HomeMy WebLinkAboutOrdinance 3380 88 NOU `OP RECORD
WAS HINGtO,N 16
A. K0LLj4LcyC0 AR
ORDINANCE NO , 3380 moo
AN ORDINANCE WAIVING THE REQUIREMENTS OF
COMPETITIVE BIDDING FOR ENGINEERING SERVICES
IN CONNECTION WITH THE CONSTRUCTION OF
IMPROVEMENTS TO THE FAYETTEVILLE MUNICIPAL
AIRPORT .
BE IT ORDAINED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE , ARKANSAS :
Section 1 . That the Board of Directors hereby waives the
requirements of competitive bidding for engineering services in
connecting with the construction of improvements at the Fayette -
ville Municipal Airport for the reason that said requirements are
not feasible because the selection of a professional engineer
a� involves subjective decision making .
Section 2 . That the Board of Directors hereby authorizes
the Mayor and City Clerk to execute an engineering services
contract with Garver . + Garver , P . A . Engineers of Little Rock ,
Arkansas for engineering services necessary for the construction
of a lighted runway and taxiway meters , refurbishment of the
beacon and beacon tower , 'and replacement of primary windsock and
two secondary windsocks at the Fayetteville Municipal Airport . A
copy of the contract :authorized . for - ekecution hereby is attached
hereto marked Exhibit ". A" and made a part hereof .
Section 3 . . ' . , ,That the Board of Directors hereby determines
that immediate construction . of the airport improvements enumerated
in the contract attached hereto are essential to safe operation of
the Fayetteville -Municipal Airport . Therefore , an emergency is
hereby declared.. , to, exist .. and .this ordinance being necessary for
the public health safety and welfare shall be in full force and
effect from and after its passage and approval .
PASSED AND APPROVED this 20th day of September 1988 .
F AYE�t�`/ APPROVED
J r
ByZwk
Ma or
ATTEST'
By : L
t Clerk
tIBEE 1294NGE ,94
1, Aimafor
Crcuit Clerk and CERTIFICATE OF RECORD
Pao-officio Recorder for Wuhington Counfyj
Arkansas, do hereby certify that this in. State of Arkansas SS
atrument was filed for record in my office) City of Fayetteville
as indicated hereon and the same is now I, Suzanne C, Mcwethy, City Clerk and
duly recorded with the acknowledgement Ex-Officio recorder for the City of Fayetteville,
and certificate thereon in Record Book and do hereby certify that the annexed or fore-
Pago as indicated thereon. going is of record in my office and the same apt-
IN WITNESS WHEREOF, I have hereunf'ly Barg Ordinance & Resolution book
set my hand and affixed the seal of said
Court on the date indicated hereon, at page--���yWitness my
Alma Kollmeyer hail d seal thisM+ �,/�r Z—. A '— - day of
Circuit Clerk and1� 19 $ p
Ex-officio Recorder 4
by City Clefk and Ex-Officio m Rer
`j3f %.
t 9
lob
' c
5
Exhibit "A " is in file in the City
' • Clerk ' s Office at 113 W . Mountain `
Street .
CONTRACT FOR ENGINEERING SERVICES
Lighted Runway and Taxiway Markers i
Refurbishment of the Beacon and Beacon Tower
Replacement of Primary Windsock and Two Secondary Windsocks
't
DRAKE FIELD
FAYETTEVILLE , ARKANSAS
AIP 3 - 05 - 0020 - 10 - 88
THIS AGREEMENT , made as of the 2DWaay of 193
by and between the City of Fayetteville , hereinafter called the " City , " and
Garver+Garver , P . A . , Engineers , P . O . Box C - 50 , Little Rock , Arkansas 72203 ,
hereinafter called the "Engineer . "
W I T N E S S E T H :
WHEREAS , the City intends to construct the following improvements at
Drake Field , hereinafter referred to as the Project :
Lighted Runway and Taxiway Markers
Refurbishment of the ' Beacori and Beacon Tower
Replacement of Primary Windsock and Two Secondary Windsocks
All project improvements shall ' be in accordance with the Application
for Federal Funds submitted * for the Project by the Engineer . The City and
the Engineer agree as follows :
SECTION I - GENERAL
The City agrees to employ the Engineer and the Engineer agrees to
perform professional engineering services for the project . The Engineer
prepared and is familiar with the application for Federal Funds for the
project and has visited the site where the construction will be performed .
Engineering will conform to the requirements and standards of the City and
the Federal Aviation Administration , in accordance with regulations and
procedures established for Federal Aid Projects . The Engineer will
coordinate all work with the City , the FAA , and others required in the
accomplishment of the work . i1
SECTION II - SCOPE OF SERVICES
The Engineer shall render all professional engineering services
necessary and customary in the planning and construction of the improvements
described above .
Services for each phase of the project are described in more detail as
follows for :
Lip iR1294PfGi395
1
1 . BASIC ENGINEERING SERVICES FOR THE :
A . Preparation of Preliminary Report , The Engineer shall :
1 . Serve as the City ' s representative in the preliminary phase
of the project and furnish consultation and advice to the
City during the performance of this service .
2 . Attend preliminary conferences alone cr with City
representative , local officials , state and federal agencies ,
utility companies and others regarding the proposed project ,
its general design , functions , and impact .
3 . Assist the City in ordering and directing the accomplishment
i
of such special services as soil borings and material tests
as may be necessary .
4 . Prepare a preliminary engineering report , supported by
preliminary plans , and submit copies for review and approval
to the City and FAA in the number required .
6 - Attend conferences for review and conduct coordination
conference of interested agencies and utilities , if required .
B . Design Phase . The Engineer shall :
1 . Plan and direct the balance of soil borings and tests
required for final design of the project .
2 . Prepare detailed construction drawings , specifications ,
instructions to bidders , general provisions and special
provisions , all based on guides furnished to the Engineer by
the City and FAA . Contract Documents (Plans , Specifications ,
and Estimates ) will be prepared for one ( 1 ) construction
contract . These designs shall be in accordance with sound
engineering principles and shall be submitted to the FAA
office from which approval must be obtained . Detailed
specifications shall be developed using FAA " Standards for
Specifying Construction for Airports " AC 150/5370 - 10 , or
other appropriate standards approved for use by the FAA . A
specimen copy of the General Provisions and applicable
prevailing wage rates will be obtained by the Engineer from
the FAA and the Arkansas Department of Labor for
incorporation into the specifications for the proposed
project .
3 . Submit to the FAA Airport ' s District Office advance copies of
the plans and specifications and cost estimates for review .
The Engineer will make any additions to respond to comments
by the FAA , and when the documents have been approved , the
Engineer will furnish plans to the FAA and to the City for
bidding and coordination purposes .
C . Construction Phase . The Engineer shall :
1 . Assist the City in securing bids by issuing contract
documents to prospective bidders . The Engineer will be
available to answer questions and discuss proposed work with
prospective bidders during the advertisement period . If
information has been inadvertently omitted or if field
2
IIBER .L"U ,L)
t
conditions are changed , addenda to the Plans and
Specifications shall be issued . The Engineer shall prepare
tabulations of bide received , and prepare a recommendation to
the City concerning award of the Construction Contract .
2 . Assist the City ir: the execution of all contract documents
and furnish a sufficient number of executed documents for the
City , Contractor and FAA .
3 . Attend and act as the City ' s representative at the required
preconstruction conference .
4 . Perform the duties and discharge the responsibilities stated
in Project Specifications after receiving authorization to
proceed with construction ; however , the Engineer does not
guarantee the performance of the contract by the Contractor
nor assume any duty to supervise safety procedures followed
by any Contractor or subcontractor or their respective
employees or by any other person at the job site .
As a minimum , the Engineer or his qualified representative
will visit the site of the work on the average of once during
each fifteen ( 15 ) working days of the construction period .
These visits should be scheduled to coincide with each new
phase of construction , scheduled FAA inspections , and other
times when his presence is desirable . The Engineer or his
qualified representative will be available at all times work
is in progress for telephone contact by the construction
observer . The Engineer shall direct , supervise , advise , and
counsel the construction observer in the accomplishment of
his duties .
5 . Consult with and advise the City during the construction
period . He will submit , when requested by the City , written
reports to the City on the progress of the construction
including any problem areas that have developed or are
anticipated to develop . In addition , Engineer shall supply
to City such periodic reports and information as may be
required by the FAA .
6 . Certify monthly and final estimates for payment to the
Contractor .
7 . Coordinate with the construction observers to insure that all
material tests required for construction are scheduled and
accomplished in a manner that will not delay the Contractor
unnecessarily and will meet specification requirements as to
location and frequency .
8 . Assist the City in the observation of Contractor ' s
operations for proper classification of workers , and review
of Contractor ' s payrolls as necessary to determine compliance
with the prevailing wage rates .
9 . When authorized by the City , prepare change orders or
supplemental agreements , as appropriate , for ordering changes
in the work from that originally shown on the Plans and
Specifications . If re - design or substantial engineering is
3 IIBEF 1294PAGE 397
required in the preparation of these documents , payment for
extra services involved will be made in addition to the
_ ayment provided in basic engineering services .
2 . SPECIAL EN(JNEERING SERVICES FOR :
A . Surve, s for Design and Preparation of Plans . The Engineer will
use his personnel to supplement existing surveys and aerial
photography . Surveys will be made of existing facilities
neces - ary for design and for preparation of preliminary and final
plans .
B . Construction Observation . During the normal project construction
time estimated to be : 75 calendar days . The Engineer will
maintain resident personnel on the job for detailed construction
observation and coordination of the work . Construction
observation will be performed by qualified personnel mutually
acceptable to the City and the Engineer . The construction
observer shall endeavor to protect the City against defects and
deficiencies in the work of the Contractor , but he does not
guarantee the Contractor ' s performance . The construction observer
will prepare requests for monthly and final payments to the
Contractor and will provide "As - Built" information for preparation
of "As - Built" Drawings of the completed project .
3 . TESTING :
The Engineer shall direct the making of sufficient material tests
by an approved testing laboratory to permit proper design of the
improvements and to demonstrate compliance with specifications
during construction . Cost of such necessary testing will be paid
by the City directly to the testing laboratory .
4 . ADDITIONAL SERVICES :
A . After approval of the preliminary Plans and Specifications , should
there be a change in the Scope of Work or a significant change
that requires re - design , the Engineer will make such changes as
directed by the City .
B . When directed by the City , the Engineer will prepare major Change
Orders or Supplemental Agreements during the construction phase as
required to accomplish the work . Major Change Orders are defined
as those that require re - design or substantial engineering .
C . If unanticipated conditions should arise that extend the Project
construction time beyond that established in the Contract
Documents , the Engineer will maintain resident personnel on the
job , as required , to complete the Project .
D . When directed by the City , the Engineer will assist as expert
witness in litigation arising from the development or
construction of the Project .
IlBER1294P�GEtl98 .
4
SECTION III - ENGINEERING FEES
1 . Fo the Basic and Special Engineering Services described above , the
P "
en .ineering fees shall be as tabulated below :
jock Description
Preparation of Preliminary Report $ 20782 . 42
Preparation of Reports and Plans $ 8 , 808 . 07
Cc-itract Administration $ 1 , 915 . 00
S %
Surveys for Design $ 1 . 494 . 17
Subtotal Lump Sum Cost $159014 . 66
Construction Observation $ 8 . 765 . 00
"Not to Exceed" Cost $23 , 764 . 65
For the construction observation portion of the project , the City
agrees to pay the Engineer reimbursement of all salary costs , overhead ,
and fees at the rates tabulated in the Schedule of Salary Rates
attached to this Contract .
As tabulated above , and as estimated in detail in the attached
"Engineering Contract Cost Estimate , " the estimated cost of the
construction observation is $8 , 765 . 00 . The overhead percentages shall
be as shown on the attached "Engineering Contract Cost Estimates . " The
"not to exceed cost" tabulated time contains an estimated cost of the
time and materials required for construction inspection of $ 8 , 765 . 00
based on the construction contractor ' s performance time of 75 calendar
days for the contract . This estimated cost for construction inspection
will not be exceeded if the construction contract performance time does
not exceed 75 calendar days . All miscellaneous expendable supplies
normally required by the Engineer in the performance of these services
will be purchased by the Engineer , who will be reimbursed by the City .
All such expenditures will be substantiated by paid invoices or by
accounting procedures approved by the City .
Proper and adequate accounting records shall be maintained by the
Engineer , and will be readily available for inspection and/or audit by
the City and/or the Federal Aviation Administration .
Payments based on the incurred cost and the fee earned will be made
monthly based upon statements submitted by the Engineer to the City .
These statements will be substantiated by a monthly progress report
prepared by the Engineer , and submitted in the form and number
required by the City .
2 . For the preparation of Preliminary Plans , preparation of Final Plans ,
Contract Administration , and Surveys for Design portion of the Project ,
the City agrees to pay the Engineer the lump sum fee of $15 , 014 . 66 .
The Engineer will be paid monthly based on percent of project complete
to date . Total payment for each part as shown above will be due when
5
LIBER IMPAA99
that part is acceptably complete to the satisfaction of the City .
3 . For additional services described in SEWION II , paragraph 4 , the City
and the Engineer agree to negotiate thef, Engineering Fee in accordance
with the Scope of Services to be performed .
i
SECTION IV - THE CITY AND ENGINEER FURTHER AGREE
1 . This is an Arkansas Contract and in the event of a dispute
concerning a question of fact in connection with the provisions of
this contract which cannot be disposed of by mutual agreement
between the City and Engineer , the matter shall be resolved in
accordance with the Laws of the State of Arkansas .
2 . This Agreement may be terminated by either party by seven ( 7 ) days
written notice in the event of substantial failure to perform in
accordance with the terms hereof by the one ( 1) party through no
fault to the other party . If this Agreement is so terminated , the
Engineer shall be paid for the time and materials expended to
accomplish the services performed to date , as provided in SECTION
III - ENGINEERING FEES ; however , the Engineer may be required to
furnish an accounting of all costs .
3 . The FAA , City , Comptroller General of the United States or any of
their duly authorized representatives shall have access to any
books , documents , papers and records of the Engineer which are
directly pertinent to a specific grant program for the purpose of
making audit , examination , excerpts , and transcription . The
Engineer shall maintain all required records for 3 years after the
City makes final payment and all other pending matters are
closed .
4 . After completion of the Project , and prior to final payment , the
Engineer shall deliver to the City , all original documentation
prepared under this Contract including tracings of the record
drawings , and one ( 1 ) set of the record drawing Construction
Plans updated to reflect changes . Basic survey notes and
sketches , charts , computations and other data shall be made
available , upon request , to the City without restriction or
limitation on their use . In the event the City does not have
proper storage facilities for the protection of the original
Drawings , the City may request the Engineer to retain the
Drawings with the provision that they will be made available
without restriction upon written request . In the event any of the
above documents are re -used by the City , the nameplates will be
removed and the . Engineer released and held harmless of subsequent
liabilities .
116 1294NCIE40O
6
TITLE VI ASSURANCES
During the performance of this contract , the Engineer , for itse? its
assignees and successors in interest (hereinafter referred to . 3 the
"Engineer" ) agrees as follows :
1 . Compliance with Regulations . The Engineer shall comply wi :h the
Regulations relative to nondiscrimination in federally assisted
programs of the Department of Transportation (hereinafter , "DOT" )
Title 49 , Code of Federal Regulations , Part 21 , as they may be '
amended from time to time , (hereinafter referred to ss the
Regulations ) , which are herein incorporated by reference and made a
part of this contract .
2 . Nondiscrimination . The Engineer , with regard to the work performed
by it during the contract , shall not discriminate on the grounds of
race , color , or national origin in the selection and retention of
subcontractors , including procurements of materials and leases of
equipment . The Engineer shall not participate either directly or
indirectly in the discrimination prohibited by section 21 . 5 of the
Regulations , including employment practices when the contract
covers a program set forth in Appendix B of the Regulations .
3 . Solicitations for Subcontracts . Including Procurements of Materials
and Equipment . In all solicitations either by competitive bidding
or negotiation made by the Engineer for work to be performed under
a subcontract , including procurements of materials or leases of
equipment , each potential subcontractor or supplier shall be
notified by the Engineer of the Engineer ' s obligations under this
contract and the Regulations relative to nondiscrimination on the
grounds of race , color , or national origin .
4 . Information and Reports . The Engineer shall provide all
information and reports required by the Regulations or directives
issued pursuant thereto and shall permit access to its books ,
records , accounts , other sources of information , and its facilities
as may be determined by the City or the Federal Aviation
Administration (FAA) to be pertinent to ascertain compliance with
such Regulations , orders , and instructions . Where any information
required of a Engineer is in the exclusive possession of another
who fails or refuses to furnish this information , the Engineer
shall so certify to the City or the FAA , as appropriate , and shall
set forth what efforts it has made to obtain the information .
5 . Sanctions for Noncompliance . In the event of the Engineer ' s
noncompliance with the nondiscrimination provisions of this
contract , the City shall impose such contract sanctions as it or
the FAA may determine to be appropriate , including , but not
limited to - -
( a) withholding of payments to the Engineer under the contract
until the Engineer complies , and/or
(b ) cancellation , termination , or suspension of the contract , in
whole or in part .
6 . Incorporation of Provisions . The Engineer shall include the
7
[Ie(R1294Ph�E401
provisions of paragraphs 1 through 5 in every subcontract ,
including procurements of materials and leases of equipment , unless
exempt by the Regulations or directives issued pt. ,suant thereto .
Thae Engineer shall take such action with respect to :ny subcontract
or procurement as the City or the FAA may direct as a means of
enforcing such provisions including sanctions for noncompliance .
Provided , however , that in the event Engineer becomss involved in ,
or is threatened with , litigation with a subcontractor or supplier
as a result of such direction , the Engineer may req+=est the City to
enter into such litigation to protect the interests of the City
and , in addition , the Engineer may request the United States to
enter into such litigation to protect the interests of the United
States .
8 LIBER 1294pfGE 402
MINORITY BUSINESS ENTERPRISE (MBE) ASSURANCES
l : I Policy . It is the policy of the Department of Transportation (DOT)
that minority business enterprises as de' :ined in 49 CFR Part 23
shall have the maximum opportunity ti participate in the
performance of contracts financed in whole or in part with Federal
funds under this agreement . Consequently , the MBE requirements of
49 CFR Part 23 apply to this agreement .
2 MBE Obligation . The Engineer agrees t.� ensure that minority
business enterprises as defined in 49 CFR Part 23 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 Engineers shall
take all necessary and reasonable steps in accordance with 49 CFR
Part 23 to ensure that minority business enterprises have the
maximum opportunity to compete for and perform contracts . Engineer
shall not discriminate on the basis of race , color , national
origin , or sex in the award and performance of DOT-assisted
contracts .
ATTEST : City of Fayetteville
�Yla,,:uQ�.,a Q �
ATTEST : CARVER+G VER , P . A . , ENGINEERS
v
President
9 LIBER1294Pt,GE403
AIRPORT IMPROVEMENT AID PROJECT : 3 - 05 - 0020 - 10 - 88
STATE : Arkansas 1
i
CERTIFICATION 0; ENGINEER
- I
I hereby certify that I am PRESIDENT tad duly authorized representative of
the firm of GARVER+GARVER , P . A . , ENGINE) ;tS , whose address is ELEVENTH AND
BATTERY STREETS , P . 0 . BOX C - 50 , LITTLE ROiXt ARKANSAS , 72203 , and that neither 1
I nor the above firm I here represent has :
I
( 1 ) Employed or retained for a commission , percentage , brokerage , j
` contingent fee , or other consideration , a- 7 firm or person (other than a bona I
fide employee working solely for me of the above consultant) to solicit or
secure this contract ;
(b) Agree , as an express or implied condition for obtaining this
contract , to employ or retain the services of any firm or person in connection
with carrying out the contract ; or
(c ) Paid or agreed to pay to any firm , organization , or person (other
than a bona fide employee working solely for me or the above consultant) any
fee , contribution , donation , or consideration of any kind , for , or in
connection with , procuring or carrying out the contract ; except as here
expressly stated ( if any) .
I acknowledge that this certificate is to be furnished to the Federal
Aviation Administration of the United States Department of Transportation , in
connection with this contract involving participation of Airport Improvement
Program (AIP ) funds and is subject to applicable State and Federal laws , both
criminal and civil .
GARVER+GARVER , P . -A.,,ENGINEERS
By
Preside t
DATE :
LwR 1294 PAGE 404
lO
FAYETTEVILLE MUNICIPAL AIRPORT
DRAKE FIELD
Al? "10" ENGINEERING COST ESTIMATE --August, 1988
SURVEYS FOR DESIGN
1. Gather existing plans and specifications for proposed
improvements, and make field inspections to support design effort.
2. Establish Survey baselines to provide vertical and
horizontal control of the work.
1
2
TOTAL
----------------------------------
Project Manager
8
0
8
Project Engineer
8
1
9
Design Engineer
0
0
0
Electrical Engineer
4
0
4
Technician
4
0
4
Draftsman
0
0
0
Typist
0
0
0
Surveyor
0
0
0
Const. Observer
0
0
0
Const. Engineer
0
0
0
----------------------------------
PRELMINARY WORK AND PREPARATION OF PRELIMINARY ENGINEERING REPORT
1. Prepare and support application for Federal Funds.
2. Prepare engineering report that explains and illustrates the
preliminary design. Prepare preliminary plans to support the
report. Accomplish premiminary design.
3. Design. Sequence of Construction;designate restricted areas;
haul routes; equipment storage areas; work restrictions.
4. Draw preliminary plans- See separate list of sheets and
draftsman's time estimate
5. Prepare preliminary specifications, project cost estimate, and
project budget.
6. Conduct Coordination meetings and reviews to insure the
coordination and input from the Airport Staff and the FAA.
SUB
SUB
1
TOTAL
2
3
4
5
6
TOTAL
------------------------------------------------------------
Project Manager
6
6
2
2
0
2
4
10
Project Engineer
41
41
12
4
0
8
8
32
Design Engineer
0
0
30
8
12
8
8
66
Electrical Engineer
0
0
8
0
0
8
1
17
Technician
0-0
0
0
0
4
0
4
Draftsman
10
10
4
0
65
0
0
69
Typist
4
4
4
0
0
8
0
12
surveyor
0
0
0
0
0
0
0
0
Const. Observer
0
0
0
0
0
0
0
0
Const. Engineer
0
0
0
0
0
0
0
0
------------------------------------------------------------
LIBER1294PAGE405
PREPARE CONSTRUCTION PLANS
1. Receive and incorporate into plans comments from City
Airport Staff, FAA, and Airport Users.
Incorporate response to comments into plans prepare final
Plans, specifications, quantities, and final
contract documents.
I
CONSTRUCTION CONTRACT ADMINISTRATION
2. Prepare advertisement, dispense plans and specifications to
prospective bidders, answer contractor's questions during bidding
phase, recieve bids, prepare bid tabulation, analyze bids,
recommend award of contract, prepare contract documents, prepare
project budget.
3. Pre -construction conference: Prepare for, conduct, and prepare
minutes of pre -construction conference. Prepare progress payments
and progress reports for presentation to City.
CONSTRUCTION OBSERVATION
4. Garver+Garver and Northwest Engineers will provide continous
project observation as required by major construction events, or
as required by the City. We estimate that construction observation
will be required for a total of 20 hours of Garver+Garver personnel,
and 430 hours of Northwest Engineer's personnel.
SURVEYS FOR CONSTRUCTION
5. Garver+Garver and Northwest Engineers will direct and assist the
contractor to stake the work from the control established for the
project.
SUB
SUB
1
TOTAL
2
3
TOTAL
4
5
------------------------------------------------------
Project Manager
2
2
0
8
8
8
0
Project Engineer
12
12
4
8
12
12
0
Design Engineer
0
0
3
2
5
0
0
Electrical Engineer
8
8
0
0
0
0
0
Technician
2
2
2
0
2
8
0
Draftsman
4
4
2
0
2
0
0
Typist
6
6
2
4
6
0
0
Surveyor
0
0
0
0
0
0
0
Const. Observation
0
0
0
2
2
0
0
Const. Engineer
------------------------------------------------------
0 0
0
0
0
0
0
UBE81294P;,�E406
'En9ineering Contract Cost Estimate
Drake Field, Fayettville Arkansas, AIP "10"
GARVER + CARVER ENGINEERS
PROJECT DESCRIPTION: Rehabilitate Airfield Beacon and Beacon Tower Replace and Relocate Primary Windsock and
Segmented Circle
Lighted Runway and Taxiway Markers
Replacement of two
Secondary
Windsocks
.....................:......................................................................W.---...a-------------
,' Surveys
Preliminary
Preparation of Contract
Construction
For
Design
Work
Reports and Plans Administration
Observation
..................................................................................................................
DIRECT SALARY COST MAN
MAN
MAN MAN
MAN
HOURS
COST
HOURS COST
HOURS COST HOURS
COST HOURS COST
..................................................................................................................
Project Manager 8
$173.04
6 $129.78
- 12 $259.56 8
$173.04
8 $173.04
Project Engineer 9
$154.08
41 $701.92
44 $753.28 12
$205.44
12 $205.44
Design Engineer 0
$0.00
0 $0.00
66 $844.14 5
$63.95
0 $0.00
Electrical Engineer 4
$50.00
0 $0.00
25 $312.50 0
$0.00
0 $0.00
Technician 4
$40.76
0 $0.00
6 $61.14 2
$20.38
8 $81.52
Draftsman 0
$0.00
10 $75.00
73 $547.50 2
$15.00
0 $0.00
Typist 0
$0.00
4 $34.00
18 $153.00 6
$51.00
0 $0.00
Surveyor 0
$0.00
0 $0.00
0 $0.00 0
$0.00
0 $0.00
Const. Observer 0
$0.00
0 $0.00
0 $0.00 2
$23.00
0 $0.00
Const. Engineer 0
$0.00
0 $0.00
0 $0.00 0
$0.00
0 $0.00
..................................................................................................................
Subtotal • Salaries
$417.88
$940.70
$2,931.12
$551.81
$460.00
..................................................................................................................
PAYROLL ADDITIVES:(29.41%)
$122.90
$276.66
$862.04
$162.29
$135.29
..................................................................................................................
DIRECT NON -PAYROLL COSTS
Reproduction
$0.00
$150.00
$300.00
$38.72
$0.00
Survey Supplies
$0.00
$0.00
$0.00
$0.00
$0.00
Computer Rental
$0.00
$20.00
$50.00
$20.00
$0.00
Mileage/Travel
$300.00
$0.00
$300.00
$200.00
$0.00
.....................................................................................
0.....____......._______.....
Subtotal- Direct Cost
$840.78
$1,387.36
$4,443.16
$972.82
$595.29
..................................................................................................................
INDIRECT COSTS (109.72%)
$458.50
$1,032.14
$3,216.02
$605.45
$504.71
..............................................................................................•-------------_._...
Subtotal
$1,299.28
$2,419.50
$7,659.19
$1,578.26
$1,100.00
.................................................................................................
M.......____.....
PROFESSIONAL FEE (profit)
$194.89
$362.92
$1,148.88
$236.74
$165.00
..................................................................................................................
CONSULTANT FEE
$0.00
$0.00
$0.00
$100.00
$7,500.00
Subtotal:
$1,494.17
$2,782.42
$8,808.07
$1,915.00
$8,765.00
ESTIMATED FEE : $23,764.65
Prepared
1294p 407
SCHEDULE OF SALARY RATES
FILE #35
2.75 MARK-UP
CLASSIFICATION
REGULAR
Principal
$84.00
Senior Project Manager
75.00
Project Manager
61.00
Senior Project Engineer
55.00
Project Engineer
48.00
Senior Design Engineer
43.00
Design Engineer II
35.00
Design Engineer I
34.00
Senior Draftsman/Technician
33.00
Draftsman/Technician
23.00
Construction Observer
31.00
Party Chief
31.00
Instrument Man
19.00
Rodman
17.00
Clerical
20.00
I
JANUARY 01, 1988
UBER1294P Gr408
I
I, Alma Kolhsyye, Circuit Clerk ane
Er -officio Recorder for Wcshington CorYi
dltumesas, do hereby certify that this in-
ns was filed for record in my office
bs duly drec
iated hereon and the same is now orded with the acknowledgement
bnd Certificate thereon in Record 8
Pago as indicated t ook and
hereon.
IN WITNESS WHEREOF, I hayo hereunto
set my hand and affixed the seal of said
Court on the date indicated hereon.
Alma Kollmeyer
Circuit Clerk and
Ez-of/i<io Recor O
by
CERTIFICATE OF RECORD
State of Arkansas i SS
City of Fayetteville Clerk and
1, Suzanne C. McWethy, City
Ex -Officio recorder for the City of Fayetteville,
do hereby certify that the office and the same ap-
annexed or fore-
going is of record in my
peearrs in Ordinance & Resolution book
ess my
__ (J at page
th � day of
hand and seal this 19 0 en
f i ,., n v, OX
Q �
City Clerk and Ex-Offtao Recorded
"4' ORDINANCE No. 338U -
AN ORDINANCE WAIVING
THE REQUIREMENTSOF
.COMPETITIVE BIDDING
FOR ENGINEERING
SERVICES IN CONNEC-
TION" WITH THE CON-
STRUCTION' OF IM-
IFRA YEE T TTS TO E V II LTHE
L E
MUNICIPALAIRPORT.
4-BE:-'IT'ORDAINED :BY
eiHEBOARD OF DIREC'
.eTORS OF:THE CITY OF
.F AYETTE VIL'LE.
�:•. section l..That me nua.0
of Directors hereby waives
the requirements of com-
petitive bidding for engl-,
nearing services in conned-
:aing with the construction of
jlmprovments at the Psyet'
ttevllle Municipal Airport for
the reason that said re-
qulrements are not feasible
.....um the selection of a
volves suble[nve uRu.v
:making. �' -
•SeatiOn 2. That the Board:
of -Directors -hereby
authorizes the Mayor and
City Clerk to execute an en- i
.gineering services contrail"
with Garver + Garver, P.A.'I
Engineers of Little Rock1
Arkansas for engineering
services necessary for the
construction of a lighted
runway and taxiway mat(Ra•
refurbishment of the bea onI
andbeacon tower, and,
replacement of. primary I
windsock and two secondary i
windsocks at the Fay"t-.
teville Municipal Airport.lA
copyr of the contract
authorized for execution
hereby is attached hereto
, marked Exhibit "A" and
made a part hereof.
Section 3. That the Board
of Director hereby deter-
mines that Immediate con-
struction of the airport im-
provements enumerated In
the contract attached hereto
are essential to safe opera-
tion of the Fayetteville
Mun Ic,Ip a l --A IrPo rt.
•_Therefore, an emergency Is
hereby declared to exist and
this ordloance being netts
sary /the public
"safety and welfare l
snalab
In full force and effect from
• and after its passage am
:.,a:.. .,ArrKVv'
- -Gs•: By; Marilyn John.
Ma
ATTEST ',:i`•'r"C;..;
By: Suzanne MCWethy .
City Clerk :•c- '
Exhibit"'A" is on file in
City Clerk's ONICe, 113
Mountain Street.
STATE of ARKANSAS 1
as.
County of Washington
I. - f- � hereby certify that I
am the publisher of E NORTHW EST ARKANS 5 TIMES, a daily newspaper
having a second class mailing privilege, and being not less than four pages of
five columns each, published at a fixed place of business and at a fixed (daily)
Intervals continuously in the City of Fayetteville, County of Washington, Arkansas
for more than a period of twelve months,- circulated and distributed from an
established place of business to subscribers and readers generally of all classes
in the City and County for a definite price for each copy, or a fixed price per
annum, which price was fixed at what is considered the value of the publication,
based upon the news value and service value It contains, that at least fifty percent
of the subscribers thereto have paid cash for their subscriptions to the newspaper
or its agents or through recognized news dealers over a period of at least six
months; and that the said newspaper publishes an average of more than forty
percent news matter.
I further certify that the legal notice hereto attached in the matter of
was published in the regular daily issue of said newspaper for
consecutive Insertions as follows:
The first insertion on the day of t. 19 d 0
the second insertion on the day of 19
the third Insertion on the day of 19
and the fourth insertion on the __ day
ySworn to and subscribed before me n this 2Ld_ ay of
Nc"ry Public
My Commission Expires:
Q- /-9/
Fees for Printing — S /N
Cost of Proof — S
Total —. S 2 '._§tom
I
•
MICROFILMED
CONTRACT FOR ENGINEERING SERVICES
Lighted Runway and Taxiway Markers
Refurbishment of the Beacon and Beacon Tower
Replacement of Primary Windsock and Two Secondary Windsocks
DRAKE FIELD
FAYETTEVILLE, ARKANSAS
AIP 3-05-0020-10-88
THIS AGREEMENT, made as of the a' `day of 19 ,
by and between the City of Fayetteville, hereinafter called the "City," and
Garver+Garver, P.A., Engineers, P.O. Box C-50, Little Rock, Arkansas 72203,
hereinafter called the "Engineer."
W I T N E S S E T H:
WHEREAS,
the City
intends to construct the following
improvements at
Drake Field,
hereinafter
referred to as the Project:
Lighted Runway and Taxiway Markers
Refurbishment of the Beacon and Beacon Tower
Replacement of Primary Windsock and Two Secondary Windsocks
All project improvements shall be in accordance with the Application
for Federal Funds submitted for the Project by the Engineer. The City and
the Engineer agree as follows:
SECTION I - GENERAL
The City agrees to employ the Engineer and the Engineer agrees to
perform professional engineering services for the project. The Engineer
prepared and is familiar with the application for Federal Funds for the
project and has visited the site where the construction will be performed.
Engineering will conform to the requirements and standards of the City and
the Federal Aviation Administration, in accordance with regulations and
procedures established for Federal Aid Projects. The Engineer will
coordinate all work with the City, the FAA, and others required in the
accomplishment of the work. r
SECTION II - SCOPE OF SERVICES
The
Engineer shall
render all
professional engineering services
necessary
and customary in
the planning
and construction of the improvements
described
above.
Services for each phase of the project are described in more detail as
follows for:
H
1. BASIC ENGINEERING SERVICES FOR THE:
A. Preparation of Preliminary Report. The Engineer shall:
1. Serve as the City's representative in the preliminary phase
of the project and furnish consultation and advice to the
City during the performance of this service.
2. Attend preliminary conferences alone or with City
representative, local officials, state and federal agencies,
utility companies and others regarding the proposed project,
its general design, functions, and impact.
3. Assist the City in ordering and directing the accomplishment
of such special services as soil borings and material tests
as may be necessary.
4. Prepare a preliminary engineering report, supported by
preliminary plans, and submit copies for review and approval
to the City and FAA in the number required.
6. Attend conferences for review and conduct coordination
conference of interested agencies and utilities, if required.
B. Design Phase. The Engineer shall:
1. Plan and direct the balance of soil borings and tests
required for final design of the project.
2. Prepare detailed construction drawings, specifications,
instructions to bidders, general provisions and special
provisions, all based on guides furnished to the Engineer by
the City and FAA. Contract Documents (Plans, Specifications,
and Estimates) will be prepared for one (1) construction
contract. These designs shall be in accordance with sound
engineering principles and shall be submitted to the FAA
office from which approval must be obtained. Detailed
specifications shall be developed using FAA "Standards for
Specifying Construction for Airports" AC 150/5370-10, or
other appropriate standards approved for use by the FAA. A
specimen copy of the General Provisions and applicable
prevailing wage rates will be obtained by the Engineer from
the FAA and the Arkansas Department of Labor for
incorporation into the specifications for the proposed
project.
3. Submit to the FAA Airport's District Office advance copies of
the plans and specifications and cost estimates for review.
The Engineer will make any additions to respond to comments
by the FAA, and when the documents have been approved, the
Engineer will furnish plans to the FAA and to the City for
bidding and coordination purposes.
C. Construction Phase. The Engineer shall:
1. Assist the City in securing bids by issuing contract
documents to prospective bidders. The Engineer will be
available to answer questions and discuss proposed work with
prospective bidders during the advertisement period. If
information has been inadvertently omitted or if field
2
conditions are changed, addenda to the Plans and
Specifications shall be issued. The Engineer shall prepare
tabulations of bids received, and prepare a recommendation to
the City concerning award of the Construction Contract.
2. Assist the City in the execution of all contract documents
and furnish a sufficient number of executed documents for the
City, Contractor and FAA.
3. Attend and act as the City's representative at the required
preconstruction conference.
4. Perform the duties and discharge the responsibilities stated
in Project Specifications after receiving authorization to
proceed with construction; however, the Engineer does not
guarantee the performance of the contract by the Contractor
nor assume any duty to supervise safety procedures followed
by any Contractor or subcontractor or their respective
employees or by any other person at the job site.
As a minimum, the Engineer or his qualified representative
will visit the site of the work on the average of once during
each fifteen (15) working days of the construction period.
These visits should be scheduled to coincide with each new
phase of construction, scheduled FAA inspections, and other
times when his presence is desirable. The Engineer or his
qualified representative will be available at all times work
is in progress for telephone contact by the construction
observer. The Engineer shall direct, supervise, advise, and
counsel the construction observer in the accomplishment of
his duties.
5. Consult with and advise the City during the construction
period. He will submit, when requested by the City, written
reports to the City on the progress of the construction
including any problem areas that have developed or are
anticipated to develop. In addition, Engineer shall supply
to City such periodic reports and information as may be
required by the FAA.
6. Certify monthly and final estimates for payment to the
Contractor.
7. Coordinate with the construction observers to insure that all
material tests required for construction are scheduled and
accomplished in a manner that will not delay the Contractor
unnecessarily and will meet specification requirements as to
location and frequency.
8. Assist the City in the observation of Contractor's
operations for proper classification of workers, and review
of Contractor's payrolls as necessary to determine compliance
with the prevailing wage rates.
9. When authorized by the City, prepare change orders or
supplemental agreements, as appropriate, for ordering changes
in the work from that originally shown on the Plans and
Specifications. If re -design or substantial engineering is
3
required in the preparation of these documents, payment for
extra services involved will be made in addition to the
payment provided in basic engineering services.
2. SPECIAL ENGINEERING SERVICES FOR:
A. Surveys for Design and Preparation of Plans. The Engineer will
use his personnel to supplement existing surveys and aerial
photography. Surveys will be made of existing facilities
necessary for design and for preparation of preliminary and final
plans.
B. Construction Observation. During the normal project construction
time estimated to be: 75 calendar days. The Engineer will
maintain resident personnel on the job for detailed construction
observation and coordination of the work. Construction
observation will be performed by qualified personnel mutually
acceptable to the City and the Engineer. The construction
observer shall endeavor to protect the City against defects and
deficiencies in the work of the Contractor, but he does not
guarantee the Contractor's performance. The construction observer
will prepare requests for monthly and final payments to the
Contractor and will provide "As -Built" information for preparation
of "As -Built" Drawings of the completed project.
3. TESTING:
The Engineer shall direct the making of sufficient material tests
by an approved testing laboratory to permit proper design of the
improvements and to demonstrate compliance with specifications
during construction. Cost of such necessary testing will be paid
by the City directly to the testing laboratory.
4. ADDITIONAL SERVICES:
A. After approval of the preliminary Plans and Specifications, should
there be a change in the Scope of Work or a significant change
that requires re -design, the Engineer will make such changes as
directed by the City.
B. When directed by the City, the Engineer will prepare major Change
Orders or Supplemental Agreements during the construction phase as
required to accomplish the work. Major Change Orders are defined
as those that require re -design or substantial engineering.
C. If unanticipated conditions should arise that extend the Project
construction time beyond that established in the Contract
Documents, the Engineer will maintain resident personnel on the
job, as required, to complete the Project.
D. When directed by the City, the Engineer will assist as expert
witness in litigation arising from the development or
construction of the Project.
4
SECTION III -
FEES
1. For the Basic and Special Engineering Services described above, the
engineering fees shall be as tabulated below:
Work Description
Preparation of Preliminary Report $ 2,782.42
Preparation of Reports and Plans $ 8,808.07
Contract Administration $ 1,915.00
Surveys for Design $ 1.494.17
Subtotal Lump Sum Cost $15,014.66
Construction Observation $_8.765.00
"Not to Exceed" Cost $23,764.65
For the construction observation portion of the project, the City
agrees to pay the Engineer reimbursement of all salary costs, overhead,
and fees at the rates tabulated in the Schedule of Salary Rates
attached to this Contract.
As tabulated above, and as estimated in detail in the attached
"Engineering Contract Cost Estimate," the estimated cost of the
construction observation is $8,765.00. The overhead percentages shall
be as shown on the attached "Engineering Contract Cost Estimates." The
"not to exceed cost" tabulated time contains an estimated cost of the
time and materials required for construction inspection of $8,765.00
based on the construction contractor's performance time of 75 calendar
days for the contract. This estimated cost for construction inspection
will not be exceeded if the construction contract performance time does
not exceed 75 calendar days. All miscellaneous expendable supplies
normally required by the Engineer in the performance of these services
will be purchased by the Engineer, who will be reimbursed by the City.
All such expenditures will be substantiated by paid invoices or by
accounting procedures approved by the City.
Proper and adequate accounting records shall be maintained by the
Engineer, and will be readily available for inspection and/or audit by
the City and/or the Federal Aviation Administration.
Payments based on the incurred cost and the fee earned will be made
monthly based upon statements submitted by the Engineer to the City.
These statements will be substantiated by a monthly progress report
prepared by the Engineer, and submitted in the form and number
required by the City.
2. For the preparation of Preliminary Plans, preparation of Final Plans,
Contract Administration, and Surveys for Design portion of the Project,
the City agrees to pay the Engineer the lump sum fee of $15,014.66.
The Engineer will be paid monthly based on percent of project complete
to date. Total payment for each part as shown above will be due when
5
that part is acceptably complete to the satisfaction of the City.
3. For additional services described in SECTION II, paragraph 4, the City
and the Engineer agree to negotiate the Engineering Fee in accordance
with the Scope of Services to be performed.
SECTION IV - THE CITY AND ENGINEER FURTHER AGREE
1. This is an Arkansas Contract and in the event of a dispute
concerning a question of fact in connection with the provisions of
this contract which cannot be disposed of by mutual agreement
between the City and Engineer, the matter shall be resolved in
accordance with the Laws of the State of Arkansas.
2. This Agreement may be terminated by either party by seven (7) days
written notice in the event of substantial failure to perform in
accordance with the terms hereof by the one (1) party through no
fault to the other party. If this Agreement is so terminated, the
Engineer shall be paid for the time and materials expended to
accomplish the services performed to date, as provided in SECTION
III - ENGINEERING FEES; however, the Engineer may be required to
furnish an accounting of all costs.
3. The FAA, City, Comptroller General of the United States or any of
their duly authorized representatives shall have access to any
books, documents, papers and records of the Engineer which are
directly pertinent to a specific grant program for the purpose of
making audit, examination, excerpts, and transcription. The
Engineer shall maintain all required records for 3 years after the
City makes final payment and all other pending matters are
closed.
4. After completion of the Project, and
Engineer shall deliver to the City,
prepared under this Contract includ
drawings, and one (1) set of the
Plans updated to reflect changes.
sketches, charts, computations and
prior to final payment, the
all original documentation
ing tracings of the record
record drawing Construction
Basic survey notes and
other data shall be made
available, upon request, to the City without restriction or
limitation on their use. In the event the City does not have
proper storage facilities for the protection of the original
Drawings, the City may request the Engineer to retain the
Drawings with the provision that they will be made available
without restriction upon written request. In the event any of the
above documents are re -used by the City, the nameplates will be
removed and the Engineer released and held harmless of subsequent
liabilities.
2
TITLE VI ASSURANCES
During the performance of this contract, the Engineer, for itself, its
assignees and successors in interest (hereinafter referred to as the
"Engineer") agrees as follows:
1. Compliance with Regulations. The Engineer shall comply with the
Regulations relative to nondiscrimination in federally assisted
programs of the Department of Transportation (hereinafter, "DOT")
Title 49, Code of Federal Regulations, Part 21, as they may be
amended from time to time, (hereinafter referred to as the
Regulations), which are herein incorporated by reference and made a
part of this contract.
