector, whose duties shall include accident prevention on the work project. The name of the safety inspector shall be made known to the Engineer at the pre- ' construction conference. 10.11 In emergencies affecting the safety of persons or the work or property at the site , or adjacent thereto, the Contractor, without special instructions or authorization from the Engineer or Owner, is obligated to act at his/her discretion to prevent threatened Augusta-Richmond County Special Provisions General Aviation Commission Authority III-12 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT ' 1 damage, injury or loss. As soon as practicable, he/she will notify the Engineer of such ' emergency and he will thereafter act at the Engineer's instruction.The Contractor will give the Engineer prompt written notice of any significant changes in the work or deviations from the Contract Documents caused by such emergency, and a change order, if ' found by the Engineer to be justified, shall thereupon be issued covering the changes and deviations involved. If the Contractor believes that additional work done by him/her in an emergency entitles him/her to an increase in the contract price or an extension of the ' contract time, he/she may make a claim therefore as provided in the General Provisions. 10.12 Contractor shall diligently strive to keep the premises free from accumulation of waste materials or rubbish caused by the work at all times. At the completion of the work, he/she shall remove any remaining waste materials and rubbish from and about the project ' as well as all tools, construction equipment, machinery and surplus materials. If the Contractor fails to clean up at the completion of the work, the Owner may do so and the cost thereof shall be charged to the Contractor. The Contractor shall leave the work in ' condition for occupancy by the Owner such that no cleaning or other operations are required. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily. 10.13 Utilities,Structures and Signs shall be provided as follows: ' A. Temporary Structures The Contractor shall provide all necessary storage sheds, shanties, and other ' similar structures for his/her own use. All temporary structures shall be placed as directed by the Engineer and shall be built in a sound waterproof manner and shall remain on the premises until their removal is directed by ' the Engineer. B. Water ' The Contractor shall consult with the Engineer in regard to water supply. A source and manner for obtaining water shall be approved by the Engineer ' before any water is secured. Any expenses of securing water shall be borne by the Contractor. ' C. Electricity The Contractor shall consult with the Engineer in regard to electrical service. Any expenses of securing construction electrical service from the source of supply shall be borne by the Contractor. The source of supply shall be approved by the Engineer. If the Contractor constructs any temporary structures and/or field office(s) which require the installation of electrical service, the Contractor shall pay for electrical energy used in such ' facility at the rates of the utility company furnishing power. Augusta Richmond County Special Provisions General Aviation Commission Authority III-13 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 D. Signs Directional signs may be erected on the Owner's property subject to the approval of the Engineer with respect to size, type, and location of such directional signs. Such signs may bear the name of the Contractor and a directional symbol. A project bulletin board shall be erected and maintained by the Contractor which is waterproof and of sufficient size to post bulletins, wage and labor requirements, DBE requirements and other related information. The size, style and location of this bulletin board must be approved by the Engineer prior to its installation. No other signs will be permitted except by permission of Engineer. E. Use of Terminal Buildings and Facilities Use of the terminal buildings and facilities located in and around said , terminal area by employees of the Contractor and his/her subcontractors and material and equipment suppliers shall be prohibited, except upon written permission from the Engineer. 10.14 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 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 constriction shall be limited as directed by the Engineer. No loads will be permitted on a concrete pavement,base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his hauling equipment and shall correct such damage at his own expense. ' 11.OWNER 11.1 Owner will issue all communications to Contractor through the Engineer. ' 11.2 In case of termination of the employment of the Engineer, the Owner will appoint an Engineer who will have and assume all rights and duties held by the original Engineer named herein. 11.3 The Owner shall have the right to take possession of and use any portion of the work notwithstanding the fact that the time for completion of such portion of the work may not have expired but such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. Should the Owner take possession of and use any portion of the work for which the time for completion has not yet expired and should the Contractor believe that such prior use increases the cost or Augusta-Richmond County Special Provisions General Aviation Commission Authority III-14 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 delays in the work,he/she may make a claim for an increase in the contract price and/or for an extension of time as provided the General Provisions. 11.4 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. RIGHT-OF-WAY AND SUSPENSION WORK ' The Owner will furnish all land and rights-of-way necessary for the carrying out of this contract and the completion of the work herein contemplated and will use due diligence in acquiring said land and rights-of-way as speedily as possible. But it is possible that ' all lands and rights-of-way may not be obtained as herein contemplated before construction begins, in which event the Contractor shall begin his work upon such land ' and rights-of-way as Owner may have previously acquired and no claim for damages whatsoever will be allowed by reason of the delay in obtaining the remaining lands rights- of-way. Should Owner be prevented or enjoined from proceeding with the work, or from authorizing its prosecution, either before or after the commencement, by reason of any litigation or by reason if its inability to procure any lands or rights-of- way for the said ' work, the Contractor will not be entitled to make or assert any claim for the damage by reason of said delay, or to withdraw from the contract except by consent of Owner, but time for completion of the work will be extended to such time as the Owner determines will compensate for time lost by such delay, such determination to be set forth in writing. OWNER'S OPTION In all cases where the choice of more than one make or style of material is specified, the final selection of material rests with the Owner. Where any difference occurs, in price, ' such difference is to be given at the time the bids are submitted. After the contracts have been signed, the Owner reserves the right to choose whichever material he desires t assuming that the price is not increased thereby, and where the specifications call for the stipulated item or other equal thereto and approved, or other words to that effect, it is to be taken the same as if the choice of more than one material was specified and the selection will rest with the Owner the same as above. WORK NOT SHOWN ON PLANS In the carrying out of this work as contemplated by the plans and specifications,there may arise certain items of work for which definite plans have not yet been decided upon. ' All such work,when authorized,shall be paid for as provided in"CHANGES IN WORK". REMOVAL OF MATERIALS AND CORRECTION OF WORK ' All materials of unsound or otherwise unfit character and all workmanship not in accordance with the terms of the contract will be condemned by the Engineer. Augusta-Richmond County Special Provisions General Aviation Commission Authority III-15 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 The Contractor shall promptly remove from the premises all condemned materials whether incorporated in the work or not, and the Contractor shall promptly replace and re-execute the work to the satisfaction of the Engineer, and without expense to the Owner, and shall bear the expense of making good all work of other contractors which is destroyed or damaged by such removal and replacement. If the Contractor does not remove such condemned work and within a reasonable time, fixed by written notice, the Owner may remove them and may store the materials at the expense of the Contractor. If the Contractor does not pay to the Owner the expense of such removal within ten (10) days time thereafter, the Owner may, upon ten (10) days written notice, sell such materials at auction or private sale and shall account for the net proceeds thereof, after deduction of all costs and expenses that rightfully should have been borne by the Contractor. EXTRAS Without invalidating the contract, the Owner may order extra work or make changes 1 by altering, adding to or deducting from the work, the contract sum being adjusted accordingly, and the consent of the Surety being first obtained where necessary or desirable. All the work of the kind bid upon shall be paid for at the price stipulated in the proposal, and no claims for any extra work or materials shall be allowed unless the work is ordered in writing by the Owner or its Engineer acting officially for the Owner, and the price is stated in such order. ALTERATIONS,CHANGES,ETC. , All changes, alterations, or instructions in regard to any features of the work that differs from the plans and specifications MUST be in writing in all cases, and no verbal orders will be regarded as a basis for claims for extras. All claims for extra work must be made in writing within five (5) days after the instructions are issued; otherwise, it will be assumed that the instructions or charges incur no additional cost. No extra work is to be performed or any changes made that involve any extra cost until the Engineers have authorized the Contractor to proceed, in writing, except in emergency endangering life or property when the procedure shall be set forth under"CHANGES IN WORK". CLAIMS FOR EXTRA COST 1 No claim for extra work or cost shall be allowed unless the same was done in pursuance of a written order of the Engineer, as aforesaid, and the claim is presented with the first estimate after the changed or extra work is done. When work is performed under the terms of section "Changes in Work — (c)" of these General Conditions, the Contractor Augusta-Richmond County Special Provisions General Aviation Commission Authority I11-16 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I I shall furnish satisfactory bills,payrolls and vouchers covering all items of cost and,when Irequested by the Owner, give the Owner access to accounts relating thereto. 12.TESTING AND SURVEYING 111 12.1 Field surveys shall be made by the Engineer (1) to determine compliance of construction with the Plans and Specifications and (2) for quantity measurements. The I Owner will incur the costs of routine compliance and measurement surveys performed during the ordinary course of construction. However, the Contractor shall pay all costs of required and necessary surveys to support his construction and for any additional field surveys required due to inconsistent or inaccurate construction techniques, or performance I of unacceptable or unauthorized work, or any other reason determined by the Engineer to be principally the cause of the Contractor. Said additional surveys are not considered to be routine. Work found to be unacceptable or unauthorized shall not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. All surveys shall be performed by a licensed surveyor. IINSPECTION AND TESTING OF MATERIALS I (a) All materials & equipment used in construction of project shall be subject to adequate inspection&testing in accordance with accepted standards.Laboratory or inspection agency shall be determined by Owner.All retesting required due to Iunsuitable material submitted by Contractor shall be paid for by the Contractor. I (b) Materials of construction, particularly those upon which the strength and durability of the structure may depend, shall be subject to inspection and testing to establish conformance with specifications and suitability for uses intended. IMATERIALS,SERVICES AND FACILITIES I (a) It is understood that, except as otherwise specifically stated in the Contract Documents, the Contractor shall provide any pay for all materials, labor, tools, equipment, water, light, power, transportation, superintendence, temporary Iconstruction of every nature, and all other services and facilities of every nature whatsoever necessary to execute, complete, and deliver the work within the Ispecified time. (b) Any work necessary to be performed after regular working hours, on Sundays or ILegal Holidays shall be performed without additional expense to the Owner. SAMPLES II The CONTRACTOR shall furnish to the Engineer, for approval, complete samples of all of the materials which he proposes to use, where samples are called for in the specifications or required by the Engineers. Augusta-Richmond County Special Provisions General Aviation Commission Authority III-17 Wind Cone and Segmented Circle IWKD Project Number 20160053.00.AT I I All samples submitted must be clearly labeled as to the name of the Contractor, name of the manufacturer, quality of material and the name of the job. I After samples have been approved, they will be sent to the job to be compared with the materials as they arrive on the job. All materials shall be in strict accordance with the approved samples. 13.CHANGE OF THE CONTRACT PRICE I 13.1 The Contract Price constitutes the total compensation payable to the Contractor for performing the work subject to additions and deductions as provided in the Contract111 Documents. All duties, responsibilities and obligations assigned to or undertaken by the Contractor shall be at his expense without change in the Contract Price. Except as otherwise specified, the Contract Price may only be changed by a Change Order. 13.2 The Contractor shall not act on instructions received by him from persons other than the Engineer, and any claims for extra compensation on account of such instructions si will not be honored. 13.3 In determining the amount of Contract Price adjustment, the parties shall apply the following methods, as appropriate: (A) Emergency Work: In the event of emergency endangering life or property, 1 the Contractor may be directed by the Engineer to proceed on a time and material basis whereupon the Contractor shall so proceed and keep accurately in such form as may be required, a correct account of costs together with all proper invoices, payrolls, and supporting data therefore. (B) Claims for Increase: Where Engineer and Owner, upon receipt of a proper claim for increase in Contract Price, determine that an increase is warranted and where none of the above methods of Contract Price adjustment are applicable, the amount of increase shall be determined by negotiation between contracting parties. ACTION TIME ON CONTRACTOR PAY REQUESTS I This paragraph is intended to supersede all provisions of the Georgia Prompt Pay Act (House Bill 837). The Owner intends to make timely payments to the Contractor, following receipt of applications. Consideration shall be given to the Owner's requirements for processing the Contractor's payment application. For projects funded with Federal or State funds,payment may be delayed for thirty calendar days, contingent upon reimbursement of the applicable funds to the Owner from the Government Agency funding the project. Delays in payments in excess of thirty days, caused by delay inI Government reimbursement to Owner, will not be subject to payment of interest. Augusta-Richmond County Special Provisions General Aviation Commission Authority III-18 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I 1 14.CORRECTION OF WORK BEFORE FINAL PAYMENT Any work, materials, fabricated items, or other parts of the work which have been found by the Engineer to be faulty or not in accordance with the Contract Documents shall be condemned and shall be removed from the work site by the Contractor, and immediately replaced by new work in accordance with the contract at no additional cost to the Owner. Work or property of the Owner or others damaged or destroyed by virtue of such condemned work shall be made good at the expense of the Contractor. Correction of condemned work described above shall be commenced by the Contractor ' immediately after notice from the Engineer and shall be pursued to completion. Final payment will not be made until certification by the Engineer. Should the Contractor fail to proceed reasonably with the above-mentioned corrections, then the Owner may, after twenty-four (24) hours following notice to the Contractor from ' the Engineer, proceed with correction, paying the cost of same from amounts due or to become due to the Contractor. Condemned work so removed shall be the property of the Contractor, and shall be removed from the site of the work by him/her within five (5) days after notice to remove it, or thereafter may be disposed of by the Owner without compensation to the Contractor, and the cost of such disposal shall be deducted from amounts due or to become due to the Contractor. ' Should the cost of correction of the work and,if applicable,disposal of the condemned work by Owner exceed amounts due or to become due the Contractor, then the Contractor and his/her surety shall be liable for and shall pay to the Owner the amount of said excess. 15.CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final certificate, final payment, occupation of premises by the Owner, nor any 1 provision of the Contract,nor any other act or instrument of Owner or Engineer shall relieve the Contractor from responsibility for negligence, or faulty material or workmanship, or failure to comply with the Drawings and Specifications. He/she shall correct or make good ' any defects due thereto and repair any damage resulting there from which may appear during a period of twelve(12)months following final acceptance of the work except as stated ' otherwise under the provisions of the Contract Documents. The Owner will report any defects as they may appear to the Engineer, who will give instructions for a time limit for completion of corrections to the Contractor, which instructions shall be binding upon the Contractor. The Engineer will be the judge as to the responsibility for correction of defects. LIENS Neither the final payment or any part of the retained percentage shall become due until the Contractor shall deliver to the Owner a complete release of all liens arising out of this contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit Augusta-Richmond County Special Provisions General Aviation Commission Authority III-19 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 that as h insofar e has knowledge or information, the releases and receipts include all the materials and labor for which a lien might be filed, but the Contractor may, if any subcontractor refuses to furnish a release of claims or receipts in full, furnish a bond satisfactory to the Owner to indemnify him against any lien. If any lien should remain unsatisfied after all payments are made, then the Contractor shall refund to the Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable Attorney's fee. MAINTENANCE I The Contractor will be required to maintain all work done by him in a first class condition for sixty (60) days after the same has been completed as a whole and the Engineers have notified the Contractor in writing that the work has been finished to their satisfaction. The retained percentage will not be due or payable to the contractor until the sixty (60) day maintenance period has expired. Any damage to the site or surroundings, including paving, shoulders, culverts, drainage I structures, grass, etc., shall be repaired by the Contractor and all parts of the site shall be left in as good repair as before the work started. CONTRACTOR'S OBLIGATION The Contractor shall and will, in good workmanlike manner, do and perform all work I and furnish all supplies and materials,machinery,equipment facilities and means,except as herein otherwise expressly specified, necessary or proper and complete all the work required by this contract, within the time herein specified, in accordance with the provisions of this contract and said specification and in accordance with the plans and drawings of the work covered by this contract and any and all supplemental plans and drawings in accordance with the directions of the Engineer as given from time to time during the progress of the work. He shall furnish, erect, maintain and remove such construction plant and temporary works as may be required. He alone shall be responsible for the safety,efficiency and adequacy of his plant, appliances and methods and for any damage which may result from their failure of their improper construction, maintenance or operation. The Contractor shall observe, comply with and be subject to all terms, conditions, requirements and limitations of the contract and specifications and shall do, carry on and complete the entire work to the satisfaction of the Engineer and the Owner. 16.OWNER'S RIGHT TO DO WORK If, during the progress of the work or during the period of guarantee, the Contractor fails to prosecute the work properly or to perform any provision of the contract, the Owner, after written notice to the Contractor from the Engineer or Owner, may perform or have performed that portion of the work and may deduct the cost thereof from any amounts due or to become due the Contractor. Augusta-Richmond County Special Provisions General Aviation Commission Authority III-20 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT Should the cost of such action of the Owner exceed the amount due or to become due the Contractor, then the Contractor and his/her surety shall be liable for and shall pay to the Owner the amount of said excess. 17.CONTRACTOR,SUBCONTRACTOR&SUPPLIER AFFIDAVIT The final payment of retained amounts due the Contractor on account of the contract shall not become due until the Contractor has furnished to the Owner through the Engineer (A) an affidavit by the Contractor signed, sworn, and notarized to the effect that all payments ' for materials, services, or for any other reason in connection with his/her contract have been satisfied and that no claims or liens exist against the Contractor in connection with his/her contract; and (B) affidavits from each subcontractor and supplier signed, sworn and notarized to the effect that(i) each such subcontractor or supplier has been paid in full by the Contractor for all work performed and/or materials supplied by him/her in connection with the project, and (ii) that all payments for materials, services, and for any other reason in connection with his/her subcontract or supply contract have been satisfied and that no claims or liens exist against the subcontractor or supplier in connection therewith. In the event that the Contractor cannot obtain similar affidavits from 1 subcontractors or supplier to protect the Contractor and the Owner from possible liens or claims against the subcontractors or suppliers, the Contractor shall state in his/her affidavit that no claims or liens exist against any subcontractor or supplier to the best of the Contractor's knowledge, and that if any appear afterwards, the Contractor shall save the Owner harmless on account thereof. REPORTS,RECORDS AND DATA The Contractor shall submit to the Owner such schedules of quantities and costs, progress schedules, payrolls, reports, estimates, records and other data as the Owner may request concerning work performed or to be performed under this contract. ' 18.WARRANTY AND GUARANTEE 18.1 The Contractor shall, at its sole cost and expense, make all necessary repairs, replacements, and corrections of any nature or description, interior or exterior, structural or nonstructural, that shall become necessary by reason of faulty workmanship or materials which appear within a period of one (1) year from the date of final acceptance; provided, however, that notwithstanding the preceding, if any longer guarantee period is specified ' for any particular materials or workmanship under the Plans and Specifications, or under any subcontract, or in connection with any manufactured unit which is installed in the structure, or under the laws of State of Georgia, the longer guarantee period shall govern. 18.2 If within any guarantee period, repairs or changes are required in connection with the work, which in the opinion of the Engineer are rendered necessary as the result of the ' use of materials, equipment, or workmanship which are inferior, defective, or not in Augusta-Richmond County Special Provisions General Aviation Commission Authority III-21 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I accordance with the terms of the contract, the Contractor shall, promptly upon receipt of p P Y p notice from the Engineer and without expense to the Owner: A. Place in satisfactory condition, in every particular, all of such guaranteed work; B. Correct all defects therein; I C. Make good all damage which, in the opinion of the Engineer is the result of the use of materials, equipment, or workmanship which are inferior, defective, or not in ' accordance with the terms of the contract;and, D. Make good any work or material, or any equipment or contents disturbed in fulfilling any such guarantee. If,in fulfilling requirements of the contract or of any guarantee embraced therein or required I thereby, Contractor disturbs any work guaranteed under another contract, he/she shall restore such disturbed work to a condition satisfactory to the Engineer and shall guarantee such restored work to the same extent as it was guaranteed under such other contract. , If the Contractor, after notice, fails to proceed promptly to comply with the terns of the guarantee,the Owner may have the defects corrected and the Contractor and his/her surety I shall be liable for all expenses incurred. All special guarantees applicable to definite parts of the work that may be shown in the specifications or other papers forming a part of the contract shall be subject to the terms of this paragraph during the first year of the life of such special guarantee. Manufacturer's standard guarantees or warranties which do not comply with the time limit specified herein shall be extended by the Contractor automatically without further action on the part of the Owner or the Engineer. ' Neither the final certificate of payment nor any provision relieves the Contractor of responsibility for faulty material or workmanship and, unless otherwise specified, he shall make right any defects due thereto and pay for the damage or other work resulting therefrom which occur within the said period of one (1) year. 19.DISPUTE RESOLUTION In the event of any dispute,claim, question or disagreement arising out of or relating to this Agreement or breach thereof, the parties hereto shall use their best effort to settle such matter by mutual agreement. To this effect, responsible, authorized representatives of the parties shall meet, consult, and negotiate with each other in good faith, and, recognizing 1 their mutual interests, attempt to reach a joint and equitable solution satisfactory to both parties. If they do not reach such solution within a period of thirty (30) days after the first notice by either party to the other of the existence of the dispute, and upon the notice of either party to the other, the dispute shall be resolved by proceeding with the dispute resolution procedures set forth herein below. Augusta-Richmond County Special Provisions General Aviation Commission Authority III-22 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I If the parties fail to agree on the resolution of any dispute through the negotiation process above, the parties shall proceed in good faith to attempt to settle the dispute through mediation under the Construction Industry Mediation Rules of the American Arbitration Association ("AAA"), subject to and in accordance with its rules governing the mediation of such disputes. Any party who chooses to first refer the dispute to mediation may, in its notice to the other,elect to refer the matter to either the AAA or to the CIDRS for mediation. ' Mediation is a precondition to further dispute resolution by the parties, and the dispute resolution procedure set forth herein below shall only be available following a declaration of impasse by the mediator or by the mutual agreement of the parties. If impasse is declared in any mediated dispute, the matter shall be submitted to arbitration with the AAA or Construction Industry Rules of the CIDRS. Notice of intent to seek ' arbitration of any unresolved dispute shall be given by the claiming party within ten (10) days of the declaration of impasse. The responding party shall select either AAA or CIDRS within seven(7) days of the receipt of the notice of intent to arbitrate. The following additional rules and rocedures shall apply to all dis disputes arisingunder PP this Agreement and shall be in addition to or, in the case of any conflict with, shall be in lieu of the applicable rules of the AAA: ' (1) The parties acknowledge that this Agreement may evidence a transaction involving interstate commerce. Nonetheless, in rendering the award, the arbitrator(s) shall determine the rights and obligations of the parties according to substantive and procedural laws of the State of Georgia. (2) All negotiations and mediation sessions and all arbitration hearings shall take place in the offices of the Owner in Calhoun,Georgia,or such other place as the parties may agree upon. (3) In the arbitration of any dispute less than$100,000, the sole arbitrator shall be a retired Georgia or Federal Judge residing in State of Georgia. In disputes of$100,000 or more, an arbitration panel of three experienced construction industry professionals shall be appointed and shall include(a)one architect or engineer, (b)one construction attorney or retired State or Federal Judge residing in the State of Georgia,and(c)either one construction industry executive or a senior staff representative of a public or ' private owner of a facility of the kind described in this Agreement. (4) Owner, contractor, all subcontractors, material suppliers, engineers, designers, architects, and their respective bonding companies and insurers and all other parties concerned with the construction of the improvements described in this Agreement are bound by this Dispute Resolution Clause to the greatest extent permitted by law, ' and all such parties consent and agree to the consolidation of all phases of the dispute resolution process hereunder with the dispute resolution proceedings pending among other parties whenever such proceeding arises out of the same transaction or are Augusta Richmond County Special Provisions General Aviation Commission Authority III-23 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I related to the same subject matter. The motion to consolidate may be made by any interested party and will be by an order of the arbitrator(s)' petitioned, or if such arbitrator(s) fail to make such order, parties may apply to the Superior Court with jurisdiction in Richmond County, Georgia, for such order. (5) At any time in the dispute resolution proceeding, the parties may agree to a high/low limitation which shall be binding upon all further proceedings. (6) Discovery procedures may not be undertaken during negotiations or mediation 1 phases. However, the parties shall proceed in good faith to make disclosures to the other party of all facts,documents,records and other evidence upon which each party bases its claim or defense. (7) Prior to any arbitration hearing, limited discovery shall be permitted for the purpose of obtaining production of documents and taking depositions. All discovery shall be governed by the Rules of Civil Procedure imposed by the State of Georgia. All issues regarding conformation with discovery requests shall be decided by the111 arbitrator(s). Request for discovery shall be initiated within thirty (30) days after the notice of intent to arbitrate is given and shall be fully responded to within thirty (30) days after receipt. All discovery, including depositions, shall be completed within seventy-five (75) days of the notice of intent to arbitrate or the arbitrator(s) or either party shall extend or reduce the time for discovery. (8) Upon request of either party made prior to the initial hearing the arbitrators' award shall be in writing and shall include findings of fact and conclusions of law which support the award. (9) Either party may appeal the arbitration award to appellate arbitration by filing with AAA, within twenty (20) days after transmittal of award, a written brief; not to exceed twenty (20) pages, stating the reason why the arbitrator(s) decision should be reversed or modified. 0 pposing party shall have twenty (20) days to file a responsive brief; not to exceed twenty (20) pages. An appellate arbitrator shall be appointed by the AAA and shall be a retired Georgia Superior Court or Appellate Judge. Either party may request oral argument which must be concluded within ' fourteen (14) days following submission of the final brief. No additional evidentiary material may be introduced in the appellate arbitration.The appellate arbitrator shall render a written decision affirming, reversing modifying or remanding arbitrator(s)' decision within twenty (20) days after receiving the final appellate submission. The appellate arbitrator may base its decision only one of the following grounds: I (a) Any ground specified in 9 U.S.C.Sections 10 or 11; (b) A material error of applicable law by the arbitrator; ' (c) A determination that award was partially or wholly arbitrary or capricious. Augusta-Richmond County Special Provisions General Aviation Commission Authority III-24 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 The appellate arbitrator may render a final decision on appeal or may remand the matter for further proceeding by the arbitrator(s). (10) All fees and expenses of the mediation and of the arbitration procedures shall be borne by the parties equally.However,each party shall bear the expense of its own counsel, experts, witnesses, and preparation and presentation of proofs. Only in ' the case of extreme abuse of the procedure may the arbitrator(s) reallocate such costs and expenses among the parties. ' (11) The dispute resolution procedures set forth hereinabove shall be the exclusive remedies available to the parties to the Agreement to settle or resolve any and all disputes arising thereunder and any settlement or arbitral award may be enforced by an action in Superior Court with jurisdiction in Augusta, Georgia. 20.TAXES ' 20.1 The Contractor shall include in the bids and pay all taxes (including sales taxes/or use) assessed by any authority on the work or the labor and materials used therein. The Contractor understands and agrees that the Contractor is responsible for payment of any such taxes owned, and further agrees that in the case of the joint liability of the Contractor and the Owner for any such tax, the Contractor is responsible for paying the tax. The ' Contractor agrees to indemnify and hold harmless the Owner against and in respect of any such tax liabilities.In the event the Contractor fails to pay any such tax when due and the Owner is required to pay such tax,the Contractor agrees to reimburse Owner for same and further agrees that the Owner shall have the right to set off the amount of such tax against any sum owed the Contractor.It is understood by the parties that the above section ' of this contract shall apply to and be fully enforceable against the Contractor, regardless of whether it is "engaged in business" in Georgia, is an out-of- state Contractor, or is legally domesticated and qualified to do business in this state. 21.SEVERABILITY ' If any provision of the Contract shall be declared invalid or unenforceable, the remainder of the Contract shall continue in full force and effect. ' 22. MISCELLANEOUS CONTRACT PROVISIONS A. Airport Improvements Program Project. Items of work in this contract are included in Airport Improvement Program which is being undertaken and accomplished by Richmond County in accordance with the terms and conditions of a grant agreement between the Richmond County and the United States, under the Airport and Airway Improvement Act of 1982 and Part 152 of the Federal Aviation Regulations (14 CFR Part 152.), pursuant to which the United States has agreed to pay a percentage of the costs of the project that are determined to be allowable project costs under that Act. The United Augusta-Richmond County Special Provisions General Aviation Commission Authority III-25 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 notpartyto this contract and no reference in this contract to the FAA or any States is a 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 to Assignment. The Contractor shall obtain the prior written consent of the Owner to any proposed assignment of any interest in or part of this contract. C. FAA Inspection and Review.Contractor shall allow any authorized representative of FAA to inspect and review any work or materials used in performance of this contract. E. Subcontracts. The Contractor shall insert in each of his/her subcontracts the provisions contained in Paragraphs A and C of this section and also a clause requiring the subcontractors to include these provisions in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. 