HomeMy WebLinkAbout23-92 RESOLUTION•
•
RESOLUTION NO. 23-92
A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE A CONTRACT WITH MERIT
ELECTRIC, AS LOW BIDDER FOR AIRFIELD LIGHTING
RENOVATION IN THE AMOUNT OF $202,942.50 ALONG
WITH CHANGE ORDER NO. 1 FOR $2,067.30, FOR A
TOTAL AMOUNT OF $205,009.80.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby
authorized and directed to execute a contract with Merit Electric,
as low bidder for airfield lighting renovation in the amount of
$202,942.50 along with Change Order No.1 for $2,067.30, for a total
amount of $205,009.80. A copy of the contract authorized for
execution hereby is attached hereto marked Exhibit "A" and made a
part hereof.
PASSED AND APPROVED this 18th day of February , 1992.
ATTEST:
By:/C1'%•
City CVterk
APPROVED:
By:
Mayor
•
CONTRACT
STATE OF ARKANSAS
CITY OF FAYETTEVILLE
•
THIS AGREEMENT, made and entered into this 18th day of
February , 1992 by and between the City of Fayetteville.
Arkansas, Party of the First Part, hereinafter called the OWNER and
Merit Electric, Inc., Fayetteville. Arkansas, Party of the Second
Part, hereinafter called the CONTRACTOR.
WITNESSETH THAT:
WHEREAS, the OWNER has called for bids for the construction of
Renovations to Runway and Taxiway Lighting Systems at Drake Field
as set out in the Specifications and Plans No. FY912127 and,
WHEREAS, the CONTRACTOR agrees with the Owner to commence and
complete the installation of runway and taxiway lights, electrical
cable ducts, and related electrical work, and trenching and all
miscellaneous related work for a finished job, the unit prices bid
in the Proposal estimated quantities included on the Bid Proposal
Sheet, for the Additive Alternate Base Bid made part of this
Contract, and Change Order No. 1, the total being not to exceed
($211.542.50).
Such sum being the agreed amount upon which bonds and liabilities
are based, and at his own cost and expense furnish all materials,
supplies, labor, machinery, equipment, tools, supervision, bonds,
insurance, taxes, permits, and other accessories and services
necessary to complete the said construction in accordance with the
conditions and prices stated in the Proposal attached hereto and
made a part hereof, and in accordance with the General Provisions
and Specifications, and in accordance with the Plans, which include
all maps, plats, blueprints, and other drawings, and written or
printed explanatory matter hereof.
The CONTRACTOR agrees to fully complete all work under this
Contract within 120 calendar days. The OWNER agrees to pay the
CONTRACTOR in current funds for the performance of the Contract in
accordance with the accepted Proposal therefore, subject to
additions and deductions, as provided in the Specifications, and to
make payment on account thereof as provided below:
As soon as is practicable after the first of each calendar
month, the OWNER will make partial payments to the CONTRACTOR for
work performed during the preceding calendar month, based upon the
Engineer's estimate of work completed, said estimate being
Contract - 1
ANCiehand
(yWlflnQ
Engl.
Incorporated
ray,•t,w'b, Arkansas
•
certified by the CONTRACTOR and accepted by the OWNER. Except as
otherwise provided by law, ten percent (10%) of each approved
estimate shall be retained by the OWNER until 50 percent project
completion at which time no additional retainage will be retained
without reasonable justification by the OWNER or his
representative. Upon final completion and acceptance by the OWNER
and ENGINEER, the ENGINEER shall then issue a Final Estimate of
work done based upon the original contract and subsequent changes
made and agreed upon, if any.
Time is hereby expressly declared to be of the essence of this
contract, and the time of beginning, manner of progress and time of
completion of the work hereunder, shall be and are essential
conditions hereof.
The CONTRACTOR agrees to commence the work within ten (10)
calendar days from the date of the issuance of the Notice to
Proceed, and to proceed with the construction of the work and to
prosecute the work with an adequate force and in a manner so as to
complete the work within the time stipulated herein. If the
Contractor fails to complete the contract within the time
stipulated herein, the CONTRACTOR agrees to pay the OWNER, as
liquidated damages, the sum of three hundred and sixty dollars
($360.00) per day for each calendar day of delay in completion,
said amounts being fixed and agreed upon by and between the parties
hereto, in addition to the overtime observation as defined in the
"Special Provisions".
Because of the impracticability and extreme difficulty in fixing
and ascertaining the actual damages the OWNER would in such event
sustain, said amounts are to be presumed by the parties to this
contract to be the amounts of damage the OWNER would sustain. The
Liquidated Damages shall apply to the Localizer downtime and to the
total construction time stated by the Contractor in the Proposal.
Said amounts of liquidated damages shall be deductible from any
amount due the CONTRACTOR under Final Estimate of said work, after
the completion thereof, and CONTRACTOR shall be entitled only to
the Final Estimate, less such amounts of liquidated damages.
If the CONTRACTOR is delayed at any time in the progress of
the work by any act or neglect of the OWNER or of his employees, or
by any other CONTRACTOR employed by the OWNER, or by changes
ordered in the work, or by strikes, lockouts, fire, unusual delay
in transportation, unavoidable casualties or any causes beyond the
CONTRACTOR's control, or by delay authorized by the Engineer
pending arbitration, or by any cause which the Engineer shall
decide to justify the delay, then the time of completion may be
extended for such reasonable time as the Engineer may decide in
concurrence with the FAA.
Contract - 2
McClelland
OmmiIlIng
Incorporated
Fayorra.+uo, Arkansas
No such extension shall be made for delay occurring more than
seven (7) days before a claim therefore is made in writing to the
Engineer. In the case of a continuing cause of delay, only one
claim is necessary.
In the event the CONTRACTOR abandons the work hereunder or
fails, neglects or refuses to continue the work after ten (10) days
written notice, given the CONTRACTOR by the OWNER or by the
ENGINEER, then the OWNER shall have the option of declaring this
contract at an end, in which event, the OWNER shall not be liable
to the CONTRACTOR for any work theretofore performed hereunder; or
requiring the surety hereto, upon ten (10) days notice, to complete
and carry out the contract of the CONTRACTOR, and in that event,
should the surety fail, neglect or refuse to carry out said
contract, said OWNER may complete the contract at its own expense,
and maintain an action against the CONTRACTOR and the surety hereto
for the actual cost of same; together with any damages or other
expense sustained or incurred by the OWNER in completing this
contract less the total amount provided for hereunder to be paid
the CONTRACTOR, upon the completion of this Contract.
The Contractor agrees that only
manufactured products will be used
subcontractors, materialmen, and suppliers
this contract, as defined in (a) below.
(a)
domestic steel and
by the Contractor,
in the performance of
The following terms apply to this clause:
1. Steel and manufactured products. As used in
this clause, steel and manufactured products
include (1) those produced in the United
States, if the cost of its components mined,
produced or manufactured in the United States
exceeds 60 percent of the cost of all its
components and final assembly has taken place
in the United States.
2. Components. As used in this clause,
components means those articles, materials,
and supplies incorporated directly into steel
and manufactured products.
3. Cost of Components. This means the costs for
production of the components, exclusive of
final assembly labor costs.
This Contract shall
representatives, successors,
including the surety.
be binding upon the heirs,
or assigns of the parties hereto,
Contract - 3
ConebttoM
(gineer /
Enlh.nnfo
InaarakraNa
Fn)+1Nr ns, Arkansan
T
•
IN WITNESS
their hands and
(SEAL)
WITNESSES:
(SEAL)
ATTEST:
WHEREOF, the OWNER and CONTRACTOR have hereto set
seals respectively.
•
•
City Clerk
FIRM NAME:J9erit Electric. Inc.
BY: , b,s 'VT?
(TITLE)
Cityof Fayettevilleye
Fayye%«t{
BY.
as
Fred Vorsanger (M
Contract - 4
MCGIM Ilnnd
c Conwltng
Enanura
Inaroxa/sG
VcyWt vPl•, Atones
OWNER: City of Fayetteville
113 W. Mountain Street
Fayetteville, Arkansas
PROJECT: Renovation of Runway and
Taxiway Lighting System,
Drake Field
Fayetteville, Arkansas
CONTRACTOR: Merit Electric, Inc.
P.O. Box 150
Morrilton, AR 72110
Change Order No. 1
AIP 3-05-0020-16
Date: 11-15-91
Project No.FY912127
The following Changes to the Contract are hereby ordered:
1. Increase the quantity for light bases Item A-1 to
be placed at an approximate 500 foot spacing on
taxiway lighting systems. These light bases will
allow easier access to light transformers and
maintenance. Add 28 light bases. The total
quantity for Item A-1 is to be 102 at $159 each.
Add $ 2,862.00
2. Reduce the quantity of Metal
account for the increase in
$44.15 each.
Decrease
Stakes for Item A-3 to
light bases to 192 at
Original Contract Amount
Previous Change Order Amount
Change Order Will Increase
Contract Amount By
Revised Contract Amount
The Contract Time will be increase by 0
Contract Time 120 calendar days.
CONTRACTOR:
Merit Electric, Inc.
$ 794.70
$202,942.50
0.00
2.067.30
$205,009.80
calendar
By: ti'.`
ENGINEER:
McClelland Consulting, Eng.), Inc
By:
OWNER:
City of Fayetteville
By:
days.
Date
1i -h-%1
Date
Date
•
•
•
OWNER: City of Fayetteville
113 W. Mountain Street
Fayetteville, Arkansas
PROJECT: Renovation of Runway and
Taxiway Lighting System,
Drake Field
Fayetteville, Arkansas
CONTRACTOR: Merit Electric, Inc.
P.O. Box 150
Morrilton, AR 72110
Change Order No. 1
AIP 3-05-0020-16
Date: 11-15-91
Project No.FY912127
The following Changes to the Contract are hereby ordered:
1. Increase the quantity for light bases Item A-1 to
be placed at an approximate 500 foot spacing on
taxiway lighting systems. These light bases will
allow easier access to light transformers and
maintenance. Add 28 light bases. The total
quantity for Item A-1 is to be 102 at $159 each.
Add $ 2,862.00
2. Reduce the quantity of Metal Stakes for Item A-3 to
account for the increase in light bases to 192 at
$44.15 each.
Decrease $ 794.70
Original Contract Amount
Previous Change Order Amount
Change Order Will Increase
Contract Amount By
Revised Contract Amount
The Contract Time will be increase by 0
Contract Time 120 calendar days.
CONTRACTOR:
Merit Electric, Inc.
1I
By: _ , it�•�
ENGINEER:
McClelland Consulting, F,rq,, Inc
By:
OWNER:
City of Fayetteville
By:
$202,942.50
0.00
2.067.30
$205,009.80
calendar days.
fi ii
Date
2/-/ ./1-9/
Date
Date
•
•
•
ON
s 2122-
Orr
0.031001 PYA
1601•6
42-202
24016.4-e_
0
• 4
8W
OaHI Y
U2 W
Y
WS
Wft
-1 YW
iN
p� e1
22
3
t
QW
W
V W
acts
Y V •-1
ui
ISP•
JY W
N 2
4.1N
•
U W
UX
xW
Ktour W
W�
-
a
Y•
8 88 88
Co:
31 �o
x 0 0 J
M M N »
3
888 881 8 8 C-
S 4 8It Ngm
1
N x N O N N YN
x10
YN
1i
8
N
8
8 8 8 M N S O N O 8 8 8
»x 28 s A rig ti1r13
N N N
N
8 8 8 8 8 8
8 g 8
N MYN•Dl O •pp. 1rry� M
N M M M
8 0 O
0 r
N
•C tt'J MI M YI
N N M
8
5
M 8
§
0
8 ppb .p8• 8 88
8 8 8
O VI O Pry§ nFA
» t x M M M
8 8 8 8 8
NO 8 8 E
MN
e.Fit
V N
N N x M
8 uu
s-
88
.77
8 8
in
S R
•
•
•
•
•
Y
N
11
1
11
•
•
1
8 8 8 8.8 8.8 llp8
g8 yy• P N g 2 5 a108y F P N.
S^
N N M x M M yy
Y
a mow 8
KOJUW 212
MOA 11-2 -PO NJ � tN •-•GN 0� F.lug 3
8
N
x
888g88238 .e8a.pp 8 8 10y 8 .0 8 O 8 Y
M M N M N N N M O IA\I N
N 0
3. 88xS8pa� 8M 8
8 8.8C 8 8 8 8
M P H Y 10AN N 3
:Hi 4
ryO �J�yy ryJ
N N N
8�8 88
«8 N.pp3
» M
8
N
08 888 88 8 8 888 88
9 s 8UN § g 8 r- c � 8
U• • W M x N N Iy if 0 M M N N N
iyU_W p 8 pp 10 8 v M 8 8 x p O p p
JK
CsNgx ««» 89 8 8 888 g
~ M N M
16
i • W
0< 8
W W
WI 7
YJA OM,
AA1-1 0
t
FY
i
8
W
1-
880
P 1
N N
8 8•
O O
r n/
✓O 10
N
8 8 .N- O �: M
Ns ss
» N
W W W J J
O O O. 0 O
N N OOp
N .O
J V
8 8 8p
=Ix
0 0 0
8
A88N
•
•
•
C
•
•
•O
1112
MN
y•N
14.
8
5
i
888 88 8 8
. »
< LL N
W J J
M 8
N w .N
J O2 J
N -
•
1-
X
ta
3
2 A N
0 p 2- W 2 0_
.412
O O l� W U U
W O W W =
O^ J J a�DJy� W ^
N
it
NJ A 2 A Z Y•J t D y ip MV
N Ni O Ili WA'
1
Of
IK0 A W Z 02 AAA A N < 4-
•• J J 2 J
T K O G Z • 2 l6l .E
Y W• F O mcW _< W 0J
4 4 Z 1~ IA/ CA J T'O F< L'F�w, J< al
< m 3
i t i `N Z W
K 2't F M 2 au OiU W d N<
N MC NC A
O r N M
O O• A A r A
•
• N
•
S
W M
2s
8 N
W
8
t
3
8
2
8 O
W
8 IIN
• �pp 11
•
u A0y01
N O C
x IF- 11 N Ilco 040ei112
M
08
M
Y
U
8.E
•
N
Y
a
4
W
W
•
8
5
8 18
•
4 15
UI 8
4
H N
2
W
8
M
M
S
W
2
W
6
3
t
a
W
2
W
t
a
0
2
W
E
YC
8 c �On 8i8
O• WV ILI
J pO•Y
•
N Ylpy 'J pNp YpN
3r
O
• . ',
McClelland Consulting Engineers, Inc.
P. 0. Box 1229, Fayetteville, Arkansas 72702-1 22 9
(501) 443-2377 FAX (501) 443-9241
March 23, 1992 FY912127
Ms. Sherry Thomas
City Clerk
City of Fayetteville
113 W. Mountain Street
Fayetteville, Arkansas 72701
Re: Lighting and Taxiway Renovation
Drake Field
Dear Ms. Thomas:
Enclosed please find a complete set of contract documents on the
above referenced project which were approved at the February 18
Board Meeting for your file.
If there are any questions regarding these documents, please
contact us.
Sincerely,
LA'D CONSULLING ENGINEERS, INC.
RWJ/jm
Enclosure: Contract Documents
cc: Dale Frederick, Airport Manager
1
1
1
1
1
1
. DRAKE FIELD
1
1 FAYETTEVILLE MUNICIPAL
AIRPORT
1
1
1
1
1
1
1
1
1
1
CONSTRUCTION SPECIFICATIONS
FOR
RENOVATION OF
RUNWAY AND TAXIWAY
LIGATING SYSTEMS
AT
FAYETTEVILLE, ARKANSAS
Project NO. FY912127
AIP PROJECT NO.
3-05-0020-16
AUGUST, 1991
Prepared By:
McClelland Consulting EagSeers, Inc.
1810 North College, P.O. Box 1229
Fayetteville, Arkansas 72701
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
ADDENDUM NO. 1
Construction Plans and Specifications
For
Renovation of
Runway and Taxiway Lighting Systems
DRAKE FIELD
FAYETTEVILLE MUNICIPAL AIRPORT
AIP PROJECT NO. 3-05-0020-16
FY912127
The original Plans and Specifications dated August, 1991 for the
project area amended as noted in this Addendum. Receipt of this
Addendum shall be acknowledged on the Proposal. This Addendum
consists of 1 pages.
Item 1 Bid Item No. 8 in the Proposal is revised to read
"...L828, Class I, Style I."
Item 2 Paragraph 125-1.3 of Section L-125 INSTALLATION OF
AIRPORT LIGHTING SYSTEMS is revised to read
"...L828, Class I, Style I."
Item 3 Paragraph 125 - 2.7 REGULATORS of SECTION L-125
INSTALLATION OF AIRPORT LIGHTING SYSTEMS is revised
to read "...shall be size 15kw, Type I, Class I,
Style I."
Item 4 Specification Section ELECTRICAL ENCLOSURE is
hereby removed from the Specifications.
Item 5 The identification tag for each light as described
on Plan Sheet 7 is revised as follows:
The sign shall be .040" aluminum with a
baked enamel finish with a maximum 6
inches wide by 5 -inches high size. The
colors may be either blue letters on a
white background or black letters on a
yellow background. The letters shall be
suitable for outside use with a minimum
expected life of 10 years. The letter
style shall be Gothic.
Except as expressly amended herein, the Plans and Spec'fications
shall remain in effect as originally released.
September 17. 1991
1
CONSTRUCTION SPECIFICATIONS
1
RENOVATION OF
RUNWAY AND TAXIWAY
FOR
LIGHTING SYSTEMS
AT
1 DRAKE FIELD
1
FAYETTEVILLE MUNICIPAL
AIRPORT
FAYETTEVILLE, ARKANSAS
Project NO. FY912127
AIP PROJECT NO.
3-05-0020-16
AUGUST, 1991
1 Prepared By:
McClelland Consulting Engineers, Inc.
' 1810 North College, P.O. Box 1229
Fayetteville, Arkansas 72701
1
1
r1
11
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
I�
TABLE OF CONTENTS
SECTION
Notice to Contractors
Instructions to Bidders
Proposal
Notice of Award
Equal Opportunity Certification
Contract
Notice to Proceed
Performance Bond
Payment Bond
Federal Wage Decision
State Wage Decision
Wage, Labor, EEO, & Safety Requirements
General Provisions (FAA Standards, as revised
for this project)
Section 10.
Section
Section
Section
Section
Section
Section
Section
Section
Definition of Terms
20. Proposal Requirements and Conditions
30. Award and Execution of Contract
40. Scope of Work
50. Control of Work
60. Control of Materials
70. Legal Relations and
Responsibility to Public
80. Prosecution and Progress
90. Measurement and Payment
Special Provisions
General
Description of the Project
Coordination of the Work
Safety Requirements and Construction Procedures
Identification of "Engineer"
Authority of Engineer
Limitations of the Engineers Responsibilities
Engineer's Visits to the Site
PAGE NO.
1-4
1-7
1-9
1-2
1-3
1-4
1
1-2
1-2
1
1
1-21
1-54
1-5
6-9
10-11
12-16
17-23
24-27
28-37
38-45
46-54
1
1
1
1-9
10
10-11
11
11
M.UI•mr1
est a v1 jpn{y:4f0
Enp.nsrs
•GJIRIIl9., hnonsoI
TABLE OF CONTENTS
(Continued)
SECTION PAGE NO,
Special Provisions (Continued)
Contractor's Examination 12
Arrangement of Specifications and Plans 12
Workmen 13
Horseplay 13
Insurance 13-18
Subcontractors 18
Contractor's Routine Access to Site 18
Owner -Furnished Materials 18
Quality of Plans 18
Partial Acceptance 19
Progress Schedule 19
Contractor to Perform Construction Staking 20
Work Done Without Lines and Grades 20
Preservation of Monuments and Stakes 20
Other Contractors 20
Record Drawings 21
Publicity 21
Modifications and Waivers 21
Standards 21
Testing 21
Payment for Stored Materials 22
Cost of Plans and Specifications 23
Ownership of Engineering Data 23
Partial Sets of Plans and Specifications
for Subcontractors 23
Damage to Existing Facilities 23
Reporting of Accidents 23
Pre -Construction Conference 23
Waterways 23
Safety and Security 24
Function of the Engineer and Relationship
Between Engineer and Contractor 24-26
Contractor's Responsibility Regarding
Special Application Materials and Products 26
Temporary Facilities 27-28
Permits, Licenses, Laws, Ordinances
Regulations and Taxes 28-29
Mccu u.e
,Ip rN a LOgWI�+a
•
no n
FoHW vW'4, h,.an,as
11
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
TABLE OF CONTENTS
(Continued)
SECTION
PAGE NO.
FAA Standard Specifications (As Revised for this Project)
P-610 Structural Portland Cement Concrete 1-8
T-901 Seeding 1-6
T-905 Topsoiling 1-3
T-908 Mulching 1-3
L-108 Installation of Underground
Cable for Airports 1-6
L-110 Installation of Airport
Underground Electrical Duct 1-4
L-125 Installation of Airport Lighting Systems 1-3
Electrical
Work
16010 General Electrical Work
16050 Basic Electrical Materials
16111 Conduit
16400 Service
Appendices
Appendix A
Appendix B
Appendix C
and
Distribution
and Methods
Approved Airport Lighting Equipement
Safety Requirements Order SW 5200.5
"Buy American" Exclusion Products
1-10
1-8
1-5
1-3
Co',-Cmn.
I9
-ee
EM.rs
'pOtO
'OnnnoyJet Arkansas
•
NOTICE TO CONTRACTORS
/MCCN�fant
Canvl.r.
1�Oarer�/
/.nf.rsUa Arbro�
•
NOTICE TO CONTRACTOR
Notice is hereby given that in pursuance to an order of the City of
Fayetteville, sealed bids will be received at the Purchasing Office
or.2oom 111 of the City Administration Building, 113 West Mountain,
Fayetteville, Arkansas, until 2:00 P.M., on the 19th day of
September, 1991, for the furnishing of all tools and labor, and the
performance of work to be done in renovating the existing runway
and taxiway lighting systems at Drake Field, Fayetteville Municipal
Airport.
Work under this Contract shall include Runway Lights (74), Taxiway
Lights (220), lighting cable (46,000 LF) cable trench (45,000 LF),
new 15KW Regulator.
The location of the work is set out in the Plans and Specifications
to be on file in the offices of McClelland Consulting Engineers,
Inc.: P.O. Box 1229, 1810 N. College Avenue, Fayetteville,
Arkansas. All bids will be opened and considered at a meeting, to
be held in Room 111 at the City Administration Building, 113 West
Mountain, Fayetteville, Arkansas at 2:05 P.M. local time, on the
19th day of Sentember, 1991, and at such adjourned meetings
thereafter as may be necessary.
All necessary work, materials, and every item of construction shall
be in accordance with the Plans and Specifications as prepared by
the Engineer. Copies of the documents may be obtained from the
office of the Engineer upon the payment of the sum of Seventy-five
dollars ( $75.00 ), said payment not being refundable. Pertinent
information and the detailed specifications will be furnished to
suppliers at cost of reproduction.
A Pre -Bid Conference will be held at 1:30 P.M. on September 10th,
1991 at the Airport Managers office in the Terminal Building, Drake
Field, Fayetteville, Arkansas. The purpose of this meeting is to
review the project requirements with the prospective bidders and to
tour the project site.
Bidders shall make such inspection and studies of the site of the
work as to thoroughly familiarize themselves with all conditions to
be encountered.
Notice to Contractors - 1
maw -41
nco
Foy.rr.n"4, Ar.an.a.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Each bid must be accompanied by a surety bond (proposal guaranty)
in the amount equal to five percent (5%) of the whole bid, said
bond to be issued by a surety company licensed to do business in
the State of Arkansas, said bond to be retained as liquidated
damages in case the successful bidder fails, neglects, or refuses
to enter into the contract for the construction of said works, and
furnish the necessary bonds within fifteen (15) days from and after
the date of the Notice of Award.
The successful bidder will be required to furnish separate
performance and payment bonds, in favor of the City of
Fayetteville, Fayetteville, Arkansas, in an amount equal to one
hundred percent (100%) of the contract amount, at the time of the
award of the contract, if said contract exceeds $100,000.
Notice is hereby given that the City of Fayetteville is an Equal
Opportunity employer.
Buy American Requirement. Unless otherwise approved by the FAA,
the sponsor will not acquire or permit any contractor or
subcontractor to acquire any steel or manufactured products
produced outside the United States to be used for any project for
airport development for which funds are to be provided under the
FAA grant.
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 ten (10) 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 of this
solicitation qualifies as a DBE, the contract goal shall be deemed
to have been met. Individuals who are rebuttable presumed to be
socially and economically disadvantaged include women, Blacks,
Hispanics, Native Americans, Asian -Pacific Americans and Asian -
Indian Americans. The apparent successful bidder will be required
to submit its information 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) and shall be submitted with the proposal. 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 non-responsive.
Notice to Contractors - 2
MCCI. Mord
grwlh p,
.
',Immo-Wed
wpo-ae
rnnn,vil.• Arko+,o,
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
The City of Fayetteville reserves the right to reject any and all
bids, and to waive any formalities deemed to be in the best
interest of the Commission.
The proposed contract is under and subject to Executive Order 11246
of September 24, 1965, and to the Equal Opportunity Clause
contained in the Specifications.
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 subcontract exceeds $10,000. Samples of
the Certification and the Notice to Subcontractors appears in the
Specifications.
The attention of all bidders is called to the fact that any
contractor or subcontractor on this project having 50 or more
employees and who may be awarded a contract or subcontract of
$50,000 or more will be required to maintain an Affirmative Action
Program within 120 days of commencement of the contract.
Women will be afforded equal opportunity in all areas of
employment. However, the employment of women shall not diminish
the standards or requirements for employment of minorities.
The Bidder's attention is called to the "Equal Opportunity Clause"
and the "Standard Federal Equal Employment Opportunity Construction
Contract Specifications" set forth herein.
The goals and timetables fcr 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 Females Participation in each trade is 6.9%
Goals for Minority Participation in each trade is 3.3%
These goals are applicable to all the Contractor's construction
work (whether or not it is Federal or federally assisted) performed
in the coverage area. The coverage area for female participation
is nationwide. The coverage area for minority participation is
Baxter, Benton, Boone, Carroll, Madison, Marion, Newton, Searcy,
and Washington counties in Arkansas and Adair and Delaware counties
in Oklahoma.
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
Notice to Contractors - 3
o
MCCbllnnd
Conoou.ng
Fp
FoWlO lJ., drbntoa
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
amount of the subcontract; estimated starting and completion dates
of the subcontract; and the geographical area in which the contract
is to be performed.
Attention is called to the fact that no less than the minimum
salaries and wages as set forth in the Contract Documents must be
paid on this Project.
The Bidder must supply all the information required by the proposal
form.
The attention of all bidders is called to the fact that they must
be licensed under the terms of Act 150 of the 1965 Acts of the
Arkansas Legislature, as amended.
Peggy Bates
Purchasing Officer
City of Fayetteville
Fayetteville, Arkansas
Notice to Contractors - 4
nEN McGoriIQC
Consorng
Ervin's
ft
wmparDaroM1O
Farir4vgy, p.kcmo.
I.
I
1
• INSTRUCTIONS TO BIDDERS
I
I
I
I
I
I
I
I
I' -
MCI.' leM
gMI
•
[gnJ4raJn
MGrIJ uIM
/gNNVHJAfW.na
SECTION 00100
INSTRUCTIONS TO BIDDERS
PARAGRAPH
1.
NO./TITLE
__
PAGE
NO.
FORMAT. . . . . . a a . . . . . . . a . . . . . . . . . . . . a .
. . . . . . . . . . . a . . a . .
1
2.
SPECIFICATION LANGUAGE ..............................
1
3.
GENERAL DESCRIPTION OF THE PROJECT ..................
1
4.
QUALIFICATION OF BIDDERS ............................
1
5.
DOCUMENT INTERPRETATION .............................
1
6.
BIDDER'S UNDERSTANDING ..............................
2
7.
PROJECT MANUAL & DRAWINGS ........................
a 0
2
8.
TYPE OF BID ........................................
2
9.
PREPARATION OF BIDS ................................
3
10.
STATE AND LOCAL SALES AND USE TAXES.................
3
11.
SUBMISSION OF BIDS.............................a...
3
12.
TELEGRAPHIC OR WRITTEN MODIFICATION
OF BIDS ........
4
13.
WITHDRAWAL OF BID ..................................
4
14.
BID SECURITY....................a•...a..............
4
15.
RETURN OF BID SECURITY.......aaa.a.aa
..............0
5
16.
AWARD OF CON:RACT...................................
5
17.
BASIS OF AWARD ....... . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . .
5
18.
EXECUTION OF CONTRACT ..................
a a a a a a a a . a . . a
6
19.
PERFORMANCE AND PAYMENT BONDS .......................
6
20.
FAILURE TO EXECUTE CONTRACT AND FURNISH BOND.........
6
21.
PERFORMANCE OF WORK BY CONTRACTOR ...................
6
22 .
TIME OF COMPLETION ... . . . . . . . . . . . . . . .
. . . . . . . . . . . . . . . .
7
23.
PROVIDING REQUIRED INSURANCE ........................
7
MCC I. Hard
.. •y.j Cones"'o
C .pi n..•.
In cot o oral.A
ronta..,-I*. Ar.ansos
I
I
SECTION 00100
H
I
J
I
I
I
L
I
L
L
I
J
I
I
U
The Contract Documents are divided into parts, divisions, and
sections in keeping with accepted industry practice in order to
separate categories of subject matter for convenient reference
thereto. Generally, there has been no attempt to divide the
Specification sections into work performed by the various building
trades, work by separate subcontractors, or work required for
separate facilities in the project.
"Command" type sentences are used in Contract Documents. These
refer to and are directed to the Contractor.
3. GENERAL DESCRIPTION OF
A general description of the work to be done is contained in the
NOTICE TO CONTRACTORS. The scope is indicated on the accompanying
Drawings and specified in applicable parts of these Contract
Documents.
4. QUALIFICATION OF BIDDERS
The prospective bidders
must meet
the
statutorily
prescribed
requirements before Award
of Contract
by
the Owner.
Before a Contract will be awarded for the work contemplated herein,
the Owner will conduct such investigation as is necessary to
determine the performance record and ability of the apparent low
Bidder to perform the size and type of work specified under this
Contract. Upon request, the Bidder shall submit such information
as deemed necessary by the Owner to evaluate the Bidder's
qualifications.
5. DOCUXENT INTERPRETATION
The Contract Documents governing the work proposed herein consist
of the Drawings and all material bound herewith. These Contract
Documents are intended to be mutually cooperative and to provide
all details reasonably required for the execution of the proposed
work. Any person contemplating the submission of a Bid shall have
thoroughly examined all of the various parts of these Documents,
and should there be any doubt as to the meaning or intent of said
Contract Documents, the Bidder should request of the Engineer, in
writing (received by the Engineer at least 5 working days prior to
bid opening) an interpretation thereof. Any interpretation or
Section 00100 - 1
' Mc[ r cd
i..a• o m Ca-n:"Q
Ewp.,•o, f
nco•pure
Fayrflrrutl, A.kon,ar
L
I
I
I
Ti
J
L
L
I
n
I
I
I
I
I
I
1
I
change in said Contract Documents will be made only in writing, in
the form of Addenda to the Documents which will be furnished to all
Bidders receiving a set of the Documents. Bidders shall submit
with their Proposals, or indicate receipt, of all Addenda. The
Owner or Engineer will not be responsible for any other
explanation or interpretations of said Documents not issued in
writing by Addendum.
DID)l l
Each Bidder must inform himself of the conditions relating to the
execution of the Work, and it is assumed that he will inspect the
site and make himself thoroughly familiar with all the Contract
Documents. Failure to do so will not relieve the successful Bidder
of his obligation to enter into a Contract and complete the
contemplated Work in strict accordance with the Contract Documents.
It shall be the Bidder's obligation to verify for himself and to
his complete satisfaction all information concerning site and
subsurface conditions.
Information derived from topographic maps, or from Drawings showing
location of utilities and structures will not in any way relieve
the Contractor from any risk, or from properly examining the site
and making such additional investigations as he may elect, or from
properly fulfilling all the terms of the Contract Documents.
Each Bidder shall inform himself of, and the Bidder awarded a
Contract shall comply with, federal, state, and local laws,
statutes, and ordinances relative to the execution of the Work.
This requirement includes, but is not limited to, applicable
regulations concerning minimum wage rates, nondiscrimination in
the employment of labor, protection of public and employee safety
and health, environmental protection, the protection of natural
resources, fire protection, burning and nonburning requirements,
permits, fees, and similar subjects.
7. PROJECT MANUAL AND DRAWINGS
No return of
Project
Manual or Drawings
is required and no refund
will be made.
The successful Bidder will be furnished three sets of Documents
without charge. Any additional copies required will be furnished
to the Contractor at $ 75.00 per set. Partial sets will not be
available.
8. TYPE OF BID
Unit prices shall be submitted in the appropriate places on the
Bid. The total amount to be paid the Contractor shall be the total
amount of the unit price items as adjusted based on quantities
Section 00100 - 2
I
ua[r.rlane
• CJn.JIV n0
Ecorn..-f
new 6..-ar.e
Fay.'4 vrd., Ar.ar.a.
I
Li
I
C
I
I
I
I
1]
1]
I
I
[1
I
I
installed and/or any adjustment for additions or deletions
resulting from additive or deductive alternates or change orders
during construction.
All blank spaces in the Bid form must be filled in, preferably in
BLACK ink, in both words and figures where required. No changes
shall be made in the phraseology of the forms. Written amounts
shall govern in cases of discrepancy between the amounts stated in
writing and the amounts stated in figures. In case of discrepancy
between unit prices and totals, unit prices will prevail.
Any Bid shall be deemed informal which contains material omissions,
or irregularities, or in which any of the prices are obviously
unbalanced, or which in any manner shall fail to conform to the
conditions of the published NOTICE TO CONTRACTORS.
Only one bid from
any individual,
firm,
partnership, or
corporation, under the
same or different
names, will be considered.
Should it appear to the Owner that any Bidder is
interested in more
than one bid for work
contemplated, all
bids in
which such Bidder
is interested will be
rejected.
The Bidder shall sign his Bid in the blank space provided therefor.
If Bidder is a corporation, the legal name of the corporation shall
be set forth above, together with the signature of the officer or
officers authorized to sign Contracts on behalf of the corporation.
If Bidder is a partnership or sole proprietorship, the true name of
the firm shall be set forth above, together with the signature of
the partner or partners authorized to sign Contracts in behalf of
the firm. If signature is by an agent, other than an officer of a
corporation or a member of a partnership or sole proprietorship, a
notarized power -of -attorney must be on file with the owner prior to
opening of bids or submitted with the Bid.