2. Nondiscrimination. The Engineer, with regard to the work performed
by it during the contract, shall not discriminate on the grounds of
race, color, or national origin in the selection and retention of
subcontractors, including procurements of materials and leases of
equipment. The Engineer shall not participate either directly or
indirectly in the discrimination prohibited by section 21.5 of the
Regulations, including employment practices when the contract
covers a program set forth in Appendix B of the Regulations.
3. Solicitations for Subcontracts. Including Procurements of Materials
and Equipment. In all solicitations either by competitive bidding
or negotiation made by the Engineer for work to be performed under
a subcontract, including procurements of materials or leases of
equipment, each potential subcontractor or supplier shall be
notified by the Engineer of the Engineer's obligations under this
contract and the Regulations relative to nondiscrimination on the
grounds of race, color, or national origin.
4. Information and Reports. The Engineer shall provide all
information and reports required by the Regulations or directives
issued pursuant thereto and shall permit access to its books,
records, accounts, other sources of information, and its facilities
as may be determined by the City or the Federal Aviation
Administration (FAA) to be pertinent to ascertain compliance with
such Regulations, orders, and instructions. Where any information
required of a Engineer is in the exclusive possession of another
who fails or refuses to furnish this information, the Engineer
shall so certify to the City or the FAA, as appropriate, and shall
set forth what efforts it has made to obtain the information.
5. Sanctions for Noncompliance. In the event of the Engineer's
noncompliance with the nondiscrimination provisions of this
contract, the City shall impose
such contract
sanctions as it
or
the FAA may determine to be
appropriate,
including, but
not
limited to --
(a) withholding of payments to
the Engineer
under the contract
until the Engineer complies,
and/or
(b) cancellation, termination,
or suspension
of the contract,
in
whole or in part.
6. Incorporation of Provisions.
The Engineer
shall include
the
7
provisions of paragraphs 1 through 5 in every subcontract,
including procurements of materials and leases of equipment, unless
exempt by the Regulations or directi'aes issued pursuant thereto.
The Engineer shall take such action with respect to any subcontract
or procurement as the City or the FAA may direct as a means of
enforcing such provisions including sanctions for noncompliance.
Provided, however, that in the event Engineer becomes involved in,
or is threatened with, litigation with a subcontractor or supplier
as a result of such direction, the Engineer may request the City to
enter into such litigation to protect the interests of the City
and, in addition, the Engineer may request the United States to
enter into such litigation to protect the interests of the United
States.
G'.
MINORITY BUSINESS ENTERPRISE (MBE) ASSURANCES
1. Policy. It is the policy of the Department of Transportation (DOT)
that minority business enterprises as defined in 49 CFR Part 23
shall have the maximum opportunity to participate in the
performance of contracts financed in whole or in part with Federal
funds under this agreement. Consequently, the MBE requirements of
49 CFR Part 23 apply to this agreement.
2. MBE Obligation. The Engineer agrees to ensure that minority
business enterprises as defined in 49 CFR Part 23 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 Engineers shall
take all necessary and reasonable steps in accordance with 49 CFR
Part 23 to ensure that minority business enterprises have the
maximum opportunity to compete for and perform contracts. Engineer
shall not discriminate on the basis of race, color, national
origin, or sex in the award and performance of DOT -assisted
contracts.
ATTEST:
frvtt
City of Fayetteville
ATTEST: GARVER+C VER, P.A., ENGINEERS
President
9
AIRPORT IMPROVEMENT AID PROJECT: 3-05-0020-10-88
STATE: Arkansas
CERTIFICATION OF ENGINEER
I hereby certify that I am PRESIDENT and duly authorized representative of
the firm of GARVER+GARVER, P.A., ENGINEERS, whose address is ELEVENTH AND
BATTERY STREETS, P. 0. BOX C-50, LITTLE ROCK, ARKANSAS, 72203, and that neither
I nor the above firm I here represent has:
(1) Employed or retained for a commission, percentage, brokerage,
contingent fee, or other consideration, any firm or person (other than a bona
fide employee working solely for me of the above consultant) to solicit or
secure this contract;
(b) Agree, as an express or implied condition for obtaining this
contract, to employ or retain the services of any firm or person in connection
with carrying out the contract; or
(c) Paid or agreed to pay to any firm, organization, or person (other
than a bona fide employee working solely for me or the above consultant) any
fee, contribution, donation, or consideration of any kind, for, or in
connection with, procuring or carrying out the contract; except as here
expressly stated (if any).
I acknowledge that this certificate is to be furnished to the Federal
Aviation Administration of the United States Department of Transportation, in
connection with this contract involving participation of Airport Improvement
Program (AIP) funds and is subject to applicable State and Federal laws, both
criminal and civil.
GARVER+GARVER, P.A., ENGINEERS
Y� Preside
DATE:
10
`FAYETTEVILLE MUNICIPAL AIRPORT
DRAKE FIELD
AIP "10" ENGINEERING COST ESTIMATE --August, 1988
SURVEYS FOR DESIGN
1. Gather existing plans and specifications for proposed
improvements, and make field inspections to support design effort.
2. Establish Survey baselines to provide vertical and
horizontal control of the work.
1 2 TOTAL
----------------------------------
Project Manager
8
0
8
Project Engineer
8
1
9
Design Engineer
0
0
0
Electrical Engineer
4
0
4
Technician
4
0
4
Draftsman
0
0
0
Typist
0
0
0
Surveyor
0
0
0
Const. Observer
0
0
0
Const. Engineer
----------------------------------
0
0
0
PREI14NARY WORK AND PREPARATION OF PRELIMINARY ENGINEERING REPORT
1. Prepare and support application for Federal Funds.
2. Prepare engineering report that explains and illustrates the
preliminary design. Prepare preliminary plans to support the
report. Accomplish premiminary design.
3. Design. Sequence of Construction;designate restricted areas;
haul routes; equipment storage areas; work restrictions.
4. Draw preliminary plans- See separate list of sheets and
draftsman's time estimate
5. Prepare preliminary specifications, project cost estimate, and
project budget.
6. Conduct Coordination meetings and reviews to insure the
coordination and input from the Airport Staff and the FAA.
SUB
SUB
1
TOTAL
2
3
4
5
6
TOTAL
------------------------------------------------------------
Project Manager
6
6
2
2
0
2
4
10
Project Engineer
41
41
12
4
0
8
8
32
Design Engineer
0
0
30
8
12
8
8
66
Electrical Engineer
0
0
8
0
0
8
1
17
Technician
0
0
0
0
0
4
0
4
Draftsman
10
10
4
0
65
0
0
69
Typist
4
4
4
0
0
8
0
12
surveyor
0
0
0
0
0
0
0
0
Const. Observer
0
0
0
0
0
0
0
0
Const. Engineer
------------------------------------------------------------
0
0
0
0
0
0
0 0
y 1.
PREPARE CONSTRUCTION PLANS
1. Receive and incorporate into plans comments from City
Airport Staff, FAA, and Airport Users.
Incorporate response to comments into plans prepare final
Plans, specifications, quantities, and final
contract documents.
CONSTRUCTION CONTRACT ADMINISTRATION
2. Prepare advertisement, dispense plans and specifications to
prospective bidders, answer contractor's questions during bidding
phase, recieve bids, prepare bid tabulation, analyze bids,
recommend award of contract, prepare contract documents, prepare
project budget.
3. Pre -construction conference: Prepare for, conduct, and prepare
minutes of pre -construction conference. Prepare progress payments
and progress reports for presentation to City.
CONSTRUCTION OBSERVATION
4. Garver+Garver and Northwest Engineers will provide continous
project observation as required by major construction events, or
as required by the City. We estimate that construction observation
will be required for a total of 20 hours of Garver+Garver personnel,
and 430 hours of Northwest Engineer's personnel.
SURVEYS FOR CONSTRUCTION
5. Garver+Garver and Northwest Engineers will direct and assist the
contractor to stake the work from the control established for the
project.
SUB
SUB
1
TOTAL
2
3
TOTAL
4
5
------------------------------------------------------
Project Manager
2
2
0
8
8
8
0
Project Engineer
12
12
4
8
12
12
0
Design Engineer
0
0
3
2
5
0
0
Electrical Engineer
8
8
0
0
0
0
0
Technician
2
2
2
0
2
8
0
Draftsman
4
4
2
0
2
0
0
Typist
6
6
2
4
6
0
0
Surveyor
0
0
0
0
0
0
0
Const. Observation
0
0
0
2
2
0
0
Const. Engineer
------------------------------------------------------
0
0
0
0
0
0
0
Engineering Contract Cost Estimate
Drake Field, Fayettville Arkansas, AIP "10"
GARVER + CARVER ENGINEERS
PROJECT DESCRIPTION: Rehabilitate Airfield Beacon and Beacon Tower Replace and Relocate Primary Windsock and
Segmented
Circle
Lighted Runway and Taxiway Markers
Replacement
of two Secondary
Windsocks
..........................................................................."'.....-_.....__._..-.___......---....
Surveys Preliminary
Preparation of
Contract
Construction
For Design Work
Reports and Plans
Administration
Observation
..................................................................................................................
DIRECT SALARY COST MAN MAN
HOURS COST HOURS COST
....................................
MAN MAN MAN
HOURS COST HOURS COST HOURS COST
.....................................................
Project Manager
8
$173.04
6
$129.78
12
$259.56
8
4173.04
8
$ 173.04
Project Engineer
9
$154.08
41
$701.92
44
$753.28
12
$205.44
12
$205.44
Design Engineer
0
$0.00
0
$0.00
66
$844.14
5
$63.95
0
$0.00
Electrical Engineer
4
$50.00
0
$0.00
25
$312.50
0
$0.00
0
$0.00
Technician
4
$40.76
0
$0.00
6
$61.14
2
$20.38
8
$81.52
Draftsman
0
$0.00
10
$75.00
73
$547.50
2
$15.00
0
$0.00
Typist
0
$0.00
4
$34.00
18
$153.00
6
$51.00
0
$0.00
Surveyor
0
$0.00
0
$0.00
0
$0.00
0
$0.00
0
$0.00
Const. Observer
0
$0.00
0
$0.00
0
$0.00
2
$23.00
0
$0.00
Const. Engineer
0
$0.00
0
$0.00
0
$0.00
0
$0.00
0
$0.00
-------------------------------------------------------------------------------------------
= " " "
" "'....'----.
Subtotal - Salaries
$417.88
$940.70
$2,931.12
$551.81
$460.00
PAYROLL ADDITIVES:(29.41X)
$122.90
$276.66
$862.04
$162.29
$135.29
--------------------------------------'--------.-------..-----....--------.-...------..---"
' " " "'...
" .''.....
DIRECT NON -PAYROLL COSTS
Reproduction
$0.00
$150.00
$300.00
$38.72
$0.00
Survey Supplies
$0.00
$0.00
$0.00
$0.00
$0.00
Computer Rental
$0.00
$20.00
$50.00
$20.00
$0.00
Mileage/Travel
$300.00
$0.00
$300.00
$200.00
$0.00
..............................................................................................
"'._.....__........
Subtotal- Direct Cost
$840.78
$1,387.36
$4,443.16
$972.82
$595.29
INDIRECT COSTS (109.72%)
$458.50
$1,032.14
$3,216.02
$605.45
$504.71
..................................................................................................................
Subtotal
$1,299.28
$2,419.50
$7,659.19
$1,578.26
$1,100.00
..................................................................................................................
PROFESSIONAL FEE (profit) $194.89
CONSULTANT FEE $0.00
Subtotal: $1,494.17
ESTIMATED FEE : $23,764.65
Prepared by
$362.92 $1,148.88 $236.74 $165.00
..........................................................................
$0.00
$2,782.42
$0.00 $100.00
$8,808.07 $1,915.00
$7,500.00
$8,765.00
4
SCHEDULE OF SALARY RATES
FILE #35
CLASSIFICATION
Principal
Senior Project Manager
Project Manager
Senior Project Engineer
Project Engineer
Senior Design Engineer
Design Engineer II
Design Engineer I
Senior Draftsman/Technician
Draftsman/Technician
Construction Observer
Party Chief
Instrument Man
Rodman
Clerical
2.75 MARK-UP
REGULAR
$84.00
75.00
61.00
55.00
48.00
43.00
35.00
34.00
33.00
23.00
31.00
31.00
19.00
17.00
20.00
JANUARY 01, 1988
MICROFILMED
:.ISECLFICATIO1\L:S
AND
1 CONTRACT DOCUMENTS
1
PREPARED FOR'i
1
i
PROJECTI
1
1
1
1
1
PREPARED BYI
Garver+Garver
1 Garver & Garver, P.A.
Engineers
U. P.O. Box C•50
Little Rock, Arkansas 72203
(501) 378.3633
1
CITY OF FAYETTEVILLE
FAYETTEVILLE MUNICIPAL AIRPORT
REHABILITATE AIRPORT SIGN SYSTEM;
REPLACE ROTATING BEACON AND
REPAINT TOWER; REPLACE PRIMARY
WIND CONE AND SEGMENTED CIRCLE;
AND REPLACE SUPPLEMENTAL WIND CONES
ALP PROJECT NO. 3-05-0020-10
OCTOBER, 1988
87-1040-000
1, 5?O:sc: (?"o -4c Agency)
2. Sponsors Address 3. Supplemental Agreement Number
'113 West Mountain
City of Fayetteville Fayetteville, Arkansas 1
4. ate of AirportProject Su=be: 6. Date Prepared
A 5.
Drake Field 3-05-0020-10 December 21, 1988
7. N.�.e and Address of Co:.t:acto: Northwest Electric, Inc.
P.O. Box 694, Fayetteville. AR 7270
'' 8. Description of work Included in Contract
Rehabilitate Airport Sign System; Replace Rotating Beacon and Repaint Tower; Replace
Primary Wind Cone and Segmented Circle; and Replace Supplemental Wind Cones.
9. Changes Ordered and Reason Ordered (List individual ca:,ges as: A, 3, C, D, etc.)
A thru C. Add cable trench, L -824C 5KV Cable, and counterpoise for installation of
' Distance Remaining Signs.
D. Install Distance Remaining Signs for improved safety at the airport and as
an aid to pilots using the airport.
' E. Delete pavement marking from the contract because of too high a unit price.
E
. Lid Original
' ntract Item Estimated
anges No. Quantity
A.
L-10
-5.la
810
L.F.
B.
L-10
-5.1b
2,055
L.F.
C.
L-10
-5.ld
1,030
L.F.
D.
L-12
-5.1e
0
E.
P-62
-5.1
125
S.F.
Contract Revised Negotiated
Unit Estimated C.O. Unit
Price Quantity Price
$ 0.60 935 L.F. --
$ 0.60 2,330 L.F. ---
$ 0.40 1,165 L.F. --
--- 5 Ea. $1,120.00
$25.60 0
Original Revises
Estimated Estimated
Cost Cost i
$
486.00
$
561.00
$1,233.00
$1,398.00
$
412.00
$
466.00
0.00
$5,600.00
$3,200.00
$
0.00
$5,331:00 $8,025.00
:-ohm", /3 11O.VV I
Or=g Contract .—
--
Previously Approved Change Orders $ (Increase/Dec: ease),ncrease/RR9S92AJ0
This Change Order $
2,694.00 ci-
New Contract A—o,.n_ $ 75,810.00
Contract t_ increased/decreased by 0 days. 1Ge•: Contract t:=e 17 A days.
CO =nylc 0 S
I\7- -_- A3G+= Date
ACC - =as-�9 ....
S?ONS R
, Date
S_,.._ 1.-e -
ACC??•
- L
COY_ ACZOR n° `� Date
tu:e
AD-I.ISTRATION
?roject :tanager.
CON7iiIONS Oc APPROVAL: -s c^an_e cider/s tolementa? agree
satisfactory. Tederal participation in the ?ncreasec test is
of federal funds.
•:: Date
is � co tst dere�,
jest to
SW =n.- 5100-3 (10/:4)
II
FAYETTEVILLE MUNICIPAL AIRPORT
REHABILITATE AIRPORT SIGN SYSTEM;
REPLACE ROTATING BEACON AND
REPAINT TOWER; REPLACE PRIMARY
WIND CONE AND SEGMENTED CIRCLE;
AND REPLACE SUPPLEMENTAL WIND CONES
AIP PROJECT NO. 3-05-0020-10
TABLE OF CONTENTS
Page No.
I. GENERAL DOCUMENTS
Advertisement for Bids
A-1
Instructions to Bidders
I-1
Bid Bond
BB -1
Proposal
P-1
Certification of Bidder Regarding
Equal Employment Opportunity
CEEO-1
Statement of Bidder's Qualifications
SBQ-1
List of Proposed Subcontractors
S-1
Contract
C-1
Performance Bond
PEB-1
Payment Bond
PAB-1
II. GENERAL PROVISIONS
Definition of Terms
GP
10-1
Proposal Requirements and Conditions
GP
20-1
Award and Execution of Contract
GP
30-1
Scope of Work
GP
40-1
Control of Work
GP
50-1
Control of Materials
GP
60-1
Legal Relations and Responsibility to Public
GP
70-1
Prosecution and Progress
GP
80-1
Measurement and Payment
GP
90-1
Wage, Labor, EEO and Safety Requirements
GP
100-1
Disadvantaged Business Enterprise Contract Provisions
GP
110-1
III. SPECIAL CONDITIONS
Paragraph No.
SC -01
General Description of the Work
SC21
SC -02
Special Instructions
SC -1
SC -03
Restrictions on Time for Work
SC -1
SC -04
Limits of Insurance
SC -2
SC -05
Notice to Proceed
SC -3
SC -06
Time for Completion & Liquidated Damages
SC -4
SC -07
Legal Holidays
SC -6
i
I
TABLE OF CONTENTS (Cont'd)
Page No.
Paragraph No,
SC -08 Instrument Control SC -6
SC -O9 Security and Control of Access SC -6
SC -10 Safety SC -6
'Sc-i1 Documents for the Contractor SC -7
SC -12 NOTAMs SC -7
SC -13 Construction Activity and Aircraft SC -7
Movements
SC -14 Motorized Vehicles SC -7
SC -15 Clean Up SC -8
SC -16 Project Meetings and Coordination SC -8
' SC -17 Schedules and Record Documents SC -8
SC -18 List of Plans SC -8
SC -19 Measurement and Payment SC -9
IV. TECHNICAL SPECIFICATIONS
' Item No.
SP -1 Site Preparation SP -1-1
' SP -2 Night Work & Interrupting Conditions SP -2-1
L-103 Airport Beacon Tower L-103-1
L-107 Installation of Airport Wind Cones L-107-1
I. L-108 Install Underground Cable L-108-1
L-125 Install Airport Lighting System L-125-1
L-130 Rehabilitation of 36" Rotating Beacon L-130-1
P-610 Structural Portland Cement Concrete P-610-1
P-620 Runway and Taxiway Painting P-620-1
T-904 Sodding T-904-1
T-905 Topsoiling T-905-1
1
I
I
I
I
ii
I
ADVERTISEMENT FOR BIDS
Sealed bids for "Rehabilitate Airport Sign System; Replace Rotating
Beacon and Repaint Tower; Replace Primary Wind Cone and Segmented Circle;
and Replace Supplemental Wind Cones" will be received at City Hall,
Purchasing Office, 113 West Mountain, Fayetteville, Arkansas, until 2:00
p.m. , Tuesday, December 13, 1988; at which time and place the bids will be
publicly opened and read aloud.
The work involves, but is not limited to, the following:
1. Installation of Taxiway Signs
2. Replacement of the 36" Rotating Beacon
3. Cleaning and Painting of the Beacon Tower
4. Replacement of the Primary Wind Cone and Segmented Circle
5. Replacement of the Supplemental Wind Cones
Contract documents, specifications,
and drawings, may be seen at the
office of Garver+Garver, PA,
Engineers, Eleventh and Battery
Streets,
Little Rock, Arkansas, at the
office of
the airport manager, Drake Field,
Fayetteville, Arkansas, or at
City Hall
in the Purchasing Office,
113 West
Mountain Street, Fayetteville,
Arkansas.
Copies of the Plans and
"Contract
Documents and Specifications"
may be secured from Garver+Garver,
PA, upon
payment of Thirty Dollars ($30.00) for
each complete set. No
refund of
payment will be made.
Each bid shall be accompanied
commitment such as a bid bond,
instrument equivalent to five (5)
assurance that the bidder will,
contractual documents within ten
award. Such bid guarantee she
Fayetteville.
by a bid guarantee consisting of a firm
certified check, or other negotiable
percent of the amount of the bid, as
upon acceptance of his bid, execute
(10) calendar days following notice of
L1 be made payable to the City of
Policy. It is the policy of the Department of Transportation (DOT) that
disadvantaged business enterprises, as defined in 49 CFR Part 23, shall have
the maximum opportunity to participate in the performance of contracts
' financed in whole or in part with Federal funds.
All bidders and proposers shall make good faith efforts, as defined in
' Appendix A of 49 CFR Part 23, Regulations of the Office of the Secretary of
Transportation, to subcontract 8 percent of the dollar value of the prime
contract to small business concerns owned and controlled by socially and
economically disadvantaged individuals (DBE). In the event that the bidder
' for this solicitation qualifies as a DBE, the contract goal shall be deemed
to have been met. Individuals who are rebuttably presumed to be socially
and economically disadvantaged include women, Blacks, Hispanics, Native
Americans, Asian -Pacific Americans and Asian -Indian Americans. The apparent
successful bidder (proposer) will be required to submit information
' A-1
I
concerning the DBE's that will participate in this contract. The
information will include the name and address for each DBE, a description of
the work to be performed by each named firm, and the dollar value of the
contract (subcontract). If the bidder fails to achieve the contract goal as
stated herein, it will be required to provide documentation demonstrating
that it made good faith efforts in attempting to do so. A bid that fails to
meet these requirements will be considered nonresponsive.
The proposed contract is under and subject to Executive Order 11246 of
' September 24, 1965, and to the Equal Opportunity Clause.
The bidder (proposer) must supply all information required by the bid or
proposal form.
The successful bidder will be required to submit a Certification of
Nonsegregated Facilities prior to award of the contract, and to notify
' prospective subcontractors of the requirement for such a certification
where the amount of the subcontract exceeds $10,000. Samples of the
certification and the Notice to Subcontractors appear in the
' specifications.
Women will be afforded equal opportunity in all areas of employment.
' However, the employment of women shall not diminish the standards or
requirements for the employment of minorities.
For contracts of $50,000 or more, a contractor having 50 or more
employees and his subcontractors having 50 or more employees and who may be
awarded a subcontract of $50,000 or more will be required to maintain an
affirmative action program within 120 days of the commencement of the
contract.
Mechanics and laborers on the project shall be paid not leas than the
minimum hourly rates set out in Wage Determination Decision No. AR88-7,
U.S. Department of Labor, a reproduction of which is bound in the Contract
Documents.
1 Act 150 of 1965, Arkansas Statutes, states that a contractor must be
licensed by the State Licensing Board for Contractors before he may
undertake work when the cost thereof is Twenty Thousand Dollars ($20,000.00)
or more.
' The City of Fayetteville reserves the right to reject any or all bids
and to waive formalities, except for conditions affecting Executive Order
' 11246.
No bid may be withdrawn within sixty (60) days after the scheduled
closing time for receipt of bids.
' CITY OF FAYETTEVILLE, ARKANSAS
Marilyn Johnson, Mayor
A-2
INSTRUCTIONS TO BIDDERS
1. Explanation to Bidders. Any explanation desired by bidders regarding
the meaning or interpretation of the plans and specifications must be
requested in sufficient time allowed for a reply to reach them before the
submission of their bids. Oral explanations or instructions given before
the award of the contract will not be binding. Any interpretation made will
be in the form of an addendum to the specifications or plans and will be
furnished to all bidders by certified mail.
2. Conditions at Site of Work. Bidders should visit the site to
ascertain pertinent local conditions readily determined by inspection and
inquiry, such as the location, accessibility, and general character of the
site.
3. Bidder's Qualifications. Before a bid is considered for award, the
bidder may be requested by the Owner to submit a statement of facts in
detail as to his previous experience in performing similar or comparable
work, his business organization, financial resources, and plant available
to be used in performing the contemplated work. A "Statement of Bidder's
Qualifications" is included for this purpose in the bound contract
documents (see Table of Contents).
4. Bid Guarantee. Failure to submit a bid guarantee with the bid may be
cause for rejection. The bidder, at his option, may furnish a bid bond,
postal money order, certified check, or cashier's check, or may deposit, in
accordance with Treasury Department regulations, bonds or notes of the
United States (at par value) as security in the amount required.
In case security is in the form of postal money order, certified check,
cashier's check, or bonds or notes of the United States, the Owner may make
such disposition of the same as will accomplish the purpose for which
submitted. Checks may be held uncollected at the bidder's risk.
5, Preparation of Bids. Bids shall be submitted on the forms furnished,
or copies thereof, and must be manually signed. If erasures or other
changes appear on the forms, each such erasure or change must be initialed
by the person signing the bid.
Bidders must quote on all items; failure to do so may disqualify the bid.
6.' Submission of Bids. Bids must be submitted as directed on the proposal
form.
Bids must be submitted in sealed envelopes bearing on the outside, the name
of the bidder, his address, and the name of the project for which the bid is
submitted, the city purchasing office bid number (No. 897), and the date of
opening. If forwarded by mail, the sealed envelope containing the bid, and
marked as directed above, must be enclosed in another envelope properly
addressed.
7. Receipt and Opening of Bids. Bids will be submitted, prior to the time
fixed in the Advertisement for Bids. Bids received after the time so fixed
are late bids; late bids will not be considered but will be held unopened
I-1
No
responsibility will
attach
to any person for the premature opening of, or
the
failure to open, a
bid not
properly addressed and identified.
8. Withdrawals of Bids. Bids may be withdrawn on written or telegraphic
request received from bidders prior to the time fixed for opening.
Negligence on the part of the bidder in preparing the bid confers no right
for the withdrawal of the bid after it has been opened.
9. Bidders Present. At the time fixed for the opening of bids, their
contents will be made public for the information of bidders and others
properly interested, who may be present either in person or by
representative.
10. Bidders Interested in More Than One Bid. If more than one bid be
offered by any one party, by or in the name of his or their clerk, partner,
or other person, all such bids will be rejected. A party who has quoted
prices to a bidder is not thereby disqualified from quoting prices to other
bidders or from submitting a bid directly for the work.
11. Award of Contract. The contract will be awarded (pending preaward
review and approval by the Federal Aviation Administration) as soon as
practicable to the lowest responsible bidder, price and other factors
considered, provided his bid is reasonable and it is in the interest of the
Owner to accept it.
The Owner reserves the right to waive any informality in bids received when
such waiver is in the interest of the Owner. In case of error in the
extension of prices, the unit price will govern.
Notice to proceed with the work on this project is expected to be given in
April 1989.
12. Rejection of Bids. The Owner reserves the right to reject any and all
bids when such rejection is in the interest of the Owner; to reject the bid
of a bidder who has previously failed to perform properly or complete on
time contracts of a similar nature; and to reject the bid of a bidder who is
not, in the opinion of the Owner, in a position to perform the contract.
All bids may be rejected if the lowest responsive bid received exceeds the
Engineer's estimate by more than seven (7) percent and it is determined that
an award of contract would cause excessive inflationary impact.
13. Contract and Bonds. The bidder to whom award is made shall, within the
time established, enter into a written contract with the Owner and furnish
certificates of insurance coverage and performance and payment bonds. The
bonds shall be in the amount of the awarded contract. Insurance coverage
shall be in the amounts indicated in the "Special Conditions" (see Table of
Contents).
14. Contractor's Liability Insurance Requirements. The bidder shall
' provide with the Proposal a listing of both automobile and personal
liability insurance coverage currently in force, along with a copy of a
Certificate of Insurance as verification of that coverage. In addition, the
' bidder shall provide a statement of premium cost issued by the agent or
insurance carrier for that coverage.
I-2
In the event the Owner determines that the low bidder's coverage in force is
inadequate, the Owner may require the low bidder to procure additional
coverage in amounts specified by the Owner. The cost of premiums for such
additional coverage shall be paid by the Owner in the form of a
reimbursement under the contract.
In the event the lover bidder is unable, after diligent effort, to procure
such additional coverage as may be required by the Owner, the Owner shall
provide such additional coverage, naming the contractor as insured or, at
the option of the Owner, reduce the amount of additional coverage required
or waive any requirement for additional coverage.
15. Third Party Coverage. In the event the bidding documents require the
contractor to name the consultant and/or the owner as additional insured,
the bidder shall show the premium cost for the additional insured in the
Proposal in the item for additional coverage. The amount shown in the bid
item for additional premium cost shall be that amount of additional premium
above the premium for the coverage shown in the Certificate of Insurance
submitted with the bid. In the event additional coverage is required by the
Owner, the additional premium cost for third party coverage above the
amounts shown in the Certificate of Insurance shall be paid by the Owner in
the form of a reimbursement under the contract.
16. Special Instruction to Bidders Regarding EEO. Notice of Requirement
for Affirmative Action to Ensure Equal Employment Opportunity (Executive
Order 11246, as amended).
A. The Offeror's or Bidder's attention is called to the "Equal
Opportunity Clause" and the "Standard Federal Equal Employment Opportunity
Construction Contract Specifications" set forth herein.
B. The goals and timetables for minority and female participation,
expressed in percentage terms for the contractor's aggregate work force in
each trade on all construction work in the covered area, are as follows:
Goals for minority Goals for female
participation in participation in
each trade each trade
These goals are applicable to all the contractor's construction
work (whether or not it is Federal or federally assisted) performed in the
covered area.
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 CYR Part 60-4.3(a), and its efforts to
meet the goals established for the geographical area where the contract
resulting from this solicitation is to be performed. The hours of minority
and female employment and training must be substantially uniform throughout
the length of the contract, and in each trade, and the contractor shall make
a good faith effort to employ minorities and women evenly on each of its
projects. The transfer of minority or female employees or trainees from
contractor to contractor or from project to project, for the sole purpose of
meeting the contractor's goals, shall be a violation of the contract, the
executive order, and the regulations in 41 CFR Part 60-4. Compliance with
the goals will be measured against the total work hours performed.
C. The contractor shall provide written notification to the Director,
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. The notification shall list the name,
address, and telephone number of the subcontractor; employee identification
number; estimated dollar amount of the subcontract; estimated starting and
completion dates of the subcontract; and the geographical area in which the
contract is to be performed.
D. As used in this notice and in the contract resulting from this
solicitation, the "covered area" is Arkansas, Washington County,
Fayetteville.
I-4
Employers Mutual Casualty Company
_ HOME OFFICE • DES MOINES
BID BOND Bond No_S 10 39 46
(NOT VALID IF BID AMOUNT EXCEEDS S
KNOW ALL MEN BY THESE PRESENTS: That We Northwest Electric Inc.
P.O.
Box
694,
Fayetteville, AR
72702
as Principal.
and
the
EMPLOYERS MUTUAL
CASUALTY COMPANY, a corporation organized and existing
under the laws of the State of Iowa and authorized to do business in the State of Arkancac
as Surety, are hold and firmly bound unto the
City of Fayetteville Fayetteville, AR 72701
as obligee, in the sum of 5% of bid amount
DOLLARS, lawful money
of the United
States of America, to the
payment of which sum of money well
and truly to be made, the said
Principal and
Surety bind themselves,
their and each of their heirs, executors.
administrators, successors and assigns, jointly
and severally, by these
presents.
THE CONDITION
OF THIS OBLIGATION IS SUCH, that,
if the Obligee shall make any
award to the
Principal for:
Rehabilitate Fayetteville Airport sign system, replace rotating
beacon, repaint tower, replace primary wind cone and. segmented
circle and replace supplemental wind cones.
according to the terms of the proposal or bid made by the Principal therefor. and the Principal shall duly make
and enter into a contract with the Obligee in accordance with the terms of such proposal or bid and award and
shall give bond for the faithful performance thereof, with the EMPLOYERS MUTUAL CASUALTY COMPANY
as Surety or with other Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure
so to do, pay to the Obligee the damages which the Obligee may suffer by reason of such failure not exceeding
the penalty of this bond, then this obligation shall be null and void; otherwise it shall 6e and remain in full force
end effect.
Signed, Sealed and Dated this 13th
Witness
Witness
1
December 19_88
nC . Principal
Erst LOVERS MUTUAL CASUALTY COMPANY
/ lr Surety
By Attorney -in -Fact
0
0
II Form 7007 Rev. 11-79 First Reotint
Employers Mutual Companies
P. O. Box 712 Des Moines, Iowa 50303
CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT
' Notice: The warning elsewhere in this Power of Attorney affects the validity thereof. Please review carefully.
KNOW ALL MEN BY THESE PRESENTS, that:
Employers Mutual Casualty Company, an Iowa Corporation Illinois Emcasco Insurance Company, an Illinois Corporation
Emcasco Insurance Company, an Iowa Corporation Dakota Fire Insurance Company. a North Dakota Corporation
Union Mutual Insurance Company of Providence. American Liberty Insurance Company, an Alabama Corporation
a Rhode Island Corporation
hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint:
I
H
I
I'H
I
I
I
I
I
I
I
I
I
I
RICK L. MCCOY, REYNIE RUTLEDGE, WILLO DEAN WINDSOR, ROBYN WINKLE, INDIVIDUALLY,
FAYETTEVILLE, ARKANSAS-------------------------------------------------------------
its true and lawful attorney -in -fact, with lull power and authority conferred to sign, seat, and execute its lawful bonds, undertakings, and other
obligatory instruments of a similar nature as follows:
IN AN AMOUNT NOT EXCEEDING TWO HUNDRED FIFTY THOUSAND DOLLARS------------($25O,OOO.OO)
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such
Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed.
April 1, 1990 unless sooner revoked.
The authority hereby granted shall expire
AUTHORITY FOR POWER OF ATTORNEY
This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the
Companies at meetings duly called and held on March 9. 1983.
RESOLVED: The Chairman of the Board of Directors, the President, any Vice President. the Treasurer and the Secretary shall have power and
authority to (1) appoint attorneys -in -fact and authorize them to execute on behalf of the Company and attach the seal of the Company thereto,
bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such
attorney -in -fact at any time and revoke the power and authority given to him. Attorneys -in -fact shall have power and authority, subject to the terms
and limitations of the power of attorney issued to them, to execute and deliver on behalf of the Company and attach the seal of the Company
thereto, bonds and undertakings, recognizances. contracts of indemnity and other writings obligatory in the nature thereof, and any such
instrument executed by any such attorney -in -fact shall be fully and in all respects binding upon the Company. Certification as to the validity of any
power of attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this
company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power -of -attorney of the Company, shall be valid and binding upon the Company with the same force and affect as though
manually affixed.
IN WITNESS WHEREOF, The Companies havch aused these presents to be signed for each by their Chairman and Assistant Secretary, and the
Corporate seals to be hereto affixed this `4th day of February , 19—$7.
WARNING: This power invalid if red diagonal imprint "Employers Mutual C anies" is not present in its entirety. and if the signatures of
the officers and notary public do not appear in blue, and if the 'EMC" w arm does t appear in the top half center of the page.
Seals
;`•plNSpq ',: :•SUPMd L'E••, P� �N Uq '•,
• PS�„`•"••• qy'•. ,P S.e�'r•,voa'° 2 % Robb B. Kelley John M. Van Sloun
,Fo-;yov,voa4 kkIt ;Q;z�o afro rz.°r�o °�•-�': Chairman Assistant Secretary
5o SEAL fr
Z ap
•;o NSUPANCFC ;,
4s't' DA."..?,,t
Q Y Y .
SEAL":0:
SEAL
O. O
5 1863 :05
;mil - R.I. f :
0
;
et
SEAL
: s -0:
; 1953 _
-
,1IlI„
q.S,9f%
t S. ; pP 0F4�', O yt
SEAL
KRISTIE L TYLER
MY COMMISSION f�'O RES
On this 24th day of Fehriiry AD 19_87 before
me a Notary Public in and for Polk County, Iowa, personally appeared Robb B.
Kelley and John M. Van Sloun, who being by me duly sworn, did say that they
are. and are known to me to be the Chairman and Assistant Secretary,
respectively, of each of The Companies above; that the seals affixed to this
instrument are the seals of said corporations; that said instrument was signed
and sealed on behalf of each of The Companies by authority of their respective
Boards of Directors; and that the said Robb B. Kelley and John M. Van Sloun
acknowledge the execution of said instrument to be the voluntary act and deed
of each of The Companies.
My Commission Expires October 2 1989
Notary Public
CERTIFICATE
I, Richard E. Haskins of the Employers Mutual Casualty Company, do hereby certify tt#dt he foregoin resolution of the Boards of Directors by
each of The Co iP)a
an es, nd is ower of Attorney i sued pursuant thereto on r ebruary 24 1987
on behalf of ick . CCPoy, Keynie tutledge, Willo Dean Windsor, Robyn Winkle
are true and correct and are still in full force and effect.
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each
eaaccchhCoompany this 1'th day of
r ❑ppmhpr .19_88
Vice -President
Form 7832 Fourth Reprint
P R O P O S A L
Place Fayetteville, Ar.
Date December 13, 1988
Proposal of Northwest Electric Inc. , a Corporation
organized and existing under the laws of the State of
OR
Proposal of
a partnership consisting of
and
OR
Proposal of
an individual trading as
TO: CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
Arkansas
The undersigned Bidder, having visited the site and examined the Plans,
Specifications, and other Contract Documents, including all Addenda and
being familiar •with all the conditions relating to the proposed project,
hereby proposes to furnish all tools, appliances, equipment and specified
materials, and perform all necessary labor for "Rehabilitate Airport Sign
System; Replace Rotating Beacon and Repaint Tower; Replace Primary Wind Cone
and Segmented Circle; and Replace Supplemental Wind Cones," Al? Project No.
3-05-0020-10, in strict accordance with the Plans, Specifications, and other
Contract Documents at and for the unit prices proposed herein.
The undersigned Bidder, having read the Advertisement for Bids, understands
that sealed bids will be received at City Hall, Purchasing Office, 113 West
Hountain, Fayetteville, Arkansas, until 2:00 p.m., Tuesday, December 13,
1988; at which time and place the bids will be publicly opened and read
aloud.
All extensions of the unit prices in the Unit Price Schedule will be subject
to verification by the Owner. In case of discrepancy between a unit price
and its extension, the unit price will be considered to be the bid.
P-1
FAYETTEVILLE MUNICIPAL AIRPORT
REHABILITATE AIRPORT SIGN SYSTEM;
REPLACE ROTATING BEACON AND
REPAINT TOWER; REPLACE PRIMARY
WIND CONE AND SEGMENTED CIRCLE;
AND REPLACE SUPPLEMENTAL WIND CONES
AIP NO. 3-05-0020-10
UNIT PRICE SCHEDULE
Item No.
Item Description
SP -1-6.1
Site Preparation
SP-2-6.la
Suspension Time
SP-2-6.lb
Standby Time
P-620-5.1
Pavement Marking
L -103-5.1a
Clean and Paint
Beacon Tower
L -103-5.1b
Fall Prevention System
for Beacon Tower
L -103-5.1c
Lightning Protection
for Beacon Tower
L -103-5.1d
Obstruction Lights for
Beacon Tower
L -107-5.1a
L-807, Size 1, Style 1
Wind Cone, in place
L -107-5.1b
Segmented Circle,
in place
L -107-5.1c
L-806, Size 1, Style 1
Wind Cone, in place
L -108-5.1a
Cable Trench
L -108-5.1b
L -824C, No. 8 AWC,
5KV Cable,
installed in trench
Estimated
Unit
Quantity
Amount
Lump Sum
100%
xxx
$ 3.220.00
Day
1
$640.00
$ .640.00
Hour
6
8100.00
$ 600.00
Sq. Ft.
125
$ 25.60
$ 3,200.00
Lump Sum
100%
m
$ 8.500.uo
Lump Sum 100% xxx $ 2,063.00
Lump Sum 100% XRR S 621.00
Each 2 $ 223.00 $ 446.00
Each 1 $ 3,224.00 $ 3,224.00
Lump Sum 100% xxx $ 4,300.00
,¢,
Each 2 $ 2,602,00 $ 5,204.00
Lin.
Ft.
810
$ .60/'
S 486.00
Lin.
Ft.
2,055
S .60/'
S 1,233.00
P-2
Item No.
Item Description
L -108-5.1c
L -824C, No. 8 AWG,
5KV Cable,
installed in duct
or conduit
L-108-S.ld
Bare Counterpoise,
No. 8 AWG, installed
in trench
L-108-5.le
Bare Counterpoise,
No. 8 AWG, installed
in duct or conduit
L -108-5.1f
Cable Marker
L -125-5.1a
Taxiway Sign, Type
L -858Y, Size 1,
1 Panel/Single Face
L -125-5.1b
Taxiway Sign, Type
L -858R, Size 1,
1 Panel/Single Face
L -125-5.1c
Taxiway Sign, Type
L -858R, Size 1,
2 Panel/Single Face
L -125-5.1d
Taxiway Sign, Type
L -858Y, Size 1,
3 Panel/Single Face
L-130-8.la
Rehabilitation of 36"
Rotating Beacon,
in place
L -130-8.1b
Electrical Service and
Control for Rotating
Beacon
GP 30-09
Third Party Insurance
TOTAL AMOUNT BID
Estimated
Unit Quantity
Lin. Ft. 300
Lin. Ft. 1,030
Price Amount
$ .58/'$ 174.00
$ .40 $ 412.00
Lin. Ft. 150 $ .38 $ 57.00
Each
6
S 50.00
$ 300.00
Each
24
$ 676.00
$ 16,224.00
Each 2 $ 676..00 $ 1,352.00
Each 5 $ 1,149.00 $ 5,745.00
Each 1 $ 1,479.00 $ 1,479.00
Each 1 S 7,748.00 $ 7,748.00
Lump Sum 100% XXX $ 5,738.00
Lump Sum 100%
XXX 150.00
S 73,196.00
P-3
Accompanying this Proposal is a
Other
percent of the total amount of bid
liquidated damages by the City of
execute the Contract and furnish
after formal notification of award
Certified Check, ______ Bid Bond,
in an amount not less than five (5)
which, it is agreed, shall be retained as
Fayetteville if the undersigned fails tc
bond as specified within ten (10) days
to the undersigned.
The undersigned Bidder agrees to begin work within ten (10) calendar days
after the notice to proceed is issued and complete the work within seventy-
five (75) calendar days, and should he fail to fully complete the work
within the above stated time, he shall pay the City of Fayetteville, as
fixed, agreed and liquidated damages, and not as a penalty, the sum
specified in subparagraph TIME FOR COMPLETION AND LIQUIDATED DAMAGES of
SPECIAL CONDITIONS, for each calendar day of delay until the work is
completed or accepted, and that additional time is only to be allowed for
delays as stipulated in the Contract Documents.
The undersigned Bidder agrees that this bid may not be withdrawn for a
period of sixty (60) days after the opening thereof. The Owner expects to
award within thirty (30) days, but bids must remain in effect for sixty (60)
days in case of unforeseen delays in processing of Federal Aviation
Administration grants.
In submitting this bid, it is understood by the undersigned Bidder that the
right is reserved by the City of Fayetteville to reject any and all bids.
Previous Contracts. Section 60-1.7(b) of the Regulations of the Secretary
of Labor requires each bidder or prospective prime contractor and proposed
subcontractor, where appropriate, to state in the bid or at the outset of
negotiations for the contract whether it has participated in any previous
contract or subcontract subject to the equal opportunity clause; and if so,
whether it has filed with the Joint Reporting Committee, the Director, an
agency, or the former President's Committee on Equal Employment Opportunity
all reports due under the applicable filing requirements. In any case in
which a bidder or prospective prime contractor or proposed subcontractor
which participated in a previous contract subject to Executive Order 10925,
11114, or 11246 has not filed a report due under the applicable filing
documents, no contract or subcontract shall be awarded unless such
contractor submits a report covering the delinquent period or such other
period specified by the FAA or the Director, OFCCP.