23. DUTIES,RESPONSIBILITIES AND LIMITATIONS OF AUTHORITY OF , RESIDENT PROJECT REPRESENTATIVE (RPR) A. GENERAL 1 RPR shall be representative of Engineer and shall act under the direction of Engineer. The Engineer and Engineer's RPR shall have authority to act on behalf of Owner only to the extent provided in contractual agreements to which Engineer is a party. RPR shall confer with Engineer regarding their required actions at intervals and on occasions appropriate to the progress of construction. The RPR interaction and communications in matters pertaining to the on-site work in general shall be only with the Engineer and the Contractor. The RPR shall communicate with subcontractors only through, or with the full knowledge and authorization of Contractor or his superintendent. The RPR shall generally communicate with the Owner only through or as directed by the Engineer. B. LIMITATIONS OF AUTHORITY Except upon written instructions and directions of the Engineer, the RPR shall not: ' 1. Authorize any deviation from the Contract Documents or approve any substitute materials or equipment. 2. Assume or undertake any of the responsibilities of the Contractor, subcontractors or the Contractor's superintendent. I 3. Expedite the Work for the Contractor. 4. Advise on or issue directions relative to any aspect of the means, methods, 1 techniques, sequences or procedures of construction unless such is specifically called for in the Contract Documents. Augusta-Richmond County Special Provisions General Aviation Commission Authority III-26 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT , 5. Advise on or issue directions as to safety precautions and programs in connection with the Work. 6. Authorize or suggest that Owner occupy the Project in whole or in part. 7. Personally conduct or participate in specialized field or laboratory tests or inspections conducted by others or require special inspection or testing. 8. Assist the Contractor in maintaining an up-to-date copyof Record Drawings or prepare or certify to the preparation of Record Drawings. 9. Issue a Certificate of Payment or a Certificate of Completion of the Work. ' 10. Order the Contractor to stop the Work or any portion thereof. ' 24. PROJECT TIME AND LIQUIDATED DAMAGES The work as described by the contract documents and as shown on the plans shall be ' completed and ready to use by the Owner within the time shown below after the date of Notice to Proceed. The time schedule for completion of this project is critical and liquidated damages as prescribed in the Contract will be enforced. ' Contract Time:60 Calendar Days ' Owner and Contractor recognize that time is of the essence and that the Owner will suffer financial loss if the work is not substantially complete in accordance with the time specified herein. They also recognize the delays, expense and difficulties involved in ' providing legal or arbitration proceeding the actual loss suffered by the Owner if the work is not completed on time. Accordingly, instead of requiring any such proof, the Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) ' the Contractor shall pay the Owner the amounts stipulated herein. Contractor further understands&hereby expressly agrees that in addition to liquidated ' damages specified herein, to pay the actual costs to the Owner for any inspector or inspectors necessarily employed by the Owner on the work and the actual costs to the ' Owner for the Engineer's observation of the construction and project representative services including travel and subsistence expenses after the date specified for the project completion until 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. Liquidated Damages Schedule For not substantially completing all construction within the Contract time specified: $200.00 per calendar day Augusta-Richmond County Special Provisions • General Aviation Commission Authority III-27 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 25.LIST OF DRAWINGS , 1.01 Cover Sheet 2.01 Safety and Phasing Plan 2.02 Safety and Phasing Plan Details 3.01 Segmented Circle and Wind Cone Plan 4.01 Segmented Circle Detail 4.02 Wind Cone Detail 5.01 Signage Plan , 1 1 Augusta-Richmond County Special Provisions ' General Aviation Commission Authority III-28 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 i 1 1 i 1 1 1 DIVISION IV 1 1 TECHNICAL SPECIFICATIONS 1 1 i 1 1 1 1 i 1 a I I I I I I I I I Intentionally Left Blank I I I I I 1 I I I I k ' ITEM 1-107 AIRPORT WIND CONES 1 DESCRIPTION ' 107-1.1 This item shall consist of furnishing and installing an airport wind cone per these specifications and per the dimensions, design, and details shown in the plans. The work shall include the furnishing and installation of a support for mounting the wind cone, the specified interconnecting wire, and a concrete ' foundation.The item shall also include all cable connections, conduit and conduit fittings,the furnishing and installation of all lamps,ground rod and ground connection,the testing of the installation,and all incidentals necessary to place the wind cone in operation (as a completed unit)to the satisfaction of the Engineer. ' EQUIPMENT AND MATERIALS ' 107-2.1 General. a. Airport lighting equipment and materials covered by advisory circulars (ACs) shall be certified and listed in AC 150/5345-53,Airport Lighting Equipment Certification Program. ' b. All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when requested by the Engineer. ' c. Manufacturer's certifications shall not relieve the Contractor of the responsibility provide p y to materials ' per these specifications. Materials supplied and/or installed that do not comply with these specifications shall be removed (when directed by the Engineer) and replaced with materials that comply with these specifications, at the Contractor's cost. d. All materials and equipment used to construct this item shall be submitted to Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be ' provided.Submittal data shall be presented in a clear, precise and thorough manner.Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as original. Clearly and boldly ' mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete any non-pertinent data.Submittals for components of electrical equipment and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in the project that may accrue directly or indirectly from late submissions or resubmissions of submittals. e. Data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the plans and specifications.The Contractor's submittals shall be neatly bound in a properly sized 3-ring binder, ' tabbed by specification section. The Engineer reserves the right to reject any and all equipment, materials or procedures that do not meet the system design and the standards and codes, specified in this document. Augusta-Richmond County Airport Wind Cones General Aviation Commission Authority L-107-1 Obstruction Clearing WKD Project Number 20160053.00.AT f. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for at least twelve (12) months from the date of final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion,with no additional cost to the Owner. 107-2.2 Wind cones. The primary wind cone assembly shall be Type L-807, Style 1-A, Size 2 meeting the requirements of AC 150/5345-27, Specification for Wind Cone Assemblies. ' 107-2.3 Electrical wire and cable. Cable rated up to 5,000 volts in conduit shall conform to AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits. For ratings up to 600 volts, moisture and heat resistant thermoplastic wire conforming to Commercial Item Description A-A-59544A Type THWN-2 shall be used.The wires shall be of the type, size, number of conductors, and voltage shown in the plans or in the proposal. 107-2.4 Conduit. Rigid steel conduit and fittings shall conform to the requirements of Underwriters Laboratories Standards 6, 5146, and 1242. 107-2.5 Plastic conduit(for use below grade only). Plastic conduit and fittings shall be per the following: • UL 5146 covers W-C-1094-Conduit fittings all types, Classes 1 thru 3 and 6 thru 10 • UL 514C covers W-C-1094-all types, Class 5 junction box &cover in polyvinyl chloride(PVC) • UL 651 covers W-C-1094- Rigid PVC Conduit,types I and II, Class 4 • UL 651A covers W-C-1094-Rigid PVC Conduit and high density polyethylene(HDPE)Conduit type III and Class 4 ' Underwriters Laboratories Standard UL-651 shall be one of the following, as shown in the plans: a.Type I -Schedule 40 PVC suitable for underground use either direct-buried or encased in concrete. b.Type II -Schedule 40 PVC suitable for either above ground or underground use. Plastic conduit adhesive shall be a solvent cement manufactured specifically for the purpose of gluing the type of plastic conduit and fitting. for foundations shall be proportioned, placed, and cured per Item P-610, 107-2.6 Concrete. The concrete p p , Structural Portland Cement Concrete. 107-2.7 Paint. a. Priming paint for non-galvanized metal surfaces shall be a high solids alkyd primer per Society for Protective Coatings (SSPC) Specification -Paint 25, Primer, Raw Linseed Oil and Alkyd Primer(Without Lead and Chromate Pigments). Augusta-Richmond County Airport Wind Cones General Aviation Commission Authority L-107-2 Obstruction Clearing WKD Project Number 20160053.00.AT b. Priming paint for galvanized metal surfaces shall be zinc dust-zinc oxide primer paint conforming to MIL-DTL-24441C/19B. Use MIL-24441 thinner per paint manufacturer's recommendations. c. Orange paint for the body and the finish coats on metal and wood surfaces shall consist of a ready- mixed non-fading paint per Master Painter's Institute (MPI) Reference #9 (gloss). The color shall be per Federal Standards 595, International Orange, Number 12197. ' d. White paint for body and finish coats on metal and wood surfaces shall be ready-mixed paint conforming to the MPI, Reference#9, Exterior Alkyd, Gloss. ' e. Priming paint for wood surfaces shall be mixed on the job by thinning the above specified aviation- orange or white paint by adding 1/2 pint of raw linseed oil to each gallon. ' CONSTRUCTION METHODS 107-3.1 Installation. Hinged support or hinged pole shall be installed on a concrete foundation per plans. 107-3.2 Support pole erection. The Contractor shall erect the pole on the foundation following the manufacturer's requirements and erection details.The pole shall be level and secure. 107-3.3 Electrical connection.The Contractor shall furnish all labor and materials and shall make complete ' electrical connections per the wiring diagram furnished with the project plans.The electrical installation shall conform to the requirements of the latest edition of National Fire Protection Association, NFPA-70, National Electric Code (NEC). If the underground cable from transformer vault to the wind cone site and duct for this cable installation is required, the cable and duct shall be installed in accordance with and paid for as described in Item L-108, Underground Power Cables for Airports, and Item L-110, Airport Underground Electrical Duct Banks and Conduits. 107-3.4 Booster transformer. If shown in plans or specified in the job specifications, a booster transformer ' to compensate for voltage drop to the lamps shall be installed in a suitable weatherproof housing. The booster transformer shall be installed as indicated in the plans and described in the proposal. If the booster transformer is required for installation remotely from the wind cone, it shall be installed in accordance with and paid for per each. ' 107-3.5 Ground connection and ground rod.The Contractor shall furnish and install a ground rod,grounding cable, and ground clamps for grounding the "A" frame of the 12'-0" assembly or pipe support of the 8'-0" support near the base. The ground rod shall be of the type, diameter and length specified in Item L-108, ' Underground Power Cable for Airports. The ground rod shall be driven into the ground adjacent to the concrete foundation (minimum distance from foundation of 2'-0" so that the top is at least 6" below grade. The grounding cable shall consist of No. [6 or 4 or 2]American wire gauge(AWG) minimum stranded copper wire or larger and shall be firmly attached to the ground rod by exothermic welding. If an exothermic weld ' Augusta-Richmond County Airport Wind Cones General Aviation Commission Authority L-107-3 Obstruction Clearing WKD Project Number 20160053.00.AT I is not , ossible connections to the grounding bus shall be made by using connectors approved for direct P burial in soil or concrete per UL 467.The other end of the grounding cable shall be securely attached to a leg of the frame or to the base of the pipe support with non-corrosive metal and shall be of substantial construction. The resistance to ground shall not exceed 25 ohms. If a single rod grounding electrode has a resistance to earth of over 25 ohms,then install one supplemental rod not less than 10'-0"from first rod. 107-3.6 Painting.Three coats of paint shall be applied (one prime, one body, and one finish) to all exposed material installed under this item except the fabric cone, obstruction light globe, and lamp reflectors. The wind cone assembly, if already painted upon receipt, shall be given one finish coat of paint in lieu of the three coats specified above.The paint shall be per MPI Reference#9 (gloss).The color shall be per Federal Standard 595, International Orange, Number 12197. 107-3.7 Light sources. Contractor shall furnish and install lamps per the manufacturer's instruction book. 107-3.8 Chain and padlock.The Contractor shall furnish and install a suitable operating chain for lowering and raising the hinged top section.The chain shall be attached to the pole support in a manner to prevent the light fixture assembly from striking the ground in the lowered position. A padlock shall also be furnished by the Contractor on the 8'-0"wind cone for securing the hinged top section , to the fixed lower section. Keys for the padlock shall be delivered to the Engineer. .9 107-3.9 Segmented circle. Thesegmented circle shall be constructed in accordance with AC 150/5340-5, 0 g Segmented Circle Airport Marker System, and the details in the Plans. METHOD OF MEASUREMENT 107-4.1 The quantity to be paid shall be the number of wind cones installed as completed units in place, ' accepted, and ready for operation. 107-4.2 The quantity of segmented circle airport marker systems to be paid for shall be the number of systems installed as completed units in place, accepted, and ready for operation. BASIS OF PAYMENT 107-5.1 Payment will be made at the contract unit price for each completed and accepted job. 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-107 L-807, Style 1-A, Size 2 Wind Cone, in Place-per each Item L-107 Segmented Circle Marker System, in Place- per each Augusta-Richmond County Airport Wind Cones General Aviation Commission Authority L-107-4 Obstruction Clearing WKD Project Number 20160053.00.AT I 1 MATERIAL REQUIREMENTS AC 150/5340-5 Segmented Circle Airport Marker System ' AC 150/5340-30 AC 150/5345-7 Design and Installation Details for airport Visual Aids Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-27 Specification for Wind Cone Assemblies ' AC 150/5345-53 Airport Lighting Equipment Certification Program Commercial Item Description A-A-59544-Cable and Wire, Electrical (Power, Fixed Installation) ' FED STD 595 -Colors Used in Government Procurement ' MIL-DTL-24441C/19B- Paint, Epoxy-Polyamide, Zinc Primer, Formula 159,Type III Underwriters Laboratories Standard 6- Electrical Rigid Metal Conduit-Steel Underwriters Laboratories Standard 514B-Conduit,Tubing, and Cable Fittings Underwriters Laboratories Standard 514C-Nonmetallic Outlet Boxes, Flush-Device Boxes, and Covers Underwriters Laboratories Standard 651 -Schedule 40, 80,Type EB and A Rigid PVC Conduit and Fittings ' Underwriters Laboratories Standard 651A-Type EB and A Rigid PVC Conduit and HDPE Conduit Underwriters Laboratories Standard 1242 -Electrical Intermediate Metal Conduit-Steel ' NFPA-70- National Electric Code(NEC) END OF SECTION L-107 ' Augusta-Richmond County Airport Wind Cones General Aviation Commission Authority L-107-5 Obstruction Clearing WKD Project Number 20160053.00.AT I 1 1 Intentionally Left Blank 1 1 1 1 Augusta-Richmond County Airport Wind Cones General Aviation Commission Authority L-107-6 Obstruction Clearing WKD Project Number 20160053.00.AT I ITEM 1-108 ' UNDERGROUND POWER CABLE FOR AIRPORTS DESCRIPTION 108-1.1 This item shall consist of furnishing and installing power cables that are direct buried and furnishing and/or installing power cables within conduit or duct banks per these specifications at locations shown on plans. It includes excavation & backfill of trench for direct-buried cables only. Also included are installation of counterpoise wires, ground wires, ground rods and connections, cable splicing, cable marking, cable testing, and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation of duct banks or conduit, trenching and backfilling for duct banks or conduit, or furnishing or installation of cable for FAA owned/operated ' facilities. Requirements and payment for trenching and backfilling for the installation of underground conduit and duct banks are in Item L-110, Airport Underground Electrical Duct Banks and Conduits. ' EQUIPMENT AND MATERIALS 108-2.1 General. a.Airport lighting equipment and materials covered by advisory circulars (AC) shall be approved under the Airport Lighting Equipment Certification Program per AC 150/5345-53,current version. b. All other equipment and materials covered by other referenced specifications shall be subject to ' acceptance through manufacturer's certification of compliance with the applicable specification, when requested by the Engineer. ' c. Manufacturer's certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications. Materials supplied and/or installed that do not comply with these specifications ' shall be removed (when directed by the Engineer) and replaced with materials that comply with these specifications at the Contractor's cost. ' d. All materials and equipment used to construct this item shall be submitted to Engineer for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided.Submittal data shall be presented in a clear, precise and thorough manner.Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional ' equipment and delete any non-pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for ' project delays that may accrue directly or indirectly from late submissions or resubmissions of submittals. ' Augusta-Richmond County Underground Power Cable for Airports General Aviation Commission Authority L-108-1 Obstruction Clearing WKD Project Number 20160053.00.AT 1 e. Data submitted shall be sufficient, in the opinion of the Engineer, to determine compliance with the p g p plans and specifications.The Contractor's submittals shall be neatly bound in a properly sized 3-ring binder, tabbed by specification section.The Engineer reserves the right to reject any and all equipment, materials, or procedures that do not meet the system design and the standards and codes, specified in this document. f. All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for at least twelve (12) months from the date of final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner's ' discretion,with no additional cost to the Owner.The Contractor shall be responsible to maintain a minimum insulation resistance per AC 150/5340-26B, Maintenance Airport Visual Aid Facilities, Table 5-1 and paragraph 5.1.3.1, with isolation transformers connected in new circuits and new segments of existing circuits through the end of the contract warranty period. 108-2.2 Cable. Underground cable for airfield lighting facilities (runway and taxiway lights and signs) shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits latest edition. Conductors for use on 6.6 ampere primary airfield lighting series circuits shall be single conductor, seven strand, #8 American wire gauge AWG, L-824 Type C, 5,000 volts, non-shielded,with ethylene propylene insulation.Conductors for use on 20 ampere primary airfield lighting series circuits shall be single conductor, seven strand,#6 AWG, L-824 Type C, 5,000 volts, non-shielded,with ethylene propylene insulation. L-824 conductors for use on the L-830 secondary of airfield lighting series circuits shall be sized in accordance with the manufacturer's recommendations. All other conductors shall comply with FAA and National Electric Code(NEC)requirements.Conductor sizes noted above shall not apply to leads furnished by manufacturers on airfield lighting transformers and fixtures. Wire for electrical circuits up to600 volts shall comply with Specification L-824 and/or Federal Specification J-C-30 and shall be type THWN-2, 75°C. Conductors for parallel (voltage)circuits shall be sized and installed in accordance with NFPA-70, National Electrical Code. Unless noted otherwise, all 600-volt and less non-airfield lighting conductor sizes are based on a 75°C, THWN-2, 600volt insulation, copper conductors, not more than three single insulated conductors, in raceway, in free air.The conduit/duct sizes are based on the use of THWN-2, 600 volt insulated conductors. The Contractor shall make the necessary increase in conduit/duct sizes for other types of wire insulation. In no case shall the conduit/duct size be reduced. The minimum power circuit wire size shall be#12 AWG. Conductor sizes may have been adjusted due to voltage drop or other engineering considerations. ' Equipment provided by the Contractor shall be capable of accepting the quantity and sizes of conductors shown in the Contract Documents. All conductors, pigtails, cable step-down adapters, cable step-up adapters,terminal blocks and splicing materials necessary to complete the cable termination/splice shall be considered incidental to the respective pay items provided. Cable type, size, number of conductors, strand and service voltage shall be as specified in the Contract Document. , Augusta-Richmond County Underground Power Cable for Airports General Aviation Commission Authority L-108-2 Obstruction Clearing WKD Project Number 20160053.00.AT 1 108-2.3 Bare copper wire(counterpoise,bare copper wire ground and ground rods).Wire for counterpoise ' or ground installations for airfield lighting systems shall be No. 6 AWG bare solid copper wire for counterpoise and/or No.6 AWG insulated stranded for ground wire per ASTM B3 and ASTM B8,and shall be bare copper wire per ASTM B33. See AC 150/5340-30 for additional details about counterpoise and ground ' wire types and installation. For voltage powered circuits,the equipment ground conductor shall be minimum No. 6 AWG, 600V rated,Type XHHW insulated,green color, stranded copper equipment ground conductor. Ground rods shall be copper-clad steel.The ground rods shall be of the length and diameter specified on the plans, but in no case be less than 10'-0" long and 5/8" in diameter. 108-2.4 Cable connections. In-line connections or splices of underground primary cables shall be of the type called for on the plans, and shall be one of the types listed below. No separate payment will be made for cable connections. a. The cast splice. A cast splice, employing a plastic mold and using epoxy resin equivalent to that ' manufactured by 3MTM Company, "Scotchcast" Kit No. 82-B, or as manufactured by Hysol® Corporation, "Hyseal Epoxy Splice" Kit No. E1135, or an approved equivalent, used for potting the splice is acceptable. ' b. The field-attached plug-in splice. Figure 3 of AC 150/5345-26, Specification for L-823 Plug and Receptacle, Cable Connectors, employing connector kits, is acceptable for field attachment to single ' conductor cable. It shall be the Contractor's responsibility to determine the outside diameter of the cable to be spliced and to furnish appropriately sized connector kits and/or adapters and heat shrink tubing with integral sealant. c. The factory-molded plug-in splice. Specification for L-823 Connectors, Factory-Molded to Individual Conductors, is acceptable. d. The taped or heat-shrink splice. Taped splices employing field-applied rubber, or synthetic rubber ' tape covered with plastic tape is acceptable.The rubber tape should meet the requirements of ASTM D4388 and the plastic tape should comply with Military Specification MIL-I-24391 or Commercial Item Description A-A-55809. Heat shrinkable tubing shall be heavy-wall, self-sealing tubing rated for the voltage of the wire ' being spliced and suitable for direct-buried installations. The tubing shall be factory coated with a thermoplastic adhesive-sealant that will adhere to the insulation of the wire being spliced forming a moisture- and dirt-proof seal. Additionally, heat shrinkable tubing for multi-conductor cables, shielded cables,and armored cables shall be factory kits that are designed for the application. Heat shrinkable tubing and tubing kits shall be manufactured by Tyco Electronics/ Raychem Corporation, Energy Division, or approved equivalent. In all the above cases, connections of cable conductors shall be made using crimp connectors using a ' crimping tool designed to make a complete crimp before the tool can be removed. All L-823/L-824 splices and terminations shall be made per the manufacturer's recommendations and listings. ' Augusta-Richmond County Underground Power Cable for Airports General Aviation Commission Authority L-108-3 Obstruction Clearing WKD Project Number 20160053.00.AT 1 All connections of counterpoise, grounding conductors and ground rods shall be made by the exothermic process or approved equivalent, except that a light base ground clamp connector shall be used for attachment to the light base. See AC 150/5340-30 for additional information about methods of attaching a ground to a galvanized light base. All exothermic connections shall be made per the manufacturer's recommendations and listings. 108-2.5 Splicer qualifications. Every airfield lighting cable splicer shall be qualified in making airport cable splices and terminations on cables rated at or above 5,000 volts AC. The Contractor shall submit to the Engineer proof of the qualifications of each proposed cable splicer for the airport cable type and voltage level to be worked on. Cable splicing/terminating personnel shall have a minimum of three (3) years continuous experience in terminating/splicing medium voltage cable. 108-2.6 Concrete. Concrete for cable markers shall be per Specification Item P-610, Structural Portland Cement Concrete. 108-2.7 Flowable backfill.Flowable material used to backfill trenches for power cable trenches shall conform to the requirements of Item P-153, Controlled Low Strength Material. 108-2.8 Cable identification tags.Cable identification tags shall be made from a non-corrosive material with the circuit identification stamped or etched onto the tag. The tags shall be of the type as detailed on the plans. 108-2.9 Tape. Electrical tapes shall be Scotch' Electrical Tapes - Scotch'' 88 (1-1/2") wide) and Scotch' 130C®linerless rubber splicing tape(2")wide),as manufactured by the Minnesota Mining and Manufacturing Company(3MT"), or an approved equivalent. 108-2.10 Electrical coating. Electrical coating shall be ScotchkoteTM as manufactured by 3MTM, or an approved equivalent. 108-2.11 Existing circuits.Whenever the scope of work requires connection to an existing circuit,the circuit's insulation resistance shall be tested, in the presence of the Engineer. The test shall be performed per this item and prior to any activity that will affect the respective circuit.The Contractor shall record the results on forms acceptable to the Engineer. When the work affecting the circuit is complete, the circuit's insulation resistance shall be checked again, in the presence of the Engineer.The Contractor shall record the results on forms acceptable to the Engineer.The second reading shall be equal to or greater than the first reading or the Contractor shall make the necessary repairs to the circuit to bring the second reading above the first reading.All repair costs including a complete replacement of the L-823 connectors, L-830 transformers and L-824 cable,if necessary,shall be borne by the Contractor.All test results shall be submitted in the Operation and Maintenance (O&M) Manual. Augusta-Richmond County Underground Power Cable for Airports General Aviation Commission Authority L-108-4 Obstruction Clearing WKD Project Number 20160053.00.AT 1 1 1 108-2.12 Detectable warning tape. Plastic,detectable, American Wood Preservers Association (AWPA) Red (electrical power lines, cables, conduit and lighting cable) with continuous legend magnetic tape shall be polyethylene film with a metalized foil core and shall be 3" - 6" wide. Detectable tape is incidental to the respective bid item. CONSTRUCTION METHODS 108-3.1 General. The Contractor shall install the specified cable at the approximate locations indicated on the plans. Unless otherwise shown on the plans, all cable required to cross under pavements expected to ' carry aircraft loads shall be installed in concrete encased duct banks. Wherever possible, cable shall be run without splices, from connection to connection. ' Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual isolation transformers. The Contractor shall be responsible for providing cable in continuous lengths for home runs or other long cable runs without ' connections unless otherwise authorized in writing by the Engineer or shown on the plans. ' In addition to connectors being installed at individual isolation transformers, L-823 cable connectors for maintenance and test points shall be installed at locations shown on the plans. Cable circuit identification markers shall be installed on both sides of the L-823 connectors installed or at least once in each access point where L-823 connectors are not installed. Provide not less than 3'-0" of cable slack on each side of all connections, isolation transformers, light units, and at points where cable is connected to field equipment. Where provisions must be made for testing or for future above grade connections, provide enough slack to allow the cable to be extended at least 1'-0" vertically above the top of the access structure. This requirement also applies where primary cable passes through empty light bases, junction boxes, and access structures to allow for future connections, or as designated by the Engineer. Primary airfield lighting cables installed shall have cable circuit identification markers attached on both sides of each L-823 connector and on each airport lighting cable entering or leaving cable access points, such as manholes, hand holes, pull boxes,junction boxes,etc. Markers shall be of sufficient length for imprinting the cable circuit identification legend on one line, using letters not less than 1/4 " in size. The cable circuit ' identification shall match the circuits noted on the construction plans. 108-3.2 Installation in duct banks or conduits.This item includes the installation of the cable in duct banks ' or conduit per the following paragraphs. The maximum number and voltage ratings of cables installed in each single duct or conduit,and the current-carrying capacity of each cable shall be per the latest version of the National Electric Code, or the code of the local agency or authority having jurisdiction. The Contractor shall make no connections or an splices of kind in cables installed in conduits or duct banks. P Y ' Augusta-Richmond County Underground Power Cable for Airports General Aviation Commission Authority L-108-5 Obstruction Clearing WKD Project Number 20160053.00.AT 1 1 Unless otherwise designated in the plans,where ducts are in tiers, use the lowest ducts to receive the cable first, with spare ducts left in the upper levels. Check duct routes prior to construction to obtain assurance that the shortest routes are selected and that any potential interference is avoided. Duct banks or conduits shall be installed as a separate item per Item L-110, Airport Underground Electrical Duct Banks and Conduit. The Contractor shall run a mandrel through duct banks or conduit prior to installation of cable to ensure that the duct bank or conduit is open, continuous and clear of debris. The mandrel size shall be compatible with the conduit size.The Contractor shall swab out all conduits/ducts and clean light bases, manholes, etc., interiors immediately prior to pulling cable. Once cleaned and swabbed, the light bases and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables.Cleaning of ducts, light bases, manholes,etc., is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be re-cleaned at the Contractor's expense.The Contractor shall verify existing ducts proposed for use in this project as clear and open.The Contractor shall notify the Engineer of any blockage in the existing ducts. The cable shall be installed in a manner that prevents harmful stretching of the conductor, damage to the insulation, or damage to the outer protective covering.The ends of all cables shall be sealed with moisture- seal tape providing moisture-tight mechanical protection with minimum bulk,or alternately,heat shrinkable tubing before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a conduit, all cable shall be pulled in the conduit at the same time. The pulling of a cable through duct banks or conduits may be accomplished by hand winch or power winch with the use of cable grips or pulling eyes. Maximum pulling tensions shall not exceed the cable manufacturer's recommendations. A non-hardening cable-pulling lubricant recommended for the type of cable being installed shall be used where required. The Contractor shall submit the recommended pulling tension values to the Engineer prior to any cable installation. If required by the Engineer, pulling tension values for cable pulls shall be monitored by a dynamometer in the presence of the Engineer. Cable pull tensions shall be recorded by the Contractor and reviewed by the Engineer.Cables exceeding the maximum allowable pulling tension values shall be removed and replaced by the Contractor at the Contractor's expense. The manufacturer's minimum bend radius or NEC requirements (whichever is more restrictive) shall apply. Cable installation, handling and storage shall be per manufacturer's recommendations.During cold weather, particular attention shall be paid to the manufacturer's minimum installation temperature. Cable shall not be installed when the temperature is at or below the manufacturer's minimum installation temperature.At the Contractor's option,the Contractor may submit a plan,for review by the Engineer,for heated storage of the cable and maintenance of an acceptable cable temperature during installation when temperatures are below the manufacturer's minimum cable installation temperature. Augusta-Richmond County Underground Power Cable for Airports General Aviation Commission Authority L-108-6 Obstruction Clearing WKD Project Number 20160053.00.AT Cable shall not be dragged across base can or manhole edges, pavement or earth. When cable must be coiled, lay cable out on a canvas tarp or use other appropriate means to prevent abrasion to the cable jacket. 108-3.3 Installation of direct-buried cable in trenches. Unless otherwise specified, the Contractor shall not t use a cable plow for installing the cable.Cable shall be unreeled uniformly in place alongside or in the trench and shall be carefully placed along the bottom of the trench.The cable shall not be unreeled and pulled into the trench from one end.Slack cable sufficient to provide strain relief shall be placed in the trench in a series of S curves. Sharp bends or kinks in the cable shall not be permitted. Where cables must cross over each other, a minimum of 3" vertical displacement shall be provided with the topmost cable depth at or below the minimum required depth below finished grade. a. Trenching. Where turf is well established and the sod can be removed, it shall be carefully stripped ' and properly stored. Trenches for cables may be excavated manually or with mechanical trenching equipment.Walls of trenches shall be essentially vertical so that a minimum of surface is disturbed. 