10. STATE AND LOCAL SALES AND USE TAXES
Unless the Supplementary Conditions contains a statement that the
Owner is exempt from state sales tax on materials incorporated into
the Work due to the qualification of the Work under this Contract,
all state and local sales and use taxes, as required by the laws
and statutes of the state and its political subdivisions, shall be
paid by the Contractor. Prices quoted in the Bid shall include all
nonexempt sales and use taxes, unless provision is made in the Bid
form to separately itemize the tax.
11. SUBMISSION OF BIDS
All Bids must be submitted, not later than the time prescribed, at
the place, and in the manner set forth in the NOTICE TO
Section 00100 - 3
I
MCC bllnna
fa'n,rs
Inca Goral.d
ap'vvI,, ArAansaa
I
n
I
H
I
I
L_I
I
II
11
n
I
I
I
CONTRACTORS. Bids must be made on the Bid forms provided herein.
Each Bid must be submitted in a sealed envelope, so marked as to
indicate its contents without being opened, and addressed in
conformance with the instructions in the NOTICE TO CONTRACTORS.
Bids may l be submitted by FAX machines.
' C4 'r •; C M Y•� •
Any Bidder
may modify his
bid
by telegraphic or
written
communication
at any time prior
to
the scheduled closing
time for
receipt of bids, provided such
communication is received by the
Owner prior
to the closing time.
The telegraphic or
written
communication
should not reveal
the
bid price; it shall,
however,
state the addition or subtraction or
other modification so
that the
final prices
or terms will not
be
known by the Owner until
the
sealed bid is
opened.
13. WITHDRAWAL OF BID
Any Bid may be withdrawn prior to the scheduled time for the
opening of Bid either by telegraphic or written request, or in
person. No Bid may be withdrawn after the time scheduled for
opening of Bids, unless the time specified in Item, AWARD OF
CONTRACT, of these INSTRUCTIONS TO BIDDERS shall have elapsed.
Bids must be accompanied by cash, a certified check, or cashier's
check drawn on a bank in good standing, or a bid bond issued by a
Surety authorized to issue such bonds in the State where the Work
is located, in the amount of 5 percent of the total amount of the
Bids submitted. This bid security shall be given as a guarantee
that the Bidder will not withdraw his Bid for a period of 60 days
after bid opening, and that if awarded the Contract, the successful
Bidder will execute the attached Contract and furnish properly
executed Performance and Payment Bonds, each in the full amount of
the Contract price within the time specified.
The Attorney -in -Fact (Resident Agent) who executes this bond in
behalf of the Surety must attach a notarized copy of his
power -of -attorney as evidence of his authority to bind the Surety
on the date of execution of the bond.
All bid bonds and Contract bonds shall be executed by a licensed
resident agent of the surety having his place of business in the
State of Arkansas and in all ways complying with the laws of the
State of Arkansas. The mere countersigning of a bond will not be
sufficient.
Section 00100 - 4
' l age
rantu,In.'rr np
Ergi'i U,
'nc*porar,0
rayl't1.W4 ArXanat
I
I
I
J
I
I
I
I
I
I
I
I
J
I
I
I
I
If the Bidder elects to furnish a Bid Bond, he shall use the Bid
Bond form bound herewith, or one conforming substantially thereto
in form and content.
within 15 days after the award of the Contract, the owner will
return the bid securities to all Bidders whose Bids are not to be
further considered in awarding the Contract. Retained bid
securities will be held until the Contract has been finally
executed, after which all bid securities, other than Bidders' bonds
and any guarantees which have been forfeited, will be returned to
the respective Bidders whose Proposals they accompanied.
[yam; M 0•w•] W;•1\Y 1 fli%N
Within 60 calendar days after the opening of Bids, unless otherwise
stated in the NOTICE TO CONTRACTORS or SPECIAL PROVISIONS of these
Documents, the Owner will accept one of the Bids or will act in
accordance with BASIS OF AWARD, below. The acceptance of the Bid
will be by written notice of award, mailed or delivered to the
office designated in the Bid. In the event of failure of the
lowest responsible and responsive qualified Bidder to sign and
return the Contract with acceptable Performance and Payment Bonds,
as prescribed herein, the Owner may award the Contract to the next
lowest responsible and responsive qualified Bidder. Such award, if
made, will be made within 60 days after the opening of Bids.
17. BASIS OF AWARD
If, at the time this Contract is to be awarded, the total Base Bid
of the lowest acceptable Proposal exceeds the funds then estimated
by the Owner as available, the Owner may reject all bids or take
such other action as best serves the Owner's interests, including
consideration of selected Deductive Alternates. Basis of award
will be as stated in the Proposal.
18. EXECUTION OF CONTRACT
The successful Bidder shall, within 15 consecutive days after
receiving notice of award, sign and deliver to the Owner the
Contract hereto attached together with the acceptable bonds as
required in these Documents. Within 15 consecutive days after
receiving the signed Contract with acceptable bonds from the
successful Bidder, the Owner's authorized agent will sign the
Contract. Signature by both parties constitutes execution of the
Contract.
The successful Bidder shall conform to the Rules and Regulations of
Arkansas Department of Finance and Administration concerning
nonresident contractor's notice and bond requirements.
Section 00100 - 5
MCCfancnE
Co,,'? n0
Enpwnurs
IrroraoraHE
saysrsvn, Aransas
L
I
I
H
I
I
H
I
I
I
I
I
I
I
I
I
I
The successful Bidder shall file with the Owner a Performance Bond
and Payment Bond on the form bound herewith, each in the full
amount of the Contract Price in accordance with the requirements of
the State of Arkansas as applicable, as security for the faithful
performance of the Contract and the payment of all persons
supplying labor and materials for the construction of the Work, and
to cover all guarantees against defective workmanship or materials,
or both, for a period of 1 year after the date of final acceptance
of the Work by the Owner. The Surety furnishing this bond shall
have a sound financial standing and a record of service
satisfactory to the Owner, shall be authorized to do business in
the State of Arkansas, and shall be listed on the current U.S.
Department of Treasury Circular Number 570, or amendments thereto
in the Federal Register, of acceptable Sureties for Federal
projects.
If the Surety on any Bond furnished by Contractor is declared
bankrupt or becomes insolvent or its right to do business is
terminated in any state where any part of the project is located or
it ceases to meet the requirements of the preceding paragraph,
Contractor shall within five days thereafter substitute another
Bond and Surety, both of which must be acceptable to Owner.
The Attorney -in -Fact (Resident Agent) who executes this Performance
Bond and Payment Bond in behalf of the Surety must attach a
notarized copy of his power -of -attorney as evidence of his
authority to bind the Surety on the date of execution of the bond.
All Contracts, Performance and Payment Bonds, and respective
powers -of -attorney will have the same date.
20. FAILURE TO EXECUTE CONTRACT AND FURNISH BOND
The Bidder who has a Contract awarded to him and who fails to
properly execute the Contract and furnish the Performance Bond and
Payment Bond, within the time frame stipulated elsewhere in these
documents, shall forfeit the bid security that accompanied his bid,
and the bid security shall be retained as liquidated damages by the
Owner, and it is agreed that this sum is a fair estimate of the
amount of damages the Owner will sustain in case the Bidder fails
to enter into a Contract and furnish the bond as hereinbefore
provided. Bid security deposited in the form of cash, a certified
check, or cashier's check shall be subject to the same requirements
as a Bid Bond.
21. PERFORF.ANCE OF WORK BY CONTRACTOR
The Contractor shall perform on the site and with his own
organization, work equivalent to at least forty percent of the
total amount of the work to be performed under this Contract. If,
Section 00100 - 6
I
Met e • ja+a
Car suit,, C
hLarpL•a'IG
Faye'le.'''e, A•ea'1.as
I
I
I
H
I
I
Li
I
I
I
Li
H
I
I
I
I
L
during the progress of the Work hereunder, the Contractor requests
a reduction of such percentage, and the Engineer determines that it
would be to the client's advantage, the percentage of the Work
required to be performed by the Contractor's own organization may
be reduced; PROVIDED prior written approval of such reduction is
obtained by the Contractor from the Engineer.
Each bidder must furnish with his bid a list of the items that he
will perform with his own forces and the estimated total cost of
these items.
The time of completion of the Work to be performed under this
Contract is of the essence of the Contract. Delays and extensions
of time may be allowed in accordance with the provisions stated in
Section GENERAL PROVISIONS. The time allowed for the completion of
the work is stated in the Proposal.
ia.;• . - • : . g
The Bidder's attention is directed to the insurance requirements
set forth in the SPECIAL PROVISIONS. Submittal of a bid indicates
full understanding and intent to comply with the insurance
requirements which are a condition of the contract.
Section 00100 - 7
Mc[„ Jy
MI 0 M I , C
[corms .
trcarJr Y!
OJIII,v.I.I Arkon.J.
PROPOSAL
YK 1I=
rl11qM0
OM
"W"ro"
FC)Mtf/.. A Wl
MERIT ELECTRIC. INC
PROPOSAL 230] SOUTH SCH00L
FAYETTEVILLE AR '2701
RENOVATION OF RUNWAY AND TAXIWAY LIGHTING SYSTEMS
I AT
DRAKE FIELD
FAYETTEVILLE MUNICIPAL AIRPORT
FAYETTEVILLE, ARKANSAS
IAIP 3-05-0020-16
Project No. FY912127
Dated: August, 1991
Gentlemen:
The undersigned, Gary W. Rakes, vice president , states that he
has carefully examined the Plans, profiles, Specifications, maps,
and drawings, on file in the offices of City Clerk and Airport
Manager of Fayetteville, Arkansas relative to the proposed Airport
Improvements referenced above, and that he is familiar with the
proposed Airport Improvements referenced above, and that he is
familiar with the same and understands each and all; has examined
the location and site; that all bids are made with the full
knowledge of the Plans, profiles, Specifications and estimates and
all provisions of the Contract and bonds; that this Proposal is
made without collusion on the part of any person, firm or
corporation. the undersigned states that he has experience in and
is qualified to perform the work herein specified, and that if he
does not have craftsmen experienced and qualified in any phase of
the work for which this Proposal is offered, he will sub -contract
the work under said phase to a Contractor who does have the
necessary experience and qualifications. He further states that he
will enter into the Contract to construct said construction as
designated in the title of this Proposal in accordance with the
Plans and Specifications on file in the offices of the City Clerk
and Airport Manager of Fayetteville, Arkansas; and have said work
completed within a maximum period of 120 calendar days from the
Notice to Proceed.
The work under this contract is considered critical to the overall
operations of the Airport by the Airport Management and the
Airlines, therefore, timeliness of construction will be considered
as part of the Contractor's bid.
i
i
Proposal - 1
Marnro.a
CM mlb np
nra"G orc4R
rcy..r.v,.. t" ipso.
•
PROPOSAL f.^.ITI;D[:LT:
:-p _-'r.. ;
: EM
AFF•rCii.
UNIT
iT�:M:
PRTC F.
}•:RTENDP:n
•
16 EA
Runway 1'1:rc:
bald
$ 159.00
/EA
ONE IRNINCl)
SiATy----_5J\I• ANT,
,0
/dollars/-- a
$2.704.00
,wo -:i )
SL4a. 0__/EA
;„..
;-r,•
S)N1i1R1.SfRi?Il_1:1LCli_-l:_C1T
1L\C !I)
.1
;Wn ru:.
__/dollars/r:A
3
22C }:.1
Tax:aay .:.;ht::
148.00
$
/EA
:6:;'
ONE IRJ\T12F.D
Fr1IlR1Y-I:;11 ANDY
00/dollars/EA
$32t3w_LD
:Wnrd>)
4
294 =A
30" •ta. Sake,
$ i5
/EA
_44
Sc:-'w Mount
Type
FOfiRfY-FOUR
ANC 15/lOC
/dollars/EA
$17 o 1 n
(words)
5
45,0Cr I.r
t•ah:,� 'l7ench
$ .87/L1'
-HRO A.\C n7;100-
/dollars; Lr
.. 1 IlA 0
--- -- --
Wort]:' )
6
46,•I:)1 ::
Au r.w.ty Ltq'ttt.
C:.tbl^
$ -72 _
/T.F
=R. `>.''t'1 v
L-,29
JFRO AN"P '/1':r:
/dnl;ars/I.F
S33.1 1)•^('
4G,C'
f'n.771-•r
;:rr
$ .33
-jLF-
1.
:a l(U A:�,) •,i,i/ I
11 )'
!fit ® R-JF' •, .
r4"P.
()
dollars; I,P X• 1
5 f ,On
Prolto:,.t: --
I
I
I
I
I
I1
LI
I
ITEM
APPROX.
UNIT
N0.
QUANTITY
ITEM:
PRICE:
EXTENDED
8
Lump Sum
15KW Constant
$8,290.00
/:•S
Current Regulator
L-829, Class I, Style
I
;_ T:-%
£M-USAND
TWO HUNDRED NINETY AND 00 /dollars/LS
$8,29Q.OQ_
(Words)
9
35 EA
Cabe and Duct
$_62.00
/EA
Markers
S XTY-TWC AND —_ CO /dollars/EA S2,170.Cc
(Words)
r^ )
10 100 LF 4 -way Encased $ 19,98 •-'LF
E:ectrical Duct
NINE 4-.Ap_48L1Sdfl_...._ --. •-- /dollars/LF $;yg4H O0
(Words) 11 LUTp Sum Seeding, Fertilizing $ _O0/LS
and Mui hin- YYYY��////����////��
Ohl 'IHOl1SAA7) TWO HUNDRED SIXTY FIVE ANDOQ/dollars/LS 512613$
(Words)
12 Lump Suit, Sump Pump with $07_Q0/LS
Float Controls
NINE TF'OIUSAND SF'Vcnr nN-DRED SFVFN NR) ('0 /dollars/LS $9_p07 -W
(Words)
13 :20 }iiOvertime Engineering $ 60.00 /HR
Observation
Si xt•✓ and _ _2C _/liollars/aR $7, 2a^.rr
(Word ;,
14 i,u..p Sun Third i'arty lna:�ranl.e $623.00
Coverar;e (Rader Amount)
. :5
-SiX-]MDRED 11SENTY-TIiPR:..ANp (1)_/dollar,/LS $.623,00 --
(Words)
r,) ]iour:; SL.jndby Time rluring $107__00 /]IR
Niqhttirc Work
ONE HINURF) SEVEN AND 00 /dollars/ HR
(Word.
Propo:.,1 - 3
i
TOTAL BASE BID (ITEMS 1 THROUGH 15)
The Owner reserves the right to change the runway light
fixtures from stake -mounted to base -mounted to add 1" Pvc
conduit between runway light bases, or to reuse the existing
30" metal stakes at each fixture location. To this end the
following bid items are added to the Proposal to be accepted
or rejected as part of the project at the discretion of the
Owner.
ADDITIVE ALTERNATE BID ITEMS
ALTERNATE NO. 1
ITEM
NO.
A-1
APPROX. UNIT
::AT4TITY ITEM: PRICE: EXTENDED
84 FA Medium Intensity $_159.00 /EA
Light base, with fixture
attachment, L-867, size "B"
Class I or II
ONE HUNDRED FIFTY-KINE AND 00 _/dollars/FA $ 13,356.00
(Words)
A-2 13,800 LF
ZERO AND 78/100
A-3 210 EA
1" Sch. 40 PVC $ .78 /LF
Conduit _
/dollars/LF $ 10,764_00
(Words)
20" Meta. Stake,
Screw Mount Type
FOURTY FOR AND 15/100
(Words)
$44.15 _/EA
_/dollars/EA $ 9,271-50
Total Additive Alternate Base Bid Items I through 3, 5 through 15,
and A-1 through A-3)
$202,942.50
DEDUCTIVE ALTERNATE BID
Delete Item tio. 4 :3rd reuse ex.stir.q meta. stakes.
Total Deductive Altetnate Bid ItcT.s 1 tatougl. 3, 5 through :S.
S169,55 1.00
Proposal - 4
J Y'(•.. Y
I.
P. 4r...,n•
The Bidder shall
attach to this
Proposal a
copy of his General
Liabilities Insurance Coverages in
accordance
with the requirements
stated on page 16
of the Special
Provisions.
By submitting a proposal under this solicitation, except for those
items listed by the offeror below or on a separate and clearly
identified attachment to this proposal, the bidder certifies that
steel and each manufactured product, is produced in the United
States (as defined in the clause Buy American - Steel and
Manufactured Products or Buy American - Steel and Manufactured
Products for Construction Contracts) and that components of unknown
origin are considered to have been produced or manufactured outside
the United States.
Bidders nay obtain the lists of articles, materials, and supplies
excepted from this provision in Appendix of these Documents.
(a) The Aviation Safety and Capacity
provides that preference be
manufactured products produced in
funds are expended pursuant to a
Airport Improvement Progran. The
Expansion Act of 1990
given to steel and
the United States when
grant issued under the
following terms apply:
1. Steel and nanufactured products. As used in
this clause, steel and manufactured products
include (1) steel produced in the United
States or (2) a manufactured products produced
in the United States, if the cost of its
components mined, produced or manufactured in
the United States exceeds 60 percent of the
cost of all its components and final assembly
ha!; taken place in the United States.
Components of foreign origin of the same class
or kind as the products referred to in
subparagraphs (b) (1) or (2) shall be treated
as domestic.
2. Components. As used in this clause,
components means those articles, materials,
anti supplies incorporated directly into steel
and nanufactured products.
3. Ono- :t of Conponerts. This means the costs for
product ion of the components, exclusive of
'ic;.il assembly labor costs.
(b) The cuccess`ul bidder will be required to assure that
only domestic steel and nanufactured products will be
used by the Contractor, subcontractor, materialnen, and
suppl-ers in the perfcraance of this contract, except
t1:o:.e -
Proposal - 5
Vnq•+ f
,
rte..-.. I
I
Ii
C
Ii
I
L i
I
1) that the C.S. Department
deternined, under the
Capacity Expansion Act
produced in the United
and reasonable available
satisfactory quality.
cf Transportation has
Aviation Safety and
of 1990, are not
States in sufficient
quantities and of a
(2) that the U.S. Department of Transportation has
determined, under the Aviation Safety and
Capacity Expansion Act of 1990, that domestic
preference would be inconsistent with the
public interest; or
(3) that inclusion of donestic material will
increase the cost of the overall project
contract by more than 25 percent.
The bidder shall complete the following statement by checking the
appropriate space.
The bidder has ✓ has not participated in a previous contract
subject to the equal opportunity clause prescribed by Executive
Order 10925, or Executive Crder 11114, or Executive Order 11246.
The bidder has i— 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 subcontractors.
If the bidder has participated in a previous contract subject to
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 contract.
Standard Fern' 130 is normally furnished contractors annually, based
on a mailing list currently maintained by the Joint Reperting
Committee. In the event a contractor has not received the form, he
nay obtain it by writing to the following address:
Joint Reporting Committee
1800 G Street
Washington, ::C 20`>')6
i The bidder certifies, by submission of this proposal or acceptance
of this contract, 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 tt it will include this clause without modification
Prcrresal - 6
WI,
•
I
HMI
I
I
I
[.j
I
I
Li
n
I
in all lower tier transactions, solicitations, proposals,
contracts, and subcontractors. Where the
bidder/offeror/contractor/or any lower tier participant is unable
to certify to this statement, it shall attach an explanation to
this solicitation/proposal.
Certification Regarding Foreign Trade Restrictions
The contractor or subcontractor, by submission of an offer and/or
execution of a contract, certifies that is:
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 40 CFR 30.17, no contract
shall be awarded to a contractor or subcontractor who is unable to
certify to the above. If the contractor knowingly procures or
subcontracts for the supply of any product or service of a foreign
country on said list for use on the project, the Federal Aviation
Administration may direct, through the sponsor, 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 the
sponsor if the contractor learns that its certification or that of
a subcontractor was erroneous when submitted or has become
erroneous by reason of changed circumstances. The subcontractor
agrees to provide immediate written notice to the contractor, if at
any time it learns that its certification was erroneous by reason
of changed circumstances.
Proposal - 7
H
MCCN r
qrI II'Q
I+to vQ•Q'ra
This certification is a naterial 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.
Enclosed herewith is a bid bond for Two hundred Two Thousand Nine Hundred
Forty -Two and 50/100 _ _ dollars ($202,942.50
which we agree to the Board of Directors of the city of
Fayetteville, Arkansas, nay cash and retain as liquidated damages
in the event of our failure to enter into a contract for the work
covered by this Proposal, provided the contract is awarded to us
within sixty (60) days from the date fixed for opening of bids and
we fail to execute said contract and execute the required bonds as
called for in the Specifications within fifteen (15) days after
notification of acceptance of this Proposal.
The bidder hereby acknowledges receipt of the following Addenda
prior to submitting this Proposal.
The bidder shall attach to this Proposal a copy of his General
Liabilities Insurance Coverages in accordance with the requirements
stated on page 16 of the Special Provisions.
ADDENDUM NO
Fayetteville,
ofSept ember _,
C.:...
I- - .i
...o_' .,
(SEAL, IF CORPORATION)
Respectfully submitted,
Morit Flprtrir Tnr
2301 S. Qchool Fayettevilit
Business Address
by Gary W. Rakes, vice president
Title
Arkansas License No.91-783
The Bidder shall complete the following information for that
portion of the work proposed to be completed by subcontractors.
The Bidder shall also include the name of the Precast Box Culvert
Supplier.
SUB- TYPE OF DBE ARKANSAS
CONTRACTOR ADDRESS WORK AMOUNT YES/NO LICENSE NO.
Proposal - 9
MCC e'. Old
n "'YYRCC' a Y•vIt if;• -n •s
1•m; a'arya
Sc,.,... I'a Y kal•lf
I
1
1
1
1
1
1
1
1'
1`
1
1
1
1
1
1
1
1.
II
That we
American States Insurance Company
'NDIANAPOLIS. INDIANA EX 752-812
Bid Bond
Know all Men by these Presents
Merit Electric, Inc.
of Fayetteville,
Arkansas
(',ereinafter called the Principal).
as °rincioal, and AMER CAN STATES INSURANCE
COMPANY (here• -after
called he Su'e:y). as Surely. re
held and 'irrnly oojnd unto __
City of
Fayetteville
_
(herenatte• ca led the Oa'gee) r do penal sr o' 5% Of The Amount Of The
Principal Bid Dolars iW 5% of Bid f for tie payment of which tie Principal
ara the Surety bind therrse vet to, hers, executors, aaminist•atcrs, successors and assigns, Inntly and severa ly.
'irrnly by these D'esen:s
WHEREAS. :he Princica ias s.ibmi"ed a bid for Lighting Improvements At
Fayetteville Airport
NOW. THE=+E�CR..1 the Obligee snail accept :he bid o' the Ptincipa and the P•mcipal Anal enter rto
a Contract with the Oaigee in accordance wah the te'ms cf suci bid. aid give sect bend or bonds as may
De soeci'ied r the o,dding cr Cortrac: Documents with good and sufficient surety for the faiti'ul perfo•maice
or such Cortracr or in the evert of the fa-lu•e of tie Principal to erte• such Contract and give such bore or
ligee tie di'terence iol :o exceed he penalty iereof between the
jer amourt'or which the Obligee may in good lath contact wth
i by sad bid then this obligation shall be null and void otherwise
9.1027
,in -5e)
day cf September
t-ess
Wt"ess ---- - -
g91
Atcil Eta. fl'c -
Pnr'cc'al
6y
Tors Campbell Ti;e
AMER CAN STATES NS. RA\CCOM'A\Y
By iGC�c-y1'�—al
Doyle F lmer Attorney -n I rid+
P
GENERAL POWER OF ATTORNEY
American States Insurance Company
INDIANAPOLIS, INDIANA
KNOW ALL MEN BY THESE PRESENTS. that American States Insurance Company, a Corporation duly organized and existing under the laws of the State
of Indiana, and having its pr rcipai orkx/ in the City of Indianapolis. Indiana. bath made. constd.aed and appointed, and does by These presents make, commute
and appoint
-
-------------------- DOYLE FULMER AND CLAUDE WALTERS------------------ a
(Jointly or Severally)
d Fayetteville and State of Arkansas ---__-
Its true and lawful Attorney(s)-in-Fact. wit'i full power and a.ithonty hereby conferrae in its name, place and stead. to execute acknowledge and
delis any and all bonds, recognizances. contracts of indemnity and other cond•tional or obligatory undertakings __xovided•- der,
that the penal sun of any one such instrui ant executed hereunder shall not exceed
CtlE MILLION AND NO/100 ($1,000,000.00) DOLLARS ---------------------------------
' and to to bind the Corporation thereby as tufty and to lee Some extent as it such bonds were signed by the President, sealed with the common sea• or lie
the Corporation and duly attested by its Secretary. hereby rat tying and confirming all that said Aaornsyls)-in-Fad may do in the premises. This Power of
Attorney is executed and may be revoked pursuant to and by authority granted by Section 7 07 0l the By -Laws of the American States Inairance Company.
which reads as follows:
"The Chairman, the President or any vice-president (ind,uding any Executive V ce President. Senior Via President Second Vice President
or Assistant Vice President) she I have power, by and with the concurrence with the any other officer d the Corporation. to appoint Attorneys -in -
Fact as the business of the Corporation may require and to authorize any such parson to execute, on behalf of the Corporation, any bonds.
recognizances, stipulations and undertakings, whether by way of surety or otherw•se'.
IN WITNESS WHEREOF. American States Insurance Company has caused these presents to be signed by its Vice-Presdent. attested by its
I
I
I
I
I
C
C
I
I
Assistanl Vice -President Inc its corporate seal lobe hereto arixec the 2nd day of February
A.D 19 89 AMERICAN STATES INSURANCE COMPANY
ATTEST: ! By
Assistant Vice -President vice- esdem
STATE OF INDIANA 1 SS
COUNTv OF MARION r
On this 2nd day of
February
A D.. 1989 . before me personally came
Joseph F. Heim to me known who
being by ire duly sworn acknowledged the execution of the above instrument and did depose and say: that he ma Via -President of American States Insurance
Company; that he knows the seal of said Corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority
of the Board of Directors or sac Corporation: and that he signed his name thereto under like authority And said _
Joseph F. Heim further said that he is acquainted with John J . R Bich and k him to be the
Assistant Vaa-Prr aRt6VWft t at he execJled the above Instrument
OCTOBER 2t 1992 �" ao
•
My Commission Expires Notary Pubic
STATE OF INDIANA SS rA'duw�
COUNTY OF MARION }
I _ John J. Ros ich _ , the Assislant vice -President of AMERICAN STATES INSURANCE COMPANY, do hereby caddy flat
the above and foregoing ra a true and correct copy of a Power or Attorney. executed by mid AMERICAN STATES INSURANCE COMPANY. which is still
in force and elf act
This Certificate may be signed and sealed by facsimile under and by the authority of Section 903 of the By -Laws of AMERICAN STATES INSURANCE
COMPANY which reads as follows:
"All policies and other instruments of insurance issued try the Corporation shall be signed on behalf 01 the Corporation by the Chairman, the President
or any vice-president (including any Executive Vice President. Senior Vice Presdert. Vice President, Second Vice President or Assistant Vice Presidert)
and the secretary. or an assistant secretary. or other officer, whose signatures, it the instrument its duly countersigned by an authorized represedlalive
of the Corporation. may be facsimiles Such sigratures and facsimiles thereof shall be authorized and binding upon the Corporation notwitrisfand rg
the fad than any such officer she I have ceased to be such officer at the time such policy or other instrument of insurance shall have been actually
issued by the Corporation'
' In w tness whereof I have hereunto set my hand and affixed the sea, of said Corporation, this 11th day of_S p ember _
91
A D. 19_I 9-1159 .
•
(9-ae) AsaisteM vice- resident - •`
C
H
1
RESOLUTION NO. 23-92
1 A RESOLUTION AUTHORIZING THE MAYOR AND CITY
CLERK TO EXECUTE A CONTRACT WITH MERIT
ELECTRIC, AS LOW BIDDER FOR AIRFIELD LIGHTING
RENOVATION IN THE AMOUNT OF $202,942.50 ALONG
WITH CHANGE ORDER NO. 1 FOR $2,067.30, FOR A
TOTAL AMOUNT OF $205,009.80.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby
authorized and directed to execute a contract with Merit Electric,
as low bidder for airfield lighting renovation in the amount of
$202,942.50 along with Change Order No.1 for $2,067.30, for a total
amount of $205,009.80. A copy of the contract authorized for
execution hereby is attached hereto marked Exhibit "A" and made a
part hereof.
PASSED AND APPROVED this 18th day of February , 1992.
I
ATTEST:
i •
City C erk
1
I
APPROVED:
By: �
Mayor
I
r
H
fareta:�.3 ;ttit
H
H
[1
I
I
I
I
I
I
H
I
I
I
To:Merit Electric. Inc.
1 '
fl
PROJECT DESCRIPTION:
The OWNER has considered the PROPOSAL submitted by you for the
above described WORK in response to its NOTICE TO CONTRACTORS.
You are hereby notified that your PROPOSAL has been accepted
for the Total Additive Alternate Base Bid in the amount of
$202,942.50
You are required to execute
entirety and furnish the required
certificates of insurance within
the date of this notice to you.
the CONSTRUCTION CONTRACT in its
PERFORMANCE AND PAYMENT BOND and
fifteen (15) calendar days from
If you fail to execute said Unit Price Contract and to furnish
said bonds within fifteen (15) days from the date of this NOTICE,
said OWNER will be entitled to consider all your rights arising out
of the OWNER'S acceptance of your PROPOSAL as abandoned and as a
forfeiture of your BID BOND. The OWNER will be entitled to such
other rights as may be granted by law.
You are required to return an acknowledged copy of this NOTICE
OF AWARD to the OWNER.
Dated this 15th day of November, 1991.
• (1//% /
-v
iSest 7 1
MKNllend
tar suttin
fawn..'.of
Ino.rOe,end
Fe/.11.H1l.. A,Ieewt
f.
ACCEPTANCE OF NOTICE
Receipt of the NOTICE OF AWARD presented heretofore is hereby
acknowledged by Merit Electric. Inc.
this the I5 day of November, 1991
MCCl.Il.M
C.n.ulfiny
o y
fnq n..0
Ine.ra.ralH
toprbrar., Arkan.a.
LI
I
I
I
17
I
U
I
I
H
I
I
U
I
I
I
H
I
CERTIFICATION OF BIDDER REGARDING
EQUAL EMPLOYMENT OPPORTUNITY
ticCNllas
fRfln lad
6apaaan
IaaYW/aM0
FOtNwJN, //Yaaea
U
LJ
U
I
I
I
I
I
H
I
I
[I
I
CERTIFICATION OF BIDDER REGARD]
EQUAL EMPLOYMENT OPPORTUNITY
GENERAL
: /71Yn1
INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION
NUMBER ID# 71-0529086
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
provision 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 statements in offers is
prescribed in 18 U.S.C. 1001.
NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR
CERTIFICATION ON 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.
Equal Employment Opportunity - 1
MCt .. iar0
Car soiling
Eaya..r!
•
IaaorDd'al.a
fay.11.Val.. pra+fa.
I
I
H
I
I
I
I
I
I
I
U
I
I
I
I
I
I
NOTE: The penalty for making false statements in offers is
prescribed in 18 U.S.C. 1001.
CERTIFICATION OF NONSEGREGATED FACILITIES:
The federally assisted construction contractor certifies that 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.
Equal Employment Opportunity - 2
MtCIf,lard
I
a N fawn,+a
Law •a..r•
Iempo•or o
rar.n.n(l., l r.ogao.
(Certification - The information above is true and complete to the
best of my knowledge and belief.
Gary W. Raises, vice president
Name and Title of Signer (Please type)
SignatJM
MARO1 3, 1992
Date
NOTE: The penalty for making false statements in offers is
prescribed in 18 U.S.C. 1001.
Equal Employment Opportunity - 3
GKCI.ilan0
Conwll.ny
Epiv.ri
int0/a oto1..
FawIf.vP.t ArkCNa.
H
H
C
L
L
I
S
I
I
I
Ti
I
C
L
I
CONTRACT
STATE OF ARKANSAS
CITY OF FAYETTEVILLE
THIS AGREEMENT, made and entered into this 18th day of
February , 1992 by and between the City of Fayetteville.
Arkansas, Party of the First Part, hereinafter called the OWNER and
Merit Electric. Inc.. Fayetteville, Arkansas. Party of the Second
Part, hereinafter called the CONTRACTOR.
WITNESSETH THAT:
WHEREAS, the OWNER has called for bids for the construction of
Renovations to Runway and Taxiway Lighting Systems at Drake Field
as set out in the Specifications and Plans No. FY912127 and,
WHEREAS, the CONTRACTOR agrees with the Owner to commence and
complete the installation of runway and taxiway lights, electrical
cable ducts, and related electrical work, and trenching and all
miscellaneous related work for a finished job, the unit prices bid
in the Proposal estimated quantities included on the Bid Proposal
Sheet, for the Additive Alternate Base Bid made part of this
Contract, and Change Order No. 1, the total being not to exceed
($211.542.50).
Such sum being the agreed amount upon which bonds and liabilities
are based, and at his own cost and expense furnish all materials,
supplies, labor, machinery, equipment, tools, supervision, bonds,
insurance, taxes, permits, and other accessories and services
necessary to complete the said construction in accordance with the
conditions and prices stated in the Proposal attached hereto and
made a part hereof, and in accordance with the General Provisions
and Specifications, and in accordance with the Plans, which include
all maps, plats, blueprints, and other drawings, and written or
printed explanatory matter hereof.
The CONTRACTOR agrees to fully complete all work under this
Contract within 120 calendar days. The OWNER agrees to pay the
CONTRACTOR in current funds for the performance of the Contract in
accordance with the accepted Proposal therefore, subject to
additions and deductions, as provided in the Specifications, and to
make payment on account thereof as provided below:
As soon as is practicable after the first of each calendar
month, the OWNER will make partial payments to the CONTRACTOR for
work performed during the preceding calendar month, based upon the
Engineer's estimate of work completed, said estimate being
Contract - 1
MCCSI land
Ea.a,frarp-e
Fppruv la. Arko+sos
I
I
I
I
I
I
I
I
I
I
I
I
C
L
I
I
LI
certified by the CONTRACTOR and accepted by the OWNER. Except as
otherwise provided by law, ten percent (10%) of each approved
estimate shall be retained by the OWNER until 50 percent project
completion at which time no additional retainage will be retained
without reasonable justification by the OWNER or his
representative. Upon final completion and acceptance by the OWNER
and ENGINEER, the ENGINEER shall then issue a Final Estimate of
work done based upon the original contract and subsequent changes
made and agreed upon, if any.