The bidder (proposer) shall complete the following statements by checking
the appropriate boxes:
1. The bidder (proposer) has x has not participated in a
previous Contract subject to the equal opportunity clause prescribed by
Executive Order 10925, or Executive Order 11114, or Executive Order 11246.
2. The bidder (proposer) has x has not submitted all
compliance reports in connection with any such Contract due under the
applicable filing requirements; and that representations indicating
submission of required compliance reports signed by proposed Subcontractors
will be obtained prior to award of Subcontracts.
If the bidder (proposer) has participated in a previous contract subject to
P-4
' the equal opportunity clause and has not submitted compliance reports due
under applicable filing requirements, the Bidder shall submit a compliance
report on Standard Form 100, "Employee Information Report EEO -1" prior to
'the award of the contract.
Standard Form 100 is normally furnished contractors annually, based on a
I mailing list currently maintained by the Joint Reporting Committee. In the
event a contractor has not received the form, he may obtain it by writing to
the following address:
Joint Reporting Committee
1800 "G" Street
Washington, D. C. 20506
Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion
The bidder (offeror) certifies, by submission of this proposal or acceptance
of this contact, that neither it nor its principals is presently debarred,
suspended, proposed for debarment, declared ineligible, or voluntary
excluded from participation in this transaction by any Federal department or
agency. It further agrees that by submitting this proposal that it will
include this clause without modification in all lower tier transactions,
solicitations, proposals, contracts, and subcontracts. Where the
bidder/offeror/contractor or any lover tier participant is unable to certify
to this statement, it shall attach an explanation to this solicitation/
proposal.
Certification Regarding Foreign Trade Restrictions
The contractor or subcontractor, by submission of an offer and/or execution
of.a contract, certifies that it:
a. is not owned or controlled by one or more citizens or nationals of
a foreign country included in the 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 contractor 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 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 accordance with 49 CFR 30.17, no contract shall be awarded
to a contract 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 Federal Aviation Administration may direct, through the sponsor,
P-5
cancellation of the contract at no cost to the Government.
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 upon the certification of a prospective
subcontractor unless it has knowledge that the certification is erroneous.
The contractor shall provide immediate written notice to
contractor learns that its certification or that of a
erroneous when submitted or has become erroneous by
circumstances. The subcontractor agrees to provide immed
to the contractor, if at any time it learns that its
erroneous by reason of changed circumstances.
the sponsor if the
subcontractor was
reason of changed
iate written notice
certification was
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 rendered an erroneous certification,
the 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 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.
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.
NORTHWEST ELECTRIC INC.
Name of Bidder (21,t<&
By -CQE_7Vc7 , '
(Signature)
Witness
DELANO COTTON, PRESIDENT
Witness (Sig ature) (Print Name and Title)
SEAL (If Bidder is a Corporation)
(Office Address of Bidder)
NOTES: Sign in ink. Do not detach.
All items listed in the Unit
Price Schedule must be bid
upon.
P-6
CERTIFICATION OF BIDDER REGARDING
EQUAL EMPLOYMENT OPPORTUNITY
GENERAL
BIDDER'S NAME NORTHWEST ELECTRIC INC.
ADDRESS PO BOX 694 (]720 Pump Station Rd) FAYETTEVILLE, AR. 72702
INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NUMBER 71-0462823
NONSEGREGATED FACILITIES
NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS:
(1) A Certification of Nonsegregated Facilities must be submitted prior
to the award of a federally assisted construction contract
exceeding $10,000 which is not exempt from the provisions of the
equal opportunity clause.
(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 REQUIREMENT FOR CERTIFICATION OF
NONSEGREGATED FACILITIES:
(1) A Certification of Nonsegregated Facilities must 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 provisions of the equal opportunity clause
will be required to provide for the forwarding of this 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.
CEEO-1
CERTIFICATION OF NONSEGREGATED FACILITIES:
The federally assisted construction contractor certifies that he does
not maintain or provide for his employees any segregated facilities at
any of his establishments, and that he does not permit his employees to
perform their services at any location, under his control, where
segregated facilities are maintained. The federally assisted
construction contractor certifies further that he will not maintain or
provide for his employees any segregated facilities at any of his
establishments, and that he will not permit his employees to perform
their services at any location, under his control, where segregated
facilities are maintained. The federally assisted construction
contractor agrees that a breach of this certification is a violation of
the equal opportunity clause in this contract. As used in this
certification, the term "segregated facilities" means any waiting rooms,
work areas, restrooms and washrooms, restaurants and other eating areas,
timeclocks, locker rooms and other storage or dressing areas, parking
lots, drinking fountains, recreation or entertainment areas,
transportation, and housing facilities provided for employees which are
segregated by explicit directive or are in fact segregated on the basis
of race, color, religion, sex or national origin, because of habit,
local custom, or any other reason. The federally assisted construction
contractor agrees that (except where he has obtained .identical
certifications from proposed subcontractors for specific time periods)
he will obtain identical certifications from proposed subcontractors
prior to the award of subcontracts exceeding $10,000 which are not
exempt from the provisions of the equal opportunity clause, and that he
will retain such certifications in his files.
NOTICE TO PROSPECTIVE CONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF
NONSEGREGATED FACILITIES:
A Certification of Nonsegregated Facilities must be submitted prior to
the award of a contract or subcontract exceeding $10,000 which is not
exempt from the provisions of the equal opportunity clause.
Certification - The information above is true and complete to the best of my
knowledge and belief.
DELANO COTTON , PRESIDENT
Name and Title of Signer (Please Type or Print Legibly)
12/13/88
Signature Date
NOTE: The penalty for making false statements in offers is prescribed in
18 U.S.C. 1001.
CEEO-2
I
' STATEMENT OF BIDDER'S QUALIFICATIONS
(Prime Contractor)
(To be submitted by the Bidder if specifically requested by the Owner.)
' All questions must be answered and the data given must be clear and
comprehensive. This statement must be notarized. If necessary, questions
may be answered on separate attached sheets. The Bidder may submit any
' additional information he desires.
1. Name of Bidder. NORTHWEST ELECTRIC, INC.
2. Permanent main office address. (PO Box 694) 1720 Pump Station Rd.
3. When organized. Fayetteville, Ar.
' 1970
4. If a corporation, where incorporated.
Arkansas
' 5. How many years have you been engaged in the contracting business
under your present firm or trade name?
Eighteen Years
6. Contracts on hand: (Schedule these, showing amount of
each contract and the appropriate anticipated dates of
completion.)
(see attached )
• 7. General character of work performed by your company. Electric2lConstruction
g Air ort electrical
8. Have you ever failed to complete any work awarded to you?
' NO
If so, where and why?
9. Have you ever defaulted on a contract?
' NO
If so, where and why?
' 10. List the more important projects recently completed by your
company, stating the approximate cost for each, and the month and
year completed.
see attached
11. List the major equipment available for this contract.
12. Experience in constiuttion work similar in importance to this
' project. Many
13. Background and experience of the principal members of your
organization, including the officers.
14. Credit available: $ 150,000.00
1 15. Give Bank reference: Mcllroy Bank
16. Will you, upon request, fill out a detailed financial statement and
furnish any other information that may be required.
YES
1
SBQ-1
17. The undersigned hereby authorizes and requests any person, firm, or
corporation to furnish any information requested by the City of
Fayetteville in verification of the recitals comprising this
Statement of Bidder's Qualifications.
Dated at
this day of
19
(Na a of Bidder)
By a� _ It -c s
(Title)
STATE OF I" .?nlac )
)SS.
COUNTY OF 'La�f/L
DELANO COTTON being duly sworn deposes and
says that he is PRESIDENT of NORTHWEST ELECTRIC INC.
(Name of Organization)
and that the answers to the foregoing questions and all statements therein
contained are true and correct.
SUBSCRIBED AND SWORN TO Before me this 13th day of
DECEMBER 1988
MY CO?2SISSION EXPIRES:
My COMMISSION EXPIRES AUGUST 25, 1995
NOTARY PUBLIC
SBQ-2
STATEMENT OF BIDDER'S QUALIFICATIONS
CONTINUATION SHEET
QUESTION NO. 6
CONTRACTS ON HAND:
NAME
Walmart Data Ctr.
NELMS ACCURA
GMACBLDG.
BENTON CO. JAIL
MT SEQUOYAP. CONF. CTR.
LOCATION
Bentonville, Ar.
Fayetteville, Ar.
Fayetteville, Ar.
Bentonville, Ar.
Fayetteville, Ar.
APPROX AMT
110,000.00
10,000.00
13,000.00
18,000.00
12,000.00
SCHED. COMPLET70N
Jan. 1989
Jan. 1989
Jan. 1989
March, 1989
March, 1988
QUESTION NO. 10
Contracts Previously
Completed:
NEW CONTROL TOWER
Fayetteville, Ar.
98,000.00
1985
RUNWAY & TAXIWAY LIGHTING " "
40,000.00
1985
RUNWAY LIGHTING
Springdale, Ar.
35,000.00
1986
BEACON REHAB. &
Taxiway & Signs
Harrison , Ar.
50,000.00,'
1987
BEACON PEHAB &
RUNWAY LIGHTING
Rogers, Ar.
25,000.00
1987-88
RUNWAY LIGHTING
Huntsville, Ar.
35,000.00
1986-•S7
SAM's WHOLESALE
Springdale, Ar.
150,000.00
1985
LIST OF PROPOSED SUBCONTRACTORS
In compliance with Act 159 of 1949, as amended, of the Acts of the
General Assembly of the State of Arkansas, I, the undersigned General
Contractor, hereby certify that proposals from the following Subcontractors
were used in the preparation of my bid. I agree that if I am the successful
Bidder and if the following subcontracts are approved, I will not enter into
contracts with others for these divisions of the work without prior written
approval from the Engineer and the Owner.
Type of Work: CONCRETE
SWEETSER CONSTRUCTION 88-1188
(Subcontractor's Name)
(License No.)
(Address)
Type of Work:
(Subcontractor's Name)
(License No.)
(Address)
Type off:
(Subcontractor's Name) (License
(Address)
Bidder (General Contractor)
B ELECTRIC ( INC. *
(Title) DELANO COTTON, PRES.
*Signature must be the same
as on the Proposal form.
LIC. # 88-786
S-1
_92NIAACT
THIS AGREEMENT Made this _ day of
1989 by and between the City of Fayetteville, Arkansas, 4ting thr gh its
duly authorized representatives, party of the first part,'hereinafter called
the "OWNER", and:
Natrnwt -r r.[&_recc . Inc..
party of the second part, hereinafter called "CONTRACTOR"
That for and in consideration of the payment hereinafter
mentioned, to be made and performed by the OWNER, the CONTRACTOR hereby
agrees with the OWNER to commence and complete "Rehabilitate Airport Sign
System; Replace Rotating Beacon and Repaint Tower; Replace Primary Wind Cone
and Segmented Circle; and Replace Supplemental Wind Cones," AIP Project No.
3-05-0020-10, Fayetteville Municipal Airport, generally described as
follows:
1. Installation of Taxiway Signs
2. Replacement of the 36" Rotating Beacon
3. Cleaning and Painting of the Beacon Tower
4. Replacement of the Primary Wind Cone and Segmented Circle
5. Replacement of the Supplemental Wind Cones
The CONTRACTOR agrees to perform the work in accordance with the
Plans, Specifications and all provisions attached hereto and made a part
hereof as though copied in full herein, for and at the prices bid in the
Proposal.
The OWNER agrees to pay, and the CONTRACTOR agrees to accept, as
full and final compensation for all work done under this agreement, the
price bid in the Proposal which is hereto attached, said payments to be made
in lawful money of the United States at the time and in the manner set forth
in the Specifications.
For the consideration above expressed, the CONTRACTOR agrees to
begin work within ten (10) calendar days, after direction from the OWNER,
and complete the work within seventy-five (75) calendar days after the date
of beginning. If the CONTRACTOR shall fail to complete the work in the time
specified, he shall pay to the OWNER, as liquidated damages, ascertained and
agreed, and not in the nature of a penalty, the amount referenced in the
Proposal and specified in SPECIAL CONDITIONS for each day delayed; which
shall be deducted from the final payment to be paid under this Contract;
provided that extensions of time with waiver of liquidated damages may be
granted as provided for in the Specifications.
C-1
The CONTRACTOR agrees to furnish a Performance Bond and a Payment
Bond with an approved Surety thereon guaranteeing the performance of this
Contract as required by the law of the State of Arkansas, in the principal
amount not less than one hundred (100) percent of the amount of this
Contract. Said bonds shall be conditioned upon full and complete
performance of the Contract and for the payment of all labor, tools,
equipment and materials furnished by the CONTRACTOR entering into or
incidental to the work and shall guarantee the work against faulty
workmanship or materials for a period of one (1) year after completion.
The Surety on said bonds shall be a Surety Company of financial
resources satisfactory to the OWNER and authorized to do business in the
State of Arkansas.
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:
1. ComDlia
the Regulations relat
of the Department of
Federal Regulations,
(hereinafter referred
by reference and made
ice with Regulations. The Contractor shall comply with
Lye to nondiscrimination in Federally -assisted programs
Transportation (hereinafter, "DOT") Title 49, Code of
Part 21, as they may be amended from time to time
to as the Regulations), which are herein incorporated
a part of this Contract.
2. Nondiscrimination. The Contractor, with regard to the work
performed by it during the Contract, shall not discriminate on the grounds
of race, color, or national origin in the selection and retention of
Subcontractors, including procurements of materials and leases of
equipment. The Contractor shall not participate either directly or
indirectly in the discrimination prohibited by Section 21.5 of the
Regulations, including employment practices when the Contractor covers a
program set forth in Appendix B of the Regulations.
3. Solicitations for Subcontracts Including Procurements of
Materials and Ecuipment. In all solicitations either by competitive bidding
or negotiation made by the Contractor for work to be performed under a
Subcontract, including procurements of materials or leases of equipment,
each potential Subcontractor or supplier shall be notified by the Contractor
of the Contractor's obligations under this Contract and the Regulations
relative to nondiscrimination on the grounds of race, color, or national
origin.
4. Information and Reports. The Contractor shall provide all
information and reports required by the Regulations or directives issued
pursuant thereto, and shall permit access to its books, records, accounts,
other sources of information, and its facilities as may be determined by the
Owner or the Federal Aviation Administration to be pertinent to ascertain
compliance with such regulations, orders, and instructions. Where any
information required of a Contractor is in the exclusive possession of
another who fails or refuses to furnish this information, the Contractor
shall so certify to the Owner or the Federal Aviation Administration as
appropriate, and shall set forth what efforts it has made to obtain the
information.
C-2
5. Sanctions for Noncompliance. In the event of the Contractor's
noncompliance with the nondiscrimination provisions of this Contract, the
' owner shall impose such Contract sanctions as it or the Federal Aviation
Administration may determine to be appropriate, including, but not limited
to:
1 (a) Withholding of payments to the Contractor under the Contract
until the Contractor complies, and/or
(b) Cancellation, termination, or suspension of the Contract in
whole or in part.
6. Incorporation of Provisions. The Contractor shall include the
provisions of paragraphs 1 through 5 in every Subcontract, including
procurements of materials and leases of equipment, unless exempt by the
Regulations or directives issued pursuant thereto. The Contractor shall
take such action with respect to any Subcontract or procurement as the Owner
or the Federal Aviation Administration may direct as a means of enforcing
such provisions including sanctions for noncompliance. Provided, however,
that in the event a Contractor becomes involved in, or is threatened with,
litigation with a Subcontractor or supplier as a result of such direction,
the Contractor may request the Owner to enter into such litigation to
protect the interests of the Owner and, in addition, the Contractor may
request the United States to enter into such litigation to protect the
interests, of the United States.
IN WITNESS WHEREOF, the parties of these presents have executed this
Contract in eight (8) counterparts, each of which shall be deemed an
original on the day and year first above written.
CITY OF FAYETTEVILLE
FAYETTEVILLE, ARKANSAS
Bq
ATTEST:oYr
f tha First art)
Title 7
AAA 11fD( fWF�t tE teict /At.
ATTEST: 0,,,u+•. "'By t ,1C%�iO tty ( �/l
llio(Party of the Second Part)
Title -
c
v'
SEAL' -`•(If a Corporation)
' PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS:
THAT WE NORTHWEST ELECTRIC INC. P.O. BOX 694, FAYETTEVILLE, AR 72702
as Principal, hereinafter called "Principal", and EMPLOYERS MUTUAL INSURANCE
COMPANY P.O. BOX 712 DES MOINES, IOWA 5030�3tate of ARKANSAS
as Surety, hereinafter called "Surety", are held and firmly bound unto the
City of Fayetteville Arkansas as Obli ee hereinafterll "
the amount of SEVENTY FIVE THOUSAND EIGHT HUNDR[EN DOLL* eAN D NU/1U0' in
' Dollars ($75,810.00 ), in lawful money of
the United States of America, for the payment of which sum well and truly to
be made, we bind ourselves, our heirs, executors, administrators, and
' successors, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT:
' WHEREAS, the Princi al entered into a Contract with the Owner by written
agreement dated the ___ f/___ day of y ly
copy of
which is attached hereto and made a part hereof, Hereinafter erred to as
' the Contract,
REHABILITATE AIRPORT SIGN SYSTEM;
' REPLACE ROTATING BEACON AND
REPAINT TOWER; REPLACE PRIMARY
WIND CONE AND SEGMENTED CIRCLE;
AND REPLACE SUPPLEMENTAL WIND CONES
AIP PROJECT NO. 3-05-0020-10
' NOW, THEREFORE, if the Principal shall well, truly and faithfully
perform its duties, all the undertakings, covenants, terms, conditions, and
agreements of said Contract during the original term thereof, and any
extensions thereof which may be granted by the Owner, with or without notice
Ito the Surety, and if he shall satisfy all claims and demands incurred under
such Contract, and shall fully indemnify and save harmless the Owner from
all costs and damages which it may suffer by reason of failure to do so, and
' shall reimburse and repay the Owner all outlay and expense which the Owner
may incur in making good any default, then this obligation shall be void;
otherwise to remain in full force and effect.
1 Any alterations which may be made in the terms of the Contract, or in
the work to be done under it, or the giving by the Owner of an extension of
time for the performance of the Contract, or any other forbearance on .o
part either of the Owner or the Principal to the other shall not releas' in
any way the Principal and Surety, or either of these, their heirs, personal
representatives, successors, or assigns from their liability hereunder,
' notice to the Surety of any alteration, extension or forbearance hereby
being waived.
In no event shall the aggregate liability of the Surety exceed the sum
set out herein.
PEB-1
No suit, action or proceeding shall
State of Arkansas. No suit, action, or
bond, except by the Owner, after six (6)
payment to the Contractor falls due. No
brought by the Owner after two (2) y
payment to the Contractor falls due.
be brought on this bond outside the
proceeding shall be brought on this
months from the date on which final
suit, action or proceeding shall be
°ars from the date on which final
This bond is executed pursuant to the terms of Arkansas Act 351 of 1953
as amended.
Executed on this ____% day of i2kl tlatL_j 19� L
SEAL (Principal)
NORTHWEST ELECTRIC INC.
Bci14ATh
Title_ �—✓��_Q
THEY et MUTUAL /d/So24c Co
SEAL (Surety)
B
Y
Attorney-InFact
NOTES: Attach Power of Attorney.
Date of Bond must not precede date of Contract.
A copy of this Bond must be filed with the
Circuit Clerk in each county wherein the work
is to be performed.
a
I..
Employers Mutual Companies
P. O. Box 712 Des Moines, Iowa 50303
CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT
'
Notice: The warning elsewhere in this Power of Attorney affects the validity thereof. Please review carefully.
KNOW ALL MEN BY THESE PRESENTS, that:
Employers Mutual Casualty Company, an Iowa Corporation Illinois Emcasco Insurance Company, an Illinois Corporation
Emcasco Insurance Company, an Iowa Corporation Dakota Fire Insurance Company, a North Dakota Corporation
' Union Mutual Insurance Company of Providence, American Liberty Insurance Company, an Alabama Corporation
a Rhode Island Corporation
hereinafter referred to severally as "'Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint:
H
II
,
I
II
I
I
II
I
I
I
I
RICK L. MCCOY, REYNIE RUTLEDGE, WILLO DEAN WINDSOR, ROBYN WINKLE, INDIVIDUALLY,
FAYETTEVILLE, ARKANSAS-------------------------------
its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other
obligatory instruments of a similar nature as follows:
IN AN AMOUNT NOT EXCEEDING TWO HUNDRED FIFTY THOUSAND DOLLARS------------($25O,OOO.OO)
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such
Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed.
The authority hereby granted shall expire April 1, 1990 unless sooner revoked.
AUTHORITY FOR POWER OF ATTORNEY
This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the
Companies at meetings duly called and held on March'9-1983.
RESOLVED: The Chairman of the Board of'D ectors, the-Preiident-any Vice: President, the Treasurer and the Secretary shall have power and
/ i / / / ' / I
m authority to (1) appoint attorneys -in -fact and authorize the'to execute on behalf of the Company and attach the seal of the Company thereto,
r r_ r I , f - . r
bonds and undertakings, recognizances, contracts'of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such
//,
attorney -in -fact at any time and revoke the power and authority given to him. Attorneys -in -fact shall have power and authority, subject to the terms
and limitations of the power of attorney issued to -them, torexecute andideliver on behalf of the Company and attach the seal of the Company
thereto, bonds and undertakings, recognizances,-contracts of indemnity/and%other writings obligatory in the nature thereof, and any such
7 a 6� i
instrument executed by any such attorney -in -fact shall be fully,and in all respects binding.upon the Company. Certification as to the validity of any
power of attorney authorized hereinrmade by'an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this
company. The facsimile or mechanically reproduced signature of such officer, whether made,heretofore or hereafter, wherever appearing upon a
certified copy of any power -of -attorney of the Company, shall be valid and binding upon the Company with the same force and affect as though
manually affixed.
IN WITNESS WHEREOF, The Companies have caused these presents to be signed for each by their Chairman and Assistant Secretary, and the
Corporate seals to be hereto affixedthis 24th day of Eehrimry ,19 87.
WARNING: This power invalid if red diagonal imprint "Employers Mutual C anies" is not present in its entirety, and if the signatures of
the officers and notary public do not appear in blue, and if the "EMC" w arm does t appear in the top half center of the page.
Seals
F44.'. ;•U q W'0*�,'',, `.TY ,NSUo 4,
INSU r. ••S
�. = �o;� "•,2 Robb B. Kelley John M. Van Sloun
F f`oPvopq�f t C,:
o% =coPP°'+a c' n _ Chairman Assistant Secretary
o SEAL ;3_
,L LI N RAke ,o NS.,t,, e %
4'e APP 0P4I .O t
¢•4 4
SEAL ??_
'',,, /0wP
1863=g 1953 3 -: R.I. ..� t
•,,N0• 3�% ',,, 4148nM°, o••
hull
„l,',,,,,,
d,UTUA[ '•,
`APP ORdI ry-
=2= SEAL
:, o:
,O101 •'I,.t
0
KRISTIE L TYLER
* ..
�' ..
MY COW4831W1 nREs
/O
On this 24th day of February AD 19 R7 before
me a Notary Public in and for Polk County, Iowa, personally appeared Robb B.
Kelley and John M. Van Sloun, who being by me duly sworn, did say that they
are, and are known to me to be the Chairman and Assistant Secretary,
respectively, of each of The Companies above; that the seals affixed to this
instrument are the seals of said corporations; that said instrument was signed
and sealed on behalf of each of The Companies by authority of their respective
Boards of Directors; and that the said Robb B. Kelley and John M. Van Sloun
acknowledge the execution of said instrument to be the voluntary act and deed
of each of The Companies.
My Commission Expires October 2, 1989
CERTIFICATE
Notary Public
I, Richard E. Haskins of the Employers Mutual Casualty Company, do hereby certify that the foregoing resolution of the Boards of Directors by
' each of The Co pa es andp�t1,i Power of Attorney issued pursuant thereto on February 24. 1987
on behalf of �c L. MCUoy, Reynie Rutledge, Willo Dean Windsor, Robyn Winkle
are true and correct and are still in full force and effect. �/
In Testimo y Whereof I have subscribed my n and affixed the facsimile seal of each Company this 251 day of
�arwa'%H .,9.
Form 7832 Fourth Reprint Vice -President
4
Q
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS:
THAT WE, NORTHWEST ELECTRIC INC. P.O. BOX 694, Fayetteville, AR 72702
as Principal, hereinafter called "Principal", and EMPLOYERS MUTUAL INSURANCE
COMPANY P.O. BOX 712 DES MOINES, IOWA 50303 ARKANSAS
State of
as Surety, hereinafter called "Surety", are held and firmly bound unto the
City of Fayetteville, Arkansas "
the amount of SEVENTY FIVE HOI?AM'm I L xQlff'er in
NO/100 Dollars ($75.810.00 ). in lawful money of
the United States of America, for the payment of which sum well and truly to
be made, we bind ourselves, our heirs, executors, administrators, and
successors, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT:
WHEREAS, the Principal entered into a Co tract with the Owner by
written agreement dated the z� day of kl4Jyv
copy of which is attached hereto and made a part he eof, hereinafter
referred to as the Contract,
REHABILITATE AIRPORT SIGN SYSTEM;
REPLACE ROTATING BEACON AND
REPAINT TOWER; REPLACE PRIMARY
WIND CONE AND SEGMENTED CIRCLE;
AND REPLACE SUPPLEMENTAL WIND CONES
AIP PROJECT NO. 3-05-0020-10
NOW, THEREFORE, if the Principal shall well, truly and faithfully
perform its duties, all the undertakings, covenants, terms, conditions, and
agreements of said Contract during the original term thereof, and any
extensions thereof which may be granted by the Owner, with or without notice
to the Surety, and if he shall satisfy all claims and demands incurred under
such Contract, and shall fully indemnify and save harmless the Owner from
all costs and damages which it may suffer by reason of failure to do so, and
shall reimburse and repay the Owner all outlay and expense which the Owner
may incur in making good any default, then this obligation shall be void;
otherwise to remain in full force and effect.
Any alterations which may be made in the terms of the Contract, or in
the work to be done under it, or the giving by the Owner of an extension of
time for the performance of the Contract, or any other forbearance on the
part either of the Owner or the Principal to the other shall not release in
any way the Principal and Surety, or either of these, their heirs, personal
representatives, successors, or assigns from their liability hereunder,
notice to the Surety of any alteration, extension or forbearance hereby
being waived.
In no event shall the aggregate liability of the Surety exceed the sum
set out herein.
PAB-1
I
I
I
I
I
No suit, action or proceeding shall be brought on this bond outside the
State of Arkansas. No suit, action, or proceeding shall be brought on this
bond, except by the Owner, after six (6) months from the date on which final
payment to the Contractor falls due. No suit, action or proceeding shall be
brought by the Owner after two (2) years from the date on which final
payment to the Contractor falls due.
This bond is executed pursuant to ti
as amended.
Le terms of Arkansas Act 351 of 1953
Executed on this day of 19
SEAL (PN®RTAWg%7 ELECTRIC INC.
I
' SEAL
1
I
I
I
I
Ii
Ii
i
I
ByO
Title
Edrl (t5 HMVA(- IALWt4QCt Go
(Surety)
By i
Attorney -In -Fact
NOTES: Attach Power of Attorney.
Date of Bond must not precede date of Contract.
A copy of this Bond must be filed with the
Circuit Clerk in each county wherein the work
is to be performed.
Ii
PAB-2
Employers Mutual Companies
P.O. Box 712 Des Moines, Iowa 50303
CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY -IN -FACT
I
Notice: The warning elsewhere in this Power of Attorney affects the validity thereof. Please review carefully.
KNOW ALL MEN BY THESE PRESENTS, that:
Employers Mutual Casualty Company, an Iowa Corporation Illinois Emcasco Insurance Company, an Illinois Corporation
Emcasco Insurance Company, an Iowa Corporation Dakota Fire Insurance Company, a North Dakota Corporation
Union Mutual Insurance Company of Providence, American Liberty Insurance Company, an Alabama Corporation
a Rhode Island Corporation
hereinafter referred to severally as "Company" and collectively as "Companies', each does, by these presents, make, constitute and appoint:
RICK L. MCCOY, REYNIE RUTLEDGE, WILLO DEAN WINDSOR, ROBYN WINKLE, INDIVIDUALLY,
FAYETTEVILLE, ARKANSAS---------------------------------------_------_
its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other
obligatory instruments of a similar nature as follows:
IN AN MIOUNT NOT EXCEEDING TWO HUNDRED FIFTY THOUSAND DOLLARS------------($25O,OOO.OO)
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such
Company, and all of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed.
The authority hereby granted shall expire April 1, 1990 unless sooner revoked.
AUTHORITY FOR POWER OF ATTORNEY
This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the
Companies at meetings duly called and held on March - 971983.
RESOLVED: The Chairman of the Board of/D ectors, the"President-any Vice;President, the -Treasurer and/the Secretary shall have power and
/ , / , / / / ' / / / I 4
authority to (1) appoint attorneys -in -fact and authorize them'to execute on behalf of the Company and attach the seal of the Company thereto,
r /_.— r, r li 4' rz.
; .
bonds and undertakings, recognizances, contracts'bf indemnity andfother writings obligatory in the nature thereof, and (2) to remove any such
r
attorney -in -fact at any time and revoke the power,and authority given to him. Attorneys -in -fact shall have Plower and authority, subject to the terms
and limitations of the power of attorney issued to-them,orexecutefandfdeiiver on behalf of the Company and attach the seal of the Company
thereto, bonds and undertakings, recognizances,-contracts of indemnity/and/other writings obligatory in the nature thereof, and any such
- I / I , I I `. I . / /
instrument executed by any such attorney -in -fact shall be fully,and in all respects binding.upon the Company. Certification as to the validity of any
f /f i� - &1U l \
power of attorney authorized herein made by'an officer of Employers Mutual Casualty Company shall be fully and in all respects binding upon this
company. The facsimile or mechanically reproduced signature of such officer, whether made,heretofore or hereafter, wherever appearing upon a
certified copy of any power -of -attorney of the Company, shall be valid and binding upon the Company with the same force and affect as though
manually affixed.
IN WITNESS WHEREOF, The Companies have caused these presents to be signed for each by their Chairman and Assistant Secretary, and the
Corporate seals to be hereto affixed this 24th day of February . 19—$.7.
WARNING: This power invalid if red diagonal imprint "Employers Mutual C anies" is not present in its entirety, and if the signatures of
the officers and notary public do not appear in blue, and if the "EMC;Z;
oes t appear in the top half center of the page.
Seals
11a11N$'4"'� ..1`"PANG "''., :• ,Y 1IN S1' r , .
She UAqy,, �PSU1 EC'4Pt11u11, Uy '?
c •"' /4..Q% •�"" �`D;• '•'42 : Robb B. Kelley John M. Van Sloun
4 t• PYOR4' P �. o
' -C,- ?� _ s° Chairman Assistant Secretary
rao SEAL
?/L LINU•"
•Atr111SURA,.
NIv
5� OP.P Ofl4 , -'
-b f': -o
SEAL
0040, :dWP 1.11
On this 24th day of .
Fphrupr, AD 19 7_ before
me a Notary Public in and for Polk County. Iowa, personally appeared Robb B.
Kelley and John M. Van Sloun, who being by me duly sworn, did say that they
are, and are known to me to be the Chairman and Assistant Secretary,
respectively, of each of The Companies above; that the seals affixed to this
instrument are the seals of said corporations; that said instrument was signed
and sealed on behalf of each of The Companies by authority of their respective
Boards of Directors; and that the said Robb B. Kelley and John M. Van Sloun
acknowledge the execution of said instrument to be the voluntary act and deed
of each of The Companies.
My Commission Expires October 2, 1989
L TYLER
* ..
A
MY COItl1U83WN RES
CERTIFICATE
Notary Public
I, Richard E. Haskins of the Employers Mutual Casualty Company, do hereby certify that the foregoing resolution of the Boards of Directors by
each of The Co ga es and this Power of Attorney issued pursuant thereto on February 24 1987
on behalf of Ticrc L. McCoy, Reynie Rutledge, Willo Dean Windsor, Robyn Winkle
are true and correct and are still in full force and effect.
In Testimcy .Whereof I have subscribed my nand affixed the facsimile seal of each Company thisr " day of
Gz . 19 r
Form 7832 Fourth Reprint Vice -President
[i
GENERAL PROVISIONS
SECTION 10
DEFINITION OF TERMS
Whenever the following terms are used in these Specifications, in the
Contract, in any documents or other instruments pertaining to construction
where these Specifications govern, the intent and meaning shall be
interpreted as follows:
10-01 AASHTO. The American Association of State Highway and
Transportation Officials, the successor association of 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 AIP. The Airport Improvement Program, a grant-in-aid program,
administered by the Federal Aviation Administration.
10-04
I
ADVERTISEMENT.
A
public announcement, as
required by local law,
inviting
bids for work
to
be performed and materials
to be furnished.
' 10-05 AIR OPERATIONS AREA. For the purpose of these Specifications, the
term air operations area shall mean any area of the airport used or intended
to be used for the landing, takeoff, or surface maneuvering of aircraft. An
' air operations 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, and includes
its buildings and facilities, if any. The word "airport" shall mean
Fayetteville Municipal Airport.
10-07 ASTM. The American Society for Testing and Materials.
' 10-08 AWARD. The acceptance, by the Owner, of the successful bidder's
proposal.
I. 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.
GP 10-1
DEFINITION OF TERMS
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.
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, shall be within the
scope of the Contract.
10-13 CONTRACT. The written agreement covering the work to be performed.
The awarded Contract shall include, but is not limited to: the
advertisement; the contract form; the proposal; the performance bond; the
payment bond; any required insurance certificates; the specifications; the
plans; and any addenda issued to Bidders.
10-14 CONTRACT TIME (PAY ITEM). A specific unit of work for which a price , I
is provided in the Contract.
10-15 CONTRACT TIME. The number of calendar 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 days, the Contract shall be completed by that
date.
10-16 CONTRACTOR. The individual, partnership, firm, or corporation
primarily liable for the acceptable performance of the work contracted and
for the payment of all legal debts pertaining to the work who acts directly
or through lawful agents or employees to complete the Contract work.
10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by
which surface or subsurface waters are collected and conducted from the
airport area.
10-18 ENGINEER. The individual, partnership, firm, or corporation duly
authorized by the Owner (sponsor) to be responsible for engineering
supervision of the Contract work and acting directly or through an
authorized representative. The word "engineer" shall mean the engineering
firm of Garver+Garver, PA, Eleventh and Battery Streets, Little Rock,
Arkansas 72202.
GP 10-2
DEFINITION OF TERMS
' 10-19 EOOIPMENT. 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.
10-20 ERTRA WORK. An item of work not provided for in the awarded Contract
as previously modified by change order or supplemental agreement, but which
is found by the Engineer to be necessary to complete the work within the
intended scope of the Contract as previously modified.
10-21 FAA. The Federal Aviation Administration of the U. S. Department of
Transportation. When used to designate a person, FAA shall mean the Admini-
strator or his duly authorized representative.
' 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards,
and supplements, amendments, and indices thereto are prepared and issued by
the General Services Administration of the Federal Government. They may be
obtained from the Specifications Activity, Printed Materials Supply
Division, Building 197, Naval Weapons Plant, Washington, D. C. 20407.
10-23 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. The "inspector" assigned shall be an employee of the Engineer.
10-24 INTENTION OF TERMS. Whenever, in these Specifications or on the
Plans, the words "directed", "required", "permitted", "ordered",
"designated", "prescribed", or words of the like import are used, it shall
be understood that' the direction, requirement, permission, order,
designation, or prescription of the Engineer is intended; and similarly, the
words "approved", "acceptable". "satisfactory", or words of like import,
shall mean approved by, or acceptable to, or satisfactory to the Engineer,
subject in each case to the final determination of the Owner.
Any reference to a specific requirement of a numbered paragraph of the
Contract Specifications or a cited standard shall be interpreted to include
all general requirements of the entire section, specification item, or cited
standard that may be pertinent to such specific reference.
10-25 LABORATORY. The official testing laboratories of the Owner or such
other laboratories as may be designated by the Engineer.
10-26 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
GP 10-3
DEFINITION OF TERMS
of aircraft landing at, taking off from, or taxiing on the airport surface
10-27 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 ten percent (10%) of the total amount of the awarded Contract.
All other items shall be considered minor Contract items.
10-28
MATERIALS.
Any substance
specified for use in the construction of
the
Contract work.
10-29 NOTICE TO PROCEED. A written notice to the Contractor to begin the
actual Contract work on a previously agreed to date. If applicable, the
Notice to Proceed shall state the date on which the Contract time begins.
10-30 OWNER (SPONSOR). The term Owner shall mean the party of the first
part or the contracting agency signatory to the Contract. For AIP
Contracts, the term Sponsor shall have the same meaning as the term Owner.
The "Owner" is the City of Fayetteville, Arkansas.
10-31 PAVEMENT. The combined surface course, base course, and subbase
course, if any, considered as a single unit.
10-32 PAYMENT BOND. The approved form of security furnished by the
Contractor and his Surety as a guaranty that he will pay in full all bills
and accounts for materials and labor used in the construction of the work.
10-33 PERFORMANCE BOND. The approved form of security furnished by the
Contractor and his Surety as a guaranty that the Contractor will complete
the work in accordance with the terms of the Contract.
10-34 PLANS. The official Drawings or exact reproductions, approved by the
Engineer, which show the location, character, dimensions and details of the
airport and the work to be done and which are to be considered as part of
the Contract, supplementary to the Specifications.
10-35 PROJECT. The agreed scope of work for accomplishing specific airport
development with respect to a particular airport. The "project" is
"Rehabilitate Airport Sign System; Replace Rotating Beacon and Repaint
Tower; Replace Primary Wind Cone and Segmented Circle; and Replace
Supplemental Wind Cones."
GP 10-4 ,
DEFINITION OF TERMS
10-36 PROPOSAL. The written order 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.
10-37 PROPOSAL GUARANTY. The security furnished with a proposal to
guarantee that the Bidder will enter into a contract if his proposal is
accepted by the Owner.
10-38
RUNWAY.
The area on the airport
prepared for
the landing and takeoff
of
aircraft.
10-39 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 affect as if
included in the Contract physically.
10-40 STRUCTURES. Airport facilities such as bridges; culverts; catch
basins; inlets; retaining walls; cribbing; storm and sanitary sever lines;
waterlines; underdrains; electrical ducts; manholes; handholes; lighting
fixtures and bases; transformers; flexible and rigid pavements; navigational
aids; buildings; vaults; and other man-made features of the airport that may
be encountered in the work and not otherwise classified herein.
10-41 SUBGRADE. The soil which forms the pavement foundation.
' 10-42 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 con-
struction.
10-43 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
• twenty-five percent (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.
' 10-44 SURETY. The corporation, partnership, or individual, other than the
Contractor, executing payment or performance bonds which are furnished to
the Owner by the Contractor.
' GP 10-5
DEFINITION OF TERMS
10-45 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 or aircraft parking areas.
10-46 WORK. The furnishing of all labor, materials, tools, equipment, and
incidentals necessary or convenient to the Contractor's performance of all
duties and obligations imposed by the Contract, Plans, and Specifications.
GP 10-6
SECTION 20
PROPOSAL REQUIREMENTS AND CONDITIONS
20-01 ADVERTISEMENT (NOTICE TO BIDDERS). See Page A-1.
20-02 PREOUALIFICATION OF BIDDERS. If requested by the Owner, a bidder
shall complete the "Statement of Bidder's Qualifications (see page SBQ-1),
which includes items concerning evidence of financial responsibility.
Each bidder that is required to complete the "Statement of Bidder's
Qualifications" may submit (in lieu of the items concerning evidence of
financial responsibility) evidence that he is prequalified with the
Arkansas Highway and Transportation Department.
20-03 CONTENTS OF
have a page number
continues for sever
title, and office
necessary parts and
PROPOSAL FORMS. All forms that constitute the Proposal
that begins as "P-". The Proposal begins on page P-1,
gal pages, and ends with the bidder's name, signature,
address. All pages that constitute the Proposal are
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
Owner, if such regulations are cited,
as a requirement for bidding.
prequalification regulations of the
or otherwise included, in the Proposal
(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.
(c) Contractor default under previous contracts with the Owner.
(d) Unsatisfactory work on previous contracts with the Owner.
20-05 INTERPRETATION OF ESTIMATED PROPOSAL OU NTITIES, 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 cal-
culations 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 estimate of quantities, or of the character,
location, or other conditions pertaining to the work. Payment to the Con -
GP 20-1
PROPOSAL REQUIREMENTS AND CONDITIONS
tractor 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 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. He shall satisfy himself as to
the character, quality, and quantities of work to be performed, materials to
be furnished, and as to the requirements of the proposed contract. The
submission of a proposal shall be prima facie evidence that the Bidder has
made such examination and is satisfied as to the conditions to be
encountered in performing the work and as to the requirements of the
proposed contract, plans, and specifications.
Boring logs and other records of subsurface investigations and tests are
available for inspection of Bidders. It is understood and agreed that such
subsurface information, whether included in the plans, specifications, or
otherwise made available to the Bidder, was obtained and is intended for the
Owner's design and estimating purposes only. Such information has been made
available for the convenience of all Bidders. It is further understood and
agreed that each Bidder is solely responsible for all assumptions,
deductions, or conclusions which he may make or obtain from his examination
of the boring logs and other records of subsurface investigations and tests
that are furnished by the Owner.
20-07 PREPARATION OF PROPOSAL. The Bidder shall submit his proposal as a
component part of the bound "Contract Documents and Specifications". 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) for which he proposes
to do each pay item.
The Bidder shall sign his proposal correctly and in ink. If the proposal is
made by an individual, his 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 (or furnish a facsimile corporation seal) and the
name, titles, and business address of the president, secretary, and
treasurer. Anyone signing a proposal as an agent shall file evidence of his
authority to do so and that the signature is binding upon the firm or
corporation.
20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the ' I
following reasons:
(a) If the proposal is on a form other than that furnished by the
GP 20-2
PROPOSAL REQUIREMENTS AND CONDITIONS
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 which
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 the proposal guaranty
specified by the Owner,
For AIP contracts, proposals shall be considered irregular for any of the
reasons stated and, in addition, if the proposal is "nonresponsive" with
respect to the requirements of Part 152 of the Federal Aviation Regulation
as specified in the proposal form.
The 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.
20-09 PROPOSAL GUARANTY. 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.
20-10 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
before the time specified for opening all bids. Proposals received after
the bid opening time shall be returned to the Bidder unopened.
20-11 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
telegram 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.
20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read,
GP 20-3
PROPOSAL REQUIREMENTS AND CONDITIONS
publicly at the
time and place specified in
the advertisement.
Bidders,
their authorized
agents, and other interested
persons are invited
to attend.
Proposals that have been withdrawn (by written or telegraphic request) or
received after the time specified for opening bids shall be returned to the
Bidder unopened.
20-13 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 the subsection titled ISSUANCE OF PROPOSAL FORKS, of this
Section.
OP 20-4 '
I
' SECTION 30
AWARD AND EXECUTION OF CONTRACT
30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened
and read, they will be compared on the basis of the submission 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 price and the total amount, the unit price shall
govern, and the totals will be corrected to conform thereto.
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 titled
IRREGULAR PROPOSALS of Section 20.
(b) If the Bidder is disqualified for any of the reasons specified in
the subsection titled DISQUALIFICATION OF BIDDERS of Section 20,
In addition, until the award of a contract is made, the Owner reserves the
' right to reject any or all 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
construction contracts; advertise for new proposals; or proceed with the
work otherwise. All such actions shall promote the Owner's best interests.