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 18" below finished grade per NEC Table 300.5, except as follows: (1)When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36" unless otherwise specified. (2) Min. cable depth when crossing under a railroad track, shall be 42" unless otherwise specified. Dewatering necessary for cable installation, erosion and turbidity control, per Federal, state, and local requirements is incidental to its respective pay items as part of Item L-108. The cost of all excavation regardless of type of material encountered, shall be included in the unit price bid for the L-108 Item. Contractor shall excavate all cable trenches to a width not less than 6". Unless otherwise specified on plans, all cables in the same location and running in the same general direction shall be installed in the same trench. tWhen rock is encountered, the rock shall be removed to a depth of at least 3" below the required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4" sieve. Flowable backfill material may alternatively be used. The Contractor shall ascertain the type of soil or rock to be excavated before bidding.All such rock removal shall be performed and paid for under Item P-152. Duct bank or conduit markers temporarily removed for trench excavations shall be replaced as required. It is the Contractor's responsibility to locate existing utilities within the work area prior to excavation.Where existing active cables cross proposed installations, Contractor shall ensure that these cables are adequately ' protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows: ' Augusta-Richmond County Underground Power Cable for Airports General Aviation Commission Authority L-108-7 Obstruction Clearing WKD Project Number 20160053.00.AT 1 (1) Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred. (2) Trenching, etc., in cable areas shall then proceed, with approval of Engineer,with care taken to minimize damage or disruption of existing cable, including careful backfilling in area of cable. In the event that any previously identified cable is damaged during the course of construction,the Contractor shall be responsible for the complete repair or replacement. b. Backfilling. After the cable has been installed, the trench shall be backfilled. First layer of backfill in the trench shall be 3" deep, loose measurement, and shall be either earth or sand containing no mineral aggregate particles that would be retained on a 1/4" sieve.This layer shall not be compacted. Second layer shall be 5" deep, loose measurement, and shall contain no particles that would be retained on a 1" sieve. The remaining third and subsequent layers of backfill shall not exceed 8" of loose measurement and be excavated or imported material and shall not contain stone or aggregate larger than 4" maximum diameter. The second and subsequent layers shall be thoroughly tamped and compacted to at least the density of the adjacent undisturbed soil, and to the satisfaction of the Engineer. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. If the cable is to be installed in locations or areas where other compaction requirements are specified (under pavements,embankments, etc.), compaction requirements per Item P-152 for that area shall be followed. ' Trenches shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface, except that when turf is to be established over the trench,the backfilling shall be stopped at an appropriate depth consistent with the type of turfing operation to be accommodated. A proper allowance for settlement shall also be provided. Any excess excavated material shall be removed and disposed of per the plans and specifications. Underground electrical warning (caution)tape shall be installed in the trench above all direct-buried cable. Contractor shall submit a sample of the proposed warning tape for acceptance by the Engineer. If not shown on the plans, the warning tape shall be located 6" above the direct-buried cable or the counterpoise wire if present.A 4" -6"wide polyethylene film detectable tape,with a metalized foil core,shall be installed above 1 all direct buried cable or counterpoise. The tape shall be of the color and have a continuous legend as indicated on the plans.The tape shall be installed 8" minimum below finished grade. c. Restoration. Following restoration of all trenching near airport movement surfaces, the Contractor shall visually inspect the area for foreign object debris (FOD) and remove any that is found. Where soil and sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by work shall be restored to its original condition. The restoration shall include the mulching if shown on the plans. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. When trenching is through paved areas, restoration shall be equal to Augusta-Richmond County Underground Power Cable for Airports General Aviation Commission Authority L-108-8 Obstruction Clearing WKD Project Number 20160053.00.AT 1 existing conditions and compaction shall meet the requirements of Item P-152. Restoration shall be considered incidental to the pay item of which it is a component part. 108-3.4 Cable markers for direct-buried cable. The location of direct buried circuits shall be marked by a ' concrete slab marker, 2 '-0" square and 4" - 6" thick, extending approximately 1" above the surface. Each cable run from a line of lights and signs to the equipment vault shall be marked at approximately every 200'- 0" along the cable run, with an additional marker at each change of direction of cable run. All other direct- buried cable shall be marked in the same manner. Cable markers shall be installed directly above the cable. The Contractor shall impress the word "CABLE" and directional arrows on each cable marking slab. The letters shall be approximately 4" high and 3"wide, with width of stroke 1/2" and 1/4" deep. At location of each underground cable connection, except at lighting units, or isolation transformers, or power a concrete marker slab must mark adapters placed above the connection. Contractor shall impress the word "SPLICE" on each slab. Contractor also shall impress additional circuit identification symbols on ' each slab as directed by the Engineer. All cable markers and splice markers shall be painted international orange. Paint shall be specifically manufactured for uncured exterior concrete.After placement, all cable or splice markers shall be given one coat of high-visibility aviation orange paint as approved by the Engineer. Furnishing and installation of cable markers is incidental to the respective cable pay item. 108-3.5 Splicing. Connections of the type shown on the plans shall be made by experienced personnel ' regularly engaged in this type of work and shall be made as follows: a. Cast splices.These shall be made by using crimp connectors for jointing conductors. Molds shall be assembled,and the compound shall be mixed and poured per the manufacturer's instructions and to the satisfaction of the Engineer. ' b. Field-attached plug-in splices. These shall be assembled per the manufacturer's instructions. These splices shall be made by plugging directly into mating connectors. In all cases the joint where the ' connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2" on each side of the joint. ' 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 wrapped with at least one layer of ' rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1- 1/2" on each side of the joint. d.Taped or heat-shrink splices.A taped splice shall be made in the following manner: 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 compression sleeve connector with 1/4"of bare conductor on each side of the connector. Prior to splicing, the two ends of the cable insulation shall be penciled using Augusta-Richmond County Underground Power Cable for Airports General Aviation Commission Authority L-108-9 Obstruction Clearing WKD Project Number 20160053.00.AT 1 1 a tool designed specifically for this purpose and for cable size and type. Do not use emery paper on splicing operation since it contains metallic particles. The copper conductors shall be thoroughly cleaned. Join the conductors by inserting them equidistant into the compression connection sleeve. Crimp conductors firmly in place with crimping tool that requires a complete crimp before 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" on each end) is clean.After scraping wipe the entire area with a clean lint-free cloth. Do not use solvents. Apply high-voltage rubber tape one-half lapped over bare conductor. This tape should be tensioned as recommended by the manufacturer. Voids in connector area may be eliminated by highly elongating tape, stretching it just short of its breaking point. Throughout the rest of the splice less tension should be used. Always attempt to exactly half-lap to produce a uniform buildup.Continue buildup to 1-1/2" cable diameter over body of the splice with ends tapered a distance of approximately 1" over the original jacket. Cover 1 rubber tape with two layers of vinyl pressure-sensitive tape one-half lapped. Do not use glyptol or lacquer over vinyl tape as they react as solvents to tape. No further cable covering or splice boxes are required. Heat shrinkable tubing shall be installed following manufacturer's instructions. Direct flame heating shall not be permitted unless recommended by the manufacturer.Cable surfaces within the limits of the heat-shrink application shall be clean and free of contaminates prior to application. Surfaces of equipment or conductors being terminated or connected shall be prepared in accordance with industry standard practice and manufacturer's recommendations. All surfaces to be connected shall be thoroughly cleaned to remove all dirt,grease,oxides, nonconductive films,or other foreign material. Paints and other nonconductive coatings shall be removed to expose base metal. Clean all surfaces at least 1/4" beyond all sides of larger bonded area on all mating surfaces. Use a joint compound suitable for the materials used in the connection. Repair painted/coated surface to original condition after completing the connection. 108-3.6 Bare counterpoise wire installation for lightning protection and grounding. If shown on the plans or included in the job specifications, bare solid #6 AWG copper counterpoise wire shall be installed for lightning protection of the underground cables. The Engineer shall select one of two methods of lightning protection for the airfield lighting circuit based on the frequency of local lightning: a. Equipotential. May be used by the Engineer for areas that have high rates of lightning strikes.This is where the counterpoise is bonded to the light base (edge lights included) and counterpoise size is determined by the Engineer. , b. Isolation. May be used in areas where lightning strikes are not common. The counterpoise is not bonded to edge light fixtures, in-pavement fixtures are boned to the counterpoise.Counterpoise size is selected by the Engineer. Counterpoise wire shall be installed in the same trench for the entire length of buried cable, conduits and duct banks that are installed to contain airfield cables. Augusta-Richmond County Underground Power Cable for Airports General Aviation Commission Authority L-108-10 Obstruction Clearing WKD Project Number 20160053.00.AT ' For edge light fixtures installed in turf(stabilized soils)and for raceways or cables adjacent to the full strength pavement edge,the counterpoise conductor shall be installed halfway between the pavement edge and the light base, mounting stake, raceway,or cable. ' The counterpoise conductor shall be installed 8" minimum below grade. Each light base or mounting stake shall be provided with a grounding electrode. When a metallic light base is used, the grounding electrode shall be bonded to the metallic light base or ' mounting stake with a No. 6 AWG bare, annealed or soft drawn, solid copper conductor. When a nonmetallic light base is used, the grounding electrode shall be bonded to the metallic light fixture or metallic base plate with a No. 6 AWG bare, annealed or soft drawn, solid copper conductor. For raceways installed under pavement; for raceways and cables not installed adjacent to the full strength ' pavement edge; for fixtures installed in full strength pavement and shoulder pavement and for optional method of edge lights installed in turf (stabilized soils); and for raceways or cables adjacent to the full strength pavement edge, the counterpoise conductor shall be centered over the raceway or cable to be ' protected as described below. The counterpoise conductor shall be installed no less than 8" above the raceway or cable to be protected, ' except as permitted below. The minimum counterpoise conductor height above the raceway or cable to be protected shall be permitted to be adjusted subject to coordination with the airfield lighting and pavement designs. Where raceway is installed by the directional bore,jack and bore,or other drilling method,the counterpoise ' conductor shall be permitted to be installed concurrently with the directional bore,jack and bore, or other drilling method raceway, external to the raceway or sleeve. ' The counterpoise conductor shall be installed no more than 12"above the raceway or cable to be protected. The counterpoise conductor height above the protected raceway(s)or cable(s)shall be calculated to ensure that the raceway or cable is within a 45-degree area of protection. The counterpoise conductor shall be ' bonded to each metallic light base, mounting stake, and metallic airfield lighting component. All metallic airfield lighting components in the field circuit on the output side of the constant current ' regulator(CCR) or other power source shall be bonded to the airfield lighting counterpoise system. The counterpoise wire shall also be exothermically welded to ground rods installed as shown on the plans ' but not more than 500'-0" apart around the entire circuit.The counterpoise system shall be continuous and terminate at the transformer vault or at the power source. It shall be securely attached to the vault or equipment external ground ring or other made electrode-grounding system.The connections shall be made as shown on the plans and in the specifications. If shown on the plans or in the specifications,a separate equipment(safety)ground system shall be provided ' Augusta-Richmond County Underground Power Cable for Airports General Aviation Commission Authority L-108-11 Obstruction Clearing WKD Project Number 20160053.00.AT 1 in addition to the counterpoise wire using one of the following methods: c. A ground rod installed at and securely attached to each light fixture base, mounting stake, and to all metal surfaces at junction/access structures via #6 AWG wire. d. For parallel voltage systems only, install a #6 AWG green insulated equipment ground conductor ' internal to the conduit system and securely attached it to each light fixture base internal grounding lug and to all metal surfaces at junction/access structures. Dedicated ground rods shall be installed and exothermically welded to the counterpoise wires at each end of a duct bank crossing under pavement. Where an existing airfield lighting system is being extended or modified, the new counterpoise conductors ' shall be interconnected to existing counterpoise conductors at each intersection of the new and existing airfield lighting counterpoise systems. 108-3.7 Counterpoise installation above multiple conduits and duct banks. Counterpoise wires shall be installed above multiple conduits/duct banks for airfield lighting cables, with the intent being to provide a complete area of protection over the airfield lighting cables.When multiple conduits and/or duct banks for airfield cable are installed in the same trench,number and location of counterpoise wires above the conduits shall be adequate to provide a complete cone of protection measured 22-1/2 degrees each side of vertical. Where duct banks pass under pavement to be constructed in the project, the counterpoise shall be placed above the duct bank. Reference details on the construction plans. 108-3.8 Counterpoise installation at existing duct banks. When airfield lighting cables are indicated on the plans to be routed through existing duct banks, the new counterpoise wiring shall be terminated at ground rods at each end of the existing duct bank where the cables being protected enter and exit the duct bank. The new counterpoise conductor shall be bonded to the existing counterpoise system. 108-3.9 Exothermic bonding.Bonding of counterpoise wire shall be by the exothermic welding process.Only personnel experienced in and regularly engaged in this type of work shall make these connections. Contractor shall demonstrate to the satisfaction of the Engineer,the welding kits, materials and procedures to be used for welded connections prior to any installations in the field. The installations shall comply with the manufacturer's recommendations and the following: a. All slag shall be removed from welds. ' b. Using an exothermic weld to bond the counterpoise to a lug on a galvanized light base is not recommended unless the base has been specially modified. Consult the manufacturer's installation directions for proper methods of bonding copper wire to the light base. See also AC 150/5340-30 for galvanized light base exception. 111 c. If called for in the plans, all buried copper and weld material at weld connections shall be thoroughly coated with 6 mm of 3MTM ScotchkoteTM,or approved equivalent, or coated with coal tar Bitumastic® material to prevent surface exposure to corrosive soil or moisture. Augusta-Richmond County Underground Power Cable for Airports General Aviation Commission Authority L-108-12 Obstruction Clearing WKD Project Number 20160053.00.AT 108-3.10 Testing.The Contractor shall furnish all necessary equipment and appliances for testing the airport ' electrical systems and underground cable circuits before and after installation.The Contractor shall perform all tests in the presence of the Engineer. The Contractor shall demonstrate the electrical characteristics to the satisfaction of the Engineer. All costs for testing are incidental to the respective item being tested. For ' phased projects, the tests must be completed by phase. The Contractor must maintain the test results throughout the entire project as well as during the warranty period that meet the following: ' a. Earth resistance testing methods shall be submitted to the Engineer for approval. Earth resistance testing results shall be recorded on an approved form and testing shall be performed in the presence of the Engineer.All such testing shall be at the sole expense of the Contractor. b. Should the counterpoise or ground grid conductors be damaged or suspected of being damaged by construction activities, Contractor shall test the conductors for continuity with a low resistance ohmmeter. ' The conductors shall be isolated such that no parallel path exists and tested for continuity. The Engineer shall approve of the test method selected. All such testing shall be at the sole expense of the Contractor. After installation,the Contractor shall test and demonstrate to the satisfaction of the Engineer the following: ' c. That all affected lighting power and control circuits (existing and new) are continuous and free from short circuits. d.That all affected circuits (existing and new)are free from unspecified grounds. ' e.That the insulation resistance to ground of all new non-grounded high voltage series circuits or cable segments is not less than 50 megohms. ' f.That the insulation resistance to ground of all new non-grounded conductors of new multiple circuits or circuit segments is not less than 100 megohms. g.That all affected circuits(existing and new) are properly connected per applicable wiring diagrams. h. That all affected circuits (existing and new) are operable. Tests shall be conducted that include ' operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour. ' i. That the impedance to ground of each ground rod does not exceed 25 ohms prior to establishing connections to other ground electrodes. The fall-of-potential ground impedance test shall be used, as described by American National Standards Institute/Institute of Electrical and Electronic Engineers ' (ANSI/IEEE)Standard 81, to verify this requirement.As an alternate, clamp-on style ground impedance test meters may be used to satisfy the impedance testing requirement.Test equipment and its calibration sheets shall be submitted for review and approval by the Engineer prior to performing the testing. ' Two copies of tabulated results of all cable tests performed shall be supplied by the Contractor to the Engineer. Where connecting new cable to existing cable,ground resistance tests shall be performed on the ' new cable prior to connection to the existing circuit. No approved "repair" procedures exist for items that have failed testing other than complete replacement. ' Augusta-Richmond County Underground Power Cable for Airports General Aviation Commission Authority L-108-13 Obstruction Clearing WKD Project Number 20160053.00.AT 1 METHOD OF MEASUREMENT 108-4.1 Trenching shall be measured by the linear feet of trench, including the excavation, backfill, and restoration, completed, measured as excavated, and accepted as satisfactory. When specified, separate measurement shall be made for trenches of various specified widths. 108-4.2 Cable or counterpoise wire installed in trench, duct bank or conduit shall be measured by the number of linear feet installed and grounding connectors,and trench marking tape ready for operation, and accepted as satisfactory.Separate measurement shall be made for each cable or counterpoise wire installed in trench, duct bank or conduit. The measurement for this item shall not include additional quantities required for slack. ' 108-4.3 Ground rods shall be measured by each 10'-0" section installed complete. BASIS OF PAYMENT 108-5.1 Payment will be made at the contract unit price for trenching, cable and bare counterpoise wire installed in trench (direct-buried), or cable and equipment ground installed in duct bank or conduit, in place by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment,tools, and incidentals, including ground rods and ground connectors and trench marking tape, necessary to complete this item. Payment will be made under: ' Item L-108 No. 8 AWG, 5 kV, L-824, Type C Cable, Installed in Trench, Duct Bank or Conduit - per liner foot Item L-108 No.6 AWG,Solid, Bare Counterpoise Wire, Installed in Trench,Above the Duct Bank or Conduit, Including Ground Rods and Ground Connectors-per linear foot. MATERIAL REQUIREMENTS ' AC 150/5340-26- Maintenance of Airport Visual Aid Facilities AC 150/5340-30- Design and Installation Details for Airport Visual Aids AC 150/5345-7-Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits ' AC 150/5345-26-Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-53-Airport Lighting Equipment Certification Program Commercial Item Description A-A- 59544 Cable and Wire, Electrical (Power, Fixed Installation), Commercial Item Description A-A-55809 Insulation Tape, Electrical, Pressure-Sensitive Adhesive, Plastic ASTM B3 -Standard Specification for Soft or Annealed Copper Wire ASTM B8-Standard Specification for Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft Augusta-Richmond County Underground Power Cable for Airports General Aviation Commission Authority L-108-14 Obstruction Clearing WKD Project Number 20160053.00.AT I ASTM B33-Standard Specification for Tin-Coated Soft or Annealed Copper Wire for Electrical Purposes ' ASTM D4388-Standard Specification for Nonmetallic Semi-Conducting and Electrically Insulating Rubber Tapes FED SPEC J-C-30-Cable and Wire, Electrical (Power, Fixed Installation) ' MIL-I-24391 - Insulation Tape, Electrical, Plastic, Pressure Sensitive REFERENCE DOCUMENTS NFPA-70- National Electrical Code (NEC) NFPA-780-Standard for the Installation of Lightning Protection Systems ' MIL-S-23586F- Performance Specification: Sealing Compound (with Accelerator), Silicone Rubber, Electrical ' ANSI/IEEE STD 81-IEEE Guide for Measuring Earth Resistivity, Ground Impedance,and Earth Surface Potentials of a Ground System ' END OF ITEM 1-108 r I 1 I I Augusta-Richmond County Underground Power Cable for Airports General Aviation Commission Authority L-108-15 Obstruction Clearing WKD Project Number 20160053.00.AT 1 I I I I I I I Intentionally Left Blank I I I I I I I I I Augusta-Richmond County Underground Power Cable for Airports General Aviation Commission Authority L-108-16 Obstruction Clearing WKD Project Number 20160053.00.AT 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 specifications, and the applicable advisory circulars. The systems are installed 1 at the locations and in accordance with the dimensions, design, and details shown in the plans. This item shall include the furnishing of all equipment, materials, services, and incidentals necessary to place the systems in operation as completed units to the satisfaction of the Engineer. EQUIPMENT AND MATERIALS 125-2.1 GENERAL. a. Airport lighting equipment and materials covered by Federal Aviation Administration(FAA)specifications ' shall be as approved under the Airport Lighting Equipment Certification Program described in the current version of Appendix 3 to Advisory Circular(AC) 150/5345-53. b. Manufacturer's certifications shall not relieve the Contractor of the Contractor's responsibility to provide materials in accordance with these specifications, Appendix 3 to AC 150/5345-53 and as deemed ' acceptable to the Engineer.Materials supplied and/or installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. ' c. All materials and equipment used to construct this item shall be submitted to the Engineer for approval prior to ordering the equipment.Submittals consisting of marked catalog sheets or shop drawings shall be provided.Submittal data shall be presented in a clear, precise and thorough manner.Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. ' Clearly and boldly mark each copy to identify pertinent products or models applicable to this project. Indicate all optional equipment and delete non-pertinent data.Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be boldly and clearly made with arrows or circles (highlighting is not acceptable). Contractor is solely responsible for delays in project accruing directly or indirectly from late submissions or resubmissions of submittals. ' d.The submitted data shall be sufficient, in the opinion of the Engineer,to determine compliance with the plans and specifications and AC 150/5345-53. The Contractor's submittals shall be neatly bound in a ' properly sized 3-ring binder, tabbed by specification section. The Engineer reserves the right to reject any and all equipment, materials or procedures, which, in the Engineer's opinion, does not meet the system design and the standards and codes, specified herein. 1 Augusta-Richmond County General Aviation Commission Authority Installation of Airport Lighting Systems L-125-1 Obstruction Clearing WKD Project Number 20160053.00.AT 1 furnished and installed under this section shall beguaranteed against e. All equipment and materialsg defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by the Owner.The defective materials and/or equipment shall be repaired or replaced, at the Owner's discretion, with no additional cost to the Owner. EQUIPMENT AND MATERIALS 125-2.2 CONCRETE. Concrete shall conform to Item P610-Structural Portland Cement Concrete. 125-2.3 CONDUIT.Conduit shall conform to Item L-110- Installation of Airport Underground Electrical Duct. 125-2.4 CABLE AND COUNTERPOISE. Cable and Counterpoise shall conform to Item L-108 Installation of Underground Cable for Airports. 125-2.5 TAPE. Rubber electrical tape shall be a self-fusing Ethylene Propylene Rubber (EPR) based high- insulating voltage tape such Scotch Electrical Tape Number 23 as manufactured by 3M Company or an approved equal. Plastic vinyl tape shall be 8.5 mil heavy duty, premium grade all-weather vinyl electrical insulating tape such as Scotch Premium Vinyl Electrical Tape 88 as manufactured by 3M Company or an approved equal. 125-2.6 CABLE CONNECTIONS. Cable Connections shall conform to Item L-108 Installation of Underground Cable for Airports. 125-2.7 RETROREFLECTIVE MARKERS. Retroflective markers shall be type L-853 and shall conform to the requirements of 150/5345-39 and be listed in appendix 3 to AC 150/5345-53. 125-2.8 LIGHT BASE AND TRANSFORMER HOUSINGS. Light Base and Transformer Housings shall conform to the requirements of 150/5345-42 and be listed in appendix 3 to AC 150/5345-53. Light bases shall be Type [L-867] [L-868] [L-869], Class [1A][1B][2A][2[1], Size [A] [B] [C] shall be provided as indicated or as required to accommodate the fixture or device installed thereon. Base plates, cover plates, and adapter plates shall be provided to accommodate various sizes of fixtures. 125-2.9 ISOLATION TRANSFORMERS. Isolation transformers shall be Type L-830, size as required for each installation.Transformer shall conform to AC 150/5345-47& be listed in appendix 3 to AC 150/5345-53. 125-2.10 RUNWAY AND TAXIWAY LIGHTS. Runway and Taxiway Edge Lights shall conform to the requirements of 150/5345-46 and be listed in appendix 3 to AC 150/5345-53. 125-2.11 RUNWAY AND TAXIWAY SIGNS. Runway and Taxiway Signs shall conform to the requirements of 150/5345-44 and be listed in the current version of Appendix 3 to AC 150/5345-53. a. L-858Y Direction Sign; Size [1][2][3],Style [1][2][3][4][5], Class [1][2], Mode [1][2] b.L-858R Mandatory Sign;Size 1,Style 2, Class 1, Mode 2 1 Augusta-Richmond County Installation of Airport Lighting Systems General Aviation Commission Authority L-125-2 Obstruction Clearing WKD Project Number 20160053.00.AT 1 c. L-858L Location Sign, Size [1][2][3],Style [1][2][3][4][5], Class [1][2], Mode [1][2] d. L-858B Runway Distance Remaining Sign, Size [4][5], Class [1][2], Mode [1][2] e.Type L-858Ba Dot Matrix Runway Distance Remaining Sign, Size [4][5], Class [1][2], Mode [1][2] f. Type L-858C Taxiway Ending Marker Sign, Size [1][2][3], Style [1][2][3][4][5], Class [1][2], Mode [1][2] (yellow 45 degree diagonal stripes on a black background). g.Type L-858H One-Half Distance Remaining Sign,Size [4][5],Class [1][2], Mode [1][2] 125-2.12 RUNWAY END IDENTIFIER LIGHT(REIL) The REIL fixtures shall meet the requirements of FAA AC 150/5345-51, Type [L-849V] [L-8491], Style [A][B][C][D][E][F] and be listed in the current version of Appendix 3 to AC 150/5345-53. ' 125-2.13 PRECISION APPROACH PATH INDICATOR.The light units for the PAPI shall meet the requirements of FAA AC 150/5345-28,Type [L-880], [L-881],Style [A][B], Class [I][II] and be listed in the current version of Appendix 3 to AC 150/5345-53 ' 125-2.14 CIRCUIT SELECTOR CABINET.The circuit selector cabinet shall be FAA AC 150/5345-5,Type L-847, [one] [two] [three] [four] circuit control [as indicated], Class [A, indoor] [B, outdoor], Rating [1, for 6.6 amperes] [2,for 20 amperes] and be listed in the current version of Appendix 3 to AC 150/5345-53. CONSTRUCTION 125-3.1 SHIPPING AND STORAGE a. Equipment should be shipped in suitable packing material to prevent damage during shipping. Equipment and materials should be maintained in new condition and stored in areas protected from weather and physical damage. b. Any equipment and materials, in the opinion of the Engineer, damaged during construction or storage shall be replaced by the contractor at no additional cost to the owner. Painted or galvanized surfaces that are damaged shall be repaired according to manufacturer's recommendations. 125-3.2 ELEVATED AND INPAVEMENT LIGHTS a. Water, debris, and other foreign substances shall be removed prior to installing light base and light. ' b. A jig or holding device shall be used when installing each light fixture to ensure positioning to the proper elevation, alignment, level control, and azimuth control. Light fixture shall be oriented with the light beams parallel to the runway or taxiway centerline and facing in the required direction. Outermost edge of fixture shall be level with the surrounding pavement. Surplus sealant or flexible embedding material shall be removed.The holding device shall remain in place until sealant has reached its initial set. ' Augusta-Richmond County General Aviation Commission Authority Installation of Airport Lighting Systems L-125-3 Obstruction Clearing WKD Project Number 20160053.00.AT 1 METHOD OF MEASUREMENT 125-4.1. Reflective markers will be measured by the number installed as completed units in place, ready for operation, and as accepted by the Engineer. Runway and taxiway lights will be measured by the number of each type installed as completed units in place, ready for operation, and accepted by the Engineer. Guidance signs will be measured by the number of each type and size installed as completed units, in place, ready for operation, and as accepted by the Engineer. Runway End Identifier Lights shall be measured by each system installed as a completed unit in place, ready for operation, and accepted by the Engineer. Precision Approach Path Indicator shall be measured by each system installed as a completed unit, in place, ready for operation, and accepted by the Engineer. Abbreviated Precision Approach Path Indicator shall be measured by each system installed as a completed unit, in place, ready for operation, and accepted by the Engineer. BASIS OF PAYMENT 125-5.1. Payment will be made at Contract unit price for each complete runway or taxiway light, guidance ' sign, reflective marker, runway end identification light, precision approach path indicator, or abbreviated precision approach path indicator installed by the Contractor and accepted by the Engineer. This payment will 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: L-125 L-858R Runway Intersection Location Sign Per each MATERIAL REQUIREMENTS AC 150/5345-5 Circuit Selector Switch ' AC 150/5345-26 L-823 Plug and Receptacle,Cable Connectors AC 150/5345-28 Precision Approach Path Indicator(PAPI)Systems AC 150/5345-42 Airport Light Bases,Transformer Houses,Junction Boxes and Accessories AC 150/5345-44 Taxiway and Runway Signs AC 150/5345-46 Runway and Taxiway Light Fixtures AC 150/5345-47 Isolation Transformers for Airport Lighting Systems AC 150/5345-51 Discharge-Type Flasher Equipment END OF ITEM L-125 Augusta-Richmond County Installation of Airport Lighting Systems General Aviation Commission Authority L-125-4 Obstruction Clearing WKD Project Number 20160053.00.AT I ' ITEM P-156 ' TEMPORARY AIR AND WATER POLLUTION,SOIL EROSION,AND SILTATION CONTROL DESCRIPTION ' 156-1.1 This item shall consist of temporary control measures as shown on the plans or as ordered by the Engineer during the life of a contract to control water pollution, soil erosion, and siltation through the use of silt fences, berms, dikes, dams, sediment basins, fiber mats,gravel, mulches, grasses, slope drains, and ' other erosion control devices or methods. The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, ' effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits such as borrow pit operations, ' equipment and material storage sites,waste areas, and temporary plant sites. Temporary control measures shall be design,installed and maintained to minimize the creation of wildlife attractants that have the potential to attract hazardous wildlife on or near public-use airports. ' MATERIALS 156-2.1 Grass. Grass that will not compete with the grasses sown later for permanent cover per Item T- 901shall be a quick-growing species (such as ryegrass, Italian ryegrass, or cereal grasses) suitable to the area providing a temporary cover.Selected grass species shall not create a wildlife attractant. ' 156-2.2 Mulches. Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other suitable material reasonably clean and free of noxious weeds and deleterious materials per ItemT-908. Mulches shall not create a wildlife attractant. 1 156-2.3 Fertilizer.Fertilizer shall be a standard commercial grade and shall conform to all Federal and state regulations and to the standards of the Association of Official Agricultural Chemists. 156-2.4 Slope drains. Slope drains may be constructed of pipe, fiber mats, rubble, Portland cement concrete, bituminous concrete, or other materials that will adequately control erosion. 156-2.5 Silt fence.The silt fence shall consist of polymeric filaments which are formed into a stable network ' such that filaments retain their relative positions. Synthetic filter fabric shall contain ultraviolet ray inhibitors and stabilizers to provide a minimum of six months of expected usable construction life. Silt fence shall meet the requirements of ASTM D6461. ' 156-2.6 Other. All other materials shall meet commercial grade standards and shall be approved by the Engineer before being incorporated into the project. 1 CONSTRUCTION REQUIREMENTS 156-3.1 General. In the event of conflict between these requirements and pollution control laws, rules, or ' regulations of other Federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. ' The Engineer shall be responsible for assuring compliance to the extent that construction practices, construction operations, and construction work are involved. 156-3.2 Schedule. Prior to the start of construction, the Contractor shall submit schedules for ' Augusta-Richmond County Temporary Air and Water Pollution,Soil Erosion&Siltation Control General Aviation Commission Authority P-156-1 Obstruction Clearing WKD Project Number 20160053.00.AT I accomplishment of temporary and permanent erosion control work for clearing and grubbing; grading; p p Y construction; paving;and structures at watercourses.The Contractor shall also submit a proposed method of erosion and dust control on haul roads and borrow pits and a plan for disposal of waste materials.Work shall not be started until the erosion control schedules and methods of operation for the applicable construction have been accepted by the Engineer. 