Time is hereby expressly declared to be of the essence of this
contract, and the time of beginning, manner of progress and time of
completion of the work hereunder, shall be and are essential
conditions hereof.
The CONTRACTOR agrees to commence the work within ten (10)
calendar days from the date of the issuance of the Notice to
Proceed, and to proceed with the construction of the work and to
prosecute the work with an adequate force and in a manner so as to
complete the work within the time stipulated herein. If the
Contractor fails to complete the contract within the time
stipulated herein, the CONTRACTOR agrees to pay the OWNER, as
liquidated damages, the sum of three hundred and sixty dollars
(S360.00) per day for each calendar day of delay in completion,
said amounts being fixed and agreed upon by and between the parties
hereto, in addition to the overtime observation as defined in the
"Special Provisions".
Because of the impracticability and extreme difficulty in fixing
and ascertaining the actual damages the OWNER would in such event
sustain, said amounts are to be presumed by the parties to this
contract to be the amounts of damage the OWNER would sustain. The
Liquidated Damages shall apply to the Localizer downtime and to the
total construction time stated by the Contractor in the Proposal.
Said amounts of liquidated damages shall be deductible from any
amount due the CONTRACTOR under Final Estimate of said work, after
the completion thereof, and CONTRACTOR shall be entitled only to
the Final Estimate, less such amounts of liquidated damages.
If the CONTRACTOR is delayed at any time in the progress of
the work by any act or neglect of the OWNER or of his employees, or
by any other CONTRACTOR employed by the OWNER, or by changes
ordered in the work, or by strikes, lockouts, fire, unusual delay
in transportation, unavoidable casualties or any causes beyond the
CONTRACTOR's control, or by delay authorized by the Engineer
pending arbitration, or by any cause which the Engineer shall
decide to justify the delay, then the time of completion may be
extended for such reasonable time as the Engineer may decide in
concurrence with the FAA.
Contract - 2
MKI.IIaM
' Cer.Ml•ll
, Ipin.p.
IncprONaN!
Fa/.B.v14, Arkono.
L
I
I
I
CI
I
I
I
I
I
I
H
C
I
L
C
I.
I
No such extension shall be made for delay occurring more than
seven (7) days before a claim therefore is made in writing to the
Engineer. In the case of a continuing cause of delay, only one
claim is necessary.
In the event the CONTRACTOR abandons the work hereunder or
fails, neglects or refuses to continue the work after ten (10) days
written notice, given the CONTRACTOR by the OWNER or by the
ENGINEER, then the OWNER shall have the option of declaring this
contract at an end, in which event, the OWNER shall not be liable
to the CONTRACTOR for any work theretofore performed hereunder; or
requiring the surety hereto, upon ten (10) days notice, to complete
and carry out the contract of the CONTRACTOR, and in that event,
should the surety fail, neglect or refuse to carry out said
contract, said OWNER may complete the contract at its own expense,
and maintain an action against the CONTRACTOR and the surety hereto
for the actual cost of same; together with any damages or other
expense sustained or incurred by the OWNER in completing this
contract less the total amount provided for hereunder to be paid
the CONTRACTOR, upon the completion of this Contract.
The Contractor agrees that only domestic steel and
manufactured products will be used by the Contractor,
subcontractors, materialmen, and suppliers in the performance of
this contract, as defined in (a) below.
(a) The following terms apply to this clause:
1. Steel and manufactured products. As used in
this clause, steel and manufactured products
include (1) those produced in the United
States, if the cost of its components mined,
produced or manufactured in the United States
exceeds 60 percent of the cost of all its
components and final assembly has taken place
in the United States.
2. Components. As used in this clause,
components means those articles, materials,
and supplies incorporated directly into steel
and manufactured products.
3. Cost of Components.
This means the costs
for
production of
the
components, exclusive
of
final assembly
labor costs.
This Contract shall
be
binding upon the
heirs,
representatives, successors,
or
assigns of the parties
hereto,
including the surety.
Ynsr
ErgMon
Incvperal.p
Fa),II.WP., Arkagq.
Contract - 3
F
H
1
I
I
I
I
11
I
El
I
I
I
Li
1
1
H
IN WITNESS WHEREOF, the OWNER and CONTRACTOR have hereto set
their hands and seals respectively.
(SEAL)
WITNESSES:
ATTEST:
City Cler
FIRM NAME:Merit Electric. Inc.
BY: o... '..! r.
(TITLE)
City of Fayetteville
Fayet evill� ansas
Fred Vorsanger (M9yr)
Contract - 4
YCCIIIland
a Cansatl
Enpmaar.ra
'II aaprolsd
- FarsllMrts, Artaasas
I
j
OWNER: City of Fayetteville Change Order No. 1
' 113 W. Mountain Street
Fayetteville, Arkansas AIP 3-05-0020-16
1 PROJECT: Renovation of Runway and Date: 11-15-91
Taxiway Lighting System,
Drake Field Project No.FY912127
Fayetteville, Arkansas
1 CONTRACTOR: Merit Electric, Inc.
P.O. Box 150
Morrilton, AR 72110
The following Changes to the Contract are hereby ordered:
Ii. Increase the quantity for light bases Item A-1 to
be placed at an approximate 500 foot spacing on
taxiway lighting systems. These light bases will
1 allow easier access to light transformers and
maintenance. Add 28 light bases. The total
quantity for Item A-1 is to be 102 at $159 each.
1 Add ...............$ 2,862.00
2. Reduce the quantity of Metal Stakes for Item A-3 to
account for the increase in light bases to 192 at
1
$44.15 each.
Decrease......... 794.70
Original Contract Amount $202,942.50
Previous Change Order Amount 0.00
1 Change Order Will Increase
Contract Amount By 2.067.30
Revised Contract Amount $205,009.80
1 The Contract Time will be increase by 0 calendar days.
Contract Time 120 calendar days.
CONTRACTOR:
Merit Electric, Inc.
1 By: a cj) 1 t __
Date
ENGINEER:
McClelland Consulting, Eng , Inc
By: �1%/,1. Jru �� J y�
Date
1 OWNER:
City of Fayetteville J/
By: v//
Date
1
I;
Ac®Rn. CERTIFICATE OF INSURANCE
ISSUE DATE (MMIDDR'Y)
11-22-91
PRODUCER I THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND
CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE
ulmer Insurance Agency, Inc. I DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE
'3061 Market Avenue, Suite 4 POLICIES BELOW.
ayetteville, AR 72703 COMPANIES AFFORDING COVERAGE
COMPANY
LETTER A USF&G
Ii LOMPANY
INSURED IETTER B CIGNA
Merit Electric, Inc. COMPANY C
2301 S. School Street
Fayetteville, AR 72701 t1rEpYD
C.CMPANY E
LEi1FR
COVERAGES
' THIS IS TO CERTIFY THAT THE POLIC ES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR TIIE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY RLOUIREMFNT. 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 SUBJEC7 TO ALL THE TERMS.
I EXCLUSIONS AND CONDITIONS OF SUCH POLICIFS. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
' • LTR - - --. --
TYPE OF INSURANCE POLICY NUMBER POLICY EXPIRATION LIMITS
GATE (MM/COIYY; DATE IMWODM^,
GENERAL LIABILITY GENERAL AGGREGATE Q,000,
I X COMMERCIAL GENERAL IABILITY PRODLCTSCOMPIOPAGG 12,000,
' A CLAMSMADE OCCUR 1MP12670154200 3-26-91 3-26-92 PERSONAI AAJV IVURY x1,000,
OWNERS 8 CONTRACTOR'S PROT. EACH OCCURRFNCE $1,000,
X Broad Ford PD FIRE DAMAGF (MV cne tire' $ 50,
' .- -- . Con . -- -. MED FXPFNSC WW! PNae1) $ _ 5
X Incl xcu and Independent trac_torCov ,
AUTOMOBILE LIABILITY COMBINED SINGLE x,
X ANvAUTO LIMIT 1,000,
X ALL OWNED AUTOS 1CP30002883900 3-26-91 3-26-92 BODILY IWURY $
' A SC'EDULED AUTOS Par,.nonl
X HIRED AU -OS BODILY •NJURV $
X NONOWNEII AUTOS (PN acc BMI
'--- ;GARAGE LIABILITY
PROPERTY DAMAGE I
EXCESS LIABILITY _ EACH OCCURRENCE SI , 0 0 0 ,
• t A X UMBRELLA FORM Pending 12-18-91 3-26-92 AOGRFGA'F S1,000,
OTHER THAN UMBRELLA FORM
51ATU1OHY LIMITS
YVOIKER S COMPENSATION
B WOCC33745369 3-26-91 3-26-92 EACHACCIFNT $ 100,
AND DISFA.SF POLICY LIMIT $ 500,
EMPLOYERSLIABILITY DISEASE -EACH EMPI OVEE $ 100
OTHER
'
k
A Builders Risk Pending 12-18-91 3-26-92 $300,000 Limit All Ris
A Owners Pending 12-18-91 3-26-92 $1,000,000 Limit
DESCRIPTION OF FER�Irs 0N91LOCATIONSVFHI Protective
ITEMS
' Job: Fayetteville Airport - Additional named insureds as respects this job.
City of Fayetteville and McClelland Consulting Engineers, Inc.
'CERTIFICATE HOLDER CANCELLATION
City of Fayetteville SHOULD ANY OF THE ABOVE DESCRIBED POI ICIFS BE CANCELLED BEFORE THE
McClelland
Fayeetteville
EXPIRATION DATE THEREOF. THE ISSUING COMPANY WILL FNDEAVOR TO
Consulting Engineers, Inc , .
F AR 72701 MAIL JO _ DAYS WRITTEN NOTICE TO HE CERTIFICATE HOLDER NAMED TO THE
EFT. BJT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR
ABILITY OF ANY KIND UPON HE C)MPANY ITS AGENTS OR REPRESENTATIVES_
' AUTHORIZFD REPRESENTATIVE
€.,� a
ACORD 25-S (7/90) CACORD CORPORATION 1W
FAYETTEVILLE AIRPORT JOB
MERIT ELECTRIC INC.
ADDITIONAL DOCUMENTATION REQUESTED
SEPTEMBER 17, 1991
Annual Automobile Premium $4,770.
Annual General Liability Premium 3,674.
Annual Workers Compensation Premium 33,702.
Automobile Policy - Cost to increase limit from
$750,000. to minimum required limit of $1,000,000 129.
Cost for City of Fayetteville and McClelland
Consulting Engineers to be shown as additional
named insureds as respects this job 367.
Cost for Umbrella policy for period of job 750.
Cost for Owners Contractors Protective Policy 256.
Cost for Builders Risk Policy 250.
I.
I
1
I
1
I
I
I
I
1
I
I
I
NOTICE TO PROCEED
YICItHad
C.natlln�
[n/urn/
Inpr�arelN
ftpMvIM. AtWn
OTICE TO PROCEED
• e I-
,.. : i• •I •
- - •
You are hereby notified to commence WORK in accordance with
the Contract dated February 18 , 1992, on or before
1992, and you are to complete the WORK within 2.2
calender days.
City of Fayetteville
By:
Fred Vorsanger
Title: Mayor
ACCEPTANCE OF NOTICE
Receipt of the above NOTICE TO
PROCEED is hereby acknowledged by
this the
By:
Title President
day of , 1992.
■
MCC•I.11one
C.MNIMnO
Enpin..r.
IOO.o.rol.O
Fo).H.vl:l., Ar.Omo.
I
I
I
I
L
I
I
I
I
I
I
I
L
L
I
1-4
L
PERFORMANCE BOND
i la
/ pr#$vHw.Irk.
' —
I
1
1
1
1
1
1
1
I
1
1
I.
I.
lac.
PERFORMANCE BOND y9 fir,
s 'F
KNOW ALL MEN BY THESE PRESENTS: That we Jferif• I tr
a Corporation, hereinafter called "Principal" and aine74ca &iates
Insurance Company of :ndi arapol is Stq o
Indiana , hereinafter called "Surety", ahild and
firmly bound unto the City of Fayetteville, Arkasnas, hereinafter
called "Owner", in the penal sum of Two hundred seven thousand three
hundred ninety tour and 50/100 ----------------($ 207,394.50----) in lawful
money of the United States, 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 certain contract with the Owner, dated the
18th day December , 1991, a copy of which is hereto
attached and made a part hereof for the construction of
improvements to the City of Fayetteville, Arkansas.
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.
PROVIDED, FURTHER, that the said Surety, for value received
hereby stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the contract or to the work
to be performed thereunder or the specifications accompanying the
same shall in any way affect its obligation on this bond, and it
does hereby waive notice of any such change, extension of time,
alteration or addition to the terms of the contract or to the work
or to the specifications.
PROVIDED, FURTHER, that no final settlement between the Owner
and the Contractor shall abridge the right of any beneficiary
hereunder, whose claim may be unsatisfied.
nConsulting
lnwtaetN.e
Fay.•t.vab, Anavos
Performance Bond - 1
I
I
I
This bond is given in compliance with Act 351, Arkansas Acts
of 1953, and Act 209, Arkansas Acts of 1957, the same appearing as
Arkansas Statutes (1957) Section 51-635, Cumulative Supplement.
IN WITNESS HEREOF, this instrument is executed in six (6)
counterparts each one of which shall be deemed an original, this
the 18th day December , 1991.
' ATTEST:
[l
I
H
I
Ii
(Princi ) Secretary
(SEAL)
Witness as to Principal
/�'�'
Addres 7� %b (o
(Surety) Secretary
' (SEAL)
1
I
C
I
I
WiY.ness as tO Surety
Overland Park, Kansas
Address
Merit Electric. Inc.
Principal
By: ��� ✓!
2301 S. School
Fayetteville, AR 72701
Address
jtMER1CAN S1ATES 1\S:'RASCE CCT:?ANY
Surety
By: �r x� r -'
ornevrin- act
Katherine
P.O.3ox 2966 Overland Park, KS66201-1366
Address
Performance Bond - 2
„eCln lord
Canau4lna
Enpm,s•s
InperDerabd
Fonnev l.. Arkoneds
1�
GENERAL POWER OF ATTORNEY
American States Insurance Company
INDIANAPOLIS, INDIANA
' KNOW ALL MEN BY THESE PRESENTS, that American States Insurance Comoany. a Corporation duly organized and existing under the Was of the State
of Indiana. and having its principal office in the C,y of Indianapolis. Indiana. hath made. constituted and appointed, and does by thane presents make.
constitute and appoint -_ - —
' ----- L. A. CLAWSON, KATHERINE D. CORDER, JUDITH A. HATHAWAY, VIRGINIA B. KOHL,
RITA A. MILLER OR DEBORAH A.SILVEY ---------------------------------------------
of Overland Park and State of - Kansas _
its true and lawful AnornryrsMn-Fact. with full power and at,thony hereby conferred in its rams. place and nedn e. to ecule, acknowledge and
'
deliver any and all bonds, recognizances, contracts of indemnity and other conditional or obligatory undertakings — PROVIDED.
NO AUTHORITY IS EXTENDED FOR THE EXECUTION OF OPEN PENALTY BONDS -
' and to badmsCorporation thereby as my and to thesameanent as if such bonds were signed bti'e Pre I-' iI awed with thecommon seal d me,...,.Orsn
and duty nested by it Secretary, hereby ratifying and confirming ail that the said Att ney(s}In-Fact may do in the premise. This Power Cl Alkrney is executed
and may be revoked pursuant to and by authority granted by Section 7.0701 the By-Ieae of to American States Insurance Company, which reads as follows:
"The Chairman. the President or any Vice-PrnMenl including any Executive Vice -President. Senior Vice -President. Second Vice -President
or Assistant Vic e-Prnident) uflll have power, by and with the coneurtence with any other officer of the Corporation, to appoint Attorneys -in -fact
' n the business 01 theCorporation may require and to authorize any such person m execute, n behalf ot mrpor e Coation. any bons.
recognizance..stipulations and undertakings. whetherby way of surety or otherwise'
IN WITNESS WHEREOF, American Stns Insurance Company ham caused than presents to be signed by its Vide-Presldsnl, attested by its
Assistant Vice -President and its corporate seal to be hereto affixed this - 6th day of May
A.D 19__91. AMERICA? STATES INSURANCE COMPANY
ATTEST:—.- . - .= _ h' —
Assistant Vice-Presideni d VIc resident
'a®
STATE OF INDIANA 1
COUNTY OF MARION I SS
On this __ 6th day of _ -- May . A.D.. 1g 91 , before me Prsonaly carte
Joseph F. Heim .to me known, who
'
being by me duly sworn, acknowledged the execution of the above instrument and did depose and may: that he a a VicePrsident of American
States Insurance Company: that M ows the swell of sad Corporation; that the anal affixed to the said instrument is such corpses seal: that
it was so affixed by authority of the Bard of Directors c iid Corporation; and that he signed his name thereto under like authority. And said
Joseph F. Heim - Wntter sad that he is aogwinted with John J. Rosich and knows him to be the
' Assistant of sad Corporation; and US he executed the above msyrumem.
MARGO L. THAYER, NOTARY PUBLIC
HENDRICKS COUNTY, STATE CF INDIANA Public
' MY COMMISSION EXPIRES: 12.3,'92 4t'AY 'G1
o <<
STATE OF INDIANA 1 S3
COUNTY OF MARION I �yp1AM�
John J. Rosich , the Assistant Vice -Pre ldem of AMERICAN STATES INSURANCE COMPANY. do hereby certify that
the above and foregoing is a true and correct copy of a Power of Attorney. executed by said AMERICAN STATES INSURANCE COMPANY. which
is still in force and effect.
This Certificate may be signed and sealed by laceimile under and by the authority of Section 8.03 of the By -Laws of AMERICAN STATES
INSURANCE COMPANY which reads as follows:
All policies and other instruments of insurance Issued by the Corporation shall be signed on behalf of the Corporation by the Chairman,
the president or any vice -prudent (including any Executive Vice -President. Senior VicePresident, Vice -President, Second Vice -President,
or Aseutam Vice -President) and the secretary, assistant secretary, or other officer, who.. signatures, d the instrument a duly ccunterspned
by an authorized repreumrrva of the Corporation. may be faurmllies. Such signatures and facsimile, thereof shall be authorized and
' binding upon the Corporation notwithstanding the face that any much officer shall have ceased to be such officer at the time such pokey
or other Instrument of insurance shelf have been actually issued by the Corporation."
In wins whereof. I have hereunto sot my hand and affixed the seal of said Corporation, this 18th sy ot December
A.D., 18,SL ea�
' Asistant V
THIS POWER OF ATTORNEY MUST CONTAIN A VALIDATING STATEMENT PRINTED IN THE MARGIN HEREOF IN
RED INK, WITH A RED DIAGONAL IMPRINT - AMERICAN STATES INSURANCE - PRESENT IN ITS ENTIRETY. IF
9-11Sf1 YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OF THIS POWER OF ATTORNEY, CALL 317-2624262 OR
(1-91) WRITE US AT P.O. BOX 1636, INDIANAPOLIS, IN 46206.1636.
H
H
I
I
I
I
I
H
I
U
I
I
I
C
I
I
r
F.
[I
PAYMENT BOND
I
I
I
F
I
El
I
I
[I
El
I
[1
14
I
C
1
I
I
92 V .1
PAYMENT BOND /i4 �" s- I'F0O
1 4f 44
NOW ALL MEN BY THESE PRESENTS: That we Merit
a Corporation, hereinafter called "Principal" and O Sta es
Insurance Coa�anv of Indianapolis Sta O
Tndiana , hereinafter called "Surety", are held and
firmly bound unto the City of Fayetteville, Arkasnas, hereinafter
called "Owner", in the penal sun of Two hundred seven thousand three
hundred ninety four and 50/100-----------($207,391..50--) in lawful money
of the United States, 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 certain contract with the Owner, dated the
18th day December , 1991, a copy of which is hereto
attached and made a part hereof for the construction of
improvements to the city of Fayetteville, Arkansas.
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.
PROVIDED, FURTHER, that the said Surety, for value received
hereby stipulates and agrees that no change, extension of time,
alteration or addition to the terms of the contract or to the work
to be performed thereunder or the specifications accompanying the
same shall in any way affect its obligation on this bond, and it
does hereby waive notice of any such change, extension of time,
alteration or addition to the terms of the contract or to the work
or to the specifications.
PROVIDED, FURTHER, that no final settlement between the Owner
and the contractor shall abridge the right of any beneficiary
hereunder, whose claim may be unsatisfied.
This bond is given in compliance with Act 351, Arkansas Acts
of 1953, and Act 209, Arkansas Acts of 1957, the same appearing as
Arkansas Statutes (1957) Section 51-635, cumulative Supplement.
Payment Bond - 1
IL
MCC10110"
r 'IN O CalWIOng
Inmrorc11.1
(aw.Yrr.11.. rxd, so,
I
I
I
IN WITNESS HEREOF, this instrument is executed in six (6)
counterpth s each one of which shall be deemed an original, this
the day December , 1991.
II ATTEST:
j
(Prim a )• Secretary
I I (SEAL)
I
I
I
I
[J
I
I
I
11
I
11
a „iii_
�. ..
WITNESS:
r
(Surety) Secretary
I(SEAL)
1-,c
Witness as to Surety'r
Overland Park, Kansas
Address
Merit Electric. Inc.
Principal
By: `? 6/
2301 S. School
Fayetteville_?R_72701
Address
AMERICAN STATES INSIIRAIcCE COMPANY
Surety
-
- , l
f /
fly: M t ,
Kathp orgF3CO—�p.—
..O.Box 2966 Overland Park, KS 66201 -
Address ]366
Payment Bond - 2
MaCb laM
Enpmov
InarpSraSS
Fap,It. vtlu, Arkansas
I
El
C
I
I
El
El
I
I
GENERAL POWER OF ATTORNEY
American States Insurance Company
INDIANAPOLIS, INDIANA
KNOW ALL MEN BY THESE PRESENTS. that Anencar States Insurance Company. a Corporation duly organized and existing under tine laws of the State
of Indu a. and 'laving as principal once in the City of Indianapols. Indiana. ham made, constituted and appointed, and does by then presents make.
constitute and appoint _ - - -
----- L. A. CLAWSON, KATHERINE D. CORDER, JUDITH A. HATHAWAY, VIRGINIA B. KOHL.
RITA A. MILLER OR DEBORAHA. SILVEY --------------------------------------------
of Overland Park _ and state of Kansas
its true and lawful Attorney )-nFact. with full power and authority hereby conferred in its name, place and stead, to execute. acknowledge and
deliver any and ON bonds, remgnianas. contracts of indemnity and other conditional or obligatory undertakings. ----- PROVIDED.
NO AUTHORITY IS EXTENDED FOR THE EXECUTION OF OPEN PENALTY BONDS ---------------
and to and the Corporation thereby as fully and to the same extent as d such bonds were signed by the President, aWWaI with the common asi Of the Ctxporabon
and duly affiated by its Secretary, hereby ratifying and confining all that the said Atlanay(eHn-Fact may do in the premises. The Potwar of Attorney as executed
and may be revoked pursuant to end by authority grimed by Section 707 of the By -tune of the American States Insurance Company, which reeds as (ollows:
'The Chairman. the President or any Vice -President tmduding any Executive Vies-Preadem. Senior Via -President. Second Vice -resides
or Aasetam Vice -President) shall have power, by and with the conaxrenoa with any With officer of the Capitation, to appoint AtlomayaaNed
as the business of the Corporation may require and to sutMass any such person to execute, on behalf of the Corporation, any bonds.
recognlzances, stipulations and undertakings. whether by way of surety or otherwise'
IN WITNESS WHEREOF. A erican States Insurance Company hag caused then presents to be signed by as Vice -President, atlsew by its
Assistant Vice -President and its corporate seal to be hereto affixed *u 6th day of -_ May
AD '9 _91 . AMERICAN STATES INSURANCE COMPANY
ATTEST: -
Assistant Vice -President
STATE OF INDIANA SS
COUNTY OF MARION
econd Vio esident M
On this 6th__ ay of ._ NaY . A D., 19 9l , beforeme personallycane
Joseph F. Heim to me known, who
t
being by this duly sworn, acknowledged the execution of the above instrument and did depose and say; that he is a Vice -Prudent of American
States Insurance Company: that he krtdw the seal at said Corporation: that the seal affixed to the said instrument ,s such corporate sea: that
it was so affixed by authority d the Board of Directors d said Corporation; and that he signed he name thereto under like authority. And cod
Joseph F . Heim _ Alrthar srd that hem acquainted with John J. Rosich and knows him to be the
Assistant Vice -President of sad Corporation; end gist he executed the above Instrument.
MARGO L THAYER. NOTARY PUBLIC
HENDRICKS COUNTY. STATE OF INDIANA p
' MY COMMISSION EXPIRES: 12:3192
E OF INDIANA
STATEI COUNTY OF MARION SS �4btAMr
II. John J. Rosich the Asset ard VPreaidem of AMERICAN STATES INSURANCE COMPANY, do hereby certify that
the above and foregoing is a true and correct copy of a Power of Attorney, executed by said AMERICAN STATES INSURANCE COMPANY, which
is atiN in force and ONect.
The Certihale may be signed and sealed by facsimile under and by the authority of Section 8.03 of the By -Laws of AMERICAN STATES
' INSURANCE COMPANY which reeds as follows:
'AN polices and other inatrumenle of insurance issued by the Corporation shall be signed on behalf of the Corporation by the Chairman.
the president or any vice-president (Including any Execulive Vice-Presdent, Senior Vice -Prudent, Vice -Presides. Second Vice -President.
or Assistant VlcaPruiaM) and the secretary. assistant secretary, or other officer, whose signatures, If the instrument is duty countersigned
by en authorized repreaemative d the Caporatlon, may be facsimilles. Such signatures and facsimiles thereof shall be authorized and
' Snag upon the Corporation notwithstanding the tact that any such officer shall have '—__Ito be such officer at the time such pokey
or other instrument d insurance shag have been actually issued by the Corporation."
In witness whereof. I have hereunto set my hand and affixed the el of said Corporation, this 18th ay d December
A.D.. 199L. and
' AWelant Vice- m
THIS POWER OF ATTORNEY MUST CONTAIN A VALIDATING STATEMENT PRINTED IN THE MARGIN HEREOF IN
'RED INK. WITH A RED DIAGONAL IMPRINT - AMERICAN STATES INSURANCE - PRESENT IN ITS ENTIRETY. IF
g 1� YOU HAVE ANY QUESTIONS REGARDING THE VALIDITY OF THIS POWER OF ATTORNEY, CALL 317-282.6282 OR
(t-9') WRITE US AT P.O. BOX 1636. INDIANAPOLIS, IN 462081636.
Li
C
I
Li
I
Li
I
C
Li
I
I
I
I
I
i
I
FEDERAL WAGE DECISION
MCCNII/M
.wll/laa
[MIwPa
Inc@raerelw
Fanflarab, Arbaaw
U.S. Department of Labor
GENERAL DECISION NO. AR91-7
Supersedes General Wage Dec4sior No. ARSQ-7
State: ARKANSAS
County(ies): Statewide
Construction
Type: Water, Sewer Lines, Streets, Runways & Highway
Construction
Description: Construction, alteration, and/cr repair o` streets.
highways, runways and water & sewer utilities. (but apes
not include structures on highway rest areas).
Modification Record:
NC.
I
Publication Date
May 24, 1991
17
Page No (s)
18-19
Va. l l
U
IU.S. Department of Labor
' AR91-7
' Basic
Hourly
Rates
' BRICKLAYERS 7.2C
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 operatc- 5.15
' Asphalt raker 5.85
Carpenter Helper 5.:5
Chain saw Operator 5.15
Chec.cer grade 5.45
Concrete finisher helper 5.15
Concrete joint sealer 5.15
Concrete saw operator 5.15
Formsetter 5.45
I
Laborer 4.25
Pipelayer 5.45
Powderman 6.40
Vibratorman 5.15
' PAINTER 6.20
PILE DRIVER LEADMAN 6.20
+POWER EQUIPMENT OPERATORS:
Aggregate spreader ope 5.80
Aspnalt plant fireman 4.85
Asphalt.plantdrier ape-. 4.85
Batch plant doer. 5.80
• Bul'dozer Operators:
Finish G.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 (i yard or
less) 6 10
Cherry picker operator 6.10
' Concrete paver operator 6.70
Concrete spreader oper. 6.70
Crane, derrick, dragline, shovel.
backhoe, opera.:
' 1-1/2 yards or less 6.70
over 1-1/2 yards 7.20
Crusher Operator 5.65
Distributor operator 5.65
Crill Operator wagon or truck) 5.65
Elevating grader oper. 6.70
Euclid or like equipnert operator
(bottom or end dump) 5.25
Finishing machine oper. 6.10
WI I' I8 (May 2�. 1991)
4,
Fringe
Benefits
I
' U.S. Department of Labor J
``I
AR91-7
Flagger 4.25
' 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
Sad slicing machine op. 4.95
Stabilizer mixing machine operator 5.65
' Tractor operator (crawler type) 5.15
Tractor operator (tarn ano wheel) 5.15
Tractor operator wheel type (with
attachments I yd. o^ 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
'cad 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)).
I
1
' 19 (May 24. 1991)
VCI. l
I
L
I
I
I
I
7
7
I
I
I
I
I
STATE WAGE DECISION
U.
I ' fl
I k4 V
I
7
J
I
I
C
I
I
C
I
I
U
I
I
r
I
I
L. J
I
Page 1 of 2 ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION - HEAVY RATE
DATE: July 30, 1991
PROJECT: Runway and Taxiway
Lighting Renovation
Drake Field
Fayetteville, Arkansas
CLASSIFICATION
Bricklayers
Carpenters
Concrete Finishers
Electricians
Ironworkers:
structural
Reinforcing
Laborers:
Air Tool Operator
Asphalt Heater Operator
Asphalt Raker
Carpenter Helper
Chain Saw Operator
Checker Grade
Concrete Finisher Helper
Concrete Joint Sealer
Concrete Saw Operator
Flagger
Formsetter
Laborer
Pipelayer
Powderman
Vibratormar.
Painter
Pile Driver Leadman
Power Equipment Operators:
Aggregate Spreader operator
Asphalt Plant Fireman
Asphalt Plantdrier Operator
Batch Plant Operator
Bulldozer Operator: Finish
Rough
Bull Float Operator
Concrete Curing Machine Operator
Concrete Mixing Operator:
Less than 5 sacks
5 sacks or more
Backhoe-Rubbertired 1 yard or less
Cherry Picker Operator
Concrete Paver Operator
Concrete Spreader Operator
Crane, Derrick, Dragline, Shovel,
Backhoe Operators:
1-1/2 yards or less
over 1-1/2 yards
Crusher Operator
Distributor Operator
DETERMINATION 1: 91-22
COUNTY: Washington
EXPIRATION DATE: 1-30-92
BASIC
HOURLY
RATE
7.20
7.20
7.20
8.75
6.30
5.45
5.15
5.15
5.85
5.15
5.15
5.45
5.15
5.15
5.15
4.25
5.45
4.25
5.45
6.40
5.15
6.20
6.20
5.80
4.85
4.85
5.80
6.90
5.65
5.65
5.65
5.15
6.20
6.10
6.10
6.70
6.70
6.70
7.20
5.65
5.65
FRINGE
BENEFITS
I
' Page 2 of 2 ARKANSAS DEPARTMENT OF LABOR
PREVAILING WAGE DETERMINATION - HEAVY RATE
H
I
I
I
I
I
I
n
HI
I
[Ti
I
I
H
L
DATE: July 30, 1991
PROJECT: Runway and Taxiway
Lighting Renovation
Drake Field
Fayetteville, Arkansas
CLASSIFICATION
Drill Operator (wagon or truck)
Elevating Grader Operator
Euclid or like Equipment Operator
(bottom or end dump)
Finishing Machine Operator
Forklift Operator
Front End Grader Operator
Front End Operator: Finish
Rough
Hydro Seeder Operator
Mechanic
Mechanic Helper
Motor Patrol Operator: Finish
Rough
Mulching Machine Operator
Oiler and Greaser
Pile Driver Operator
Power Broom Operator
Pug Mill Operator
Roller Operator (self-propelled)
Scraper Operator: Finish
Rough
Sod Slicning Maching Operator
Stabilizer Mixing Maching Operator
Tractor Operator: Crawler Type
Farr. and Wheel
Wheel Type (with
attachment 1 yard or under)
Trenching Machine Operator
Stonemasons
Truck Drivers:
Distributor Truck
Semi -trailer
Lowboy
Transmit Mix
Truck Drivers (Light -less than
3000 lbs.)
Truck Drivers (Heavy -more than
3000 lbs.)
Well Drillers
DETERMINATION #: 91-22
COUNTY: Washington
EXPIRATION DATE: 1-30-92
BASIC
HOURLY
RATE
5.65
6.70
5.25
6.10
5.05
5.05
6.70
5.65
5.15
6.90
5.25
6.90
5.65
5.15
5.45
6.20
5.15
5.15
5.25
6.90
5.65
4.95
5.65
5.15
5.15
5.55
5.55
7.20
5.45
5.45
5.65
5.45
4.85
5.15
6.90
FRINGE
BENEFITS
Welders -receive rate prescribed for craft performing operation to
which welding is incidental.
CERTIFIED
JULY 13, 1989
I
' WAGE, LABOR, EEO AND
SAFETY REQUIREMENTS
I
I
I
I
I
I
I
I
I
rxro�ro�
uero.ra.r
14)MMWro� a
L
C
H
H
I
C
C
I
I
I
n
I
H
I
I
SECTION A (FEDERAL AVIATION ADMINISTRATION REQUIREMENTS)
J.. Airport Improvement Program. The work in this Contract
is included in Airport Improvement Program Number 3-05-0020-16
which is being undertaken and accomplished by the city of
Fayetteville 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 (PL 97-248)
and Part 152 of the Federal Aviation Regulations (14 CFR Part 152),
pursuant to which the United States has agreed to pay a certain
percentage of the costs of the project that are determined to be
allowable project costs under that Act. The United States is not
a party to this Contract and no reference in this Contract to the
FAA or any representative thereof, or to any rights granted to the
FAA or any representative thereof, or the United States, by the
Contract, makes the United States a party to this Contract.
An. 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.
. 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.
1 -5. Withholding: Sponsor from Contractor. Whether or not
payment or advances to 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.
$5. Nonpayment of Wages. If the Contractor or subcontractor
fails to pay any laborer or mechanic employed or working on the
site of the work any of the wages required by this Contract, the
City of Fayetteville may, after written notice to the Contractor,
take such action as may be necessary to cause the suspension of any
further payment or advance of funds until the violations cease.
FAA Inspection and Review. The Contractor shall allow
any authorized representative of the FAA to inspect and review any
work or materials used in the performance of this Contract.