' 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded,
shall be made within the time specified in the Bid Bond and Proposal.
' For AIP contracts, no award shall be made until the FAA has concurred in the
sponsor's recommendation to make such award and has approved the sponsor's
proposed contract to the extent that such concurrence and approval are
' required by Part 152 of the Federal Aviation Regulations.
Award of the contract shall be made by the Owner to the lowest, qualified
Bidder whose proposal conforms to the cited requirements of the Owner.
30-03 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 executed by all parties and is
approved by the Owner in accordance with the subsection titled APPROVAL OF
CONTRACT of this Section.
30-04 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 hereinbefore specified in the subsection 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
GP 30-1
'
AWARD AND EXECUTION OF CONTRACT
returned. The successful Bidder's proposal guaranty will be returned as
soon as the Owner receives the contract bonds as specified in subsection
titled REQUIREMENTS OF CONTRACT BONDS of this section.
30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the
contract, the successful Bidder shall furnish the Owner separate performance
and payment bonds which have been fully executed by the Bidder and his
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 bonds shall be acceptable to
the Owner. The bonds shall be in a sum equal to the full amount of the
contract.
30-06 EXECUTION OF CONTRACT. The successful Bidder shall sign (execute)
the necessary agreements for entering into the contract and return such
signed contract to the Engineer, along with the fully executed performance
and payment bonds specified in the subsection titled REQUIREMENTS OF
CONTRACT BONDS of this section, within ten (10) calendar days from the date
mailed or otherwise delivered to the successful Bidder. If the contract is
mailed, special handling is recommended.
30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract
bonds that have been executed by the successful Bidder, the Engineer shall
check all documents for conformance, and submit them to the Owner. The
Owner shall complete the execution of the contract in accordance with local
laws or ordinances. Contract execution by the Owner shall constitute the
Owner's approval to be bound by the successful Bidder's proposal and the
terms of the contract. The completed contract will then be submitted to the
FAA for review and approval as specified in subsection titled AWARD OF
CONTRACT of this section.
30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful Bidder to
execute the contract and furnish an acceptable surety bond or bonds within
the ten (10) calendar day period specified in the subsection titled
REQUIREMENTS OF CONTRACT BONDS 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.
30-09 CONTRACTOR'S AND SUBCONTRACTOR'S INSURANCE. The Contractor shall not
commence work under this contract until he has obtained all insurance
required in paragraph SC -04 of the SPECIAL CONDITIONS, and such insurance
has been approved by the Owner. In case the insurance carried by the
Contractor does not cover his Subcontractors, the Contractor shall not
permit any Subcontractor to commence work under his subcontract until he has
also obtained all insurance required by paragraph SC -04, and such insurance
has been approved by the Owner.
GP 30-2
AWARD AND EXECUTION OF CONTRACT
Evidence that the required insurance is in full force and effect shall be by
duly executed certificate, submitted with the Proposal for consideration by
the Owner.
OP 30-3
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 twenty-five percent
(25%) total cost being based on the unit prices and estimated quantities in
the awarded contract). Alterations which do not exceed the twenty-five
percent (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 which are for work within the general scope of the contract
shall be covered by "Change Orders" issued by the Engineer. Change orders
for altered work shall include extensions of contract time where, in the
Engineer's opinion, such extensions are commensurate with the amount and
difficulty of added work.
Should the aggregate amount of altered work exceed the twenty-five percent
(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.
All supplemental agreements shall be approved by the FAA and shall include
valid wage determinations of the U. S. Secretary of Labor when the amount of
the supplemental agreement exceeds $2,000. However, if the Contractor
elects to waive the limitations on work that increases or decreases the
originally awarded contract or any major contract item by more than
twenty-five percent (25%), the supplemental agreement shall be subject to
the same U. S. Secretary of Labor wage determination as was included in the
originally awarded contract.
All supplemental agreements shall require consent of the Contractor's surety
and separate performance and payment bonds.
GP 40-1
I
SCOPE OF WORK
40-03 OMITTED ITEMS. The Engineer may, in the Owner's best interest, omit
from the work any contract item, except major contract items. Major
contract items may be omitted by a supplemental agreement. Such omission of
contract items shall not invalidate any other contract provision or
requirement.
Should a contract item be omitted or otherwise ordered to be nonperformed,
the Contractor shall be paid for all work performed toward completion of
such item prior to the date of the order to omit such item. Payment for
work performed shall be in accordance with the subsection titled PAYMENT FOR
OMITTED ITEMS of Section 90.
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 beat interest, he may
order the Contractor to proceed with extra work by force account as provided
in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of
Section 90.
Extra work that is necessary for 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 hereinbefore defined in the
subsection titled SUPPLEMENTAL 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, as well as the Contractor's equipment and
personnel, is the most important consideration. It is understood and agreed
that the Contractor shall provide for the free and unobstructed movement of
aircraft in the air operations areas of the airport with respect to his own
operations and the operations of all his subcontractors as specified in the
subsection 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 the subsection titled CONTRACTOR'S
RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70.
With respect to his own operations and the operations of all his '
GP 40-2 '
SCOPE OF WORK
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.
When the contract requires the maintenance of vehicular traffic on an
existing road, street, or highway during the Contractor's performance of
work that is otherwise provided for in the contract, plans, and
specifications, the Contractor shall keep such road, street, or highway open
to all traffic and shall provide such maintenance as may be required to
accommodate traffic. The Contractor shall furnish, erect, and maintain
barricades, warning signs, flagmen, and other traffic control devices in
reasonable conformity with the manual of Uniform Traffic Control Devices for
Streets and Highways (published by the United States Government Printing
Office), unless otherwise specified herein. The Contractor shall also
construct and maintain in a safe condition any temporary connections
necessary for ingress to and egress from abutting property or intersecting
roads, streets or highways. Unless otherwise specified herein, the
Contractor will not be required to furnish snow removal for such existing
road, street, or highway.
The Contractor shall make his own estimate of all labor, materials,
equipment, and incidentals necessary for providing the maintenance of
aircraft and vehicular traffic as specified in this subsection.
The cost of maintaining the aircraft and vehicular traffic specified in this
subsection shall not be measured or paid for directly, but shall be included
in the various contract items.
40-06 REMOVAL OF EXISTING STRUC'T'URES. All existing structures encountered
within the established lines, grades, or grading sections shall be removed
by the Contractor, unless such existing structures are otherwise specified
to be relocated, adjusted up or down, salvaged, abandoned in place, reused
in the work or to remain in place. The cost of removing such existing
structures shall not be measured or paid for directly, but shall be included
in the various contract items.
Should the Contractor encounter an existing structure (above or below
ground) in the work for which the disposition is not indicated on the plans,
the Engineer shall be notified prior to disturbing such structure. The
disposition of existing structures so encountered shall be immediately
determined by the Engineer in accordance with the provisions of the
Contract.
Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS
FOUND IN THE WORK of this section, it is intended that all existing
materials or structures that may be encountered (within the lines, grades,
or grading sections established for completion of the work) shall be
utilized in the work as otherwise provided for in the contract and shall
remain the property of the Owner when so utilized in the work.
GP 40-3
SCOPE OF WORK
40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the
Contractor encounter any material such as (but not restricted to) sand,
stone, gravel, slag, or concrete slabs within the established lines, grades,
or grading sections, the use of which is intended by the terms of the
contract to be either embankment or waste, he may at his option either:
(a) Use such material in another contract item, providing such use is
approved by the Engineer and is in conformance with the contract
specifications applicable to such use; or,
(b)
Remove
such material from the site,
upon written approval of the
Engineer;
or,
(c) Use such material for his 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), he 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 own expense, such removed or excavated material with an
agreed equal volume of material that is acceptable for use in constructing
embankment, backfills, or otherwise to the extent that such replacement
material is needed to complete the contract work. The Contractor shall not
be charged for his use of such material so 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 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 NOT USED.
40-09 FINAL CLEANING UP. Upon completion of the work and before acceptance
and final payment will be made, the Contractor shall remove from the site
all machinery, equipment, surplus and discarded materials, rubbish,
temporary structures, and stumps or portions of trees. He shall cut all
GP 40-4
I
I
I
[I
L
I
I
1
I
I
I
I
I
I
I
Ii
6YNUJDKdDE0[9)1N
brush and woods within the limits indicated and shall leave the site in a
neat and presentable condition. Material cleared from the site and
deposited on adjacent property will not be considered as having been
disposed of satisfactorily, unless the Contractor has obtained the written
permission of such property owner.
I
GP 40-5
SECTION 50
CONTROL OF WORK
50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all
questions which may arise as to the quality and acceptability of materials
furnished, work performed, and as to the manner of performance and rate of
progress of the work. He shall decide all questions which may arise as to
the interpretation of the specifications or plans relating to the work, the
fulfillment of the contract on the part of the Contractor, and the rights of
different contractors on the project. The Engineer shall determine the
amount and quality of the several kinds of work performed and materials
furnished which are to be paid for under the contract.
50-Ola FUNCTIONS OF THE ENGINEER AND OBLIGATIONS OF THE CONTRACTOR. The
Engineer, under agreement with the Owner, has prepared these plans,
specifications, and other contract documents. His interpretation thereto
shall be final.
The Engineer, as the representative of the Owner, shall make inspections of
the work to the end that the work be completed satisfactorily. The Engineer
primarily is concerned with the end results of the work accomplished under
this contract. He shall have specific authority with respect to the quality
' of materials furnished by the Contractor, and to the acceptability of
workmanship.
The Engineer shall not dictate the means of accomplishing the work; the Con-
tractor shall determine such means. Within a schedule of work designed to
implement the completion of the work within the contract time, and subject
to the requirements that the site be kept in a neat condition and the work
prosecuted in an orderly manner, the Contractor shall determine the plans
and areas of work. Nothing herein shall preclude the Engineer from
requiring the abandonment of any means of construction when results being
obtained under that method are unsatisfactory. The Engineer shall have the
authority to stop the work when, in his opinion, such stopping is in the
beat interest of the Owner.
The Contractor shall perform in workmanlike manner all work, and shall
furnish all materials, supplies, machinery, equipment, facilities and means
necessary and proper to perform and complete the work required by this
contract, and within the time allowed. The work shall be deemed completed
when in the opinion of the Owner, the contractual requirements have been
met.
The Contractor shall conduct the work in conformance with the design intent
of the plans and specifications. It is not the intent of these contract
documents that the Engineer act as Superintendent or Foreman for the
Contractor, or usurp any functions of the Contractor, or relieve him of any
of his contractual responsibilities.
GP 50-1
I
CONTROL OF WORK '
The Contractor alone shall be responsible for the safety, efficiency, and
adequacy of his plant, appliances, and methods, and for any injury,
including death, to any person, and for any damage to property which may
result from their failure, or from their improper construction, maintenance,
or operation. He shall indemnify and save harmless the Owner and the
Engineer, and their employees and agents, against any judgment with costs,
which may be obtained as a result of such injury or property damage, because
of the alleged liability of the Owner or of the Engineer.
The Contractor shall exercise proper precaution at all times for the
protection of persons and property and shall be responsible for all damages
to persons or property, either on or off the site, which occur as a result
of his prosecution of the work. The safety provisions of applicable laws
and building and construction codes, including applicable parts of Safety
Code No. 9, Arkansas Department of Labor, shall be observed. The
Contractor shall take or cause to be taken such safety and health measures,
additional to those herein required, as he may deem necessary or desirable.
Machinery, equipment and all hazards shall be guarded in accordance with the
safety provisions of the "Manual of Accident Prevention in Construction"
published by the Associated General Contractors of America, Inc., to the
extent that such provisions are not in conflict with applicable local laws.
The use of "Hard Hats" by all personnel is strongly encouraged, although not
specifically required. I
Further functions of the Engineer, and further obligations and
responsibilities of the Contractor, are specified in other paragraphs of
these contract documents.
The Contractor shall give constant attention to the work and facilitate the
progress thereof, and he shall cooperate with the Engineer and his
inspectors and with other contractors in every way possible. The Engineer
shall allocate the work and designate the sequence of construction in case
of controversy between contractors. The Contractor shall have a competent
superintendent on the work at all times who is fully authorized as his 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 authorized representative.
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
opinion, result in a finished product having a level of safety, economy,
durability, and workmanship acceptable to the Owner, he will advise the
Owner of his determination that the affected work be accepted and remain in
GP 50-2
CONTROL OF WORK
place. In this event, the Engineer will document his determination and
recommend to the Owner a basis of acceptance which will provide for an
adjustment in the contract price for the affected portion of the work. The
Engineer's determination and recommended contract price adjustments will be
based on good engineering judgment and such tests or retests of the affected
work as are, in his opinion, needed. Changes in the contract price shall be
covered by contract modifications (change order or supplemental agreement)
as applicable.
If the Engineer finds the materials furnished, work performed, or the
finished product are not in reasonably close conformity with the plans and
specifications and have resulted in an unacceptable finished product, the
affected work or materials shall be removed and replaced or otherwise
corrected by and at the expense of the Contractor in accordance with the
Engineer's written orders.
For the purpose of this subsection, the term "reasonably close conformity"
shall not be construed as waiving the Contractor's responsibility to
complete the work in accordance with the contract, plans, and
specifications. The term shall not be construed as waiving the Engineer's
right to insist on strict compliance with the requirements of the contract,
plans, and specifications during the Contractor's prosecution of the work,
when, in the Engineer's opinion, such compliance is essential to provide an
acceptable finished portion of the work.
For the purpose of this subsection, the term "reasonably close conformity"
is also intended to provide the Engineer with the authority to use good
engineering judgment in his determinations as to acceptance of work that is
not in strict conformity but will provide a finished product equal to or
better than that intended by the requirements of the contract, plans and
specifications.
50-03 COORDINATION OF CONTRACT PLANS. AND SPECIFICATIONS. The contract,
plans, specifications, and all referenced standards cited are essential
parts of the contract requirements. A requirement occurring in one is as
binding as though occurring in all. They are intended to be complementary
and to describe and provide for a complete work. In 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 FAA advisory circulars;
contract general provisions shall govern over plans, cited standards for
materials or testing, and cited FAA advisory circulars; plans shall govern
over cited standards for materials or testing and cited FAA advisory
circulars.
The Contractor shall not take advantage of any apparent error or omission on
the plans or specifications. In the event the Contractor discovers any
apparent error or discrepancy, he shall immediately call upon the Engineer
for his interpretation and decision, and such decision shall be final.
GP 50-3
CONTROL OF WORK
50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with
three copies each of the plans and specifications. He 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.
The Contractor shall give constant attention to the work to facilitate the
progress thereof, and he shall cooperate with the Engineer and his
inspectors and with other contractors in every way possible. The Engineer
shall allocate the work and designate the sequence of construction in case
of controversy between contractors. The Contractor shall have a competent
superintendent on the work at all times who is fully authorized as his 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 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 his 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.
Each Contractor involved shall assume all liability, financial or otherwise,
in connection with his contract and shall protect and save harmless the
Owner from any and all damages or claims that may arise because of
inconvenience, delays, or loss experienced by him because of the presence
and operations of other contractors working within the limits of the same
project. He shall join his 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. Unless otherwise provided for in the
special conditions, the Engineer shall furnish the Contractor with all
lines, grades, and measurements necessary to the proper prosecution and
control of the work contracted for under these specifications. The
Contractor shall satisfy himself as to the accuracy of all measurements
before constructing any permanent structure and shall not take advantage of
any errors which may have been made in laying out the work. Such stakes and
markings as the Engineer may set for either his own or the Contractor's
guidance shall be scrupulously preserved by the Contractor. In case of
negligence on the part of the Contractor, or his 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.
GP 50-4
CONTROL OF WORK
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 of
forty-eight (48) hours following the breakdown or malfunction, provided this
method of operation will produce results which conform to all other
requirements of the contract.
50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the Owner
shall be authorized to inspect all work done and all material furnished.
Such inspection may extend to all or any part of the work and to the
preparation, fabrication, or manufacture of the materials to be used.
Inspectors are not authorized to revoke, alter, or waive any provision of
the contract. Inspectors are not authorized to issue instructions contrary
to the plans and specifications or to act as foreman for the Contractor.
Inspectors employed by the Owner are authorized to notify the Contractor or
his representative of any failure of 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 his decision.
50-09 INSPECTION
OF THE
WORK. All
materials and each
part or detail of the
work shall be subject
to inspection
by the Engineer.
The Engineer shall be
allowed access to all
parts of the
work and shall be furnished with such
information and assistance by the
Contractor as is
required to make a
complete and detailed
inspection.
If the Engineer requests it, the Contractor, at any time before acceptance
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.
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
GP 50-5
CONTROL OF WORK
with the rights of the parties to this contract.
50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which does
not conform to the requirements of the contract, plans, and specifications
will be considered unacceptable, unless otherwise determined acceptable by
the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND
SPECIFICATIONS of this section.
Unacceptable work, whether the result of poor workmanship, use of defective
materials, damage through carelessness, or any other cause found to exist
prior to the final acceptance of the work, shall be removed immediately and
replaced in an acceptable manner in accordance with the provisions of the
subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70.
No work shall be done without lines and grades having been given by the
Engineer. Work done contrary to the instructions of the Engineer, work done
beyond the lines shown on the plans or .s given, except as herein specified,
or any extra work done without authority, will be considered as unauthorized
and will not be paid for under the provisions of the contract. Work so done
may be ordered removed or replaced at the Contractor's expense.
Upon failure on the part of the Contractor to comply forthwith with any
order of the Engineer made under the provisions of this subsection, the
Engineer will have authority to cause unacceptable work to be remedied or
removed and replaced and unauthorized work to be removed and to deduct the
costs (incurred by the Owner) from any monies due or to become due the
Contractor.
50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load
restrictions in the hauling of materials on public roads beyond the limits
of the work. A special permit will not relieve the Contractor of liability
for damage which may result from the moving of material or equipment.
The operation of equipment of such weight or so loaded as to cause damage to
structures or to any other type of construction will not be permitted.
Hauling of materials over the base course or surface course under
construction shall be limited as directed. No loads will be permitted on a
concrete pavement, base, or structure before the expiration of the curing
period. The Contractor shall be responsible for all damage done by his
hauling equipment and shall correct such damage at his own expense.
50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the
work during construction and until the work is accepted. This maintenance
shall constitute continuous and effective work prosecuted day by day, with
adequate equipment and forces so that the work is maintained in satisfactory
condition at all times.
In the case of a contract for the placing of a course upon a course or
subgrade previously constructed, the Contractor shall maintain the previous
GP 50-6
CONTROL OF WORK
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 titled MAINTENANCE DURING
CONSTRUCTION of this section, the Engineer shall immediately notify the Con-
tractor of such noncompliance. Such notification shall specify a reasonable
time within which the Contractor shall be required to remedy such
unsatisfactory maintenance condition. The time specified will give due
consideration to the exigency that exists.
Should the Contractor fail to respond to the Engineer's notification, the
Engineer may suspend any work necessary for the Owner to correct such
unsatisfactory maintenance condition, depending on the exigency that
exists. Any maintenance cost incurred by the Owner shall be deducted from
monies due or to become due the Contractor.
50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the
project the Contractor substantially completes a usable unit or portion of
the work, the occupancy of which will benefit the Owner, he may request the
Engineer to make final inspection of that unit. If the Engineer finds upon
inspection that the unit has been satisfactorily completed in compliance
with the contract, he may accept it as being completed, and the Contractor
may be relieved of further responsibility for 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 completed in accordance with the contract, plans,
and specifications, such inspection shall constitute the final inspection.
The Engineer shall notify the Contractor in writing of final acceptance as
of the date of the final inspection.
If, however, the inspection discloses any work, in whole or in part, as
being unsatisfactory, the Engineer will give the Contractor the necessary
instructions for correction of same, and the Contractor shall immediately
comply with and execute such instructions. Upon correction of the work,
another inspection will be made which shall constitute the final inspection,
provided the work has been satisfactorily completed. In such event, the
Engineer will make the final acceptance and notify the Contractor in writing
of this acceptance as of the date of final inspection.
GP 50-7
CONTROL OF WORK
50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor
deems that additional compensation is due him for work or materials not
clearly provided for in the contract, plans, or specifications or previously
authorized as extra work, he shall notify the Engineer in writing of his
intention to claim such additional compensation before he begins the work on
which he bases the claim. If such notification is not given or the Engineer
is not afforded proper opportunity by the Contractor for keeping strict
account of actual cost as required, then the Contractor hereby agrees to
waive any claim for such additional compensation. Such notice by the
Contractor and the fact that the Engineer has kept account of the 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 ten
(10) calendar days, submit his 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.
GP 50-8
SECTION 60
CONTROL OF MATERIALS
60-01 SOURCE OF SUPPLY AND QUALITY REOUIREMENTS. The materials used on
the work shall conform to the requirements of the contract, plans, and
specifications. Unless otherwise specified, such materials that are
manufactured or processed shall be new (as compared to used or
reprocessed).
I In order to expedite the inspection and testing of materials, the
Contractor shall furnish complete statements to the Engineer as to the
origin, composition, and manufacture of all materials to be used in the
' work. Such statements shall be furnished promptly after execution of the
contract but, in all cases, prior to delivery of such materials.
At the Engineer's option, materials may be approved at the source of supply
' before delivery is started. If it is found after trial that sources of
supply for previously approved materials do not produce specified products,
the Contractor shall furnish materials from other sources.
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 the FAA Advisory Circular (AC) 150/5345-1S, Approved
Airport Lighting Equipment, that is in effect on the date of advertisement;
and,
(b) Produced by the manufacturer qualified (by FAA) to produce such
specified and listed equipment.
The following airport lighting equipment is required for this contract and
is to be furnished by the Contractor in accordance with the requirements of
this subsection:
EQUIPMENT NAME
Underground Cable
Taxiway Sign
Wind Cone
Wind Cone
36" Rotating Beacon
Obstruct ion. Light
CITED FAA SPECIFICATION
L -824C
L -858Y, L-8588
L-807
L-806
L-801
L-810
GP 60-1
150/5345-7D
150/5345-44D
150/5345-27C
150/5345-27C
150/5345-12C
150/5345-43C
CONTROL OF MATERIALS
60-02 SAMPLES. TESTS. AND CITED SPECIFICATIONS. All materials used in the
work shall be inspected, tested, and approved by the Engineer before
incorporation in the work. Any work in which untested materials are used
without approval or written permission of the Engineer shall be performed at
the Contractor's risk. Materials found to be unacceptable and unauthorized
will not be paid for and, if directed by the Engineer, shall be removed at
the Contractor's expense. Tests in accordance with the cited standard
methods of AASHTO or ASTM, which are current on the date of advertisement
for bids, will be made by and at the expense of the Owner. Any tests which
fail to meet the specifications herein, when tested in accordance with the
cited standard methods as stated above, will be at the expense of the
Contractor. Samples will be taken by a qualified representative of the
Owner. All materials being used are subject to inspection, teat, 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
his request.
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 the manufacturer's certificate of compliance
for each lot of such material or assembly delivered to the work. Such
certificate of compliance shall clearly identify each lot delivered and
shall certify as to:
(a) Conformance to the specified performance, testing, quality or
dimensional requirements; and,
(b) Suitability of the material or assembly for the use intended in the
contract work.
Should the Contractor propose to furnish an "or equal" material or assembly,
he shall furnish the manufacturer's certificates of compliance as
hereinbefore described for the specified brand name material or assembly.
However, the Engineer shall be the sole judge as to whether the proposed "or
equal" is suitable for use in the work.
The Engineer reserves the right to refuse permission for use of materials or
GP 60-2
CONTROL OF MATERIALS
assemblies on the basis of certificates of compliance.
60-04 PLANT INSPECTION. The Engineer, testing laboratory or an 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 the acceptance of the material or assembly.
Should plant inspections be conducted, the following conditions shall exist:
(a) The Engineer shall have the cooperation and assistance of the Con-
tractor and the producer with whom he has contracted for materials.
(b) The Engineer shall have full entry at all reasonable times to such
parts of the plant that concern the manufacture or production of the
materials being furnished.
(c) If required by the Engineer, the Contractor shall arrange for
adequate office or working space that may be reasonably needed for
conducting plant inspections. Office or working space should be
conveniently located with respect to the plant.
It is understood and agreed that the Owner shall have the right to retest
any material which has been tested and approved at the source of supply
after it has been delivered to the site. The Engineer shall have the right
to reject only material which, when retested, does not meet the requirements
of the contract, plans, or specifications.
60-05 ENGINEER'S FIELD OFFICE AND LABORATORY.
When specified and
provided
for as a contract item, the Contractor
shall
furnish a building
for the
exclusive use of the Engineer as a
field
office and field
testing
laboratory. The building shall be furnished and maintained
by the
Contractor as specified herein and shall
become
property of the Contractor
when the contract work is completed.
60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the
preservation of their quality and fitness for the work. Stored materials,
even though approved before storage, may again be inspected prior to their
use in the work. Stored materials shall be located so as to facilitate
their prompt inspection. The Contractor shall coordinate the storage of all
materials with the Engineer. Materials to be stored on airport property
shall not create an obstruction to air navigation nor shall they interfere
with the free and unobstructed movement of aircraft. Unless otherwise shown
on the plans, the storage of materials and the location of the Contractor's
plant and parked equipment or vehicles shall be as directed by the
Engineer. Private property shall not be used for storage purposes without
written permission of the Owner or lessee of such property. The Contractor
shall make all arrangements and bear all expenses for the storage of
materials on private property. Upon request, the Contractor shall furnish
the Engineer's copy of the property Owner's permission.
GP 60-3
CONTROL OF MATERIALS
All storage sites on private or airport property shall be restored to their
original condition by the Contractor at his entire expense, except as
otherwise agreed to (in writing) by the Owner or lessee of the property.
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.
No rejected material or assembly, the defects of which, have been corrected
by the Contractor, shall not be returned to the site of the work until such
time as the Engineer has approved its use in the work.
60-08 OWNER -FURNISHED MATERIALS. The Contractor shall furnish all
materials required to complete the work, except those specified herein (if
any) to be furnished by the Owner. Owner -furnished materials shall be made
available to the Contractor at the location specified herein.
All costs of handling, transportation from the specified location to the
site of work, storage, and installing Owner -furnished materials shall be
included in the unit price bid for the contract item in which such
Owner -furnished material is used.
After any Owner -furnished material has been delivered to the location
specified, the Contractor shall be responsible for any demurrage, damage,
loss, or other deficiencies which may occur during the Contractor's
handling, storage, or use of such Owner -furnished material. The Owner will
deduct from any monies due or to become due the Contractor any cost incurred
by the Owner in making good such loss due to the Contractor's handling,
storage, or use of Owner -furnished materials.
GP 60-4
[I
SECTION 70
' LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of
all Federal and State laws, all local laws, ordinances, and regulations and
all orders and decrees of bodies or tribunals having any jurisdiction or
' authority, which in any manner affect those engaged or employed on the
work, or which in any way affect the conduct of the work. He shall at all
times observe and comply with all such laws, ordinances, regulations,
orders, and decrees; and shall protect and indemnify the Owner and all his
officers, agents, or servants against any claim or liability arising from or
based on the violation of any such law, ordinance, regulation, order, or
decree, whether by himself or his employees.
70-02 PERMITS. LICENSES. AND TARES. The Contractor shall procure all
permits and licenses, pay all charges, fees, and taxes, and give all
notices necessary and incidental to the due and lawful prosecution of the
work.
70-03 PATENTED DEVICES MATERIALS. AND PROCESSES. If the Contractor is
required or desires to use any design, device, material, or process covered
by letters of patent or copyright, he shall provide for such use by suitable
legal. agreement with the patentee or Owner. The Contractor and the surety
shall indemnify and save harmless the Owner, any third party, or political
subdivision from any and all claims for infringement by reason of the use of
any such patented design, device, material or process, or any trademark or
copyright, and shall indemnify the Owner for any coats, expenses, and.
damages which it may be obliged to pay by reason of an infringement, at any
time during the prosecution or after the completion of the work.
70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the
right to authorize the 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:
' Person to Contact
Owner Location (Name, Title, Address
' (Utility or Other Facility) (See Plan Sheet No,) and Phone)
No work by others is anticipated during this project.
I
GP 70-1
I
LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
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 so as to facilitate such
construction, reconstruction or maintenance by others whether or not such
work by others is listed above. When ordered as extra work by the Engineer,
the Contractor shall make all necessary repairs to the work which are due to
such authorized work by others, unless otherwise provided for in the
contract, plans, or specifications, It is understood and agreed that the
Contractor shall not be entitled to make any claim for damages due to such
authorized work by others or for any delay to the work resulting from such
authorized work.
70-05 FEDERAL AID PARTICIPATION. For 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 (Sponsor'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 the Airport and
Airway Development Act of 1970 (84 Stat. 219), as amended, and the Rules and
Regulations of the Federal Aviation Administration that pertain to the work.
As required by the Act, the contract work is subject to the inspection and
approval of duly authorized representatives of the Administrator, Federal
Aviation Administration and is further subject to those provisions of the
rules and regulations that are cited in the contract, plans, or
specifications.
No requirement of the Act, the rules and regulations implementing the Act,
or this contract shall be construed as making the Federal Government a party
to the contract nor will any such requirement interfere, in any way, with
the rights of either party to the contract.
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 employees as may be necessary to comply with the requirements
of the State and local Board of Health, or of other bodies or tribunals
having jurisdiction.
Attention is directed to Federal, State, and local laws, rules and
regulations concerning construction safety and health standards. The
Contractor shall not require any worker to work in surroundings or under
conditions which are unsanitary, hazardous, or dangerous to his health or
safety.
GP 70-2
LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his
operations and those of his 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 own operations and those of his
subcontractors and all suppliers in accordance with the subsection titled
MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit
such operations for the convenience and safety of the traveling public as
specified in the subsection titled LIMITATION OF OPERATIONS of Section 80
hereinafter.
70-08 BARRICADES. WARNING SIGNS. HAZARD MARKINGS. The Contractor shall
furnish, erect, and maintain all barricades, warning signs, and markings for
hazards necessary to protect the public and the work. When used during
periods of darkness, such barricades, warning signs and hazard markings
shall be suitably illuminated.
For vehicular and pedestrian traffic, the Contractor shall furnish, erect,
and maintain barricades, warning signs, lights and other traffic control
devices in reasonable conformity with the Manual on Uniform Traffic Control
Devices for Streets and Highways (published by the United States Government
Printing Office).
When the work requires closing an air operations area of the airport or
portion of such area, the Contractor shall furnish, erect, and maintain
temporary markings and associated lighting conforming to the requirements of
FAA Advisory Circular 150/5340-1D, Marking of Paved Areas on Airports.
The Contractor shall furnish, erect, and maintain markings and associated
lighting of open trenches, excavations, temporary stock piles, and his
parked construction equipment that may be hazardous to the operation of
emergency fire -rescue or maintenance vehicles on the airport in reasonable
conformance to FAA Advisory Circular 150/5370-2A, Operational Safety on
Airports with Emphasis on Safety During Construction.
The Contractor shall identify each motorized vehicle or piece of
construction equipment in reasonable conformance to FAA Advisory Circular
150/5370-2A.
The Contractor shall furnish and erect all barricades, warning signs, and
markings for hazards prior to commencing work which requires such erection
and shall maintain the barricades, warning signs, and markings for hazards
until their dismantling is directed by the Engineer.
Open -flame type lights shall not be permitted within the air operations
areas of the airport.
GP 70-3
LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the
prosecution of the work, the Contractor shall exercise the utmost care not
to endanger life or property, including new work. The Contractor shall be
responsible for all damage resulting from the use of explosives.
All explosives shall be stored in a secure manner in compliance with all
laws and ordinances, and all such storage places shall be clearly marked.
Where no local laws or ordinances apply, storage shall be provided
satisfactory to the Engineer and, in general, not closer than 1,000 feet
from the work or from any building, road, or other place of human occupancy.
The Contractor shall notify each property owner and public utility company
having structures or facilities in proximity to the site of the work of his
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 of the airport property.
70-10
PROTECTION
AND
RESTORATION
OF PROPERTY
AND LANDSCAPE,
The Contractor
shall be
responsible for the preservation of all
public and private
property,
and shall protect
carefully
from disturbance
or damage all land
monuments
and property marks
until the
Engineer has witnessed or otherwise
referenced
their location and
shall not
move them until
directed.
The Contractor shall be responsible for all damage or injury to property of
any character, during the prosecution of the work, resulting from any act,
omission, neglect, or misconduct in his manner or method of executing the
work, or at any time due to defective work or materials, and said responsi-
bility will not be released until the project shall have been completed and
accepted.
When or where any direct or indirect damage or injury is done to public or
private property by or on account of any act, omission, neglect, or
misconduct in the execution of the work, or in consequence of the
nonexecution thereof by the Contractor, he shall restore, at his own
expense, such property to a condition similar or equal to that existing
before such damage or injury was done, by repairing, rebuilding, or
otherwise restoring as may be directed, or he 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
GP 70-4
LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
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 contract as may
be considered necessary by the Owner for such purpose may be retained for
the use of the Owner or, in case no money is due, his surety may be held
until such suit or suits, action or actions, claim or claims for injuries or
damages as aforesaid shall have been settled and suitable evidence to that
affect furnished to the Owner, except that money due the Contractor will not
be withheld when the Contractor produces satisfactory evidence that he is
adequately protected by public liability and property damage insurance.
70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between
the parties executing the contract that it is not intended by any of the
provisions of any part of the contract to create the public or any member
thereof a third party beneficiary or to authorize anyone not a party to the
contract to maintain a suit for personal injuries or property damage
pursuant to the terms or provisions of the contract.
70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for
the Contractor to complete portions of the contract work for the beneficial
occupancy of the Owner prior to completion of the entire contract, such
"phasing" of the work shall be specified herein and indicated on the plans.
When so specified, the Contractor shall complete such portions of the work
on or before the date specified or as otherwise specified. The Contractor
shall make his own estimate of the difficulties involved in arranging his
work to permit such beneficial occupancy by the Owner as described below:
Phase
or
Required Date
or
Sequence
Work
Shown
Description
of Owner's Beneficial
Occupancy
on Plan
Sheet
Note: No work phasing is required on this project.
Upon completion of any portion of the work listed above, such portion shall
be accepted by the Owner in accordance with the subsection titled PARTIAL
ACCEPTANCE of Section 50.
No portion of the work may be opened by the Contractor for public use until
ordered by the Engineer in writing. Should it become necessary to open a
portion of the work to public traffic on a temporary 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 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
expense.
GP 70-5
LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
The Contractor shall make his own estimate of the inherent difficulties
involved in completing the work under the conditions herein described and
shall not claim any added compensation by reason of delay or increased cost
due to opening a portion of the contract work.
70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final
written acceptance of the entire completed work, excepting only those
portions of the work accepted in accordance with the subsection titled
PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and
care thereof and shall take every precaution against injury or damage to any
part due to the action of the elements or from any other cause, whether
arising from the execution or from the nonexecution of the work. The
Contractor shall rebuild, repair, restore, and make good all injuries or
damages to any portion of the work occasioned by any of the above causes
before final acceptance, and shall bear the expense thereof except damage to
the work due to unforeseeable causes beyond the control of and without the
fault or negligence of the Contractor, including but not restricted to acts
of God, such as earthquake, tidal wave, tornado, hurricane or other
cataclysmic phenomenon of nature, or acts of the public enemy or of
governmental authorities.
If the work is suspended for any cause whatever, the Contractor shall be
responsible for the work and shall take such precautions necessary to
prevent damage to the work. The Contractor shall provide for normal
drainage and shall erect necessary temporary structures, signs, or other
facilities at his 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 plantings, seedings, and
soddings furnished under this 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 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 National Oceanic and
Atmospheric Administration (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 his
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 the limits of the contract work, the owners are indicated as
follows:
GP 70-6
LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
Utility Service Owner's Emergency
or Facility Person to Contact Contact (Phone)
FAA-AFS
SWEPCO
Mr. Don Bourgeois
Mr. Rex Watkins
(501) 442-5221
(501) 521-1800
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 his 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 plan of operations. Such notification shall be in
writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this
subsection and the subsection 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 hereinbefore provided, it
shall be the responsibility of the Contractor to keep such individual owners
advised of changes in his plan of operations that would affect such owners.
Prior to commencing the work in the general vicinity of an existing utility
service or facility, the Contractor shall again notify each such owner of
his plan of operation. If, in the Contractor's opinion, the Owner's
assistance is needed to locate the utility service or facility, or the
presence of a representative of the Owner is desirable to observe the work,
such advice should be included in the notification. Such notification shall
be given by the most expeditious means to reach the utility owner's PERSON
TO CONTACT no later than two normal business days prior to the Contractor's
commencement of operations in such general vicinity. The Contractor shall
furnish a written summary of the notification to the Engineer.
The Contractor's failure to give the two day's notice hereinabove provided
shall be cause for the Engineer to suspend the Contractor's operations in
the general vicinity of a utility service or facility.
Where the outside limits of an underground utility service has been located
and staked on the ground, the Contractor shall be required to use excavation
methods acceptable to the Engineer within 3 feet of such outside limits at
such points as may be required to insure protection from damage due to the
Contractor's operations.
Should the Contractor damage or interrupt the operation of a utility service
GP 70-7
LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
or facility by accident or otherwise, he shall immediately notify the proper
authority and the Engineer and shall take all reasonable measures to prevent
further damage or interruption of service. The Contractor, in such events,
shall cooperate with the utility service or facility owner and the Engineer
continuously until such damage has been repaired and service restored to the
satisfaction of the utility or facility owner.
The Contractor shall bear all costs of damage and restoration of service to
any utility service or facility due to his operations whether or not 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 surety.
70-16 FURNISHING
RIGHTS -OF -WAY. The Owner will
be responsible for
furnishing
all
rights -of -way upon which the work is
to be constructed in
advance of
the
Contractor's operations.
70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the
contract provisions or in exercising any power or authority granted to him
by this contract, there shall be no liability upon the Engineer, his
authorized representatives, or any official 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 surety, or both, such overpayment
as may be sustained, or by failure on the part of the Contractor to fulfill
his 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 lava and regulations controlling pollution of the
environment. He shall take necessary precautions to prevent pollution of
streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals,
or other harmful materials and to prevent pollution of the atmosphere from
particulate and gaseous matter.
Additional guidance is presented in Section 100, Wage, Labor, EEO and Safety
Requirements (Section E, Air and Water Quality Standards).
GP 70-8 , I
LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC
70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. 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 operations, any building, part
of a building, structure, or object which is incongruous with its
surroundings, he shall immediately cease operations in that location and
notify the Engineer. The Engineer will immediately investigate the
Contractor's finding and will direct the Contractor to either resume his
operations or to suspend operations as directed.
Should the Engineer order suspension of the Contractor's operations in order
to protect an archaeological or historical finding, or order the Contractor
to perform extra work, such shall be covered by an appropriate contract
modification (change order or supplemental agreement) as provided in the
subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT
FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. If appropriate, the
contract modification shall include an extension of contract time in
accordance with the subsection titled DETERMINATION AND EXTENSION OF
CONTRACT TIME of Section 80.
70-21 LAND AND RIGHTS -OF -WAY. The Owner will provide all lands and
rights -of -way permanently required for the construction of the
improvements. The Contractor shall lease, buy, or make satisfactory
provision, without obligation on the part of the Owner, for all temporary
land, easements, or rights -of -way required during the construction period.
70-22 LEGAL RESTRICTIONS AND PERMITS. The Contractor shall procure at his
own expense all necessary licenses and permits of a temporary nature, and
shall give due and adequate notices to those in control of all properties _
which may be affected by his operations. Permits and licenses for permanent
structures or permanent changes in existing facilities will be provided by
the Owner. The Contractor shall obtain permission from the Owner or other
proper authority before blockading any roads or highways, and shall furnish
all necessary barricades and detour signs. The Contractor shall give all
notices and comply with all laws, ordinances, rules, and regulations bearing
on the conduct of the work.
70-23 CONTRACTOR'S LICENSING LAW. Act 150 of 1965, Arkansas Statutes,
states that a Contractor must be licensed by the State Licensing Board for
Contractors before he may undertake work when the cost thereof in Arkansas,
including but not limited to labor and materials, is Twenty Thousand Dollars
($20,000.00) or more.
Additional information may be obtained from the State Licensing Board for
Contractors, Little Rock, Arkansas.
GP 70-9
SECTION 80
PROSECUTION AND PROGRESS
80-01 SUBLETTING OF CONTRACT. The Owner will not recognize any
subcontractor on the work. The Contractor shall at all times when work is
in progress be represented either in person, by a qualified superintendent,
or by other designated, qualified representative who is duly authorized to
receive and execute orders of the Engineer.
Should the Contractor elect to
assign his contract,
said assignment shall
be concurred
in by the surety,
shall be presented for
the consideration and
approval of
the Owner, and
shall be consummated
only on the written
approval of
the Owner. In case of approval, the
Contractor shall file
copies of all
subcontracts with
the Engineer.
80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on
which it is expected the Contractor will begin the construction and from
which date contract time will be charged. The Contractor shall begin the
work to be performed under the contract within 10 days of the date set by
the Engineer in the written notice to proceed, but in any event, the
Contractor shall notify the Engineer at least 24 hours in advance of the
time actual construction operations will begin.
80-03 PROSECUTION AND PROGRESS. The Contractor shall submit his 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, will be used to establish major construction operations and
to check on the progress of the work. The Contractor shall provide
sufficient materials, equipment, and labor to guarantee the completion of
the project in accordance with the plans and specifications within the time
set forth in the proposal.
If the Contractor falls significantly behind the submitted schedule, the
Contractor shall, upon the Engineer's request, submit a revised schedule for
completion of the work within the contract time and modify his operations to
provide such additional materials, equipment, and labor necessary to meet
the revised schedule. Should the prosecution of the work be discontinued
for any reason, the Contractor shall notify the Engineer at least 24 hours
in advance of resuming operations.
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
operations and the operations of his subcontractors and all suppliers so as
to provide for the free and unobstructed movement of aircraft in the AIR
OPERATIONS AREAS of the airport.
When the work requires the Contractor to conduct his operations within an
GP 80-1
PROSECUTION AND PROGRESS
AIR OPERATIONS AREA of the airport, the work shall be coordinated with
airport management (through the Engineer) at least 48 hours prior to
commencement of such work. The Contractor shall not close an AIR OPERATIONS
AREA until so authorized by the Engineer and until the necessary temporary
marking and associated lighting is in place as provided in the subsection
titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70.
When the contract work requires the Contractor to work within an AIR OPERA-
TIONS AREA of the airport on an intermittent basis (intermittent opening and
closing of the AIR OPERATIONS AREA), the Contractor shall maintain constant
communications as hereinafter specified; immediately obey all instructions
to vacate the AIR OPERATIONS AREA; immediately obey all instructions to
resume work in such AIR OPERATIONS AREA. Failure to maintain the specified
communications or to obey instructions shall be cause for suspension of the
Contractor's operations in the AIR OPERATIONS AREA until satisfactory
conditions are provided. The following AIR OPERATIONS AREA (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:
. . :.
Runway 11:45 pm to 6:00 am Radio -Direct* FAA-ATC
16-34. Airport Manager
* Direct contact shall mean that all work shall be under the full-time
observation of the Engineer or a person specifically authorized by the
Owner.
The Contractor shall not commence new work that would be prejudicial to work
already started.
80=05 CHARACTER OF WORKERS METHODS • AND EQUIPMZn. 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.
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, in the
opinion of the Engineer, does not perform his work in a proper and skillful
manner or is intemperate or disorderly shall, at the written request of the
Engineer, be removed forthwith by the Contractor or subcontractor employing
such person, and shall not be employed again in any portion of the work
without the approval of the Engineer.
GP 80-2
PROSECUTION AND PROGRESS
furnish suitable and sufficient personnel for the proper prosecution of the
work, the Engineer may suspend the work by written notice until compliance
with such orders.