156-3.3 Construction details.The Contractor will be required to incorporate all permanent erosion control ' features into the project at the earliest practicable time as outlined in the accepted schedule.Except where future construction operations will damage slopes, the Contractor shall perform the permanent seeding and mulching and other specified slope protection work in stages, as soon as substantial areas of exposed slopes can be made available. Temporary erosion and pollution control measures will be used to correct conditions that develop during construction that were not foreseen during the design stage; that are needed prior to installation of permanent control features; or that are needed temporarily to control erosion that develops during normal construction practices,but are not associated with permanent control features on the project. Where erosion may be a problem, clearing and grubbing operations should be scheduled and performed so that grading operations and permanent erosion control features can follow immediately if project conditions permit; otherwise,temporary erosion control measures may be required. , The Engineer shall limit the area of clearing and grubbing, excavation, borrow, and embankment operations in progress, commensurate with the Contractor's capability and progress in keeping the finish grading, mulching, seeding, and other such permanent control measures current with the accepted schedule. If seasonal limitations make such coordination unrealistic, temporary erosion control measures shall be taken immediately to the extent feasible and justified as directed by the Engineer. The Contractor shall provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment as directed by the Engineer. If temporary erosion and pollution control measures are required due to the Contractor's negligence,carelessness,or failure to install permanent controls as a part of the work as scheduled or directed by the Engineer, the work shall be performed by the Contractor and the cost shall be incidental to this item. I The Engineer may increase or decrease the area of erodible earth material that can be exposed at any time based on an analysis of project conditions. The erosion control features installed by the Contractor shall be acceptably maintained by the Contractor during the construction period. Whenever construction equipment must cross watercourses at frequent intervals,temporary structures should be provided. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into any waterways, impoundments or into natural or manmade channels. , 156-3.4 Installation, maintenance and removal of silt fences. Silt fences shall extend a minimum of 16 inches (41 cm)and a maximum of 34 inches (86 cm) above the ground surface. Posts shall be set no more than 10 feet (3 m) on center. Filter fabric shall be cut from a continuous roll to the length required minimizing joints where possible. When joints are necessary, the fabric shall be spliced at a support post with a minimum 12-inch (300-mm)overlap and securely sealed.A trench shall be excavated approximately 4 inches (100 mm) deep by 4 inches (100 mm)wide on the upslope side of the silt fence.The trench shall be backfilled and the soil compacted over the silt fence fabric.The Contractor shall remove and dispose of Augusta-Richmond County Temporary Air and Water Pollution,Soil Erosion&Siltation Control General Aviation Commission Authority P-156-2 Obstruction Clearing WKD Project Number 20160053.00.AT ' silt that accumulates during construction and prior to establishment of permanent erosion control. The fence shall be maintained in good working condition until permanent erosion control is established. Silt fence shall be removed upon approval of the Engineer. ' METHOD OF MEASUREMENT 156-4.1 Temporary erosion and pollution control work required will be performed as scheduled or directed by the Engineer. Completed and accepted work will be measured as follows: a.Temporary seeding and mulching will be measured by the square yard (square meter). b.Temporary slope drains will be measured by the linear foot(meter). c. Temporary benches, dikes, dams, and sediment basins will be measured by the cubic yard (cubic meter) of excavation performed, including necessary cleaning of sediment basins, and the cubic yard (cubic meter)of embankment placed as directed by the Engineer. d.All fertilizing will be measured by the ton (kg). e. Installation and removal of silt fence will be measured by the linear foot. 156-4.2 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, I will not be measured and paid for directly but shall be considered as a subsidiary obligation of the Contractor. BASIS OF PAYMENT 156-5.1 Accepted quantities of temporary water pollution, soil erosion,and siltation control work ordered by Engineer and measured as provided in paragraph 156-4.1 will be paid for under: Item P-156 Construction Exit—per each Where other directed work falls within the specifications for a work item that has a contract price,the units of work shall be measured and paid for at the contract unit price bid for the various items. Temporary control features not covered by contract items that are ordered by the Engineer will be paid for in accordance with Section 90-05 Payment for Extra work. END OF ITEM P-156 ' Augusta-Richmond County Temporary Air and Water Pollution,Soil Erosion&Siltation Control General Aviation Commission Authority P-156-3 Obstruction Clearing WKD Project Number 20160053.00.AT I I I I I I I I I Intentionally Left Blank I I I I I I I I ITEM P-153 ' CONTROLLED LOW-STRENGTH MATERIAL (CLSM) DESCRIPTION ' 153-1.1 This item shall consist of furnishing, transporting, and placing a controlled low-strength material (CLSM) as flowable backfill in trenches or at other locations shown on the plans or as ' directed by the Engineer. MATERIALS 153-2.1 Materials. ' a. Portland cement. Portland cement shall conform to the requirements of ASTM C150,Type I or II. If for any reason, cement becomes partially set or contains lumps of caked cement, it shall be rejected. Cement salvaged from discarded or used bags shall not be used. b. Fly ash. Fly ash shall conform to ASTM C618,Class C or F. ' c. Fine aggregate(sand).Fine aggregate shall conform to the requirements of ASTM C33 except for aggregate gradation. Any aggregate gradation which produces performance characteristics of the CLSM specified here will be accepted, except as follows. ' Sieve Size %Passing by weight 3/4" 100 1 No. 200 0- 12 d. Water.Water used in mixing shall be potable and free of oil,salt,acid,alkali,sugar,vegetable matter,or other substances injurious to the finished product. MIX DESIGN 153-3.1 Proportions. The Contractor shall submit, to the Engineer, a mix design including the proportions and source of aggregate, fly ash, cement, water, and approved admixtures. No CLSM ' mixture shall be produced for payment until the Engineer has given written approval of the proportions. The proportions shall be prepared by a laboratory and shall remain in effect for the duration of the project. Laboratory costs are incidental to this item.The proportions shall establish a single percentage or weight for aggregate, fly ash, cement, water, and any admixtures proposed. a. Compressive strength.CLSM shall be designed to achieve a 28-day compressive strength of ' 100 psi to 200 psi when tested in accordance with ASTM D4832. There should be no significant strength gain after 28 days. ' b. Consistency. CLSM should be designed to achieve a consistency that will produce an approximate 8"diameter circular-type spread without segregation when tested by: ' Augusta-Richmond County Controlled Low Strength Material General Aviation Commission Authority P-153-1 Obstruction Clearing WKD Project Number 20160053.00.AT 1 (1)filling a 3" inside diameter by 6" length flow cylinder(non-absorbent pipe) (2) strike off of the flow cylinder and start of lift within five seconds of filling and (3) by steady upward pull, lift the cylinder in a time period of between two and four seconds. Adjustments of the material proportions should be made to achieve proper solid suspension and flowable characteristics, however the theoretical yield shall be maintained at one cubic yard for the given batch weights. CONSTRUCTION METHODS 153-4.1 Placement. a. Placement. CLSM may be placed by any reasonable means from a mixing unit into the space ' to be filled.Agitation is required during transportation and waiting time. Placement shall be performed so structures or pipes are not displaced from their final position and intrusion of CLSM into unwanted areas is avoided.The material shall be brought up uniformly to the fill line shown on the plans or as directed by the Engineer. Each placement of CLSM shall be as continuous an operation as possible. If CLSM is placed in more than one layer,the base layer shall be free of surface water and loose foreign material prior to placement of the next layer. b. Limitations of placement. CLSM shall not be placed on frozen ground. Mixing and placing may begin when the air or ground temperature is at least 35°F and rising. At the time of placement, CLSM shall have a temperature of at least 40°F. Mixing and placement shall stop when the air temperature is 40°F and falling or when the anticipated air or ground temperature will be 35°F or less in the 24-hour period following proposed placement. 153-4.2 Curing and protection a. Curing.The air in contact with the CLSM shall be maintained at temperatures above freezing for a minimum of 72 hours. If the CLSM is subjected to temperatures below 32°F, the material may be rejected by the Engineer if damage to the material is observed. b. Protection. The CLSM shall not be subject to loads and shall remain undisturbed by construction activities for a period of 48 hours or until a compressive strength of 15 psi is obtained. The Contractor shall be responsible for providing evidence to the Engineer that the material has reached the desired strength. Acceptable evidence shall be based upon compressive tests made in accordance with paragraph 153-3.1a. 153-4.3 Acceptance.Acceptance of CLSM delivered and placed as shown on the plans or as directed by the Engineer shall be based upon mix design approval and batch tickets provided by the Contractor to confirm that the delivered material conforms to the mix design.The Contractor shall verify by additional testing, each 1,000 cubic yards of material used. Verification shall include confirmation of material proportions and tests of compressive strength to confirm that the material meets the original mix design and the requirements of CLSM as defined in this specification. Adjustments shall be made as necessary to the proportions and materials prior to further production. Augusta-Richmond County Controlled Low Strength Material General Aviation Commission Authority P-153-2 Obstruction Clearing WKD Project Number 20160053.00.AT 1 ' METHOD OF MEASUREMENT 153-5.1 Measurement.Controlled low-strength material shall be measured by the number of cubic ' yards as computed from the neatline plan and section, adjusted for the quantities for any embedments,and as specified, completed, and accepted. ' BASIS OF PAYMENT 153-6.1 Payment. Accepted quantities of controlled low-strength material shall be paid for at the contract unit price per cubic yard. Payment shall be full compensation for all materials,equipment, labor, and incidentals required to complete the work as specified. ' TESTING REQUIREMENTS ASTM D4832 Standard Test Method for Preparation and Testing of Controlled Low- Strength Material (CLSM)Test Cylinders MATERIAL REQUIREMENTS ' ASTM C33 Standard Specification for Concrete Aggregates ASTM C150 Standard Specification for Portland Cement ' ASTM C618 Standard Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use in Concrete ASTM C595 Standard Specification for Blended Hydraulic Cements END OF ITEM P-153 ' Augusta-Richmond County Controlled Low Strength Material General Aviation Commission Authority P-153-3 Obstruction Clearing WKD Project Number 20160053.00.AT I I I I I I I I Intentionally Left Blank i I I I I I I I I Augusta-Richmond County Controlled Low Strength Material I General Aviation Commission Authority P-153-4 Obstruction Clearing WKD Project Number 20160053.00.AT I ITEM P-610 ' Structural Portland Cement Concrete DESCRIPTION ' 610-1.1 This item shall consist of plain and reinforced structural Portland Cement Concrete, prepared and constructed in accordance with these specifications, at the locations and of the form and dimensions shown on the plans. MATERIALS ' 610-2.1 General. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. They may be subjected to inspection and tests at any time during the progress of their preparation or use. Source of supply of each of the ' materials shall be approved by Engineer before delivery or use is started. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Materials shall be scored and handled to insure the preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. All ' equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed therein. ' Pit-run or naturally mixed aggregate usage will not be permitted. Naturally mixed aggregate shall be screened and washed, and all fine and coarse aggregates shall be stored separately and kept clean. Mixing of different kinds of aggregates from different sources in one storage pile or alternating batches of different aggregates will not be permitted. Aggregates shall be tested for deleterious reactivity with alkalies in the cement that may cause excessive expansion of the concrete. Acceptance of aggregates shall be based upon satisfactory evidence furnished by the Contractor that the aggregates, combined with other mixture constituents, do not produce excessive expansion in the concrete. This evidence ' shall include service records of concrete of comparable properties under similar conditions or exposure and certified records of tests by a testing laboratory that meets the requirements of ASTM C 1077. Tests shall be made in accordance with ASTM C 1260. Test specimens ' shall be produced using all components(e.g. coarse aggregate, fine aggregate, cement and fly ash...) to be included in the produced concrete. If the mean expansion of the test specimens, tested in accordance with ASTM C 1260, does not exceed 0.10 % at 16 days from casting the aggregates shall be accepted. If the mean expansion at 16 days is greater ' than 0.10% but less than 0.15%, the aggregate may be accepted based upon satisfactory service records and acceptance of the aggregate by a State Highway Department specifically addressing Alkali-Silica Reactivity. If the expansion is greater than 0.15%, the ' aggregate shall not be accepted for use. 610-2.2 Coarse Aggregate. Coarse aggregate for concrete shall meet the requirements ' of ASTM C 33. Crushed stone aggregate shall have a durability factor, as determined by ASTM C 666, greater than or equal to 95. The Engineer may consider and reserve final approval of other State classification procedures addressing aggregate durability. Coarse ' aggregate shall be well graded from coarse to fine and shall meet one of the gradations shown in Table 1, using ASTM C 136. ' Augusta-Richmond County Structural Portland Cement Concrete General Aviation Commission Authority P-610-1 Obstruction Clearing WKD Project Number 20160053.00.AT 610-2.3 Fine Aggregate. Fine aggregate for concrete shall meet the requirements of ASTMC33. The fine aggregate shall be well graded from fine to coarse and shall meet the requirements of Table 2 when tested in accordance with ASTM C 136: ' TABLE 1. GRADATION FOR COARSE AGGREGATE Sieve Percentage by Weight Passing Sieves Designation 2" 1-1/2" 1" 3/4" 1/2" 3/8" No.4 (square openings) ' No. 4 to 3/4 in. 100 90-100 20-55 0-10 No. 4 to 1 in. 100 90-100 25-60 0-10 No. 4 to 1-1/2 in. 100 95-100 35-70 10-30 0-5 TABLE 2. GRADATION FOR FINE AGGREGATE Sieve Designation Percentage by Weight s•uare o•enin•s Passin• Sieves 3/8 inch (9.5 mm) 100 ' No. 4 (4.75 mm) 95-100 No. 16 (1.18 mm) 45-80 No. 30 (0.60 mm) 25-55 No. 50 (0.30 mm) 10-30 No. 100 0.15 mm 2-10 Blending111 will bepermitted, if necessary, in order to meet thegradation requirements for fine q aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, provided that such deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementitious materials other than portland cement, as specified in 610-2.6 on admixtures, in sufficient quantity to produce the required workability as approved by the Engineer. 610-2.4 Cement. Cement shall conform to the requirements of ASTM C 150 - Type I . The Contractor shall furnish vendors' certified test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Engineer before permission to use the cement is granted. All such test reports shall be subject to verification by testing sample materials received for use on the project. 610-2.5 Water. The water used in concrete shall be free from sewage, oil, acid, strong alkalies, vegetable matter, and clay and loam. If the water is of questionable quality, it shall be tested in accordance with AASHTO T 26. 610-2.6 Admixtures. The use of any material added to the concrete mix shall be approved by the Engineer. Before approval of any material, the Contractor shall be required to submit the results of complete physical and chemical analyses made by an acceptable testing Augusta-Richmond County Structural Portland Cement Concrete General Aviation Commission Authority P-610-2 Obstruction Clearing WKD Project Number 20160053.00.AT I 1 laboratory. Subsequent tests shall be made of samples taken bythe Engineer from the rY q P 9 supply of the material being furnished or proposed for use on the work to determine whether the admixture is uniform in quality with that approved. Pozzolanic admixtures shall be fly ash or raw or calcined natural pozzolons meeting the requirements of ASTM C 618. Air-entraining admixtures shall meet the requirements of ASTM C 260. Air-entraining ' admixtures shall be added at the mixer in the amount necessary to produce the specified air content. • ' Water-reducing, set-controlling admixtures shall meet the requirements of ASTM C 494, Type A, water-reducing or Type D, water-reducing and retarding. Water-reducing admixtures shall be added at the mixer separately from air-entraining admixtures in accordance with the manufacturer's printed instructions. 610-2.7 Premolded Joint Material. Premolded joint material for expansion joints shall meet the requirements of ASTM D 1751. ' 610-2.8 Joint Filler. The filler for joints shall meet the requirements of Item P-605, unless otherwise specified in the proposal. ' 610-2.9 Steel Reinforcement. Reinforcing shall conform to the requirements of: ' Welded Steel Wire Fabric ASTM A 185 Welded Deformed Steel Fabric ASTM A 497 Bar Mars ASTM A 184 or A 704 ' 610-2.10 Cover Materials for Curing. Curing materials shall conform to one of the following specifications: ' Waterproof paper for curing concrete ASTM C 171 Polyethylene Sheeting for Curing Concrete ASTM C 171 ' Liquid Membrane-Forming Compounds for Curing ASTM C 309, Type 2 Concrete CONSTRUCTION METHODS 610-3.1 General. The Contractor shall furnish all labor, materials, and services necessary ' for, and incidental to, the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor, which he proposes to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Engineer. 610-3.2 Concrete Composition. The concrete shall develop a compressive strength of ' 4,000 psi in 28 days as determined by test cylinders made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. The concrete shall contain not less than 470 Augusta-Richmond County Structural Portland Cement Concrete General Aviation Commission Authority P-610-3 Obstruction Clearing WKD Project Number 20160053.00.AT I I pounds of cement per cubic yard (280 kg per cubic meter). The concrete shall contain 5 percent of entrained air, plus or minus 1 percent, as determined by ASTM C 231 and shall 1 have a slump of not more than 4 inches (10 cm) as determined by ASTM C 143. 610-3.3 Acceptance Sampling and Testing. Concrete for each structure will be accepted on the basis of the compressive strength specified in paragraph 3.2. The concrete shall be 1 sampled in accordance with ASTM C 172. Compressive strength specimens shall be made in accordance with ASTM C 31 and tested in accordance with ASTM C 39. Concrete cylindrical test specimens shall be made in accordance with ASTM C 31 and 111 tested in accordance with ASTM C 39. Contractor shall cure & store test specimens under such conditions as directed. Engineer will make the actual tests on the specimens at no expense to the Contractor. 610-3.4 Proportioning and Measuring Devices. When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. Aggregates shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so that the required and exact weight of aggregates can be readily obtained. 610-3.5 Consistency. The consistency of the concrete shall be checked by the slump test specified in ASTM C 143. 610-3.6 Mixing. Concrete may be mixed at the construction site, at a central point, or wholly or in part in truck mixers. The concrete shall be mixed and delivered in accordance with the requirements of ASTM C 94. 1 610-3.7 Mixing Conditions. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40°F (4°C) without permission of Engineer. If permission is granted for mixing under such conditions, aggregates or water, or both, shall be heated and the concrete shall be placed at a temperature not less than 50°F (10°C) nor more than 100°F (38°C). The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his/her expense. Re-tempering of concrete by adding water or any other material shall not be permitted. I The delivery of concrete to the job shall be in such a manner that batches of concrete will be deposited at uninterrupted intervals. 610-3.8 Forms. Concrete shall not be placed until all the forms and reinforcements have been inspected and approved by the Engineer. Forms shall be of suitable material and shall be of the type, size, shape, quality, and strength to build the structure as designed on the plans. The forms shall be true to line and grade and shall be mortar-tight and sufficiently rigid to prevent displacement and sagging between supports. The Contractor shall bear Augusta-Richmond County Structural Portland Cement Concrete General Aviation Commission Authority P-610-4 Obstruction Clearing WKD Project Number 20160053.00.AT I 1 responsibility for their adequacy. The surfaces of forms shall be smooth and free from irregularities, dents, sags, and holes. The internal ties shall be arranged so that, when the forms are removed, no metal will show in the concrete surface or discolor the surface when exposed to weathering. All forms shall ' be wetted with water or with a non-staining mineral oil, which shall be applied shortly before the concrete is placed. Forms shall be constructed so that they can be removed without injuring the concrete or concrete surface. The forms shall not be removed before the 1 expiration of at least 30 hours from vertical faces, walls, slender columns, and similar structures; forms supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate that at least 60% of the design strength of the concrete has developed. 610-3.9 Placing Reinforcement. All reinforcement shall be accurately placed, as shown on the plans, and shall be firmly held in position during concreting. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings, lists, and bending details shall be supplied by the Contractor when ' required. 610-3.10 Embedded Items. Before placing concrete, any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean ' and free from coating, rust, scale, oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. 610-3.11 Placing Concrete. All concrete shall be placed during daylight, unless otherwise approved. The concrete shall not be placed until the depth and character of foundation, the adequacy of forms and falsework, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than 1 hour after water has been added to the mix. Method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than 5 feet (1.5 m), or depositing a large quantity at one point, will not be permitted. Concrete shall be placed upon clean, damp surfaces,free from running water, or upon properly consolidated soil. The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When necessary, vibrating shall be supplemented by hand spading with suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into corners and angles of the forms. The vibration at any joint shall be of sufficient duration to accomplish compaction but shall not be prolonged to the point where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie, a closed bottom dump bucket, or other approved method and shall not be disturbed after being deposited. ' 610-3.12 Construction Joints. When the placing of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial Augusta-Richmond County Structural Portland Cement Concrete General Aviation Commission Authority P-610-5 Obstruction Clearing WKD Project Number 20160053.00.AT 1 1 Iand new concrete, such provisions shall be made for set. For the proper bonding of old grooves, steps, keys, dovetails, reinforcing bars or other devices as may be prescribed. The work shall be arranged so that a section begun on any day shall be finished during daylight 1 of the same day. Before depositing new concrete on or against concrete that has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout. 610-3.13 Expansion Joints. Expansion joints shall be constructed at such points and of such dimensions as may be indicated on the drawings. The pre-molded filler shall be cut to the same shape as that of the surfaces being joined. The filler shall be fixed firmly against the surface of the concrete already in place in such manner that it will not be displaced when concrete is deposited against it. 610-3.14 Defective Work. Any defective work discovered after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if the surface of the concrete is bulged, uneven, or shows honeycomb, which in the opinion of the Engineer cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor. 610-3.15 Surface Finish. All exposed concrete surfaces shall be true, smooth, and free from open or rough spaces, depressions, or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be struck-off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand-cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. I When directed, the surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a rubbing machine. 610-3.16 Curing and Protection. All concrete shall be properly cured and protected by the Contractor. The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by covering with an approved material. Water-absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to currents of air. Where wooden forms are used, they shall be kept wet at all times until removed to prevent the opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed. 610-3.17 Drains or Ducts. Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete. 1 Augusta-Richmond County Structural Portland Cement Concrete General Aviation Commission Authority P-610-6 I Obstruction Clearing WKD Project Number 20160053.00.AT 1 f 610-3.18 Cold Weather Protection. When concrete islaced at temperatures below 40°F P P ' (4°C), the Contractor shall provide satisfactory methods and means to protect the mix from injury by freezing. The aggregates, or water, or both, shall be heated in order to place the concrete at temperatures between 50°F and 100°F (10°C and 38°C). ' Calcium chloride may be incorporated in the mixing water when directed by the Engineer. Not more than 2 pounds (908 grams) of Type 1 nor more than 1.6 pounds (726 grams) of Type 2 shall be added per bag of cement. After the concrete has been placed, ' the Contractor shall provide sufficient protection such as cover, canvas, framework, heating apparatus, etc., to enclose and protect the structure and maintain the temperature of the mix at not less than 50°F (10°C) until at least 60% of the designed strength has been i attained. 610-3.19 Filling Joints. All joints that require filling shall be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper tools. Joint filling shall not be started until after final curing and shall be done only when the concrete is completely dry. The cleaning and filling shall be carefully done with proper equipment and in a manner to obtain a neat looking joint free from excess filler. METHOD OF MEASUREMENT ' 610-4.1 No separate measurement will be made for reinforcing steel or other materials that constitute the production of Structural Portland Cement Concrete. These items shall be included as part of Structural Portland Cement Concrete utilized as a whole for its' intended ' purpose. The quantity of Structural Portland Cement Concrete to be paid for will be determined by measurement of the number of cubic yards of material actually constructed and accepted by the Engineer as complying with the plans and specifications. BASIS OF PAYMENT ' 610-5.1 No separate payment will be made for reinforcing steel or other materials that constitute the production of Structural Portland Cement Concrete. These items shall be included as part of Structural Portland Cement Concrete utilized as a whole for its' intended purpose. Payment shall be made at the contract unit price per cubic yard for Structural ' Portland Cement Concrete. This price shall be full compensation for furnishing all materials, for preparing and placing these materials, and for all labor, equipment tools, and incidentals necessary to complete the item. ' Payment will be made under: Item P-210 Structural Portland Cement Concrete—per cubic yard TESTING REQUIREMENTS ASTM C 31 Making and Curing Test Specimens in the Field ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens ASTM C 136 Sieve Analysis of Fine and Coarse Aggregates ASTM C 138 Density (Unit Weight), Yield, and Air Content (Gravimetric) of Concrete Augusta-Richmond County Structural Portland Cement Concrete General Aviation Commission Authority . P-610-7 Obstruction Clearing WKD Project Number 20160053.00.AT 1 i ASTM C 143 Slump of Hydraulic Cement Concrete ASTM C 231 Air Content of Freshly Mixed Concrete by the Pressure Method ASTM C 666 Resistance of Concrete to Rapid Freezing and Thawing ASTM C 1077 Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criteria for Laboratory Evaluation ASTM C 1260 Potential Alkali Reactivity of Aggregates (Mortar-Bar Method) 1 MATERIAL REQUIREMENTS ASTM A 184 Specification for Fabricated Deformed Steel Bar or Rod Mats for 1 Concrete Reinforcement ASTM A 185 Steel Welded Wire Fabric, Plain, for Concrete Reinforcement ASTM A 497 Steel Welded Wire Fabric, Deformed, for Concrete Reinforcement ASTM A 615 Deformed and Plain Billet-Steel Bars for Concrete Reinforcement ASTM A 704 Welded Steel Plain Bars or Rod Mats for Concrete Reinforcement ASTM C 33 Concrete Aggregates ASTM C 94 Ready-Mixed Concrete ASTM C 150 Portland Cement ASTM C 171 Sheet Materials for Curing Concrete ASTM C 172 Sampling Freshly Mixed Concrete ASTM C 260 Air-Entraining Admixtures for Concrete ASTM C 309 Liquid Membrane-Forming Compounds for Curing Concrete ASTM C 494 Chemical Admixtures for Concrete ASTM C 595 Blended Hydraulic Cements ASTM C 618 Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete ASTM D 1751 Specification for Preformed Expansion Joint Fillers for Concrete Paving and Structural Construction (Non-extruding and Resilient Bituminous Types) AASHTO T 26 Quality of Water to be used in Concrete END OF ITEM P-610 1 1 1 1 1 1 Augusta-Richmond County Structural Portland Cement Concrete General Aviation Commission Authority P-610-8 Obstruction Clearing WKD Project Number 20160053.00.AT 1 1 DIVISION V � APPENDICES 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 1 Intentionally Left Blank 1 1 1 1 1 1 1 1 1 1 � APPENDIX 1 A 1 1 1 1 1 1 1 1 1 I I I I I I I I I Intentionally Left Blank I I I I I I I I I I I \ \ § C c w7 9 % a / I oU / \ c \ / I 0 G $ \ ) / / § / / s- a) 2 ° c C.) 72 78 7c I CM o ° ea 7 76.1 CU / •\ / cc G ( @ m = 2 0 2 .c I CI U) �§ z c o E a. c To o'� ƒ 141 \ / .c j 'co- 1 C ca) l o n > MI 02) / 0 113 / o Zr) co 0 C % m / / y / & CD / ƒ » 0 @ \ ¥ ± N E/ c 6 c ) O 22 C) en \ 0 c) \ / LO a e % 1.- /� / §$ § 040 40 00. c) 2 0)0 0 / _ $ 2 $ \ f ) 0 L U -• . D ,_ / I s- § \ � W < _j @ .§ I 1 1 Advisory Circular Subject: Operational Safety on Airports During Construction Date: 9/29/11 1 Initiated by: AAS-100 AC No: 150/5370-2F 1 1. Purpose.This AC sets forth guidelines for operational safety on airports during construction. 2. What this AC Cancels.This AC cancels AC 150/5370-2E,Operational Safety on Airports During Construction,dated January 17, 2003. 3. Whom This AC Affects. This AC assists airport operators in complying with Title 14 Code of Federal Regulations(CFR)Part 139, Certification of Airports (Part 139). For those certificated airports,this AC provides one way,but not the only way,of meeting those requirements. The use of this AC is mandatory for those airport construction projects receiving funds under the Airport Improvement Program(AIP) or the Passenger Facility Charge(PFC)Program. See Grant Assurance No.34,"Policies, Standards, and Specifications,"and PFC Assurance No. 9, "Standard and Specifications." While we do not require non- certificated airports without grant agreements to adhere to these guidelines,we recommend that they do so to help these airports maintain operational safety during construction. 4. Principal Changes. a. Construction activities are prohibited in safety areas while the associated runway or taxiway is 1 open to aircraft. b. Guidance is provided in incorporating Safety Risk Management. c. Recommended checklists are provided for writing Construction Safety and Phasing Plans and for daily inspections. 5. Reading Material Related to this AC.Numerous ACs are referenced in the text of this AC. These references do not include a revision letter, as they are to be read as referring to the latest version. Appendix 1 contains a list of reading material on airport construction,design,and potential safety hazards during construction,as well as instructions for obtaining these documents. Michael J. S 1 onnell Director of Airport Safety and Standards 1 1 1 4 I 1 September 29, 2011 AC 150/5370-2F Table of Contents I Chapter 1. Planning an Airfield Construction Project 1 101. Overview. 1 102. Plan for Safety. 1 I 103. Develop a Construction Safety and Phasing Plan(CSPP). 2 104. Who Is Responsible for Safety During Construction? 3 Chapter 2. Construction Safety and Phasing Plans 7 I 201. Overview. 7 202. Assume Responsibility. 7 203. Submit the CSPP. 7 I 204. Meet CSPP Requirements. 7 205. Coordination. 11 206. Phasing. 11 207. Areas and Operations Affected by Construction Activity. 12 I 208. Navigation Aid(NAVAID)Protection. 13 209. Contractor Access. 13 210. Wildlife Management. 15 I 211. Foreign Object Debris(FOD)Management. 16 212. Hazardous Materials(HAZMAT)Management. 16 213. Notification of Construction Activities. 16 214. Inspection Requirements. 17 I 215. Underground Utilities. 17 216. Penalties. 17 217. Special Conditions. 17 I 218. Runway and Taxiway Visual Aids. 18 219. Marking and Signs for Access Routes. 24 220. Hazard Marking,Lighting and Signing. 24 221. Protection of Runway and Taxiway Safety Areas. 26 I 222. Other Limitations on Construction. 28 Chapter 3. Guidelines for Writing a CSPP 31 I 301. General Requirements. 31 302. Applicability of Subjects. 31 303. Graphical Representations. 31 304. Reference Documents. 31 I 305. Restrictions. 31 306. Coordination. 31 307. Phasing. 32 I 308. Areas and Operations Affected By Construction. 32 309. Navigation Aid(NAVAID)Protection. 33 310. Contractor Access. 33 311. Wildlife Management. 34 I 312. Foreign Object Debris(FOD)Management. 34 313. Hazardous Materials(HAZMAT)Management. 34 314. Notification of Construction Activities. 35 I 315. Inspection Requirements. 35 316. Underground Utilities. 35 317. Penalties. 35 318. Special Conditions. 35 I 319. Runway and Taxiway Visual Aids. 35 320. Marking and Signs for Access Routes. 36 321. Hazard Marking and Lighting. 36 I 322. Protection of Runway and Taxiway Safety Areas. 36 323. Other Limitations on Construction. 36 1 5 1 Appendix 1. Related Reading Material 37 Appendix 2. Definition of Terms 39 Appendix 3. Safety and Phasing Plan Checklist 43 Appendix 4. Construction Project Daily Safety Inspection Checklist 51 List of Tables 1 Table 3-1 Sample Operations Effects 32 List of Figures Figure 2-1 Markings for a Temporarily Closed Runway 19 Figure 2-2 Taxiway Closure 20 Figure 2-3 Lighted X in Daytime 22 Figure 2-4 Lighted X at Night 22 Figure 2-5 Interlocking Barricades 25 Figure 2-6 Low Profile Barricades 25 1 i 1 1 1 1 1 1 1 1 6 1 September 29,2011 AC 150/5370-2F ' Chapter 1. Planning an Airfield Construction Project 101. Overview. Airports are complex environments, and procedures and conditions associated with 111 construction activities often affect aircraft operations and can jeopardize operational safety. Safety considerations are paramount and may make operational impacts unavoidable. However,careful planning, scheduling, and coordination of construction activities can minimize disruption of normal aircraft operations and avoid situations that compromise the airport's operational safety. The airport operator must understand how construction activities and aircraft operations affect one another to be able to develop an effective plan to complete the project. While the guidance in this AC is primarily used for construction operations,some of the concepts, methods and procedures described may also enhance the day-to-day airport maintenance operations, such as lighting maintenance and snow removal operations. 