Wage, Labor, EEO & Safety Regulations - 1
McClailand
..m c fcnsw. ,
Enpmnn
InvOerWW
Fo '.nde, Arkansas
I
I
H
E
I
I
I
I
I
I
I
I
I
I
I
"$. Subcontracts. The Contractor shall insert in each of his
subcontracts the provisions contained in paragraphs A-1, A-3, A-4,
A-5, A-6, and A-7 requiring the subcontractors to include these
provisions in any lower tier subcontracts which they may enter
into, together with a clause requiring this insertion in any
further subcontracts that may in turn be made.
2. Contract Termination. A breach of Paragraphs A-6, A-7,
and A-8 may be grounds for termination of the Contract.
SECTION B (SECRETARY OF LABOR REQUIREMENTS)
k. Minimum Waaes
(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 Part 3), the full amounts due
at time of payment computed at wages and bona fide fringe
benefits (or cash equivalent thereof) due at time of payment
computed at wage rates not less than those contained in the
wage determination of the Secretary of Labor which is attached
hereto and made a part hereof, regardless of any contractual
relationship which may be alleged to exist between the
Contractor and such laborers and mechanics. For the purpose of
this paragraph, contributions made or costs reasonably
anticipated for bona fide fringe benefits under Section 1(b)
(2) of the Davis -Bacon Act on behalf of laborers or mechanics
are considered wages paid to 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) (1) (i)). Such laborers and
mechanics shall be paid the appropriate wage rate and fringe
benefits on the wage scale, 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 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.
Wage, Labor, EEO & Safety Regulations - 2
I
raarmre
a ,„ Car Wlrrna
FVN_� m nlprnwn IEMrncrorH
eers
Fay.r"n'b, 4rka+.a.
I
I
I
n
I
I
I
I
I
I
I
H
I
C
(b) (1) Any class of laborers. or mechanics, including
apprentices and trainees, which is not listed in the wage
determination and which is to be employed under the
Contract, shall be classified or reclassified conformably
to the wage determination. Approval will be given for an
additional classification and wage rate, and fringe
benefits therefore, only when the following criteria have
been met:
(i) 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 rates contained in the wage determination.
(2) If the Contractor and the laborers and mechanics to
be representatives, and City of Fayetteville agree on
the classification and wage rate (including the amount
designated for fringe benefits where appropriate), a
report of the action take shall be sent by 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. (29 CFR 5.5
(a) (1) (1)).
(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 the 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.)
Wage, Labor, EEO & Safety Regulations - 3
MCC(.': and
..n� o C.nwl
Erp'..*rs.n
�'Corp .roNQ
•Ly.'. vI'.. Ar/G'I,Cs
H
H
7
I
I
I
I
I
I
I
I
I
I
I
I
11
(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 wage 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)(1)(iii) ).
(d) If the Contractor does not make payments to a trustee or
other third person, the Contractor may consider as part of the
wages of any laborer or mechanic the amount of any costs
reasonably anticipated in providing bona fide fringe benefits
under a plan or program. Provided, however, that the
Secretary of Labor has found, upon the written request of the
Contractor, that the applicable standards of the Davis -Bacon
Act have been met. The Secretary of Labor may require the
Contractor to set aside in a separate account assets for the
meeting of obligations under the plan or program. (29 CFR 5.5
(a) (1) (iv)).
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 Number 3-05-
0020-16 and Part 152 of the Federal Aviation Regulations (14 CFR
Part 152), the FAA 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 and trainees, 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).
f. Payrolls and Basic Records
(a) Payrolls and basic records relating thereto will be
maintained during the course of the work and preserved for a
Wage, Labor, EEO & Safety Regulations - 4
M'CM"ona
O M a.,wiYaa
' Logan, In
J,COrDWcsd
Papir.vdu, poor••
H
I
H
J
I
I
I
I
I
I
I
I
I
I
I
I
period of 3 years thereafter for all laborers and mechanics
working at the site of the work. Such records will contain
the name and address 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 1(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 sub -paragraph (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 1(b)(2)(B) of the Davis -Bacon
Act, the Contractor shall maintain records which show that the
commitment to provide such benefits is enforceable, that the
plan or program is financially responsible, and that the plan
or program has been communicated in writing to the laborers or
mechanics affected, and records which show the costs
anticipated or the actual costs incurred in providing such
benefits. Contractors employing apprentices or trainees under
approved programs shall maintain written evidence of the
registration of apprenticeship programs and certification of
trainee programs, the registration of apprentices and
trainees, and the ratios and wage rates prescribed in the
applicable programs (29 CFR 5.5 (a)(3)(i)).
(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.
(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
Wage, Labor, EEO & Safety Regulations - 5
MCC.. O,a
a M Cc, *4 'IA Q
' fnpm..rs
;naaooror.e
(ay.lr.vltl., A rkan.a.
H
H
U
H
fl
IA
Li
I
I
I
n
I
I
Li
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 or 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 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)).
5-4 Apprentices and trainees
(a) Apprentices. Apprentices will be permitted to work at
less than the predetermined rate for the work they perform
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
Wage, Labor, EEO & Safety Regulations - 6
'C.troae
C
EnOm.as
Ina aapa Nd
fa/.11.v I a, A•kan.a.
I
I
I
I
I
I
I
I
I
I
I
CI
LI
I
I
I
I
I
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 apprentice 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 on the wage
determination of the work actually performed. Where a
Contractor is performing construction on a project in a
locality other than that in which its program is registered,
the ratios and wage rates (expressed in percentages of the
journeyman's hourly rate) specified in the Contractor's or
subcontractor's registered program shall be observed. Every
apprentice must be paid at not less than the rate specified in
the registered program for the apprentice's level of progress,
expressed as a percentage of the journeyman 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 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 CFR 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
Wage, Labor, EEO & Safety Regulations - 7
' ..n• .a m Met,. idqd
,^.arm r. aQ
Capm.rr$
Inaorparartd
Fa/.flsvl4• Atamas
El
I
H
H
I
I
I
I
I
7
El
I
I
I
[I
I
H
P
to journeymen on the job site shall be not 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 Administration 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 the 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) (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 CFR
Part 30 (39
CFR 5.5 (a)(4)(iii)).
(d) Application of 29 CFR Part 5.5 (a)(41. 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 paragraph B-4 (a),
(b) and (c) above).
(e) Enforcement.
(i) The FAA shall promulgate the necessary regulations or
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
Wage, Labor, EEO & Safety Regulations - 8
ne
' MC~t'n
„ E,nears
c rpor
n iCYDD-aH!
Won''.' i. , dnomoa
I
j
P-1
I
I
I
I
I
I
I
I
H
E
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 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 ensure
consistent enforcement of the requirements of these
provisions. Enforcement of these provisions shall be in
accordance with 29 CFR 5.6.
gam. Compliance with Copeland Regulations. The Contractor
shall comply with the Copeland Regulations (29 CFR Part 3) of the
Secretary of Labor which are herein incorporated by reference (29
CFR 5.5 (a) (5) ).
D_¢. 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.
$ 2. 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 CRF Parts 5, 6, and 7.
Disputes within the meaning of this clause include sponsor, the
U.S. Department of Labor, or the employees or their
representatives.
$-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 virture of Section 3 (a) of the
Davis -Bacon Act or 29 CFR 5.12 (2) (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 CFR
5.12(a) (1).
(c) The penalty for making false statements is prescribed in
the U.S. Criminal Code, 18 U.S.C. 1001.
Wage, Labor, EEO & Safety Regulations - 9
M'CI. I land
iiir°
M ConWlln •,
[I'Ql...r.
__ InC,'OoroMd
FapnllavPla, Artanns
H
H
I
Li
C
Ii
H
I
I
I
I
I
L
H
L
fij. Overtime Requirements. No Contractor or subcontractor
contracting for any part of the contract work which may require or
involve the employment of laborers or mechanics shall require or
permit any laborer or mechanic in any work week in which he is
employed on such work to work in excess of 8 hours in any calendar
day or in excess of 40 hours in such work week unless such laborer
or mechanic received compensation at a rate not less than 1-1/2
times his basic rate of pay for all hours worked in excess of 8
hours in any calendar day or in excess of 40 hours in such work
week, as the case may be (29 CFR 5.5 (c)(1)).
B-10. Violations. Liability for Unpaid Wages. Liquidated
Damages. In the event of any violation of paragraph B-6 of this
provision, the Contractor and any subcontractor responsible
therefore 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 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 8 hours or in excess of the standard work week of
40 hours without payment of the overtime wages required by said
paragraph B-6 of this provision (29 CFR 5.5 (c)(2)).
B-11. Withholding for Unpaid Wages and Liquidated Damages and
Priority of Payment. 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 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 any
laborer or mechanic employed in the performance of the contract to
work in surroundings or under working conditions that are
unsanitary, hazardous or dangerous to his health or safety as
determined under construction safety and health standards (29 CFR
Part 1926; 37 F.R. 27503) issued by the Secretary of Labor.
8-13. Subcontracts. The Contractor will 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 subcontracts to
include these provisions in any lower tier subcontracts which they
Wage, Labor, EEO & Safety Regulations - 10
MCCJ. ,o'd
a a,M Co,, MJ'rrna
E+a-non
incoraa'ohd
Farnay.i•q Aransas
II
Lj
I
I
I
I
I
L
I
[ •]
I
I
1J
I
I
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 lower
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 debarment as a Contractor or subcontractor as provided for
in 29 CFR 5.12.
SECTION C (EQUAL
OPPORTUNITY CLAUSE)
During the performance of this Contract, the Contractor agrees
as follows:
c. The Contractor will not discriminate against any employee
or applicant for employment because of race, color, religion, sex
or national origin. The Contractor will take affirmative action to
ensure that applicants are employed, and that employees are treated
during employment without regard to their race, color, 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.
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,
relation sex or national origin.
CC=3. The Contractor will send to each labor union or
representative of workers with which he has a collective bargaining
agreement or other contract or understanding, a notice to be
provided, advising the said labor union or workers' representatives
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.
Q=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.
Q=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
Wage, Labor, EEO & Safety Regulations - 11
r a.,icna
conwll np
Eryn..r.
'no.rnor.l.0
f ofMmd, L ,Mao.o.
I
H
I
I
I
I
LI
I
I
I
I
7
I
I
Labor, or pursuant thereto, and will permit access to his books,
records, and accounts by the administering agency and the Secretary
of Labor for purposes of investigation to ascertain compliance with
such rules, regulations, and others.
Q.j. In the event of the Contractor's noncompliance with the
nondiscrimination clauses of this contract or with any of the said
rules, regulations, or orders, this contract may be canceled,
terminated, or suspended in whole or in part and the Contractor may
be declared ineligible for further government contracts or
federally assisted construction contracts in accordance with
procedures authorized in Executive Order 11246 of September 24,
1965, 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 rules, regulations, or orders of the
Secretary of Labor, or as otherwise provided by law.
Qj. 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 non-compliance: 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 interest of the United States.
SECTION D (HEALTH AND SAFETY REQUIREMENTS)
per. 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 shall not require any laborer or
mechanic employed in performance of the contract 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).
SECTION E (AIR AND WATER QUALITY STANDARDS}
E_i. 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
Wage, Labor, EEO & Safety Regulations - 12
' wtClillond
Unw I'ng
t
Enp.no-,-.
�nEfOOIat10
,yly YPi, A,,Qn,CI
I
I
I
n
I
I
I
I
I
I
I
I
I
I
Li
C
I
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 free of charge from
Department of Transportation, Distribution Unit, TAD -484.3,
Washington, D.C. 20590.
") c14 441)_ :_,. _ .I4.ht44 I4(!)4 —t! I.
(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.
SECTION F (STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY
CONSTRUCTION CONTRACT SPECIFICATIONS (Executive Order 11246, as
amended))
fl. 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;
Wage, Labor, EEO & Safety Regulations - 13
I
McC;.'And
cc, w/''n0
Encar.lrs
i,corp0r0.d
rayer.' I,Arkcn.,.
"Minority"
(2) Hispanic (all persons of
Cuban, Central or South America,
or origin regardless of race);
(3) Asian and Pacific Island (all persons
in any of the original peoples of
Southeast, Asia, the Indian Subcontinent,
Islands); and
(4) American Indian and 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).
.,. Whenever the Contractor, or any subcontractor any peer,
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.
gam. 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 participation in and
compliance with the provisions of any such Hometown Plan. Each
Contractor or subcontractor participating in an approved plan is
individually required to comply with its obligations under the EEO
clause and to make a good faith effort to achieve each goal under
the plan in each trade in which it has employees. The overall good
faith performance by other Contractors or subcontractors toward a
goal in an approved plan does not excuse any covered Contractor's
or subcontractor's failure to take good faith efforts to achieve
the plan goals and timetables.
f4. The Contractor shall implement the specific affirmative
action standards provided in paragraphs F -7.a. through F -7.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
Regulations
MCCld fond
d, �o Gnw,l'n0
Endrndd
IncVDolaSd
FditNYI'd, A ku,sad
I
I
I
I
I
I
I
I
I
I
I
I
I
Li
I�
L
I
I
area. The Contractor is expected to make substantially uniform
progress towards its goals in each craft during the period
specified.
-5. Neither the provisions of any collective bargaining
agreement nor the failure by a union with whom the Contractor has
a collective bargaining agreement to refer either minorities or
women shall excuse the Contractor's obligations under these
Specifications, Executive Order 11246, as amended, or the
regulations promulgated pursuant thereto.
fri. 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) Ensure and maintain a working environment free of
harassment, intimidation, and coercion at all sites, and in
all facilities at which the contractor's employees are
assigned to work. The Contractor, where possible, will assign
two or more women to each construction project. The
Contractor shall specifically 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 such sites or in such
facilities.
(b) Establish and maintain a current list of minority and
female recruitment sources, provide written notification to
minority and female recruitment sources and to community
organizations when the contractor or its unions have
employment opportunities available, and maintain a record of
the organizations' responses.
(c) Maintain a current file of the names, addresses, and
telephone numbers of each minority and female off -the -street
applicant and minority or female referral from a union, a
recruitment source, or community organization and of what
action was taken with respect to each such individual. If
Wage, Labor, EEO & Safety Regulations - 15
„LCI.,lalb
can w:fi n9
Enain..•s
Inc 'paof.a
foy.s•.n'b, Assansa.
LJ
Li
Li
7
Li
Li
I
Li
r
L
C
I
I
I
I
I
L
such individual was sent to the union hiring hall for referral
and was not referred back to the Contractor by the union or,
if referred, not employed by the Contractor, this shall be
documented in the file with the reason therefore along with
whatever additional actions the Contractor may have taken.
(d) Provide immediate written notification to the Director
when the union or unions with which the Contractor has a
collective bargaining agreement has not referred to the
Contractor a minority person or woman sent by the Contractor,
or when the Contractor has other information that the union
referral process has impeded the Contractor's efforts to meet
its obligations.
(e} Develop on-the-job training opportunities and/or
participate in training programs for the area which expressly
include minorities and women, including upgrading programs and
apprenticeship and trainee programs relevant to the
Contractor's employment needs, especially those programs
funded or approved by the Department of Labor. The Contractor
shall provide notice of these programs to the sources compiled
under 7b above.
(f) Disseminate the Contractor's EEO policy by providing
notice of the policy to unions and training programs and
requesting their cooperation in assisting the Contractor in
meeting its EEO obligations; by including it in any policy
manual and collective bargaining agreement; by publicizing it
in the company newspaper, annual report, etc; by specific
review of the policy with all management personnel and with
all minority and female employees at least once a year; and
by posting the company EEO policy on bulletin boards
accessible to all employees at each location where
construction work is performed.
(g) Review, at least annually, the company's EEO policy and
affirmative action obligations under these Specifications with
all employees having any responsibility for hiring,
assignment, layoff, termination, or other employment decisions
including specific review of these items with on -site
supervisory personnel such as superintendents, general
foreman, 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
Wage, Labor, EEO & Safety Regulations - 16
wac..•,a+n
L M wlhn,
FaoeDcrc
Faflae ru,, A•.an,w
I
I
I
I
I
i
C
I
rI
I
I
I
I
I
I
I
I
L
Contractor's EEO policy with other Contractors and
subcontractors with whom the Contractor does or anticipates
doing business.
(i) Direct its recruitment efforts, both oral and written, to
minority, female, and community organizations, to schools.with
minority_ and female students; and to minority and female
recruitment and training organizations serving the
Contractor's recruitment area and employment needs. Not later
than one month prior to the date for the acceptance of
applications for apprenticeship or other training by any
recruitment source, the Contractor shall send written
notification to organizations, such as the above, describing
the openings, screening procedures, and tests to be used in
the selection process.
(j) Encourage present minority and female employees to recruit
other minority persons and women and, where reasonable,
provide after school, summer, and vacation employment to
minority and female youth both on the site and in other areas
of a Contractor's work force.
(k) Validate all tests and other selection requirements where
there is an obligation to do so under 41 CFR 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) Ensure 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) Ensure that all facilities and company activities are
nonsegregated except that separate or single -user toilet and
necessary changing facilities shall be provided to assure
privacy between the sexes.
(o) Document and maintain a record of all solicitations of
offers for subcontracts from minority and female construction
Contractors and suppliers, including circulation of
solicitations to minority and female Contractor associations
and other business associations.
Wage, Labor, EEO & Safety Regulations - 17
Macu'wne
✓p 0 M Canullrrgq
Enarnssrs
InaarOs.arlJ
Fa/IHPa4, A'kansas
C
L
C
1
C
C
1
C
I
I
I
I
fl
ET
I
(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@. Contractors are encouraged to participate in voluntary
associations which assist in fulfilling one or more of their
affirmative action obligations (7a 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 7a through p of
these Specifications provided that the Contractor actively
participates in the group, makes every effort to assure that the
group has a positive impact on the employment of minorities and
women in industry, ensures that the concrete benefits of the
program are reflected in the Contractor's minority and female work
force participation, makes a good faith effort to meet its
individual goals and timetables, and can provide access to
documentation which demonstrates the effectiveness of actions taken
on behalf of the Contractor. The obligation to comply however, is
the Contractor's and failure of such a group to fulfill an
obligation shall not be a defense for the Contractor's
noncompliance.
fr2. A single goal for minorities and a separate single goal
for women have been established. The Contractor, however, is
required to provide EEO and take affirmative action for all
minority groups, both male and female, and all women, both minority
and non -minority. Consequently, the Contractor may be in violation
of the executive order if a particular group is employed in a
substantially disparate manner (for example, even though the
Contractor has achieved its goals for women generally, the
Contractor may be in violation of the executive order if a specific
minority group of women is under utilized).
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.
Wage, Labor, EEO & Safety Regulations - 18
MCC.. laid
rn p :N'alfgp
Eaylnun
I'iarp..aNa
Fay rfeu•li.• Alkan.a)
L1
I
I
I
I
H
C
I
I
H
H
r
C
C
r
I
I
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 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 compliance or upon the application of
requirements for the hiring of local or other area residents (e.g.,
those under the Public Works Employment Act of 1977 and the
Community Development Block Grant Program).
SECTION G (DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS)
G-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.
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
Wage, Labor, EEO & Safety Regulations - 19
' Nr[II''o.E
c Cn'n•.r
-
Inworpzroto'S
Fq.?Nv.L,, Arkansas
I
I
I
I
I
I
I
I
I
I
I
n
I
I
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.
I. 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.
Q4.. Subcontract Clauses. All bidders and potential
Contractors hereby assure that they will include the above clauses
in all subcontracts which offers further subcontracting
opportunities.
C - !- 444.11t1,.
(a) The award selection 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.
(b) 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
individual is 10 percent of the dollar value of this contract.
(c) 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 amount for each firm. If the responses
do not clearly show DBE participation will meet the goals
above, the apparent successful bidder must clearly
demonstrate, to the satisfaction of the airport sponsor, that
a good faith effort has in fact been made and that meeting
said goals is not reasonably possible. If any apparent low
bidder cannot do so, the contract may, at the option of the
airport sponsor, be awarded to the next low bidder able to
meet these requirements.
Agreements between bidder/proposer and a DBE in which the DBE
promises not to provide subcontracting quotations to other
bidder/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
sub -contractor.
The bidder shall establish and maintain records and submit
regular reports, as required, which will identify and assess
Wage, Labor, EEO & Safety Regulations - 20
Enaln .'s
Inrorp0raf.a
Fay.•fev0s, ArRan.a.
H
n
n
H
H
H
I
H
I
I
Li
Li:
I
I
I
P
progress in achieving DBE subcontract goals and other DBE
affirmative action efforts.
SECTION H (MONTHLY EMPLOYMENT UTILIZATION REPORT (Standard Form
257 - Aug. 1976) Authorised By Section 204 Of Executive Order 11246
and 41 CPR 60-1.4(5))
The Contractor will file with the Area Director, U. S. Dept.
of Labor, CFCCP, P. O. Box 1296, Little Rock, Arkansas 72203, to
reach that office by the fifth of each month, beginning with the
effective date of the contract for the duration of the contract,
Monthly Employment Utilization Reports (Standard Form 257 following
page), in accordance with the instructions contained on the form.
Members of the Associated General Contractors Highway Heavy
Affirmative Action Plan are not required to submit Form CC -257
unless requested.
Wage, Labor, EEO & Safety Regulations - 21
I
MCCMHbnd
ni a m Con wu'ii p
(rgm.r.
F,y.L.V'II.4 A,ION0.
I
I
I
H
I
I
F I
I
I
I
I
H
I
I
D
Li
GENERAL PROVISIONS
MCC/.H.Ad
-I-an
c
I
otto
.�.
IAC.'a.�aNd
foyaN villa. At kama.
J
I
SECTION 10
I
H
L
L
L
L
Li
Li
I
I
I
I
I
I
H
DEFINITION OF TERMS
Whenever the following terms are used in these specifications, in
the contract, in any documents or other instruments pertaining to
construction where these specifications govern, the intent and
meaning shall be interpreted as follows:
10-01 AASHTO. The American Association of State Highway and
Transportation Officials, the successor association to AASHO.
10-02 ACCESS ROAD. The right-of-way, the roadway and all
improvements constructed thereon connecting the airport to a public
highway.
10-03 ADVERTISEMENT. A public announcement, as required by local
law, inviting bids for work to be performed and materials to be
furnished.
10-04 AIP. The Airport Improvement Program, a grant-in-aid
program, administered by the Federal Aviation Administration.
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 operation area shall
include such paved or unpaved areas that are used or intended to be
used for the unobstructed movement of aircraft in addition to its
associated runway, taxiway, or apron.
10-06 AIRPORT. Airport means an area of land or water which is
used or intended to be used for the landing and takeoff of
aircraft, and includes its buildings and facilities, if any.
10-07 ASTM. The American Society for Testing and Materials.
10-08
AWARD. The
acceptance,
by the owner, of the successful
bidder's
proposal.
10-09 BIDDER. Any individual, partnership, firm, or corporation,
acting directly or through a duly authorized representative, who
submits a proposal for the work contemplated.
10-10 BUILDING AREA. An area on the airport to be used,
considered, or intended to be used for airport buildings or other
airport facilities or rights -of -way together with all airport
buildings and facilities located thereon.
10-11 CALENDAR DAY. Every day shown on the calendar.
General Provisions - 1
' MGCJ.fiond
0 M CCnwlr al
Erprnwr.
Inarp.rar.C
Fay tPn II., A•kan.a.
I
L
I
I
I
I
I
I
I
I
I
J
I
I
I
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 ITEM (PAY ITEM). A specific unit of work for which
a price is provided in the contract.
10-15 CONTRACT TIME. The number of calendar days or working days,
stated in the proposal, allowed for completion of the contract,
including authorized time extensions. If a calendar date of
completion is stated in the proposal, in lieu of a number of
calendar or working days, the contract shall be completed by that
date.
10-16 CONTRACTOR. 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.
10-19 EQUIPMENT. All machinery, together with the necessary
supplies for upkeep and maintenance, and also all tools and
apparatus necessary for the proper construction and acceptable
completion of the work.
10-20 EXTRA WORK. An item of work not provided for in the awarded
contract as previously modified by change order or supplemental
agreement, but which is found by the Engineer to be necessary to
complete the work within the intended scope of the contract as
previously modified.
10-21 FAA.
The Federal Aviation Administration
of the
U.S.
Department of
Transportation. When used to designate
a person,
FAA
General Provisions - 2
MKO'I
Co.MCdcrd
CJ.iii'ay
ft MpoPf
rnOo•ar.a
Faw'av P. Arko,.ea
I
H
I
I
I
I
U
I
L
I
I
I
I
I
shall mean the Administrator or his/her 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.
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.
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 providin<
light sources used on or near the airport or
buildings. The field lighting includes all
markers, floodlights, and illuminating devices
airport or to aid in the operation of aircraft
off from, or taxiing on the airport surface.
1 or controlling the
within the airport
luminous signals,
used on or near the
landing at, taking
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 20 percent of the total amount of the
award 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
General Provisions - 3
I
Erymun
npy ppf0d
�pyCNvi9., At cn.pl
7
I
J
Li
I
I
I
C
I
11
I
C
I
I
I
I
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 Al? contracts, the term sponsor shall have the same meaning as
the term owner.
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/her 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/her 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 which
show the location, character, dimensions and details of the airport
and the work to be done and which are to be considered as a part of
the contract, supplementary to the specifications.
10-35 PROJECT. The agreed scope of work for accomplishing
specific airport development with respect to a particular airport.
10-36 PROPOSAL. The written offer of the bidder (when submitted
on the approved proposal form) to perform the contemplated work and
furnish the necessary materials in accordance with the provisions
of the plans and specifications.
10-37 PROPOSAL GUARANTY. The security furnished with a proposal
to guarantee that the bidder will enter into a contract if his/her
proposal is accepted by the owner.
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 effect 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
sewer lines; water lines; underdrains; electrical ducts, manholes,
handholes, lighting fixtures and bases; transformers; flexible and
General Provisions - 4
' ors
yefu'a
nd
.o rw Co.w I
E.p rra
I.WGoro.0
F.,.B.wP., drf.n.o.
I
H
I
H
I
II
H
I
I
I
I
I
H
rigid pavements; navigational aids; buildings; vaults; and, other
manmade features of the airport that may be encountered in the work
and not otherwise classified herein.
10-41 SUBGRADE. The soil which forms the pavement foundation.
10-41 SUPERINTENDENT. The Contractor's executive representative
who is present on the work during progress, authorized to receive
and fulfill instructions from the Engineer, and who shall supervise
and direct the construction.
10-43 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 25 percent, such increased or decreased
work being within the scope of the originally awarded contract; or
(2) work that is not within the scope of the originally awarded
contract.
10-44 SURETY. The corporation, partnership, or individual, other
than the Contractor, executing payment or performance bonds which
are furnished to the owner by the Contractor.
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.
10-47 WORKING DAY. A working day shall be any day other than a
legal holiday, Saturday, or Sunday on which the normal working
forces of the Contractor may proceed with regular work for at least
6 hours toward completion of the contract. Unless work is
suspended for causes beyond the Contractor's control, Saturdays,
Sundays and holidays on which the Contractor's forces engage in
regular work, requiring the presence of an inspector, will be
considered as working days.
END OF SECTION 10
General Provisions - 5
yccl.UID.D
con a. IU9
EDD c..r.
I'IWDDtDMY
cartl..IN• A•kan.M
I
SECTION 20
I
J
I
I
I
I
I
I
I
I
I
I
I
I
PROPOSAL REQUIREMENTS AND CONDITIONS
20-01 ADVERTISEMENT (Notice to Bidders).
20-02 PREQUALIPICATION OF BIDDERS. Each bidder shall furnish the
owner satisfactory evidence of his/her competency to perform the
proposed work. Such evidence of competency, unless otherwise
specified, shall consist of statements covering the bidder's past
experience on similar work, a list of equipment that would be
available for the work, and a list of key personnel that would be
available. In addition, each bidder shall furnish the owner
satisfactory evidence of his/her financial responsibility. Such
evidence of financial responsibility, unless otherwise specified,
shall consist of a confidential statement or report of the bidder's
financial resources and liabilities as of the last calendar year or
the Contractor's last fiscal year. Such statements or reports
shall be certified by a public accountant. At the time of
submitting such financial statements or reports, the bidder shall
further certify whether his/her financial responsibility is
approximately the same as stated or reported by the public
accountant. If the bidder's financial responsibility has changed,
the bidder shall qualify the public accountant's statement or
report to reflect his/her (bidder's) true financial condition at
the time such qualified statement or report is submitted to the
owner.
Unless otherwise specified, a bidder may submit evidence that he is
prequalified with the State Highway Division and is on the current
"bidder's list'' of the state in which the proposed work is
located. Such evidence of State Highway Division prequalification
may be submitted as evidence of financial responsibility in lieu of
the certified statements or reports hereinbefore specified.
Each bidder shall submit 'evidence of competency'' and 'evidence
of financial responsibility'' to the owner no later than 10 days
prior to the specified date for opening bids.
20-03 CONTENTS OF PROPOSAL FORMS. The owner shall furnish bidders
with proposal forms. All papers bound with or attached to the
proposal forms are necessary parts and must not be detached.
The plans specifications, and other documents designated in the
proposal form shall be considered a part of the proposal whether
attached or not.
20-04 ISSUANCE OF PROPOSAL FORMS. The owner reserves the right to
refuse to issue a proposal form to a prospective bidder should such
bidder be in default for any of the following reasons:
General Provisions - 6
MCC
"It, no
✓ni o Cn+wttnp
Enpnun
mcraorcNd
rari'e.ro b, Arkonrnr
I
J
I
h
I
I
I
I
I
I
I
I
I
I
I
I
a. Failure to comply with any prequalification regulations of
the owner, if such regulations are cited, or otherwise included, in
the proposal as a requirement for bidding.
b. Failure to pay, or satisfactorily settle, all bills due
for labor and materials on former contracts in force (with the
owner) at the time the owner issues the proposal to a prospective
bidder.
o. Contractor default under previous contracts with the
owner.
d. Unsatisfactory work on previous contracts with the owner.
20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An
estimate of quantities of work to be done and materials to be
furnished under these specifications is given in the proposal. It
is the result of careful calculations and is believed to be
correct. It is given only as a basis for comparison of proposals
and the award of the contract. The owner does not expressly or by
implication agree that the actual quantities involved will
correspond exactly therewith; nor shall the bidder plead
misunderstanding or deception because of such estimates of
quantities, or of the character, location, or other conditions
pertaining to the work. Payment to the Contractor will be made
only for the actual quantities of work performed or materials
furnished in accordance with the plans and specifications. It is
understood that the quantities may be increased or decreased as
hereinafter provided in the subsection 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,
General Provisions - 7
krct4.b w
i t Con .aSting
FNI^..rf
rnCp OOfat.O
FO,y'NvIJ.� A rkan.a.
I
C
I
li
ll
I
I
I
I
I
I
I
I
11
I
I
I
deductions, or conclusions which he may make or obtain from his/her
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/her
proposal on the forms furnished by the owner. All blank spaces. in
the proposal forms must be correctly filled in where indicated for
each and every item for which a quantity is given. The bidder
shall state the price (written in ink or typed) both in words and
numerals for which he proposes to do each pay item furnished in the
proposal. In case of conflict between words and numerals, the
words, unless obviously incorrect, shall govern.
The bidder shall sign his/her proposal correctly and in ink. If
the proposal is made by an individual, his/her name and post office
address must be shown. If made by a partnership, the name and post
office address of each member of the partnership must be shown. If
made by a corporation, the person signing the proposal shall give
the name of the state under the laws of which the corporation was
chartered and the name, titles, and business address of the
president, secretary, and the treasurer. Anyone signing a proposal
as an agent shall file evidence of his/her 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 following reasons:
a. If the proposal is on a form other than that furnished by
the owner, or if the owner's form is altered, or if any part of the
proposal form is detached.
b.
If there
are unauthorized
additions, conditional or
alternate
pay items,
or irregularities
of any kind which make the
proposal
incomplete,
indefinite, or otherwise ambiguous.
a. 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.
a. If the proposal is not accompanied by the proposal
guaranty specified by the owner.
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.
General Provisions - 8
' MccufPona
Convlfafl
Enp•no.
Faire.'. a.onw.
I
I
I
J
I
I
I
1
I
I
I
I
I
U
I
I
I
20-09 BID GUARANTEE. Each separate proposal shall be accompanied
by a certified check, or other specified acceptable collateral, in
the amount specified in the proposal form. Such check, or
collateral, shall be made payable to the owner.
20-10 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, 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
FORMS of this section.
END OF SECTION 20
General Provisions - 9
I
M<C1.11and
Con.amng
E.ain..r$
IncpaoraME
ropl..vJu, Arkansas
El
I
SECTION 30
E
I
I
I
I
I
I
I
11
I
I
I
I
I
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
summation of the products obtained by multiplying the estimated
quantities shown in the proposal by the unit bid prices. If a
bidder's proposal contains a discrepancy between unit bid prices
written in words and unit bid prices written in numbers, the unit
price written in words shall govern.
Until the award of a contract is made, the owner reserves the right
to reject a bidder's proposal for any of the following reasons:
a. If the proposal is irregular as specified in the
subsection 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 30 calendar days of the date
specified for publicly opening proposals, unless otherwise
specified herein.
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
except those of the two
immediately after the owns
hereinbefore specified in t
PROPOSALS of this section.
bidders will be retained by
GUARANTY. All proposal guaranties,
lowest bidders, will be returned
r has made a comparison of bids as
he subsection titled CONSIDERATION OF
Proposal guaranties of the two lowest
the owner until such time as an award
General Provisions - 10
I
i1KG.rlava
. rw• fplwlr.y
n. toCorp
o.
F,y.•an.q A r k.nw.
I
I
I
I
I
I
J
I
I
I
J
I
I
I
I
I
is made, at which time, the unsuccessful bidder's proposal guaranty
will be returned. The successful bidder's proposal guaranty will
be returned as soon as the owner receives the contracts bonds as
specified in the 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 a surety bond or bonds which have been fully executed by the
bidder and the surety guaranteeing the performance of the work and
the payment of all legal debts that may be incurred by reason of
the Contractor's performance of the work. The surety and the form
of the bond or bonds shall be acceptable to the owner. Unless
otherwise specified in this subsection, the surety bond or bonds
shall be in a sum equal to the full amount of 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 owner, along with the fully
executed surety bond or bonds specified in the subsection titled
REQUIREMENTS OF CONTRACT BONDS of this section, within 15 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 bond or bonds that have been executed by the successful
bidder, the owner shall complete the execution of the contract in
accordance with local laws or ordinances, and return the fully
executed contract to the Contractor. Delivery of the fully
executed contract to the Contractor shall constitute the owner's
approval to be bound by the successful bidder's proposal and the
terms of the contract.
30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful
bidder to execute the contract and furnish an acceptable surety
bond or bonds within the 15 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.