All equipment which is proposed to be used on the work shall be of
sufficient size and in such mechanical condition as to meet requirements of
the work and to produce a satisfactory quality of work. Equipment used on
any portion of the work shall be such that no injury to previously completed
work, adjacent property, or existing airport facilities will result from its
use.
When the methods and equipment to be used by the Contractor in accomplishing
the work are not prescribed in the contract, the Contractor is free to use
any methods or equipment that will accomplish the work in conformity with
the requirements of the contract, plans, and specifications.
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, he 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 con-
dition 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 OP THE WORK. The Engineer shall have the
' authority to suspend the work wholly, or in part, for such period or periods
as he may deem necessary, due to unsuitable weather, or such other
conditions as are considered unfavorable for the prosecution of the work, or
' for such time as is necessary due to the failure on the part of the
Contractor to carry out orders given or perform any or all provisions of the
contract.
' In the event that the Contractor is ordered by the Engineer, in writing, to
suspend work for some unforeseen cause not otherwise provided for in the
contract and over which the Contractor has no control, the Contractor may be
' reimbursed for actual money expended on the work during the period of
shutdown. No allowance will be made for anticipated profits. The period of
shutdown shall be computed from the effective date of the Engineer's order
to suspend work to the effective date of the Engineer's order to resume the
work. Claims for such compensation shall be filed with the Engineer within
' GP 80-3
I
PROSECUTION AND PROGRESS
the time period stated in the Engineer's order to resume work. The
Contractor shall submit with his claim information substantiating the amount
shown on the claim. The Engineer will forward the Contractor's claim to the
Owner for consideration in accordance with local laws or ordinances. No
provision of this article shall be construed as entitling the Contractor to
compensation for delays due to inclement weather, for suspensions made at
the request of the Contractor, or for any other delay provided for in the
contract, plans, or specifications.
If it should become necessary to suspend work for an indefinite period, the
Contractor shall store all materials in such manner that they will not
become an obstruction nor become damaged in any way. He shall take every
precaution to prevent damage or deterioration of the work performed and
provide for normal drainage of the work. The Contractor shall erect
temporary structures where necessary to provide for traffic on, to, or from
the airport.
80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar
days allowed for completion of the work shall be stated in the proposal and
contract and shall be known as the CONTRACT TIME.
Should the contract time require extension for reasons beyond the
Contractor's control, it shall be adjusted as follows:
CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar
days stated in the contract counting from the effective date of the notice
to proceed and including all Saturdays, Sundays, holidays, and non -work
days. All calendar days elapsing between the effective dates of the
Engineer's orders to suspend and resume all work, due to causes not the
fault of the Contractor, shall be excluded.
At the time of final payment, the 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 the 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.
80-08 FAILURE TO COMPLETE ON TIME. For each calendar day that any work
remains uncompleted after the contract time (including all extensions and
adjustments as provided in the subsection titled DETERMINATION AND EXTENSION
OF CONTRACT TIME of this Section) the sum specified in the SPECIAL
CONDITIONS, under TIME FOR COMPLETION AND LIQUIDATED DAMAGES will be
deducted from any money due or to become due the Contractor or his surety.
Such deducted sums shall not be deducted as a penalty but shall be
considered as liquidation of a reasonable portion of damages that will be
incurred by the Owner should the Contractor fail to complete the work in the
time provided in his contract.
GP 80-4 ,
I
IPROSECUTION AND PROGRESS
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 waiver on
the part of the Owner of any of its rights under the contract.
I80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be con-
sidered in default of his 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 the "Notice to Proceed", or
(b) Fails to perform the work or fails to provide sufficient workers,
equipment or materials to assure completion of work in accordance with the
tterms of the contract, or
(c) Performs the work unsuitably or neglects or refuses to remove
' materials or to perform anew such work as may be rejected as unacceptable
and unsuitable, or
(d) Discontinues the prosecution of the work, or
(e) Fails to resume work which has been discontinued within a
reasonable time after notice to do so, or
' (f) Becomes insolvent or is declared bankrupt, or commits any act of
bankruptcy or insolvency, or
(g) Allows any final judgment to stand against him unsatisfied for a
period of 10 days, or
(h) Makes an assignment for the benefit of creditors, or
(i) For any other cause whatsoever, fails to carry on the work in an
' acceptable manner.
Should the Engineer consider the Contractor in default of the contract for
any reason hereinbefore, he shall immediately give written notice to the
' Contractor and the Contractor's surety as to the reasons for considering the
Contractor in default and the Owner's intentions to terminate the contract.
' If the Contractor or surety, within a period of 10 days after such notice,
does not proceed in accordance therewith, then the Owner will, upon written
notification from the Engineer of the facts of such delay, neglect, or
default and the Contractor's failure to comply with such notice, have full
' power and authority without violating the contract, to take the prosecution
of the work out of the hands of the Contractor. The Owner may appropriate
or use any or all materials and equipment that have been mobilized for use
in the work and are acceptable and may enter into an agreement for the
completion of said contract according to the terms and provisions thereof,
CP 80-5
PROSECUTION AND PROGRESS
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 com-
pleting 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 prosecution -of
war or in the interest
of
national
defense.
When the contract, or any portion thereof, is terminated before completion
of all items of work in the contract, payment will be made for the actual
number of units or items of work completed at the contract price or as
mutually agreed for items of work partially completed or not started. No
claims or loss of anticipated profits shall be considered.,
Reimbursement for organization of the work, and other overhead expenses
(when not otherwise included in the contract), and moving equipment and
materials to and from the job will be considered, the intent being that an
equitable settlement will be made with the Contractor.
Acceptable materials, obtained or ordered by the Contractor for the work and
that are not incorporated in the work shall, at the option of the
Contractor, be purchased from the Contractor at actual cost as shown by
receipted bills and actual cost records at such points of delivery as may be
designated by the Engineer.
Termination of the contract or a portion thereof shall neither relieve the
Contractor of his responsibilities for the completed work nor shall it
relieve his surety of its obligation for and concerning any just claim
arising out of the work performed.
GP 80-6
SECTION 90
MEASUREMENT AND PAYMENT
90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract
will be measured by the Engineer, or his authorized representatives, using
United States Customary Units of Measurement.
The method of measurement and computations to be used in determination of
quantities of material furnished and of work performed under the contract
will be those methods generally recognized as conforming to good
engineering practice.
Unless otherwise specified, longitudinal measurements for area computations
will be made horizontally, and no deductions will be made for individual
fixtures (or leave -outs) having an area of 9 square feet or less.
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.
All contract items which are measured by the linear foot such as electrical
ducts, conduits, pipe culverts, undardrains, 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 will be used,
unless otherwise specified.
The thickness of plates and galvanized sheet used in the manufacture of
corrugated metal pipe, metal plate pipe culverts and arches, and metal
cribbing will be specified and measured in decimal fraction of inches.
The term "ton" will mean the short ton consisting of 2,000 pounds
avoirdupois. All materials which are measured or proportioned by weights
shall be weighed on accurate, approved scales by competent, qualified
personnel at locations designated by the Engineer. If material is shipped
by rail, the car weight may be accepted provided that only the actual weight
of material be paid for. However, car weights will not be acceptable for
material to be passed through mixing plants. Trucks used to haul material
being paid for by weight shall be weighed empty daily at such times as the
Engineer directs, and each truck shall bear a plainly legible identification
mark.
Materials to be measured by volume in the hauling vehicle shall be hauled in
approved vehicles and measured therein at the point of delivery. Vehicles
for this purpose may be of any size or type acceptable to the Engineer,
provided that the body is of such shape that the actual contents may be
readily and accurately determined. All vehicles shall be loaded to at least
their water level capacity and all loads shall be leveled when the vehicles
arrive at the point of delivery.
GP 90-1
II
MEASUREMENT AND PAYMENT
When requested by the Contractor and approved by the Engineer in writing,
material specified to be measured by the cubic yard may be weighed and such
weights will be converted to cubic yards for payment purposes: Factors for
conversion from weight measurement to volume measurement will be determined
by the Engineer and shall be agreed to by the Contractor before such method
of measurement of pay quantities is used.
Bituminous materials will be measured by the gallon or ton. When measured
by volume, such volumes will be measured at 60°F. or will be corrected to
the volume at 60°F. using ASTM D 1250 for asphalts or ASTM D 633 for tars.
Net certified scale 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.
Timber will be measured by the thousand feet board measure (M.F.B.M.)
actually incorporated in the structure. Measurement will be based on
nominal widths and thicknesses and the extreme length of each piece.
The term "lump sum" when used as an item of payment will mean complete
payment for the work described in the contract.
When a complete structure or structural unit (in effect, "lump sum" work) is
specified as the unit of measurement, the unit will be construed to include
all necessary fittings and 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
titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section.
When standard manufactured items are specified such as fence, wire, plates,
rolled shapes, pipe conduit, etc., and these items are identified by gage,
unit weight, section dimensions, etc., such identification will be
considered 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.
L
r
II
r
II
I
II
GP 90-2
I
MEASUREMENT AND PAYMENT
Scales shall be accurate within one-half percent of the correct weight
throughout the range of use. The Contractor shall have the scales checked
under the observation of the Inspector before beginning work and at such
other times as requested. The intervals shall be uniform in spacing
throughout the graduated or marked length of the beam or dial and shall not
exceed one -tenth of one percent of the nominal rated capacity of the scale,
but not less than one pound. The use of spring balances will not be
permitted.
Beams, dials,
platforms, and
other scale
equipment shall be
so arranged that
the operator
and inspector can safely and
conveniently view
them.
Scale installations shall have available, ten standard fifty -pound weights
for testing the weighing equipment or suitable weights and devices for other
approved equipment.
Scales must be tested for accuracy and serviced before use at a new site.
Platform scales shall be installed and maintained with the platform level
and rigid bulkheads at each end.
Scales "overweighing" (indicating more than correct weight) will not be
permitted to operate and all materials received subsequent to the last
previous correct weighing -accuracy -test will be reduced by the percentage of
error in excess of one-half of one percent.
In the event inspection reveals the scales have been "underweighing" (indi-
cating 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 prosecution thereof,
subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS
GP 90-3
MEASUREMENT AND PAYMENT
of Section 70.
When 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 the quantities in the proposal, the Contractor shall accept
as payment in full, so far as contract items are concerned, payment at the
original contract price for the accepted quantities of work actually
completed and accepted. No allowance, except as provided for in the
subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be
made for any increased expense, loss of expected reimbursement, or loss of
anticipated profits suffered or claimed by the Contractor which results
directly from such alterations or indirectly from his unbalanced allocation
of overhead and profit among the contract items, or from any other cause.
90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled
OMITTED ITEMS of Section 40, the Engineer shall have the right to -omit from
the work (order nonperformance) any contract item, except major contract
items,. in the best interest of the Owner.
Should the Engineer omit or order nonperformance of a contract item or
portion of such item from the work, the Contractor shall accept payment in
full at the contract prices for any work actually completed and acceptable
prior to the Engineer's order to omit or nonperform such contract item.
Acceptable materials ordered by the Contractor or delivered on the work
prior to the date of the Engineer's order will be paid for at the actual
cost to the Contractor and shall thereupon become the property of the Owner.
In addition to the reimbursement hereinbefore provided, the Contractor shall
be reimbursed for all actual costs incurred for the purpose of performing
the omitted contract item prior to the date of the Engineer's order. Such
additional costs incurred by the Contractor must be directly related to the
deleted contract item and shall be supported by certified statements by the
Contractor as to the nature and amount of such costs.
90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in
accordance with the subsection titled EXTRA WORK of Section 40, will be paid
for at the contract prices or agreed prices specified in the change order or
supplemental agreement authorizing the extra work. When the change order or
supplemental agreement authorizing the extra work requires that it be done
by force account, such force account shall be measured and paid for based on
expended labor, equipment, and materials plus a negotiated and agreed upon
allowance for overhead and profit.
I
GP 90-4
MEASUREMENT AND PAYMENT
(a) Miscellaneous. No additional allowance will be made for general
superintendence, the use of small tools, or other costs for which no
specific allowance is herein provided.
(b) Comparison of Record. The Contractor and the Engineer shall
compare records of the cost of force account work at the end of each day.
Agreement shall be indicated by signature of the Contractor and the Engineer
or their duly authorized representatives.
(c) Statement. No payment will be made for work performed on a force
account basis until the Contractor has furnished the Engineer with duplicate
itemized statements of the cost of such force account work detailed as
follows:
(1) Name, classification, date, daily hours, total hours, rate and
extension for each laborer and foreman.
(2) Designation, dates, daily hours, total hours, rental rate, and
extension for each unit of machinery and equipment.
(3) Quantities of materials, prices, and extensions.
(4) Transportation of materials.
(5) Cost of property damage, liability and workmen's compensation
insurance premiums, unemployment insurance contributions, and social
security tax.
Statements shall be accompanied and supported by receipted invoice for all
materials used and transportation charges. However, if materials used on
the force account work are not specifically purchased for such work but are
taken from the Contractor's stock, then in lieu of the invoices the
Contractor shall furnish an affidavit certifying that such materials were
taken from his/her stock, that the quantity claimed was actually used, and
that the price and transportation claimed represent the actual coat to the
Contractor.
90-06 PARTIAL PAYMENTS. Partial payments will be made at least once each
month as the work progresses. Said payments will be based upon estimates
prepared by the Engineer of the value of the work performed and materials
complete in place in accordance with the contract, plans, and
specifications. Such partial payments may also include the delivered actual
cost of those materials stockpiled and stored in accordance with the
subsection titled PAYMENT FOR MATERIALS ON HAND of this section.
No partial payment will be made when the amount due the Contractor since the
last estimate amounts to less than five hundred dollars.
The Contractor will be paid for ninety (90) percent of earned progress
partial payments when due, the Owner/Sponsor will retain ten (10) percent to
assure faithful performance of the contract, and upon certification by the
GP 90-5
MEASUREMENT AND PAYMENT
Engineer that the construction contract is fifty (50) percent complete, no
further retainage will be withheld from the monthly estimates. All sums
withheld by the Owner/Sponsor shall be held in escrow, and will be paid to
the Contractor within thirty (30) days after the contract has been
substantially completed.
It is understood and agreed that the Contractor shall not be entitled to
demand or receive partial payment based on quantities of work in excess of
those provided in the proposal or covered by approved change orders or
supplemental agreements, except when such excess quantities have been
determined by the 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 to quality or quantity. All partial payments are
subject to correction at the time of final payment as provided in the
subsection titled ACCEPTANCE AND FINAL PAYMENT of this section..
90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the
extent of the delivered cost of materials to be incorporated in the work,
provided that such materials meet the requirements of the contract, plans,.
and specifications and are delivered to acceptable sites on the airport
property or at other sites in the vicinity that are acceptable to the
Owner. Such delivered costs of stored or stockpiled materials may be
included in the next partial payment after the following conditions are met:
(a) The material has been stored or stockpiled in a manner acceptable
to the Engineer at or on an approved site.
(b) The Contractor has furnished the Engineer with acceptable evidence
of the quantity and quality of such stored or stockpiled materials.
(c) The Contractor has furnished the Engineer with satisfactory
evidence that the material and transportation costs have been paid.
(d) The Contractor has furnished the Owner legal title (free of liens
or encumbrances of any kind) to the material so stored or stockpiled.
(e) The Contractor has furnished the Owner evidence that the material
so stored or stockpiled is insured against loss by damage to or
disappearance of such materials at any time prior to use in the work.
It is understood and agreed that the transfer of title and the Owner's
payment for such stored or stockpiled materials shall in no way relieve the
Contractor of his responsibility for furnishing and placing such materials
in accordance with the requirements of the contract, plans, and
specifications.
In no case will the amount of partial payments for materials on hand exceed
the contract price for such materials or the contract price for the contract
item in which the material is intended to be used.
GP 90-6
I
MEASUREMENT AND PAYMENT
No partial payment will be made for stored or stockpiled living or
perishable plant materials.
The Contractor shall bear all costs associated with the partial payment of
stored or stockpiled materials in accordance with the provisions of this
' subsection.
90-08 PAYMENT OF WITHHELD FUNDS. The Owner may withhold, or, on account of
' subsequently discovered evidence, nullify the whole or part of any estimate
to such extent as may be necessary to protect the Owner from loss on account
of:
' (a) Defective work not remedied,
(b) Claims filed or reasonable evidence indicating probable filing of
claims,
(c) Failure of the Contractor to make payments properly to
subcontractor or for material or labor,
(d) A reasonable doubt that the contract can be completed for the
balance then unpaid,
(e) Damage to another Contractor.
When the
above
grounds are
removed, payment will be made for amounts
'
withheld
because
of them.
90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been
accepted in accordance with the requirements of the subsection titled FINAL
ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of
' the items of work actually performed. The Contractor shall approve the
Engineer's final estimate or advise the Engineer of his objections to the
final estimate which are based on disputes in measurements or computations
of the final quantities to be paid under the contract as amended by change
order or supplemental agreement. The Contractor and 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 titled CLAIMS FOR
ADJUSTMENT AND DISPUTES of Section 50.
After the Contractor has approved, or approved under protest, the Engineer's
final estimate, final payment will be processed based on the entire sum, or
the undisputed sum in case of approval under protest, determined to be due
the Contractor less all previous payments and all amounts to be deducted
under the provisions of the contract. All prior partial estimates and
payments shall be subject to correction in the final estimate and payment.
GP 90-7
MEASUREMENT AND PAYMENT
If the Contractor has filed a claim for additional compensation under the
provisions of the subsection 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.
I
I�
F
I
Cr90-S I
SECTION 100
WAGE, LABOR, EEO AND SAFETY REQUIREMENTS
SECTION A (Federal Aviation Administration Requirements)
A-1 Airport and Airway Improvement Program Protect. The work in this
contract is included in Airport Improvement Program (AIP) Project
No. 3-05-0020-10 which is being undertaken and accomplished by the City
of Fayetteville (Sponsor) in accordance with the terms and conditions
of a grant agreement between the City of Fayetteville and the
United States, under the Airport and Airway Development Act of 1982
(P.L. 97-248) as amended by the Airport and Airway Safety and Capacity
Expansion Act of 1987 (P.L. 100-223) and Part 152 of the Federal
Aviation Regulations (14 CFR Part 152), pursuant to which the United
States has agreed to pay a certain percentage of the costs under those
Acts. The United States is not a party to this contract and no
reference in this contract to the FAA or any representative thereof, or
the United Sates, by the contract, makes the United States a party to
this contract,
A-2 Consent to Assignment. The Contractor shall obtain the prior written
consent of the City of Fayetteville to any proposed assignment of any
interest in or part of this contract.
• A-3 Convict Labor. No convict labor may be employed under this contract.
' A-4 Veterans Preference.. In the employment of labor (except in executive,
administrative, and supervisory positions), preference shall be given
to veterans of the Vietnam era and disabled veterans as defined in
Section 515(c)(1) and (2) of the Act. However, this preference shall
apply only where the individuals are available and qualified to perform
the work to which the employment relates.
IA -5 Withholding: Sponsor From Contractor. Whether or not payments or
advances to the City of Fayetteville are withheld or suspended by the
FAA, the City of Fayetteville may withhold or cause to be withheld from
the Contractor so much of the accrued payments or advances as may be
considered necessary to pay laborers and mechanics employed by the
Contractor or any subcontractor on the work the full amount of wages
required by this contract.
A-6 Nonpayment of Wages. If the Contractor or subcontractor fails to pay
any laborer or mechanic employed or working on the site of the work any
of the wages required by this contract the City of Fayetteville may,
after written notice to the Contractor, take such action as may be
necessary to cause the suspension of any further payment or advance of
funds until the violations cease.
A-7 FAA Inspection and Review. The Contractor shall allow any authorized
representative of the FAA to inspect and review any work or materials
used in the performance of this contract.
GP 100-1
A-8 Subcontracts.
the provisions
requiring the
tier subcontra
requiring this
be made.
The Contractor shall insert in each of his subcontracts
contained in paragraphs A -1, A-3, A-4, A-5, A-6, and A-7
subcontractors to include these provisions in any lower
cts which they may enter into, together with a clause
insertion in any further subcontracts that may in turn
A-9 Contract Termination. A breach of paragraphs A-6, A-7. and A-8 may be
grounds for termination of the contract.
GP 100-2
I
SECTION B (Secretary of Labor Requirements)
B-1 Minimum Wages.
(a) All mechanics and laborers employed or working upon the site of
the work will be paid unconditionally and not less often than once
a week, and without subsequent deduction or rebate on any account
(except such payroll deductions as are permitted by regulations
issued by the Secretary of Labor under the Copeland Act (29 CFR
I
Part 3), the full amounts due at time of payment computed at wage
rates not less than those contained in the wage determination(s)
of the Secretary of Labor which is (are) 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. For the purpose of this paragraph, contributions
made or costs reasonably anticipated under Section l(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 subparagraph (d) below; also, regular contributions
made or costs incurred for more than a weekly period (but not less
often than quarterly) under plans, funds, or programs, but
covering the particular weekly period, are deemed to be
constructively made or incurred during such weekly period
' (29 CFR 5.5(a)(l)(i)). Such laborers and mechanics shall be paid
the appropriate wage rate and fringe benefits on the wage skill,
except as provided in paragraph B-4 of this clause. Laborers or
' mechanics performing work in more than one classification may be
compensated at the rate specified for each classification for the
time actually worked therein: Provided, however, that the
I.
employer's payroll records accurately set forth the time spent in
each classification in which work is performed. The wage
determination(s) (including any additional classifications and
wage rates conformed under subparagraph. (b) of this section) and
the Davis -Bacon poster shall be posted at all times by the
contractor and its subcontractors at the site of the work in a
prominent and readily accessible place where it can easily be seen
' by the workers.
(b) (1) Any class of laborers or mechanics, including apprentices and
trainees, which is not listed in the wage determination(s)
and which is to be employed under the contract, shall be
classified or reclassified conformably to the wage
determination(s). Approval will be given for an additional
classification and wage rate, and fringe benefits therefor,
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
(ii) The classification is utilized in the area by the
construction industry; and
' (iii) The proposed wage rate, including any bona fide fringe
benefits, bears a reasonable relationship to the wage
GP 100-3
rates contained in the wage determination.
(2) If the contractor and laborers and mechanics to be
representatives, and the City of Fayetteville agree on the
classification and wage rate (including the amount designated
for fringe benefits where appropriate), a report of the
action of the action taken shall be sent by the City of
Fayetteville to the FAA for tentative approval and
transmittal to the Department of Labor, Employment Standards
Administration, Administrator of the Wage and Hour Division,
Washington, D.C. 20210, The Department of Labor will
approve, modify or disapprove every additional classification
action within 30 days of receipt and so advise the FAA or
will notify the FAA within the 30 -day period that additional
time is necessary. (Approved by the Office of Management and
Budget under control number 1215-0140) (20 CFR 5.5(a)(1)(i)).
(3) In the event the contractor, the laborers or mechanics,
including apprentices and trainees, to be employed in the
classification or their representatives and the City of
Fayetteville do not agree on the proposed classification and
wage rate (including the amount designated for fringe
benefits where appropriate), the City of Fayetteville shall
send the questions, including the views of all interested
parties and the recommendation of the sponsor, to the FAA to
be referred, with recommendation of -the FAA, to the
Department of Labor for final determination. The Department
of Labor will issue a determination within 30 days of receipt
or provide notification within the 30 -day period that
additional time is necessary. (Approved by the Office of
Management and Budget under OMB control number 1215-0140.)
(4) The wage rate (including fringe benefits where appropriate)
determined pursuant to subparagraphs (b)(2) and (3) 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.
(c) 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. In the event the interested parties cannot agree upon a
cash equivalent of the fringe benefit, the question accompanied by
the recommendation of the FAA shall be referred to the Secretary
of Labor for determination (29 CFR 5.5(a)(l)(iii)).
GP 100-4
I
(d) If the Contractor does not make payments to a trustee or other
third person, he 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, however, that the Secretary of Labor has found, upon the
I. written request of the contract, 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.
(29 CFR 5.5(a)(1)(iv)). (Approved by the Office of Management and
Budget under 0MB control number 1215-0140).
' B-2 Withholding: FAA From Sponsor. Pursuant to the terms of the grant
agreements between the United States and City of Fayetteville relating
to Airport Improvement Program (AIP) Project No. 3-05-0020-10, and
Part 152 of the Federal Aviation Regulations (14 CFR Part 152), the
FAA shall upon its own action or upon written request of an authorized
representative of the Department of Labor may withhold or cause to be
withheld from the City of Fayetteville 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 on the work, the full amount of wages
' required by this contract. In the event of failure to pay any laborer
or mechanics, including any apprentice, trainee or helper, employed or
working on the site of the work all or part of the wages required by
this contract, the FAA may, after written notice to the City of
' Fayetteville, take further action as may be necessary to cause the
suspension of any further payment or advance of funds until such
violations have ceased (29 CFR 5.5(a)(2)).
' B-3 Payrolls and Basic Records.
(a) Payrolls and basic records relating thereto will be maintained
during the course of the work and preserved for a period of 3
years thereafter for all laborers and mechanics working at the
site of the work. Such records will contain the name, address and
' social security number of each such employee, his correct
classification, rates of pay (including rates of contributions or
costs anticipated for bona fide fringe benefits or cash
equivalents thereof of the types described in Section l(b)(2) 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) (see subparagraph (d)
' of paragraph B-1 above), 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 l(b)(2)(B) of the Davis -Bacon Act, the Contractor shall
maintain records which show that the commitment to provide such
benefits is enforceable, that the plan or program is financially
responsible, and that the plan or program has been communicated in
writing to the laborers or mechanics affected, and records which
show the costs anticipated or the actual costs incurred in
providing such benefits. Contractors employing apprentices or
' trainees under approved programs shall maintain written evidence
of the registration of apprenticeship programs and certification
OP 100-5
of trainee programs, the registration of apprentices and trainees,
and the ratios and wage rates prescribed in the applicable
programs (29 CFR 5.5(a)(3)(i)). (Approved by the Office of
Management and Budget under OMB control numbers 1215-0140 and
1215-0017.)
(b) (1) The Contractor will submit weekly a copy of all payrolls to
the City of Fayetteville for availability to the FAA, as
required by paragraph 152.59(a). The payrolls submitted
shall set out accurately and completely all of the
information required to be maintained by paragraph B-3 (a)
above. This information may be submitted in any form
desired. The contractor is responsible for the submission of
copies of payrolls by all subcontractors. (Approved by the
Office of Management and Budget under OMB control number
1215-0149).
(2) Each payroll shall be accompanied by a "Statement of
Compliance", signed by the employer or his agent who pays or
supervises the payment of persons employed under the contract
and shall certify the following:
(i) That the payroll for the payroll period contains the
information required to be maintained under paragraph
B -3(a) above and that such information is correct and
complete.
(ii) That each laborer and mechanic, including each helper,
apprentice and trainee, employed on the contract
during the payroll period has been paid the full
weekly wages earned, without rebate, either directly
or indirectly, and that no deductions have been made
either directly or indirectly from the full wages
earned, other than permissible deductions as set forth
in Regulations 29 CFR Part 3;
(iii) 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.
(3) 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 B-3 (2) of this section
(4) The falsification of any of the above, certifications may
subject the contractor or subcontractor to civil or criminal
prosecution under Section 1001 of Title 18 and Section 231 of
Title 31 of the United States code.
(c) The contractor will make the records required under the labor
standards clauses of the contract available for inspection,
copying or transcription by authorized representatives of the
GP 100-6 1
sponsor, the FAA and the Department of Labor, and shall permit
such representatives to interview employees during working hours
on the job.
(d) If the contractor or subcontractor fails to submit the required
records or to make them available, the FAA may, after written
notice to the sponsor or contractor, 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. (29
CFR 5.5(a)(3)(ii)).
B-4 Apprentices and Trainees.
(a) Apprentices. Apprentices will be permitted to work at less than
the predetermined rate for the work they performed when they are
employed 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 first 90 days of
probationary employment as an apprentice in such an apprenticeship
program, who is not individually registered in the program, but
who has been certified by the Bureau of Apprenticeship and
Training or a State Apprenticeship Agency (where appropriate) to
be eligible for probationary employment as an apprentice. The
allowable ratio of apprentices to journeymen in any craft
classification shall not be greater than the ratio permitted to
the Contractor as to his entire work force under the registered
program. Any employee 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 determined by
the Secretary of Labor for the classification of work he 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 of 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 journeymen'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
journeyman's hourly rate specified in the applicable wage
determination. Apprentices shall be paid fringe benefits in
accordance with the provisions of the apprenticeship program. If
the apprenticeship program does not specify fringe benefits,
apprentices must be paid the full amount of the 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,
fringe benefits shall be paid in accordance with that
determination. In the event the Bureau of Apprenticeship and
GP 100-7
Training, or a State' Apprenticeship Agency recognized by the
Bureau, withdraws approval of the 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. (29 CPR 5.5(a)(4)(i)).
(b) Trainees. Except as provided in 29 CFR 5.16, trainees will not be
permitted to work at less than the predetermined rate for the work
performed unless they are employed pursuant to and individually
registered in a program which has received prior approval,
evidenced by formal certification by the U. S. Department of
Labor, Employment and Training Administration, Bureau of
Apprenticeship and Training. The ratio of trainees to journeymen
on the job site shall not be greater than permitted under the plan
approved by the Employment and Training Administration. Every
trainee must be paid at not less than the rate specified in the
approved program for the trainee's level of progress, expressed as
a percentage of the journeyman hourly rate specified in the
applicable wage determination. Trainees shall be paid fringe
benefits in accordance with the provisions of the trainee
program. 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 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
the trainee rate who is not registered and participating in a
training plan approved by the Employment and Training
Administration shall be paid not less than the applicable wage
rate on the wage determination for the classification of work
actually performed. In addition, any trainee performing work on
the job site in excess of the ratio permitted under the registered
program shall be paid not less than the applicable wage rate on
the wage determination for the work actually performed. In the
event the Employment and Training Administration withdraws
approval of a training program, the contractor will no longer be
permitted to utilize trainees at less than the applicable
predetermined rate for the work performed until an acceptable
program is approved. (29 CFR 5.5(a)(4)(iii)).
(c) Equal employment opportunity. The utilization of apprentices,
trainees, and journeymen under this paragraph shall be in
conformity with the equal employment opportunity requirements of
Executive Order 11246, as amended, and 29 CPR Part 30
(29 CFR 5.5(a)(4)(iii)).
(d) Application of 29 CPR Part 5.5(a)(4). On contracts in excess of
$2,000 the employment of all apprentices and trainees as defined
in 29 CFR 5.2(c) shall be subject to the provisions of 29 CFR
Part 5.5(a)(4) (see paragraphs B -4(a), (b) and (c) above).
(e) Enforcement.
(i) The FAA shall promulgate the necessary regulations or
GP 100-8
procedures, for Federally assisted construction programs for
which it does not contract directly, necessary to insure that
contracts contain the provisions herein or such modifications
thereof which have been approved by the Department of Labor.
No payment, advance, grant, loan, or guarantee of funds shall
be approved by the FAA after the beginning of construction
unless there is on file with the FAA a certification by the
Contractor that he and his subcontractors have complied or
that there is substantial dispute with respect to the
required provisions (29 CFR 5.6(a)(1)).
(ii) Enforcement activities, including the investigation of
complaints of violations, to insure compliance with the
requirements of these provisions shall be the primary duty of
the FAA. The Department of Labor will coordinate its efforts
with the FAA, as may be necessary to insure consistent
enforcement of the requirements of these provisions.
Enforcement of these provisions shall be in accordance with
29 CFR 5.6.
B-5 Compliance With Copeland Regulations. The Contractor shall comply with
the Copeland Regulations (29 CPR Part 3) of the Secretary of Labor
which are herein incorporated by reference (29 CFR 5.5(a)(5)).
B-6 Compliance with Davis -Bacon and Related Acts Requirements. All rulings
and interpretations of the Davis -Bacon and Related Acts contained in 29
CFR parts 1, 3, and 5 are herein incorporated by reference in this
contract.
B-7 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 the FAA, the sponsor, the Q.S. Department of Labor,
or the employees or their representatives.
B-8 Certification of Eligibility.
(a) By entering into this contract, the contractor certifies that
neither it 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).
(b) 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).
(c) The penalty for making false statements is prescribed in the Q.S.
Criminal Code, 18 Q.S.C. 1001.
B-9 Overtime
Requirements.
No
contractor or
subcontractor
contracting
for
any part
of
the contract
work which
may require
or involve
the
CP 100-9
employment of laborers or mechanics shall require or permit any laborer
or mechanic in any workweek in which he is employed on such work to
work in excess of 40 hours in such workweek unless such laborer or
mechanic received compensation at a rate not less than 1# times his
basic rate of pay for all hours worked in excess of 40 hours in such
workweek (29 CuR 5.5(c)(1)).
B-10 Violations. Liability for Unpaid Wages. Licuidated Damages. In the
event of any violation of paragraph B-6 of this provision, the
Contractor and any subcontractor responsible therefor shall be liable
to any affected employee for his unpaid wages. In addition, such
contractor and subcontractor shall be liable to the United States for
liquidated damages. Such liquidated damages shall be computed, with
respect to each individual laborer or mechanic, including watchmen and
guards, employed in violation of said paragraph B-6 of this provision,
in the sum of $10 for each calendar day on which such employee was
required or permitted to work in excess of the standard workweek of 40
hours without payment of the overtime wages required by said paragraph
B-6 of this provision (29 CFR 5.5(c)(3)).
B-11 Withholding for Unpaid Wages and Liquidated Damages. The FAA or the
sponsor shall upon its own action or upon written request of an
authorized representative of the Department of Labor withhold or cause
to be withheld, from 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 the Contract Work Hours and
Safety Standards Act, which is held by the same prime contractor, such
sums as may administratively be determined to be necessary to satisfy
any liabilities of such contractor or subcontractor for unpaid wages
and liquidated damages as provided in paragraph B-7 of this provision
(29 CFR 5.5(c)(3)).
B-12 Working Conditions. No contractor may require
employed in the performance of any contract to
under working conditions that are unsanitary,
to his health or safety as determined under
health standards (29 CFR Part 1926) and other
standards (29 CFR Part 1910) issued by the Depa
any laborer or mechanic
work in surroundings or
hazardous, or dangerous
construction safety and
occupational and health
rtment of Labor.
B-13 Subcontracts. The contractor or subcontractor shall insert in each of
his subcontracts the clauses contained in paragraphs B-1 through B-11
of this provision, and also a clause requiring the subcontractors to
include these provisions in any lover tier subcontracts which they may
enter into, together with a clause requiring this insertion in any
further subcontracts that may in turn be made. The contractor shall be
responsible for compliance by any subcontractor or lover tier
subcontractor with the labor standards clauses set forth.
(29 CFR 5.5(a)(6), 5.5(c)(4)).
B-14 Contract Termination: Debarment. A breach of clause B-1 through B-13
may be grounds for termination of the contract, and for the debarment
as a contractor or subcontractor as provided in 29 Cu 5.12.
GP 100-10
L
SECTION C (Equal Employment Opportunity Clause)
' During the performance of this contract, the Contractor agrees as follows:
C-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 insure that
applicants are employed, and that employees are treated during
employment without regard to their race, color, 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.
' C-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 consideration for employment without
regard to race, color, religion, sex or national origin.
C-3 The contractor will send to each labor union or representative of
' workers with which he has a collective bargaining agreement or other
contract or understanding, a notice to be provided, advising the said
labor union or worker's 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.
C-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.
C-5 The Contractor will furnish all information and reports required by
Executive Order 11246 of September 24, 1965, as amended, and by rules,
regulations, and orders of the Secretary of Labor, or pursuant thereto,
land 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
others.
C-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 cancelled,
terminated, or suspended in whole or in part and the Contractor may be
declared ineligible for further government contracts or Federally
assisted construction contracts in accordance with procedures
authorized in Executive Order 11246 of September 24, 1965, as amended,
and such other sanctions may be imposed and remedies invoked as
provided in Executive Order 11246 of September 24, 1965, as amended, or
by rule, regulation, or order of the Secretary of Labor, or as
otherwise provided by law.
C]
GP 100-11
I
C-7 The contractor will include the portion of the sentence immediately
preceding paragraph C-1 and the provisions of paragraphs C-1 through
C-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, as amended,
so that such provisions will be binding upon each subcontractor or
vendor. The contractor will take such action with respect to any
subcontract or purchase order as the administering agency may direct as
a means of enforcing such provisions, including sanctions for
noncompliance; provided, however, that in the event a contractor
becomes involved in, or is threatened with, litigation with a
subcontractor or vendor as a result of such direction by the
administering. agency, the contractor may request the United States to
enter into such litigation to protect the interests of the United
States.
GP 100-12
I
SECTION D (Health and Safety Requirements)
ID -1 It is a condition of this contract, and shall be made a condition of
each subcontract entered into pursuant to this contract, that the
Contractor and any subcontractor shall not require any laborer or
' mechanic employed in performance of the contract to work in
surroundings or under working conditions which are unsanitary,
hazardous, or dangerous to his health or safety, as determined under
Construction Safety and Health Standards Title 29 Code of Federal
Regulations, Part 1518 36 F.R. 7340 promulgated by the United States
Secretary of Labor, in accordance with Section 107 of the Contract Work
Hours and Safety Standards Act, 83 STAT. 96.
1
I
I
I
I
1
I
1
I
I
I
I
I
I
GP 100-13
I
SECTION E (Air and Water Quality Standards)
E-1 Any other provision herein to the contrary notwithstanding, the
contractor in carrying out work under this contract, shall at all times
comply with all applicable state and federal air and water quality
standards; with all pollution control laws; and with such rules,
regulations, and directives as may be lawfully issued by a local, state
or federal agency having within its jurisdiction the protection of the
environment in the area surrounding where work under this contract will
be performed. In addition, the contractor shall comply with directives
given by the Project Engineer in implementation of the letter and
intent of FAA Advisory Circular 150/5370-10, entitled Item P-156,
Temporary Air and Water Pollution, Soil Erosion and Siltation Control.
Copies of this Advisory Circular can be obtained from Department of
Transportation, Distribution Unit, TAD -484.3, Washington, D. C. 20590.
E-2 Contractors and subcontractors agree: ,
(a) That any facility to be used in the performance of the contract or
to benefit from the contract is not listed on the Environmental
Protection Agency (EPA) List of Violating Facilities.
(b) To comply with all the requirements of Section 114 of the Clean
Air Act and Section 308 of the Federal Water Pollution Control Act
and all regulations issued thereunder.
(c) That as a condition for award of a contract he will notify the '
awarding official of the receipt of any communication from the EPA
indicating that a facility to be utilized for performance of or
benefit from the contract is under consideration to be listed on
the EPA List of Violating Facilities.
(d) To include or cause to be included in any contract or subcontract
which exceeds $100,000 the aforementioned criteria and
requirements.
I
I
I
GP 100-14 1
I
SECTION F Standard Federal Equal Employment Opportunity Construction
Contract Specifications (Executive Order 11246, as amended)
' F-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 America, or other Spanish culture or origin
regardless of race);
(3) Asian and Pacific Islander (all persons having origins in any
' of the original peoples of the Far East, Southeast, Asia, the
Indian Subcontinent, or the Pacific Islands); and
(4) American Indian or Alaskan native (all persons having origins
in any of the original peoples of North America and
maintaining identifiable tribal affiliations through
membership and participation or community identification).
' F-2 Whenever the Contractor, or any subcontractor at any tier, subcontracts
a portion of the work involving any construction trade, it shall
' physically include in each subcontract in excess of $10,000 the
provisions of these specifications and the notice which contains the
applicable goals for minority and female participation and which is set
' forth in the solicitations from which this contract resulted.
F-3 If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a
Hometown Plan approved by the U. S. Department of Labor in the covered
' area either individually or through an association, its affirmative
action obligations on all work in the plan area (including goals and
timetables) shall be in accordance with that plan for those trades
' which have unions participating in the plan. Contractors must be able
to demonstrate their participation in and compliance with the
provisions of any such Hometown Plan. Each contractor or subcontractor
participating in an approved plan is individually required to comply
with its obligations under the EEO 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
' GP 100-15
efforts to achieve the plan goals and timetables.
F-4 The Contractor shall implement the specific affirmative action
standards provided in paragraphs 7(a) through (p) of these
specifications. The goals set forth in the solicitation from which
this contract resulted are expressed as percentages of the total hours
of employment and training of minority and female utilization; the
Contractor should reasonably be able to achieve in each construction
trade in which it has employees in the covered area. The Contractor is
expected to make substantially uniform progress towards its goals in
each craft during the period specified.
F-5 Neither the provisions of any collective bargaining agreement nor the
failure by a union with whom the Contractor has a collective bargaining
agreement to refer either minorities or women shall excuse the
Contractor's obligations under these specifications, Executive Order
11246, as amended, or the regulations promulgated pursuant thereto.
F-6 In order for the nonworking training hours of apprentices and trainees
to be counted in meeting the goals, such apprentices and trainees must
be employed by the Contractor during the training period and the
Contractor must have made a commitment to employ the apprentices and
trainees at the completion of their training, subject. to the
availability of employment opportunities. Trainees must be trained
pursuant to training programs approved by the U. S. Department of
Labor.
F-7 The Contractor shall take specific affirmative actions to insure EEO.
The evaluation of the Contractor's compliance with these specifications
shall be based upon its effort to achieve maximum results from its
actions. The Contractor shall document these efforts fully and shall
implement affirmative action steps at least as extensive as the
following:
(a) Insure 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 Con-
tractor, where possible, will assign two or more women to each
construction project. The Contractor shall specifically insure
that all foremen, superintendents, and other on -site 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 organization's responses.
GP 100-16
I
(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
therefor along with whatever additional actions the Contractor may
' have taken.
(d) Provide immediate written notification to the Director when the
union or unions with which the Contractor has a collective
bargaining agreement has not referred to the Contractor a minority
person or woman sent by the Contractor, or when the Contractor has
other information that the union referral process has impeded the
' Contractor's efforts to meet its obligations.
(e) Develop on-the-job training opportunities and/or participate in
' training programs for the area which expressly include minorities
and women, including upgrading programs and apprenticeship and
trainee programs relevant to the Contractor's employment needs,
especially those programs funded or approved by the Department of
Labor. The Contractor shall provide notice of these programs to
the sources compiled under 7(b) 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 meetings 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.
I(s) 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, termination, or other employment decisions including
specific review of these items with on -site supervisory personnel
such as superintendents, general foremen, etc., prior to the
' initiation of construction work at any job site. A written record
shall be made and maintained identifying the time and place of
these meetings, persons attending, subject matter discussed, and
disposition of the subject matter.
' (h) Disseminate the 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.
1
CF 100-17
(i) Direct its recruitment efforts, both oral and written, to
minority, female, and community organizations, to schools with
minority and female students; and to minority and female
recruitment and training organizations serving the Contractor's
recruitment area and employment needs. Not later than one month
prior to the date for the acceptance of applications for
apprenticeship or other training by any recruitment source, the
Contractor shall send written notification to organizations, such
as the above, describing the openings, screening procedures, and
tests to be used in the selection process.
(j) Encourage present minority and female employees to recruit other
minority persons and women and, where reasonable, provide after
school, summer, and vacation employment to minority and female
youth both on the site and in other areas of a contractor's
workforce.
(k)
Validate all
tests
and
other
selection requirements where there is
an obligation
to do
so
under
41 CPR Part 60-3.
(1) Conduct, at least annually, an inventory and evaluation, at least
of all minority and female personnel, for promotional
opportunities and encourage these employees to seek or to prepare
for, through appropriate training, etc., such opportunities.
(m) Insure that seniority practices, job classifications, work
assignments, and other personnel practices do not have a
discriminatory effect by continually monitoring all personnel and
employment related activities to insure that the EEO policy and
the Contractor's obligations under these specifications are being
carried out.
(n) Insure that all facilities and company activities are
nonsegregated except that separate or single -user toilet and
necessary changing facilities shall be provided to assure privacy
between the sexes.