102. Plan for Safety. Safety,maintaining aircraft operations, and construction costs are all ' interrelated. Since safety must not be compromised,the airport operator must strike a balance between maintaining aircraft operations and construction costs. This balance will vary widely depending on the operational needs and resources of the airport and will require early coordination with airport users and the FAA. As the project design progresses,the necessary construction locations,activities,and associated costs will be identified. As they are identified,their impact to airport operations must be assessed. Adjustments are made to the proposed construction activities,often by phasing the project, and/or to ' airport operations in order to maintain operational safety. This planning effort will ultimately result in a project Construction Safety and Phasing Plan(CSPP). The development of the CSPP takes place through the following five steps: a. Identify Affected Areas. The airport operator must determine the geographic areas on the airport affected by the construction project. Some, such as a runway extension, will be defined by the project. Others may be variable,such as the location of haul routes and material stockpiles. b. Describe Current Operations. Identify the normal airport operations in each affected area for each phase of the project. This becomes the baseline from which the impact on operations by construction ' activities can be measured. This should include a narrative of the typical users and aircraft operating within the affected areas. It should also include information related to airport operations:the Aircraft Reference Code(ACRC)for each runway;Airplane Design Group(ADG) and Taxiway Design Group ' (TDG)1 for each affected taxiway; designated approach visibility minimums; available approach and departure procedures; most demanding aircraft;declared distances; available air traffic control services; airport Surface Movement Guidance and Control System plan; and others. The applicable seasons, days ' and times for certain operations should also be identified as applicable. c. Allow for Temporary Changes to Operations.To the extent practical, current airport operations should be maintained during the construction. In consultation with airport users,Aircraft Rescue and Fire Fighting(ARFF)personnel, and FAA Air Traffic Organization(ATO)personnel,the airport operator should identify and prioritize the airport's most important operations. The construction activities should be planned,through project phasing if necessary,to safely accommodate these operations. When construction ' activities cannot be adjusted to safely maintain current operations,regardless of their importance,then the operations must be revised accordingly. Allowable changes include temporary revisions to approach procedures,restricting certain aircraft to specific runways and taxiways, suspension of certain operations, ' decreased weights for some aircraft due to shortened runways,and other changes. An example of a table showing temporary operations versus current operations is shown in Table 3-1 Sample Operations Effects. ' 1 TaxiwayDesignGroup will be introduced in AC 150/5300-13A. 1 Chapter 1 Planning an Airfield Construction Project 1 AC 150/5370-2F September 29,2011 i d. Take Required Measures to Revised Operations. Once the level and type of aircraft operations to be maintained are identified,the airport operator must determine the measures required to safely conduct the planned operations during the construction. These measures will result in associated costs, which can be broadly interpreted to include not only direct construction costs,but also loss of revenue from impacted operations. Analysis of costs may indicate a need to reevaluate allowable changes to operations. As aircraft operations and allowable changes will vary so widely among airports,this AC presents general guidance on those subjects. e. Manage Safety Risk. Certain airport projects may require the airport operator to provide a Project Proposal Summary to help the FAA to determine the appropriate level of Safety Risk Management(SRM)documentation. The airport operator must coordinate with the appropriate FAA Airports Regional or District Office early in the development of the CSPP to determine the need for SRM documentation. See FAA Order 5200.11,FAA Airports(ARP) Safety Management System(SMS), for more information.If the FAA requires SRM documentation,the airport operator must at a minimum: (1) Notify the appropriate FAA Airports Regional or District Office during the project "scope development"phase of any project requiring a CSPP. (2) Provide documents identified by the FAA as necessary to conduct SRM. ' (3) Participate in the SRM process for airport projects. (4) Provide a representative to participate on the SRM panel. ' (5) Ensure that all applicable SRM identified risks elements are recorded and mitigated within the CSPP. 103. Develop a Construction Safety and Phasing Plan (CSPP). Development of an effective CSPP will require familiarity with many other documents referenced throughout this AC. See Appendix 1, Related Reading Material for a list of related reading material. ' a. List Requirements.A CSPP must be developed for each on-airfield construction project funded by the Airport Improvement Program(AIP)or the Passenger Facility Charge(PFC)program or located on an airport certificated under Part 139. As per Order 5200.11, such projects do not include construction,rehabilitation,or change of any facility that is entirely outside the air operations area,does not involve any expansion of the facility envelope and does not involve construction equipment,haul routes or placement of material in locations that require access to the air operations area, increase the facility envelope, or impact line-of-sight. Such facilities may include passenger terminals and parking or other structures. However, extraordinary circumstances may trigger the need for a Safety Assessment and a CSPP. CSPP is subject to subsequent review and approval under the FAA's Safety Risk Management procedures(see paragraph 102.e above). Additional information may be found in Order 5200.11. b. Prepare a Safety Plan Compliance Document. The Safety Plan Compliance Document(SPCD) details how the contractor will comply with the CSPP. Also,it will not be possible to determine all safety plan details (for example specific hazard equipment and lighting, contractor's points of contact, construction equipment heights)during the development of the CSPP. The successful contractor must define such details by preparing an SPCD that the airport operator reviews for approval prior to issuance of a notice-to-proceed. The SPCD is a subset of the CSPP, similar to how a shop drawing review is a subset to the technical specifications. Chapter 1 Planning an Airfield Construction Project 2 111 1 ' September 29, 2011 AC 150/5370-2F c. Assume Responsibility for the CSPP. The airport operator is responsible for establishing and ' enforcing the CSPP. The airport operator may use the services of an engineering consultant to help develop the CSPP. However,writing the CSPP cannot be delegated to the construction contractor. Only those details the airport operator determines cannot be addressed before contract award are developed by the contractor and submitted for approval as the SPCD. The SPCD does not restate nor propose ' differences to provisions already addressed in the CSPP. 104. Who Is Responsible for Safety During Construction? a. Establish a Safety Culture. Everyone has a role in operational safety on airports during construction:the airport operator,the airport's consultants,the construction contractor and subcontractors, airport users,airport tenants,ARFF personnel,Air Traffic personnel, including Technical Operations personnel,FAA Airports Division personnel, and others. Close communication and coordination between all affected parties is the key to maintaining safe operations. Such communication and coordination should ' start at the project scoping meeting and continue through the completion of the project. The airport operator and contractor should conduct onsite safety inspections throughout the project and immediately remedy any deficiencies,whether caused by negligence,oversight,or project scope change. ' b. Assess Airport Operator's Responsibilities. An airport operator has overall responsibility for all activities on an airport, including construction. This includes the predesign, design,preconstruction, construction, and inspection phases. Additional information on the responsibilities listed below can be found throughout this AC. The airport operator must: (1) Develop a CSPP that complies with the safety guidelines of Chapter 2, Construction Safety and Phasing Plans,and Chapter 3, Guidelines for Writing a CSPP. The airport operator may develop the CSPP internally or have a consultant develop the CSPP for approval by the airport operator. For tenant sponsored projects,approve a CSPP developed by the tenant or its consultant. ' (2) Require,review and approve the SPCD by the contractor that indicates how it will comply with the CSPP and provides details that cannot be determined before contract award. (3) Convene a preconstruction meeting with the construction contractor, consultant,airport ' employees and, if appropriate,tenant sponsor and other tenants to review and discuss project safety before beginning construction activity. The appropriate FAA representatives should be invited to attend the meeting. See AC 150/5300-9,Predesign, Prebid, and Preconstruction Conferences for Airport Grant ' Projects. (Note"FAA"refers to the Airports Regional or District Office,the Air Traffic Organization, Flight Standards Service, and other offices that support airport operations, flight regulations, and construction/environmental policies.) (4) Ensure contact information is accurate for each representative/point of contact identified in the CSPP and SPCD. ' (5) Hold weekly or,if necessary,daily safety meetings with all affected parties to coordinate activities. (6) Notify users,ARFF personnel, and FAA ATO personnel of construction and I conditions that may adversely affect the operational safety of the airport via Notices to Airmen(NOTAM) and other methods,as appropriate. Convene a meeting for review and discussion if necessary. (7) Ensure construction personnel know of any applicable airport procedures and of ' changes to those procedures that may affect their work. (8) Ensure construction contractors and subcontractors undergo training required by the CSPP and SPCD. 3 Chapter 1 Planning an Airfield Construction Project 1 AC 150/5370-2F September 29,2011 1 (9) Ensure vehicle and pedestrian operations addressed in the CSPP and SPCD are coordinated with airport tenants,the airport traffic control tower(ATCT),and construction contractors. (10) At certificated airports,ensure each CSPP and SPCD is consistent with Part 139. (11) Conduct inspections sufficiently frequently to ensure construction contractors and tenants comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. (12) Resolve safety deficiencies immediately. At airports subject to 49 CFR Part 1542, Airport Security,ensure construction access complies with the security requirements of that regulation. (13) Notify appropriate parties when conditions exist that invoke provisions of the CSPP and SPCD(for example, implementation of low-visibility operations). (14) Ensure prompt submittal of a Notice of Proposed Construction or Alteration(Form 7460-1)for conducting an aeronautical study of potential obstructions such as tall equipment(cranes, concrete pumps, other.), stock piles,and haul routes. A separate form may be filed for each potential obstruction,or one form may be filed describing the entire construction area and maximum equipment height. In the latter case, a separate form must be filed for any object beyond or higher than the originally evaluated area/height. The FAA encourages online submittal of forms for expediency. The appropriate FAA Airports Regional or District Office can provide assistance in determining which objects require an aeronautical study. (15) Promptly notify the FAA Airports Regional or District Office of any proposed changes to the CSPP prior to implementation of the change. Changes to the CSPP require review and approval by the airport operator and the FAA. Coordinate with appropriate local and other federal government agencies, such as EPA, OSHA, TSA,and the state environmental agency. c. Define Construction Contractor's Responsibilities. The contractor is responsible for complying with the CSPP and SPCD. The contractor must: (1) Submit a Safety Plan Compliance Document(SPCD)to the airport operator describing how it will comply with the requirements of the CSPP and supplying any details that could not be determined before contract award. The SPCD must include a certification statement by the contractor that indicates it understands the operational safety requirements of the CSPP and it asserts it will not deviate from the approved CSPP and SPCD unless written approval is granted by the airport operator. Any construction practice proposed by the contractor that does not conform to the CSPP and SPCD may impact the airport's operational safety and will require a revision to the CSPP and SPCD and re-coordination with the airport operator and the FAA in advance. (2) Have available at all times copies of the CSPP and SPCD for reference by the airport operator and its representatives, and by subcontractors and contractor employees. (3) Ensure that construction personnel are familiar with safety procedures and regulations on the airport. Provide a point of contact who will coordinate an immediate response to correct any construction-related activity that may adversely affect the operational safety of the airport. Many projects will require 24-hour coverage. (4) Identify in the SPCD the contractor's on-site employees responsible for monitoring , compliance with the CSPP and SPCD during construction. At least one of these employees must be on- site whenever active construction is taking place. (5) Conduct inspections sufficiently frequently to ensure construction personnel comply with the CSPP and SPCD and that there are no altered construction activities that could create potential safety hazards. , Chapter 1 Planning an Airfield Construction Project 4 ' September 29, 2011 AC 150/5370-2F (6) Restrict movement of construction vehicles and personnel to permitted construction areas by flagging,barricading,erecting temporary fencing,or providing escorts, as appropriate and as ' specified in the CSPP and SPCD. (7) Ensure that no contractor employees,employees of subcontractors or suppliers,or ' other persons enter any part of the air operations area(AOA)from the construction site unless authorized. (8) Ensure prompt submittal through the airport operator of Form 7460-1 for the purpose of conducting an aeronautical study of contractor equipment such as tall equipment(cranes, ' concrete pumps, and other equipment), stock piles,and haul routes when different from cases previously filed by the airport operator. The FAA encourages online submittal of forms for expediency. d. Define Tenant's Responsibilities if planning construction activities on leased property. Airport tenants, such as airline operators, fixed base operators, and FAA ATO/Technical Operations sponsoring construction must: ' (1) Develop,or have a consultant develop,a project specific CSPP and submit it to the airport operator for certification and subsequent approval by the FAA. The approved CSPP must be made part of any contract awarded by the tenant for construction work. ' (2) In coordination with its contractor,develop an SPCD and submit it to the airport operator for approval to be issued prior to issuance of a Notice to Proceed. (3) Ensure that construction personnel are familiar with safety procedures and ' regulations on the airport. (4) Provide a point of contact of who will coordinate an immediate response to correct any ' construction-related activity that may adversely affect the operational safety of the airport. (5) Identify in the SPCD the contractor's on-site employees responsible for monitoring compliance with the CSPP and SPCD during construction. At least one of these employees must be on- site whenever active construction is taking place. (6) Ensure that no tenant or contractor employees,employees of subcontractors or suppliers, or any other persons enter any part of the AOA from the construction site unless authorized. (7) Restrict movement of construction vehicles to construction areas by flagging and barricading, erecting temporary fencing,or providing escorts, as appropriate,and as specified in the CSPP ' and SPCD. (8) Ensure prompt submittal through the airport operator of Form 7460-1 for the purpose of conducting an aeronautical study of contractor equipment such as tall equipment(cranes, ' concrete pumps, other etc.), stock piles,and haul routes. The FAA encourages online submittal of forms for expediency. I 5 Chapter 1 Planning an Airfield Construction Project AC 150/5370-2F September 29,2011 1 i Intentionally Left Blank 1 1 Chapter 1 Planning an Airfield Construction Project 6 1 September 29, 2011 AC 150/5370-2F ' Chapter 2. Construction Safety and Phasing Plans Section 1. Basic Considerations 201. Overview.Aviation safety is the primary consideration at airports,especially during construction. The airport operator's Construction Safety and Phasing Plan(CSPP)and the contractor's Safety Plan Compliance Document(SPCD)are the primary tools to ensure safety compliance when coordinating construction activities with airport operations. These documents identify all aspects of the construction project that pose a potential safety hazard to airport operations and outline respective mitigation procedures for each hazard. They must provide all information necessary for the Airport Operations department to conduct airfield inspections and expeditiously identify and correct unsafe conditions during construction. All aviation safety provisions included within the project drawings,contract specifications, and other related documents must also be reflected in the CSPP and SPCD. 202. Assume Responsibility. Operational safety on the airport remains the airport operator's responsibility at all times. The airport operator must develop,certify, and submit for FAA approval each CSPP. It is the airport operator's responsibility to apply the requirements of the FAA approved CSPP. The airport operator must revise the CSPP when conditions warrant changes and must submit the revised CSPP to the FAA for approval. The airport operator must also require and approve a SPCD from the project contractor. 203. Submit the CSPP.Construction Safety and Phasing Plans should be developed concurrently with the project design. Milestone versions of the CSPP should be submitted for review and approval as follows. While these milestones are not mandatory, early submission will help to avoid delays. Submittals are preferred in 8.5 x 11 in or 11 x 17 in format for compatibility with the FAA's Obstruction Evaluation/ Airport Airspace Analysis(OE/AAA)process. a. Submit an Outline/Draft.By the time approximately 25%to 30%of the project design is completed,the principal elements of the CSPP should be established. Airport operators are encouraged to submit an outline or draft,detailing all CSPP provisions developed to date,to the FAA for review at this stage of the project design. 111 b. Submit a Construction Safety and Phasing Plan(CSPP). The CSPP should be formally submitted for FAA approval when the project design is 80%to 90%complete. Since provisions in the CSPP will influence contract costs, it is important to obtain FAA approval in time to include all such provisions in the procurement contract. ' c. Submit a Safety Plan Compliance Document(SPCD). The contractor should submit the SPCD to the airport operator for approval to be issued prior to the Notice to Proceed. d. Submit CSPP Revisions. All revisions to the CSPP or SPCD should be submitted to the FAA for approval as soon as required changes are identified. 204. Meet CSPP Requirements. ' a. To the extent possible,the CSPP should address the following as outlined in Section 2,Plan Requirements and Chapter 3, Guidelines for Writing a CSPP, as appropriate. Details that cannot be determined at this stage are to be included in the SPCD. ' (1) Coordination. 111 7 Chapter 2 Construction Safety and Phasing Plans I AC 150/5370-2F September 29,2011 I (a) Contractor progress meetings. (b) Scope or schedule changes. (c) FAA ATO coordination. (2) Phasing. (a) Phase elements. (b) Construction safety drawings (3) Areas and operations affected by the construction activity. I (a) Identification of affected areas. (b) Mitigation of effects. I (4) Protection of navigation aids(NAVAIDs). (5) Contractor access. I (a) Location of stockpiled construction materials. (b) Vehicle and pedestrian operations. I (6) Wildlife management. (a) Trash. I (b) Standing water. (c) Tall grass and seeds. (d) Poorly maintained fencing and gates. (e) Disruption of existing wildlife habitat. (7) Foreign Object Debris(FOD)management. I (8) Hazardous materials (HAZMAT) management (9) Notification of construction activities. I (a) Maintenance of a list of responsible representatives/points of contact. (b) Notices to Airmen(NOTAM). I (c) Emergency notification procedures. (d) Coordination with ARFF Personnel. I (e) Notification to the FAA. (10) Inspection requirements. I (a) Daily(or more frequent) inspections. (b) Final inspections. (11) Underground utilities. (12) Penalties. (13) Special conditions. I (14) Runway and taxiway visual aids. Marking, lighting, signs, and visual NAVAIDs. I Chapter 2 Construction Safety and Phasing Plans 8 I I I September 29,2011 (a) General. AC 150/5370-2F I (b) Markings. (c) Lighting and visual NAVAIDs. I (d) Signs. (15) Marking and signs for access routes. (16) Hazard marking and lighting. I (a) Purpose. (b) Equipment. 1 (17) Protection. Of runway and taxiway safety areas, object free areas,obstacle free zones, and approach/departure surfaces I (a) Runway Safety Area(RSA). (b) Runway Object Free Area(ROFA). I (c) Taxiway Safety Area(TSA). (d) Taxiway Object Free Area(TOFA). (e) Obstacle Free Zone (OFZ). 111 (f) Runway approach/departure surfaces. (18) Other limitations on construction. I (a) Prohibitions. (b) Restrictions. I b. The Safety Plan Compliance Document(SPCD) should include a general statement by the construction contractor that he/she has read and will abide by the CSPP. In addition,the SPCD must include all supplemental information that could not be included in the CSPP prior to the contract award. I The contractor statement should include the name of the contractor,the title of the project CSPP,the approval date of the CSPP, and a reference to any supplemental information(that is, "I,Name of Contractor,have read the Title of Project CSPP,approved on Date,and will abide by it as written and I with the following additions as noted:"). The supplemental information in the SPCD should be written to match the format of the CSPP indicating each subject by corresponding CSPP subject number and title. If no supplemental information is necessary for any specific subject,the statement, "No supplemental I information,"should be written after the corresponding subject title. The SPCD should not duplicate information in the CSPP: (1) Coordination.Discuss details of proposed safety meetings with the airport operator and Iwith contractor employees and subcontractors. (2) Phasing.Discuss proposed construction schedule elements, including: I (a) Duration of each phase. (b) Daily start and finish of construction, including"night only"construction. I (c) Duration of construction activities during: (i) Normal runway operations. (ii) Closed runway operations. I (iii) Modified runway"Aircraft Reference Code"usage. 1 9 Chapter 2 Construction Safety and Phasing Plans 1 AC 150/5370-2F September 29, 2011 (3) Areas and operations affected by the construction activity. These areas and operations should be identified in the CSPP and should not require an entry in the SPCD. (4) Protection of NAVAIDs.Discuss specific methods proposed to protect operating NAVAIDs. (5) Contractor access. Provide the following: (a) Details on how the contractor will maintain the integrity of the airport security fence(gate guards, daily log of construction personnel,and other). (b) Listing of individuals requiring driver training(for certificated airports and as requested). (c) Radio communications. (i) Types of radios and backup capabilities. (ii) Who will be monitoring radios. I (iii) Whom to contact if ATCT cannot reach the contractor's designated person (d) Details on how the contractor will escort material delivery vehicles. I (6) Wildlife management.Discuss the following: (a) Methods and procedures to prevent wildlife attraction. (b) Wildlife reporting procedures. (7) Foreign Object Debris(FOD) management.Discuss equipment and methods for control of FOD, including construction debris and dust. (8) Hazardous material(HAZMAT) management.Discuss equipment and methods for responding to hazardous spills. I (9) Notification of construction activities.Provide the following: (a) Contractor points of contact. (b) Contractor emergency contact. (c) Listing of tall or other requested equipment proposed for use on the airport and the timeframe for submitting 7460-1 forms not previously submitted by the airport operator. (d) Batch plant details, including 7460-1 submittal. (10) Inspection requirements. Discuss daily(or more frequent) inspections and special ' inspection procedures. (11) Underground utilities.Discuss proposed methods of identifying and protecting underground utilities. (12) Penalties.Penalties should be identified in the CSPP and should not require an entry in the SPCD. (13) Special conditions.Discuss proposed actions for each special condition identified in the CSPP. (14) Runway and taxiway visual aids. Including marking, lighting, signs, and visual NAVAIDs. Discuss proposed visual aids including the following: 1 9 Chapter 2 Construction Safety and Phasing Plans ' September 29,2011 AC 150/5370-2F (a) Equipment and methods for covering signage and airfield lights. ' (b) Equipment and methods for temporary closure markings(paint, fabric, other). (c) Types of temporary Visual Guidance Slope Indicators(VGSI). (15) Marking and signs for access routes.Discuss proposed methods of demarcating access routes for vehicle drivers. (16) Hazard marking and lighting. Discuss proposed equipment and methods for identifying excavation areas. (17) Protection of runway and taxiway safety areas. including object free areas, obstacle free zones, and approach/departure surfaces. Discuss proposed methods of identifying, demarcating,and ' protecting airport surfaces including: (a) Equipment and methods for maintaining Taxiway Safety Area standards. ' (b) Equipment and methods for separation of construction operations from aircraft operations, including details of barricades. (18) Other limitations on construction should be identified in the CSPP and should not ' require an entry in the SPCD. Section 2. Plan Requirements ' 205. Coordination.Airport operators,or tenants conducting construction on their leased properties, should use predesign, prebid, and preconstruction conferences to introduce the subject of airport operational safety during construction(see AC 150/5300-9). In addition,the following should be coordinated as required: a. Contractor Progress Meetings. Operational safety should be a standing agenda item for discussion during progress meetings throughout the project. b. Scope or Schedule Changes. Changes in the scope or duration of the project may necessitate revisions to the CSPP and review and approval by the airport operator and the FAA. c. FAA ATO Coordination.Early coordination with FAA ATO is required to schedule airway ' facility shutdowns and restarts. Relocation or adjustments to NAVAIDs,or changes to final grades in critical areas,may require an FAA flight inspection prior to restarting the facility.Flight inspections must be coordinated and scheduled well in advance of the intended facility restart. Flight inspections may ' require a reimbursable agreement between the airport operator and FAA ATO. Reimbursable agreements should be coordinated a minimum of 12 months prior to the start of construction. (See 213.e(3)(b)for required FAA notification regarding FAA owned NAVAIDs.) 206. Phasing.Once it has been determined what types and levels of airport operations will be maintained,the most efficient sequence of construction may not be feasible. In such a case,the sequence of construction may be phased to gain maximum efficiency while allowing for the required operations. ' The development of the resulting construction phases should be coordinated with local Air Traffic personnel and airport users. The sequenced construction phases established in the CSPP must be incorporated into the project design and must be reflected in the contract drawings and specifications. a. Phase Elements. For each phase the CSPP should detail: • Areas closed to aircraft operations 11 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29,2011 , • Duration of closures • Taxi routes • ARFF access routes • Construction staging areas • Construction access and haul routes • Impacts to NAVAIDs • Lighting and marking changes • Available runway length • Declared distances(if applicable) • Required hazard marking and lighting ' • Lead times for required notifications b. Construction Safety Drawings. Drawings specifically indicating operational safety procedures ' and methods in affected areas (that is, construction safety drawings)should be developed for each construction phase. Such drawings should be included in the CSPP as referenced attachments and should likewise be included in the contract drawing package. 207. Areas and Operations Affected by Construction Activity. Runways and taxiways should remain in use by aircraft to the maximum extent possible without compromising safety. Pre-meetings with the FAA Air Traffic Organization(ATO)will support operational simulations. See Chapter 3 for an example of a table showing temporary operations versus current operations. a. Identification of Affected Areas. Identifying areas and operations affected by the construction I will help to determine possible safety problems. The affected areas should be indentified in the construction safety drawings for each construction phase. (See 206.b above.)Of particular concern are: (1) Closing,or partial closing,of runways,taxiways and aprons. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation,meaning taxiing, landing,or taking off in either direction on that pavement is prohibited. A displaced threshold,by contrast, is established to ensure obstacle clearance and adequate safety area for landing aircraft. The pavement prior to the displaced threshold is available for take-off in the direction of the displacement and for landing and taking off in the opposite direction.Misunderstanding this difference,and issuance of a subsequently inaccurate NOTAM,can lead to a hazardous condition. (2) Closing of Aircraft Rescue and Fire Fighting access routes. (3) Closing of access routes used by airport and airline support vehicles. , (4) Interruption of utilities,including water supplies for fire fighting. (5) Approach/departure surfaces affected by heights of objects. ' (6) Construction areas,storage areas,and access routes near runways,taxiways, aprons,or helipads. b. Mitigation of Effects. Establishment of specific procedures is necessary to maintain the safety and efficiency of airport operations. The CSPP must address: (1) Temporary changes to runway and/or taxi operations. I (2) Detours for ARFF and other airport vehicles. i Chapter 2 Construction Safety and Phasing Plans 12 ' September 29,2011 AC 150/5370-2F (3) Maintenance of essential utilities. ' (4) Temporary changes to air traffic control procedures. Such changes must be coordinated with the ATO. I 208. Navigating on cAid (NAVAID)quipment Protection. Before commencing construction activity,parking vehicles, or storionstruction eand materials near a NAVAID, coordinate with the appropriate FAA ATO/Technical Operations office to evaluate the effect of construction activity and the required distance and direction from the NAVAID. (See paragraph 213.e(3)below.)Construction activities, ' materials/equipment storage,and vehicle parking near electronic NAVAIDs require special consideration since they may interfere with signals essential to air navigation. If any NAVAID may be affected,the CSPP and SPCD must show an understanding of the"critical area"associated with each NAVAID and describe how it will be protected. Where applicable,the operational critical areas of NAVAIDs should be graphically delineated on the project drawings. Pay particular attention to stockpiling material,as well as to movement and parking of equipment that may interfere with line of sight from the ATCT or with electronic emissions. Interference from construction equipment and activities may require NAVAID shutdown or adjustment of ' instrument approach minimums for low visibility operations. This condition requires that a NOTAM be filed(see paragraph 213.b below). Construction activities and materials/equipment storage near a NAVAID must not obstruct access to the equipment and instruments for maintenance. Submittal of a 7460-1 form is required for construction vehicles operating near FAA NAVAIDs. (See paragraph 213.e(1)below.) ' 209. Contractor Access. The CSPP must detail the areas to which the contractor must have access, and explain how contractor personnel will access those areas. Specifically address: a. Location of Stockpiled Construction Materials. Stockpiled materials and equipment storage are not permitted within the RSA and OFZ, and if possible should not be permitted within the Object Free Area(OFA) of an operational runway. Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval. The airport operator must ensure that stockpiled materials and equipment adjacent to these areas are prominently marked and lighted during hours of restricted visibility or darkness. (See paragraph 218.b below.) This includes determining and verifying that materials are stabilized and stored at an approved location so as not to be a hazard to aircraft operations and to prevent attraction of ' wildlife and foreign object damage. See paragraphs 210 and 211 below. b. Vehicle and Pedestrian Operations. The CSPP should include specific vehicle and pedestrian requirements. Vehicle and pedestrian access routes for airport construction projects must be controlled to ' prevent inadvertent or unauthorized entry of persons,vehicles, or animals onto the AOA. The airport operator should coordinate requirements for vehicle operations with airport tenants, contractors,and the FAA air traffic manager. In regard to vehicle and pedestrian operations,the CSPP should include the ' following, and detail associated training requirements: (1) Construction site parking. Designate in advance vehicle parking areas for contractor employees to prevent any unauthorized entry of persons or vehicles onto the AOA. These areas should ' provide reasonable contractor employee access to the job site. (2) Construction equipment parking. Contractor employees must park and service all construction vehicles in an area designated by the airport operator outside the OFZ and never in the safety area of an active runway or taxiway.Unless a complex setup procedure makes movement of specialized equipment infeasible, inactive equipment must not be parked on a closed taxiway or runway. If it is necessary to leave specialized equipment on a closed taxiway or runway at night,the equipment must be well lighted. Employees should also park construction vehicles outside the OFA when not in use by construction personnel(for example, overnight,on weekends, or during other periods when construction is not active). Parking areas must not obstruct the clear line of sight by the ATCT to any taxiways or runways under air traffic control nor obstruct any runway visual aids, signs, or navigation aids. The FAA 13 Chapter 2 Construction Safety and Phasing Plans I I AC 150/5370-2F September 29,2011 I must also study those areas to determine effects on airport design criteria, surfaces established by 14 CFR Part 77, Safe,Efficient Use, and Preservation of the Navigable Airspace(Part 77), and on NAVAIDs and Instrument Approach Procedures(IAP). See paragraph 213.e(1)below for further information. I (3) Access and haul roads. Determine the construction contractor's access to the construction sites and haul roads. Do not permit the construction contractor to use any access or haul I roads other than those approved. Access routes used by contractor vehicles must be clearly marked to prevent inadvertent entry to areas open to airport operations. Pay special attention to ensure that if construction traffic is to share or cross any ARFF routes that ARFF right of way is not impeded at any time,and that construction traffic on haul roads does not interfere with NAVAIDs or approach I surfaces of operational runways. (4) Marking and lighting of vehicles in accordance with AC 150/5210-5,Painting, I Marking, and Lighting of Vehicles Used on an Airport. (5) Description of proper vehicle operations on various areas under normal, lost communications,and emergency conditions. I (6) Required escorts. (7) Training requirements for vehicle drivers to ensure compliance with the airport ' operator's vehicle rules and regulations. Specific training should be provided to those vehicle operators providing escorts. See AC 150/5210-20, Ground Vehicle Operations on Airports,for information on training and records maintenance requirements. (8) Situational awareness.Vehicle drivers must confirm by personal observation that no I aircraft is approaching their position(either in the air or on the ground)when given clearance to cross a runway,taxiway,or any other area open to airport operations. In addition, it is the responsibility of the escort vehicle driver to verify the movement/position of all escorted vehicles at any given time. I (9) Two-way radio communication procedures. (a) General. The airport operator must ensure that tenant and construction contractor I personnel engaged in activities involving unescorted operation on aircraft movement areas observe the proper procedures for communications, including using appropriate radio frequencies at airports with and without ATCT. When operating vehicles on or near open runways or taxiways,construction personnel I must understand the critical importance of maintaining radio contact,as directed by the airport operator, with: (i)Airport operations, (ii) ATCT,(iii)Common Traffic Advisory Frequency (CTAF),which may include UNICOM, (iv)Automatic Terminal Information Service(ATIS). This frequency is useful for I monitoring conditions on the airport. Local air traffic will broadcast information regarding construction related runway closures and"shortened"runways on the ATIS frequency. (b) Areas requiring two-way radio communication with the ATCT.Vehicular traffic I crossing active movement areas must be controlled either by two-way radio with the ATCT,escort, flagman, signal light, or other means appropriate for the particular airport. II (c) Frequencies to be used. The airport operator will specify the frequencies to be used by the contractor,which may include the CTAF for monitoring of aircraft operations. Frequencies may also be assigned by the airport operator for other communications, including any radio frequency in I compliance with Federal Communications Commission requirements. At airports with an ATCT,the airport operator will specify the frequency assigned by the ATCT to be used between contractor vehicles and the ATCT. I (d) Proper radio usage, including read back requirements. 