END OF SECTION 30
General Provisions - 11
I
MCCIN lath
Canrllllrp
Fn •.
Inaerporee.al.e
Foyttt.v.LI, Ar*on.a.
I
I
SECTION .40
I
1
1
I
I
jJ
1
I
I
1
1
I
C
I
1
SCOPE OF WORK
40-01 INTENT OF CONTRACT. The intent of the contract is to
provide for construction and completion, in every detail, of the
work described. It is further intended that the Contractor shall
furnish all labor, materials, equipment, tools, transportation, and
supplies required to complete the work in accordance with the
plans, specifications, and terms of the contract.
40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and
shall have the right to make such alterations in the work as may be
necessary or desirable to complete the work originally intended in
an acceptable manner. Unless otherwise specified herein, the
Engineer shall be and is hereby authorized to make such alterations
in the work as may increase or decrease the originally awarded
contract quantities, provided that the aggregate of such
alterations does not change the total contract cost or the total
cost of any major contract item by more than 25 percent (total cost
being based on the unit prices and estimated quantities in the
awarded contract). Alterations which do not exceed the 25 percent
limitation shall not invalidate the contract nor release the
surety, and the Contractor agrees to accept payment for such
alterations as if the altered work had been a part of the original
contract. These alterations which are for work within the general
scope of the contract shall be covered by "Change Orders'' issued
by the Engineer. Change orders for altered work shall include
extensions of contract time where, in the Engineer's opinion, such
extensions are commensurate with the amount and difficulty of added
work.
Should the aggregate amount of altered work exceed the 25 percent
limitation hereinbefore specified, such excess altered work shall
be covered by supplemental agreement. If the owner and the
Contractor are unable to agree on a 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.
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.
General Provisions - 12
1
MGG.4ana
n� 0 G.nsvl4nC
Fnplr..rs
lncvpora'.d
FoMt.vl'l., Arkan.as
Cl
I
I
I
I
it
[1
LI
I
LI
I
I
I
I
I
Li
I
I
40-04 EXTRA WORE. Should acceptable completion of the contract
require the Contractor to perform an item of work for which no
basis of payment has been provided in the original contract or
previously issued change orders or supplemental agreements, the
same shall be called Extra Work. Extra work that is within the
general scope of the contract shall be covered by written change
order. Change orders for such extra work shall contain agreed unit
prices for performing the change order work in accordance with the
requirements specified in the order, and shall contain any
adjustment to the contract time that, in the Engineer's opinion, is
necessary for completion of such extra work.
When determined by the Engineer to be in the owner's best interest,
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
reiected 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/her own operations and the
operations of all his/her 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/her own operations and the operations of all
his/her 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
General Provisions - 13
MCC;.,n,a
Conn l'na
bCP'DaraYE
Fovt1@vill., A•*an.a.
I
t
I
I
Ll
I
11
El
I
I
I
I
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/her own estimate of all labor,
materials, equipment, and incidentals necessary for providing the
maintenance of aircraft and vehicular traffic as specified in this
subsection.
The cost of maintaining the aircraft and vehicular traffic
specified in this subsection shall not be measured or paid for
directly, but shall be included in the various contract items.
40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures
encountered within the established lines, grades, or grading
sections shall be removed by the Contractor, unless such existing
structures are otherwise specified to be relocated, adjusted up or
down, salvaged, abandoned in place, reused in the work or to remain
in place. The cost of removing such existing structures shall not
be measured or paid for directly, but shall be included in the
various contract items.
Should the Contractor encounter an existing structure (above or
below ground) in the work for which the disposition is not
indicated on the plans, the Engineer shall be notified prior to
disturbing such structure. The disposition of existing structures
so encountered shall be immediately determined by the Engineer in
accordance with the provisions of the contract.
Except as provided in the subsection titled RIGHTS IN AND USE OF
MATERIALS FOUND IN THE WORK of this section, it is intended that
all existing materials or structures that may be encountered
(within the lines, grades, or grading sections established for
completion of the work) shall be utilized in the work as otherwise
provided for in the contract and shall remain the property of the
owner when so utilized in the work.
General Provisions - 14
I
YCCIPIand
• C00W,I,.0
toga n.e•S
cacoro
�noar
Faplvnlu, Ar.onsas
I
I
L
I
I
I
I
I
Li
I
I
[1
I
I
I
40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should
the Contractor encounter any material such as (but not restricted
to) sand, stone, gravel, slag, or concrete slabs within the
established lines, grades, or grading sections, the use of which is
intended by the terms of the contract to be either embankment or
waste, he may at his/her option either:
a. Use such material in another contract item, providing such
use is approved by the Engineer and is in conformance with the
contract specifications applicable to such use; or,
b. Remove such material from the site, upon written approval
of the Engineer; or
Co Use such material for his/her 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/her 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/her 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/her exercise of option a., b., or c.
The Contractor shall not excavate, remove, or otherwise disturb any
material, structure, or part of a structure which is located
outside the lines, grades, or grading sections established for the
work, except where such excavation or removal is provided for in
the contract, plans, or specifications.
General Provisions - 15
MCCb'bg
Consulting
Fnsnur.
•ncrO.rAt.A
FoyP'.vd u, ArKon.a.
U
I
1
I
I
I
I
H
I
I
I
I
I
I
I
I
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 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.
END OF SECTION 10
General Provisions - 16
Mt Cl.t lane
mr a C.nw.r•np
Enen..n
Ir carp eraNe
FGJ.rr.Y!'.. Ark.n.a.
I
I
I
I
I
I
I
I
I
I
1
I
L
I
SECTION 50
CONTROL OF WORK
50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any
and all questions which may arise as to the quality and
acceptability of materials furnished, work performed, and as to the
manner of performance and rate of progress of the work. He shall
decide all questions which may arise as to the interpretation of
the specifications or plans relating to the work, the fulfillment
of the contract on the part of the Contractor, and the rights of
different Contractors on the project. The Engineer shall determine
the amount and quality of the several kinds of work performed and
materials furnished which are to be paid for the under contract.
50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all
materials furnished shall be in reasonably close conformity with
the lines, grades, grading sections, cross sections, dimensions,
material requirements, and testing requirements that are specified
(including specified tolerances) in the contract, plans or
specifications.
If the Engineer finds the materials furnished, work performed, or
the finished product not within reasonably close conformity with
the plans and specifications but that the portion of the work
affected will, in his/her opinion, result in a finished product
having a level of safety, economy, durability, and workmanship
acceptable to the owner, he will advise the owner of his/her
determination that the affected work be accepted and remain in
place. In this event, the Engineer will document his/her
determination and recommend to the owner a basis of acceptance
which will provide for an adjustment in the contract price for the
affected portion 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/her opinion, needed. Changes in the contract price
shall be covered by contract modifications (change order or
supplemental agreement) as applicable.
If the Engineer finds the materials furnished, work performed, or
the finished product are not in reasonably close conformity with
the plans and specifications and have resulted in an unacceptable
finished 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
General Provisions - 17
I
MC .,,c rid
Conwlli nq
Cr.l...r.
ncap.rm.d
F,y.^n. ., drlanm.
I
Li
I
I
I
I
I
I
I
I
I
I
I
[]
L
[J
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/her
determinations as to
acceptance of work
that is not
in strict
conformity but will provide a finished product equal to
or better
than that intended by
the requirements of
the contract,
plans and
specifications.
50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The
contract, plans, specifications, and all referenced standards cited
are essential parts of the contract requirements. A requirement
occurring in cne 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
circulares; contract general provisions shall govern over plans,
cited standards for materials or testing, and cited FAA advisory
circulares; plans shall govern over cited standards for materials
or testing and cited FAA advisory circulares.
The Contractor shall not take advantage of any apparent error or
omission on the plans or specifications. In the event the
Contractor discovers any apparent error or discrepancy, he shall
immediately call upon the Engineer for his/her interpretation and
decision, and such decision shall be final.
50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied
with two 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/her inspectors and with other contractors in every
way possible. The Engineer shall allocate he 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/her agent
on the work. The superintendent shall be capable of reading and
thoroughly understanding the plans and specifications and shall
receive and fulfill instructions from the Engineer or his/her
authorized representative.
General Provisions - 18
MC.Ci.Jidt.d
G.ataIjjpqlia,
Ep np•s
narpaal.a
Fay.U.vrl4, A•ka vat
J
I
I
I
I
I
I
I
[1
I
I
I
I
r-,
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/her work so as not to
interfere with or hinder the progress of completion of the work
being performed by other Contractors. Contractors working on the
same project shall cooperate with each other as directed.
Each Contractor involved shall assume all liability, financial or
otherwise, in connection with his/her contract and shall protect
and save harmless the owner from any and all damages or claims that
may arise because of inconvenience, delays, or loss experienced by
him because of the presence and operations of other Contractors
working within the limits of the same project.
The Contractor shall arrange his/her work and shall place and
dispose of the materials being used so as not to interfere with the
operations of the other contractors within the limits of the same
project. He shall join his/her work with that of the others in an
acceptable manner and shall perform it in proper sequence to that
of the others.
50-06 CONSTRUCTION LAYOUT AND STARES. The Engineer shall
establish horizontal and vertical control only. The Contractor
must establish all layout required for the construction of the
work. Such stakes and markings as the Engineer may set for either
his/her own or the Contractor's guidance shall be preserved by the
Contractor. In case of negligence on the part of the Contractor,
or his/her 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.
50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or
mixing plant equipment is required to be operated automatically
under the contract and a breakdown or malfunction of the automatic
controls occurs, the equipment may be operated manually or by other
methods for a period 48 hours following the breakdown or
malfunction, provided this method of operations will product
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.
General Provisions - 19
Jand
C bung
U Mcd. rt$
En Incttpd,wo'YtK
fOrab Y�111� d'b'ra..
U
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Inspectors employed
Contractor or his/he
materials to conform
specifications and
question until such
his/her decision.
by the owner are authorized to notify the
r representatives of any failure of the work or
to the requirements of the contract, plans, or
to reject such nonconforming materials in
issues can be referred to the Engineer for
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 with
the rights
of the
parties to
this contract.
50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work
which does not form 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
General Provisions - 20
Li
' =c eM
Eprvun
IOMr00r.y0
Foy.r.vll., At.on.o.
I
I
I
L
I
I
I
I
I
I
I
I
I
I
I
CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70.
Work done contrary to the instructions of the Engineer, work done
beyond the lines shown on the plans or as given, except as herein
specified, or any extra work done without authority, will be
considered as unauthorized and will not be paid for under the
provisions of the contract. Work so done 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/her hauling equipment and
shall correct such damage at his/her own expense.
50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall
maintain the work during construction and until the work is
accepted. This maintenance shall constitute continuous and
effective work prosecuted day by day, with adequate equipment and
forces so that the work is maintained in satisfactory condition at
all times.
In the case of a contract for the placing of a course upon a course
or subgrade previously constructed, the Contractor shall maintain
the previous course or 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 Contractor of such noncompliance. Such
General Provisions - 21
MCQi.'I0
CO., Sa
.iM• O M $
.,nN.qnI
+moo ova
Faftl.v9t., Atkan.o.
I
I
I
.1
I
H
l -J
Ii
fl
C
I
[I
I
I
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
notification, the Engineer may suspend any work
owner to correct such unsatisfactory mainte
depending on the exigency that exists. Any
incurred by the owner, shall be deducted from
become due the Contractor.
the Engineer's
necessary for the
nance condition,
maintenance cost
monies due or to
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.
50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the
Contractor deems that additional compensation is due him for work
or materials not clearly provided for in the contract, plans, or
specifications or previously authorized as extra work, he shall
notify the Engineer in writing of his/her intention to claim such
additional compensation before he begins the work on which he bases
the claim. If such notification is not given or the Engineer is
not afforded proper opportunity by the Contractor for keeping
strict account of actual cost as required, then the Contractor
General Provisions - 22
' ycCbfafd
fmwltr
E gmaara
incorporated
sa)ert.vnlat Arkansas
H
n
I
I
I
I
H
I
Ire
L,
P1
I
[1
I
n
I
C
hereby agrees to waive any claim for such additional compensation.
Such notice by the Contractor and the fact that the Engineer has
kept account of the cost of the work shall not in any way be
construed as proving or substantiating the validity of the claim.
When the work on which the claim for additional compensation is
based has been completed, the Contractor shall, within 10 calendar
days, submit his/her written claim to the Engineer who will present
it to the owner for consideration in accordance with local laws or
ordinances.
Nothing in this subsection shall be construed as a waiver of the
Contractor's right to dispute final payment based on differences in
measurements or computations.
END OF SECTION 50
General Provisions - 23
Mc j 'Jr
w !
Cor'iIr0
Enynpa
fcWl.v'l'., Ar.ovw.
I
I
SECTION 60
I
I
I
I
C
El
I
U
L
I
I
I
I
I
I
CONTROL OF MATERIALS
60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials
used on the work shall conform to the requirements of the contract,
plans, and specifications. Unless otherwise specified, such
materials that are manufactured or processed shall be new (as
compared to used or reprocessed).
In order to expedite the inspection and testing of materials, the
Contractor shall furnish complete statements to the Engineer as to
the origin, composition, and manufacture of all materials to be
used in the work. Such statements shall be furnished promptly
after execution of the contract but, in all cases, prior to
delivery of such materials.
At the Engineer's option, materials may be approved at the source
of supply before delivery is stated. If it is found after trial
that sources of supply for previously approved materials do not
produce specified products, the Contractor shall furnish materials
from other sources.
The Contractor shall furnish airport lighting equipment that
conforms to the requirements of cited materials specifications. In
addition, where an FAA specification for airport lighting equipment
is cited in the plans or specifications, the Contractor shall
furnish such equipment that is:
a. Listed in FAA Advisory Circular (AC) 150/5345-1, Approved
Airport 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.
60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials
used in the work shall be inspected, tested, and approved by the
Engineer before incorporation in the work. Any work in which
untested materials are used without approval or written permission
of the Engineer shall be performed at the Contractor's risk.
Materials found to be unacceptable and unauthorized will not be
paid for and, if directed by the Engineer, shall be removed at the
Contractor's expense. Unless otherwise designated, tests in
accordance with the cited standard methods of AASHTO or ASTM which
are current on the date of advertisement for bids will be made by
and at the expense of the owner. Samples will be taken by a
qualified representative of the owner. All materials being used
are subject to inspection, test, or rejection at any time prior to
or during incorporation into the work. Copies of all tests will be
General Provisions - 24
Li
MCCla&iand
Cane, rli np
n rpan
hcaraaroYA
tnya•Nvld,, Arkansas
C
H
furnished to the Contractor's representative at his/her request.
I
H
I
I
I
I
11
I
I
I
H
I
I
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 assembi
and the Contractor elects
the Contractor shall be
certificate of compliance
delivered to the work.
clearly identify each lot
y is specified by " brand name or equal''
to furnish the specified 'brand name,''
required to furnish the manufacturer's
for each lot of such material or assembly
Such certificate of compliance shall
delivered and shall certify as to:
a. Conformance to the specified performance, testing, quality
or dimensional requirements; and,
b.
Suitability of
the material
or assembly for the use
intended
in the contract
work.
Should the Contractor propose to furnish an ''or equal'' material
or assembly, he shall furnish the manufacturer's certificates of
compliance as hereinbefore described for the specified brand name
material or assembly. However, the Engineer shall be the sole
judge as to whether the proposed ''or equal'' is suitable for use
in the work.
The Engineer reserves the right to refuse permission for use of
materials or assemblies on the basis of certificates of compliance.
60-04 PLANT INSPECTION. The Engineer or his/her authorized
representative may inspect, at its source, any specified material
or assembly to be used in the work. Manufacturing plants may be
inspected from time to time for the purpose of determining
compliance with specified manufacturing methods or materials to be
used in the work and to obtain samples required for his/her
acceptance of the material or assembly.
General Provisions - 25
' M14
ZIe
n, a Larsaurnq
Ec;rnm .
Inaarporof.E
Fay.IMvrIf.. Arkansas
Should the Engineer c
conditions shall exist:
a. The Engineer s
the Contractor and the
materials.
b. The Engil
to such parts o
production of the
inspections,
the cooperation and assistance of
with whom he has contracted for
!er shall have full entry a,
the plant that concern
materials being furnished.
reasonable t:
manufacture
a. 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 a copy of the property owner's permission.
MCG.uene
Conwfiifl
trglnder.
Inmporaf.d
Fay.rr.v. y, A nano.
H
I
H
I
I
I
I
I
I
I
I
I
I
H
I
All storage sites on private or airport property shall be restored
to their original condition by the Contractor at his/her 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 used in
the work.
60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all
materials required to complete the work, except those specified
herein (if any) to be furnished by the owner. Owner -furnished
materials shall be made available to the Contractor at the location
specified herein.
All costs of handling, transportation from the specified location
to the site of work, storage, and installing owner -furnished
materials shall be included in the unit price bid for the contract
item in which such owner -furnished material is used.
After any owner -furnished material has been delivered to the
location specified, the Contractor shall be responsible for any
demurrage, damage, loss, or other deficiencies which may occur
during the Contractor's handling, storage, or use of such owner -
furnished material. The owner will deduct from any monies due or
to become due the Contractor any cost incurred by the owner in
making good such loss due to the Contractor's handling, storage, or
use of owner -furnished materials.
END OF SECTION 60
General Provisions - 27
' MCCutlar!
Ena.nw•s
Incarpa•osa
rcy,.,.. I,.. A'lahaf
I
L
SECTION 70
C
L
H
I
I
H
I
L
I
I
I
I
I
LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC
70--1 LAWS TO BE OBSERVED. The Contractor shall keep fully
informed of all Federal and state laws, all local laws, ordinances,
and regulations and all orders and decrees of bodies or tribunals
having any jurisdiction or authority, which in any manner affect
those engaged or employed on the work, or which in any way affect
the conduct of the work. He shall at all times observe and comply
with all such laws, ordinances, regulations, orders, and decrees;
and shall protect and indemnify the owner and all his/her officers,
agents, or servants against any claim or liability arising from or
based on the violation of any such law, ordinance, regulation,
order, or decree, whether by himself or his/her employees.
70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure
all permits and licenses, pay all charges, fees, and taxes, and
give all notices necessary and incidental to the due and lawful
prosecution of the work.
70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the
Contractor is required or desires to use any design, device,
material, or process covered by letters of patent or copyright, he
shall provide for such use by suitable legal agreement with the
patentee or owner. The Contractor and the surety shall indemnify
and save harmless the owner, any third party, or political
subdivision from any and all claims for infringement by reason of
the use of any such patented design, device, material or process,
or any trademark or copyright, and shall indemnify the owner for
any costs, expenses, and damages which it may be obliged to pay by
reason of an infringement, at any time during the prosecution or
after the completion of the work.
70-04 RESTORATION OF SURFACES
reserves the right to authorize
or maintenance of any public of
National Oceanic and Atmospheric
a utility service of another go,
the progress of the work.
DISTURBED BY OTHERS. The owner
the construction, reconstruction,
private utility service, FAA or
Administration (NOAA) facility, or
rernment agency at any time during
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
facility, or a utility s
authorized to construct,
service or facility during
shall cooperate with such
or private utility service, FAA, or NOAA
:rvice of another government agency be
reconstruct, or maintain such utility
the progress of the work, the Contractor
owners by arranging and performing the
General Provisions - 28
Li
MCC I. nd
C.a.W4 a,
Cprn..r.
lncorao.cr.d
Fay.".v,4., Enanm.
I
H
7
H
J
J
I
H
H
I
I
J
J
J
H
H
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 Sates Government's (FAA's) agreement
with the owner, the owner has included provisions in this contract
pursuant to the requirements of the Airport Improvement Act of
1982, as amended by the Airport and Airway Safety and Capacity
Expansion Act of 1987, and the Rules and Regulations of the FAA
that pertain to the work.
As required by the Act, the contract work is subject to the
inspection and approval of duly authorized representatives of the
Administrator, FAA, and is further subject to those provisions of
the rules and regulations that are cited in the contract, plans, or
specifications.
No requirement of the Act, the rules and regulations implementing
the Act, or this contract shall be construed as making the Federal
Government a party to the contract nor will any such requirement
interfere, in any way, with the rights of either party to the
contract.
70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor
shall provide and maintain in a neat, sanitary condition such
accommodations for the use of his/her employees as may be necessary
to comply with the requirements of the state and local Board of
Health, or of other bodies or tribunals having jurisdiction.
Attention is directed to Federal, state, and local laws, rules and
regulations concerning construction safety and health standards.
The Contractor shall not require any worker to work in surroundings
or under conditions are unsanitary, hazardous, or dangerous to
his/her health or safety.
70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control
his/her operations and those of his/her subcontractors and all
suppliers, to assure the least inconvenience to the traveling
public. Under all circumstances, safety shall be the most
important consideration.
General Provisions - 29
' AICCM fiend
,a [an,al•nd
Enp,neen
Incar p.raNd
Fatr.vI,e, Anon,.,
I
C
C
I
I
I
I
I
I
Li
11
I
rj
I
I
I
I
L
The Contractor shall maintain the free and unobstructed movement of
aircraft and vehicular traffic with respect to his/her own
operations and those of his/her subcontractors and all suppliers in
accordance with the subsection titled MAINTENANCE OF TRAFFIC of
Section 40 hereinbefore specified and shall limit such operations
for the convenience and safety of the traveling public as specified
in the subsection titled LIMITATION OF OPERATIONS of Section 80
hereinafter.
70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The
Contractor shall furnish, erect, and maintain all barricades,
warning signs, and markings for hazards necessary to protect the
public and the work. When used during periods of darkness, such
barricades, warning signs, and hazard markings shall be suitably
illuminated.
For vehicular and pedestrian traffic, the Contractor shall furnish,
erect, and maintain barricades, warning signs, lights and other
traffic control devices in reasonable conformity with the Manual of
Uniform Traffic Control Devices for Streets and Highways (published
by the United States Government Printing Office).
When the work requires closing an air operations area of the
airport or portion of such area, the Contractor shall furnish,
erect, and maintain temporary markings and associated lighting
conforming to the requirements of AC 150/5340-1, 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/her parked construction equipment that may be
hazardous to the operation of emergency fire -rescue or maintenance
vehicles on the airport in reasonable conformance to AC 150/5370-2,
Operational Safety on Airports During Construction Activity.
The Contractor shall identify each motorized vehicle or piece of
construction equipment in reasonable conformance to AC 150/5370-2.
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.
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
General Provisions - 30
' MeC 1.o+0
.roi c ngtr Irs
I.cwi.ofoorrs
o•.Q
coy.r/bO b. Atto"Os
I
H
the use of explosives.
L
I
I
I
I
I
I
I
I
I
7
I
I
[1
All explosives shall be stored in a
with all laws and ordinances, and all
clearly marked. Where no local laws
shall be provided satisfactory to the
closer than 1,000 feet from the work i
other place of human occupancy.
secure manner in compliance
such storage places shall be
or ordinances apply, storage
Engineer and, in general, not
r from any building, road, or
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/her intention to use explosives. Such notice shall
be given sufficiently in advance to enable them to take such steps
as they may deem necessary to protect their property from injury.
The use of electrical blasting caps shall not be permitted on or
within 1,000 feet of the airport property.
70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The
Contractor shall be responsible for the preservation of all public
and private property, and shall protect carefully from disturbance
or damage all land monuments and property markers until the
Engineer has witnessed or otherwise referenced their location and
shall not move them until directed.
The Contractor shall be responsible for all damage or injury to
property of any character, during the prosecution of the work,
resulting from any act, omission, neglect, or misconduct in his/her
manner or method of executing the work, or at any time due to
defective work or materials, and said responsibility will not be
released until the project shall have been completed and accepted.
When or where any direct or indirect damage or injury is done to
public or private property by or on account of any act, omission,
neglect, or misconduct in the execution of the work, or in
consequence of the nonexecution thereof by the Contractor, he shall
restore, at his/her own expense, such property to a condition
similar or equal to that existing before such damage or injury was
done, by repairing, or otherwise restoring as may be directed, or
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 claims or amounts recovered from any infringements
General Provisions - 31
flCanwll no
Eaprnssn
'nMryOrObd
Fa,sn.v!'4, pransas
I
H
I
I
I
II
I
I
I
I
L
'
I
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/her contract as may be
considered necessary by the owner for such purpose may be retained
for the use of the owner or, in case no money is due, his/her
surety may be held until such suit or suits, action or actions,
claim or claims for injuries or damages as aforesaid shall have
been settled and suitable evidence to that effect furnished to the
owner, except that money due the Contractor will not be withheld
when the Contractor produces satisfactory evidence that he is
adequately protected by public liability and property damage
insurance.
70-12 THIRD PARTY BENEFICIARY
between the parties executing t
by any of the provisions of any
public or any member thereof
authorize anyone not a party to
personal injuries or property
provisions of the contract.
CLAUSE. It is specifically agreed
he contract that it is not intended
part of the contract to create the
a third party beneficiary or tc
the contract to maintain a suit for
damage pursuant to the terms or
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/her own estimate of the difficulties
involved in arranging his/her 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
Light Renovation
withing Runway Phase I
Safety Area
Lighting Renovation Phase II
Outside Runway
Safety Area
2, 3, 4, 5, & 7
2, 3, 4, 5, 6, & 7
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
General Provisions - 32
I
Mc, if I'C PC
w c — (gnu•It•ne
Eryn..n
ncve.rrm
F,).tl.va., Arkenw.
I
I
n
J
I
H
I
I
I
I
I
I
I
[I
I
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/her expense.
The Contractor shall make his/her own estimate of the inherent
difficulties involved in completing the work under the conditions
herein described and shall not claim any added compensation by
reason of delay or increased cost due to opening a portion of the
contract work.
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 government authorities.
If the work is suspended for any cause whatever, the Contractor
shall be responsible for the work and shall take such precautions
necessary to prevent damage to the work. The Contractor shall
provide for normal drainage and shall erect necessary temporary
structures, signs, or other facilities at his/her expense. During
such period of suspension of work, the Contractor shall properly
and continuously maintain in an acceptable growing condition all
living material in newly established planting, seedings, and
soddings furnished under his/her 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 NOAA, or a utility service of another
General Provisions - 33
-:fYM
Co
.rfl' i0 =1.'IIn9
f-n,ia araf
In(aor0arated
Fafffllnwl4, Arkanfaf
I
J
I
I
I
I
I
El
I
I
[l
I1
I
I
[I
I
I
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/her 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
approximate locations have been indicated on the plans and the
owners are indicated as follows:
Utility Service
Person to Contact
Owner's
Emergency
or Facility (Name,
Title, Address, Phone)
Contact
(Phone)
Taxiway & Runway
Mr. Dale Frederick
1-502-521-4750
Airport Manager
1-501-521-2489
Fayetteville, AR
MALS (Approach Lights)
Mr. Dale Eastburn
VAST Control Cable
Flight Service Station 1-501-442-5221
REIL Lights & Cable
Fayetteville, AR
1-501-267-2339
Electricty
Telephone
Gas
Water
All Utilities
SWEPCO
S.W. Bell Telephone Co.
Contel
Ark. Western Gas Co.
Water Department
City of Fayetteville
Arkansas One Call
1-501-521-3000
1-501-980-3100
1-800-482-8998
1-501-521-5400
1-501-521-1250
1-800-482-8998
It is understood and agreed that the owner does not guarantee the
accuracy or the completeness of the location infornation 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/her 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/her 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.
General Provisions - 34
i
L✓
MCCl.nand
Can suir-ny
nn. pora1
in ta/nara1/e
Fa,vmmviib, Arnamat
I
I
I
I
I
I
I
I
I
I
I
I
I
I
1]
I
I
I
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/her 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/her plan of operation. If, in the Contractor's
opinion, the owner's assistance is needed to locate the utility
service or facility or the presence of a representative of the
owner is desirable to observe the work, such advice should be
included in the notification. Such notification shall be given by
the most expeditious means to reach the utility owner's PERSON TO
CONTACT no later than two normal business days prior to the
Contractor's commencement of operations in such general vicinity.
The Contractor shall furnish a written summary of the notification
to the Engineer.
The Contractor's failure
to give the two day's notice hereinabove
provided shall be cause for the Engineer to
suspend the
Contractor's operations
in the general vicinity
of a utility
service or facility.
Where the outside limits
of an underground utility
service have
been located and staked
on the ground, the Contractor shall be
required to use excavation methods acceptable to
the Engineer
within 3 feet (90 cm) of
such outside limits at such
points as may
be required to ensure
protection from damage
due to the
Contractor's operations.
Should the Contractor damage or interrupt the operation of a
utility service or facility by accident or otherwise, he shall
immediately notify the proper authority and the Engineer and shall
take all reasonable measures to prevent further damage or
interruption of service. The Contractor, in such events, shall
cooperate with the utility service or facility owner and the
Engineer continuously until such damage has been repaired and
service restored to the satisfaction of the utility or facility
owner.
The Contractor shall bear all costs of damage and restoration of
service to any utility service or facility due to his/her
operations whether or not due to negligence or accident. The
contract owner reserves the right to deduct such costs from any
monies due or which may become due the Contractor, or his/her
surety.
70-16 FURNISHING RIGHTS -OF -WAY. The owner will be responsible for
furnishing all rights -of -way upon which the work is to be
constructed in advance of the Contractor's operations.
General Provisions - 35
MCCIanM
Eaa•n..•s
Incrpra'.e
Pa 1?' A•.an...
I
I
I
I
I
C
I
I
I
I
I
[1
[1
I
I
I
70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any
of the contract provisions or in exercising any power or authority
granted to him by this contract, there shall be no liability upon
the Engineer, his/her authorized representatives, or any officials
of the owner either personally or as an official of the owner. It
is understood that in such matters they act solely as agents and
representatives of the owner.
70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the
owner will expeditiously make final inspection and notify the
Contractor of final acceptance. Such final acceptance, however,
shall not preclude or estop the owner from correcting any
measurement, estimate, or certificate made before or after
completion of the work, nor shall the owner be precluded or
estopped from recovering from the Contractor or his/her surety, or
both, such overpayment as may be sustained, or by failure on the
part of the Contractor to fulfill his/her obligations under the
contract. A waiver on the part of the owner of any breach of any
part of the contract shall not be held to be a waiver of any other
or subsequent breach.
The Contractor, without prejudice to the terms of the contract,
shall be liable to the owner for latent defects, fraud, or such
gross mistakes as may amount to fraud, or as regards the owner's
rights under any warranty or guaranty.
70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with
all Federal, state, and local laws and regulations controlling
pollution of the environment. 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.
70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise
specified in this subsection, the Contractor is advised that the
site of the work is not within any property, district, or site, and
does not contain any building, structure, or object listed in the
current National Register of Historic Places published by the
United States Department of Interior.
Should the Contractor encounter, during his/her operations, any
building, part 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/her operations or to
suspend operations as directed.
General Provisions - 36
I
MCCl.Ilord
n� o wrw'Imp
Enaln..•.
Inmrao•af.a
tafhl.r•h•• Ar.o'ws
I
LJ
Li
I
I
r
I
I
I
I
I
I
[I
11
I
I
Should the Engineer order suspension of the Contractor's operations
in order to protect an archaeological or historical finding, or
order the Contractor to perform extra work, such shall be covered
by an appropriate contract modification (change order or
supplemental agreement) as provided in the subsection titled EXTRA
WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK
AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract
modification shall include an extension of contract time in
accordance with the subsection titled DETERMINATION AND EXTENSION
OF CONTRACT TIME of Section 80.
END OF SECTION 70
General Provisions - 37
ucy . .QO
Co SLt Ic
aarc:roed
Faytn•rnu, Grrcvaa
I
I
SECTION 80
L
I
I
H
I
L
I
I
I
I
L
I
I
H
I
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/her contract, said
assignment shall be concurred in by the surety, shall be presented
for the consideration and approval of the owner, and shall be
consummated only on the written approval of the owner. 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. Unless otherwise specified, the
Contractor shall submit his/her progress schedule for the
Engineer's approval within 10 days after the effective date of the
notice to proceed. The Contractor's progress schedule, when
approved by the Engineer, may be used to establish major
construction operations and to check on the progress of the work.
The Contractor shall provide sufficient materials, equipment, and
labor to guarantee the completion 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/her operations to provide such additional
materials, equipment, and labor necessary to meet the revised
schedule. Should the prosecution of the work be discontinued for
any reason, the Contractor shall notify the Engineer at least 24
hours in advance of resuming operations.
For AIP contracts, the Contractor shall not commence any actual
construction prior to the date on which the notice to proceed is
issued by the owner.
General Provisions - 38
� _ `�Yc rd
W
o rr. ..ulf,nq
Enpwura
�9EOrao00lO cMM14
'oy.'IHut., Arkcnlol
1]
I
LJ
I
I
I
I
I
P1
I
L.1
I
I
I
H
L1
80-04 LIMITATION OF OPERATIONS. The Contractor shall control
his/her operations and the operations of his/her 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/her operations
within an AIR OPERATIONS AREA of the airport, the work shall be
coordinated with airport management (through the Engineer) at least
48 hours prior to commencement of such work. The Contractor shall
not close an AIR OPERATIONS AREA until so authorized by the
Engineer and until the necessary temporary marking and associated
lighting is in place as provided in the subsection titled
BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70.
When the contract work requires the Contractor to work within an
AIR OPERATIONS AREA of the airport on an intermittent basis
(intermittent opening and closing of 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 the 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:
AOA The Periods of Type of Control
AOA Can be Closed Communications Authority
Required When Working
In AOA
Runway Displaced Threshold Monitor Airport
& Closed Runway Frequency 122.9 Owner
80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The
Contractor shall, at all times, employ sufficient labor and
equipment for prosecuting the work to full completion in the manner
and time required by the contract, plans, and specifications.
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.
General Provisions - 39
' NCO.I'.nd
119
En,. n.en
rcvcor.f.d
Foy.l1.v III. Arho,.G.
I
C
C
I
I
C
C
I
I
I
I
I
I
I
I
I
All equipment which is proposed to be used on the work shall be of
sufficient size and in such mechanical condition as to met
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 condition
that the Contractor will be fully responsible for producing work in
conformity with contract requirements. If, after trial use of the
substituted methods or equipment, the Engineer determines that the
work produced does not meet contract requirements, the Contractor
shall discontinue the use of the substitute method or equipment and
shall complete the remaining work with the specified methods and
equipment. The Contractor shall remove any deficient work and
replace it with work of specified quality, or take such other
corrective action as the Engineer may direct. No change will be
made in basis of payment for the contract items involved nor in
contract time as a result of authorizing a change in methods or
equipment under this subsection.