(o) Document and maintain a record of all solicitations of offers for
subcontracts from minority and female construction contractors and
suppliers, including circulation of solicitations to minority and
female contractor associations and other business associations.
(p) Conduct a review, at least annually, of all supervisor's adherence
to and performance under the Contractor's EEO policies and
affirmative action obligations.
F-8 Contractors are encouraged to participate in voluntary associations
which assist in fulfilling one or more of their affirmative action
obligations (7(a) through (p)). The efforts of a contractor
association, joint contractor -union, contractor -community, or other
similar groups of which the Contractor is a member and participant, may
be asserted as fulfilling any one or more of its obligations under 7(a)
through (p) of these specifications provided that the Contractor
actively participates in the group, makes every effort to assure that
the group has a positive impact on the employment of minorities and
GP 100-18
women in the industry, insures 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 noncompliances.
F-9 A single goal for minorities and a separate single goal for women have
been established. The Contractor, however, is required to provide EEO
and to take affirmative action for all minority groups, both male and
female, and all women, both minority and nonminority. Consequently,
the Contractor may be in violation of the executive order if a
particular group is employed in a substantially disparate manner (for
example, even though the Contractor has achieved its goals for women
generally, the Contractor may be in violation of the executive order if
a specific minority group of women is underutilized).
F-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.
F-11 The Contractor shall not enter into any subcontract with any person or
firm debarred from Government contracts pursuant to Executive Order
11246, as amended.
F-12 The Contractor shall carry out such sanctions and penalties for
violation of these specifications and of the Equal Opportunity Clause,
including suspension, termination, and cancellation of existing
subcontracts as may be imposed or ordered pursuant to Executive Order
11246, as amended, and its implementing regulations, by the OFCCP. Any
Contractor who fails to carry out such sanctions and penalties shall be
in violation of these specifications and Executive Order 11246, as
amended.
F-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 insure equal employment opportunity. If the Contractor fails to
comply with the requirements of the executive order, the implementing
regulations, or these specifications, the Director shall proceed in
accordance with 41 CFR 60-4.8.
F-14 The Contractor shall designate a responsible official to monitor all
employment related activity to insure that the company EEO policy is
being carried out, to submit reports relating to the provisions hereof
as may be required by the Government, and to keep records. Records
shall at least include for each employee, the name, address, telephone
number, construction trade, union affiliation, if any, employee
identification number when assigned, social security number, race, sex,
status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates
of changes in status, hours worked per week in the indicated trade,
rate of pay, and locations at which the work was performed. Records
GP 100-19
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.
F-15 Nothing herein provided shall be construed as a limitation upon the
application of other laws which establish different standards of com-
pliance or upon the application of requirements for the hiring of local
or other area residents (e.g., those under the Public Works Employment
Act of 1977 and the Community Development Block Grant Program).
CP 100-20
U.S. Department of Labor
•
AR88-7
Basic Fringe
Hourly Benefits
Rates
BRICKLAYERS 7.20
CARPENTERS 7.20
CONCRETE FINISHERS 7.20
ELECTRICIANS 8.75
•IRONWORKERS:
' Structural - 6.30
Reinforcing 5.45
LABORERS:
• Air Tool Operator 5.15
' Asphalt heater operator 5.15
Asphalt raker 5.85
• Carpenter Helper 5.15
' Chain saw Operator 5.15
Checker grade 5.45
Concrete finisher helper 5.15
Concrete joint sealer 5.15
' Concrete saw operator 5.15
Formsetter 5.45
Laborer 3.90
Pipelayer 5.45
' Powderman 6.40
Vibratorman 5.15
PAINTER 6.20
PILE DRIVER LEADMAN 6.20
' POWER EOUIPMENT OPERATORS:
Aggregate spreader oper. 5.80
Asphalt plant fireman 4.85
• Asphalt plantdrter oper. 4.85
• Batch plant oper. 5.80
Bulldozer Operators:
Finish 6.90
' Rough 5.65
Bull float operator 5.65
Concrete curing machine operator 5.65
Concrete mixer operator:
Less than 5 sacks 5.15
5 sacks and over 6.20
Backhoe op. - rubber tired (1 yard or
less) 6.10
I. Cherry picker operator 6.10
Concrete paver operator 6.70
Concrete spreader oper. 6.70
Crane, derrick, dragline, shovel,
backhoe, opers.:
1-1/2 yards or less 6.70
over 1-1/2 yards 7.20
Crusher Operator 5.65
' Distributor operator 5.65
Drill Operator wagon or truck) 5.65
Elevating grader oper. 6.70 a
' Euclid or like equipment operator
(bottom or end dump) 5.25
Finishing machine oper. 6.10
' Vol. 11
GP 100-21
U.S. Department of Labor
C
4R88-7
Flagger 3.90
Forklift operator 5.05
Form grader operator 5.05
Front end loader oper.:
Finish 6.70
Rough 5.65
Hydro seeder operator 5.15
Mechanic 6.90
• Mechanic Helper 5.25
Motor patrol operator:
Finish 6.90
Rough 5.65
Mulching machine oper. 5.15
Oiler and greaser 5.45
Pile driver operator 6.20
Power broom operator 5.15
Pug Mill Operator 5.15
Roller operator (self propelled) 5.25
.Scraper operator:
Finish 6.90
Rough 5.65
Sod slicing machine op. 4.95
Stabilizer mixing machine operator 5.65
Tractor operator (crawler type) 5.15
C Tractor operator (farm and wheel) 5.15
Tractor operator wheel type (with
attachments I yd. or under) 5.55
Trenching machine oper. 5.55
STONEMASONS 7.20
TRUCK DRIVERS:
Distributor truck driver 5.45
Semi -trailer 5.45
Lowboy driver 5.65
Transit mix truck driver 5.45
Truck driver (heavy -maximum pay
load in excess of 3,000 lbs.) 5.15
Truck driver (light -maximum pay
load 3,000 lbs.) 4.85
Well drillers 6.90
WELDERS: Receive rate prescribed for craft performing operation to
which welding Is incidental.
Unlisted classifications needed for work not Included within the
scope of the classifications listed may be added after award only as
provided in the labor standards contract clauses (29 CFR, 5.5 (a) (1)
(ii)).
GP 100-72
Vol. II
I
' Bill Clinton Elizabeth M. Brooks
Govern Acting Director
•� �•• ,,,,� STATE OF ARKANSAS
ARKANSAS DEPARTMENT OF LABOR
r6a� 10421 WEST MARKHAM LITTLE ROCK 72205 (5011682-4500
•s
September 6, 1988
I.
Mr. Gary Shipley, P.E.
' Garver+Garver, P.A.
P. 0. Box C-50
Little Rock, Arkansas 72203
RE: Rehabilitate Airport
Sign System
Fayetteville, Arkansas
' Washington County
Dear Mr. Shipley:
This is to certify that the State of Arkansas Prevailing Wage
Rate Determination Number 88-32 for the referenced project shall conform
with those contained in the U.S. Department of Labor Decision Number
' AR88-7.
Once the contract is awarded, we would appreciate being advised
of the following: the name, address and telephone number of the prime
contractor; contract amount; and the anticipated starting and completion
dates.
' If you have any questions, or we can be of further assistance,
please contact the Prevailing Wage Division at the above address and
telephone number.
ISincerely,
BeckycBrya#tt
Executive Assistant
' BB/cb
' Enclosure
I
' GP 100-23
Monthly Employment Utilization Report (Standard Form 257 - Rev. 9/78)
Authorized by Section 203 of Executive Order 11246 and 41 CFR 60-1.4(5)
The Contractor will file with the Area Director, U.S. Department of Labor,
OFCCP, P.O. Box 1296, Little Rock, Arkansas, to reach that office by the 5th
of each month, beginning with the effective date of the contract for the
duration of the contract, Monthly Employment Utilization Reports (Standard
Form 257), in accordance with the instructions contained in the form.
Members
of
the
Associated
General Contractors Highway
Heavy Affirmative
Action
Plan
are
not required
to submit Form CC -257, unless
requested.
A sample of the "Standard Form 257" is provided on the following two pages.
GP 100-24
a>w LL
<20
J f W m
¢OZ h'm00 LL ¢
V i O
8 wJw 07�i n
ty LL < O 2 W
u (w7 U
2 '
n LL H
i O J¢> LL LL
Z w
J m
u" W ____ H: ____ ____ ______
2 W J
-' z w wV z
LL UI 9
<
W <
w
¢ ^
OW
z_V
�w
¢ W •
< •
- O ^
w a
f
a V m 8
2 2 N
N
< C C WOO
w LL 0 <? aZ S
7 Q e
o ¢ V¢ LL tw, m
U w V0_ -w ,.-.-/ ...- i
V • 0 H << w
z W < d O
._u >
z 2w
' V, F x e Q 0 O LL w
> 0 e Q 2 oc z
6 E p C Q N
W W a
8- ,L u
2 z SE O i
'w O p N
> H p Q
J < r9 7
N
C p
Z J g> = rn
LL
' O!- e Y e 7 V 00 V
__m o O m 2 n
op+ 3 i
e
o C I m
' J q
LL 8 Q J W W LL
WO
o.. JO¢ w
D. N e C H O~ F•
1 0 aas nno2m I -
W p C y 0 O
O N V M Q
a
y W s W y W y W y W W
O n e O �QQ V J QQ V J V J p� V J U J
m 2 L� z H W < S H W < f W < 3 w H H w H
Q O C a`e p W z u W z o m W z o a>i W z g p W 2 0 Z
J C o� m y< m i Q m 6< m m q iq Q j i i< J m
LL E 0 V 0 1¢ J O O ¢ J O. ¢ J 0 Q f N 0< m N W N m
Q� uFO -t < f f0'
'
Y I
ZV W Oe Q: W < ¢
O
w u 3 _
n 0 O
m u G %' H W LL z
- c W O
' 2 v1 p g E ca o TX - — >
a" E ¢Q J . < Q >
aE=ss a O o eI•-0 0
w E C'o' �nf- -, < H ¢ .
O O 0
O° S c O << Q< 0 Q
V• E
'3 ..
Q
W -9P vi 0 •
F O� C9 C.
0! 100-25
I.
INSTRUCTIONS FOR FILING MONTHLY EMPLOYMENT UTILIZATION REPORT (CC -257) I
The Monthly Utilization Report is to be completed by each subject contractor (both prime and sub) and signed by a
responsible official of the company. The reports are to be filed by the 5th day of each month during the term of the
contract, and they shall include the total work -hours for each employee classification in each trade in the covered area
for the monthly reporting period. The prime contractor shall submit a report for its aggregate work force and collect
and submit reports for each subcontractor's aggregate work force to the Federal compliance agency that has Executive
Order 11246 responsibility. (Additional copies of this form may be obtained from the (i.S. Department of Labor,
Employment Standards Administration, OFCCP's regional office for your area.)
Compliance Agency................................U.S. Government agency assigned responsibility for equal employ-
ment opportunity. (Secure this information from the contracting
officer.)
Federal Funding Agency . . . . . . . . . . . . . . . . . . . . . . . . . . . ..US. Government agency funding project (in whole or in part). If
more than one agency, list all.
Contractor.................................Any contractor who has a construction contract with the U.S. Gov-
ernment or a contract funded in whole or in pan with Federal
funds.
Minority .......................................Includes Blacks, Hispania, American Indians, Alaskan Natives, and
Asian and Pacific Islanders —both men and women.
1. Covered Area ..................................Geographic area identified in Notice required under 41 CFR 604.2.
2. Employer's Identification Number ....................Federal Social Security Number used on Employer's Quarterly Fed-
eral
Tax Return IU.S. Treasury Department Form 9411.
3. Current Goals (Minority & Female) ....................See contract Notification.
4. Reporting Period ................................Monthly, or as directed by the compliance agency, beginning with
the effective date of the contract.
5. Construction Trade..............................0nly those construction crafts which contractor employs in the
covered area.
6. Work -Hours of Employment (eel .....................a. The total number of male hours and the total number of female
hours worked by employees in each classification.
be. The total number of male hours and the total number of
female hours worked by each specified group of minority employees
in each classification.
Classification ..................................The level of accomplishment or status of the worker in the trade
(Journey Worker, Apprentice, Trainee)
7. Minority Percentage ..............................The percentage of total minority work -hours of all work -hours (the
sum of columns 6b, 6c, 6d, and 6e divided by column 6e; just one
figure for each construction trade). '
8. Female Percentage ....................... 6a
........For each trade the number reported in . F divided by the sum of
the numbers reported in Sa. M and F.
9. Total Number of Employees ........................Total number of male and total number of female employees work-
ing in each classification of each trade in the contractor's aggregate
work fora during reporting period.
10. Total Number of Minority Employees .................Total number of male minority employees and total number of
female minority employees working in each classification in each
trade in the contractor's aggregate work force during reporting
period. '
GP 100-26 '
I
SECTION 110
DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS
PART A
A-1 Policy. It is the policy of the Department of Transportation (DOT)
that disadvantaged business enterprises as defined in 49 CFR Part 23
shall have the maximum opportunity to participate in the performance of
contracts financed in whole or in part with Federal funds under this
agreement. Consequently, the DBE requirements of 49 CFR Part 23 apply
to this agreement.
A-2 DBE Obligation. The contractor agrees to ensure that disadvantaged
business enterprises as defined in 49 CFR Part 23 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 23 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 award and performance of DOT -assisted contracts.
A-3 Compliance. All bidders, potential contractors, or subcontractors for
this DOT -assisted contract are hereby notified that failure to carry
out the DOT policy and the DBE obligation, as set forth above, shall
constitute a breach of contract which may result in termination of the
contract or such other remedy as deemed appropriate by the owner.
A-4 Subcontract
Clauses.
All bidders
and potential
contractors hereby
assure
that
they will include the
above clauses
in all subcontracts
which
offers
further
subcontracting
opportunities.
PARTS
B-1 It is further understood and agreed: The award procedure for this
solicitation will include the selection criteria of 49 CFR Part
23.45(1) to ensure that prime contracts are awarded to competitors that
meet Disadvantaged Business Enterprise (DBE) goals.
Notification is hereby given that DBE contract goals are established for
this prime contract. The goal for firms owned and controlled by
socially and economically disadvantaged individuals is eight percent
(8%) of the dollar value of this contract.
After opening of bids, the apparent successful bidder will be required
to submit the names and addresses of DBE firms that will participate in
the contract along with a description of the work and dollar value for
each contract (subcontract). If the responses do not clearly show DBE
participation will meet the goals above, the apparent successful bidder
must provide documentation clearly documenting, to the satisfaction of
GP 110-1
DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS
the airport. sponsor, that it made good faith efforts in attempting to do
so and that meeting said goals is not reasonably possible. A bid that
fails to meet these requirements will be considered non -responsive.
Agreements between bidder/proposer and a DBE in which the DBE promises
not to provide sub -contracting quotations to other bidders/proposers are
prohibited. All bidders and proposers shall make a good faith effort to
replace a DBE subcontractor that is unable to perform successfully with
another DBE subcontractor.
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.
GP 110-2
SPECIAL CONDITIONS
SC -01
GENERAL
DESCRIPTION
OF THE WORK. Detailed
descriptions of the
several items of
work are given in the TECHNICAL
SPECIFICATIONS that
follow. The work
involves,
but is not limited to, the
following:
1. Installation of Taxiway Signs
2. Replacement of the 36" Rotating Beacon
3. Cleaning and Painting of the Beacon Tower
4. Replacement of the Primary Wind Cone and Segmented Circle
5. Replacement of the Supplemental Wind Cones
SC -02 SPECIAL INSTRUCTIONS.
It is the intent of these instructions to minimize interference to aircraft
operations; in areas not closed to aircraft, aircraft movement shall have
the right of way over construction related vehicles and equipment.
The Contractor shall notify the Owner at least 48 hours in advance of his
intent to close the runway (to aircraft traffic) in order to work in the
concerned area.
The Contractor will be allowed access to the airport only at the gates
illustrated on Sheet 2 of the plans. The Contractor shall supply his own
lock for each of the access gates and exercise diligence in keeping the
gates locked or guarded at all times, except for the brief period required
for passage of authorized vehicles or equipment. Both the Owner and
Engineer will be furnished keys for such locks.
The Contractor shall be responsible for the maintenance and repair of each
access/haul route.
1. General - It is the intent of these contract documents to organize
and control the work so that it is accomplished with minimum
inconvenience to aircraft traffic, and to insure the safety of
aircraft movements at the Fayetteville Municipal Airport during the
construction period. To accomplish_ this, the work is restricted in
Air Operations Areas as defined in these specifications and
detailed in the plans.
2. An Air Operations Area is an area of certain width, through the
middle of which is located a runway or taxiway. Work within an Air
Operations Area may be accomplished only when the Air Operations
Area is closed to aircraft traffic. The Contractor shall
coordinate the closing of the Air Operations Area with the Owner
(through the Engineer) as discussed elsewhere in these
specifications and on the plans, and shall be responsible for
marking the closed air operations area and erecting barricades to
separate aircraft from the construction activity.
SC -1
SPECIAL CONDITIONS
3
(a) All work within Air Operation Areas shall be coordinated
strictly with the Fayetteville Airport air traffic control
tower.
(b) It shall be the full and sole responsibility of the Contractor
to provide the required coordination, and to receive and
comply with all instruction issued by air traffic control.
(c)
Contact and control shall be by two-way operation radio, tuned
to the frequency specified by the Engineer.
The radio shall
be guarded at all times during the hours
of work so that
information or instructions may be revealed.
(d)
The Contractor shall furnish at least two (2) portable radios
for use by the Engineer and the Contractor's
personnel. The
radios shall be in good condition and shall
be maintained in
good and operable condition at all times, and
shall remain the
property of the Contractor upon completion
of the project.
The radios shall be capable of transmitting
and receiving on
the frequencies directed by the Engineer.
4. (a)
Work outside the Runway 16-34 safety area will be accomplished
during normal daytime work hours.
(b) Work inside the Runway 16-34 safety area will be accomplished
at night when Runway 16-34 is closed to aircraft traffic.
Runway 16-34 may be closed only after the last scheduled air
carrier operation (currently scheduled at 11:45 p.m., daily)
of the day. The work shift, including clean up, will end 30
minutes before the first scheduled air carrier operation
(currently scheduled at 6:00 a.m., daily) of the day. Prior
to the end of each work shift, the Contractor shall fill all
open excavation exceeding 3 inches in depth inside the Runway
16-34 safety area as required or as directed by the Engineer.
The work site will be inspected at the end of each work shift.
The Contractor shall retain a clean-up crew until this
inspection is completed. At the end of each work shift, the
worksite must be left free of open excavation or trenches and
abrupt breaks in grade exceeding 3 inches.
SC -04 INSURANCE. Insurance shall meet the following requirements:
1. Contractor's Liability Insurance Requirements. The bidder shall
provide with the Proposal a listing of both automobile and
personal liability insurance coverage currently in force, along
with a copy of a Certificate of Insurance as verification of that
coverage. In addition, the bidder shall provide a statement of
premium cost issued by the agent or insurance carrier for that
coverage.
The kinds of insurance required are:
(1) Public Liability;
SC -2
I
SPECIAL CONDITIONS
(2) Property Damage and Vehicle Liability; and
(3) Workman's Compensation.
Prior to the execution of the contract, the successful Bidder
shall furnish, to the Owner, Certificate of Insurance coverages.
During the life of the construction contract, the Contractor shall
purchase and maintain comprehensive and general public liability
insurance as is appropriate for the work being performed as veil
as provide protection from claims which result from the
Contractor's performance of the requirements of the contract
documents,
1 The insurance required by this section shall include the specific
coverages and be written for not less than the limits of liability
and coverages required by law. All such insurance shall remain in
effect until the work is formally accepted by the Owner, and at
' all times thereafter that the Contractor may be correcting,
removing, or replacing such work.
The Contractor shall require all subcontractors on the job to
carry insurance as outlined above, or shall furnish coverage for
the subcontractors as outlined above.
' In the event the Owner determines that the low bidder's coverage
in force is inadequate, the Owner may require the low bidder to
procure additional coverage in amounts specified by the Owner.
' The cost of premiums for such additional coverage shall be paid by
the Owner in the form of a reimbursement under the contract.
In the event the low bidder is unable, after diligent effort, to
procure such additional coverage as may be required by the Owner,
the Owner shall provide such additional coverage, naming the
contractor as insured or, at the option of the Owner, reduce the
' amount of additional coverage required or waive any requirement
for additional coverage.
2. Third Party Coverage. In addition to the insurance described
above, the Contractor also shall provide "Owner Protective"
insurance which names as the insured the City of Fayetteville and
Garver+Garver, PA, Engineers, Little Rock, Arkansas. Such
' insurance shall be in full force during the life of this Contract.
The bidder shall show the premium cost for the "Owner Protective
Policy" or additional insured in the Proposal in the bid item
' "Third Party Insurance." The amount shown in the bid item for the
"Third Party Insurance" premium cost shall be that amount of
additional premium above the premium for the coverage shown in the
Certificate of Insurance submitted with the bid. The additional
premium cost for third party coverage above the amounts shown in
the Certificate of Insurance shall be paid by the Owner in the
form of a reimbursement under the contract.
SC -05 NOTICE TO PROCEED. Notice to proceed with the procurement of the
' SC -3
SPECIAL CONDITIONS
necessary electrical equipment for this project will be given following the
Engineer's approval of the Contractor's equipment submittal. No contract
time will be charged to the Contractor for the time needed for him to
procure electrical equipment.
The Contractor's contract time for the project will begin 10 calendar days
from the date "Notice to Proceed" with the work is given or from the date
work begins, which ever comes first.
SC -O6 TIME FOR
COMPLETION AND LIQUIDATED
DAMAGES. The
number of calendar
days allowed for
completion of the
project
is stipulated
in the Proposal and
in the Contract
and shall be known
as the
Contract Time.
1. It is understood and agreed by and between the Owner and
the
Contractor that the time of completion herein set out is
a
reasonable time. The Contractor shall perform fully, entirely
and
in an acceptable manner, the work contracted for within
the
contract time stated in the Contract. The contract time shall
be
counted from ten days after the effective date of the "Notice
to
Proceed", or the date work commences, whichever occurs first;
and
shall include all Sundays, holidays, and non -work days.
All
calendar days elapsing between the effective dates of any orders
of
the Engineer for suspension of the prosecution of the work, due
to
the fault of the Contractor, shall be counted as elapsed contract
time, and shall not be considered for an extension of time.
2. Extensions of time for completion, under the condition of 2(a) next
below, will be granted; extensions may be granted (in accordance
with paragraph GP 80-07, DETERMINATION AND EXTENSION OP CONTRACT
TIME) under other stated conditions:
a. If the satisfactory execution and completion of the Contract
shall require work or material in greater amounts or
quantities than those set forth in the Contract, then the
Contract time shall be increased in the same proportion as the
additional work bears to the original work contracted for.
b. An average or usual number of inclement weather days, when
work cannot proceed, is to be anticipated during the
construction period and is not to be considered as warranting
extension of time. If, however, it appears that the
Contractor is delayed by conditions of weather, times and
seasons, so unusual as not to be reasonably anticipated,
extensions of time may be granted.
c. 'Should the work under the Contract be delayed by other causes
which could not have been prevented or contemplated by the
Contractor, and which are beyond the Contractor's power to
prevent or remedy, an extension of time may be granted. Such
causes of delay shall include but not necessarily be limited
to the following:
(1) Priority or allocation order duly issued by the Federal
SC -4
SPECIAL CONDITIONS
Government.
(2) Acts of God, acts of the public enemy, acts of the Owner
except as provided in these Specifications., fires,
floods, epidemics, quarantine restrictions, strikes,
freight embargoes, and unusually severe weather.
(3) Any delays of Subcontractors or suppliers occasioned by
any of the causes specified in (1) or (2) above.
3. The Inspector or other authorized representative of the Engineer
shall keep a written record of each sufficient for his
determination as to the inclusion of that day in the computation of
Contract time. This record shall be available for examination by
the Contractor during normal hours of work as soon as feasible
after the first of each construction month. In case of
disagreement between the representative of the Engineer and the
Contractor, as to the classification of any day, the matter shall
be referred to the Engineer whose decision shall be final.
4. The amount of all extensions of time for whatever reason granted
shall be determined by the Owner. In general, only actual and not
hypothetical days of delay will be considered. The Owner shall
have authority to grant additional extensions of time as the Owner
may deem justifiable.
The amount of Liquidated Damages to be assessed shall be in accordance with
the schedule that follows:
Liquidated Damages
Per Day
Less
than
$25,000.00
$ 50.00
Not
less
than
$ 25,000.00
but
less
than
$
50,000.00
75.00
Not
less
than
$ 50,000.00
but
less
than
$
100,000.00
100.00
Not
less
than
$100,000.00
but
less
than
$
500,000.00
125.00
Not
less
than
$500,000.00
but
less
than
$1,000,000.00
175.00
Not
less
than
$1,000,000.00 but less than
$1,500,000.00
275.00
1. Time is an essential element of the Contract and it is important
that the work be pressed vigorously to completion. Loss will
accrue to the public due to delayed completion of the facility and
the cost to the Owner of the administration of the Contract,
including engineering, inspection and supervision, will be
increased as the time occupied in the work is lengthened.
2. Should the Contractor fail to complete the work as set forth in the
Specifications and within the time stipulated in the Contract,
there shall be deducted the amount shown in the schedule above, for
each day of delay, from any monies due or which may thereafter
become due him, not as a penalty, but as ascertained and liquidated
damages.
SC -5
SPECIAL CONDITIONS
3. Should the amount otherwise due the Contractor be less than the
amount of such ascertained and liquidated damages, the Contractor
and his Surety shall be liable to the Owner for such deficiency.
If the Contractor finds it impossible for reasons beyond his control to
complete the work within the Contract time as specified, or as extended in
accordance with the provisions of this subsection, he may, at any time prior
to the expiration of the Contract time as extended, make a written request
to the Engineer for an extension of time setting forth the reasons which he
believes will justify the granting of his request. The Contractor's plea
that insufficient time was specified is not a valid reason for extension of
time. If the Engineer finds that the work was delayed because of conditions
beyond the control and without the fault of the Contractor, he may recommend
to the Owner that the contract time be extended as conditions justify. If
the Owner extends the contract, the extended time for completion shall then
be in full force and effect, the same as though it were the original time
for completion.
SC -07 LEGAL
HOLIDAYS. January
1, Memorial
Day, July 4, Labor Day,
Thanksgiving
and December 25 will
be considered
as being holidays; no other
days will be
so considered. No
engineering
supervision or construction
observation
(or inspection) will be furnished on legal holidays or Sundays,
except in an
emergency. The Contractor shall observe
the legal holidays and
Sundays, and no work shall be
performed on
these days except in an
emergency.
SC -08 INSTRUMENT CONTROL. The Contractor shall be responsible for
establishing and maintaining instrument control for all the work, using the
references and dimensions shown on the plans to control the work.
SC -09 SECURITY AND CONTROL OF ACCESS. The Contractor shall order his forces
and work to insure the continued maintenance of airport security and control
of access. Access is to be limited to only those personnel necessary for
the work. At all times the Contractor shall cooperate with representatives
of the Fayetteville Municipal Airport and abide by airport security
requirements. In addition, the following requirements shall be met:
No personal vehicles of Contractor's employees will be allowed inside the
security fence.
The Contractor must either maintain a guard on each access gate at all times
or keep the access gate locked.
All material deliveries must be escorted by the Contractor's personnel to
insure delivery trucks do not wander into unauthorized areas of the airport.
SC -10 SAFETY. Safety at the airport is a prime concern of the City. The
Contractor shall immediately comply with any instruction given by any
airport representative to insure the safety of airport operations.
All construction shall be subject to the inspection of the City and shall
meet its approval.
During hours of work, privately owned vehicles shall be parked only in the
SC -6
SPECIAL CONDITIONS
' area designated on Sheet 2 of the plans.
SC -11 DOCUKENTS FOR THE CONTRACTOR. The Engineer will furnish (at no cost)
the Contractor three (3) sets of Specifications and three (3) sets of full
size Plans. Additional sets (for subcontractors, suppliers, etc.), if
requested, will be furnished at the cost of reproduction.
SC -12 NOTAMS. In order to formally advise pilots of such information as
temporary taxiway closure, construction activity on the airport, etc., the
FAA --upon request from the Owner --will disseminate notices via the National
Notice to Airmen (NOTAM) telecommunications system. Such disseminated
notices are known as NOTAMs.
The Contractor shall, through the Engineer, keep the Owner continuously
informed of his construction operations in order that NOTAMs be kept current
and reflect actual conditions with respect to construction activities on the
airport.
1 SC -13 CONSTRUCTION ACTIVITY AND AIRCRAFT MOVEMENTS. Safety requirements for
construction activity affecting aircraft movement areas have been
coordinated with the Owner and representatives of the FAA. As a result of
this coordination, the Contract provisions. Restrictions are noted in the
plans on the sheet titled "Sequence of Constructions".
' Open trenches, excavations exceeding 3 inches in depth and 3 inches in
width, or stockpiled material will not be permitted within 250 feet of any
runway centerline, within 300 feet of the end of a runway, nor within 100
' feet of any taxiway centerline. These criteria are applicable only when the
concerned runway/taxiway is operational and open to aircraft traffic.
' SC -14 MOTORIZED VEHICLES. During periods when the runway or taxiways are
not closed, vehicular activity on the runway and taxiway will be
prohibited. In the event that such vehicular traffic cannot be avoided, it
must be carefully controlled in accordance with the following provisions:
' a. Vehicular traffic crossing active movement areas must be controlled
by two-way radio with the control tower, by escort, or other
appropriate means, approved by the Owner. The clearance should be
confirmed by the driver's personal observation that no aircraft is
approaching his position.
b. Any vehicle required to travel over any portion of the
aforementioned areas shall display a flag on a staff, attached to
the vehicle in such a manner that the flag will be readily
visible. The flag should be not less than 3 -feet square,
consisting of a checkered pattern of international orange and white
squares of not less than 1 foot on each side. A vehicle not
equipped with a flag must be escorted by a vehicle that is flagged.
c. Waste and loose material capable of being blown about and causing
damage to aircraft landing gears, propellers, etc. should not be
placed on (or allowed to be blown into) active aircraft movement
areas. Material tracked onto any paved areas shall be removed,
SC -7
I
SPECIAL CONDITIONS
with special effort given immediately before the area is re -opened
to aircraft traffic.
SC -15 CLEAN UP. From time to time, the Contractor shall clean up the site,
including any work areas at the airport, in order that the site presents a
neat appearance and the progress of the work not be impeded. One such
period of clean up shall immediately precede final inspection.
Immediately following acceptance of the work by the Owner, the Contractor
shall remove all temporary plant, equipment, surplus materials, and debris
resulting from his operations, and leave the site in a condition fully
acceptable to the Owner.
Clean up will not be measured for separate payment but shall be considered
subsidiary to Item SP -1, SITE PREPARATION.
SC -16 PROJECT MEETINGS AND COORDINATION. A preconstruction conference will
be called by the Engineer at a time convenient to the Owner and before the
issuance of the "Notice to Proceed". The Engineer and the Contractor and
such subcontractors as the Contractor may desire shall attend this meeting
with the Owner.
The Owner will call such Coordination Conferences as may seem expedient to
him for the purpose of assuring coordination of the work covered by this
Contract. The Contractor shall attend all such conferences. This in no way
relieves the Contractor of his responsibility to fully coordinate his work
under this Contract.
SC -17 SCHEDULES AND RECORD DOCUMENTS, After award of the Contract and
before the first payment request, the Contractor shall submit to the
Engineer, in a form and to a detail acceptable to the Engineer, his proposed
"Progress Schedule", showing expected starting and completion dates of the
various items of work.
The Contractor shall keep one record copy of all Specifications, Drawings,
Addenda, Modifications, Shop Drawings and samples at the site, in good
order, and annotated to show all changes made during the construction
process. These shall be available to the Engineer for examination and shall
be delivered to the Engineer or Owner upon completion of the work.
11t0L .. .
INDEX OF SHEETS
Sheet No.
Sheet Title
1 Coversheet and Index of Sheets
2 Project Layout Plan
3 Summary of Quantities
4 Work Restrictions and Sequence of
Construction
5 Sign Layout Plan
SC -8
SPECIAL CONDITIONS
INDEX OF SHEETS
Sheet No. Sheet Title
6 Sign Layout Plan
7 Primary Wind Cone and Segmented
Circle Layout Plan
8 Electrical Details I
9 Electrical Details II
SC -19 MEASUREMENT AND PAYMENT. No separate measurement or payment will be
made for work under these Special Conditions; all costs for the work shall
be included in the contract prices for the work to be performed under this
contract.
SC -9
I
ITEM SP -1 SITE PREPARATION
' Description
' 1-1.1 This item shall include: (1) closed taxiway markings and
barricades, and (2) clean up.
1 The work shall cover, but not be limited to, the following areas:
(a) Area to be occupied by the construction improvements.
(b) Necessary abutting work areas.
1 (c) Any area used for stockpiling of excavated material.
(d) Areas within airport property used for storage.
The Contractor shall remove all existing signs not to remain, existing wind
' cones and segmented circles, and any other obstructions on the site of the
project, as directed by the Engineer, which will interfere with construction
of the project. Materials or obstructions removed under this item shall be
disposed of by the Contractor off site, unless otherwise directed by the
Engineer.
It shall be the responsibility of each Bidder to examine the site carefully
and make his own estimate as to costs to be incurred by the requirements of
this item.
' 1-2.1 CLOSED TAXIWAY MARKINGS AND BARRICADES. The Contractor shall
fabricate, furnish, install, maintain, and remove closed taxiway markings
and barricades in accordance with details on the plans.
1-3.1 REGRADE AREA UNDER BEACON TOWER. The Contractor shall fill the area
under the beacon tower with select material as directed by the Engineer.
The top 2" of the fill material shall meet the requirements of Item T-905 of
these specifications. The fill shall be graded to drain as directed by the
Engineer. The existing concrete monument with brass cap, located under the
beacon tower, shall be protected from the fill by an adjustable cast iron,
monument box installed as directed by the Engineer. Solid sod meeting the
requirements of Item T-904 shall be placed on the finished topsoil in
accordance with Item T-904.
The regrading, topsoiling and sodding of the area under the beacon tower and
the installation of the monument box will not be measured for separate
payment, but will be considered subsidiary to to the bid item "Site
Preparation."
1-4.1 CLEAN UP.
' (a) From time to time the Contractor shall clean up the site,
including all areas as stipulated in paragraph 1-1.1 above, in order that
the site presents a neat appearance and the progress of work not be
impeded. One such clean up shall immediately precede final inspection.
SP -1-1
I
ITEM SP -1 SITE PREPARATION
(b) Immediately following acceptance of the work by the Owner, the
Contractor shall remove all temporary equipment, surplus materials, and
debris resulting from his operations, and leave the site in a condition
fully acceptable to the Owner.
Method of Measurement
1-5.1 All work involving removal of site obstructions, closed taxiway
marking and barricade installation and removal, and site clean-up will not
be measured for separate payment, but shall be considered subsidiary work
pertaining to the item of site preparation. Work completed and accepted
under this item will be measured on the lump sum basis for the entire
project.
Basis of Payment
1-6.1 Work completed and accepted, and measured as provided above for
removal of site obstructions, for closed taxiway marking and barricade
installation and removal, and for site clean-up, will be paid for at the
contract lump sum price bid for "Site Preparation," which price shall be
full compensation for furnishing all labor, equipment, tools and incidentals
necessary to complete the work.
Periodic payments will be made under this item in proportion to the amount
of the work accomplished, as determined by the Engineer.
Payment will be made under:
Item SP -1-6.1 Site Preparation - per Lump Sum.
SP -1-2
L
ITEM
2-1.1 This item
normal hours for
All such certain
' operations during
Paragraph SC -03, i
SP -2 NIGHT WORK AND INTERRUPTING CONDITIONS
covers certain conditions, herein defined, under which
any one night work shift may be modified or eliminated.
conditions are related to the maintenance of aircraft
night work. For general night work restrictions, refer to
,f the SPECIAL CONDITIONS,
This item does not cover time lost because of adverse weather, or time lost
for any other condition except the conditions herein described in Paragraph
2-3.1. Whether the lost days of this subparagraph are included in the count
of contract time shall be in accordance with paragraph SC -06 of the SPECIAL
CONDITIONS, and this specification.
All actions with respect to disruptions shall be in strict accordance with
the Engineer's direction
2-2.1 NORMAL NIGHT Si
the SPECIAL CONDITIONS,
'
(currently scheduled at
cleanup, will end 30
(currently scheduled at
at the
end of each work shift
by airport
personnel. The Contractor shall
retain
1
a cleanup crew until this
inspection
is completed.
sand with these specifications.
[IFS. The normal night work shift, as discussed in
will begin after the last air carrier operation
11:45 p.m.) of the day. The work shift, including
minutes before the first air carrier operation
6:00 a.m. daily). The work site will be inspected
No personnel or equipment shall enter upon any apron, taxiway, or runway
prior to 11:45 p.m. (the last scheduled air carrier operation). Personnel
and appropriate equipment shall be mobilized at the appropriate access gate
at 10:45 p.m. and be prepared at 11:45 p.m. to enter the work site at the
direction of the control tower immediately after the last air carrier
operation of the day. In the event that the last air carrier operation is
rescheduled for an earlier time, then the times mentioned in this paragraph
' will be revised to allow for the normal night work shift to begin
immediately after the last scheduled air carrier operation. The access gates
involved are shown on the plans.
2-3.1 CAUSES OF DISRUPTION TO WORK. Causes of disruption to the work
shift include the following:
(1) Delay in last scheduled air carrier operation
(2) Use of Runway 16-34 required by aircraft during the work shift
because of low ceiling and/or visibility, because of wind directions or
velocities, or because of emergency operations.
(3) Unscheduled (charter) air carrier operation during the normal
night work shift.
2-4.1 CATEGORIES OF DISRUPTIONS. The 2 categories of disruption (to the
Contractors ability to ' accomplish work during the night shift) are
'designated "Suspension Time" and "Standby Time".
All decisions with respect to the existence of a disruptive condition shall
be made by the Engineer. All contacts with Federal and other agencies, for
information upon which to make his decisions, shall be obtained by the
SP -2-1
ITEM SP -2 NIGHT WORK AND INTERRUPTING CONDITIONS
Engineer directly, and not by the Contractor.
The Contractor
shall maintain
close liaison with the
Engineer at all
critical hours
of disruptive
conditions. The system to implement such
liaison shall be
as proposed by
the Contractor and approved
by the Engineer.
2-4.2 SUSPENSION TIME.
(1) The critical hour for suspension time is 10:00 p.m.
(2) Based on information affecting the operation of aircraft and his
conclusion that the possibility of work on that night will be remote, the
Engineer shall notify the Contractor not later than 10:00 p.m. that work for
that night is to be suspended.
(3) Upon receipt of such notification, the Contractor shall alert
his personnel not to report for work on that night.
(4) Days involved in suspension time will not be included in
contract time, but shall be excluded from the count of consumed contract
days.
2-4.3 STANDBY TIME
(1) This condition occurs when the Engineer has Dot directed that
the project be placed under suspension as provided in Paragraph 2-4.2 above,
but conditions develop that the work site cannot be occupied at the normal
time. Standby time may also be measured if emergency operations create a
condition disruptive to the Contractor during the work shift.
(2) Factors controlling standby time, in addition to the condition
stated in subparagraph (1) next above, are the following:
a. The Contractor's reporting for work at 10:45 p.m.
b. The Engineer's notification to the Contractor that work
cannot begin at the normal time.
c. The Engineer's instruction to the Contractor to hold his
personnel on standby because of the possibility of working after the normal
time. The Engineer may repeat his instruction to continue on standby time
at intervals of one (1) hour, or at longer intervals, as in his judgement is
appropriate.
(3)
Standby
time shall occur and be measured by increments of one
(1)
hour.
(4) The Contractor shall not be required to hold his personnel on
standby basis later than 1:00 a.m. If the Contractor elects, he may hold
his personnel on standby basis later than 1:00 a.m., but the time after 1:00
a.m. will not be included in the measurement of standby time.
(5) Time involved in standby time will not be excluded from contract
SP -2-2
ITEM SP -2 NIGHT WORK AND INTERRUPTING CONDITIONS
time, but shall be included in the count of consumed contract days.
Method of Measurement
2-5.1 Suspension time will be measured by the day, one day being counted
for each occurrence.
2-5.2 Standby time will be measured by the hour of time actually involved.
Standby shall be conducted so that the measurement will be in increments of
one whole hour.
No measurement for payment for suspension time or standby time will be made
for any work other than night work.
Basis of Payment
2-6.1 Work under this section acceptably completed, and measured as
1 provided above, will be paid for at the contract unit price per day bid for
"Suspension Time", and at the contract unit price per hour bid for "Standby
Time", which price in each case shall be full compensation for the
' management of the Contractor's forces as specified, and for any equipment,
tools, labor, and incidentals involved.
Payment will be made under:
Item SP-2-6.la Suspension Time - per day
Item SP-2-6.lb Standby Time - per hour
SP -2-3
I
ITEM L-103 AIRPORT BEACON TOWER
1 Description
103-1.1 This item shall consist of the cleaning and painting of the
existing airport beacon tower, in accordance with this specification. The
work shall also include the installation of a lightning protection system on
the existing tower, the installation of a fall prevention system on the
existing tower ladder, and the installation of obstruction lights on the
existing tower.
Equipment and Materials
103-2.1 GENERAL. All equipment and materials covered by referenced
specifications shall be subject to acceptance through manufacturer's
certification of compliance with the applicable specification when requested
by the engineer.
103-2.2 LIGHTNING ROD. The lightning rod shall consist of a galvanized
steel, copper, or copper -clad rod with the upper end drawn to a point and of
sufficient length to extend from the point of fastening to not less than 12
inches above the top of the beacon.
' 103-2.3 GROUND CABLE. The ground cable for lightning protection shall
consist of No. 6 AWG or larger bare stranded copper wire.
103-2.4 GROUND ROD. The ground rod shall be of the diameter and length
specified in the plans. It shall be copper or copper clad.
103-2.5 GROUND CLAMP. Ground clamp shall be similar and equal to the Type
• GR as manufactured by the Burndy Engineering Company.
103-2.6 FALL PREVENTION SYSTEM. The fall prevention system to be attached
to the existing beacon tower ladder shall be a rigid rail system and shall
meet OSHA regulation 1910.27. The system shall be made up of the following
components:
1 (a) Carrier Rail Assembly.
1. The carrier rail shall be mechanical steel tubing 1-5/16 inch
O.D. by 1 inch I.D.; 0.120 inch wall thickness . H.R.E.W.; notched 7/8 inch
by 7/8 inch by 5/32 inch at 6 inch centers; tapped 3/8-16 at 9 inch centers
opposite the notches; finish shall be hot dip galvanized in accordance with
ASTM A-123.
2. The guide channel shall be M-1015 steel 3/4 inch by 3/8 inch by
' 1/8 inch; slotted 7/8 inch by 7/16 inch at 9 inch centers; finish shall be
hot dip galvanized in accordance with ASTM A-123.
I 3. The internal alignment guide shall be 1 inch O.D. by 0.065 inch
wall thickness by 4 inch C.R.E.W. tubing; finish shall be hot dip galvanized
L-103-1
ITEM L-103 AIRPORT BEACON TOWER
in accordance with ASTM A-153 or ASTM B-695.
4. The connecting strap shall be 1020 HR steel bar 1/4 inch by 1
inch by 4 inch; finish shall be hot dip galvanized in accordance with ASTM
A-153 or ASTM B-695.
5. Screws for attaching the connecting strap shall be 3/8-16 hex
head cap screws with 13/32 inch shoulder; finish shall be hot dip galvanized
in accordance with ASTM A-153 or ASTM B-695.
(b) Ladder Rung Clamps.