13 Chapter 2 Construction Safety and Phasing Plans I ' September 29,2011 AC 150/5370-2F (e) Proper phraseology, including the International Phonetic Alphabet. ' (f) Light gun signals. Even though radio communication is maintained,escort vehicle drivers must also familiarize themselves with ATCT light gun signals in the event of radio failure. See the FAA safety placard"Ground Vehicle Guide to Airport Signs and Markings."This safety placard may be ' downloaded through the Runway Safety Program Web site at: http://www.faa.gov/airports/runway safety/publications/(See "Signs&Markings Vehicle Dashboard Sticker".)or obtained from the FAA Airports Regional Office. (10) Maintenance of the secured area of the airport,including: (a) Fencing and gates. Airport operators and contractors must take care to maintain security during construction when access points are created in the security fencing to permit the passage of construction vehicles or personnel. Temporary gates should be equipped so they can be securely closed and locked to prevent access by animals and unauthorized people. Procedures should be in place to ensure that only authorized persons and vehicles have access to AOA and to prohibit"piggybacking" behind another person or vehicle. The Department of Transportation(DOT)document DOT/FAA/AR- 00/52,Recommended Security Guidelines for Airport Planning and Construction, provides more specific information on fencing. A copy of this document can be obtained from the Airport Consultants Council, Airports Council International, or American Association of Airport Executives. (b) Badging requirements. ' (c) Airports subject to 49 CFR Part 1542, Airport Security, must meet standards for access control,movement of ground vehicles, and identification of construction contractor and tenant personnel. 210. Wildlife Management.The CSPP and SPCD must be in accordance with the airport operator's wildlife hazard management plan, if applicable. See also AC 150/5200-33,Hazardous Wildlife Attractants On or Near Airports, and Certalert 98-05,Grasses Attractive to Hazardous Wildlife. 1 Construction contractors must carefully control and continuously remove waste or loose materials that might attract wildlife. Contractor personnel must be aware of and avoid construction activities that can create wildlife hazards on airports, such as: ' a. Trash.Food scraps must be collected from construction personnel activity. b. Standing Water. c. Tall Grass and Seeds.Requirements for turf establishment can be at odds with requirements for wildlife control. Grass seed is attractive to birds. Lower quality seed mixtures can contain seeds of plants (such as clover)that attract larger wildlife. Seeding should comply with the guidance in AC 150/5370-10, Standards for Specifying Construction of Airports, Item T-901, Seeding. Contact the local office of the United Sates Department of Agriculture Soil Conservation Service or the State University Agricultural ' Extension Service(County Agent or equivalent)for assistance and recommendations. These agencies can also provide liming and fertilizer recommendations. d. Poorly Maintained Fencing and Gates. See 209.b(10)(a)above. e. Disruption of Existing Wildlife Habitat. While this will frequently be unavoidable due to the ' nature of the project,the CSPP should specify under what circumstances(location, wildlife type) contractor personnel should immediately notify the airport operator of wildlife sightings. 15 Chapter 2 Construction Safety and Phasing Plans I September 29,2011 AC 150/5370-2F 211. Foreign Object Debris (FOD)Management. Waste and loose materials,commonly referred to as FOD,are capable of causing damage to aircraft landing gears,propellers, and jet engines. Construction contractors must not leave or place FOD on or near active aircraft movement areas. Materials capable of creating FOD must be continuously removed during the construction project. Fencing(other than security fencing)may be necessary to contain material that can be carried by wind into areas where aircraft operate. See AC 150/5210-24,Foreign Object Debris(FOD)Management. 212. Hazardous Materials (HAZMAT) Management. Contractors operating construction vehicles and equipment on the airport must be prepared to expeditiously contain and clean-up spills resulting from I fuel or hydraulic fluid leaks. Transport and handling of other hazardous materials on an airport also requires special procedures. See AC 150/5320-15, Management of Airport Industrial Waste. 213. Notification of Construction Activities. The CSPP and SPCD must detail procedures for the immediate notification of airport users and the FAA of any conditions adversely affecting the operational safety of the airport. It must address the notification actions described below,as applicable. 111 a. List of Responsible Representatives/points of contact for all involved parties,and procedures for contacting each of them, including after hours. b. NOTAMs. Only the airport operator may initiate or cancel NOTAMs on airport conditions, and is the only entity that can close or open a runway. The airport operator must coordinate the issuance, maintenance, and cancellation of NOTAMs about airport conditions resulting from construction activities with tenants and the local air traffic facility(control tower, approach control,or air traffic control center), and must provide information on closed or hazardous conditions on airport movement areas to the FAA Flight Service Station(FSS) so it can issue a NOTAM. The airport operator must file and maintain a list of authorized representatives with the FSS. Refer to AC 150/5200-28,Notices to Airmen(NOTAMs) for Airport Operators,for a sample NOTAM form. Only the FAA may issue or cancel NOTAMs on shutdown or irregular operation of FAA owned facilities. Any person having reason to believe that a NOTAM is missing, incomplete, or inaccurate must notify the airport operator. See paragraph 207.a(1) above regarding issuing NOTAMs for partially closed runways versus runways with displaced thresholds. c. Emergency notification procedures for medical, fire fighting, and police response. , d. Coordination with ARFF. The CSPP must detail procedures for coordinating through the airport sponsor with ARFF personnel,mutual aid providers, and other emergency services if construction requires: • The deactivation and subsequent reactivation of water lines or fire hydrants,or • The rerouting,blocking and restoration of emergency access routes, or • The use of hazardous materials on the airfield. e. Notification to the FAA. ' (1) Part 77.Any person proposing construction or alteration of objects that affect navigable airspace, as defined in Part 77,must notify the FAA. This includes construction equipment and proposed parking areas for this equipment(i.e.cranes, graders, other equipment)on airports. FAA Form 7460-1, Notice of Proposed Construction or Alteration, can be used for this purpose and submitted to the appropriate FAA Airports Regional or District Office. See Appendix 1,Related Reading Material,to download the form. Further guidance is available on the FAA web site at oeaaa.faa.gov. Chapter 2 Construction Safety and Phasing Plans 16 1 ' September 29,2011 AC 150/5370-2F (2) Part 157. With some exceptions,Title 14 CFR Part 157,Notice of Construction, ' Alteration,Activation, and Deactivation of Airports,requires that the airport operator notify the FAA in writing whenever a non-Federally funded project involves the construction of a new airport;the construction,realigning, altering, activating,or abandoning of a runway, landing strip,or associated ' taxiway; or the deactivation or abandoning of an entire airport.Notification involves submitting FAA Form 7480-1,Notice of Landing Area Proposal,to the nearest FAA Airports Regional or District Office. See Appendix 1,Related Reading Material to download the form. (3) NAVAIDS.For emergency(short-notice)notification about impacts to both airport owned and FAA owned NAVAIDs, contact: 866-432-2622. (a) Airport owned/FAA maintained. If construction operations require a shutdown of ' more than 24 hours, or more than 4 hours daily on consecutive days,of a NAVAID owned by the airport but maintained by the FAA,provide a 45-day minimum notice to FAA ATO/Technical Operations prior to facility shutdown. ' (b) FAA owned. (i) General. The airport operator must notify the appropriate FAA ATO Service ' Area Planning and Requirements(P&R)Group a minimum of 45 days prior to implementing an event that causes impacts to NAVAIDs. (Impacts to FAA equipment covered by a Reimbursable Agreement (RA)do not have to be reported by the airport operator.) ' (ii) Coordinate work for an FAA owned NAVAID shutdown with the local FAA ATO/Technical Operations office, including any necessary reimbursable agreements and flight checks. Detail procedures that address unanticipated utility outages and cable cuts that could impact FAA ' NAVAIDs. In addition,provide seven days notice to schedule the actual shutdown. 214. Inspection Requirements. a. Daily Inspections.Inspections should be conducted at least daily,but more frequently if necessary to ensure conformance with the CSPP. A sample checklist is provided in Appendix 3, Safety and Phasing Plan Checklist. See also AC 150/5200-18, Airport Safety Self-Inspection. ' b. Final Inspections.New runways and extended runway closures may require safety inspections at certificated airports prior to allowing air carrier service. Coordinate with the FAA Airport Certification Safety Inspector(ACSI)to determine if a fmal inspection will be necessary. 215. Underground Utilities. The CSPP and/or SPCD must include procedures for locating and ' protecting existing underground utilities,cables,wires,pipelines,and other underground facilities in excavation areas. This may involve coordinating with public utilities and FAA ATO/Technical Operations.Note that"One Call"or"Miss Utility" services do not include FAA ATO/Technical ' Operations 216. Penalties. The CSPP should detail penalty provisions for noncompliance with airport rules and regulations and the safety plans(for example, if a vehicle is involved in a runway incursion). Such penalties typically include rescission of driving privileges or access to the AOA. 217. Special Conditions. The CSPP must detail any special conditions that affect the operation of the ' airport and will require the activation of any special procedures (for example, low-visibility operations, snow removal,aircraft in distress,aircraft accident, security breach,Vehicle/Pedestrian Deviation(VPD) and other activities requiring construction suspension/resumption). 111 17 Chapter 2 Construction Safety and Phasing Plans I AC 150/5370-2F September 29,2011 I 218. Runway and Taxiway Visual Aids.Includes marking, lighting, signs,and visual NAVAIDS. The CSPP must ensure that areas where aircraft will be operating are clearly and visibly separated from I construction areas, including closed runways. Throughout the duration of the construction project,verify that these areas remain clearly marked and visible at all times and that marking, lighting, signs, and visual NAVAIDs remain in place and operational. The CSPP must address the following, as appropriate: I a. General. Airport markings, lighting, signs, and visual NAVAIDs must be clearly visible to pilots, not misleading, confusing, or deceptive. All must be secured in place to prevent movement by prop wash, I jet blast,wing vortices, or other wind currents and constructed of materials that would minimize damage to an aircraft in the event of inadvertent contact. b. Markings.Markings must be in compliance with the standards of AC 150/5340-1, Standards for I Airport Markings. Runways and runway exit taxiways closed to aircraft operations are marked with a yellow X. The preferred visual aid to depict temporary runway closure is the lighted X signal placed on or near the runway designation numbers. (See paragraph 218.b(1)(b)below.) I (1) Closed Runways and Taxiways. (a) Permanently Closed Runways. For runways, obliterate the threshold marking, I runway designation marking, and touchdown zone markings, and place Xs at each end and at 1,000-foot (300 m) intervals. I e r V ,i,. .....cir ,i .,.- ....... I 11 , i F I I ilititiiiiiiiiiii, ._m µ 1 IFigure 2-1 Markings for a Temporarily Closed Runway Chapter 2 Construction Safety and Phasing Plans 18 I I ISeptember 29,2011 AC 150/5370-2F (b) Temporarily Closed Runways. For runways that have been temporarily closed, place an X at the each end of the runway directly on or as near as practicable to the runway designation Inumbers. Figure 2-1 illustrates. (c) Partially Closed Runways and Displaced Thresholds. When threshold markings I are needed to identify the temporary beginning of the runway that is available for landing, the markings must comply with AC 150/5340-1. An X is not used on a partially closed runway or a runway with a displaced threshold. See paragraph 207.a(1)above for the difference between partially closed runways Iand runways with displaced thresholds. (i) Partially Closed Runways. Pavement markings for temporary closed portions of the runway consist of a runway threshold bar and yellow chevrons to identify pavement areas that are Iunsuitable for takeoff or landing(see AC 150/5340-1). (ii) Displaced Thresholds. Pavement markings for a displaced threshold consist of a Irunway threshold bar and white arrowheads with and without arrow shafts. These markings are required to identify the portion of the runway before the displaced threshold to provide centerline guidance for pilots during approaches,takeoffs, and landing rollouts from the opposite direction. See AC 150/5340-1. I (d) Taxiways. (i) Permanently Closed Taxiways. AC 150/5300-13 notes that it is preferable to I remove the pavement,but for pavement that is to remain,place an X at the entrance to both ends of the closed section. Obliterate taxiway centerline markings, including runway leadoff lines, leading to the closed taxiway. Figure 2-2 illustrates. I . i ° 1 1 X '" .�i• .A� ,moi- a m' ', -----1';'-iT II / / Figure 2-2 Taxiway Closure I21 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29,2011 (ii) Temporarily Closed Taxiways. Place barricades outside the safety area of intersecting taxiways. For runway/taxiway intersections,place an X at the entrance to the closed taxiway from the runway. If the taxiway will be closed for an extended period, obliterate taxiway centerline markings, including runway leadoff lines, leading to the closed section. If the centerline markings will be reused upon reopening the taxiway, it is preferable to paint over the marking. This will result in less damage to the pavement when the upper layer of paint is ultimately removed. (e) Temporarily Closed Airport. When the airport is closed temporarily,mark all the runways as closed. (2) If unable to paint temporary markings on the pavement, construct them from any of the following materials: fabric,colored plastic, painted sheets of plywood, or similar materials. They must be properly configured and appropriately secured to prevent movement by prop wash,jet blast,or other wind currents. (3) It may be necessary to remove or cover runway markings, including but not limited to, runway designation markings,threshold markings, centerline markings, edge stripes,touchdown zone markings and aiming point markings,depending on the length of construction and type of activity at the airport. When removing runway markings, apply the same treatment to areas between stripes or numbers, as the cleaned area will appear to pilots as a marking in the shape of the treated area. (4) If it is not possible to install threshold bars, chevrons,and arrows on the pavement, ' temporary outboard markings may be used. Locate them outside of the runway pavement surface on both sides of the runway. The dimension along the runway direction must be the same as if installed on the pavement. The lateral dimension must be at least one-half that of on-pavement markings. If the markings are not discernible on grass or snow,apply a black background with appropriate material over the ground to ensure they are clearly visible. (5) The application rate of paint to mark a short-term temporary runway and taxiway I markings may deviate from the standard(see Item P-620, "Runway and Taxiway Painting," in AC 150/5370-10),but the dimensions must meet the existing standards. c. Lighting and Visual NAVAIDs. This paragraph refers to standard runway and taxiway lighting g g systems. See below for hazard lighting. Lighting must be in conformance with AC 150/5340-30,Design and Installation Details for Airport Visual Aids, and AC 150/5345-50, Specification for Portable Runway and Taxiway Lights. When disconnecting runway and taxiway lighting fixtures, disconnect the associated isolation transformers. Alternately,cover the light fixture in such a way as to prevent light leakage. Avoid removing the lamp from energized fixtures because an excessive number of isolation transformers with open secondaries may damage the regulators and/or increase the current above its normal value. Secure, identify,and place any above ground temporary wiring in conduit to prevent electrocution and fire ignition sources. (1) Permanently Closed Runways and Taxiways. For runways and taxiways that have been permanently closed,disconnect the lighting circuits. (2) Temporarily Closed Runways. If available, use a lighted X, both at night and during the day,placed at each end of the runway facing the approach. The use of a lighted X is required if night work requires runway lighting to be on. See AC 150/5345-55, Specification for L-893,Lighted Visual Aid to Indicate Temporary Runway Closure.For runways that have been temporarily closed,but for an extended period,and for those with pilot controlled lighting, disconnect the lighting circuits or secure switches to prevent inadvertent activation. For runways that will be opened periodically, coordinate procedures with the FAA air traffic manager or, at airports without an ATCT,the airport operator. Activate stop bars if available. Figure 2-3 shows a lighted X by day. Figure 2-4 shows a lighted X at night. 21 Chapter 2 Construction Safety and Phasing Plans I AC 150/5370-2F September 29, 2011 I • I • • • - if' k " • a I I I I Figure 2-3 Lighted X in Daytime I • w • s •0 40411 #rte * I IFigure 2-4 Lighted X at Night I (3) Partially Closed Runways and Displaced Thresholds. When a runway is partially closed, a portion of the pavement is unavailable for any aircraft operation,meaning taxiing and landing or taking off in either direction. A displaced threshold,by contrast, is put in place to ensure obstacle clearance by landing aircraft. The pavement prior to the displaced threshold is available for takeoff in the I direction of the displacement, and for landing and takeoff in the opposite direction. Misunderstanding this difference and issuance of a subsequently inaccurate NOTAM.can result in a hazardous situation. For both partially closed runways and displaced thresholds, approach lighting systems at the affected end must be Iplaced out of service (a) Partially Closed Runways. Disconnect edge and threshold lights on that part of the runway at and behind the threshold(that is,the portion of the runway that is closed). Alternately, I cover the light fixture in such a way as to prevent light leakage. I Chapter 2 Construction Safety and Phasing Plans 22 I September 29,2011 AC 150/5370-2F I (b) Displaced Thresholds. Edge lighting in the area of the displacement emits red light in the direction of approach and yellow light in the opposite direction. Centerline lights are blanked I out in the direction of approach if the displacement is 700 ft or less. If the displacement is over 700 feet, place the centerline lights out of service. See AC 150/5340-30 for details on lighting displaced thresholds. (c) Temporary runway thresholds and runway ends must be lighted if the runway is I lighted and it is the intended threshold for night landings or instrument meteorological conditions. (d) A temporary threshold on an unlighted runway may be marked by retroreflective, elevated markers in addition to markings noted in paragraph 218.b(1)(c)above. Markers seen by aircraft I on approach are green. Markers at the rollout end of the runway are red. At certificated airports,temporary elevated threshold markers must be mounted with a frangible fitting(see 14 CFR Part 139.309). At non- certificated airports,the temporary elevated threshold markings may either be mounted with a frangible I fitting or be flexible. See AC 150/5345-39, Specification for L-853,Runway and Taxiway Retroreflective Markers. (e) Temporary threshold lights and end lights and related visual NAVAIDs are I installed outboard of the edges of the full-strength pavement only when they cannot be installed on the pavement. They are installed with bases at grade level or as low as possible,but not more than 3 in(7.6 cm) above ground. When any portion of a base is above grade,place properly compacted fill around the I base to minimize the rate of gradient change so aircraft can, in an emergency,cross at normal landing or takeoff speeds without incurring significant damage. See AC 150/5370-10. (f) Maintain threshold and edge lighting color and spacing standards as described in I AC 150/5340-30.Battery powered,solar,or portable lights that meet the criteria in AC 150/5345-50 may be used.These systems are intended primarily for visual flight rules(VFR)aircraft operations but may be used for instrument flight rules(IFR)aircraft operations,upon individual approval from the Flight I Standards Division of the applicable FAA Regional Office. (g) Reconfigure yellow lenses(caution zone),as necessary. If the runway has centerline lights,reconfigure the red lenses, as necessary,or place the centerline lights out of service. I (h) Relocate the visual glide slope indicator(VGSI), such as VASI and PAPI; other airport lights, such as Runway End Identifier Lights(REIL); and approach lights to identify the temporary I threshold.Another option is to disable the VGSI or any equipment that would give misleading indications to pilots as to the new threshold location. Installation of temporary visual aids may be necessary to provide adequate guidance to pilots on approach to the affected runway. If the FAA owns and operates the VGSI, I coordinate its installation or disabling with the local ATO/Technical Operations Office.Relocation of such visual aids will depend on the duration of the project and the benefits gained from the relocation,as this can result in great expense. I(i) Issue a NOTAM to inform pilots of temporary lighting conditions. (4) Temporarily Closed Taxiways.If possible, deactivate the taxiway lighting circuits. When deactivation is not possible(for example other taxiways on the same circuit are to remain open), I cover the light fixture in such a way as to prevent light leakage. d. Signs.To the extent possible, signs must be in conformance with AC 150/5345-44, Specification I for Runway and Taxiway Signs and AC 150/5340-18, Standard for Airport Sign Systems. Any time a sign does not serve its normal function; it must be covered or removed to prevent misdirecting pilots. Note that information signs identifying a crossing taxiway continue to perform their normal function even I if the crossing taxiway is closed. For long term construction projects, consider relocating signs, especially runway distance remaining signs. I 23 Chapter 2 Construction Safety and Phasing Plans I I I AC 150/5370-2F September 29,2011 219. Marking and Signs for Access Routes. The CSPP should indicate that pavement markings and signs for construction personnel will conform to AC 150/5340-18 and,to the extent practicable, with the Federal Highway Administration Manual on Uniform Traffic Control Devices (MUTCD)and/or State highway specifications. Signs adjacent to areas used by aircraft must comply with the frangibility I requirements of AC 150/5220-23,Frangible Connections,whichmodification may require q to size and height guidance in the MUTCD. I220. Hazard Marking,Lighting and Signing. a. Hazard Marking and Lighting Prevents Pilots from entering areas closed to aircraft, and I prevents construction personnel from entering areas open to aircraft. The CSPP must specify prominent, comprehensible warning indicators for any area affected by construction that is normally accessible to aircraft,personnel, or vehicles. Hazard marking and lighting must also be specified to identify open Imanholes,small areas under repair, stockpiled material, waste areas, and areas subject to jet blast. Also consider less obvious construction-related hazards and include markings to identify FAA, airport, and National Weather Service facilities cables and power lines; instrument landing system(ILS)critical areas; airport surfaces, such as RSA,OFA, and OFZ; and other sensitive areas to make it easier for contractor Ipersonnel to avoid these areas. b. Equipment. I (1) Barricades,including traffic cones, (weighted or sturdily attached to the surface)are acceptable methods used to identify and define the limits of construction and hazardous areas on airports. Careful consideration must be given to selecting equipment that poses the least danger to aircraft but is Isturdy enough to remain in place when subjected to typical winds,prop wash and jet blast. The spacing of barricades must be such that a breach is physically prevented barring a deliberate act. For example, if barricades are intended to exclude vehicles,gaps between barricades must be smaller than the width of the I excluded vehicles,generally 4 ft.Provision must be made for ARFF access if necessary. If barricades are intended to exclude pedestrians,they must be continuously linked. Continuous linking may be accomplished through the use of ropes, securely attached to prevent FOD. I (2) Lights must be red,either steady burning or flashing, and must meet the luminance requirements of the State Highway Department. Batteries powering lights will last longer if lights flash. Lights must be mounted on barricades and spaced at no more than 10 ft. Lights must be operated between Isunset and sunrise and during periods of low visibility whenever the airport is open for operations. They may be operated by photocell,but this may require that the contractor turn them on manually during periods of low visibility during daytime hours. I (3) Supplement barricades with signs (for example "No Entry,""No Vehicles")as necessary. (4) Air Operations Area—General.Barricades are not permitted in any active safety area. I Within a runway or taxiway object free area,and on aprons,use orange traffic cones, flashing or steady burning red lights as noted above, collapsible barricades marked with diagonal,alternating orange and white stripes; and/or signs to separate all construction/maintenance areas from the movement area. I Barricades may be supplemented with alternating orange and white flags at least 20 by 20 in(50 by 50 cm)square and securely fastened to eliminate FOD. All barricades adjacent to any open runway or taxiway/taxilane safety area, or apron must be as low as possible to the ground, and no more than 18 in Ihigh, exclusive of supplementary lights and flags. Barricades must be of low mass; easily collapsible upon contact with an aircraft or any of its components;and weighted or sturdily attached to the surface to prevent displacement from prop wash,jet blast, wing vortex, or other surface wind currents. If affixed to the surface,they must be frangible at grade level or as low as possible,but not to exceed 3 in(7.6 cm) Iabove the ground. Figure 2-5 and Figure 2-6 show sample barricades with proper coloring and flags. I Chapter 2 Construction Safety and Phasing Plans 24 1 September 29, 2011 AC 150/5370-2F ' 1 • -, ," .a.* ^„ xs=, _ ..,. 'c ,., tea Figure 2-5 Interlocking Barricades • } i Figure 2-6 Low Profile Barricades ' (5) Air Operations Area—Runway/Taxiway Intersections.Use highly reflective barricades with lights to close taxiways leading to closed runways. Evaluate all operating factors when determining how to mark temporary closures that can last from 10 to 15 minutes to a much longer period of time. However, even for closures of relatively short duration, close all taxiway/runway intersections with barricades. The use of traffic cones is appropriate for short duration closures. (6) Air Operations Area—Other.Beyond runway and taxiway object free areas and aprons, barricades intended for construction vehicles and personnel may be many different shapes and made from various materials, including railroad ties,sawhorses,jersey barriers, or barrels. (7) Maintenance. The construction specifications must include a provision requiring the contractor to have a person on call 24 hours a day for emergency maintenance of airport hazard lighting and barricades. The contractor must file the contact person's information with the airport operator. Lighting should be checked for proper operation at least once per day,preferably at dusk. 1 25 Chapter 2 Construction Safety and Phasing Plans I I AC 150/5370-2F September 29, 2011 221. Protection of Runway and Taxiway Safety Areas.Runway and taxiway safety areas, Obstacle I Free zones(OFZ),object free areas(OFA),and approach surfaces are described in AC 150/5300-13. Protection of these areas includes limitations on the location and height of equipment and stockpiled material. An FAA airspace study may be required. Coordinate with the appropriate FAA Airports I Regional or District Office if there is any doubt as to requirements or dimensions(See paragraph 213.e above.)as soon as the location and height of materials or equipment are known. The CSPP should include drawings showing all safety areas, object free areas, obstacle free zones and approach departure surfaces affected by construction. Ia. Runway SafetyArea(RSA). A runway safetyare area is the defined surface surrounding the runway prepared or suitable for reducing the risk of damage to airplanes in the event of an undershoot, I overshoot, or excursion from the runway(see AC 150/5300-13). Construction activities within the existing RSA are subject to the following conditions: I (1) No construction may occur within the existing RSA while the runway is open for aircraft operations. The RSA dimensions may be temporarily adjusted if the runway is restricted to aircraft operations requiring an RSA that is equal to the RSA width and length beyond the runway ends available during construction. (see AC 150/5300-13). The temporary use of declared distances and/or I partial runway closures may provide the necessary RSA under certain circumstances. Coordinate with the appropriate FAA Airports Regional or District Office to have declared distances information published. See AC 150/5300-13 for guidance on the use of declared distances. I (2) The airport operator must coordinate the adjustment of RSA dimensions as permitted above with the appropriate FAA Airports Regional or District Office and the local FAA air traffic manager and issue a NOTAM. I (3) The CSPP and SPCD must provide procedures for ensuring adequate distance for protection from blasting operations, if required by operational considerations. I (4) Excavations. (a) Open trenches or excavations are not permitted within the RSA while the runway Iis open. If possible,backfill trenches before the runway is opened. If the runway must be opened before excavations are backfilled,cover the excavations appropriately. Covering for open trenches must be designed to allow the safe operation of the heaviest aircraft operating on the runway across the trench without damage to the aircraft. I (b) Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with I red lights during hours of restricted visibility or darkness. (5) Erosion Control. Soil erosion must be controlled to maintain RSA standards,that is,the RSA must be cleared and graded and have no potentially hazardous ruts,humps, depressions,or other I surface variations, and capable,under dry conditions,of supporting snow removal equipment, aircraft rescue and fire fighting equipment, and the occasional passage of aircraft without causing structural damage to the aircraft. 1 b. Runway Object Free Area (ROFA). Construction, including excavations, may be permitted in the ROFA. However, equipment must be removed from ROFA when not in use, and material should not 111be stockpiled in ROFA if not necessary. Stockpiling material in the OFA requires submittal of a 7460-1 form and justification provided to the appropriate FAA Airports Regional or District Office for approval. c. Taxiway Safety Area(TSA). A taxiway safety area is a defined surface alongside the taxiway Iprepared or suitable for reducing the risk of damage to an airplane unintentionally departing the taxiway. (See AC 150/5300-13.)Construction activities within the TSA are subject to the following conditions: I Chapter 2 Construction Safety and Phasing Plans 26 I September 29,2011 AC 150/5370-2F I (1) No construction may occur within the TSA while the taxiway is open for aircraft operations. The TSA dimensions may be temporarily adjusted if the taxiway is restricted to aircraft I operations requiring a TSA that is equal to the TSA width available during construction(see AC 150/5300-13,Table 4-1). (2) The airport operator must coordinate the adjustment of the TSA width as permitted I above with the appropriate FAA Airports Regional or District Office and the FAA air traffic manager and issue a NOTAM. (3) The CSPP and SPCD must provide procedures for ensuring adequate distance for I protection from blasting operations. (4) Excavations. I(a) Open trenches or excavations are not permitted within the TSA while the taxiway is open. If possible,backfill trenches before the taxiway is opened.If the taxiway must be opened before excavations are backfilled,cover the excavations appropriately. Covering for open trenches must be I designed to allow the safe operation of the heaviest aircraft operating on the taxiway across the trench without damage to the aircraft. (b) Construction contractors must prominently mark open trenches and excavations at the construction site with red or orange flags, as approved by the airport operator, and light them with red lights during hours of restricted visibility or darkness. I (5) Erosion Control. Soil erosion must be controlled to maintain TSA standards,that is,the TSA must be cleared and graded and have no potentially hazardous ruts,humps,depressions, or other surface variations, and capable,under dry conditions, of supporting snow removal equipment, aircraft I rescue and fire fighting equipment,and the occasional passage of aircraft without causing structural damage to the aircraft. d. Taxiway Object Free Area(TOFA).Unlike the Runway Object Free Area, aircraft wings I regularly penetrate the taxiway object free area during normal operations. Thus the restrictions are more stringent. Except as provided below,no construction may occur within the taxiway object free area while the taxiway is open for aircraft operations. I (1) The taxiway object free area dimensions may be temporarily adjusted if the taxiway is restricted to aircraft operations requiring a taxiway object free area that is equal to the taxiway object free area width available. I (2) Offset taxiway pavement markings may be used as a temporary measure to provide the required taxiway object free area. Where offset taxiway pavement markings are provided,centerline I lighting or reflectors are required. (3) Construction activity may be accomplished without adjusting the width of the taxiway object free area, subject to the following restrictions: I(a)Appropriate NOTAMs are issued. (b)Marking& lighting meeting provisions of paragraphs 218 &220 above are implemented. I(c)Five-foot clearance is maintained between equipment and materials and any part of an aircraft(includes wingtip overhang). In these situations,flaggers must be used to direct construction equipment,and wing walkers will be necessary to guide aircraft. Wing walkers should be airline/aviation personnel rather than construction workers. If such clearance can only be maintained if an aircraft does not have full use of the entire taxiway width(with its main landing gear at the edge of the pavement),then it will be necessary to move personnel and equipment for the passage of that aircraft. I 27 Chapter 2 Construction Safety and Phasing Plans I 1 AC 150/5370-2F September 29,2011 e. Obstacle Free Zone(OFZ). In general,personnel,material,and/or equipment may not penetrate the OFZ while the runway is open for aircraft operations. If a penetration to the OFZ is necessary, it may ' be possible to continue aircraft operations through operational restrictions. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. If. Runway Approach/Departure Areas and Clearways. All personnel,materials, and/or equipment must remain clear of the applicable threshold siting surfaces,as defined in Appendix 2, "Threshold Siting Requirements,"of AC 150/5300-13. Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures. Coordinate with the FAA through the appropriate FAA Airports Regional or District Office. (1) Construction activity in a runway approach/departure area may result in the need to ' partially close a runway or displace the existing runway threshold. Partial runway closure,displacement of the runway threshold,as well as closure of the complete runway and other portions of the movement area also require coordination through the airport operator with the appropriate FAA air traffic manager (FSS if non-towered)and ATO/Technical Operations(for affected NAVAIDS) and airport users. (2) Caution regarding partial runway closures. When filing a NOTAM for a partial runway closure,clearly state to OCC personnel that the portion of pavement located prior to the threshold ' is not available for landing and departing traffic. In this case,the threshold has been moved for both landing and takeoff purposes(this is different than a displaced threshold). There may be situations where the portion of closed runway is available for taxiing only. If so,the NOTAM must reflect this condition). ' (3) Caution regarding displaced thresholds. : Implementation of a displaced threshold affects runway length available for aircraft landing over the displacement. Depending on the reason for the displacement(to provide obstruction clearance or RSA), such a displacement may also require an ' adjustment in the landing distance available and accelerate-stop distance available in the opposite direction. If project scope includes personnel, equipment, excavation, other work. within the existing RSA of any usable runway end, do not implement a displaced threshold unless arrivals and departures toward the construction activity are prohibited. Instead, implement a partial closure. 222. Other Limitations on Construction. The CSPP must specify any other limitations on ' construction, including but not limited to: a. Prohibitions. (1) No use of tall equipment(cranes, concrete pumps,and so on)unless a 7460-1 determination letter is issued for such equipment. (2) No use of open flame welding or torches unless fire safety precautions are provided and the airport operator has approved their use. (3) No use of electrical blasting caps on or within 1,000 ft(300 m)of the airport property. ' See AC 150/5370-10. (4) No use of flare pots within the AOA. b. Restrictions. (1) Construction suspension required during specific airport operations. ' (2) Areas that cannot be worked on simultaneously. (3) Day or night construction restrictions. (4) Seasonal construction restrictions. 29 Chapter 2 Construction Safety and Phasing Plans AC 150/5370-2F September 29,2011 I 1 1 1 I 1 Intentionally Left Blank 1 I I I 1 I Chapter 2 Construction Safety and Phasing Plans 30 1 September 29, 2011 AC 150/5370-2F Chapter 3. Guidelines for Writing a CSPP 301. General Requirements. The CSPP is a standalone document written to correspond with the subjects outlined in Chapter 2, Section 1,paragraph 204. The CSPP is organized by numbered sections corresponding to each subject listed in Chapter 2, Section 1,paragraph 204,and described in detail in Chapter 2, Section 2. Each section number and title in CSPP matches the corresponding subject outlined in Chapter 2,paragraph 204(for example, 1. Coordination,2. Phasing,3. Areas and Operations Affected by the Construction Activity,and so on.). With the exception of the project scope of work outlined in ' Section 2. Phasing, only subjects specific to operational safety during construction should be addressed. 302. Applicability of Subjects. Each section should,to the extent practical, focus on the specific ' subject. Where an overlapping requirement spans several sections,the requirement should be explained in detail in the most applicable section. A reference to that section should be included in all other sections where the requirement may apply. For example,the requirement to protect existing underground FAA ' Instrument Landing System(ILS)cables during trenching operations could be considered FAA ATO coordination(Section 1. Coordination,paragraph 205.c),an area and operation affected by the construction activity(Section 3. Areas and Operations Affected by the Construction Activity,paragraph 207.a(4)), a protection of a NAVAID(Section 4. Protection of Navigational Aids(NAVAIDs),paragraph 208), or a notification to the FAA of construction activities(Section 9.Notification of Construction Activities,paragraph 210.e(3)(b)). However, it is more specifically an underground utility requirement (Section 11. Underground Utilities,paragraph 215). The procedure for protecting underground ILS cables ' during trenching operations should therefore be described in Section 11: "The contractor must coordinate with the local FAA System Support Center(SSC) to mark existing ILS cable routes along Runway 17-35. The ILS cables will be located by hand digging whenever the trenching operation moves within 10 feet of ' the cable markings."All other applicable sections should include a reference to Section 11: "ILS cables shall be identified and protected as described in Section 11"or"See Section 11 for ILS cable identification and protection requirements."Thus,the CSPP should be considered as a whole, with no need to duplicate responses to related issues. 303. Graphical Representations. Construction safety drawings should be included in the CSPP as ' attachments. When other graphical representations will aid in supporting written statements,the drawings, diagrams, and/or photographs should also be attached to the CSPP. References should be made in the CSPP to each graphical attachment and may be made in multiple sections. 304. Reference Documents.The CSPP must not incorporate a document by reference unless reproduction of the material in that document is prohibited. In that case,either copies of or a source for the referenced document must be provided to the contractor. ' 305. Restrictions.CSPP should not be considered as a project design review document. CSPP must also avoid mention of permanent("as-built")features such as pavements, markings, signs,and lighting, except when such features are intended to aid in maintaining operational safety during the construction. 306. Coordination.Include in this section a detailed description of conferences and meetings both ' before and during the project. Include appropriate information from AC 150/5300-9. Discuss coordination procedures and schedules for each required FAA ATO airway facility shutdown and restart and all required flight inspections. ' 307. Phasing.Include in this section a detailed scope of work description for the project as a whole and each phase of work covered by the CSPP. This includes all locations and durations of the work ' proposed. Attach drawings to graphically support the written scope of work. Detail in this section the sequenced phases of proposed construction. Include a reference to paragraph 308 below, as appropriate. 31 Chapter 3 Guidelines for Writing a CSPP 1 AC 150/5370-2F September 29,2011 I 308. Areas and Operations Affected By Construction. Focus in this section on identifying the areas and operations affected by the construction.Describe corresponding mitigation that is not covered in detail elsewhere in the CSPP. Include references to paragraphs below as appropriate. Attach drawings as I necessary to graphically describe affected areas and mechanisms proposed. Tables and charts such as the following may be helpful in highlighting issues to be addressed. Table 3-1 Sample Operations Effects 1 Pro Runway 15-33 Reconstruction P Phase II:Reconstruct Runway 15 End I Scope of Reconstruct 1,000 ft of north end of Runway 15-33 with Portland Cement Concrete(PCC). Wn Operational Requirements Normal(Existing) Phase II(Anticipated) I Carrier:52/day GA: Carrier:52/day Runway 15 Average Aircraft Operations 26/day Military: 11 GA:20/day /day Military:0/day I Carrier:40/day GA: Carrier:20/day Runway 33 Average Aircraft Operations 18/day Military: 10 GA:5/day /day Military:0/day I Runway 15-33 ARC C-IV C-IV Runway 15 Approach Visibility Min. 3/4 mile 1 mile I Runway 33 Approach Visibility Min. 3/4 mile 1 mile TORA:7,820 TORA:6,420 TODA:7,820 TODA:6,420 I Runway 15 Declared Distances ASDA:7,820 ASDA:6,420 LDA:7,820 LDA:6,420 TORA:8,320 TORA:6,920 TODA:8,320 TODA:6,920 Runway 33 Declared Distances I ASDA:8,320 ASDA:6,920 LDA:7,820 LDA:6,420 ILS LOC only I Runway 15 Approach Procedures RNAV N/A VOR N/A ILS Visual only I Runway 33 Approach Procedures RNAV N/A VOR N/A Runway 15 NAVAIDs ILS/DME,MALSR,RVR LOC/DME,PAPI(temp),RVR I Runway 33 NAVAIDs MALSF,MALSF,PAPI, RVR MALSF,PAPI,RVR Taxiway G ADG IV N/A between T/W H&R/W 15 end 1 Taxiway E ADG IV IV ATCT(hours open) 06:00—24:00 local 06:00—24:00 local I ARFF D D Air National Guard(ANG) Military operations relocated to I Special Conditions military operations alternate ANG Base Airline XY7 regnirec VUST Airline XY7 regnirec VUST 33 Chapter 3 Guidelines for Writing a CSPP I September 29,2011 AC 150/5370-2F Complete the following chart for each phase to determine the area that must be protected along the ' runway edges: Aircraft Approach Airplane Design Group* RSA Width in Feet Runway Category A,B,C,orD I,II,III,or IV Divided by 2* *See AC 150/5300-13 to complete the chart for a specific runway. Complete the following chart for each phase to determine the area that must be protected before the ' runway threshold: Airplane Aircraft Minimum p Minimum Distance to Threshold Runway EndApproach Safety Area ' Number Design Group* Category* Prior to the Based on Required Approach I,II,III,or IV , A,B,C,or D Threshold* Slope* ft ft : 1 ft ft : 1 ft ft : 1 I ft ft : 1 *See AC 150/5300-13 to complete the chart for a specific runway. 309. Navigation Aid(NAVAID)Protection. List in this section all NAVAID facilities that will be affected by the construction. Identify NAVAID facilities that will be placed out of service at any time prior to or during construction activities. Identify individuals responsible for coordinating each shutdown ' and when each facility will be out of service. Include a reference to paragraph 306 above for FAA ATO NAVAID shutdown,restart, and flight inspection coordination. Outline in detail procedures to protect each NAVAID facility remaining in service from interference by construction activities.Include a ' reference to paragraph 314 for the issuance of NOTAMs as required. Include a reference to paragraph 316 for the protection of underground cables and piping serving NAVAIDs. If temporary visual aids are proposed to replace or supplement existing facilities, include a reference to paragraph 319. Attach drawings to graphically indicate the affected NAVAIDS and the corresponding critical areas. 310. Contractor Access. This will necessarily be the most extensive section of the CSPP. Provide sufficient detail so that a contractor not experienced in working on airports will understand the unique restrictions such work will require. Due to this extent,it should be broken down into subsections as described below: ' a. Location of Stockpiled Construction Materials.Describe in this section specific locations for stockpiling material.Note any height restrictions on stockpiles. Include a reference to paragraph 321 for hazard marking and lighting devices used to identify stockpiles. Include a reference to paragraph 311 for ' provisions to prevent stockpile material from becoming wildlife attractants. Include a reference to paragraph 312 for provisions to prevent stockpile material from becoming FOD. Attach drawings to graphically indicate the stockpile locations. 33 Chapter 3 Guidelines for Writing a CSPP AC 150/5370-2F September 29, 2011 i b. Vehicle and Pedestrian Operations.While there are many items to be addressed in this major subsection of the CSPP, all are concerned with one main issue: keeping people and vehicles from areas of the airport where they don't belong. This includes preventing unauthorized entry to the AOA& preventing the improper movement of pedestrians or vehicles on the airport. In this section, focus on mechanisms to prevent construction vehicles and workers traveling to and from the worksite from unauthorized entry into movement areas. Specify locations of parking for both employee vehicles and construction equipment, and routes for access and haul roads. In most cases,this will best be accomplished by attaching a drawing. Quote from AC 150/5210-5 specific requirements for contractor vehicles rather than referring to the AC as a whole, and include special requirements for identifying Hazardous Material(HAZMAT)vehicles. Quote from,rather than incorporate by reference,AC 150/5210-20 as appropriate to address the airport's rules for ground vehicle operations, including its training program. Discuss the airport's recordkeeping system listing authorized vehicle operators. c. Two-Way Radio Communications. Include a special section to identify all individuals who are required to maintain communications with Air Traffic(AT)at airports with active towers,or monitor Common Traffic Advisory Frequencies(CTAF)at airports without or with closed ATCT. Include training requirements for all individuals required to communicate with AT.Individuals required to monitor AT frequencies should also be identified. If construction employees are also required to communicate by radio with Airport Operations,this procedure should be described in detail.Usage of vehicle mounted radios and/or portable radios should be addressed. Communication procedures for the event of disabled radio communication(that is, light signals,telephone numbers, others)must be included. All radio frequencies should by identified(Tower,Ground Control, CTAF,UNICOM,ATIS, and so on). ' d. Airport Security.Address security as it applies to vehicle and pedestrian operations. Discuss TSA requirements, security badging requirements,perimeter fence integrity, gate security, and other needs. Attach drawings to graphically indicate secured and/or Security Identification Display Areas (SIDA),perimeter fencing,and available access points. 311. Wildlife Management. Discuss in this section wildlife management procedures. Describe the 1 maintenance of existing wildlife mitigation devices, such as perimeter fences,and procedures to limit wildlife attractants. Include procedures to notify Airport Operations of wildlife encounters. Include a reference to paragraph 310 for security(wildlife)fence integrity maintenance as required. 312. Foreign Object Debris(FOD)Management.In this section,discuss methods to control and monitor FOD: worksite housekeeping,ground vehicle tire inspections,runway sweeps, and so on. Include a reference to paragraph 315 for inspection requirements as required. 313. Hazardous Materials (HAZMAT)Management.Describe in this section HAZMAT management procedures: fuel deliveries,spill recovery procedures,Material Safety Data Sheet(MSDS) availability, and other considerations. Any specific airport HAZMAT restrictions should also be identified. Include a reference to paragraph 310 for HAZMAT vehicle identification requirements. Quote from,rather than incorporate by reference,AC 150/5320-15. 314. Notification of Construction Activities. List in this section the names and telephone numbers of points of contact for all parties affected by the construction project. We recommend a single list that includes all telephone numbers required under this section. Include emergency notification procedures for representatives of all parties potentially impacted by construction. Identify individual representatives —and at least one alternate—for each party. List both on-duty and off-duty contact information for each individual, including individuals responsible for emergency maintenance of airport construction hazard lighting and barricades. Describe procedures to coordinate immediate response to events that might adversely affect the operational safety of the airport(such as interrupted NAVAID service). ' Chapter 3 Guidelines for Writing a CSPP 34 S=ptember 29, 2011AC 150/5370-2F E plain requirements for and the procedures for the issuance of Notices to Airmen(NOTAMs), no tification to FAA required by 14 CFR Part 77 and Part 157 and in the event of affected NAVAIDs. For ' NO TAMs, identify an individual,and at least one alternate,responsible for issuing and cancelling each sp-cific type of Notice to Airmen(NOTAM)required.Detail notification methods for police,fire fighting, . • medical emergencies. This may include 911,but should also include direct phone numbers of local po lice departments and nearby hospitals. The local Poison Control number should be listed. Procedures re arding notification of Airport Operations and/or the ARFF Department of such emergencies should be id•ntified, as applicable. If airport radio communications are identified as a means of emergency ' n. ification, include a reference to paragraph 310. Differentiate between emergency and nonemergency no ification of ARFF personnel,the latter including activities that affect ARFF water supplies and access ro;•s. Identify the primary ARFF contact person and at least one alternate. If notification is to be made ' th lough Airport Operations,then detail this procedure. Include a method of confirmation from the ARFF de.artment. 31.. Inspection Requirements. Describe in this section inspection requirements to ensure airfield sa ety compliance. Include a requirement for routine inspections by the resident engineer(RE) and the co struction contractors. If the engineering consultants and/or contractors have a Safety Officer who will co duct such inspections, identify this individual. Describe procedures for special inspections, such as those required to reopen areas for aircraft operations. Part 139 requires daily airfield inspections at ce ificated airports,but these may need to be more frequent when construction is in progress. Discuss the ro e of such inspections on areas under construction. Include a requirement to immediately remedy any de iciencies,whether caused by negligence, oversight, or project scope change. 31 g. Underground Utilities. Explain how existing underground utilities will be located and protected. ' Id:ntify each utility owner and include contact information for each company/agency in the master list. A.dress emergency response procedures for damaged or disrupted utilities. Include a reference to p. agraph 314 above for notification of utility owners of accidental utility disruption as required. 31 . Penalties.Describe in this section specific penalties imposed for noncompliance with airport ru -s and regulations, including the CSPP: SIDA violations,Vehicle/Pedestrian Deviations(VPD), and ' of ers. 31:. Special Conditions. Identify any special conditions that may trigger specific safety mitigation ac dons outlined in this CSPP: low visibility operations,snow removal, aircraft in distress, aircraft ' ac:ident, security breach,VPD, and other activities requiring construction suspension/resumption. Ins lude a reference to paragraph 310 above for compliance with airport safety and security measures an' for radio communications as required. Include a reference to paragraph 319 below for emergency ' no ification of all involved parties, including police/security,ARFF, and medical services. 31 Y. Runway and Taxiway Visual Aids. Include marking, lighting, signs, and visual NAVAIDS. D. ail temporary runway and taxiway marking, lighting, signs,and visual NAVAIDs required for the co struction.Discuss existing marking, lighting, signs,and visual NAVAIDs that are temporarily, altered, ob iterated, or shut down. Consider non-federal facilities and address requirements for reimbursable ' ag eements necessary for alteration of FAA facilities and for necessary flight checks. Identify temporary T I RA signs or runway distance remaining signs if appropriate. Identify required temporary visual N VAIDs such as REIL or PAPI. Quote from,rather than incorporate by reference,AC 150/5340-1, St. dards for Airport Markings,AC 150/5340-18, Standards for Airport Sign Systems, and AC 151/5340-30,as required. Attach drawings to graphically indicate proposed marking, lighting,signs, and vis al NAVAIDs. 35 Chapter 3 Guidelines for Writing a CSPP AC 150/5370-2F September 29,2011 320. Marking and Signs for Access Routes. Detail plans for marking and signs for vehicle access routes. To the extent possible, signs should be in conformance with the Federal Highway Administration Manual on Uniform Traffic Control Devices(MUTCD)and/or State highway specifications, not hand ' lettered. Detail any modifications to the guidance in the MUTCD necessary to meet frangibility/height requirements. 321. Hazard Marking and Lighting. Specify all marking and lighting equipment, including when and where each type of device is to be used. Specify maximum gaps between barricades and the maximum spacing of hazard lighting. Identify one individual and at least one alternate responsible for maintenance of hazard marking and lighting equipment in the master telephone list. Include a reference to paragraph 314 above. Attach drawings to graphically indicate the placement of hazard marking and lighting equipment. 322. Protection of Runway and Taxiway Safety Areas. This section should focus exclusively on procedures for protecting all safety areas, including those altered by the construction: methods of demarcation, limit of access,movement within safety areas, stockpiling and trenching restrictions, and so on.Reference AC 150/5300-13: Airport Design as required.Include a reference to paragraph 310 above for procedures regarding vehicle and personnel movement within safety areas. Include a reference to paragraph 310 above for material stockpile restrictions as required.Detail requirements for trenching, excavations,and backfill. Include a reference to paragraph 321 for hazard marking and lighting devices used to identify open excavations as required. If runway and taxiway closures are proposed to protect safety areas,or if temporary displaced thresholds and/or revised declared distances are used to provide adequate Runway Safety Area, include a reference to paragraphs 314 and 319 above. Detail procedures for protecting the runway OFZ,runway OFA,taxiway OFA and runway approach surfaces including those altered by the construction: methods of demarcation, limit of cranes, storage of equipment, and so on. Quote from,rather than incorporate by reference,AC 150/5300-13: Airport Design as required. Include a reference to paragraph 323 for height(i.e. crane)restrictions as required. One way to address the height of equipment that will move during the project is to establish a three-dimensional"box"within which equipment will be confined that can be studied as a single object. Attach drawings to graphically indicate the safety area, OFZ,and OFA boundaries. 323. Other Limitations on Construction. This section should describe what limitations must be applied to each area of work and when each limitation will be applied: limitations due to airport operations,height(i.e. crane)restrictions, areas which cannot be worked at simultaneously, day/night work restrictions,winter construction,and other limitations. Include a reference to paragraph 307 above for project phasing requirements based on construction limitations as required. Chapter 3 Guidelines for Writing a CSPP 36 September 29, 2011 AC 150/5370-2F ' Appendix 1. Related Reading Material Obtain the latest version of the following free publications from the FAA on its Web site at hftp://www.faa.gov/airports/. ' A Title and Description Notices to Airmen(NOTAMs)for Airport Operators ' AC 150/5200-28 Guidance for using the NOTAM System in airport reporting. Airport Winter Safety and Operations ' AC 150/5200-30 Guidance for airport owners/operators on the development of an acceptable airport snow and ice control program and on appropriate field condition reporting procedures. Hazardous Wildlife Attractants On or Near Airports ' AC 150/5200-33 Guidance on locating certain land uses that might attract hazardous wildlife to public- use airports. ' AC 150/5210-5 Painting,Marking,and Lighting of Vehicles Used on an Airport. Guidance,specifications,and standards for painting,marking,and lighting vehicles operating in the airport air operations areas. ' Ground Vehicle Operations on Airports AC 150/5210-20 Guidance to airport operators on developing ground vehicle operation training ' programs. Airport Design AC 150/5300-13 FAA standards and recommendations for airport design,establishes approach visibility minimums as an airport design parameter,and contains the Object Free area and the obstacle free-zone criteria. Airport Foreign Object Debris Management ' AC 150/5310-24 Guidance for developing and managing an airport foreign object debris(FOD)program Water Supply Systems for Aircraft Fire and Rescue Protection. ' AC 150/5220-4 Guidance on selecting a water source and meeting standards for a distribution system to support aircraft rescue and fire fighting service operations on airports. ' Management of Airport Industrial Waste Basic information on the characteristics,management,and regulations of industrial wastes AC 150/5320-15 generated at airports.Guidance for developing a Storm Water Pollution Prevention Plan ' (SWPPP)that applies best management practices to eliminate,prevent,or reduce pollutants in storm water runoff with particular airport industrial activities. Standards for Airport Markings AC 150/5340-1 FAA standards for markings used on airport runways,taxiways,and aprons. Standards for Airport Sign Systems AC 150/5340-18 ' FAA standards for the siting and installation of signs on airport runways and taxiways. Precision Approach Path Indicator(PAPI)Systems AC 150/5345-28 FAA standards for PAPI systems,which provide pilots with visual glide slope guidance during approach for landing. 37 Appendix 1 Related Reading Material 1 AC 150/5370-2F September 29,2011 1 A Title and Description Design and Installation Details for Airport Visual Aids AC 150/5340-30 Guidance and recommendations on the installation of airport visual aids. AC 150/5345-39 Specification for L-853,Runway and Taxiway Retroreflective Markers Specification for Runway and Taxiway Signs AC 150/5345-44 FAA specifications for unlighted and lighted signs for taxiways and runways. Airport Lighting Certification Program AC 150/5345-53 Details on the Airport Lighting Equipment Certification Program(ALECP). Specification for Portable Runway and Taxiway Lights ' AC 150/5345-50 FAA standards for portable runway and taxiway lights and runway end identifier lights for temporary use to permit continued aircraft operations while all or part of a runway lighting system is inoperative. AC 150/5345-55 Specification for L-893,Lighted Visual Aid to Indicate Temporary Runway Closure Standards for Specifying Construction of Airports AC 150/5370-10 Standards for construction of airports,including earthwork,drainage,paving,turfing, lighting,and incidental construction. FAA Airports(ARP)Safety Management System(SMS) FAA Order 5200.11 Basics for implementing SMS within ARP.Includes roles and responsibilities of ARP management and staff as well as other FAA lines of business that contribute to the ARP SMS. Grasses Attractive to Hazardous Wildlife FAA Certalert 98-05 Guidance on grass management and seed selection. FAA Form 7460-1 Notice of Proposed Construction or Alteration FAA Form 7480-1 Notice of Landing Area Proposal Obtain the latest version of the following free publications from the Electronic Code of Federal Regulations at http://ecfr.gpoaccess.gov/. Title 14 CFR Part 139 Certification of Airports Title 49 CFR Part 1542 Airport Security 1 Obtain the latest version of the Manual on Uniform Traffic Control Devices from the Federal Highway , Administration at http://mutcd.fhwa.dot.gov/. Appendix 1 Related Reading Material 38 I I September 29, 2011 AC 150/5370-2F IAppendix 2. Definition of Terms T Definition I Notice Of Proposed Construction Or Alteration.For on-airport projects,the form submitted to the FAA regional or airports division office as formal written notification of any kind of construction or alteration of objects that affect navigable airspace,as defined 7460-1 in 14 CFR Part 77,safe,efficient use,and preservation of the navigable airspace.(See I guidance available on the FAA web site at oeaaa.faa.gov.)The form may be downloaded at http://www.faa.gov/airports/resources/forms/,or filed electronically at: https://oeaaa.faa.gov. I Notice Of Landing Area Proposal.Form submitted to the FAA Airports Regional Division Office or Airports District Office as formal written notification whenever a project without an airport layout plan on file with the FAA involves the construction of a I 7480-1 new airport;the construction,realigning,altering,activating,or abandoning of a runway, landing strip,or associated taxiway;or the deactivation or abandoning of an entire airport The form may be downloaded at http://www.faa.gov/airports/resources/forms/. IAC Advisory Circular ACRC Aircraft Reference Code IACSI Airport Certification Safety Inspector ADG Airplane Design Group I AIP Airport Improvement Program ALECP Airport Lighting Equipment Certification Program I ANG Air National Guard Air Operations Area.Any area of the airport used or intended to be used for the landing, AOA takeoff,or surface maneuvering of aircraft.An air operations area includes such paved or I unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runways,taxiways,or aprons. ARFF Aircraft Rescue and Fire Fighting IARP FAA Office of Airports ASDA Accelerate-Stop Distance Available I ATCT Airport Traffic Control Tower ATIS Automatic Terminal Information Service I ATO Air Traffic Organization Certificated Airport An airport that has been issued an Airport Operating Certificate by the FAA under the authority of 14 CFR Part 139,Certification of Airports. I CFR Code of Federal Regulations Construction The presence and movement of construction-related personnel,equipment,and materials in any location that could infringe upon the movement of aircraft. IConstruction Safety And Phasing Plan.The overall plan for safety and phasing of a CSPP construction project developed by the airport operator,or developed by the airport operator's consultant and approved by the airport operator.It is included in the invitation for bids and becomes part of the project specifications. I 39 Appendix 2 Definition of Terms AC 150/5370-2F September 29,2011 I Definition CTAF Common Traffic Advisory Frequency A threshold that is located at a point on the runway other than the designated beginning Displaced Threshold of the runway.The portion of pavement behind a displaced threshold is available for takeoffs in either direction or landing from the opposite direction. DOT Department of Transportation EPA Environmental Protection Agency FOD Foreign Object Debris HAZMAT Hazardous Materials IFR Instrument Flight Rules ILS Instrument Landing System LDA Landing Distance Available 1 LOC Localizer antenna array The runways,taxiways,and other areas of an airport that are used for taxiing or hover Movement Area taxiing,air taxiing,takeoff,and landing of aircraft,exclusive of loading aprons and aircraft parking areas(reference 14 CFR Part 139). MSDS Material Safety Data Sheet MUTCD Manual on Uniform Traffic Control Devices NAVAID Navigation Aid NAVAID Critical Area An area of defined shape and size associated with a NAVAID that must remain clear and graded to avoid interference with the electronic signal. The area inside the airport security fence exclusive of the Movement Area.It is Non-Movement Area important to note that the non-movement area includes pavement traversed by aircraft. NOTAM Notices to Airmen , Obstruction Any object/obstacle exceeding the obstruction standards specified by 14 CFR Part 77, subpart C. OE/AAA Obstruction Evaluation/Airport Airspace Analysis Object Free Area.An area on the ground centered on the runway,taxiway,or taxi lane centerline provided to enhance safety of aircraft operations by having the area free of OFA objects except for those objects that need to be located in the OFA for air navigation or aircraft ground maneuvering purposes.(See AC 150/5300-13,for additional guidance on OFA standards and wingtip clearance criteria.) Obstacle Free Zone.The airspace below 150 ft(45 m)above the established airport elevation and along the runway and extended runway centerline that is required to be clear of all objects,except for frangible visual NAVAIDs that need to be located in the OFZ OFZ because of their function,in order to provide clearance protection for aircraft landing or taking off from the runway and for missed approaches.The OFZ is subdivided as follows: Runway OFZ,Inner Approach OFZ,Inner Transitional OFZ,and Precision OFZ.Refer to AC 150/5300-13 for guidance on OFZ. OSHA Occupational Safety and Health Administration P&R Planning and Requirements Group Appendix 2 Definition of Terms 40 I ISeptember 29, 2011 AC 150/5370-2F T Definition I PAPI Precision Approach Path Indicators PFC Passenger Facility Charge PLASI Pulse Light Approach Slope Indicators IProject Proposal A clear and concise description of the proposed project or change that is the object of Summary Safety Risk Management. IRE Resident Engineer REIL Runway End Identifier Lights I RNAV ROFA Area Navigation Runway Object Free Area Runway Safety Area. A defined surface surrounding the runway prepared or suitable for I RSA reducing the risk of damage to airplanes in the event of an undershoot, overshoot, or excursion from the runway,in accordance with AC 150/5300-13. SIDA Security Identification Display Area ISMS Safety Management System Safety Plan Compliance Document.Details developed and submitted by a contractor to I SPCD the airport operator for approval providing details on how the performance of a construction project will comply with the CSPP. SRM Safety Risk Management IA defined surface alongside the taxiway prepared or suitable for reducing the risk of Taxiway Safety Area damage to an airplane unintentionally departing the taxiway,in accordance with AC 150/5300-13. 