80-06 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have
the authority to suspend the work wholly, or in part, for such
period or periods as he nay 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
General Provisions - 40
Cwflit ny
Epe+..'a
:nN Oa•Cr.a
FO,.••.n8q Ar.yn.Y.
n
n
n
I
I
U
I
n
I
J
n
H
LJ
H
I
HI
[I
Engineer within the time period stated in the Engineer's order to
resume work. The Contractor shall submit with his/her claim
information substantiating the amount shown on the claim. The
Engineer will forward the Contractor's claim to the owner for
consideration in accordance with local laws or ordinances. No
provision of this article shall be construed as entitling the
Contractor to compensation for delays due to inclement weather, for
suspensions made at the request of the Contractor, or for any other
delay provided for in the contract, plans, or specifications.
If it should become necessary to suspend work for an indefinite
period, the Contractor shall store all materials in such manner
that they will not become an obstruction nor become damaged in any
way. He shall take every precaution to prevent damage or
deterioration of the work performed and provide for normal drainage
of the work. The Contractor shall erect temporary structures where
necessary to provide for traffic on, to, or from the airport.
80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of
calendar or working days allowed for completion of the work shall
be stated in the proposal and contract and shall be known as the
CONTRACT TIME.
Should the contract time
require
extension
for
reasons beyond the
Contractor's control, it
shall be
adjusted
as
follows:
a. CONTRACT TIME based on WORKING DAYS shall be calculated
weekly by the Engineer. The Engineer will furnish the Contractor
a copy of his/her weekly statement of the number of working days
charged against the contract time during the week and the number of
working days currently specified for completion of the contract
(the original contract time plus the number of working days, if
any, that have been included in approved CHANGE ORDERS or
SUPPLEMENTAL AGREEMENTS covering EXTRA WORK).
The Engineer shall base his/her weekly statement of contract time
charged on the following considerations:
(1) No time shall be charged for days on which the
Contractor is unable to proceed with the principal item of work
under construction at the time for at least 6 hours with the normal
work force employed on such principal item. Should the normal work
force be on a double -shift, 12 hours shall be used. Should the
normal work force be on a triple -shift, 18 hours shall apply.
Conditions beyond the Contractor's control such as strikes,
lockouts, unusual delays in transportation, temporary suspension of
the principal item of work under construction or temporary
suspension of the entire work which have been ordered by the
Engineer for reasons not the fault of the Contractor, shall not be
charged against the contract time.
General Provisions - 41
ucG.'m+e
emeero•1e
Fcn?r.vr.sl, Arkee.e.
I
C
C
I
I
I
I
I]
I
I
I
S
I
I
Il
(2)
The
Engineer will not make
charges
against the
contract time
prior
to the effective
date of
the notice
to proceed.
(3) The Engineer will begin charges against the contract
time on the first working day after the effective date of the
notice to proceed.
(4) The Engineer will not make charges against the
contract time after the date of final acceptance as defined in the
subsection titled FINAL ACCEPTANCE of Section 50.
(5) The Contractor will be allowed 1 week in which to
file a written protest setting forth his/her objections to the
Engineer's weekly statement. If no objection is filed within such
specified time, the weekly statement shall be considered as
acceptable to the Contractor.
The contract time (stated in the proposal) is based on the
originally estimated quantities as described in the subsection
titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section
20. Should the satisfactory completion of the contract require
performance of work in greater quantities than those estimated in
the proposal, the contract time shall be increased in the same
proportion as the cost of the actually completed quantities bears
to the cost of the originally estimated quantities in the
proposal. Such increase in contract time shall not consider either
the cost of work or the extension of contract time that has been
covered by change order or supplemental agreement and shall be made
at the time of final payment.
b. CONTRACT TIME based on CALENDAR DAYS shall consist of the
number of calendar days stated in the contract counting from the
effective date of the notice to proceed and including all
Saturdays, Sundays, holidays, and nonwork 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 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.
a. When the contract time is a specified completion date, it
shall be the date on which all contract work shall be substantially
completed.
General Provisions - 42
[I„ III..of
I.IGYY0C,0iIQ
FYJ914.4,., A.kp,,.0.
Li
H
L
H
H
II
I
I
I
I
I
H
I
I
Li
I
I
If the Contractor finds it impossible for reasons beyond his/her
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/her request. The
Contractor's plea that insufficient time was specified is not a
valid reason for extension of time. If the Engineer finds that the
work was delayed because of conditions beyond the control and
without the fault of the Contractor, he may extend the time for
completion in such amount as the conditions justify. The extended
time for completion shall then be in full force and effect, the
same as though it were the original time for completion.
80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or
working day, as specified in the contract, that any work remains
uncompleted after the contract time (including all extensions and
adjustments as provided in the subsection titled DETERMINATION AND
EXTENSION OF CONTRACT TIME of this Section) the sum specified in
the contract and proposal as liquidated damages will be deducted
from any money due or to become due the Contractor or his/her
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/her contract.
Permitting the Contractor to continue and finish the work or any
part of it after the time fixed for its completion, or after the
date to which the time for completion may have been extended, will
in no way operate as a wavier on the part of the owner of any of
its rights under the contract.
80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall
be considered in default of his/her contract and such default will
be considered as cause for the owner to terminate the contract for
any of the following reasons if the Contractor:
a. Fails to begin the work under the contract within the time
specified in the 'Notice to Proceed,'' or
b. Fails to perform the work or fails to provide sufficient
workers, equipment or materials to assure completion of work in
accordance with the terms of the contract, or
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
General Provisions - 43
ConU.Rana
Con wSt,nq
Eai..rs
'nronca p re.aHO
Faye•r.v ll., Arkanu.
I
r
I
El
I
I
L
I
I
[I
I
I
C
I
I
I
I
s. 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
q. Allows
any
final
judgment to stand against him unsatisfied
for a period
of
10
days,
or
h. Makes an assignment for the benefit of creditors, or
i. For any other cause whatsoever, fails to carry on the work
in an acceptable manner.
Should the Engineer consider the Contractor in default of the
contract for any reason hereinbefore, he shall immediately give
written notice to the Contractor and the Contractor's surety as to
the reasons for considering the Contractor in default and the
owner's intentions to terminate the contract.
If the Contractor or surety, within a period of 10 days after such
notice, does not proceed in accordance therewith, then the owner
will, upon written notification from the Engineer of the facts of
such delay, neglect, or default and the Contractor's failure to
comply with such notice, have full power and authority without
violating the contract, to take the prosecution of the work out of
the hands of the Contractor. The owner may appropriate or use any
or all materials and equipment that have been mobilized for use in
the work and are acceptable and may enter into an agreement for the
completion of said contract according to the terms and provisions
thereof, or use such other methods as in the opinion of the
Engineer will be required for the completion of said contract in an
acceptable manner.
All costs and charges incurred by the owner, together with the cost
of completing the work under contract, will be deducted from any
monies due or which may become due the Contractor. If such expense
exceeds the sum which would 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.
General Provisions - 44
Mccl. lord
nti Car wbmp
Enp.nny
lrrorp.ot.G
F.yn•. v" '.4 Arkonsw
C
I
I
H
H
Li
I
C
I
I
I
I
I
I
I
J
I
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/her responsibilities for the
completed work nor shall it relieve his/her surety of its
obligation for and concerning any just claim arising out of the
work performed.
END OF SECTION 80
General Provisions - 45
McCle•lene
Cot Matting
Epp porn
InpperpH!
Fe)elM vd e. Arkansas
I
I
SECTION 90
H
I
I
I
I
I
I
I
I
I
1
J
11
El
90-01 MEASUREMENT OF QUANTITIES. All work completed under the
contract will be measured by the Engineer, or his/her authorized
representatives, using United States Customary Units of Measurement
or the International System of Units.
The method of measurement and computations to be used in
determination of quantities of material furnished and of work
performed under the contract will be those methods generally
recognized as conforming to good engineering practice.
Unless otherwise specified, longitudinal measurements for area
computations will be made horizontally, and no deductions will be
made for individual fixtures (or leave -outs) having an area of 9
square feet (0.8 square meter) or less. Unless otherwise
specified, transverse measurements for area computations will be
the neat dimensions shown on the plans or ordered in writing by the
Engineer.
Structures will be measured according to neat lines shown on the
plans or as altered to fit field conditions.
Unless otherwise specified, all contract items which are measured
by the linear foot such as electrical ducts, conduits, pipe
culverts, underdrains, and similar items shall be measured parallel
to the base or foundation upon which such items are placed.
In computing volumes of excavation the average end area method or
other acceptable methods will be used.
The thickness of plates and galvanized sheet used in the
manufacture of corrugated metal pipe, metal plate pipe culverts and
arches, and metal cribbing will be specified and measured in
decimal fraction of inches.
The term ''ton'' will mean the short ton consisting of 2,000 pounds
(907 kilograms) avoirdupois. All materials which are measured or
proportioned by weights shall be weighed on accurate, approved
scales by competent, qualified personnel at locations designed by
the Engineer. If material is shipped by rail, the car weight may
be accepted provided that only the actual weight of material be
paid for. However, car weights will not be acceptable for material
to be passed through mixing plants. Trucks used to haul material
being paid for by weight shall be weighed empty daily at such times
as the Engineer directs, and each truck shall bear a plainly
legible identification mark.
General Provisions - 46
I
conwrung
a. e w F.nDInkkra
InmrDeraIed
FarlMvdbe, Drke•wak
I
J
I
Li
I
L
[I
I
I
I
[1
I
I
I
II
I
I
Materials to be measured by volume in the hauling vehicle shall be
hauled in approved vehicles and measured therein at the point of
delivery. Vehicles for this purpose may be of any size or type
acceptable to the Engineer, provided that the body is of such shape
that the actual contents may be readily and accurately determined.
All vehicles shall be loaded to at least their water level
capacity, and all loads shall be leveled when the vehicles arrive
at the point of delivery.
When requested by the Contractor and approved by the Engineer in
writing, material specified to be measured by the cubic yard may be
weighed, and such weights will be converted to cubic yards for
payment purposes. Factors for conversion from weight measurement
to volume measurement will be determined by the Engineer and shall
be agreed to by the Contractor before such method of measurement of
pay quantities is used.
Bituminous materials will be measured by the gallon or ton. When
measured by volume, such volumes will be measured at 60 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 or weights based on certified volumes
in the case of rail shipments will be used as a basis of
measurement, subject to correction when bituminous material has
been lost from the car or the distributor, wasted, or otherwise not
incorporated in the work.
When bituminous materials are shipped by truck or transport, net
certified weights by volume, subject to correction for loss or
foaming, may be used for computing quantities.
Cement will be measured by the ton or hundredweight.
Timber will be measured by the thousand feet board measure
(M.F.B.M.) actually incorporated in the structure. Measurement
will be 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
General Provisions - 47
I
MC C Ifl :
. ;
Erpan
Inporporpf/0
ran'.. YI".1 Arkansas
I
I
LI
I
I
I
I
I
I
I
LI
I
I
C
C
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.
Scales shall be accurate within one-half percent of the correct
weight throughout the range of use. The Contractor shall have the
scales checked under the observation of the inspector before
beginning work and at such other times as requested. The intervals
shall be uniform in spacing throughout the graduated or marked
length of the beam or dial and shall not exceed one -tenth of 1
percent of the nominal rated capacity of the scale, but not less
than 1 pound. The use of spring balances will not be permitted.
Beams, dials, platforms, and other scale equipment shall be so
arranged that the operator and the inspector can safely and
conveniently view them.
Scale installations shall have available ten standard 50 -pound (2.3
kilogram) weights for testing the weighing equipment or suitable
weights and devices for other approved equipment.
Scales must be tested for accuracy and serviced before use at a new
site. Platform scales shall be installed and maintained with the
platform level and rigid bulkheads at each end.
Scales ''overweighing'' (indicating more than correct weight) will
not be permitted to operate, and all materials received subsequent
to the last previous correct weighing -accuracy test will be reduced
by the percentage of error in excess of one-half of 1 percent.
In the event inspection reveals the scales have been
''underweighing ' (indicating less than correct weight), they shall
be adjusted, and no additional payment to the Contractor will be
allowed for materials previously weighed and recorded.
All costs in connection with furnishing, installing, certifying,
testing, and maintaining scales; for furnishing check weights and
scale house; and for all other items specified in this subsection,
for the weighing of materials for proportioning or payment, shall
General Provisions - 48
MCCI•IIYQE ' oniui?
Enpinur,
Jnc& oroUE
FJ/.t.vIJ. Arlan,o.
I
I
7
I
I
I
I
C
L
I
I
I
I
LI
I
I
I
I
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 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/her
unbalanced allocation of overhead and profit among the contract
items, or from any other cause.
90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection
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
General Provisions - 49
' f end
Co .,ti
n
Mmo
a Epmun
nf.V00rel,e
Fayetteville. Arkansas
I
I
I
I
I
U
C
I
I
I
I
I
I
I
7
I
completed and acceptable prior to the Engineer's order to omit or
nonperform such contract item.
Acceptable materials ordered by the Contractor or delivered on the
work prior to the date of the Engineer's order will be paid for at
the actual cost to the Contractor and shall thereupon become the
property of the owner.
In addition to the reimbursement hereinbefore provided, the
Contractor shall be reimbursed for all actual costs incurred for
the purpose of performing the omitted contract item prior to the
date of the Engineer's order. Such additional costs incurred by
the Contractor must be directly related to the deleted contract
item and shall be supported by certified statements by the
Contractor as to the nature the amount of such costs.
90-05 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.
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.
General Provisions - 50
I
M.Cln lyre
Conwln,y
f'gpa. n....
Fop.n.nlu, ArW+.o.
[1
Li
I
I
I
I
I
H
I
I
[1
[.1
I
[I
I
(5) Cost of property damage, liability and workman's
compensation insurance premiums, unemployment insurance
contributions, and social security tax.
Statements shall be accompanied and supported by a receipted
invoice for all materials used and transportation charges.
However, if materials used on the force account work are not
specifically purchased for such work but are taken from the
Contractor's stock, 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 cost 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.
From the total of the amount determined to be payable on a partial
payment, 10 percent of such total amount will be deducted and
retained by the owner until the final payment is made, except as
may be provided (at the Contractor's option) in the subsection
titled PAYMENT OF WITHHELD FUNDS of this section. The balance (90
percent) of the amount payable, less all previous payments, shall
be certified for payment. Should the Contractor exercise his/her
option, as provided in the subsection titled PAYMENT OF WITHHELD
FUNDS of this section, no such 10 percent retainage shall be
deducted.
When not less than 95 percent of the work has been completed the
Engineer may, at his/her discretion and with the consent of the
surety, prepare an estimate from which will be retained an amount
not less than twice the contract value or estimated cost, whichever
is greater, of the work remaining to be done. The remainder, less
all previous payments and deductions, will then be certified for
payment to the Contractor.
It is understood and
entitled to demand or
of work in excess of t
approved change orders
excess quantities have
of the final quantity
agreed that the Contractor shall not be
receive partial payment based on quantities
hose provided in the proposal or covered by
or supplemental agreements, except when such
been determined by the Engineer to be a part
for the item of work in question.
General Provisions - 51
ri
CIiidd
p• c 'Y. LOn K'l•inp
Cnvr..rs
nc paro'.d
Fay.MsrYb, Arkan.a.
7
I
I
I
I
I
No partial payment shall bind the owner to the acceptance of any
materials or work in place as to quality or quantity. All partial
payments are subject to correction at the time of final payment as
provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of
this section.
90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made
to the extent of the delivered cost of materials to be incorporated
in the work, provided that such materials meet the requirements of
the contract, plans, and specifications and are delivered to
acceptable sites on the airport property or at other sites in the
vicinity that are acceptable to the owner. Such delivered costs of
stored or stockpiled materials may be included in the next partial
payment after the following conditions are met:
a. The material has been stored or stockpiled in a manner
acceptable to the Engineer at or on an approved site.
b. The Contractor has furnished the Engineer with acceptable
evidence of the quantity and quality of such stored or stockpiled
materials.
IC. 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.
a. The Contractor has furnished the owner evidence that the
material so stored or stockpiled is insured against loss by damage
Ito or disappearance of such materials at anytime prior to use in
the work.
' It is understood and agreed that the transfer of title and the
owner's payment for such stored or stockpiled materials shall in no
way relieve the Contractor of his/her responsibility for furnishing
' and placing such materials in accordance with the requirements 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.
' No partial payment will be made for stored or stockpiled living or
perishable plant materials.
General Provisions - 52
MCC I.IAane
Canwn ng
anun
ICaEngrnsraf.e
FapL.vMq, Arkan.as
I
I
I
In
El
I
C
L
I
I
L
L
I
I
L
I
I
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. At the Contractor's option,
he/she may request that the owner accept (in lieu of -the 10 percent
retainage on partial payments described in thecubsection titled
PARTIAL PAYMENTS of this section) the Contractor's deposits in
escrow under the following conditions.
a. The Contractor shall bear all expenses of establishing and
maintaining an escrow account and escrow agreement acceptable to
the owner.
b. The Contractor shall deposit to and maintain in such
escrow only those securities or bank certificates of deposit as are
acceptable to the owner and having a value not less than the 10
percent retainage that would otherwise be withheld from partial
payment.
co The Contractor shall enter into an escrow agreement
satisfactory to the owner.
d. The Contractor shall obtain the written consent of the
surety to such agreement.
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/her 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 the Engineer shall
resolve all disputes (if any) in the measurement and computation of
final quantities to be paid within 30 calendar days of the
Contractor's receipt of the Engineer's final estimate. If, after
such 30 -day period, a dispute still exists, the Contractor may
approve the Engineer's estimate under protest of the quantities in
dispute, and such disputed quantities shall be considered by the
owner as a claim in accordance with the subsection 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.
General Provisions - 53
I
McCq earl
'nVaOlala
fa)srpowls, Arkansas
I
P
L
C
F.
7
H
H
I
J
I
H
I
I
LI
P
C
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_t.inal estimate.
END OF SECTION 90
General Provisions - 54
I
Gaa.uump
roWvao. Srlan.o.
SPECIAL PROVISIONS
Msc,.
tnnrawwwow
111gr►MONA
Foy f wlMu ArlwM
r
I
H
I
I
H
I
I
H
I
L
C
1
1]
GENERAL. The General Provisions presented hereinbefore are
basically a presentation of FAA's (the primary funding agency's)
standards. These SPECIAL PROVISIONS, where in conflict with the
GENERAL PROVISIONS, shall supersede and take precedence over the
GENERAL PROVISIONS. Otherwise, the GENERAL PROVISIONS shall govern
the work to which they apply.
DESCRIPTION OF THE PROJECT. The work to be performed under this
Project includes the furnishing of all equipment, materials, and
incidental items, and performing all labor required to construct in
every detail renovation of the Runway and Taxiway Lighting System
and includes runway lights, taxiway lights, primary cable, ground
wire, new 15KW Regulator, and seeding.
The work can be constructed in two phases. Phase I will consist of
runway and taxiway lighting renovation within the runway safety
area. Phase II will be taxiway lighting renovation outside the
runway safety area.
COORDINATION OF THE WORK. The work on this project consists of
improvements to an airport in actual operation; therefore, the
Contractor shall cooperate with the airport management to hold the
"displaced runway threshold" to the minimum time required. The
airport is to remain open during the construction of these
improvements, and it is imperative that construction activities be
carried on in such a manner that the safety of aircraft using the
airport will not be impaired in any way. The Contractor's
centerline or 300' feet from the end of the existing runway unless
under a "Displaced Threshold" condition. Additional safety and
construction requirements are listed hereinafter in these SPECIAL
PROVISIONS under the sub -heading SAFETY REQUIREMENTS AND
CONSTRUCTION PROCEDURES.
In addition, the Contractors and/or Subcontractors must coordinate
their activities so that one does not damage work previously
completed by the other.
"Safety Requirements on Airports
Activity" (Order SW 5200.5).
govern the construction process.
During Agency Funded Construction
These safety requirements shall
Special Provisions - i
la
' milso ECoo "Q4t,nQ
1 O M s
pnwrs
noorooraad
'a).".v". Arean.a.
I
C
G
H
H
I
I
I
I
I
El
C
I
[1
I
LI
Construction Activity and Aircraft Movements
(a) Safety requirements for construction activity affecting
aircraft movement areas have been coordinated with the
airport owner (or operator) and representatives of the
Airports District Office, Airports Certification Staff,
General Aviation District Office, Air Carrier District
Office, Air Transportation Security Field Office, Air
Traffic Division (ASW-530), Airway Facilities Division
(ASW-420), and Logistics Division (ASW-56) as appropriate
for the particular location. As a result of this
coordination, a work sequence intending a minimum of
disruption to aircraft operations has been developed.
The resulting restrictions imposed on the Contractor have
been included as a part of the contract provisions.
(b) During the time that the contractor is performing the
work, the aprons, taxiways, and runway at the airport
will remain in use by aircraft, to the maximum extent
allowable. Aircraft operations, unless otherwise
specified in the contract specifications, shall always
have priority over any and all of the Contractor's
operations. The Contractor shall not allow his
employees, subcontractors, material suppliers or any
other persons over whom he has control, to enter or
remain upon any part of the airport which would be a
hazardous location. Should the contractor be too close
to the portion used by aircraft for safety, the Engineer
may, at his sole discretion, order the contractor to
suspend his operations, remove his personnel, plant,
equipment, and materials to a safe distance and stand by
until the runway and taxiways are no longer required for
use by aircraft.
Limitations on Construction. The following restrictions shall
normally pertain for activity at general utility airports. In
cases where it has been determined that the following
restrictions are inappropriate, similar requirements shall be
developed on a case -by -case basis.
(a) when construction work is being accomplished adjacent to
an active runway when visibility minimums are greater
than or as low as one mile, equipment shall not be
permitted within 250 feet from the runway centerline, or
within 200 feet horizontally of any aircraft on an active
runway.
(b) When construction work is being accomplished adjacent to
an active runway when visibility minimums are below one
mile, equipment shall not be permitted within 250 feet
from the runway centerline.
Special Provisions - 2
I
Ncciall d
Canwlflna
Efgrnprs
Ina>pNofW
Fo/MbwP., A•kansos
I
I
C
I
I
I
I
I
[1
H
I
I
I
I
[1
H
(c) All work which is too close to the ends of the runway for
accomplishment during condition (a) above, shall be
performed during periods when the runway threshold is
displaced. (Ref. NOTAM requirements hereafter).
(d) When construction is being accomplished adjacent to an
active runway, equipment below the VFR 7:1 slope but
penetrating the IFR 7:1 slope shall be obstruction -marked
and lighted for night operations.
(e) Men, equipment or other construction material will be
permitted in the approach or departure zones of active
runways, provided that the construction activity is
conducted below 20:1 approach plane originating 200 feet
from end of runway. Any construction activity which is
contemplated in the approach zones which would violate
these planes will require consideration (threshold
displacement, lighting, etc.) Threshold displacement
where visibility minimums are 3/4 mile will be 200 feet
from the intersection of the 20:1 slope. For visibility
minimums of one mile or more, the threshold will be
located where the 20:1 slope intersects the runway except
that at least a 200 foot safety area will be required
between the obstruction and the displaced threshold.
(f) Open trenches, excavation and stockpiled material will
not be permitted within 250 feet of the centerline of the
active runways at general aviation airports. Coverings
for open trenches must be of such strength as to support
the weight of the heaviest aircraft operating on the
runway.
(g) Flare pots will not be permitted for temporary lighting
of pavement areas or to denote construction limits.
(h) Construction equipment shall not exceed a height of 150
feet above the airport surface. Any equipment exceeding
a height of 75 feet shall be obstruction -marked and
lighted at night, and when not in use lowered to its
stowed height.
Notams
(a) The Airport Owner shall issue the necessary Notice to
Airmen (NOTAMS) to reflect hazardous conditions during
construction. The Contractor shall provide the Engineer
with the necessary information as to the work schedule in
advance so the Engineer may coordinate with and provide
the Owner with the work schedule for the issuance of the
NOTAMS. It is important that NOTAMS be kept current and
reflect the actual conditions with respect to the
Special Provisions - 3
ConCJCon MiVoo
no
Engin..ts
nW PWONE
For•.vr.lq Arkansas
r
I
1
I
I
I
I
I
I
I
I
I
U
I
C
Li
construction situation. Active NOTANS shall be reviewed
periodically and revised to reflect the current
conditions.
(b) Inspections will be made frequently by both the Airport
Owner and Engineer during critical phases of the work to
insure that the Contractor is following the required
safety procedures.
Due to the nature of the proposed project the Contractor's work
schedule and working hours shall be subject to several
restrictions. In order to maintain the schedule of aircraft
operations, a portion of the project must be constructed under
displaced threshold conditions. In addition, upon completion of
each day's work, the Contractor must restore the runway safety
zone to a condition meeting safety requirements. The runway
threshold must be displaced for a portion of the work at the south
end of the runway, however runway threshold displacement shall
occur only during daytime working hours. The following sections
contain additional information and requirements on the construction
procedures.
Construction Procedures. The proposed project is subject to
several restrictions. In order to maintain air carrier and private
aircraft operations at the airport, the project must be constructed
in several phases. The displaced threshold time, if used, shall be
held to the minimum time required for the safety area work and the
area within the runway safety area shall be graded or finished so
all slopes are 5% maximum.
(a) Work Requirements. The Contractors shall provide
adequate portable lighting during nighttime hours to minimize
shadows within the work area. The minimum light level at any
point shall be one foot-candle.
(b) Order of Work. :he construction items have been grouped
into phases and listed in an ordered sequence in the following
tables. The purpose of this ordered sequence is to limit the
disruption of aircraft operations and at the same time to
minimize the required displaced threshold. This order of work
is a suggested schedule, subject to variations; such
variations can be approved by the Engineer.
Special Provisions - 4
.nt o Cancan np
(nQILp!
Incwpo.olS
Fayallavl's. A(kaln0.
I
I
Order of Work
I
I
I
I
H
H
I
I
I
I
H
C
I
I
I
I
Work Work Runway -Taxiway
I Night Closed Runway
II Day Closed Taxiway
Segments
Runway and
Taxiway Light
Renovation within
Runway Safety
Area.
Taxiway Lighting
Renovation
Outside Runway
Safety Area.
S.cL Closed Runway/Airuort. The runway shall be closed at
night in order to complete the rehabilitation work within 250'
of the runway centerline. The schedule for the closed runway
periods have been established to minimize the effect upon
flight operations. The Contractor shall begin the work on the
first night the runway is closed. The runway shall remain
closed each night as directed by the Engineer until the
Contractor completes the improvements within 250' of the
runway centerline.
(a) Closed Runway Markings. The Contractor shall provide
two yellow closed crosses as shown on the Plans. The
crosses shall be placed at each end of the pavement at
the start of each night's work. The runway lights, VASI,
MALS, Beacon and Windcone lights shall be turned off
during periods the runway is closed. The closed runway
crosses shall be removed from the runway by the
Contractor at the end of each night's work. The crosses
shall remain the property of the Contractor upon
completion of work. No separate payment shall be made
for providing, installing, lighting and removing the
closed runway crosses.
(b) Flight Operations Between 11.40 P.M. and 6:00 A.M.
Flight operations during the normal night working hours
may occur due to delayed American Eagle Airlines, U.S
Air, N.W. Air, T.W. Express, or Atlantic Southeast flight
delayed after 11:40 P.M.
(c) Suspension Time. 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 no later than 11:15
P.M. that work for that night is to be suspended. Upon
receipt of such notification, the Contractor shall alert
his personnel not to report for work on that night.
Special Provisions - 5
MC cr.
o ,N Coow:r.
E'p.n.I'.
nwoomroa
EaWe.vr'u, A,.an.a.
H
I
I
I
J
I
J
I]
I
I
I
I]
n
I
I
I
(d) Standby Time. This condition occurs when the
Engineer has not directed that the project be placed
under suspension as provided in subparagraph (c) above,
the conditions develop that work cannot begin at 11:45
P.M. The factors controlling standby time are as
follows:
Le.1 Closed Taxiway Time. The parallel and the
connecting taxiways shall be closed in segments during
the work on an as needed basis. The Engineer shall
review the Contractor's schedule with the Owner and made
adjustments to minimize the effect of closed taxiway
segments upon flight operations. The taxiway segments
shall remain closed only during daily working hours
unless construction activities require otherwise and so
directed by the Engineer.
(1) The Contractor's reporting to work at 11:45 P.M.
(2) The
Engineer's
notification to the Contractor
at or
prior to
11:30 P.M.
that work cannot begin at 11:45
P.M.
(3) The Engineer's instruction to the Contractor to hold
his personnel on standby because of the possibility of
working after 11:45 P.M. The Engineer may repeat his
instruction to continue on standby time at intervals of
one (1) hours, or at longer intervals, as in his
judgement is appropriate. Standby time shall occur, and
be measured by, increments of one hour, The Contractor
shall not be required to hold his personnel on standby
basis later than 1:00 A.M. If the Contractor so selects,
he may hold his personnel later than midnight, but the
time after 1:00 A.M. will not be included in the
measurement of standby time. Days involved in standby
time will not be excluded from contract time, but shall
be included in the count of consumed contract days.
The Contractor will normally be placed on standby time if
the last scheduled daily flight is delayed past 11:45
P.N. or if a charter flight is scheduled after 11:45 P.M.
1.4_)_ Measurement and Payment Standby time will be
measured in increments of one whole hour and payments
shall be made at the unit price bid under Bid Item NO. 15
for: Standby Time, per hour.
(5) Legal Holidays. No holiday, including Sunday, will
be observed during night time (closed runway) work.
Observation of legal holidays during the other Work
Phases shall be at the discretion of the Contractor.
Special Provisions - 6
H
MCCJ. land
fa.su'l'rd
's
lraarneral,d
Fa„f•,vl'l,, Ar.ansu,
11
I
fli
Li
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
The Contractor shall proceed with the above work in an
expedient manner so as to hold the closed taxiway time to
a minimum.
The Contractor shall provide barricades to close off the
closed segments of the taxiways. The barricades shall be
a maximum of 18 -inches high, shall be painted with
reflective white and orange paint or striped with
reflective white and orange striping, and shall have a
minimum of one yellow light per barricade, the
barricades shall be of such multiple length as to cover
50 percent of the taxiway, and placed so as to allow for
the passage of fire, and rescue vehicles. The barricades
shall be placed a minimum of 75 feet from the runway or
as directed by the Engineer. The barricades shall remain
the property of the Contractor upon completion of the
work. No payment shall be made for the barricades,
installation, maintenance or removal.
jfl Clean-up. From time to time the Contractor shall
clean up the construction site, in order that the site
present 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. Following each work shift, the
runway and taxiway shall be swept clean of all loose
aggregate and other foreign matter. Clean-up will not be
measured for separate payment but shall be considered
subsidiary work pertaining to the several items of the
contract.
(a) Overtime Engineering Observation. The standard
workday for the Construction Observer is 8 hours; and the
standard workweek is 40 hours. Overtime for the
Construction Observer is any work schedule which results
in more than 40 hours of work for one calendar week. If
the Contractor chooses to work overtime, the cost to the
Owner for engineering observation for those overtime
hours will be deducted from the amount due to the
Contractor on the monthly Contractors pay estimate form.
The number of hours stated in Item 13 of the Proposal is
used to establish a cost for this project.
Special Provisions - 7
NF. 'lord
H• a rN Conw�Hna
Enpm un
l.arp.•ana
FyJveb al4, A•Man.a.
I
Li
Li
I
I
I
n
I
I
I
I
Li
r1
Li
J
Li
11
I
I
Day: Working hours for those Work Phases for which "Day"
is listed in Work Time columns are at the discretion of
the Contractor (see Order of Work Tablet.
Schedule of Work. The schedule of each day or night's work shall
be as proposed by the Contractor shall be submitted to the Engineer
no later than 11:45 P.M. in the evening of the night's work or the
following day's work. The schedule need not be elaborate but shall
be in detail sufficient to show clearly the exact work that the
Contractor is proposing. At the first part of each operation, and
until some table of experience has been developed, the proposed
work shall be on the conservative side. It is vital that the
runway be ready for use by aircraft at the intended time.
Clearance for use with FAA. At the end of each days work within
the construction area zone, the Engineer or the Owner's
Representative shall determine that the section of taxiway is ready
for return to services. They will inform the representative of the
Federal Aviation Administration, in the control tower, of the
results of their inspection. It shall be the privilege of the FAA
representative to make inspections also. If such inspection is
desired, the representative and the Engineer shall develop a method
of inspection that will produce the required information, and
without interference with the work.
Radio Control. The construction of the extended runway safety
areas requires that during certain periods of time, the Contractor
will be within active runway area with equipment and materials.
The Contractor shall have personnel stationed to control
construction traffic within the safety area of the runway. This
control shall be accomplished through the communication with the
Air Traffic Control Tower using two-way, portable radios. The
Contractor shall furnish two multi -channel portable radios Terra
Model TPX 720 or approved equal by the Airport Manager complete
with combination ear phone and microphone headset and carrying
case, manufactured by Terra Corporation in operable condition and
shall be tuned to the specified frequency at all times. All
instructions issued to the contractor by the control tower or by
the Engineer shall be complied with in a prompt manner. Upon
direction from the control tower the Contractor shall move all of
his equipment and personnel to an area at least 250 feet from
runway centerline or 300 feet beyond the end of the runway.
Equipment and personnel shall not be returned to the restricted
work area until permission for such return is granted by the air
traffic control tower. Upon completion of the contract, the radios
shall remain the property of the Owner. No extra payment shall be
made for the radio.
Special Provisions - 8
I
MCC,. ird
o rN C[n.yl o
Ena,r..r.
Fapl4niq, Crlea.a.
I
qc1e t4I.
Li
L
LiL✓
I
LI
I
I
I
I
I
I
[1
I
Li
I
I
(a) When any vehicle other than those routinely used in the
aircraft movement area and runway approach area is
required to travel over any portion of that area, it
shall be escorted by a vehicle properly identified to
operate in the area or provided with a flag on a staff
attached to the vehicle so that the flag will be readily
visible. The flag shall be not less than 3 -foot square
consisting of a checkered pattern of international orange
and white squares of not less than 1 foot on each side
and displayed in full view above the vehicle. A flay or
escort vehicle is not required for vehicles which have
been painted, marked and lighted for routine use on
aircraft movement areas. Optionally, all vehicles may be
equipped with a flashing yellow dome -type light. Any
vehicle operating on the movement area during the hours
of darkness should be equipped with a flashing red dome -
type light. If the airport has a security plan, check
for guidance on additional identification and control of
construction equipment.
(b) Vehicular traffic crossing active movement areas must be
controlled either by two-way radio with the control
tower, by escort, or the means appropriate for the
particular airport. The clearance shall be confirmed by
the driver's personal observation that no aircraft is
approaching his position.