1. The mounting bracket shall be 0.125 gauge low carbon steel roll
formed; 11 inch by 1 inch by 1-1/4 inch, with 1-1/2 inch by 7/16 inch slots
at 9 inch centers and serrations on one side to adapt to any rung
configuration; finish shall be hot dip galvanized in accordance with ASTM A-
123.
2. Hardware for attaching the bracket shall include 3-1/8 inch long
studs with 3/8-16 thread each end, 3/8 inch by 1 inch O.D flat washers, 3/8-
16 hex head nuts, and 3/8-16 hex head "Palnut" locknuts. All hardware shall
be hot dip galvanized in accordance with ASTM A-153 or ASTM B-695.
(c) Safety Sleeve Assembly.
1. The sleeve shall be cast from manganese bronze and shall have a
minimum tensile strength of 110,000 psi.
2. The locking pawl shall have a minimum tensile strength of
110,000 psi and shall be secured by a stainless steel pin, type 303, with a
minimum tensile strength of 90,000 psi.
3. Roller bearings shall be cadmium plated steel, Killian type SR -
220 -8905.
4. Snaps and links shall be drop forged steel. Snaps shall be
proof load tested to 5,000 pounds.
(d) Safety Belt.
1. The body pad shall be 3 inch black polyester with harness
leather loops having a minimum strength of 1,650 pounds.
2. The body strap shall be nylon web, type XIII, with elk leather
wrap, 3066 denier nylon thread stitching and handset copper rivets.
3. The "D" ring shall be 3/8 inch drop forged steel and shall
withstand a minimum tensile test of 5,000 pounds without fracture or
failure.
4. The buckle shall be drop forged mild steel with two drop forged
tongues and sheet steel roller.
L-103-2
ITEM L-103 AIRPORT BEACON TOWER
103-2.7 PAINT.
The
paint system
for the beacon
tower shall be by one
manufacturer
and
shall
consist of the
following:
(a) Priming paint shall be a high quality, two part epoxy mastic
coating, tinted as directed by the Engineer.
(b) Finish paint shall be a high quality, catalyzed polyurethane
enamel.
103-2.8 OBSTRUCTION
LIGHTS.
Obstruction lights shall
conform
to the
requirements
of Advisory
Circular 150/5345-43C for L-810,
System C.
Lamps
shall be 130
volt, 116 watt, A21/TS.
Construction Methods
103-3.1 LIGHTNING PROTECTION. The contractor shall furnish and install two
lightning rods connected by a down conductor to at least one ground rod for
the beacon tower. The lightning rods shall be installed at the top of the
tower with the tips of each rod extending not less than 12 inches above the
top of the beacon.
All connections of cable to cable, cable to lightning rods, and cable to
ground rods shall be made with approved type solderless connectors or
noncorrosive metal and shall be of substantial construction.
The ground cable shall be securely attached to ground rods placed at least 2
feet away from the tower foundation.
The ground rod shall be driven into the ground so that the top is at least 6
inches below grade. The ground cable shall be firmly attached to the ground
rod by means of a ground connector or clamp.
The complete lightning protection installation shall be accomplished to the
satisfaction of the engineer. The resistance to ground of any part of the
lightning protection system shall not exceed 25 ohms.
103-3.2 FALL PREVENTION SYSTEM. The Contractor shall furnish all
materials necessary for a complete fall prevention system in accordance
with this specification. The fall prevention system shall consist of the
following items:
(a) A notched carrier rail extending the full height of the existing
tower ladder and extending through the hatchway in the platform at the top
of the tower as far as is allowable without interfering with the operation
of the beacon light, complete with mounting brackets for installation on the
existing ladder rungs.
(b) Two (2) locking pawl safety sleeves with two (2) safety belts.
The fall prevention system shall be installed on the tower ladder as
L-103-3
ITEM L-103 AIRPORT BEACON TOWER
recommended by the
manufacturer
of the system and as directed by the
Engineer. The Contractor shall
install, as
directed by the Engineer, two
(2) heavy duty zinc
plated bow
handles, one
on each side of the beacon
light platform for a
handhold on each side
of the platform, in locations
easily accessible to
a climber
from their
position at the top of the
ladder. No separate
payment will be made
for the installation of each
handhold.
103-3.3 PAINTING. The contractor shall furnish all materials and labor for
painting the beacon tower. The color scheme for the steel tower shall match
the existing color scheme.
(a) Surface Preparation. The tower structure surface preparation shall
be Steel Structures Painting Council (SSPC) SP -2-63 hand tool cleaning or
SSPC SP -3-63 power tool cleaning, as directed by the Engineer, followed by
SSPC SP -1-63 solvent cleaning. The surface shall be inspected by the
Engineer prior to application of paint. No more than 72 hours shall elapse
between the completion of the solvent cleaning and application of the prime
coat. If the time period, following the solvent cleaning and prior to the
application of the prime coat, exceeds 72 hours, the Contractor shall, at
his expense, re -prepare the tower surface, with a second solvent cleaning of
the tower structure, before applying the prime coat.
(b) Application of Paint. All paint shall be brush or mitt applied and
shall be applied uniformly in the proper consistency by skilled painters in
accordance with the manufacturer's label instructions. The finished paint
shall be free from sags, holidays, and smears. Division lines between
colors shall be sharply defined. Each coat of paint shall be given ample
time to dry and harden, as recommended by the manufacturer, before the next
coat is applied. Painting shall not be done in cold, damp, foggy, dusty, or
frosty atmospheres, or when air temperature is below 40°F., nor started when
the weather forecast indicates such conditions for the day.
All surfaces shall be cleaned before painting. The surfaces shall be dry
and free from scale, grease, rust, dust, and dirt when paint is applied.
The paint system shall be as follows and each coat shall have a dry film
thickness (DFT) as indicated:
(1) One (1) priming coat: 8 mils DFT/coat (tinted as directed by
the Engineer).
(2) One (1) finish coat of white or orange (as required by the
color scheme): 3 mils DFT/coat.
The color orange shall be in accordance with Federal Standard 595, Aviation
Gloss Orange No. 12197.
103-3.4 OBSTRUCTION LIGHTS ON BEACON TOWER. Two obstruction lights shall
be mounted on top of the beacon tower at opposite corners using 1 -inch
conduit. The conduit shall screw directly into the obstruction light
fixtures and shall support them at a height of not less than 4 inches above
L-103-4
ITEM L-103 AIRPORT BEACON TOWER
the top of the rotating beacon. The fixtures shall be mounted in an upright
position in all cases. The conduit shall be fastened to the tower members
with "wraplock" straps, clamps, or approved fasteners spaced approximately 5
feet apart. Three coats of aviation -orange paint shall be applied (one
prime, one body, and one finish coat) to all exposed material installed
under this item except obstruction light globes.
Method of Measurement
103-4,1 Measurement for cleaning and painting of the beacon tower shall be
by the lump sum for a completed and accepted job.
Measurement for the fall prevention system for the beacon tower shall be by
the lump sum for a completed and accepted installation.
Measurement for the lightning protection system on the beacon tower shall be
by the lump sum for a completed and accepted installation.
The quantity of obstruction lights to be paid for under this item shall be
the number of single obstruction lights installed and accepted as completed
units, in place, ready for operation.
Basis of Payment
103-5,1 Payment for cleaning and painting the beacon tower will be made at
the contract lump sum unit price bid for the completed and accepted job.
This price shall be full compensation for furnishing all materials and for
all preparation for painting, application of the paint, and for all labor,
equipment, tools, and incidentals necessary to complete this item.
Payment for the fall prevention system for the beacon tower will be made at
the contract lump sum unit price bid for the 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 for a lightning protection system installed on the beacon tower will
be made at the contract lump sum unit price bid for the completed and
accejob. 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
I
this
item.
Payment will be made at the contract unit price for each completed
obstruction light installed, in place by the contractor, and accepted by the
engineer. This price shall be full compensation for furnishing all
materials and for all preparation, assembly, and installation of these
materials, and for all labor, equipment, tools, and incidentials necessary
to complete this item.
' L-103-5
ITEM L-103 AIRPORT BEACON TOWER
Payment will be made under:
Item
L -103-5.1a
Clean and Paint Beacon Tower -- per Lump Sum
Item
L -103-5.1b
Fall Prevention System for Beacon Tower -- per Lump Sum
Item
L -103-5.1c
Lightning Protection for Beacon Tower -- per Lump Sum
Item
L -103-5.1d
Obstruction Lights for Beacon Tower -- per Each
L-103-6
I
ITEM L-107 INSTALLATION OF AIRPORT WIND CONES
Description
107-1.1 This item shall consist of primary and supplemental airport wind
cones furnished and installed in accordance with this specification at the
locations and in accordance with the dimensions, design, and details shown
in the plans.
The work shall include the furnishing and installation of support structures
for mounting the wind cones, the specified 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 cones in operation as completed units to the
satisfaction of the engineer and owner.
Equipment and Materials
107-2.1 GENERAL.
(a) Airport lighting equipment and materials covered by FAA
specifications shall have the prior approval of the Federal Aviation
Administration, Airports Service, Washington, D.C. 20590, and shall be
listed in Advisory Circular 150/5345-1T, Approved Airport Lighting
Equipment.
' (b) All other equipment and materials covered by other referenced
specifications shall be subject to acceptance through manufacturer's
certification of compliance with the applicable specification when requested
by the engineer.
107-2.2 WIND CONES. The wind cones and supporting structures shall conform
to the requirements of Advisory Circular 150/5345-27C, Specification for
Wind Cone Assemblies, for L-806, Style 1, Size 1 Wind Cones and L-807, Style
1, Size 1 Wind Cones.
107-2.3 WERE. Wire in conduit rated up to 5,000 volts shall conform to
1 Advisory Circular 150/5345-7D, Specification for L-824 Underground Cables
for Airport Lighting Circuits, for rubber insulated neoprene covered wire,
of Federal Specification J -C-30, Type RHW, for rubber insulated fibrous
' covered wire. For ratings up to 600 volts, thermoplastic wire conforming to
Federal Specification J -C-30, Types TW, THW, and THWN, shall be used. The
wires shall be of the type, size, number of conductors, and voltage shown in
the plans or in the proposal.
107-2.4 CONDUIT. Rigid steel conduit and fittings shall conform to the
requirements of Federal Specification WW -C-581.
107-2.5 OBSTRUCTION LIGHTS. Obstruction lights shall conform to the
' L-107-1
ITEM L-107 INSTALLATION OF AIRPORT WIND CONES
requirements of Advisory Circular 150/5345-43C for L-810, System C
Obstruction Lights.
107-2.6 CONCRETE. The concrete for the wind cone foundations and for the
segmented circle shall be proportioned, placed, and cured in accordance with
Item P-610, Structural Portland Cement Concrete.
107-2.7 PAINT. Painting of the Wind Cone structures shall conform to the
requirements of Advisory Circular 150/5345-27C, paragraph 3.8.
Construction Methods
107-3.1 INSTALLATION. The hinged support or hinged pole shall be installed
on a concrete foundation as detailed in the plans.
107-3.2 ELECTRICAL CONNECTION. The contractor shall furnish all labor and
materials and shall make complete electrical connections in accordance with
the wiring diagram furnished with the project plans.
Underground cable from the electrical vault to the wind cone site shall be
installed in accordance with Item L-108 and paid for by linear foot
measurement as described in Item L-108, Installation of Underground Cables
for Airports.
107-3,3 SERIES TO MULTIPLE TRANSFORMER. As shown in the plans, a series to
multiple booster transformer shall be installed, direct buried at the
location specified. The transformer shall be installed as directed and
shall include L-823 connectors.
107-3,4 GROUND CONNECTION AND GROUND ROD. The contractor shall furnish and
install a ground rod, grounding cable, and ground clamps for grounding the
pipe support of each assembly near the base. The ground rod shall be of the
diameter and length specified in the plans and shall be copper or copper
clad. The ground rod shall be driven into the ground adjacent to the
concrete foundation so that the top is at least 6 inches below grade. The
grounding cable shall consist of No. 8 AWG bare stranded copper wire or
larger and shall be firmly attached to the ground rod by means of a ground
connector or clamp. The other end of the grounding cable shall be securely
attached to a leg of the "A" frame or to the base of the pipe support with
noncorrosive metal and shall be of substantial construction. The resistance
to ground shall not exceed 25 ohms.
107-3.5 LAMPS. The contractor shall furnish and install four 150 -watt,
PAR 38 floodlight, 130 -volt lamps for each wind cone. A 69 -watt, A-21/TS
bulb, 130 -volt, 7,000 hour medium prefocus base lamp shall be furnished and
installed in the obstruction light as required.
107-3.6
PADLOCK.
A
padlock
shall
be furnished by the
contractor on
the L-
807
wind
cone
for
securing
the
hinged top section
to the fixed
lower
L-107-2
ITEM L-107 INSTALLATION OF AIRPORT WIND CONES
section. Keys for the padlock shall be delivered to the engineer.
107-3.7 SEGMENTED CIRCLE. The Contractor shall construct a segmented
circle around the new primary wind cone in accordance with the dimensions,
design, and details shown in the plans.
Method of Measurement
107-4.1 The quantity of wind cones to be paid for under this item shall be
the number of wind cones installed as completed units in place, accepted,
and ready for operation.
Cable trenching, 5 KV cable and bare counterpoise wire shall be measured and
paid for under ITEM L-108 INSTALLATION OF UNDERGROUND CABLE.
Measurement for the Segmented Circle shall be on the lump sum basis,
completed and accepted.
The Series -to -Multiple transformer will not be measured for separate
payment, but will be considered subsidiary to the Item L-806 Wind Cone.
Basis of Payment
107-5.1 Payment will be made at the contract unit price bid for each
completed and accepted wind cone structure installation and at the lump sum
price bid for the segmented circle, completed and accepted. These prices
' 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 -107-5.1a L-807, Size 1, Style 1, Wind Cone, in Place -- per Each
Item L -107-5.1b Segmented Circle, in Place -- per Lump Sum
Item L -107-5.1c L-806, Size 1, Style 1, Wind Cone, in Place -- per Each
FAA Specifications Referenced in Item L-107
AC 150/5345-1T Approved Airport Lighting Equipment.
AC 150/5345-7D Specification for L-824 Underground Cables for
Airport Lighting Circuits.
AC 150/5345-27C Specification for Wind Cone Assemblies.
AC 150/5345-43C Specification for Obstruction Lighting Equipment.
L-107-3
I
ITEM L-107 INSTALLATION OF AIRPORT WIND CONES ,
Ii
AC 150/5345-45 Lightweight Approach Light Structure
I
I
I
I.
I
I
i
I
I
I
L-107-4 I
ITEM L-108 INSTALLATION OF UNDERGROUND CABLE
Description
108-1.1. This item shall consist of underground cable furnished and
installed in accordance with this specification at the locations and in
accordance with the design, dimensions, and details shown in the plans.
This item shall include the excavation and backfill of the trench and the
installation of cable and counterpoise wire in trench, duct or conduit. It
shall include splicing, cable marking, and testing of the installation and
all incidentals necessary to place the cable in operating condition as a
completed unit to the satisfaction of the Engineer. This item shall not
include the installation of the duct or conduit.
Equipment and Materials
108-2.1 GENERAL.
(a) Airport lighting equipment and materials covered by FAA specifica-
tions shall have the prior approval of the Federal Aviation Administration,
Airports Service, Washington, D. C. 20591, and shall be listed in Advisory
Circular 150/5345-1T, "Approved Airport Lighting Equipment".
(b) All other equipment and materials covered by other referenced
specifications shall be subject to acceptance through manufacturer's
certification of compliance with the applicable specification, when
requested by the Engineer.
108-2.2 LIGHTING POWER CABLE. Underground cable shall conform to the
requirements of Advisory Circular 150/5345-7D, Specification for L-824,
Underground Electrical Cables for Airport Lighting Circuits.
(a) This Specification sets
out the requirements
for first -grade
com-
mercial electrical cable to
be used in airport
lighting
circuits.
Electrical cable shall be Type C-5,000
volt.
(b) The following document, of the issue in effect on the date of
request for approval, forms a part of this Specification to the extent
specified herein:
ICEA Publication No. S-66-24, Cross -linked Thermosetting -
polyethylene Insulated Wire and Cable for the Transmission and
Distribution of Electrical Energy. Copies of ICEA publication may
be obtained from the National Electrical Manufacturers Association,
2101 "L" Street, N.W., Washington, D. C. 20037.
(c) The cable shall be a first -grade commercial product, free from
defects in material and workmanship that may affect either life or
performance. Manufacture Type C cable in accordance with the requirements
of ICEA S-66-524, as listed below:
L-108-1
ITEM L-108 INSTALLATION OF UNDERGROUND CABLE
Type C
Conductor, Copper Coated
Stranding, Class B (7 strands)
Size, AWG
Shielding
Insulation
Insulation, Thickness
Jacket, Material
Jacket, Thickness
Cabling, Multiple Conductor
Test
5.000 Volts
S-66-524-2.1.1
S -66 -524 -Table 2-2
No. 8 AVG
Not Required
S-66-524
S-66-524, Table 7.6-1
Not Required
Not Required
Not Required
S -66 -524 -Part 6
(d) The cable shall be marked with the manufacturer's name or
trademark, cable trade name or catalog number, conductor size, and voltage
rating. The markings shall be spaced at least every two (2) feet and should
not affect the smoothness of the cable surface.
(e) The cable shall be qualified by the FAA, and shall be listed in FAA
Advisory Circular 150/5345-1T, Approved Airport Lighting Equipment. The
Contractor shall submit with the. Shop Drawings, certified copies of the
production test report for a production run of approved cable that was
manufactured within the twenty-four (24) months immediately preceding the
date of the request for the test report.
108-2.3 BARE COPPER WIRE (Counterpoise). Bare copper wire for
counterpoise installations shall be stranded wire conforming to ASTM
Specifications B3 and B8.
108-2-4 CABLE CONNECTIONS. In -line connections of underground primary
cables shall be one of the types listed below. When the plans or the
proposal permit a choice of connection, the contractor shall indicate in the
bid the type of connection he proposes to furnish.
(a) The Cast Splice. A cast splice, employing a plastic mold and using
epoxy resin equal to that manufactured by Minnesota Mining and Manufacturing
Company, "Scotchcast" Kit No. 82--A, or as manufactured by Hysol
Corporation, "Hyseal Epoxy Splice" Kit No. E1135, for potting the splice is
approved.
(b) The Field -Attached Plug -In Splice. Advisory Circular 150/5345-26B,
Specification for L-823 Plug and Receptacle, Cable Connectors, employing
L-108-2
ITEM L-108 INSTALLATION OF UNDERGROUND CABLE
connector kits listed in Advisory Circular 150/5345-1T, is approved for
field attachment to single conductor cable.
(c) The Factory -Molded Plut-In Splice. Specification for L-823
Connectors, Factory -Molded to Individual Conductors, is approved.
In all the above cases, connections of cable conductors shall be made using
crimp connectors utilizing a crimping tool designed to make a complete crimp
before the tool can be removed.
108-2.5 CONCRETE. Concrete for duct, cable or splice markers shall
conform to Item P-610 of the specifications.
Construction Methods
108-3.1 GENERAL. The Contractor shall install the specified cable at the
approximate locations indicated in the airport lighting layout plans. The
Engineer shall indicate specific locations.
Cable connections between lights will be permitted only at the light
locations for connecting the underground cable to the primary leads of the
individual insulating transformers. The Contractor shall be responsible for
providing cable in continuous lengths for home runs or other long cable runs
without connections, unless otherwise authorized in writing by the Engineer
or shown in the plans.
108-3.2 INSTALLATION IN DUCT OR CONDUIT. This item includes the installa-
tion of the cable in duct or conduit as described below. The maximum number
and voltage ratings of cables installed in each single duct or conduit, and
the current -carrying capacity of each cable shall be in accordance with the
latest National Electric Code, or the code of the local agency having
jurisdiction.
The Contractor shall make no connections or joints of any kind in cables
installed in conduits or ducts.
The Contractor shall make sure that each duct is open, continuous, and clear
of debris before installing cable. The cable shall be installed in a manner
to prevent harmful stretching of the conductor, injury to the insulation, or
damage to the outer protective covering. The ends of all cables shall be
sealed with moisture -seal tape before pulling into the conduit and it shall
be left sealed until connections are made. Where more than one cable is to
be installed in a duct under the same contract, all cable shall be pulled in
the duct at the same time. The pulling of a cable through ducts or conduits
may be accomplished by handwinch or power winch with the use of cable grips
or pulling eyes. Pulling tensions should be governed by recommended
standard practices for straight pulls or bends. A lubricant recommended for
the type of cable being installed shall be used where pulling lubricant is
required. Duct, cable, or splice markers temporarily removed for
excavations shall be replaced as required.
L-108-3
ITEM L-108 INSTALLATION OF UNDERGROUND CABLE
108-3.3 TRENCHING. Trenches for cables may be excavated manually or with
mechanical trenching equipment. Walls of trenches shall be essentially
vertical so that a minimum of shoulder surface is disturbed. Road patrols
or graders shall not be used to excavate the trench with their blades. The
bottom surface of trenches shall be essentially smooth and free from coarse
aggregate. Cable trenches shall be excavated to a minimum depth of 18
inches below finished grade.
The Contractor shall excavate all cable trenches to a width not less than 6
inches, except 4 inches width will be allowed for trenches containing only
one insulated conductor and counterpoise. The trench shall be widened where
two or more cables are to be installed parallel in the same trench. Unless
otherwise specified in the plans, all cables in the same location and
running in the same general direction shall be installed in the same trench.
When rock excavation is encountered, the rock shall be
at least 3 inches below the required cable depth and
with bedding material of earth or sand containing
particles that would be retained on a k inch sieve.
ascertain the type of soil or rock to be excavated
excavation shall be unclassified.
removed to a depth of
it shall be replaced
no mineral aggregate
The Contractor shall
before bidding. All
108-3.4 INSTALLATION IN TRENCHES. The Contractor shall not use a cable
plow for installing the cable. Mechanical cable -laying equipment may be
used in conjunction with a trenching machine; and it should provide for
physical inspection of cable prior to backfilling. Sharp bends or kinks in
the cable shall not be permitted. A string line shall be used as a guide
for trenching of straight ditches. A divergence greater than 6" from this
line will not be acceptable.
Cables shall be unreeled in place alongside or in the trench and shall be
carefully placed along the bottom of the trench. The cable shall not be
unreeled and pulled into the trench from one end. Backfilling from two
directions will not be allowed.
Where two or more cables are laid parallel in the same trench, they shall be
placed laterally a minimum distance of 3 inches apart, and the trench shall
be widened sufficiently to accomplish this.
Cables crossing over each other shall have a minimum of 3 inch vertical
displacement with the topmost cable depth at or below the minimum required
depth below finished grade.
Not less than 1 foot of cable slack shall be left on each side of all
connections, insulating transformers, light units, and at all other points
where cable is connected to field equipment. The slack cable shall be
placed in the trench in a series of S curves. Additional slack cable shall
be left in handholes, manholes, etc., where it is required to bring the
cable above ground level to make connections. The amount of slack cable
shall be stipulated by the Engineer, as shown in the plans.
L-108-4
ITEM L-108 INSTALLATION OF UNDERGROUND CABLE
108-3.5 BACEFILLING. No backfilling will be accomplished without the
approval of the Engineer. The Inspector will coordinate with the Contractor
for advance scheduling of trench inspection. After the cable has been
installed, the trench shall be filled with material 4 inches deep, loose
measurement, and shall be either earth or sand containing no mineral
aggregate particles that would be retained on a N inch sieve. This layer
shall not be compacted. The second layer shall be 5 inches deep, loose
measurement, and shall contain no particles that would be retained on a 1
inch sieve. The remainder of the backfill shall be excavated or imported
mineral and shall not contain stone or aggregate larger than 4 inches
maximum diameter,
Trenches shall not be excessively vet and shall not contain pools of water
during backfilling operations. The trench shall be completely backfilled
and rounded. The trench shall be level with the adjacent undisturbed earth
after settlement. Any excess excavated material shall be removed and
disposed of in accordance with instructions issued by the Engineer.
108-3,6 RESTORATION. Where sod has been removed, it shall be replaced as
soon as possible after the backfilling is completed. All areas disturbed by
the trenching, storing of dirt, cable laying, pad construction, and other
work shall be restored to its original condition. The restoration shall
include any necessary topsoiling, fertilizing, liming, seeding, sodding,
sprigging or mulching. The contractor shall be held responsible for
maintaining all disturbed surfaces and replacements until final acceptance.
108-3.7 CABLE MARKERS. The location of light circuits shall be marked by
' a concrete slab marker, 2 feet square and 4 inches thick, extending approxi-
mately 1 inch above the surface. Each cable run from the line of lights to
the equipment vault shall also be marked at approximately every 200 feet
along the cable run, with an additional marker at each change of direction
of cable run. All other cable buried directly in the earth shall be marked
in the same manner. Cable markers shall be installed immediately above the
cable. The Contractor shall impress the word "CABLE" and directional arrows
on each cable marking slab. The letters shall be approximately 4 inches
high and 3 inches wide, with width of stroke M inch and k inch deep.
' The location of each underground cable connection, except at lighting units,
test pits, or insulating transformers, shall be marked by a concrete marker
slab placed above the connection. The Contractor shall impress the word
"SPLICE" on each slab. He also shall impress additional circuit identifica-
' tion symbols on each slab if so desired by the Engineer.
The location of the existing 16" steel duct encasement shall be marked by a
concrete marker slab placed above the duct. The Contractor shall impress
the word "DUCT" on the slab.
108-3.8 SPLICING. Connections of the type shown in the plans shall be
made by experienced personnel regularly engaged in this type of work and
shall be made as follows:
(a) Cast Splices. These shall be made by using crimp connectors for
jointing conductors. Molds shall be assembled, and the compound shall be
L-108-5
ITEM L-108 INSTALLATION OF UNDERGROUND CABLE
mixed and poured in accordance with manufacturer's instructions and to the
satisfaction of the Engineer.
(b) Field -Attached Plug -In Splices. These shall be assembled in accor-
dance with manufacturer's instructions. These splices shall be made by
plugging directly into mating connectors. In all cases the joint where the
connectors come together shall be wrapped with at least one layer of rubber
or synthetic rubber tape and one layer of plastic tape, one-half lapped,
extending at least 4 inch 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 14 inches on each side of the joint.
108-3.9 BARE COUNTERPOISE WIRE INSTALLATION AND GROUNDING FOR LIGHTNING
PROTECTION. A stranded bare copper wire, No. 8 AWG minimum size, shall be
installed for lightning protection of the underground cables. The bare
counterpoise wire shall be installed in the same trench for the entire
length of the insulated cables it is designed to protect, and shall be
placed at a distance of approximately 4 inches from the insulated cable.
The counterpoise wire shall be securely attached to each light fixture base,
or mounting stake. The counterpoise wire shall also be securely attached to
copper or copper -clad ground rods installed not more than 1,000 feet apart
around the entire circuit. The ground rods shall be of the length and
diameter specified in the plans, but in no case shall they be less than 8
feet long nor less than 5/8 inch in diameter. The counterpoise system shall
terminate at the ground bus in the vault.
108-3.10 TESTING. The Contractor shall furnish all necessary equipment
and appliances for testing the underground cable circuits after
installation. As a minimum the Contractor shall test and demonstrate to the
satisfaction of the Engineer the following:
(a) That all lighting power and control circuits are continuous and
free from short circuits.
(b) That all circuits are free. from unspecified grounds.
(c) That the insulation resistance to ground of all nongrounded series
circuits is not less than 50 megohms as measured with a 1,000 volt Megger.
(d) That all circuits are properly connected in accordance with
applicable wiring diagrams.
(e) That all circuits are operable. Tests shall be conducted that
include operating each control not less than 10 times and the continuous
operation of each lighting and power circuit for not less than one-half
hour.
The Contractor shall perform additional tests if required and requested by
the Engineer at no additional cost.
L-108-6
I
ITEM L-108 INSTALLATION OF UNDERGROUND CABLE
Method of Measurement
108-4.1 The quantity of trench to be paid for shall be the linear feet of
' trench, including the excavation, backfill, and reconditioning, completed,
measured as excavated, and accepted as satisfactory. All trenching will be
measured by linear feet, regardless of depth or width of the trench.
' 108-4.2 The footage of cable or counterpoise wire installed in trench to
be paid for shall be the number of linear feet of cable or counterpoise wire
installed in trenches measured in place, completed, ready for operation, and
' accepted as satisfactory. Separate measurement shall be made for each cable
or counterpoise wire installed in trench.
108-4.3 The quantity of cable markers to be paid for shall be the number of
markers installed and accepted, correctly marked.
' 108-4.4 The footage of cable or counterpoise wire installed in duct or
conduit to be paid for shall be the number of linear feet measured in place,
completed, ready for operation, and accepted as satisfactory.
Separate measurement shall be made for each cable or counterpoise wire
installed in duct or conduit.
Basis of Payment
' 01 8-5.1 Payment will be made at the contract unit price for trenching,
cable, and bare counterpoise wire installed in trench, or duct or conduit,
and cable markers installed by the Contractor and accepted by the Engineer.
This price shall be full compensation for furnishing all materials and for
all preparation and installation of these materials, and for all labor,
equipment, tools, and incidentals necessary to complete this item.
' Payment will be made under:
' • Item L -108-5.1a Cable Trench --per linear foot.
Item L -108-5.1b L -824C, No. 8 AWG, 5KV Cable, installed in
trench --per linear foot.
Item L -108-5.1c L -824C, No. 8 AWG, 5KV Cable, installed in
duct or conduit --per linear foot.
' Item L -108-5.1d Bare Counterpoise, No. 8 AWG, installed in trench
--per linear foot.
Item L-108-5.le Bare Counterpoise, No. 8 AWG, installed in duct
or conduit --per linear foot.
' Item L -108-5.1f Cable Marker --per each.
L-108-7
ITEM L-108 INSTALLATION OF UNDERGROUND CABLE
FM Specifications Referenced in Item L-108
Number Title
AC 150/5345-7D Specification for L-824 Underground Electrical Cables
for Airport Lighting Circuits.
AC 150/5345-26B Specification for L-823 Plug and Receptacle Cable
Connectors.
Federal Specifications Referenced in Item L-108
Number Title
HH-I-595 Insulation Tape, Electrical, Pressure -Sensitive Adhesive,
Plastic, for Low -Temperature Application.
ASTM Specifications Referenced in Item L-108
Number Title
B-3 Soft or Annealed Copper Wire.
B-8 Concentric -Lay -Stranded Copper Conductor, Hard,
Medium -Hard, or Soft.
Military Specifications Referenced in Item L-108
Number
Time
MIL -I-3825 Insulation Tape, Electrical, Self -Fusing, For Use in
Electronics, Communications, and Allied Equipment.
MIL -I-7798 Insulation Tape, Electrical, Pressure -Sensitive Adhesive,
Plastic.
ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS
Description
125-1.1 This item shall consist of an airport signing system furnished and
installed in accordance with this specification, the referenced
specifications, and applicable advisory circulars. The system shall be
installed as shown in the plans 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 system in operation as a completed unit to the satisfaction of
the engineer.
Equipment and Materials
4Fa'.l_ A:7.`ill
(a) Airport lighting equipment and materials covered by FAA
specifications shall have the prior approval of the Federal Aviation
Administration, Airports Service Washington, D. C. 20591, and shall be
listed in Advisory Circular 150/5345 -IT, Approved Airport Lighting
Equipment.
(b) All other equipment and materials covered by other referenced
specifications shall be subject to acceptance through the manufacturer's
certification of compliance with the applicable specifications.
(c) Lists of the equipment and materials required for a particular
system are contained in the applicable advisory circulars.
125-2.2 TAXIWAY SIGNS, Taxiway signs shall conform to Advisory Circular
150/5345-44D.
125-2.3 TAPE. Rubber and plastic electrical tapes shall be Scotch
Electrical Tape Numbers 23 and 88, respectively, as manufactured by the
Minnesota Mining and Manufacturing Company, or an approved equal.
125-2.4 CONDUIT. Rigid steel conduit and fittings shall conform to the
requirements of Fed. Spec. WW -C-581.
125-2.5 SQUEEZE CONNECTORS. Squeeze connectors, if specified, shall be
equal to Crouse -Hinds Company, type CGB cable connector with neoprene
rubber bushing.
125-2.6 ISOLATION TRANSFORMERS. Isolation transformers shall be Type
L-830 and have a wattage rating suitable for the wattage of the fixture
lamp. The transformer shall be listed in FAA Advisory Circular
150/5345-47.
L-125-1
ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS
Construction Methods
125-3.1 GENERAL. The installation and testing details for the lighting
system shall be as specified in the applicable advisory circulars.
125-3.2 TAXIWAY SIGN INSTALLATION. Install the stake in a 6" diameter
hole at a depth of 30" as shown in the Plans. Do not install by
driving. Bury the transformer and transformer primary connector as shown
in the Plans. Do not attach the 5KV cable connectors to the stake. The
radius of the cable bends should not be less than 10". After making the
electrical connection, backfill around the stake with thoroughly
compacted earth passing a 1" sieve. Install the top of the stake %"
above finished grade and maintain within 10 of vertical. Install and
align the sign as shown on the Plans.
Method of Measurement
115-4J. The quantity of taxiway signs to be paid for under this item
shall be the number of signs installed as completed units in place, ready
for operation, and accepted by the engineer.
Basis of Payment
125-5.1 Payment will be made at the contract unit price for each
complete taxiway sign (including isolation transformer, stake connectors
and connections) installed in place by the contractor and accepted by the
engineer. This price shall be full compensation for furnishing all
materials, including splice kits and splice markers as required, and for
all preparation, assembly, and installation of these materials, and for
all labor, equipment, tools, and incidentals necessary to complete this
item.
Payment will be made under:
Item L -125-5.1a Taxiway Sign, Type L -858Y, Size 1, 1 Panel/
Single Face -- per Each.
Item L -125-5.1b Taxiway Sign, type L -858R, Size 1, 1 Panel/
Single Face -- per Each.
Item L -125-5.1c Taxiway Sign, Type L -858R, Size 1, 2 Panel/
Single Face -- per Each.
Item L -125-5.1d Taxiway Sign, Type L -858Y, Size 1, 3 Panel/
Single Face -- per Each.
L-125-2
ITEM L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS
Federal Specifications Referenced in Item L-125
Number Title
WW -C-581 Conduit, Metal, Rigid; and Coupling, Elbow; and
Nipple, Electrical Conduit: Zinc -Coated.
FAA Specifications Referenced in Item L-125
AC 150/5345-44D Specification for Taxiway and Runway Signs
L-125-3
I
' ITEM L-130 REHABILITATION OF 36 -INCH ROTATING BEACON
Description
130-1.1 This item shall consist of the removal of the existing beacon from
'
the mounting platform and the reinstallation of a beacon of the same type
that has been rehabilitated in accordance with these specifications. This
item shall also include electrical service and radio control for the beacon.
' The old beacon shall become the property of the contractor.
The work shall include the mounting, leveling, wiring, servicing, and
testing of the beacon and all materials, mounting accessories, and
'
incidentals necessary to place the beacon in operating condition as a
completed unit to the satisfaction of the Engineer.
The airport shall not be without a serviceable beacon for a period exceeding
24 hours.
' Materials
130-2.1 Materials used in the work to be done under this item shall be of
the highest commercial quality available.
Methods
' 130-3.1 GLASSWARE. The contractor shall remove all glassware, clean,
polish, and reinstall with new sealant. Any broken lens segments shall be
replaced.
' 130-3.2 MOTOR. The contractor shall remove the motor from the beacon and
clean, dip, and bake in accordance with recognized industry practice.
Bearings shall be replaced and properly lubricated prior to final assembly.
The contractor shall completely check the motor and shall run it not less
than 15 minutes prior to installing in the beacon.
130-3.3 GEARS. The contractor shall replace both the ring gear and pinion
gear and properly lubricate.
130-3.4 ELECTRICAL. The contractor shall resurface slip rings, replace
brushes, and brush springs and check and replace any wiring and other
electrical parts which shown signs of wear or aging. All wiring which has
been exposed to high temperature operation shall be replaced.
130-3.5 BEARINGS. All rotating bearings shall be replaced and properly
lubricated.
' 130-3.6 LAMP CHANGER. The lamp changer shall be removed and replaced with
a 400 watt metal halide modification kit as approved by the FAA. Such
modification kit shall include a replacement green bull's-eye lens to
' provide for the proper color correction.
130-3,7 FINISH. The contractor shall remove all scaling paint, prime as
necessary and repaint with two coats of International Orange paint. Paint
' shall be thinned and applied as recommended by the manufacturer.
L-130-1
ITEM L-130 REHABILITATION OF 36 -INCH ROTATING BEACON
130-3.8 LAMP FOCUSING. The contractor shall focus the beacon beam by
adjusting the position of the lamp such that the centers of the two opposite
light beams are 180 degrees apart. The lamp shall be positioned such that a
well defined light beam is produced in each direction.
130-3.9 AIMING. The center of the beacon beam shall be set initially at a
vertical angle of 3 degrees above the horizontal. Final adjustment of the
vertical angle shall be made after reinstallation on the mounting platform.
The initial vertical angle setting shall be verified using equipment having,
as a minimum, the capability for measuring the angle to the nearest 15
minutes of arc.
130-3.10 REINSTALLING
ON MOUNTING PLATFORM.
The contractor shall
properly
reinstall
the beacon on the mounting
platform, level the beacon,
complete
electrical
connections and make any
final adjustments, including
vertical
angle, as
may be required.
Testing
130-4.1 The contractor shall operate the completed beacon for a period of
not less than 24 hours prior to reinstalling on the mounting platform. Any
corrections required as a result of this "run-in" period shall be made and
the 24 -hour test period repeated as necessary.
130-4.2 TESTING AND INSPECTION. All tests on equipment shall be made in
the presence of the Engineer and they must be to his satisfaction. All test
equipment shall be furnished by the Contractor.
130-4.2.1 Securing Check. Determine that all equipment securing screws and
bolts have been tightened.
130-4.2.2 Primary. Secondary, and Control Circuits. Test the primary,
secondary, and control circuits for continuity and insulation resistance to
ground. Use a 500 -volt megger for the insulation resistance test. A
circuit insulation resistance to ground of at least 50 megohms is
acceptable.
130-4.2.3 Cables. Wire, and Splices. Check cables, wiring, and splices to
obtain assurance that the installation is in accordance with the Item L-108.
130-4.2.4 Beacon Fuses. Check all beacon fuses and circuit breakers to
determine if they are of the proper rating.
130-4.2.5 Lamp Voltage. Check the voltage to the beacon lamp to determine
that the voltage is within ten percent of the rated lamp voltage.
130-4.2.6 Beacon Rotation. Check the rotation of the beacon to determine
that the rotation is within 6 RPM ± 1/2 RPM.
130-4.2.7 Lamp Focus and Beam Elevation. Check the beacon light beam to
determine if the lamp is in focus and if the beam elevation is correct. If
L-130-2
ITEM L-130 REHABILITATION OF 36 -INCH ROTATING BEACON
it is found that the lamp focus or the beam elevation is incorrect, follow
the procedures specified below in making adjustments.
(a) Focusing. Normally, all beacons received from the factory are
properly focused. No focusing shall be attempted in the field unless it is
definitely determined the lamp is out of focus. When refocusing is
necessary, it shall be accomplished only by qualified personnel and in
conformance with the manufacturer's instructions.
(b) Beam Elevation. Final beam elevation check shall be made by flight
observation. The beacon shall be observed at various altitudes above some
point whose distance from the beacon is known and the altitude of the center
of the light beam noted (highest relative intensity signal). The beam
elevation shall be corrected so that the center of the beam is at the
altitude commonly used by approaching aircraft. The Contractor shall adjust
the beam if so instructed by the Engineer.
130-5.1 ELECTRICAL SERVICE FOR ROTATING BEACON. The contractor shall
install all equipment as shown on the plans and specified herein to provide
a complete and operable system. This item includes reconnecting the
abandoned service; service entrance panel; beacon control panel with L854
radio equipment, 20 amp single pole contractor, receptacle, H.O.A. switch
and photo -electric cell; conduit; wire; junction boxes.
130-5.2 PANEL BOARDS AND BREAKERS. Panel boards and breakers shall conform
to the requirements of Federal Specification W -P-115.
130-5.3 WEATHERPROOF CABINETS. The weatherproof cabinets shall conform to
National Electrical Manufacturers Association standards and shall be
constructed of steel not less than No. 16 USS gauge.
130-5.4 WIRE. Wire in conduit rated up to 5,000 volts shall conform to
Advisory Circular 150/5345-7D, Specification for L-824 Underground
Electrical Cables for Airport Lighting Circuits for rubber insulated
neoprene covered wire, or Federal Specification J -C-30, Type RHW, for rubber
insulated fibrous covered wire. For ratings up to 600 volts, the
thermoplastic wire conforming to Federal Specification J -C-30, Types TV,
TRW, and THWN, shall be used. The wires shall be of the type, size, number
of conductors, and voltage shown in the plans or in the proposal.
130-6.1
RADIO CONTROL SYSTEM.
130-6.1.1
Classification. The
radio control system, to be used
for remote
control
of the rotating beacon
includes an FM radio receiver,
a Style B
decoder,
antenna, and necessary
output relays.
The system shall conform to the
requirements of Advisory Circular
150/5345-
49A for
L-854, Radio Control Equipment,
Type II.
130-6.2
APPLICABLE DOCUMENTS.
L-130-3
ITEM L-130 REHABILITATION OF 36 -INCH ROTATING BEACON
130-6.2.1. Federal Communications Commission (FCC) Rules and Regulations, -
Part 15 Radio Frequency Devices
Part 89 Public Safety Radio Service
130-6.3.1 General. - The radio control system shall be complete in
accordance with all specifications requirements and shall include the basic
components as listed in paragraph 1, CLASSIFICATION. Each set of equipment
shall be tuned and adjusted for operation at the frequency to match existing
radio control equipment.
130-6.3.2 Environmental Conditions. - The equipment shall be designed and
constructed to operate in the following outdoor environmental conditions:
(a)
Temperature. Temperature range
of
-55° C. to +55° C.
(b)
Humidity. Relative humidity up
to
100%.
(c) Wind. Wind speeds up to 100 mph.
(d) Precipatation. Exposure to rain, hail, snow, or sleet.
130-6.3.3 Operating Requirements. - The radio control equipment will be
used to control the rotating beacon in the following manner:
The ground to ground system is intended for operating the rotating
beacon from either the airport control tower or the flight service
station when the selector switch is in the "Auto" position, the decoder
shall accept two address codes from the existing control stations to
turn the beacon "On" and "Off". Radio control will override
photoelectric control.
130-6.3.4.1 General. - The equipment shall be type accepted in accordance
with Federal Communications Commission (FCC) Rules and Regulations; Part 15
for a receiver, and Part 89 for a transmitter.
130-6.3.4.2 Power Input. - The equipment shall be designed to operate from
120 VAC, ±15%, 60 Hz. Power for the decoder may be taken from the
associated receiver.
130-6.3.4.3 Receiver. - The receiver shall conform to the following
requirements:
(a) Tyne. Fixed frequency superheterodynes, frequency modulated.
(b) Frequency.
Shall
match existing
equipment.
Frequency tolerance
shall be 0.003%.
L-130-4
ITEM L-130 REHABILITATION OF 36 -INCH ROTATING BEACON
(c) Sensitivity. For FM, 5 microvolts or less for 20 dB of quieting.
A sensitivity adjustment shall be provided.
(d) Selectivity. Bandwidth of not less than ±9.0 kHz from the assigned
frequency at 6 dB attenuation and a bandwidth of not more than ±40
kHz from the assigned frequency at 60 dB attenuation. Spurious
signals shall be not less than 50 dB below the desired signal.
(e) Fidelity. Output uniform within t2 dB from 300 Hz to 2450 Hz.
' (f) Antenna Impedance. Nominal 50 hms unbalanced.