1 TDG Taxiway Design Group Temporary Any condition that is not intended to be permanent. I The beginning of that portion of the runway available for landing and taking off in one Temporary Runway End direction,and for landing in the other direction.Note the difference from a displaced threshold. I Threshold The beginning of that portion of the runway available for landing.In some instances,the landing threshold may be displaced. TODA Takeoff Distance Available I TOFA Taxiway Object Free Area Takeoff Run Available.The length of the runway less any length of runway unavailable I TORA and/or unsuitable for takeoff run computations.See AC 150/5300-13 for guidance on declared distances. Taxiway Safety Area I TSA Transportation Security Administration UNICOM A radio communications system of a type used at small airports. I VASI Visual Approach Slope Indicators I I 41 Appendix 2 Definition of Terms 1 AC 150/5370-2F September 29,2011 ' T Definition Visual Glide Slope Indicator.A device that provides a visual glide slope indicator to VGSI landing pilots.These systems include precision approach path indicators(PAPI),visual approach slope indicators(VASI),and pulse light approach slope indicators(PLASI). VFR Visual Flight Rules ' VOR VHF Omnidirectional Radio Range VPD Vehicle/Pedestrian Deviation ' 1 1 1 1 Appendix 2 Definition of Terms 42 ISeptember 29, 2011 AC 150/5370-2F Appendix 3. Safety and Phasing Plan Checklist This appendix is keyed to Section 2. Plan Requirements. In the electronic version of this AC,clicking on the paragraph designation in the Reference column will access the applicable paragraph. There may be Iinstances where the CSPP requires provisions that are not covered by the list in this appendix. This checklist is intended as an aid,not as a required submittal. ICoordination Reference Addressed Remarks General Considerations Requirements for predesign,prebid,and I preconstruction conferences to introduce the 205 ❑ ❑ subject of airport operational safety during construction are specified. Yes No NA IOperational safety is a standing agenda item for 205 0 0 0 construction progress meetings. Yes No NA IScheduling of the construction phases is properly 206 0 0 0 addressed. Yes No NA IAreas and Operations Affected by Construction Activity I Drawings showing affected areas are included. 207.a ❑ ❑ . ❑ Yes No NA I Closed or partially closed runways,taxiways, 207.a(1) 0 0 0 and aprons are depicted on drawings. Yes No NA I Access routes used by ARFF vehicles affected 207.a(2) ❑ ❑ 0 by the project are addressed. Yes No NA I Access routes used by airport and airline support 207.a(3) ❑ ❑ ❑ vehicles affected by the project are addressed. Yes No NA IUnderground utilities,including water supplies 207.a(4) ❑ ❑ ❑ for fire fighting and drainage. Yes No NA IApproach/departure surfaces affected by heights 207.a(5) ❑ ❑ ❑ of temporary objects are addressed. Yes No NA IConstruction areas,storage areas,and access routes near runways,taxiways,aprons,or 207.a ❑ ❑ ❑ helipads are properly depicted on drawings. Yes No NA ITemporary changes to taxi operations are ❑ ❑ ❑ addressed. 207.b(1) I Yes No NA I43 Appendix 3 Safety and Phasing Plan Checklist I AC 150/5370-2F September 29,2011 Coordination Reference Addressed Remarks Detours for ARFF and other airport vehicles are 207.b(2) ❑ ❑ ❑ I identified. Yes No NA Maintenance of essential utilities and 207.b(3) El El El underground infrastructure is addressed. Yes No NA Temporary changes to air traffic control 207.b(4) ❑ ❑ ❑ I procedures are addressed. Yes No NA NAVAIDS Critical areas for NAVAIDs are depicted on 208 ❑ ❑ ❑ drawings. Yes No NA Effects of construction activity on the performance of NAVAIDS,including 208 ❑ ❑ ❑ unanticipated power outages,are addressed. Yes No NA Protection of NAVAID facilities is addressed. 208 ❑ ❑ ❑ I Yes No NA The required distance and direction from each I NAVAID to any construction activity is depicted 208 El El El on drawings. Yes No NA Procedures for coordination with FAA 208,213.a, ❑ El El. ATO/Technical Operations,including 213.e(3)(a), I identification of points of contact,are included. 218.a Yes No NA Contractor Access I The CSPP addresses areas to which contractor will have access and how the areas will be 209 ❑ ❑ ❑ accessed. Yes No NA I The application of 49 CFR Part 1542 Airport 209 ❑ El Security,where appropriate,is addressed. I Yes No NA The location of stockpiled construction materials 209.a ❑ ❑ ❑ is depicted on drawings. I Yes No NA The requirement for stockpiles in the ROFA to 209.a El El El be approved by FAA is included. I Yes No NA Requirements for proper stockpiling of materials 209.a ❑ ❑ ❑ I are included. Yes No NA Appendix 3 Safety and Phasing Plan Checklist 44 I I ISeptember 29,2011 AC 150/5370-2F Coordination Reference Addressed Remarks IConstruction site parking is addressed. 209.b(1) 0 0 0 Yes No NA IConstruction equipment parking is addressed. 209.b(2) 0 0 0 Yes No NA IAccess and haul roads are addressed. 209.b(3) 0 0 0 Yes No NA IA requirement for marking and lighting of vehicles to comply with AC 150/5210-5, 209.b(4) 0 0 0 Painting,Marking and Lighting of Vehicles I Used on an Airport,is included. Yes No NA Proper vehicle operations,including 209.b(5), ❑ 0 0 i requirements for escorts,are described. 209.b(6) Yes No NA Training requirements for vehicle drivers are 209.b(7) 0 0 0 I addressed. Yes No NA Two-way radio communications procedures are 0 0 0 I described. 209.b(9) Yes No NA I Maintenance of the secured area of the airport is 209.b(10) 0 0 0 addressed. Yes No NA Wildlife Management IThe airport operator's wildlife management procedures are addressed. 210 ❑ ❑ ❑ Yes No NA I Foreign Object Debris Management The airport operator's FOD management 211 ❑ ❑ ❑ I procedures are addressed. Yes No NA Hazardous Materials Management IThe airport operator's hazardous materials 212 0 0 0 management procedures are addressed. Yes No NA 1 Notification of Construction Activities Procedures for the immediate notification of airport user and local FAA of any conditions 213 ❑ ❑ ❑ Iadversely affecting the operational safety of the airport are detailed. Yes No NA I I45 Appendix 3 Safety and Phasing Plan Checklist I AC 150/5370-2F September 29,2011 I Coordination Reference Addressed Remarks Maintenance of a list by the airport operator of I the responsible representatives/points of contact 0 0 0 for all involved parties and procedures for 213.a contacting them 24 hours a day,seven days a Yes No NA I week is specified. A list of local ATO/Technical Operations 213.a ❑ ❑ ❑ personnel is included. Yes No NA A list of ATCT managers on duty is included. 213.a 0 0 0 Yes No NA A list of authorized representatives to the OCC is 213.b 0 0 0 included. I Yes No NA Procedures for coordinating,issuing,maintaining and cancelling by the airport operator of 208,213.b, ❑ ❑ ❑ I NOTAMS about airport conditions resulting from 218.b(4)(i) construction are included. Yes No NA Provision of information on closed or hazardous conditions on airport movement areas by the 213.b 0 0 0 airport operator to the OCC is specified. Yes No NA Emergency notification procedures for medical, 213.c 0 0 0 fire fighting,and police response are addressed. Yes No NA Coordination with ARFF personnel for non- 213.d 0 0 0 I emergency issues is addressed. Yes No NA I Notification to the FAA under 14 CFR parts 77 213.e 0 0 0 and 157 is addressed. Yes No NA Reimbursable agreements for flight checks and/or design and construction for FAA owned 213.e(3)(b) 0 0 0 NAVAIDs are addressed. Yes No NA I Inspection Requirements Daily inspections by both the airport operator 214.a 0 0 0 and contractor are specified. Yes No NA Final inspections at certificated airports are 214.b 0 0 0 1 specified when required. Yes No NA Underground Utilities I Procedures for protecting existing underground 215 0 0 0 facilities in excavation areas are described. Yes No NA 1 Appendix 3 Safety and Phasing Plan Checklist 46 I I ISeptember 29,2011 AC 150/5370-2F Coordination Reference Addressed Remarks I Penalties Penalty provisions for noncompliance with airport rules and regulations and the safety plans 216 0 0 0 I are detailed. Yes No NA Special Conditions IAny special conditions that affect the operation of the airport or require the activation of any 217 ❑ 0 0 special procedures are addressed. Yes No NA I Runway and Taxiway Visual Aids-Marking,Lighting,Signs,and Visual NAVAIDs The proper securing of temporary airport markings,lighting,signs,and visual NAVAIDs 218.a 0 0 0 Iis addressed. Yes No NA Frangibility of airport markings,lighting,signs, 218.a,218.c, ❑ ❑ 0 I and visual NAVAIDs is specified. 219,220.b(4) Yes No NA The requirement for markings to be in compliance with AC 150/5340-1,Standards for 218.b 0 0 0 IAirport Markings is specified. Yes No NA The requirement for lighting to conform to AC 150/5340-30,Design and Installation Details for I Airport Visual Aids,AC 150/5345-50, 218.b(1)(0 0 0 0 Specification for Portable Runway and Taxiway Lights,and AC 150/5345-53 Airport Lighting Yes No NA ICertification Program,is specified. The use of a lighted X is specified where 218.b(1)(b), 0 ❑ ❑ appropriate. 218.b(3) I Yes No NA The requirement for signs to conform to AC 150/5345-44,Specification for Runway and I Taxiway Signs,AC 50/5340-18,Standards for 218.c ❑ ❑ ❑ Airport Sign Systems,and AC 150/5345-53, Airport Lighting Certification Program,is Yes No NA specified. IMarking and Signs For Access Routes The CSPP specifies that pavement markings and I signs intended for construction personnel should conform to AC 150/5340-18 and,to the extent 219 ❑ ❑ ❑ practicable,with the MUTCD and/or State Yes No NA highway specifications. IHazard Marking and Lighting Prominent,comprehensible warning indicators Ifor any area affected by construction that is 220.a El ❑ normally accessible to aircraft,personnel,or vehicles are specified. Yes No NA I I47 Appendix 3 Safety and Phasing Plan Checklist I AC 150/5370-2F September 29, 2011 I Coordination Reference Addressed Remarks Hazard marking and lighting are specified to 0 0 0 I identify open manholes,small areas under repair, 220.a stockpiled material,and waste areas. Yes No NA The CSPP considers less obvious construction- 220.a 0 0 0 I related hazards. Yes No NA Equipment that poses the least danger to aircraft I but is sturdy enough to remain in place when 220.b(1) 0 0 0 subjected to typical winds,prop wash and jet blast is specified. Yes No NA The spacing of barricades is specified such that a breach is physically prevented barring a 220.b(1) 0 0 0 deliberate act. Yes No NA I Red lights meeting the luminance requirements 220.b(2) 0 0 0 of the State Highway Department are specified. I Yes No NA Barricades,temporary markers,and other objects placed and left in areas adjacent to any open runway,taxiway,taxi lane,or apron are specified 220.b(4) 0 0 0 I to be as low as possible to the ground,and no Yes No NA more than 18 in high. Barricades marked with diagonal,alternating I orange and white stripes are specified to indicate 220.b(4) 0 0 0 construction locations in which no part of an aircraft may enter. Yes No NA Highly reflective barriers with lights are I specified to barricade taxiways leading to closed 220.b(5) 0 0 0 runways. Yes No NA I Markings for temporary closures are specified. 220.b(5) 0 0 0 Yes No NA I The provision of a contractor's representative on call 24 hours a day for emergency maintenance 220.b(7) 0 0 0 of airport hazard lighting and barricades is I specified. Yes No NA Protection of Runway and Taxiway Safety Areas The CSPP clearly states that no construction may I occur within a safety area while the associated 221.a(1), ❑ 0 0 runway or taxiway is open for aircraft operations. 221.c(1) Yes No NA I The CSPP specifies that the airport operator coordinates the adjustment of RSA or TSA 221.a(2), ❑ 0 dimensions with the ATCT and the appropriate 221.c(2) I FAA Airports Regional or District Office and Yes No NA issues a local NOTAM. I Appendix 3 Safety and Phasing Plan Checklist 48 I I ISeptember 29, 2011 AC 150/5370-2F Coordination Reference Addressed Remarks I Procedures for ensuring adequate distance for protection from blasting operations,if required 221.c(3) 0 0 0 by operational considerations,are detailed. Yes No NA I The CSPP specifies that open trenches or excavations are not permitted within a safety 221.a(4) 0 ❑ 0 area while the associated runway or taxiway is open. Yes No NA IAppropriate covering of excavations in the RSA 0 0 or TSA that cannot be backfilled before the 221.a(4) 0 associated runway or taxiway is open is detailed. Yes No NA IThe CSPP includes provisions for prominent marking of open trenches and excavations at the 221.a(4) 0 0 0 Iconstruction site. Yes No NA Grading and soil erosion control to maintain 221.c(5) 0 0 0 I RSA/TSA standards are addressed. Yes No NA The CSPP specifies that equipment is to be 221.b 0 0 0 I removed from the ROFA when not in use. Yes No NA The CSPP clearly states that no construction may occur within a taxiway safety area while the 221.c 0 0 0 I taxiway is open for aircraft operations. Yes No NA Appropriate details are specified for any I construction work to be accomplished in a 221.d 0 0 0 taxiway object free area. Yes No NA Measures to ensure that personnel,material, I and/or equipment do not penetrate the OFZ or 221.e ❑ ❑ ❑ threshold siting surfaces while the runway is open for aircraft operations are included. Yes No NA I Provisions for protection of runway approach/departure areas and clearways are 221.f 0 0 0 included. Yes No NA I Other Limitations on Construction The CSPP prohibits the use of open flame welding or torches unless adequate fire safety 222 a(2) 0 0 0 I precautions are provided and the airport operator has approved their use. Yes No NA I The CSPP prohibits the use of flare pots within 222.a(4) 0 0 0 the AOA at any time. Yes No NA The CSPP prohibits the use of electrical blasting I caps on or within 1,000 feet(300 m)of the airport 222.a(3) 0 0 0 property. Yes No NA I I49 Appendix 3 Safety and Phasing Plan Checklist 1 September 29,2011 AC 150/5370-2F Appendix 4. Construction Project Daily Safety Inspection Checklist The situations identified below are potentially hazardous conditions that may occur during airport construction projects. Safety area encroachments,unauthorized and improper ground vehicle operations, and unmarked or uncovered holes and trenches near aircraft operating surfaces pose the most prevalent threats to airport operational safety during airport construction projects. The list below is one tool that the airport operator or contractor may use to aid in identifying and correcting potentially hazardous conditions. It should be customized as appropriate for each project. ' Potentially Hazardous Conditions Item Action Required or None Excavation adjacent to runways,taxiways,and aprons improperly backfilled. 0 , Mounds of earth,construction materials,temporary structures,and other obstacles near any open runway, 0 taxiway,or taxi lane;in the related Object Free area and aircraft approach or departure areas/zones;or obstructing any sign or marking. Runway resurfacing projects resulting in lips exceeding 3 in(7.6 cm)from pavement edges and ends. 0 Heavy equipment(stationary or mobile) operating or idle near AOA, in runway approaches and departures 0 areas,or in OFZ. Equipment or material near NAVAIDs that may I degrade or impair radiated signals and/or the 0 monitoring of navigation and visual aids.Unauthorized or improper vehicle operations in localizer or glide slope critical areas,resulting in electronic interference and/or facility shutdown. Tall and especially relatively low visibility units(that is,equipment with slim profiles)—cranes,drills,and ❑ similar objects—located in critical areas,such as OFZ and approach zones. Improperly positioned or malfunctioning lights or unlighted airport hazards,such as holes or excavations, 0 on any apron,open taxiway,or open taxi lane or in a related safety,approach,or departure area. ' Obstacles,loose pavement,trash,and other debris on or near AOA.Construction debris(gravel,sand,mud, 0 paving materials)on airport pavements may result in aircraft propeller,turbine engine,or tire damage.Also, loose materials may blow about,potentially causing personal injury or equipment damage. I 51 Appendix 4 Construction Project Daily Safety Inspection Checklist I I AC 150/5370-2F September 29, 2011 Item Action Required or None I Inappropriate or poorly maintained fencing during construction intended to deter human and animal intrusions into the AOA.Fencing and other markings ❑ that are inadequate to separate construction areas from I open AOA create aviation hazards. Improper or inadequate marking or lighting of runways (especially thresholds that have been displaced or I runways that have been closed)and taxiways that could cause pilot confusion and provide a potential for a 0 runway incursion.Inadequate or improper methods of I marking,barricading,and lighting of temporarily closed portions of AOA create aviation hazards. Wildlife attractants—such as trash(food scraps not collected from construction personnel activity),grass I seeds,tall grass,or standing water—on or near 0 airports. Obliterated or faded temporary markings on active Ioperational areas. 0 Misleading or malfunctioning obstruction lights. I Unlighted or unmarked obstructions in the approach to 0 any open runway pose aviation hazards. Failure to issue,update,or cancel NOTAMs about airport or runway closures or other construction related 0 Iairport conditions. Failure to mark and identify utilities or power cables. Damage to utilities and power cables during I construction activity can result in the loss of runway/ taxiway lighting;loss of navigation,visual,or approach 0 aids;disruption of weather reporting services;and/or I loss of communications. Restrictions on ARFF access from fire stations to the 0 runway/taxiway system or airport buildings. ILack of radio communications with construction vehicles in airport movement areas. 0 I Objects,regardless of whether they are marked or flagged,or activities anywhere on or near an airport 0 that could be distracting,confusing,or alarming to pilots during aircraft operations. IWater,snow,dirt,debris,or other contaminants that temporarily obscure or derogate the visibility of runway/taxiway marking,lighting,and pavement 0 I edges.Any condition or factor that obscures or diminishes the visibility of areas under construction. Spillage from vehicles(gasoline,diesel fuel,oil)on I active pavement areas,such as runways,taxiways, 0 aprons,and airport roadways. I Appendix 4 Construction Project Daily Safety Inspection Checklist 52 I September 29,2011 AC 150/5370-2F I Item Action Required or None Failure to maintain drainage system integrity during construction(for example,no temporary drainage ❑ I provided when working on a drainage system). Failure to provide for proper electrical lockout and tagging procedures.At larger airports with multiple maintenance shifts/workers,construction contractors ❑ should make provisions for coordinating work on circuits. I Failure to control dust.Consider limiting the amount of area from which the contractor is allowed to strip turf. 0 Exposed wiring that creates an electrocution or fire I ignition hazard.Identify and secure wiring,and place it 0 in conduit or bury it. Site burning,which can cause possible obscuration. 0 Construction work taking place outside of designated 111work areas and out of phase. 0 1 I Ir I I 1 I I I 53 Appendix 4 Construction Project Daily Safety Inspection Checklist I � APPENDIX 1 g I I I I I I I I I Intentionally Left Blank I I I I I I I I Construction Safety and Phasing Plan ' Wind Cone and Segmented Circle Daniel Field Airport AUGUSTA-RICHMOND COUNTY GENERAL AVIATION COMMISSION Augusta, Georgia Prepared by: ' W.K. Dickson & Co., Inc. #20160053.00.AT May 2016 ' This project includes installation of Wind Cone, Segmented Circle and Guided Signs. This Construction Safety and Phasing Plan (CSPP) has been prepared in accordance with FAA Advisory Circular 150/5370-2F, Operational Safety on Airports During Construction. 1. COORDINATION a. Contractor Progress Meetings. A Preconstruction Conference will be held prior to the start of construction. Weekly Construction Progress Meetings will be set by the Engineer's resident project representative and held with the construction contractor. Operational safety is a standing agenda item for all construction progress meetings throughout the project activities. b. Scope or Schedule Changes. Changes in the scope or duration of the project may ' necessitate revisions to the CSPP, and will require review and approval by the Airport Sponsor and GDOT. c. FAA ATO Coordination. Early coordination with the FAA ATO is required to schedule ' airway facility shutdowns and restarts. Runway 5and Runway 23 approach procedures will be affected when Runway 5-23 is closed to aircraft operations. Also, Runway 11 and Runway 29 approach procedures will be affected when Runway 11-29 is closed to ' aircraft operations. There will be no grading or marking changes to the existing runway in the project, so no re-commissioning flight checks will be needed. ' 2. PHASING a. Phase Elements. There will be two construction phases during the project. Phase one will be construction of Wind Cone & Segmented Circle. It will be outside of the Runway ' Safety Area and will not require closure of runways. Phase two will be the construction of Guided Signs and will be in the Runway Safety Area of Runways 5-23 and 11-29. This will affect airport operations and therefore will require closures of both runways. b. Construction Safety Drawings. Please refer to Plan Sheet 2 - Project Layout and Construction Safety Plan. Notes detail approximate duration of construction, contractor's staging area, construction access & haul routes and required hazard ' lighting for closed areas. The project specifications list the lead times for required notifications to close active pavement areas. ' There is no ATCT or ARFF station on the airport. There are no active NAVAID system located on the airport. There will be no changes to the runway lighting or marking during construction. Existing runway edge lights will be out of service during the runway ' closure. Since the runway will be closed, there are no declared distances for runway operations. Augusta-Richmond County Construction Safety and Phasing Plan General Aviation Commission Authority CSPP-1 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT The referenced drawings show the operational safety procedures. These are supplemented by the technical specifications and AC 150/5370-2F which are included with the project specifications. c. Dimensional Standards for the Airport are: Runway 5-23 & 11-29 Runway Design Code: B-II 1 Runway Safety Area Width (RSA): 150' Runway Object Free Area Width (ROFA): 500' Taxiway Safety Area Width (TSA): 79' Taxiway Object Free Area Width (TOFA): 131' Runway Obstacle Free Zone (ROFZ): 400' Runway Approach/Departure Surfaces: See Airport Layout Plan 3. AREAS AND OPERATIONS AFFECTED BY THE CONSTRUCTION ACTIVITY. a. Identification of Affected Areas. The runway and taxiways will remain closed to aircraft throughout construction of Guided Signs. Affected areas are shown on drawing sheets. b. Mitigation of effects. Temporary lighted L-893 Runway Closure Markers will be placed over the runway numerals at each runway end. If the Runway will be re-opened daily at the end of the work period, alternative runway closure markers as approved by the Engineer, may be used in accordance. Barriers will be placed across all taxiway access points to prevent aircraft from entering the construction area. Prior to opening the closed runway, Contractor shall restore and grade all disturbed areas within the RSA. The surface of the safety area must be smoothly graded with no trenches or holes remaining. c. There are no existing ARFF routes, or routes for airline operations at the Airport. There will be no interruption of utility services like water, power and telephone. There will be no changes to the approach/departure surfaces for Runway 5-23 when the runway is open. A NOTAM will be issued by the Airport Manager for the proposed construction and any temporary runway and taxiway closure conditions. OPERATIONAL EFFECTS TABLE Project: Wind Cone & Segmented Circle, Daniel Field Airport, Augusta, GA Scope of work: Installation of Wind Cone, Segmented Circle and Guided Signs. Runways will be closed as necessary. Therefore, there will be operational effects to the runways and taxiways. Operational Requirements Normal Runway ATCT None None ARFF Index None None Special Conditions None None 4. PROTECTION OF NAVIGATIONAL AIDS (NAVAIDS) There are no navigational aids ' located on the airport. Augusta-Richmond CountyConstruction Safety and Phasing Plan General Aviation Commison Authority CSPP-2 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT I I5. CONTRACTOR ACCESS I a. Location of Stockpiled Construction Materials. A contractor's staging and stockpile area has been located outside of the RSA, ROFA, ROFZ, the runway approach and departure surfaces, and the FAR Part 77 surfaces. A 7460-1 determination letter will I be acquired for this site. b. Vehicle and Pedestrian Operations. Separate access route will be used for access to the construction staging area so that so that there will be no crossing of active aircraft I areas by construction or pedestrian traffic. These access routes are clear of the RSA, ROFA, ROFZ, and the runway approach and departure surfaces, and will be clearly marked and delineated by the Contractor. Pedestrians and equipment will be allowed I to cross runways only during the installation of Guided Signs. No vehicles will be allowed to cross runways at any time. (1) Construction site parking must be contained within contractor's staging area. I (2) Contractor's equipment parking must be contained within the contractor's staging area after construction operations are complete for each work day. Maximum equipment height is 15 feet. I (3) Access and haul roads are detailed on Sheet 2. (4) Marking and Lighting of Vehicles. The project specifications require that all I vehicles within the Airport Operations Area (AOA) will be marked with 36" x 36" flags (orange-and-white checkerboard) and/or flashing yellow lights in accordance with AC 150/5210-5. I (5) Vehicle Operations during lost communications and emergency conditions. Vehicle operations will not enter active aircraft areas. Therefore, vehicles and personnel shall exit construction site by designated access routes in all cases. I (6) Required Escorts. Escorts will not be required during this project. The CSPP is written so as to not require or allow vehicles or equipment to move through l active aircraft areas. (7) Training Requirements. The Engineer will conduct training for vehicle drivers to ensure compliance with the Airport's vehicle rules and regulations. Vehicle drivers I will be trained to confirm by personal observation that no aircraft is approaching their position (either in the air or on the ground) when given clearance to cross an active airport pavement (runway, taxiway, or any other area open to airport operations). However, the CSPP is written so as to not require or allow vehicles or Iequipment to move through active aircraft areas. (8) Two-Way Radio Communication Procedures. Project specifications require that I the contractor monitor the UNICOM frequency (122.8 MHz, which is also the CTAF) while in the AOA. However, the CSPP is written so as to not require or allow vehicles or equipment to move through active aircraft areas. I (9) Maintenance of the Secured Area of the Airport. There is no secured area for this Airport. There are no badging requirements. The Airport is not subject to p 9 9 49 CFR Part 1542, Airport Security. I6. WILDLIFE MANAGEMENT a. Trash. The Contractor is required to control and continuously remove waste or I loose materials that might attract wildlife, including food scraps. Augusta-Richmond County Construction Safety and Phasing Plan General Aviation Commission Authority CSPP-3 I Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT b. Standing Water. Standing water is not allowed on the construction site. c. Tall Grass and Seeds. The Contractor is required to maintain the construction site including grass height, and is required to store seed within an enclosed space. Seeding shall comply with AC 150/5370-10 for seed quality and placement. d. Poorly Maintained Fencing and Gates. There are no fencing or gates within the construction site. e. Disruption of Existing Wildlife Habitat. There is no wildlife habitat within project limits. 111 7. FOREIGN OBJECT DEBRIS (FOD) MANAGEMENT. The Contractor may not leave or place foreign object debris (FOD) on or near active ' aircraft movement areas (Airport Operations Area). Materials tracked on to these areas must be continuously removed during the construction project. 8. HAZARDOUS MATERIALS (HAZMAT) MANAGEMENT Contract provisions require that all hazardous waste materials will be controlled, handled and disposed of in the manner specified by local, state, and/or federal regulations and by the manufacturer of such products. The job site superintendent, who will also be responsible for seeing that these practices are followed, must instruct site personal in these practices. Material safety data sheets (MSDS's) for each with hazardous properties that is used on the job site will be obtained and used for the proper management of potential wastes that may result from these products. An MSDS must be posted in the immediate area where such product is stored and/or used and another copy of each ' MSDS will be maintained in the Erosion, Sedimentation Prevention and Control Plan (ESPCP) file at the job site construction trailer office. Each employee who must handle a substance with hazardous properties must be instructed on the use of MSDS sheets and the specific information in the applicable MSDS for the product he/she is using, particularly regarding spill control techniques. Contractor's equipment parking must be contained within the contractor's staging area , after construction operations are complete for each work day. Therefore, all equipment must be fueled on-site within the contractor's staging area. Petroleum based products. Containers for products such as fuels, lubricants and tars must ' be inspected daily for leaks and spills. This includes on-site vehicle and machinery daily inspections and regular preventative maintenance of such equipment. Equipment maintenance areas must be located away from state water, natural drains and storm water drainage inlets. In addition, temporary fueling tanks shall have a secondary containment liner to prevent/minimize site contamination. Discharge of oils, fuels and lubricants is prohibited. Proper disposal methods will include collection in a suitable container and disposal as required by local and state regulations. Paints/finishes/solvents. All products must be stored in tightly sealed original containers I when not in use. Excess product may not be discharged to the storm water collection system. Excess product, materials used with these products and product containers must be disposed of according to manufacturer's specifications and recommendations. , Concrete truck washing. No concrete trucks will be allowed to wash out or discharge surplus concrete or drum wash water onsite. Augusta-Richmond County Construction Safety and Phasing Plan General Aviation Commission Authority CSPP-4 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT Fertilizer/herbicides. These products must be applied at rates that do not exceed the ' manufacturer's specifications or above the guidelines set forth in the crop establishment or in the GSWCC manual for erosion and sediment control in Georgia. Any storage of these materials must be under roof in sealed containers. The contractor must implement the spill prevention control and countermeasures (SPCC) plan found within this ESPCP and must train all personnel in the proper cleanup and handling of spilled materials. No spilled hazardous materials or hazardous wastes will be allowed to come in contact with Stormwater discharges. If such contact occurs, the Stormwater discharge must be contained on site until appropriate measures in compliance with state and federal regulation are taken to dispose of such contaminated Stormwater. It ' shall be the responsibility of the job site superintendent to properly train all personnel in the use of the SPCC plan. 9. NOTIFICATION OF CONSTRUCTION ACTIVITIES a. Maintenance of a List of Responsible Representatives/Points of Contact. Points of ' Contact for all involved parties, and procedures for contacting each of them (including after hours) will be collected by the Engineer at the Preconstruction Conference and distributed to all affected parties. b. Notices to Airmen (NOTAM). Only the Airport Manager may initiate or cancel NOTAM's for airport conditions, and is the only entity that can close or open a runway. The Airport Manager will coordinate the issuance, maintenance and cancellation of ' NOTAM's about airfield conditions resulting from construction operations. There are no FAA facilities on the airport. Required notification periods for NOTAM's are stated in the project specifications, and will be confirmed at the Preconstruction Conference. ' c. Emergency Notification Procedures. Notification procedures and contact numbers for medical, firefighting and police response will be collected at the Preconstruction Conference and distributed by the Contractor. The Contractor is encouraged to invite first responders to the site to review construction activities and access. d. Coordination with ARFF Personnel. There is no ARFF station on the airport. ' e. Notification to the FAA. FAR Part 77: FAA Form 7460-1 will be filed by the Engineer through the OEAAA for the project prior to construction commencement. FAR Part 157 does not apply to this project. NAVAIDS: There are no active NAVAIDS (FAA or non-Federal) on the airport. 10. INSPECTION REQUIREMENTS a. Daily(or more frequent) Inspections. A part-time resident project representative will be present during construction operations, and will conduct daily inspections. The sample checklist in Appendix 3, Safety and Phasing Plan Checklist will be used for safety inspections. Safety inspections will be conducted at the discretion of the t Engineer and whenever a pavement is to be placed into service to ensure that safety areas and object free areas are compliant with FAA standards. ' b. Final Inspections. A final inspection will be conducted when the project is complete. Augusta-Richmond County Construction Safety and Phasing Plan General Aviation Commission Authority CSPP-5 ' Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 11. UNDERGROUND UTILITIES. There are no underground utilities within the construction site, other than the known runway and taxiway edge lighting cables, and PAPI cables. However, the "811" utility location service will be contacted by the Contractor prior to commencement of construction. 12. PENALTIES. Penalties for noncompliance with Airport rules and regulations and the CSPP include rescission of driving privileges, access to the AOA, and removal from Airport property. 13. SPECIAL CONDITIONS. There are no special conditions applicable to this project. 14. RUNWAY AND TAXIWAY VISUAL AIDS. MARKING, LIGHTING, SIGNS AND VISUAL ' NAVAI DS. a. General. The Contractor must ensure that lighting, signs and visual NAVAIDS remain on during construction. There will be no partially closed runway or displaced threshold during this project. b. Markings. Markings will be in compliance with AC 150/5340-1. ' c. Lighting and visual NAVAIDS. There are existing runway edge lights. The MIRL system will not be turned off. ' d. Signs. There will be new guidance signs at locations shown on the Sheet 4.01. 15. MARKING AND SIGNS FOR ACCESS ROUTES. I The Contractor shall clearly mark the access and haul routes to prevent construction personnel from entering areas open to aircraft. 16. HAZARD MARKING, LIGHTING AND SIGNAGE. a. Purpose. Hazard marking, lighting and signage prevents pilots from entering areas closed to aircraft and prevents construction personnel from entering areas open to aircraft. b. Equipment. Barriers will be required on this project. ' 17. PROTECTION OF RUNWAY AND TAXIWAY SAFETY AREAS. a. Runway Safety Area (RSA). Limited construction will be allowed in the active RSA. All ' work within the RSA will be conducted with the runway closed. b. Runway Object Free Area (ROFA). Limited construction will be allowed in the active ROFA. All work within the ROFA will be conducted with the runway closed. c. Taxiway Safety Area (TSA). Limited construction will be allowed in an active TSA. All work within the TSA will be performed with the installation of construction barriers prohibiting access by aircraft to the occupied TSA. All work within the TSA during construction will be conducted with the runway closed. Augusta-Richmond County Construction Safety and Phasing Plan General Aviation Commission Authority CSPP-6 Wind Cone and Segmented Circle WKD Project Number 20160053.00.AT 1 d. Taxiway Object Free Area (TOFA). Limited construction will be allowed in an active TOFA. All work within TOFA during construction will be conducted with runway closed. e. Runway Obstacle Free Zone (ROFZ). Limited construction will be allowed in the active ROFZ. All work within the ROFZ will be conducted with the runway closed. ' f. Runway Approach/Departure Surfaces. Limited construction will be allowed in the active runway approach or departure surfaces. All work within these areas will be conducted with the runway closed. There will be no partial runway closures or displaced thresholds during this project. 18. OTHER LIMITATIONS ON CONSTRUCTION. ' a. Prohibitions. Open flame, flare pots, burning, welding and torches are prohibited. b. Restrictions. ' (1) The Contractor's equipment will be limited to 15' in height unless a new 7460-1 determination letter is issued for such equipment. (2) If construction is suspended during the project, the CSPP remains in effect. t (3) Runway 5-23, Runway 11-29 and the parallel taxiways will remain open during the construction of Wind Cone and Segmented Circle, but will remain closed during the construction of Guided Signs. p End of Construction Safety and Phasing Plan 1 Augusta-Richmond County Construction Safety and Phasing Plan General Aviation Commission Authority CSPP-7 Wind Cone and Se ented Circle WKD Project Number 20160053.00.AT 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1