(c) It will be desirable to clearly identify the vehicles for
control purposes by either assigned initials or numbers
prominently displayed on each side. The identifying
symbols shall be of 10 -inch minimum, block -type
characters of a color easily read. This may be applied
by use of magnetic signs to facilitate removal. In
addition, all vehicles must display the identification
media as specified in the approved airport security plan,
if applicable. The Contractor shall also furnish two
signs for the Engineer's use. The sign shall become the
property of the Owner upon completion of work. No direct
payment shall be made for the signs.
(d) Debris, waste and loose material capable of causing
damage to aircraft landing gears, propellers or being
ingested in jet engines shall not be placed on active
aircraft movement areas. Material tracked on these areas
shall be removed continuously during the work project.
Special Provisions - 9
Mc61• none
maeryxolN
Foy. .vI". Arransn
L
L
r
J
I
I
I
I
I
I
I
I
I
I
fl
LJ
11
IDENTIFICATION OF "ENGINEER". "Engineer" shall mean the firm of
McCLELLAND CONSULTING ENGINEERS, INC., which has been employed by
the owner for this work, or the firm's duly authorized agents, such
agents acting severally within the scope of the particular duties
entrusted to them, whose decisions shall, in all cases, be subject
to final approval by the Engineer.
AUTHORITY OF THE ENGINEER. The Engineer shall have the following
authority:
(1) to interpret the Plans and Specifications and define
their intent and meaning;
(2) to determine whether the work done and materials
furnished are in accordance with the terms of the Plans
and Specifications and to condemn such in accordance
herewith;
(3) to make decisions on all matters relating to the
execution and the progress of the Work;
(4) to coordinate the work of the Contractor with the Work of
other contractors;
(5) to stop the work whenever, in the opinion of the
Engineer, such stoppage may be necessary to insure the
proper execution thereof;
(6) to determine the amount payable to the Contractor from
time to time for work done under the Contract;
(7) to make decisions on all controversies arising out of the
Plans and Specifications or the refusal or failure of
either party to perform any part thereof;
(8) to give approvals and to take action to the extent
necessary for the orderly and expeditious prosecution of
the Work; but the Engineer shall not have authority to
amend or modify the Construction Contract;
(9) to delegate his responsibilities to other representatives
of the Owner in connection with specific portions of the
Work;
(10) to disapprove or reject Work which is "defective" (which
term is hereinafter used to describe Work that is
unsatisfactory, faulty or defective, or does not conform
to the requirements of the Plans and Specifications, or
does not meet the requirements of any inspection, test or
approval referred to hereafter or has been damaged prior
to approval of final payment);
Special Provisions - 10
*1CC, land
,M� o Corw'Jr p
In cap nca
^' tea
rayoMvn4, A'tnmor
1
I
I
I
I
I
U
I
I
I
I
H
7
H
I
I
U
I
(11) to require special inspection or testing of the Work as
provided for hereafter whether or not the Work is
fabricated, installed, or completed;
(12) to exercise his best efforts to insure faithful
performance by both the Owner and the Contractor. He
will not show partiality to either and will not be liable
for the result of any interpretation or decision rendered
in good faith. Claims, disputes and other matters
relating to the execution and progress of the Work or the
interpretation of or performance under the Plans and
Specifications shall be referred to the Engineer for
decision; which he will render in writing within a
reasonable time;
All decisions and determinations made by the Engineer
pursuant to the Work and communicated to the Contractor
shall be binding on the Contractor unless, within thirty
(30) days thereafter, written objection is filed with
the Owner's Purchasing Agent demanding that the issue be
determined by arbitration.
LIMITATIONS OF THE ENGINEER'S RESPONSIBILITIES. Neither the
Engineer's authority to act under the Plans and Specifications nor
any decision made by him in good faith either to exercise or not
exercise such authority shall give rise to any duty or
responsibility of the Engineer to the Contractor, any
Subcontractor, any materialman, fabricator, supplier, or any of
their agents or employees or any other person performing any of the
Work. The Engineer will not be responsible for the Contractor's
means, methods, techniques, or procedures of construction, or the
safety precautions and programs incident thereto, and he will not
be responsible for the Contractor's failure to perform the Work in
accordance with the Plans and Specifications. The Engineer will
not be responsible for the acts or omissions of the Contractor, or
any Subcontractors, or any of his or their agents or employees, or
any other persons at the site or otherwise performing any of the
work.
ENGINEER'S VISITS TO THE SITE. The Engineer will make periodic
visits to the site to observe the progress and quality of the
executed Work and to determine, in general, if the Work is
proceeding in accordance with the Plans and Specifications. He
will not be required to make exhaustive or continuous on -site
inspections to check the quality or quantity of the Work. His
efforts will be directed toward providing assurance for the Owner
that the completed Project will conform to the requirements of the
Plans and Specifications. On the basis of his on -site
observations, he will keep the Owner informed of the progress of
the Work and will endeavor to guard the owner against defects and
deficiencies in the Work of the Contractor.
Special Provisions - 11
MC I and
caThtjltn0
E9q,npinpn
IrcYP erc red
Feyel/ev Ce. Aromas
I
H
I
I
H
I
I
I
I
I
I
I
L1
Li
I
I
7
i
P
All of the work performed shall be subject to the inspection and
approval of the Engineer. The Engineer and his representatives
shall at all times have access to the work and the materials
necessary for the performance thereof, and the Contractor shall
provide proper facilities for access and inspection. If the Plans
and Specifications, the Engineer's instructions, laws, ordinances,
or any public authority require any of the work to be tested or
approved, the Contractor shall give the Engineer timely notice of
its readiness for inspection and, if the inspection is by authority
other than the Engineer, of the date fixed for such inspection, but
any such inspection shall not diminish the necessity of inspection
and approval by the Engineer. Inspections made by the Engineer
shall be promptly made. If any work should be covered up without
the approval or consent of the Engineer, it must be uncovered for
inspection at the Contractor's expense if required by the Engineer.
CONTRACTOR'S EXAMINATION. The Contractor will be held to have
examined all information, documents, and drawings furnished to him
by or on behalf of the Owner in connection with this Contract and
shall consult with the Engineer in the event of any error or
inconsistency or in the event any portion of the Work is not
sufficiently detailed or explained, and in no event shall the
Contractor proceed with the Work in uncertainty. It is understood
and agreed that the Contractor has, by personal examination at the
site, checked the material and location of the work; the type of
equipment, storage space and facilities needed preliminary to, and
during execution of the work; the general and local conditions, and
all other matters which may, in any way, affect or have a bearing
on the work of the Contract and its costs. The Contractor also
represents that he has studied all surveys and investigation
reports of subsurface and latent physical conditions provided in
the Specifications and made such additional surveys and
investigations as he deems necessary for the performance of the
Work at the Contract price in accordance with the requirements of
the Plans and Specifications and that he has correlated the results
of all such data with the requirements of the Plans and
Specifications. Failure on the part of the Contractor to have
fully informed himself of site conditions, and to fully understand
the extent of the Work required, shall not excuse him in any way
from his obligation to supply and install the Work in accordance
with the specifications and Plans, and under all conditions as they
exist. No extra compensation will be allowed because of his
failure to so inform himself. His submission of a bid on the
project shall be considered as sufficient evidence that the
Contractor has complied with the above requirements.
ARRANGEMENT OF SPECIFICATIONS AND PL
paragraphs in the Specifications are
and shall not be taken as a correct o
several units of materials, equipment
to outline or define jurisdictional
ANS. Titles to sections and
used merely for convenience,
r complete segregation of the
and labor, nor as an attempt
procedures. Likewise, the
Special Provisions -12
' rcCrairana
fl
Ens +la
InaR0oro1M
ronnsv9ra, Arlanao.
I
I
I
I
LJ
C
C
L
j
I
I
r'
7
L
L
C
identifications of any Plans shall not control the Contractor in
dividing the Work among Subcontractors or delineating the Work to
be performed by any specific trade. No responsibility, either
direct or implied, is assumed by the Engineer, or the Owner, for
omissions or duplications by the Contractor or by any of his
subcontractors, due to real or alleged errors in arrangement of
matter in the Plans and Specifications.
WORKMEN. The Contractor shall employ, or cause to be employed, on
or in connection with the performance of the Work only persons who
are fit and skilled in the work assigned. The Contractor shall at
all times enforce, or cause to be enforced, strict discipline and
good order among the workmen employed on the Work. Should any
disorderly, incompetent, or objectionable person be employed by the
Contractor, or by any subcontractor, upon or about the Construction
Site, the Contractor shall, upon request of the Engineer, cause
such person to be removed from the Work and not again employed
thereon without the written permission of the Engineer.
HORSEPLAY. FIGHTING AND ROAMING. Horseplay, scuffling, fighting or
carrying of firearms is not permitted on the Construction Site.
The Contractor's men shall confine their activities to the specific
area of construction work.
INSURANCE GENERAL
The Contractor shall provide (from insurance companies acceptable
to the Owner)• the insurance coverage designated hereinafter and pay
all costs.
Before execution of the Contract, Contractor shall furnish the
Owner with complete copies of all insurance policies and
certificates of insurance specified herein showing the type,
amount, class of operations covered, effective dates, and date of
expiration of policies, and containing substantially the following
statement. "The insurance covered by this certificate will not be
canceled or materially altered, except after 30 days written notice
has been received by the Owner".
In
case
of the
breach of
any
provision of
this Article, the
Owner
at
his
option,
may take
out
and maintain,
at the expense
of the
Contractor, such insurance as the Owner may deem proper and may
deduct the cost of such insurance from any monies which may be due
or become due the Contractor under this Contract.
CONTRACTOR AND SUBCONTRACTOR INSURANCE The Contractor shall not
execute the Contract or commence Work under this Contract until he
has obtained all the insurance required hereunder and such
insurance has been reviewed and approved by the Owner, nor shall
the Contractor allow any subcontractor to commence Work on his
subcontract until insurance specified below has been obtained.
Special Provisions - 13
C
MCCblla lid
-� Conwll,ng
po
�ftq .,.
rwaor
Fo ItiVw•, Af*a..00
I
H
Review of the insurance by the Owner shall not relieve or decrease
the liability of the Contractor hereunder.
LJ
I
I
L
I
PT
L
r
C
C
H
C
I
I
n
COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE The Contractor
shall maintain during the life of this Contract the statutory
Workmen's Compensation, in addition, Employer's Liability Insurance
in an amount not less than $100,000 for each occurrence, for all of
his employees to be engaged in Work on the Project under this
Contract and, in case any such Work is sublet, the Contractor shall
require the subcontractor similarly to provide Workman's
Compensation and Employer's Liability Insurance for all of the
latter's employees to be engaged in such Work. Where Work under
this Contract includes any water or navigational exposure, coverage
shall be included to cover the Federal Longshoremen's and
Haborworker's Act and the Federal Jones Act. Employer's Liability
Insurance shall be extended to include waiver of subrogation to the
Owner.
GENERAL LIABILITY INSURANCE The Contractor shall maintain during
the life of this Contract such general liability, completed
operations and products liability, and automobile liability
insurance as will provide coverage for claims for damages for
personal injury, including accidental death, as well as for claims
for property damage, which may arise directly or indirectly from
performance of the Work under this Contract. The general liability
policy should also specifically ensure the contractual liability
assumed by the contractor under Article Indemnification. Coverage
for property damage shall be on a "broad form" basis with no
exclusions for "XC i u". Amount of insurance to be provided shall
be as shown below:
1. Contractor's Comprehensive General Liability Insurance
For not less than the
liability:
Bodily Injury: $500,000
$500,000
Property Damage: $250,000
$250,000
following limits of
each occurrence
aggregate
each occurrence
aggregate
Include the following coverage:
o waiver of all "XCU" exclusions.
o Broad Form Property Damage and Personal
Injury Liability.
o Independent Contractor's Coverage
Special Provisions - 14
1
MCCS EQnd
Cmwnmp
Enpinsso
IncerpVaM
CywnlvPs. A•Mnsro
C
H
C
I
I
I
I
J
I
I
I
J
I
I
I
C
H
For not less than the following limits of
liability:
Bodily Injury: $ 500,000 each person
$1,000,000 each occurrence
Property Damage: $ 100,000 each occurrence
OR
Bodily Injury and Property Damage: $1,000,000 combined
single limit each occurrence.
Include Hired car and Non -Ownership Coverage.
3. Contractor's Excess Umbrella policy: $1,000,000 limit of
liability policy shall be provided.
ENGINEER SHALL BE INCLUDED AS ADDITIONAL INSURED:
Insurance certificates furnished by the Contractor and/or
subcontractor(s) shall include the Engineer as an
"Additional Insured" for all Liability and Property
Damage policies.
In the event any Work under this Contract
a subcontractor, the Contractor shall be
any liability directly or indirectly ari
Work performed under this Contract by a
which liability is not covered by the
insurance.
is performed by
responsible for
sing out of the
subcontractor,
subcontractor's
The Contractor's and any subcontractor's general
liability and automobile liability insurance policies
shall include the Owner and Engineer, their officers,
agents, and employees as additional insured for any
claims arising out of Work performed under this Contract.
BUILDER'S RISK ALL-RISK INSURANCE Unless otherwise modified in the
Supplementary Conditions, the Contractor shall secure and maintain
during the life of this Contract, Builders Risk All Risk Insurance
coverage in an amount equal to the full replacement value of
structures, equipment, electrical, and mechanical systems only.
Such insurance shall not exclude coverage for earthquake,
landslide, flood, collapse, blasting, or loss due to the results of
faulty workmanship and shall provide for losses to be paid to the
Contractor, Subcontractor, and the Owner as their interests may
appear.
Special Provisions -15
' "GCbr rand
rnft p parearp,rpr•E
Fo,•r.•v✓b, Arkor"p•
H
J
[1
I
I
I
I
J
S
I
I
P
I
I
[]
I
I
OWNER'S AND CONTRACTOR'S PROTECTIVE LIABILITY INSURANCE The
contractor's shall, at his expense, provide the Owner with an
Owner's and Contractor's Protective Liability Insurance Policy
naming the Owner as the named insured and the Engineer, its
architects and engineers, and each of their officers, agents, and
employees as additional insured under that policy, said policy to
protect said parties from claims which may arise from operations
under the Contract.
Limits of policy coverage shall be:
Bodily Injury: $
500,000
each person
$1,000,000
aggregate
Property Damage $ 250,000 each person
$ 250,000 aggregate
OR
$1,000,000 combined -single limit each
occurrence/aggregate.
INSURANCE COVERAGE FOR SPECIAL CONDITIONS When the construction is
to be accomplished within a public or private right-of-way
requiring special insurance coverage, the Contractor shall conform
to the particular requirements and provide the required insurance.
The Contractor shall include in his liability policy all
endorsements that the said authority may require for the protection
of the authority, its officers, agents and employees. Insurance
coverage for special conditions, when required, shall be provided
as set forth in these SPECIAL PROVISIONS.
NO PERSONAL LIABILITY OF PUBLIC OFFICIALS In carrying out any of
the provisions hereof in exercising any authority granted by the
Contractor, there will be no personal liability upon any public
official.
INDEMNITY The Contractor shall indemnify and hold harmless the
Owner, the Engineer, and their agents and employees from and
against damages, losses, and expenses including attorney's fees, up
to the amount of the Contract price, arising out of or resulting
from the performance of the Work, provided that any such claim,
damage, loss or expense (1) is attributable to bodily injury,
sickness, disease, or death, or to injury or to destruction of
tangible property (other than the Work itself), including the loss
of use resulting therefrom, and (2) is caused in whole or in part
by any act or omission of the Contractor, any subcontractor, anyone
directly or indirectly employed by any of them or anyone for whose
acts any of them may be liable, provided that such claims, damages,
losses, and expenses are not proximately caused by the negligence
of any indemnitee in the design, or by the sole negligence of any
Special Provisions - 16
' wccr.;j
,N Connny
E pm,pf
_ ,IICP'O�O:M
FayPYv '., Arkon,os
I
1
indemnitee in the observation of the Work that is the subject of
' this construction Contract.
In any and all claims against the Owner, the Engineer, or any of
their agents or employees by any employee of the Contractor, any
' subcontractor, anyone directly or indirectly employed by any of
them or anyone for whose acts any of them may be liable, the
indemnification obligation under this Article shall not be limited
' in any way by any limitation on the amount or type of damages,
compensation, or benefits payable by or for the Contractor or any
subcontractor under Workmen's Compensation Acts, Disability Benefit
' Acts, or other Employee Benefit Acts.
The above named limits shall be operative except where, in the
opinion of the Owner, the character of the work and hazards
' involved warrant the establishment of greater coverage (established
by letter from the Owner to the Contractor). The Contractor shall
furnish the Owner with duplicate copies of all policies or
' certificates from insuring agencies as evidence that these
requirements have been satisfied. It shall be the entire
responsibility of the Contractor to purchase and place in effect
during the entire life of the Project, all insurance and bonds as
applies to the Project and is requested herein.
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.
In the event the Owner determines that the low bidder's coverage in
II 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.
Third Party Coverage The bidding documents require the contractor
Ito 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, for the named Owner and Engineer, above the
premium for the coverage shown in the Certificate of Insurance
' Special Provisions -17
nMCC, D fad
Ceaw rttI
Eapmlk•+
f9CPO' aMR
Fap•4nPa, A•kaa,af
I
I
I
U
1
H
I]
I
I
L
I
[I
[1
I
I
I
I
I
submitted with the bid. The 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
under Bid Item Nos. 14.
SUBCONTRACTORS. The Contractor shall not assign or sublet all or
any part of this Contract without the prior written approval of the
Owner, nor shall the Contractor allow such Subcontractor to
commence work until he has provided and obtained approval of such
compensation and General Liability insurance as may be required
under the laws of the State. The approval of such Subcontract by
the Owner will in no manner release the Contractor from any of his
obligations as set out in the Plans, Specifications, Contract and
Bonds.
CONTRACTOR'S ROUTINE ACCESS TO SITE. The location and route to be
used by the Contractor for the use of his employees,
subcontractors, suppliers, etc. in gaining routine access to the
site on a daily basis is described in Section "SAFETY REQUIREMENTS
AND CONSTRUCTION PROCEDURES" of these SPECIAL PROVISIONS. The
Owner may limit the areas available for parking for the
Contractor's work force.
OWNER -FURNISHED MATERIALS. Section 60-02 of the GENERAL
PROVISIONS, as related to owner -furnished materials is clarified as
follows: there are no owner -furnished materials planned for this
project. All materials required for completion of the project are
to be provided by the Contractor.
QUALITY OF THE PLANS. The Plans have been made with care but
cannot be assumed to be correct in every detail when some of the
conditions to be encountered may not be shown on existing maps and
are underground.
The approximate locations of existing improvements are shown. The
placing of this information on the Plans in no way obligates the
Owner or Engineer as to its correctness, as it is indicative only
and is placed there for information and assistance to the
Contractor. It is the expressed intent of these Plans and
Specifications that the Contractor is to make his own investigation
of conditions to be encountered, and the submission of the
Proposal by the Contractor for the work constitutes his compliance
with this requirement.
Minor details not usually shown or specified, but necessary for the
proper installation and operation, shall be included in the work as
if shown or specified. Wherever the work "provide" is used, it
shall mean "furnish and install complete and ready for use."
Special Provisions - 18
I
pcssuit
•n
Enpwur.
,nwrp ora rya
PoHM.vdb, Ar.annm
H
I
H
I
I
I
I
I
I
[1
I
Ii
17
I
I
[I
H
The accuracy of dimensions shown on drawings furnished to the
Contractor by the Engineer having reference to any existing work,
structure or facility is not guaranteed. The Contractor shall
satisfy himself to such accuracy of such existing dimensions before
starting the work.
whenever existing obstructions or dimensional inaccuracies capable
of verification by the Contractor in the field, or minor variations
in indicated arrangements or dimensions of equipment, interfere
with the installation as shown on the Plans, the Contractor shall
make such necessary alterations as are approved by the Engineer and
such alterations shall not constitute a basis for extra payment.
PARTIAL ACCEPTANCE. Sections 50-14 and 70-13 of the GENERAL
PROVISIONS do not apply to this project. The entire project is to
be satisfactorily completed and ready for the Owner's use before
acceptance.
PROGRESS SCHEDULE. Section
emphasized. Within 7 days fol
Contractor shall provide the
schedule for the project.
approval by the Engineer.
80-03 of the GENERAL PROVISION is
lowing execution of the Contract, the
Engineer with a suggested progress
The schedule shall be subject to
At least monthly, generally in conjunction with the processing of
requests for partial payment, the Engineer and Contractor shall
review the progress schedule, assess whether the project is on
schedule, and adjust the schedule as necessary to maintain the
required project completion date. Alterations to the progress
schedule may require that the Contractor implement a larger work
force and/or work weekends and/or holidays to meet the required
deadline. Extra payment will not be made for required changes in
size of work force or work hours.
CONTRACTOR TO PERFORM CONSTRUCTION STAKING. Special attention is
called to the fact that the contractor will be required to perform
his own construction staking. The Engineer, however, will provide
a reference line for project alignment and a temporary bench mark
from which the Contractor may work. Thereafter it will be the
Contractor's responsibility to set all grade hubs (blue tops),
clearing stakes, slope stakes, etc.
The Contractor shall verify all grades and dimensions as shown on
the Plans, and he shall report any errors or inconsistencies in the
above to the Engineer before commencing work. The Contractor will
be held responsible for the accuracy of the layout of all the work.
All of the contractor's survey work will be subject to the review
of the Engineer's representative as a part of the construction
observation process.
Special Provisions - 19
MCCM#iconnaf,cnd
(wi a an
In0lyMONE
fa)d4wia, Arkansas
I
1
I
I
I
I
C
I
I
I
I
I
I
H'
I
I
I
In addition to the locations where spot elevations are shown on the
grading plan, the Contractor will be required to set grade hubs at
a maximum of fifty (50') foot centers for construction of the
subgrade and base courses.
WORK DONE WITHOUT LINES AND GRADES. Any Work done without lines,
grades, or levels being given properly established, or done without
the approval of an inspector or other representative of the Owner,
may be ordered removed and replaced at the Contractor's cost and
expense.
PRESERVATION OF MONUMENTS AND STAKES. The Contractor shall
carefully preserve all monuments, bench marks, reference points and
stakes, and in case of willful or careless destruction of the same,
he will be charged with the resulting expense of replacement, and
shall be responsible for any mistakes or loss of time that may be
caused by their unnecessary loss or disturbance. In the event that
the stakes and marks placed by the Engineer are destroyed
through carelessness on the part of the Contractor, and that the
destruction of these stakes and marks causes a delay in the work,
the Contractor shall have no claim for damages or extensions of
time. In the case of any permanent monuments or bench marks which
must of necessity be removed or disturbed in the construction of
the work, the Contractor shall carefully protect and preserve the
same until they can be properly referenced and relocated. The
Contractor shall also furnish at his own expense such materials and
assistance as are necessary for the proper replacement of
monuments or bench marks that have been moved or destroyed.
OTHER CONTRACTORS. The Owner may perform additional work related
to the Project by himself, or he may let other direct contracts
therefore similar to this one. The Contractor shall afford the
other contractors who are parties to such direct contracts (or the
Owner, if he is performing the additional work himself), reasonable
opportunity for the introduction and storage of materials and
equipment and the execution of Work, and shall properly connect
and coordinate his Work with theirs.
If any part of the Contractor's Work depends on proper execution or
results upon the Work of any such other contractor (or Owner), the
Contractor shall inspect and promptly report to the Engineer in
writing any defects or deficiencies in such Work that render it
unsuitable for such proper execution and results. His failure to
so report shall constitute an acceptance of the other Work as fit
and proper for the relationship of his Work except as to defects
and deficiencies which may appear in the other Work after the
execution of this Work.
The Contractor shall do all cutting, fitting and patching of his
Work that may be required to make its several parts come together
properly and fit it to receive or be received by such other Work.
Special Provisions -20
C 1Mitft g
FOF.•f.Vrll., A/ke9W/
I
I
I
I
I
I
I
I
I
I
`1
I
L
L
Li
I
The Contractor shall not endanger any Work of others by cutting,
excavating or otherwise altering their Work and will only cut or
alter their work with the written consent of the Engineer and of
the other contractors whose Work will be affected.
If the performance of additional Work by other contractors or the
Owner is not noted in the Plans and Specifications prior to the
execution of the Contract, written notice thereof shall be given to
the Contractor prior to starting any such additional Work. If the
Contractor believes that the performance of such additional Work by
the Owner or others involves him in additional expense or entitles
him to an extension of the Contract Time, he may make a claim
therefore.
RECORD DRAWINGS. The Contractor shall keep one record copy of all
Project Specifications, Plans, Addenda, Modifications, and Shop
Drawings at the site in good order and annotated to show all
changes made during the construction process. These shall be
available to the Engineer and shall be delivered to him for the
Owner prior to final acceptance of the Project.
PUBLICITY. No information relative to the Work shall be released
by the Contractor, either before or after completion of the Work,
for publication or for advertising purposes without the prior
written consent of the Owner and the Engineer.
MODIFICATIONS -AND WAIVERS. No change in,•addition to, or waiver of
any of the provisions of the Construction Contract shall be binding
upon either Party unless in writing signed by an authorized
representative of such Party. No waiver by either Party of any
breach of the other Party of any of the provisions of the
Construction Contract shall be construed as a waiver of any
subsequent breach, whether of the same or of a different provision
of the Construction Contract.
STANDARDS. Materials or processes for which ASTM standards have
been adopted shall, unless in conflict with specified requirements,
meet the requirements of the latest edition of the ASTM standards.
Where a specified material is followed by a reference to a
specification, standard, test method or code such as "ASTM C150",
"ASA Code", etc., it shall be understood to mean that the material
shall meet the requirements of the referenced specification,
standard, test method or code; and, except where a specific edition
is referred to, it shall be understood that the latest edition
including additions and/or amendments thereto, as of the date the
Contract is awarded, shall apply to Work under this Contract.
TESTING. The Engineer will conduct OR CALL FOR compaction tests on
earthwork, as necessary to assure proper compaction and therefore,
a stable, a subgrade and base. Also, concrete cylinder tests will
be made by a laboratory of the concrete used in the project at 7
Special Provisions - 21
Met I•Ilond
Ca, WII•lly
Ecorn,/rf
Fe,WNvif,s4 A/IPMPs
I
I
I
I
I
I
I
H
I
I
L
I
I
I
I
I
'1
H
days and 28 days of age to assure that quality concrete is being
delivered to the job. The cost of the tests will be borne by the
Owner, except that retests, made after first tests have failed,
will be paid for by the Contractor. In view of this, the
Contractor will want to be certain that he is ready for tests when
he requests that they be made.
The Contractor shall give the Engineer at least 24 hours notice, as
to when any part of the Work will be ready for observation and/or
testing. No part of Saturdays or Sundays shall be counted as part
of the required hours of notice.
The Engineer shall have the right to order special tests not
required by the specifications and/or the Plans, whereupon the
Contractor shall promptly perform such tests. If the portion of
the Work so tested proves to be in accordance with the
Specifications and the Plans, all costs involved in such testing
shall be paid for the Owner and if such testing delays the Work,
the time within which the Work is to be completed shall be extended
by a mutually agreed to period of time. If the portion of the Work
so tested, however, proves to be not in accordance with the
Specifications and the Plans, all costs involved in such testing
shall be paid for by the Contractor and the time within which the
Work is to be completed shall be extended by a mutually agreed to
period of time.
Neither observations by the Engineer nor the inspections, tests or
approvals by persons other than the Contractor shall relieve the
Contractor from his obligations to perform the Work in accordance
with the requirement of the Plans and Specifications.
PAYMENT FOR STORED MATERIALS. If the contractor desires to be paid
for "stored materials" in conjunction with one of the monthly
progress payments, he shall provide the following documentation to
the Engineer:
(1) Itemized invoices from the supplier(s) of the materials
giving a clear description of each stored item and its
individual value. Invoices shall be clearly descriptive
and identified as being for the particular project
covered by these Specifications.
(2) Insurance certificates covering the total value of all
materials stored "off -site" (one for each separate
off -site location) listing both the Owner and the
Contractor as insured "as their interests may appear".
(3) Legal titles to all items of stored materials certifying
that the items are "free of liens and encumbrances".
Special Provisions - 22
"=Clnlana
Cw.u'tin
O 1 Enan.P.
Inaraa'at.Q
Fay.Ilsvdh, Arkansas
I
I
I
I
I
L
I
I
I
I
I
I
I
COST OF PLANS AND SPECIFICATIONS. The Engineer shall provide to
each prime Contractor three (3) sets of Plans and Specifications to
permit the Contractor to construct the project. The Contractor
shall, compensate the Engineer with payment of fifty dollars
($50.00) per set of documents required in addition to the three
sets.
OWNERSHIP OF ENGINEERING DATA. All Specifications, Plans and
copies thereof furnished by the Engineer shall remain his property.
They shall not be used on another Project, and, with the exception
of those sets which have been signed in connection with the
execution of the Construction Contract shall be returned to him on
request upon completion of the Project.
PARTIAL SETS OF PLANS AND SPECIFICATIONS FOR SUBCONTRACTORS.
Separate sheets of the Plans and/or Specifications will DQt be
available to subcontractors, suppliers and material dealers for
their convenience at reproduction costs. However, it will be their
responsibility to check their compliance with a complete set of
contract documents prior to executing the Work to insure a
complete and satisfactory interface with other contractors and/or
subcontractors.
DAMAGE TO EXISTING FACILITIES. The Contractor and/or subcontractor
hereunder shall satisfy himself (themselves) as to the location of
all underground and above -ground facilities and utilities in or
near the site. They shall be continually liable for damage to all
improvements and lands, whether the property of the Owner,
hereunder, or others, caused by the Contractor's and/or
Subcontractor's personnel, equipment, or operation.
REPORTING OF ACCIDENTS The Contractor shall submit a written report
to the Engineer of any accident or injury occurring at the
Construction Site.
PRE -CONSTRUCTION CONFERENCE. Within twenty (20) days after
delivery of the executed Construction Contract by the Owner to the
Contractor, but before starting the Work at the site, a conference
will be held to review the heretofore mentioned schedules, to
establish procedures for handling Shop Drawings and other
submissions, and for processing Applications for Payment, and to
establish a working understanding between the parties as to the
Project. Present at the conference will be the Owner or his
representative, the Engineer, Resident Project Representatives, the
Contractor and his Superintendent.
WATERWAYS. Present natural and artificial waterways shall be left
open to flow freely. Temporary dams or by-passes shall be provided
when found necessary or ordered by the Engineer.
Special Provisions -23
nCore.. ^a
Erig rasN•,
IrarOo'al•a
Fa,rn s'.. Arsay.as
I
1
I
I
r
Li
I
I
U
I
I
I
I
I
[I
I
I
Li
SAFETY AND SECURITY. The Contractor shall comply with, and shall
cause the employee and all subcontractors to abide by all safety
and security laws, rules and regulations in force at the
Construction Site. The provisions of the latest Associated General
Contractors of America, Inc., dealing with safe practices
pertaining to construction work shall be deemed to be in force at
the Construction Site to the extent they do not conflict with such
laws, rules, and regulations. The Engineer and the Owner shall
assume no liability concerning the Contractor's safety practices,
as safety on the Project will be the sole responsibility of the
Contractor.
CONTRACTOR. The Engineer or his assigned representative will
observe work on the project during the construction phases. The
purposes for which such observation is conducted will be to
endeavor to assure that: 1) physical limits and dimensions, as
established in the Plans and Specifications, are adhered to, 2)
materials and equipment installed on the project are equivalent to
the type, kind, size, quantity, and quality required by the Plans
and Specifications, and 3) the finished products or end results are
those as established by the word and intent of the Plans and
Specifications.
Neither the Engineer nor his representative will attempt to
instruct the Contractor or his employees or sub -contractors as to
how a task is to be performed, or by whom a task is to be
performed, or which machinery or equipment should be utilized to
obtain the desired results. The Contractor, in submitting a bid
for work herein specified, purports to be equipped and to have
experienced craftsmen for the performance and construction of each
and every phase of the project herein specified. In the event the
Contractor does not have the necessary craftsmen in his employ, he
shall sub -contract the work for which he has not the craftsmen, or
he will otherwise secure the services of craftsmen who are skilled
and experienced in all the specified tasks herein.
The Engineer shall have the following functions:
(1) to interpret the Plans and Specifications and define
their intent and meaning;
(2) to determine whether the work done and materials
furnished are in accordance with the terms of the Plans
and Specifications and to condemn such in accordance
herewith;
(3) to make decisions on all matters relating to the
execution and the progress of the Work;
(4) to coordinate the Work of the Contractor with the Work of
other contractors;
Special Provisions - 24
Ya 01.l ICM
�� e � Con wlhn0
E.p'plra
•n[spxpN!
Fpfb.'I. Ar.anps
Li
I
1
I
I
I
H
IH
I
iI
I
I
LI
El
(5) to stop the Work whenever, in the opinion of the
Engineer, such stoppage may be necessary to insure the
proper execution thereof;
(6) to determine the amount payable to the Contractor from
time to time for Work done under the Contract;
(7) to make decisions on all controversies arising out of the
Plans and Specifications or the refusal or failure of
either party to perform any part thereof;
(8) to give approvals and to take action to the extent
necessary for the orderly and expeditious prosecution of
the Work; but the Engineer shall not have authority to
amend or modify the Construction Contract;
(9) to delegate his responsibilities to other representatives
of the Owner in connection with specific portions of the
Work;
(10) to disapprove or reject Work or material which is
"defective" (which term is hereinafter used to describe
Work or material that is unsatisfactory, faulty or
defective, or does not conform to the requirements of the
Plans and Specifications, or does not meet the
requirements of any test;
(11) to require special testing of the Work or material as
provided for hereafter whether or not the Work or
material is fabricated, installed, or completed;
(12) to exercise his best efforts to insure faithful
performance by both the Owner and the Contractor. He
will not show partiality to either and will not be liable
for the result of any interpretation or decision rendered
in good faith. Claims, disputes and other matters
relating to the execution and progress of the work or the
interpretation of or performance under the Plans and
Specifications shall be referred to the Engineer for
decision; which he will render in writing within a
reasonable time; All decisions and determinations made
by the Engineer pursuant to the Work and communicated to
the Contractor shall be binding on the Contractor unless,
within thirty (30) days thereafter, written objection is
filed with the Owner's Purchasing Agent demanding that
the issue be determined by arbitration.
The Engineer or his representative may inform the Contractor or his
sub -contractors of circumstances which, in the opinion of the
Engineer or his representative, may predict unsatisfactory results,
or he may caution the Contractors, relative to safety hazards which
Special Provisions -25
MCC" lord
1 C N (p"W'h Ap
Erg
Inplk•i
rg.',pp
Pay.". VI l. Arkp'11pt
I
U
I
I
I
I
I
I
I
7
I
r
I
C
1]
I
I
may exist, but these efforts to assist the Contractors or to
prevent accidents or problems will in no way relieve the
Contractors of their responsibilities and liabilities in these
regards.