(g) Output. For an FM receiver, audio output of zero dBm or more into
a 600 ohm load with signal input of 5 microvolts having deviation
of 1.2 kHz at 1000 Hz.
' 130-6.3.4.4 Decoder.
130-6.3.4.4.1 General. - The Style B decoder detects a series of 3 tone
' burst characters per control function or address. The decoders shall not
respond to signal elements of less than 50 milliseconds and shall not
require signal elements of more than 100 milliseconds.
130-6,3.4.4.1.1 Output Relays - Output relays shall be the plug-in type
• having latching form C contacts rated at 2 amps, 250 VAC, resistive and
shall have a mechanical life of 100,000 cycles or more.
' 130-6.3.4,4.1.2 Output Terminals - Output terminals shall be a screw -type
barrier terminal strip rated not less than 250 VAC.
' 130-6.3.4,4,1.3 Input Terminals. - Since the decoder is installed in .an
enclosure with a receiver, input terminals are not required.
' 130-6.3.4.4.2 Style B Decoder. - The basic Style S decoder shall recognize
8 .discrete addresses. Each address shall cause a relay to open.
130-6.3.4.5 Mean Time Between Failure (MTBF). The receiver and decoder
shall be designed and constructed to provide 10,000 hours MTBF.
130-6.3.4.6 Materials and Workmanship. - Materials and workmanship shall be
in accordance with the highest grade commercial quality and practices for
equipment of this type.
130-6.3.4.7 Nameplate. - Each piece of equipment shall have a permanently
attached nameplate having at least the following information:
' (a) Identification - Radio Control Equipment Type FAA L-854.
(b) Unit (Receiver/Decoder).
(c) Input voltage.
L-130-5
ITEM L-130 REHABILITATION OF 36 -INCH ROTATING BEACON
(d) Frequency range,
(e) Manufacturer's name or trademark.
(f) In addition to the manufacturers nameplate, the contractor shall
supply two engraved nameplates, black letters on white background,
for mounting on the radio control equipment in the Airport Control
Tower and the Flight Service Station control room. The name plates
shall bear the following legend with 1/8" minimum letter height:
RADIO CONTROL CODES
LOCATION ADDRESS ¢ MESSAGE Leta
TAXIWAY 100 0 1 LOW
2
MEDIUM
3
HIGH
4
OFF
RUNWAY 200 0 1
LOW
2
MEDIUM
3
HIGH
4
OFF
RUNWAY & TAXIWAY 100 OR 200 8 1
LOW
2
MEDIUM
3
HIGH
4
OFF
BEACON 300 0 1
ON
2
OFF
AFTER SETTING DESIRED ADDRESS, SET, AND MESSAGE. PRESS CONTROL A
AND SEND SIMULTANEOUSLY.
130-6.3.4.8 Intruction Book. An instruction book containing the following
information shall be furnished with the system:
(a) Complete schematic and wiring diagrams shoving all components cross
indexed to the part list.
(b) Complete part list with applicable rating and characteristics of
each part and with manufacturer's part number.
(c) Installation instructions.
(d) Maintenance instructions.
(a) Troubleshooting charts.
(f) Theory of operation.
L-130-6
ITEM L-130 REHABILITATION OF 36 -INCH ROTATING BEACON
Method of Measurement
130-7,1. The quantity to be paid for under this item shall be the number of
beacons rehabilitated and installed as completed units in place, operating
and accepted.
Measurements for the complete and operational electrical services and
control for the rotating beacon shall be on a lump sum basis.
Basis of Payment
130-8.1 Payment shall be made at the contract unit price for each completed
and accepted rehabilitated 36" rotating beacon. The price shall be full
compensation for furnishing all materials; for all preparation, assembly and
installation of these materials; and for labor, equipment, tools, and
incidentals necessary to complete this item.
Payment will be made at the contract lump sum price bid for electrical
service and control for the beacon completed and accepted. This price shall
be full compensation for furnishing all materials and for all preparation,
assembly, and installation of these materials, and for all labor, equipment,
tools, and incidentals necessary to complete these items.
Payment will be made under:
Item L -130-8.1a Rehabilitation of 36" Rotating Beacon, in place --
per each.
Item L -130-8.1b Electrical Service and Control for the Rotating Beacon --
per lump sum.
FAA Specifications Referenced in Item L-130
•„„•
AC 150/5345-49A Specification for L-854, Radio Control Equipment.
L-130-7
ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE
Description
610-1.1 This item shall consist of either plain or 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. The concrete shall be composed of coarse aggregate, fine aggregate,
portland cement, and water.
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. The source of supply of each of the materials shall be approved by
the Engineer before delivery or use is started. Representative preliminary
samples of the materials shall be submitted by the Contractor, when
required, for examination and test. Materials shall be stored and handled
to insure the preservation 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.
In no. case shall the use of pit -run or
permitted. Naturally mixed aggregate shall
fine and coarse aggregates shall be stored
mixing of different kinds of aggregates
storage pile or alternating batches of dl
permitted.
naturally mixed aggregates be
be screened and washed, and all
separately and kept clean. The
from different sources in one
fferent aggregates will not be
610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet
the requirements of AASHTO N 80. The percentage of wear shall be not more
than 45 at 500 revolutions as determined by AASHTO T 96.
Coarse aggregate shall be well graded from coarse to fine and shall meet one
of the gradations shown in Table l,. using AASHTO T 27.
610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the
requirements of AASHTO M 6.
The fine aggregate shall be well graded from fine to coarse and shall meet
the following grading requirements, when tested in accordance with AASHTO T
27:
P-610-1
ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE
TABLE 1. REQUIREMENTS FOR GRADATION OF COARSE AGGREGATE
Sieve Designation
(square openings)
2" 1h"
Percentage
1"
by Weight
3/4"
Passing
1/2"
Sieves
3/8"
No. 4
No. 4 to 3/4 inch
------ ------
100
90-100
------
20-55
0-10
No. 4 to 1 inch
------ 100
90-100
-----
25-60
------
0-10
No. 4 to 14 inch
100 95-100
------
35-70
------
10-30
0-5
TABLE 2.
REQUIREMENTS FOR
GRADATION
OF FINE
AGGREGATE
Sieve Designation
(square openings)
3/8
inch
No.
4
No.
16
No.
30
No.
50
No.
100
Percentage by Weight
Passina Sieves
100
95-100
45--80
25--55
10--30
2--10
Blending will be permitted, if necessary, in order to meet the gradation
requirements for fine 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 percent 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
be portland
cement conforming to the
requirements
of
the type specified:
(a)
Portland cement ------------------------------------AASHTO
M
85
(b)
Air -entraining Portland cement ---------------------AASHTO
H
134
(c)
Portland blast -furnace slag cement-----------------AASHTO
M
151
(d)
Air -entraining portland blast furnace slag cement--AASHTO
H
151
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
I
I
I
I
I
II
P-610-2
II
ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE
shall be approved by the Engineer. Before approval of any material, the
Contractor shall be required to submit the results of complete physical and
chemical analyses made by an acceptable testing laboratory. Subsequent
tests shall be made of samples taken by the Engineer from the supply 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 meeting the requirements of ASTM C
350 or raw or calcined natural pozzolans meeting the requirements of ASTM C
402,
Air -entraining admixtures shall meet the requirements of AASHTO M 154. 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
ASTN 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 one of the following:
AASHTO N 33,
N 90, M 153,
or N
213.
610-2.8 JOINT FILLER. The filler for joints shall meet the requirements
of AASHTO N 18, Grade A or B, or Item P-605, unless otherwise specified in
the proposal.
610-2.9 STEEL REINFORCEMENT. Concrete reinforcing shall consist of
deformed bars of either structural, intermediate, or hard grade billet steel
meeting AASHTO M 31; deformed bars of rail steel meeting AASHTO M 42; or
welded wire fabric meeting AASHTO M 55. To qualify as deformed, bars shall
conform to the requirements of AASHTO M 137.
610-2.10 CALCIUM CHLORIDE. When calcium chloride is permitted by the
Engineer in the concrete as an accelerator, it shall meet the requirements
of AASHTO N 144.
610-2.11
COVER
MATERIALS FOR CURING.
Curing materials shall conform to one
of the
following
specifications:
(a)
Cotton Mats for Curing Concrete -----------------AASHTO
N
73
(b)
Waterproof Paper for Curing Concrete ------------AASHTO
N
139
(c)
Polyethylene Sheeting for Curing Concrete -------AASHTO
N
171
(d)
Burlap Cloth made from Jute or Kenaf ------------AASHTO
M
182
P-610-3
ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE
(e) Liquid, Membrane -Forming Compounds for Curing
Concrete (Type 2)-----------------------------AASHTO M 148
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. The Contractor shall employ, at
all times, a sufficient force of workmen of such experience and ability that
the work can be prosecuted in a satisfactory and workmanlike manner.
610-3.2 CONCRETE PROPORTIONS. The concrete shall have a minimum
compressive strength of 3,500 psi at 28 days and consist of a mixture of
coarse aggregate, fine aggregate, portland cement, and water. All
aggregates and bulk cement shall be measured by weight. In proportioning
aggregates and mixing water, compensation shall be made for the weight of
moisture in the aggregates, and this shall be determined periodically.
Concrete Proportions
(Materials for One Cubic Yard of Concrete)
Net
Cement
Water
Weights
in pounds
Type Of
Content
Content
Dry Aaareaate
Slump
Coarse
(min.
(max.
Fine
Total
Range
Aggregate
bags)
gallons)
Aggregate
Aggregate
(inches)
Gravel
6
35
1070-1190
3210
2-5
Crushed Stone
6
38
1220-1360
3200
2-5
Slag
6
38
1330-1470
2930
2-5
The proportions in the above table are based on the use of well -graded
aggregates. If it is impossible with the aggregates selected to prepare
concrete of the proper consistency without exceeding the maximum net water
content specified, the total weight of aggregate shall be reduced by the
Engineer until concrete of the proper consistency is obtained without
exceeding the maximum net water content specified. However, the Contractor
shall not be compensated for any additional cement which may be required by
such adjustment.
The weights specified in the above table were calculated for aggregates of
the following bulk specific gravities: Natural sand and gravel, 2.65;
crushed stone, 2.70; slag 2.30. For aggregates of specific gravities
u
I
II
P-610-4
II
ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE
differing more than ±0.02 from those given above, the weights given in the
tables shall be corrected. The quantities shown for cement and water shall
control, and the weights of aggregates shall be varied to secure the proper
yield based on absolute volumes. When a special mix requiring a reduction
in the amount of water is desired, the quantities of aggregate shall be
increased to maintain the specified yield.
Yield test, made in accordance with sp
made by the Engineer for the purpose of
cubic yard of concrete. If at any time
less than that specified per cubic yard,
until the amount of cement per cubic
requirements.
ecification AASHTO T 121, shall be
determining the cement content per
such cement content is found to be
the batch weights shall be reduced
yard of concrete conforms to the
The net mixing water shall be adjusted for the moisture contained in the
aggregates, and for the moisture which they will absorb, in order to
determine the amount of water to be added at the mixer. The absorption of
the fine and coarse aggregates shall be determined by AASHTO T 84 and T 85.
When an air -entraining agent or air -entraining portland cement is used,
there will be a bulking of the mortar of the concrete due to the amount.of
entrained air. To keep the cement factor specified at the correct amount,
the weight of the fine aggregate shall be reduced, as directed by the
Engineer. The reduction in the fine aggregate shall be determined by yield
tests as specified. Under average conditions the reduction of the sand
should be about 3 percent of the total weight of the fine and coarse
aggregate. The air content of the concrete shall be between 3 and 6
percent, by volume.
The air content by volume shall be based on measurements made on concrete
immediately after discharge from the mixer in accordance with AASHTO T 121
or T 152.
610-3.3 CONTROL TESTS. When directed by the Engineer, the Contractor
shall make test cylinders or beams from the concrete as mixed for the work
as herein specified.
Concrete
cylindrical test specimens shall be made
in accordance
with
AASHTO T
23 and beam specimens shall be made
in accordance
with
AASHTO T
97. The Contractor shall cure and store the
test specimens
under
such conditions as directed. The Engineer will make the actual tests on the
specimens
at no expense to the Contractor.
610-3.4 PROPORTIONING AND MEASURING DEVICES. When package cement is used,
the quantity for each batch shall be equal to one or more whole sacks of
cement. The aggregates shall be measured separately by weight. If
aggregates are delivered to the mixer in batch trucks, the exact amount for
each mixer charge shall be contained in each batch compartment. Weighing
boxes or hoppers shall be approved by the Engineer and shall provide means
of regulating the flow of aggregates into the batch box so that the required
and exact weight of aggregates can be readily obtained.
P-610-5
ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE
610-3.5
CONSISTENCY.
The
consistency of the concrete
shall be checked by
the slump
test specified
in
AASMTO T 119.
610-3.6 MIRING. Concrete may be mixed at the construction site, at a
central point, or wholly or in part in truck mixers. Whichever mixing
process is used, concrete of the specified proportions and consistency shall
be produced.
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. without permission of the 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. nor more than 100°F, 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
expense.
Retempering of concrete by adding water or any other material shall not be
permitted.
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 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 nonstraining
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 without
injuring the concrete or concrete surface. The forms shall not be removed
before the expiration of at least 30 hours from vertical faces, walls,
slender columns, and similar structures; forms supported by falsework under
slabs, beams, girders, arches, and similar construction shall not be removed
until tests indicate that at least 60 percent 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
P-610-6
ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE
required.
610-3.10 EMBEDDED ITEMS. Before placing concrete, any items that are to be
embedded shall be firmly and securely fastened in place as indicated. All
such items shall be clean and free from coating, rust, scale, oil, or any
foreign matter. The embedding of wood shall be avoided. The concrete shall
be spaded and consolidated around and against embedded items.
610-3.11 PLACING CONCRETE. All concrete shall be placed during daylight,
unless otherwise approved. The concrete shall not be placed until the depth
and character of foundation, the adequacy of forms and falsework, and the
placing of the steel reinforcing have been approved. Concrete shall be
placed as soon as practical after mixing and in no case later than 1 hour
after water has been added to the mix. The method and manner of placing
shall be such to avoid segregation and displacement of the reinforcement.
Troughs, pipes, and chutes shall be used as an aid in placing concrete when
necessary. Dropping the concrete a distance of more than 5 feet, 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 set. For the proper bonding of old and new
concrete, such provisions shall be made for grooves, steps, keys, dovetails,
reinforcing bars or other devices as may be prescribed. The work shall be
arranged so that a section begun on any day shall be finished during
daylight of the same day. Before depositing new concrete on or against
concrete which has hardened, the surface of the hardened concrete shall be
cleaned by a heavy steel broom, roughened slightly, wetted, and covered with
a neat coating of cement paste or grout.
610-3.13 EXPANSION JOINTS. Expansion joints
points and of such dimensions as may be indica
molded filler shall be cut to the same shape
joined. The filler shall be fixed firmly
concrete already in place in such manner that
concrete is deposited against it.
shall be constructed at such
ted on the drawings. The Are-
as that of the surfaces being
against the surface of the
it will not be displaced when
610-3.14 DEFECTIVE WORK. Any defective work disclosed after the forms have
been removed shall be immediately removed and replaced. If any dimensions
P-610-7
ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE
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, free from open or rough spaces, depressions, or projections. The
concrete in horizontal plane surfaces shall be brought flush with the
finished top surface at the proper elevation and shall be struck -off with a
straightedge and floated. Mortar finishing shall not be permitted, nor
shall dry cement or sand -cement mortar be spread over the concrete during
the finishing of horizontal plane surfaces.
When directed, the surface finish of exposed concrete shall be a rubbed
finish. If forms can be removed while the concrete is still green, the
surface shall be pointed and wetted and then rubbed with a wooden float
until all irregularities are removed. If the concrete has hardened before
being rubbed, a carborundum stone shall be used to finish the surface. When
approved, the finishing can be done with a rubbing machine.
610-3.16 CURING AND PROTECTION. All concrete shall be properly cured and
protected by the Contractor. The work shall be protected from the elements,
flowing water, and 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.
610-3.18 COLD WEATHER PROTECTION. When concrete is placed at temperatures
below 40•F., 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•
and 100°F.
Calcium chloride may be incorporated in the mixing water when directed by
the Engineer. Not more than 2 pounds of Type 1 nor more than 1.6 pounds 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 500F.
until at least 60 percent of the designed strength has been attained.
610-3.19 FILLING JOINTS. All joints which require filling shall be
P-610-8
II
I
I
I
11
ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE
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.
Measurement and Payment
' 610-4.1 Structural concrete will not be measured for separate payment but
will considered subsidiary to the items involved.
' TESTING AND MATERIAL REQUIREMENTS
Test and short title Material and short title
AASHTO T 27 --Gradation AASHTO M 80 --Aggregate
AASHTO T 96 --Abrasion AASHTO M 6 --Aggregate
' AASHTO T 26 --Water AASHTO M 85 --Portland Cement
AASHTO T 121 --Yield AASHTO M 134--Air-Entrained
Portland Cement
AASHTO T 84 --Absorption AASHTO M 151 --Slag Portland
' Cement Concrete
AASHTO T 85 --Absorption ASTM C 350--Fly-Ash
' AASHTO T 152 --Air Content ASTM C 402--Pozzolans
AASHTO T 23 --Cylinders AASHTO M 154--Air-Entrained
Additives
AASHTO T 97 --Beams ASTM C 494 --Retarder
' AASHTO T 119 --Slump AASHTO M 33 --Joint Material
AASHTO M 90 --Joint Material
' AASHTO H 153 --Joint Material
I
I
I
AASHTO H 213 --Joint Material
AASHTO H 18 --Joint Material
AASHTO H 31 --Steel
AASHTO M 42 --Steel
AASHTO M 55 --Steel
P-610-9
I
ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE
AASHTO
M
137 --Steel
AASHTO
M
144 --Accelerator
AASHTO
M
73 --Cotton
Mats
AASHTO
M
139 --Paper
AASHTO
M
171 --Polyethylene
AASHTO
M
182 --Burlap
AASHTO
M
148 --Membrane
1
1
1
1
1
P-610-10
ITEM P-620 RUNWAY AND TAXIWAY PAINTING
1. DESCRIPTION
1.1 This item shall consist of the painting of hold position lines on the
surface of taxiways applied in accordance with these specifications and at
the locations shown on the plans, or as directed by the Engineer.
2. MATERIALS
2.1 PAINT. Paint shall meet the requirements of Federal Specification
TT -P-85.
2.2 REFLECTIVE MEDIA. Glass spheres shall meet the requirements of
Federal Specification TT -B-1325, Type III, gradation A.
3. CONSTRUCTION METHODS
3.1 WEATHER LIMITATIONS. The painting shall be performed only when the
surface is dry, when the atmospheric temperature is above 45 degrees F (7
degrees C), and when the weather is not foggy or windy.
3.2 EQUIPMENT. All equipment for the work shall be approved by the
Engineer and shall include the apparatus necessary to properly clean the
existing surface, a mechanical marking machine, and such auxiliary
hand -painting equipment as may be necessary to satisfactorily complete the
job.
The mechanical marker shall be an atomizing spray -type marking machine
suitable for application of traffic paint. It shall produce an even and
uniform film thickness at the required coverage and shall be designed so as
to apply markings of uniform cross sections and clear-cut edges without
running or spattering.
3.3 PREPARATION OF SURFACE. Immediately before application of the paint,
the surface shall be dry and free from dirt, grease, oil, laitance, or other
foreign material which would reduce the bond between the paint and the
pavement. The area to be painted shall be cleaned by sweeping and blowing
or by other methods as required to remove all dirt, laitance, and loose
materials.
3.4 LAYOUT
OF MARKINGS.
On those
sections of pavement where no previously
applied
markings
are available to
serve as a guide, the proposed markings
shall be
laid out
in advance of the
paint application.
3.5 APPLICATION. Markings shall be applied at the locations and to the
dimensions and spacing shown on the plans. Paint shall not be applied until
the layout and the condition of the surface have been approved by the
Engineer.
The paint shall be mixed in accordance with the manufacturer's instructions
and applied to the pavement with a marking machine at the rate of 100 to 110
square feet per gallon. The addition of thinner will not be permitted. A
P-620-1
ITEM P-620 RUNWAY AND TAXIWAY PAINTING
period of 30 days shall elapse between placement of the bituminous surface
course and application of the paint.
The edges of the markings shall not vary from a straight line more than 1/2
inch in 50 feet, and the dimensions shall be within a tolerance of plus or
minus 5 percent. Glass spheres shall be distributed to the surface of the
marked areas immediately after application of the paint. A dispenser shall
be furnished which is properly designed for attachment to the marking
machine and suitable for dispensing glass spheres. The spheres shall be
applied at the rate of 10 pounds per gallon of paint.
The Contractor shall furnish certified
shipped to the project. The reports shall
final acceptance. The Contractor shall nc
a shipment of paint to the job site.
returned to the paint storage area for
containers shall not be removed from
authorized by the Engineer.
test reports for the materials
not be interpreted as a basis for
itify the Engineer upon arrival of
All emptied containers shall be
checking by the Engineer. The
the airport or destroyed until
3.6 PROTECTION. After application of the paint, all markings shall be
protected from damage until the paint is dry. All surfaces shall be
protected from disfiguration by spatter, splashes, spillage, or drippings of
paint.
3.7 REMOVAL OF EXISTING PAVEMENT MARKING. Existing pavement markings shall
be mechanically removed, as directed by the Engineer. The method used for
removal of pavement markings shall be approved by the Engineer prior to
beginning pavement marking removal operations.
Measurement and Payment
4. METHOD OF MEASUREMENT
4.1 The quantity of taxiway hold position lines to be paid for shall be the
number of square feet of pavement marking performed in accordance with the
specifications and accepted by the Engineer.
Glass beads for taxiway marking will not be measured for separate payment.
Removal of existing pavement marking will not be measured for separate
payment.
5. BASIS OF PAYMENT
5.1 Payment shall be made at the contract unit price per square foot for
pavement marking. This price shall be full compensation for furnishing all
materials and for all labor, equipment, tools, and incidentials necessary to
complete the item.
Payment will be made under:
Item P-620-5.1 Pavement Marking - per square foot
P-620-2
ITEM P-620 RUNWAY AND TAXIWAY PAINTING
6. MATERIAL REQUIREMENTS
Federal Specification Paint, Traffic and Airfield Marking, Solvent Base
TT -P-85
Federal Specification Beads (Glass Spheres) Retro-Reflective
TT -B-1325
P-620-3
ITEM T-904 SODDING
Description
904-1.1 This item shall consist of furnishing, hauling, and placing
approved live sod on prepared areas in accordance with this specification
at the locations shown on the plans or as directed by the engineer.
Materials
904-2.1 SOD. Sod furnished by the contractor shall have a good cover of
living or growing grass. This shall be interpreted to include grass that is
seasonally dormant during the cold or dry seasons and capable of renewing
growth after the dormant period. All sod shall be obtained from areas where
the soil is reasonably fertile and contains a high percentage of loamy
topsoil. Sod shall be cut or stripped from living, thickly matted turf
relatively free of weeds or other undesirable foreign plants, large stones,
roots, or other materials which might be detrimental to the development of
the sod or to future maintenance. At least 70% of the plants in the cut sod
shall be composed of the species stated in the special provisions, and any
vegetation more than 6 inches in height shall be mowed to a height of 3
inches or less before sod is lifted. Sod, including the soil containing the
roots and the plant growth showing above, shall be cut uniformly to a
thickness not less than that stated in the special provisions.
904-2.2 LIME. Lime shall be agricultural grade ground limestone or
equivalent as approved by the Engineer. Lime shall be applied at the rate
determined by the lime requirement test.
904-2.3 FERTILIZER.
(a) Except as modified herein, the fertilizer shall contain
minimum percentages of plant food by weight as follows:
Available
Nitrogen
-12
percent
Available
Phosphoric Acid
-12
percent
Available
Potash
-12
percent
Other fertilizers having 1-1-1 ratios, such as 8-8-8, 10-10-10, etc., may be
used provided the equivalent quantity of plant food is supplied.
(b) Fertilizer shall be applied at the rate of five hundred (500)
pounds of 12-12-12 fertilizer per acre.
(c) They shall be furnished in standard containers with name,
weight, and guaranteed analysis of contents clearly marked thereon. No
cyanamide compounds or hydrated lime shall be permitted in mixed
fertilizers.
(d) The fertilizers may be supplied in one (1) of the following
forms:
T-904-1
I
ITEM T-904 SODDING ,
(1) A dry, free -flowing fertilizer suitable for application by I
a common fertilizer spreader;
(2) A finely -grounded fertilizer soluble in water, suitable
for application by power sprayers, or
(3) A granular or pellet form suitable for application by
blower equipment.
(e) Fertilizers shall meet the requirements of applicable State
and Federal laws. I
904-2,4 WATER. The water shall be sufficiently free from oil, acid,
alkali, salt, or other harmful materials that would inhibit the growth of
grass. It shall be subject to the approval of the engineer prior to use.
904-2.5 SOIL FOR REPAIRS. The soil for fill and topsoil of areas to be '
repaired shall be at least of equal quality to that which exists in areas
adjacent to the area to be repaired. The soil shall be relatively free from
large stones, roots, stumps, or other materials that will interfere with
subsequent sowing of seed, compacting, and establishing turf, and shall be
approved by the Engineer before being placed.
Construction Methods - I
904-3.1 GENERAL. Areas to be solid, strip, or spot
on the plans. Areas requiring special ground surface
tilling and those areas in a satisfactory condition
undisturbed shall also be shown on the plans.
sodded shall be shown
preparation such as
which are to remain
Suitable equipment necessary for proper preparation of the ground surface
and for the handling and placing of all required materials shall be on hand,
in good condition, and shall be approved by the engineer before the various
operations are started, The contractor shall demonstrate to the engineer
before starting the various operations that the application of required
materials will be made at the specified rates.
904-3.2 PREPARING THE GROUND SURFACE. After grading of areas has been
completed and before applying fertilizer and limestone, areas to be sodded
shall be raked or otherwise cleared of stones larger than 2 inches in any
diameter, sticks, stumps, and other debris which might interfere with
sodding, growth of grasses, or subsequent maintenance of grass -covered
areas. If any damage by erosion or other causes occurs after grading of
areas and before beginning the application of fertilizer and ground
limestone, the contractor shall repair such damage. This may include
filling gullies, smoothing irregularities, and repairing other incidental
damage.
0044-3 3 APPLYING FERTILIZER AND GROUND LIMESTONE. Following ground
I
I
I
I
I
I
T-904-2
II
' ITEM T-904 SODDING
' surface preparation, fertilizer shall be uniformly spread at a rate which
will provide not less than the minimum quantity of each fertilizer
ingredient, as stated in 904-2.3. Ground limestone shall then be spread at
' a rate which will provide not less than the minimum quantity as determined
by the lime requirement test. These materials shall be incorporated into
the soil to a depth of not less than 2 inches by discing, raking, or other
' methods acceptable to the engineer. Any stones larger than 2 inches in any
diameter, large clods, roots, and other litter brought to the surface by
this operation shall be removed.
904-3.4 OBTAINING AND DELIVERING SOD. After inspection and approval of
the source of sod by the engineer, the sod shall be cut with approved sod
cutters to such a thickness that after it has been transported and placed on
the prepared bed, but before it has been compacted, it shall have a uniform
thickness of not less than 2 inches. Sod sections or strips shall be cut in
uniform widths, not less than 10 inches, and in lengths of not less than 18
inches, but of such length as may be readily lifted without breaking,
tearing, or loss of soil. Where strips are required, the sod must be rolled
without damage with the grass folded inside. The contractor may be required
to mow high grass before cutting sod.
The sod shall be transplanted within 24 hours from the time it is stripped,
unless circumstances beyond the contractor's control making storing
necessary. In such cases, sod shall be stacked, kept moist, and protected
from exposure to the air and sun and shall be kept from freezing. Sod shall
be cut and moved only when the soil moisture conditions are such that
favorable results can be expected. Where the soil is too dry, permission to
cut sod may be granted only after it has been watered sufficiently to
moisten the soil to the depth the sod is to be cut.
904-3.5 LAYING SOD. Sodding shall be performed only during the seasons
when satisfactory results can be expected. Frozen sod shall not be used and
sod shall not be placed upon frozen soil. Sod may be transplanted during
periods of drought with the approval of the engineer, provided the sod bed
is watered to moisten the soil to a depth of at least 4 inches immediately
prior to laying the sod.
The sod shall be moist and shall be placed on a moist earth bed. Pitch
forks shall not be used to handle sod, and dumping from vehicles shall not
be permitted. The sod shall be carefully placed by hand, edge to edge and
with staggered joints, in rows at right angles to the slopes, commencing at
the base of the area to be sodded and working upward. The sod shall
immediately be pressed firmly into contact with the sod bed by tamping or
rolling with approved equipment to provide a true and even surface, and
insure knitting without displacement of the sod or deformation of the
surfaces of sodded areas. Where the sod may be displaced during sodding
operations, the workman when replacing it shall work from ladders or treaded
planks to prevent further displacement. Screened soil of good quality shall
be used to fill all cracks between sods. The quantity of the fill soil
shall not cause smothering of the grass. Where the grades are such that the
flow of water will be from paved surfaces across sodded areas, the surface
T-904-3
I
ITEM T-904 SODDING I
of the soil in the sod after compaction shall be set approximately 1 inch
below the pavement edge. Where the flow will be over the sodded areas and
onto the paved surfaces around manholes and inlets, the surface of the soil
in the sod after compaction shall be placed flush with pavement edges. ,
On slopes steeper than 1 vertical to 2-1/2 horizontal and in V-shaped or
flat -bottom ditches or gutters, the sod shall be pegged with wooden pegs not
less than 12 inches in length and have a cross-sectional area of not less
than 3/4 -square inch. The pegs shall be driven flush with the surface of
the sod.
904-3.6 WATERING. Adequate water and watering equipment must be on hand
before sodding begins, and sod shall be kept moist until it has become
established and its continued growth assured. In all cases, watering shall
be done in a manner which will avoid erosion from the application of
excessive quantities and will avoid damage to the finished surface.
904-3.7 ESTABLISHING TURF.
(a) General. The contractor shall provide general care for the ,
sodded areas as soon as the sod has been laid and shall continue until final
inspection and acceptance of the work.
(b) Protection. All sodded areas shall be protected against
traffic or other use by warning signs or barricades approved by the
engineer.
(c) Mowing. The contractor shall mow the sodded areas with
approved mowing equipment, depending upon climatic and growth conditions and
the needs for mowing specified areas. In the event that weeds or other
undesirable vegetation are permitted to grow to such an extent that, either
cut or uncut, they threaten to smother the sodded species, they shall be
mowed and the clippings raked and removed from the area.
904-3,8 REPAIRING. When the surface has become gullied or otherwise
damaged during the period covered by this contract, the affected areas shall
be repaired to re-establish the grade and the condition of the soil, as
directed by the engineer, and shall then be resodded as specified in '
904-3.5.
Measurement and Payment
904-4.1 Sodding will not be measured for separate payment.
I
T-904-4 I
ITEM T-904 SODDING
TESTING AND MATERIAL REQUIREMENTS
Test and short title Material and short title
None None
NOTE: Others as required by referenced specifications.
T-904-5
ITEM T-905 TOPSOILING
905-1,.lThis item shall consist of
topsoil application, removing topsoil
to be stripped on the site or from
placing and spreading the topsoil on p
specification at the locations shown
engineer.
preparing the
from designated
approved source:
repared areas in
on the plans or
Materials
ground surface for
stockpiles or areas
off the site, and
accordance with this
as directed by the
905-2.1 TOPSOIL. Topsoil shall be the surface layer of soil with no
admixture or refuse or any material toxic to plant growth, and it shall be
reasonably free from subsoil and stumps, roots, brush, stones two (2 inches
or more in diameter), clay lumps or similar objects. Brush and other
vegetation which will not be incorporated with the soil during handling
operations shall be cut and removed. Ordinary sods and herbaceous growth
such as grass and weeds are not to be removed but shall be thoroughly broken
up and intermixed with the soil during handling operations. The topsoil or
soil mixture, unless otherwise specified or approved, shall have a pH range
of approximately 5.5 pH to 7.6 pH, when tested in accordance with the
methods of testing of the Association of Official Agricultural Chemists in
effect on the date of invitation of bids. The organic content shall be not
less than 3% nor more than 20% as determined by the vet -combustion method
(chromic acid reduction). There shall be not less than 20% nor more than
80% of the material passing the 200 mesh sieve as determined by the wash
test in accordance with AASHTO T 11.
Natural topsoil may be amended by the Contractor with approved materials and
methods to meet the above specifications.
905-2.2 INSPECTION AND TESTS. Within 10 days following acceptance of the
bid, the engineer shall be notified of the source of topsoil to be furnished
by the contractor. The topsoil shall be inspected to determine if the
selected soil meets the requirements specified and to determine the depth to
which stripping will be permitted. At this time, the contractor may be
required to take representative soil samples from several locations within
the area under consideration and to the proposed stripping depths, for
testing purposes as specified in 905-2.1.
905-3.1 EOUIPMENT.
Areas to be topsoiled shall be
shown on the
plans. If
topsoil is
available on the site, the location of the
stockpiles or areas to
be stripped
of topsoil and the stripping depths shall
be shown on
the plans.
Suitable equipment necessary for proper preparation and treatment of the
ground surface, stripping of topsoil, and for the handling and placing of
all required materials shall be on hand, in good condition, and approved by
the Engineer before the various operations are started.
905-3.2 PREPARING THE GROUND SURFACE. Immediately prior to dumping and
T-905-1
I
ITEM T-905 TOPSOILING '
spreading the topsoil on any area, the surface shall be loosened by discs or
spike -tooth harrows, or by other means approved by the engineer, to a
minimum depth of 2 inches to facilitate bonding of the topsoil to the
covered subgrade soil. The surface of the area to be topsoiled shall be
cleared of all stones larger than 2 inches in any diameter and all litter or
other material which may be detrimental to proper bonding, the rise of
capillary moisture, or the proper growth of the desired planting. Limited
areas, as shown on the plans, which are too compact to respond to these
operations shall receive special scarification.
Grades on the area to be topsoiled which have been established by others as
shown on the plans, shall be maintained in a true and even condition. Where
grades have not been established, the areas shall be smooth -graded and the
surface left at the prescribed grades in an even and properly compacted
condition to prevent, insofar as practical, the formation of low places or
pockets where water will stand.
905-3.3 OBTAINING TOPSOIL. Prior to the stripping of topsoil from
designated areas, any vegetation, briers, stumps and large roots, rubbish or
stones found on such areas, which may interfere with subsequent operations,
shall be removed using methods approved by the engineer. Heavy sod or other
cover, which cannot be incorporated into the topsoil by discing or other
means shall be removed.
When suitable topsoil is available on the site, the contractor shall remove
this material from the designated areas and to the depth as directed by the
engineer. The topsoil shall be spread on areas already tilled and
smooth -graded, or stockpiled in areas approved by the engineer. Any topsoil
stockpiled by the contractor shall be rehandled and placed without
additional compensation. Any topsoil that has been stockpiled on the site
by others, and is required for topsoiling purposes, shall be removed and
placed by the contractor. The sites of all stockpiles and areas adjacent
thereto which have been disturbed by the contractor shall be graded if
required and put into a condition acceptable for seeding.
When suitable topsoil secured off the airport site, the contractor shall
locate and obtain the supply, subject to the approval of the engineer. The
contractor shall notify the engineer sufficiently in advance of operations
in order that necessary measurements and tests can be made. The contractor
shall remove the topsoil from approved areas and to the depth as directed.
The topsoil shall be hauled to the site of the work and placed for
spreading, or spread as required. Any topsoil hauled to the site of the
work and stockpiled shall be rehandled and placed without additional
compensation. '
905-3.4 PLACING TOPSOIL. The topsoil shall be evenly spread on the
prepared areas to a uniform depth of 2 inches after compaction, unless
otherwise shown on the plans or stated in the special provisions. Spreading
shall not be done when the ground or topsoil is frozen, excessively vet, or
otherwise in a condition detrimental to the work. Spreading shall be
carried on so that turfing operations can proceed with a minimum of soil
T-905-2 ,
ITEM T-905 TOPSOILING
preparation or tilling.
After spreading, any large, stiff clods and hard lumps shall be broken with
a pulverizer or by other effective means, and all stones or rocks (2 inches
or more in diameter), roots, litter, or any foreign matter shall be rakid up
and disposed of by the contractor. After spreading is completed, the
topsoil shall be satisfactorily compacted by rolling with a cultipacker or
by other means approved by the engineer. The compacted topsoil surface
shall conform to the required lines, grades, and cross sections. Any
topsoil or other dirt falling upon pavements as a result of hauling or
handling of topsoil shall be promptly removed.
Measurement and Payment
905-4.1 Topsoil will not be measured for separate payment.
TESTING AND MATERIAL REQUIREMENTS
Test and short title Material and short title
AASHTO T 11 --Gradation
None
T-905-3
i
a
I�p`ri; 1/5/89
AAA_
5t
i�
PRODUCER
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
First Security Insurance Agency
NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND,
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
P.O. Box 1010
Fayetteville, AR 72702
COMPANIES AFFORDING COVERAGE
COMPANY USF& G INSURANCE COMPANY
A
LETTER
COMPANY
INSURED
LETTER
CITY OF FAYETTEVILLE
COMPANY C
FAYETTEVILLE AIRPORT
LETTER
HWY 71 South
COMPANY
Fayetteville, AR 72701
LETTER
COMPANY
I
LETTER -
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD iNDICATED,
NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY
CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS. AND CONDI-
TIONS OF SUCH POLICIES.
CO
TR
TYPE OF INSURANCE
POLICY NUMBER
PDLICV FC°ECTI1'E
DATE IMMeDp.YYI
PO!ICv EXPIRATlDrt
ODD
ALL LIMITS IN THOUSANDS
L'I
GENERAL LIABILITY
GENERAL AGGREGAT_ p555Q ,
COMMERCIAL GENERAL LIABILITY
PPUD'JGTSGOMPIOPS AGGREGATE 5"
a,
A!KS 6:ADE �DcruRREGti`
RE'nSONAL A AD\'ERTI9'1G IIIJURy
EACH Dc`GRR`NCE S500 ,
pt„Es B s cD.Ta cTURs PP Ec:r:E
OCP 11175725000
1-5-89
1-5-90
FIFE DAMAGE (ANY ONE FIREI 5
MED,CAL EXPENSE AI:V ONE PERSO'r S
AUTOMOBILE
LIABILITY
.»
ANY AUTO
CGS`
IS
,
ALL OWNED AUTOS
1"
9DD!:Y
SCHEDULED AUTOS
,PER PERSD\II
s
HIRED AUTOS
I
.,;
NON -OWNED AUTOS
P.5
AcaDEvn
$
GARAGE LIABILITY
g._.
PROPERTY
DAMAGE
EXCESS LIABILITY
AGGP&]An
P .
$DCGl1PRErvGE
$
OTHER THAN UMBRELLA FORN!
STATUTORY
WORKERSCOMPENSATION
_
S,+ � IEALn AGPUE!:TI
•`
AND
$ I OIS:ASE PDLICi LiMITI
EMPLOYERS' LIABILITY
,b" ID,SEA5 .EACF EMPLOYEE)
OTHER
�
DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONSISPECIAL ITEMS
NAMED ADDITIONAL INSURED: GARVER + GARVER P.O. BOX C-50 Little Rock, AR 72203
Contractor on job: Northwest Electric
P.O. BOx 694 Fayetteville, AR 72702
GARVER + GARVER
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX
P.O. BOX C-50
PIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO
LITTLE ROCK, AR 72203
MAIL10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT. UT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LIA LI Y OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES.
AUT O ZED REPRESENTATIVE
I____
r
if
_
_
F.
I.
First Security Insurance Agency
P.O. Box 1010
Fayetteville, AR 72702
Northwest Electric Inc.
P.O. Box 694
Fayetteville, AR 72702
PRO/BRO I PRO/BRO 2 CUSTOMER NO. INSUREDS NAME IF DIFFERENT FROM CUSTOMER FILE
NOR500
SPECIAL CODES
2 3 POLICY NUMBER
1MP07802904001
3906384888
COMMISSION BUSINESS COMPANY
AGY PRO/BRO I PRO/BR02 ` CODE TRAM CODE
nvCiCL NOME
DATE
4-29-88
PLEASE RETURN
THIS PORTION WITH
YOUR PAYMENT
EFFECTNE DATE RENEWAL DATE INVOICE NUMBER
MO .DAY.YR. MO: DAY-YR.
4 -29 -BB 4-29-89
5-9-88 4-29-89
PREMIUM DUE ON
DESCRIPTION OF COVERAGE EFFECTIVE DATE OF POLICY
PACKAGE POLICY & WORKERS COMPENSATION POLICY
-.w.fl .n w3Y�%-3YYa{Y'1>.�K�'-11. tau w...•
• 1
INSURED
Northwest Electric, Inc.
P.O. Box 694
Fayetteville, AR 72702
I.r 11 1� t�` 12-13-88_
THIS_ CEFTIFICt.TE IS ISSUED AE L ML"E1, Or INLORMLTI'-^ ON:Y ANC. CONFEPS
N': RIGHTS UPOr: 1HE CERTIFICATE HOLDEF. THIS CERTIFICLTE DOES NOT AMEN'.`.
EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
COMPANIES AFFORDING COVERAGE
COMPANY
LETTER United States Fidelity and
COMPANY B
LETTER
COMPANY `.
LETTER
COMPANY
LETTER
COMPANY
LETTER
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REQUIREMENT. TERM. OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY
BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS. AND CONDt.
CO
ICY FPFCIVI
POLICY FYPiRAT101.
ALL LIMITS IN THOUSANDS
TYPE OF INSURANCE
POLICY NUMBER
OT[ 1+.:619OTt'I
O� E R LDONYt
n
I
GD:: PAt AGG 1EGAIE Is 500
GENERAL LIABILITY
AGGREGATI I S 500
COMMERCIAL GERERL'L LIABILITY
ngOo'JCTS.C;JPIOPS
^=PSN+a a :.1n4=..Sl1 G I:uI"I S 500
A
x
CLAIMS Al -0E I A%co?=='+GE.
1 MP07802904001
4-29-88
4-29-89
OV/LERS L COIUTR;COPS PROTECTIVE
IFAt,
GCGURPE::Ci S 500
![RC G4L:=GF 141:1' OCi PRu IS 50,
AFRICA: EXPENSE IRIY OBE 'ERSO:1 S 5
AUTOMOBILE
LIABILITY I
I
IC5:
A
A' UTO
1MP07802904001
4-29-88 14-29-89
5 500,4.
x
k
ALL OWNED AUTOS
EuJ_Y I
II4JB'�
o c E SONI1
SCHEDULED AUTOS
S
BOD':Y
I:�uar
HIRED AUTOS
P.
NON-OVA:ED AUTOS
I
Arno^r is
•'
I
IH
'
GARAGE LIABeIrr,
O MAGE
L14uE p
J
EXCESS LIABILITY
OCR,�ESGE
III
is
OTHER THAN UMBRELLA FORM
I
STATUTORIy',
•
WORKERS' COMPENSATION
J 100, �: ",-.."`•I +
AND
39 06384888
15-9-88
4-29-89
s 50,:,S;s_.= :'
EMPLOYERS' LIABILITY
1 0 Iu:5F-TEE - OiFu
5 F
OTHER
DESCRIPTION OF OPERAT IONS I LOCATIONS! VEHIC! ES/ RESTRICTIONS! SPECIAL ITEMS
City of Fayetteville
Fayetteville Airport
Hwy 71 south
Fayetteville, AR 72702
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EX-
flop,,DATE THEREOF. THE ISSUING COMPANY VJILL ENDEAVOR TO
MAIL 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE
LEFT RUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
LI 31! 'Y OF ANY KING UPON THE COMPANY. ITS AGENTS OR REPRESENTATIVES.
7tL Lt(7 __