The Engineer or his representative may not be present during every
phase of any construction operation, or if he is on -site, he may
not witness each and every function or task that the
contractor/sub-contractor may perform. This fact does not relieve
the Contractor from his responsibility to see that each item of
work and each installation performed by him or his sub -contractor
is in strict accordance with the intent of these Plans and
Specifications.
AND PRODUCTS. Within this project may be specified certain
materials or products, which may be major components of the project
or may be ancillary to major components, and which, due to their
specified characteristics and/or capabilities, may be required as
essential parts of the project. These materials or products are
special in that they require special techniques in their
application, and therefore, require experienced and skilled
craftsmen. These materials or products include, but are not
limited to the following:
Sealants, lubricants, paints, primers, lacquers, stains,
thinners, solvents, curing compounds, mastics, bitumens,
tars, waterproofing agents, insulating compounds,
cementitious compounds, fillers, and epoxies.
In furnishing and installing any of the above materials or products
the Contractor shall be guided by and adhere to all of the
manufacturer's recommendations or instructions relative to the
materials or products, including but not limited to the following:
Handling,
freezing,
protection
surfaces pi
The Contractor shall
products as applied
capabilities of each
TEMPORARY FACILITIES
storing, mixing, heating, protection from
application, protection after application,
of workmen, and curing and preparation of
nor to application.
be liable for any failure of such material or
to conform to the characteristics and/or
as required by the specifications.
(a) Utilities for Construction - The Contractor shall
arrange and pay for all gas, water, and electrical power
used by him. He shall provide heat, at his own expense,
as necessary for all areas. Electrical service
Special Provisions - 26
' Coal,' JaM
a Conn, 'ring
r in
mnprau
r+WorOHO
sarrrsr•rfs, A•Mnsas
L
I
L
I
I
I
I
L
L
L
I
I
I
I
I
I
connections shall be provided at the site by the
Contractor for the purpose of field office lighting and
any temporary lighting and power requirements for
construction purposes. The Contractor shall determine
the location of the existing electrical connection; shall
make all temporary connections; provide all necessary
extensions thereto, and shall remove all temporary
connections and extensions at the completion of the Work.
The Contractor shall provide his own facilities for
compressed air supply and steam. Temporary utilities of
all kinds shall be removed promptly after their use has
been discontinued, unless otherwise approved by the
Owner.
(b) Drinking Water - The Contractor shall furnish potable
drinking water and disposable cups at the job site. The
drinking arrangement shall comply with applicable
requirements of the Arkansas State Health Department.
(c) Bracing_ Enclosures, Protection Etc. - The Contractor
shall properly and completely brace all parts of the work
as necessary during the construction of the building.
When necessary for the protection of materials or work,
the Contractor shall erect sheds, enclosures, temporary
barricades, or temporarily enclose the openings of the
building to the satisfaction of the Engineer.
(d) Sanitary Facilities - The Contractor shall furnish
approved chemical type toilets at the construction site
for use of all workmen on the job. Toilets shall be
removed at the completion of the Work. Toilets will be
maintained in a sanitary condition and will be removed by
him upon completion of the Work.
(e) Drainage. Etc. - The Contractor shall incorporate
temporary measures as necessary to prevent mud and other
materials from getting into the drainage or other
permanent piping during the construction period, and he
shall do all plumbing, bailing and drainage of all water
that may accumulate within the work area during the
entire period of construction. He shall clean out any
drainage pipes that may become clogged due to negligence
or failure on his part to comply with this provision.
(f) Roadways - The Contractor shall use established roadways
where practical and when it is necessary to cross
curbing, sidewalks or railroad tracks, protection against
damage shall be provided by the Contractor. Any roads,
curbing, sidewalks or railroad trackage damaged by the
Contractor's work shall be repaired at the expense of the
Contractor. Wherever existing roadways or sidewalks are
Special Provisions -27
MOQ,I'
CMtM $Olny
EIIQInIFrx
,cmpo.abO
Fap.Yv, 11, Arkaaka.
I
I
I
I
I
I
I
L
L
I
L
I
I
I
cut for trenches in the Work, the Contractor shall
provide and maintain safe and proper passage for the
usual traffic over such cuts or trenches, by bridges
blocking, planking, or other satisfactory methods.
(g) Storage and Working Areas - Storage areas will be
provided for the storage of the Contractor's materials
and equipment, and he shall confine his materials,
equipment and operations of his workmen to such limits as
indicated by the Owner, and shall not unreasonably
encumber the premises. No workmen shall trespass within
other areas or buildings of the Owner than those related
to the work of this Contract and the Contractor shall
rigidly enforce this regulation.
Any materials, equipment or temporary structures
belonging to the Contractor shall be moved when so
directed by the Engineer to permit the execution of Work
by others in connection with the Project.
Materials shall be stored so as to insure the
preservation of their quality and fitness for the Work.
When considered necessary, they shall be placed on wood
platforms and covered, or stored in a suitable building
as directed by the Engineer. Stored materials shall be
located so as to facilitate prompt inspection.
PERMITS. LICENSES. LAWS. ORDINANCES.. REGULATIONS AND TAXES. The
Contractor shall obtain and pay for all construction permits and
licenses and shall pay all governmental charges and inspection fees
necessary for the prosecution of the Work, which are applicable at
the time of his Bid. The Owner shall assist the Contractor when
necessary in obtaining such permits and licenses. The Contractor
shall also pay all public utility charges.
The Contractor shall give all necessary notices, shall pay all fees
required by law and shall comply with all laws, ordinances,
governmental rules and regulations applicable to the Work, to labor
enployed on the Work, and to the preservation of the public health
and safety. The Contractor shall indemnify and save harmless the
Owner from and against all liability with respect to penalties
and/or interest that may result from non-compliance with any such
laws, ordinances, governmental rules or regulations.
Should the Specifications and/or the Plans be at variance with any
of such permits, licenses, laws, ordinances, governmental rules or
regulations, the Contractor shall promptly notify the Engineer in
writing, whereupon the Owner shall make all necessary changes in
the Specifications and/or the Plans. If the Contractor performs
any portion of the Work which is contrary to any of such permits,
licenses, laws, ordinances, governmental rules or regulations,
Special Provisions - 28
' M<Gs'ran
Enp nun
Inabas•oM1
FatNvras, inansas
I
I
I
L
I
L
I
r
L
I
I
I
I
the Contractor shall correct such portion of the Work, and the
Contractor shall bear the cost of all damages arising therefrom.
The Contractor shall comply with all laws, ordinances, rules,
orders, and regulations relating to the protection of adjacent
property, and the maintenance of passageways, guard fences or other
protection facilities.
The Contractor shall permit and facilitate inspection of the Work
by the Owner, and/or its representatives of all work during
construction.
The inspection work by the Owner or others shall not be construed
as to relieve the Contractor of any liability for inadequate
design, faulty materials, workmanship, violation of the
Specifications and design criteria, codes, laws, or safety
requirements.
The Contractor shall pay all sales, consumer, use and other similar
taxes required to be paid by him in accordance with the law of the
place where the Work is to be performed.
Special Provisions - 29
[]
MCCI.IIQfII
Canto It. Si,
IICGNYINI
FC/.^.v. 11. GKp9.W
1
1
' FAA STANDARD SPECIFICATIONS
I
I
I
I
I
I
M CMI Sad
rrr a..r.
daerr.r....
fq.H.Mfi Artww
H]
I
ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE
L
[1
I
I
I
I
I
I
I
11
I
I
I
I
I
610-1.1 This item shall consist of 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.
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 scored and handled to
insure the preservation of their quality and fitness for use and
shall be located to facilitate prompt inspection. All equipment
for handling and transporting materials and concrete must be clean
before any material or concrete is placed therein.
In no case shall the use of pit -run or naturally mixed aggregates
be permitted. Naturally mixed aggregate shall be screened and
washed, and all fine and coarse aggregates shall, be stored
separately and kept clean. The mixing of different kinds of
aggregates from different sources in one storage pile or
alternating batches of different aggregates will not be permitted.
610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall
meet the requirements of ASTM C 33.
Coarse aggregate shall be well graded from coarse to fine and shall
meet one of the gradations shown in Table 1, using ASTM C 136.
610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall
meet the requirements of ASTM C 33.
The fine aggregate shall be well graded from fine to coarse and
shall meet the requirements of Table 2, when tested in accordance
with ASTM C 136:
Section P-610 - i
Cc' ...re
r.
EMnc v..s
hcsao•a1.0
CGn?1.Y'I'., d'YOLOI
I
IT
TABLE 1. GRADATION FOR COARSE AGGREGATE
I
I
I
I
I
I
C
Li
C
U
I
1]
L
H
Sieve Designation Percentage by Weight Passing Sieves
(square openings)
1½ inch 1-00
1 inch 90-100
½ inch 20-25
No 4 inch 0-10
TABLE 2. GRADATION FOR FINE
Sieve Designation
(square openings) Percentage by Weight Passing Sieves
3/8
inch
100
No.
4
95-100
No.
16
45-80
No.
30
25-55
No.
50
10-30
No.
100
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% and is remedied by the addition of pozzolanic or
cementitious materials other than portland cement, as specified in
610-2.6 on admixtures, in sufficient quantity to produce the
required workability as approved by the Engineer.
610-2.4 CEMENT. Cement shall conform to the requirements of C-150
Type I.
The Contractor shall furnish vendors' certified test reports for
each carload, or equivalent, of cement shipped to the project. The
report shall be delivered to the Engineer before permission to use
the cement is granted. All such test reports shall be subject to
verification by testing sample materials received for use on the
project.
610-2.5 WATER. The water used in concrete shall be free from
sewage, oil, acid, strong alkalies, vegetable matter, and clay and
loam. If the water is of questionable quality, it shall be tested
in accordance with AASHO T 26.
610-2.6 ADMIXTURES. The use of any material added to the concrete
mix shall be approved by the Engineer. Before approval of any
material, the Contractor shall be required to submit the results of
complete physical and chemical analyses made by an acceptable
testing laboratory. Subsequent tests shall be made of samples
Section P-610 - 2
I
MCC,. Ifa"E
in saralW
F0W9.. It, Aransnn as
[]
I
I
I
I
Li
I
H
P
I
I
I
Li
I
I
I
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 or raw or calcined natural
pozzolons meeting the requirements of ASTM C 618.
Air -entraining admixtures shall meet the requirements of ASTM C
260. Air -entraining admixtures shall be added at the mixer in the
amount necessary to produce the specified air content.
Water -reducing, set -controlling admixtures shall meet the
requirements of ASTM C 494, Type A, water -reducing or Type D,
water -reducing and retarding. Water -reducing admixtures shall be
added at the mixer separately from air -entraining admixtures in
accordance with the manufacturer's printed instructions.
610-2.7 PREMOLDED JOINT MATERIAL. Premolded joint material for
expansion joints shall meet the requirements of ASTM D 1751.
610-2.9 COVER MATERIALS FOR CURING. Curing materials shall
conform to one of the following specifications:
Waterproof paper for curing concrete ASTM C 171
Polyethylene Sheeting for Curing Concrete ASTM C 171
Liquid Membrane -Forming Compounds for Curing
Concrete ASTM C 309,
Type 2
CONSTRUCTION METHODS
610-3.1 GENERAL. The Contractor shall furnish all labor,
materials, and services necessary for, and incidental to, the
completion of all work as shown on the drawings and specified
herein. All machinery and equipment owned or controlled by the
Contractor, which he proposes to use on the work, shall be of
sufficient size to meet the requirements of the work, and shall be
such as to produce satisfactory work; all work shall be subject to
the inspection and approval of the Engineer.
610-3.2 CONCRETE COMPOSITION. The concrete shall develop a
compressive strength of 3500 psi in 28 days as determined by test
cylinders made in accordance with ASTM C 31 and tested in
accordance with ASTM C 39. The concrete shall contain not less
than 470 pounds of cement per cubic yard. The concrete shall
contain 5 percent of entrained air, plus or minus 1 percent, as
determined by ASTM C 231 and shall have a slump of not more than 4
inches as determined by ASTM C 143.
Section P-610 - 3
I
UCQ.Ilcad
J M C nMnl no
w
n . PorC
�ee.d
Fopr•.M4, 6rkal.a.
n
I
I
La
I
I
I
I
I
Li
I
I
I
rl
Ti
610-3.3 ACCEPTANCE SAMPLING AND TESTING. Concrete f or each
structure will be accepted on the basis of the compressive strength
specified in paragraph 3.2. The concrete shall be sampled in
accordance with ASTM C 172. compressive strength specimens shall
be made in accordance with ASTM C 31 and tested in accordance with
ASTM C 39.
Concrete cylindrical test specimens shall be made in accordance
with ASTM C 31 and tested in accordance with ASTM C 39. 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.
610-3.5 CONSISTENCY. The consistency of the concrete shall be
checked by the slump test specified in ASTM C 143.
610-3.6 MIXING. Concrete may be mixed at the construction site,
at a central point, or wholly or in part in truck mixers. The
concrete shall be mixed and delivered in accordance with the
requirements of ASTM C 94.
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 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/her
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
Section P-610 - 4
NtCb4nconvjilng
feign. r.
Inwps.slS
F°pM.rdb, 6rssnsss
I
I
Li
I
I
I
I
I
I
I
U
I
I
ri
r-.
type, size, shape, quality, and strength to build the structure as
designed on the plans. The farms 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 nonstaining mineral oil which shall be applied
shortly before the concrete is placed. Forms shall be constructed
so that they can be removed without injuring the concrete or
concrete surface. The forms shall not be removed before the
expiration of at least 30 hours from vertical faces, walls, slender
columns, and similar structures or until tests indicate that at
least 40% of the design strength has developed; forms supported by
falsework under slabs, beams, girders, arches, and similar
construction shall not be removed until tests indicate that at
least 60% of the design strength of the concrete has developed.
610-3.9 PLACING REINFORCEMENT. All reinforcement shall be
accurately placed, as shown on the plans, and shall be firmly held
in position during concreting. Bars shall be fastened together at
intersections. The reinforcement shall be supported by approved
metal chairs. Shop drawings, lists, and bending details shall be
supplied by the Contractor when required.
610-3.10 EMBEDDED
are to be embedded
as indicated. All
rust, scale, oil,
shall be avoided.
around and against
ITEMS. Before placing concrete, any items that
shall be firmly and securely fastened in place
such items shall be clean and free from coating,
or any foreign matter. The embedding of wood
The concrete shall be spaded and consolidated
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 1½ hours 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.
Section P-610 - 5
MCG.IIOM
ncaposol.d
Fay.r•. n9., Alkensos
I
I
I
I
I
L
I
I
I
L
I
I
J
I
I
I
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 an 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 roughened slightly, wetted, and/or covered with a neat
coating of cement paste or grout.
610-3.13 EXPANSION JOINTS. Expansion
at such points and of such dimensions
drawings. The premolded filler shall
that of the surfaces being joined.
firmly against the surface of the conci
manner that it will not be displaced
against it.
joints shall be constructed
as may be indicated on the
be cut to the same shape as
The filler shall be fixed
-ete already in place in such
when concrete is deposited
610-3.14 DEFECTIVE WORK. Any defective work disclosed after the
forms have been removed shall be immediately removed and replaced.
If any dimensions are deficient, or if the surface of the concrete
is bulged, uneven, or shows honeycomb, which in the opinion of the
Engineer cannot be repaired satisfactorily, the entire section
shall be removed and replaced at the expense of the Contractor.
610-3.15 SURFACE FINISH. All exposed concrete surfaces shall be
true, smooth, 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.
Section P-610 - 6
I
w.u..rr.e
Crnwr Vag
rry
rncorng.rcr.gua
FOy.l..vlllr, avlOnJO4
I
Li
I
I
I
C
L
r
I
r-,
L
I
C
I
I
The wingwalls and headwalls 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 1000 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 50° F until at least
60% of the designed strength has been attained.
610-4.1 Not Applicable.
Section P-610 - 7
' ZC4 I as
CorwtJ
Ipaara.rwrPer0tH
Fayu.wl'.r Ar....a.
I
L
BASIC OF PAYMENT
I
r
I
C
L
L
C
I
U
I
I
[I
I
C
U]
I
610-5.1 Payment for structural concrete shall be subsidiary to the
box culvert cost or to the access road lighting cost.
END OF SECTION
Section P-610 - 9
L
MCC r c•a
Cc',w" +0
ray a m Esgrvl
�npe'Ol'ree
Foyerlevule, Areaneal
I
11
ITEM T-901
I
C
I
I
C
I
P
C
I
I
I
I
I
I
SEEDING
DESCRIPTION
901-i.1 This item shall consist of soil preparation, seeding the
areas shown on the plans or as directed by the Engineer in
accordance with these specifications.
MATERIALS
901-2.1 SEED The species and application rates of grass, legume,
and cover -crop seed furnished shall be those stipulated herein.
Seed shall conform to the requirements of Fed. Spec. JJJ-S-181.
Seed shall be furnished separately or in mixtures in standard
containers with the seed name, lot number, net weight, percentages
of purity and of germination and hard seed, and percentage of
maximum weed seed content clearly marked for each kind of seed.
The Contractor shall furnish the Engineer duplicate signed copies
of a statement by the vendor certifying that each lot of seed has
been tested by a recognized laboratory for seed testing within 6
months of date of delivery. This statement shall include: name
and address of laboratory, date of test, lot number for each kind
of seed, and the results of tests as to name, percentages of purity
and of germination, and percentage of weed content for each kind of
seed furnished, and, in case of a mixture, the proportions of each
kind of seed.
March 15 - June 15
Variety Pounds per Acre
Creeping Red Fescue 15
Bermuda (Common) hulled 15
Tall Fescue (K-31) 15
June 16 - August 31
Bermuda (Common) hulled
Weeping Love Grass
Tall Fescue (K-31)
September 1 - October 15
15
5
20
Tall Fescue (K-31) 15
Annual Rye 5
Crimson Clover (Dixie) 20
Section T-901- 1
I
Cor J fl
r t,a•r p
Fryorat
'.�poraga
Fapf•.vtlH, Ar.ar..o.
I
u
L
L
I
El
I
I
H
I
El
I
I
L
I
L
901-2.2 LIME. Not Applicable.
901-2.3 FERTILISER. Fertilizer shall be standard commercial
fertilizers supplied separately or in mixtures containing the
percentages of total nitrogen, available phosphoric acid, and
water-soluble potash. They shall be applied at the rate and to the
depth specified herein, and shall meet the requirements of Fed.
Spec. O -F-241 and applicable state laws. 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.
The fertilizers may be supplied in one of the following forms:
a. A dry, free -flowing fertilizer suitable for application by
a common fertilizer spreader;
b. A finely -ground fertilizer soluble in water, suitable for
application by power sprayers; or
C. A granular or pellet form suitable for application by
blower equipment.
Fertilizers shall be 10-20-10 commercial fertilizer and shall be
spread at the rate of 500 pounds per acre.
901-2.4 SOIL FOR REPAIRS. The soil for fill and topsoiling 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.
METHODS
901-3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas
has been completed and before applying fertilizer and ground
limestone, areas to be seeded shall be raked or otherwise cleared
of stones larger than 2 inches in any diameter, sticks, stumps, and
other debris which might interfere with sowing of seed, growth of
grasses, or subsequent maintenance of grass -covered areas. If any
damage by erosion or other causes has occurred after the completion
of grading 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.
Section T-901- 2
L
MCC,.QmN
C M Co+w,Onp
C@rn.r.
I gavaorore
Fey.B. rr. H, drtan.o.
I
I
H
I
L
1
F
I
I
I
I
I
C
I
I
I
An area to be seeded shall be considered a satisfactory seedbed
without additional treatment if it has recently been thoroughly
loosened and worked to a depth of not less than 5 inches as a
result of grading operations and, if immediately prior to seeding,
the top 3 inches of soil is loose, friable, reasonably free from
large clods, rocks, large roots, or other undesirable matter, and
if shaped to the required grade.
However, when the area to be seeded is sparsely sodded, weedy,
barren and unworked, or packed and hard, any grass and weeds shall
first be cut or otherwise satisfactorily disposed of, and the soil
then scarified or otherwise loosened to a depth not less than 5
inches. Clods shall be broken and the top 3 inches of soil shall
be worked into a satisfactory seedbed by discing, or by use of
cultipackers, rollers, drags, harrows, or other appropriate means.
b. Seeding. Grass seed shall be sown at the rate specified in
paragraph 901-2.1 immediately after fertilizing, and the fertilizer
and seed shall be raked within the depth range stated in the
special provisions. Seeds of legumes, either alone or in mixtures,
shall be inoculated before mixing or sowing, in accordance with the
instructions of the manufacturer of the inoculant. When seeding is
required at other than the seasons shown on the plans or in the
special provisions, a cover crop shall be sown by the same methods
required for grass and legume seeding.
c. Rolling. After the seed has been properly covered, the
seedbed shall be immediately compacted by means of an approved
lawnroller, weighing 40 to 65 pounds per foot of width for clay
soil (or any soil having a tendency to pack), and weighing 150 to
200 pounds per foot of width for sandy or light soils.
901-3.3 WET APPLICATION METHOD.
a. General. The Contractor may elect to apply seed and
fertilizer by spraying them on the previously prepared seedbed in
the form of an aqueous mixture and by using the methods and
equipment described herein. The rates of application shall be as
specified in the special provisions.
b. Spraying Equipment. The spraying equipment shall have a
container or water tank equipped with a liquid level gauge
calibrated to read in increments not larger than 50 gallons over
the entire range of the tank capacity, mounted so as to be visible
to the nozzle operator. The container or tank shall also be
equipped with a mechanical power -driven agitator capable of keeping
all the solids in the mixture in complete suspension at all times
until used.
The unit shall
also be
equipped
with
a pressure pump
capable
of
delivering 100
gallons
per minute
at a
pressure of 100
pounds
per
Section T-901- 3
I
Y.U.hdad
MGY'00lO:IC
FO).M.vpb. St.OMO.
Li
L
L
I
I
I
L
I
I
n
I
F I
I
I
H
square inch. The pump shall be mounted in a line which will
recirculate the mixture through the tank whenever it is not being
sprayed from the nozzle. All pump passages and pipe lines shall be
capable of providing clearance for 5/8 inch solids. The power unit
for the pump and agitator shall have controls mounted so as to be
accessible to the nozzle operator. There shall be an indicating
pressure gauge connected and mounted immediately at the back of the
nozzle.
The nozzle pipe shall be mounted on an elevated supporting stand in
such a manner that it can be rotated through 360 degrees
horizontally and inclined vertically from at least 20 degrees below
to at least 60 degrees above the horizontal. There shall be a
quick -acting, three-way control valve connecting the recirculating
line to the nozzle pipe and mounted so that the nozzle operator can
control and regulate the amount of flow of mixture delivered to the
nozzle. At least three different types of nozzles shall be
supplied so that mixtures may be properly sprayed over distance
varying from 20 to 100 feet. One shall be a close -range ribbon
nozzle, one a medium -range ribbon nozzle, and one a long-range jet
nozzle. For case of removal and cleaning, all nozzles shall be
connected to the nozzle pipe by means of quick -release couplings.
In order to reach areas inaccessible to the regular equipment, an
extension hose at least 50 feet in length shall be provided to
which the nozzles may be connected.
C. Mixtures. Lime, if required, shall be applied separately,
in the quantity specified, prior to the fertilizing and seeding
operations. Not more than 220 pounds of lime shall be added to and
mixed with each 100 gallons of water. Seed and fertilizer shall be
mixed together in the relative proportions specified, but not more
than a total of 220 pounds of these combined solids shall be added
to and mixed with each 100 gallons of water.
All water used shall be obtained from fresh water sources and shall
be free from injurious chemicals and other toxic substances harmful
to plant life. Brackish water shall not be used at any time. The
Contractor shall identify to the Engineer all sources of water at
least 2 weeks prior to use. The Engineer may take samples of the
water at the source or from the tank at any time and have a
laboratory test the samples for chemical and saline content. The
Contractor shall not use any water from any source which is
disapproved by the Engineer following such tests.
All mixtures shall be constantly agitated from the time they are
mixed until they are finally applied to the seedbed. All such
mixtures shall be used within 2 hours from the time they were mixed
or they shall be wasted and disposed of at locations acceptable to
the Engineer.
Section T-901- 4
( prr sr,
r+rd0..o.d
Fa,al.val., A•.aaus
I
I
C
P
LL
H
H
I
1
H
I
C
I
I
I
I
I
4. Spraying. Lime, if required, shall be sprayed only upon
previously prepared seedbeds. After the applied lime mixture has
dried, the lime shall be worked into the top 3 inches, after which
the seedbed shall again be properly graded and dressed to a smooth
finish.
Mixtures of seed and fertilizer shall only be sprayed upon
previously prepared seedbeds on which the lime, if required, shall
already have been worked in. The mixtures shall be applied by
means of a high-pressure spray which shall always be directed
upward into the air so that the mixtures will fall to the ground
like rain in a uniform spray. Nozzles or sprays shall never be
directed toward the ground in such a manner as might produce
erosion or runoff.
Particular care shall be exercised to insure that the application
is made uniformly and at the prescribed rate and to guard against
misses and overlapped areas. Proper predetermined quantities of
the mixture in accordance with specifications shall be used to
cover specified sections of known area. Checks on the rate and
uniformity of application may be made by observing the degree of
wetting of the ground or by distributing test sheets of paper or
pans over the area at intervals and observing the quantity of
material deposited thereon.
On surfaces which are to be mulched as indicated by the plans or
designated by the Engineer, seed and fertilizer applied by the
spray method need not be raked into the soil or rolled. However,
on surfaces on which mulch is not to be used, the raking and
rolling operations will be required after the soil has dried.
901-3.4 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect
seeded areas against traffic or other use by warning signs or
barricades, as approved by the Engineer. Surfaces gullied or
otherwise damaged following seeding shall be repaired by regrading
and reseeding as directed. The Contractor shall mow, water as
directed, and otherwise maintain seeded areas in a satisfactory
condition until final inspection and acceptance of the work.
When either the dry or wet application method outlined above is
used for work done out of season, it will be required that the
Contractor establish a good stand of grass of uniform color and
density to the satisfaction of the Engineer. If at the time when
the contract has been otherwise completed it is not possible to
make an adequate determination of the color, density, and
uniformity of such stand of grass, payment for the unaccepted
portions of the areas seeded out of season will be withheld until
such time as these requirements have been met.
Section T-901- 5
I
fmmeew,
[.
fnloomaera•.a
Pay.??. vi'4, Artan.m
r
L
L
I
I
Li
J
I
I
I
I
Li
I
I
Li
901-4.1 The quantity of seeding, fertilizing and mulching to be
paid for shall be the complete item by the Engineer and Owner.
901-5.1 Payment shall be made at the lump sum price, which price
and payment shall be full compensation for furnishing and placing
all material and for all labor, equipment, tools, and incidentals
necessary to complete the work prescribed in this item.
Payment will be made under:
Bid Item No. 11 Seeding, Fertilizing, and Mulching, per
lump sum.
END OF SECTION
Section T-901- 6
I
M LuI'rp�
W.Re rp
• .•f
IrM'DpY.rO ld
Fo lir.v.M1., Prkon.y.
I
C
ITEM T-905
I
DESCRIPTION
I
I
I
IT
I
I
I
I
I
I
I
[1
C
I
905-1.1 This item shall consist of preparing the ground surface
for topsoil application, removing topsoil from designated
stockpiles or areas to be stripped on the site, and placing and
spreading the topsoil on prepared areas in accordance with this
specification at the locations shown on the plans or as directed by
the Engineer.
MATERIALS
905-2.1 TOPSOIL. Topsoil shall be the surface layer of soil with
no admixture of refuse or any material toxic to plant growth, and
it shall be reasonably free from subsoil and stumps, roots, brush,
stones (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 organic content shall be
not less than 3% nor more than 20% as determined by the wet -
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 ASTM
C 117.
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.
CONSTRUCTION METHODS
905-3.1 GENERAL. 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.
Section T-905 - 1
' Mf4onC
w lvin& co
Enpin..: e
1nO0raomr.a
FY/If4.11.., 4rkar,a.
I
I
I
I
I
J
I
I
I
U
U
I
I
I
I
I
I
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 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.
905-1.3 OBTAINING TOPSOIL. Prior to the stripping of topsoil from
designated areas, any vegetation, briars, 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 disking 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.
905-3.4 PLACING TOPSOIL. The topsoil
the prepared areas to a uniform depth of
unless otherwise shown on the plans
provisions. Spreading shall not be done
is frozen, excessively wet, or otherwise
shall be evenly spread on
6 inches after compaction,
or stated in the special
when the ground or topsoil
in a condition detrimental
Section T-905 - 2
I
MKral land
a r. Coa.ol rs
lflwparn
aaralaJ
Foy.'bnli., Arkon.aa
I
I
I
I
I
H
I
J
J
H
H
H
C
1
I
I
I
to the work. Spreading shall be carried on so that turfing
operations can proceed with a minimum of soil 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 raked 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.
905-4.1 Topsoil shall be considered an subsidiary to Bid Item No.
11, seeding, Fertilizing and Mulching.
905-5.1 Payment will be made under Bid Item No. 11 seeding. The
price shall be full compensation for furnishing all materials and
for placing and achoring the materials, and for all labor,
equipment, tools, and incidentals necessary to complete the item.
END OF SECTION
Section T-905 - 3
1 McCi.'r0rW
rv. .MQ
Enprnun
Ercorp o'
F0y.'r.vili., Ark0'SOS
I
ITEM T-908
I
I
I
I
[l
I
I
I
r7
I
J
H
I1
I
MULCHING
DESCRIPTION
908-1.1 This item shall consist of furnishing, hauling, placing,
and securing mulch on surfaces indicated on the plans or designated
by the Engineer.
MATERIALS
908-2.1 MULCH MATERIAL. Acceptable mulch shall be the materials
listed below or any approved locally available material that is
similar to those specified. Low grade, musty, spoiled, partially
rotted hay, straw, or other materials unfit for animal consumption
will be acceptable. Mulch materials, which contain matured seed of
species which would volunteer and be detrimental to the proposed
overseeding, or to surrounding farm land, will not be acceptable.
Straw or other mulch material which is fresh and/or excessively
brittle, or which is in such an advanced stage of decomposition as
to smother or retard the planted grass, will not be acceptable.
a. Hay. Hay shall be native hay, sudan grass hay, broomsedge
hay, legume hay, or similar hay or grass clippings.
b. Straw. Straw shall be the threshed plant residue of oats,
wheat, barley, rye, or rice from which grain has been removed.
c. Hay Mulch Containing Seed. Hay mulch shall be mature hay
containing viable seed of native grasses or other desirable species
stated in the special provisions or as approved by the Engineer.
The hay shall be cut and handled so as to preserve the maximum
quantity of viable seed. Hay mulch which cannot be hauled and
spread immediately after cutting shall be placed in
weather -resistant stacks or baled and stored in a dry location
until used.
d. Manufactured Mulch. Cellulose -fiber or wood -pulp mulch
shall be products commercially available for use in spray
applications.
e. Asphalt Binder. Asphalt binder material shall conform to
the requirements of ASTM D 977, Type SS -1 or RS -1.
908-2.2 INSPECTION. Within 5 days after acceptance of the bid,
the Engineer shall be notified of sources and quantities of mulch
materials available and the Contractor shall furnish him with
representative samples of the materials to be used. These samples
may be used as standards with the approval of the Engineer and any
materials brought on the site which do not meet these standards
shall be rejected.
Section T-908 - 1
' fiend
o M Con suit .no
Enpnun
wcap...f.e
ho).f11 YJ V, A•kcmor
F
7
I
I
I
I
I
I
I
I
Li
I
I
I
I
LII
H
908-3.1 MULCHING. Before spreading mulch, all large clods,
stumps, stones, brush, roots, and other foreign material shall be
removed from the area to be mulched. Mulch shall be applied
immediately after seeding. The spreading of the mulch may be by
hand methods, blower, or other mechanical methods, provided a
uniform covering is obtained.
Mulch material shall be furnished, hauled, and evenly applied on
the area shown on the plans or designated by the Engineer. Straw
or hay shall be spread over the surface to a uniform thickness at
the rate of 2 to 3 tons per acre to provide a loose depth of not
less than 1-1/2 inches nor more than 3 inches. Other organic
material shall be spread at the rate directed by the Engineer.
Mulch may be blown on the slopes and the use of cutters in the
equipment for this purpose will be permitted to the extent that at
least 95% of the mulch in place on the slope shall be 6 inches or
more in length. When mulches applied by the blowing method are
cut, the loose depth in place shall be not less than 1 inch nor
more than 2 inches.
908-3.2 SECURING MULCH. The mulch shall be held in place by light
discing, asphalt binder, or other adhesive material approved by the
Engineer. Where mulches have been secured by either of the asphalt
binder methods, it will not be permissible to walk on the slopes
after the binder has been applied. The Contractor is warned that
in the application of asphalt binder material he must take every
precaution to guard against damaging or disfiguring structures or
property on or adjacent to the areas worked and that he will be
held responsible for any such damage resulting from his/her
operations.
908-3.3 CARE AND REPAIR.
a. The Contractor shall care
final acceptance of the project.
providing protection against trait
warning signs, as approved by the
barricades that may be shown on the
after mulching has been completed on
for the mulched areas until
Such care shall consist of
:c or other use by placing
Engineer, and erecting any
plans before or immediately
the designated areas.
b. The Contractor shall be required to repair or replace any
mulching that is defective or becomes damaged until the project is
finally accepted. When, in the judgment of the Engineer, such
defects or damages are the result of poor workmanship or failure to
meet the requirements of the specifications, the cost of the
necessary repairs or replacement shall be borne by the Contractor.
However, once the Contractor has completed the mulching of any area
in accordance with the provisions of the specifications and to the
satisfaction of the Engineer, no additional work at his/her expense
Section T-908 - 2
P.
L1
MCC/.nand
a Canty it ap
lamp aorat.a
FaWtoymq Araan.a.
I
U
I
H
I
I
I
I
I
I
I
I
I
L1
[1
I
nI
will be required, but subsequent repairs and replacements deemed
necessary by the Engineer shall be made by the Contractor and will
be paid for as additional or extra work.
o. If the "asphalt spray'' method is used, all mulched
surfaces shall be sprayed with asphalt binder material so that the
surface has a uniform appearance. The binder shall be uniformly
applied to the mulch at the rate of approximately 8.0 gallons per
1,000 square feet, or as directed by the Engineer, with a minimum
of 6.0 gallons and a maximum of 10 gallons per 1,000 square feet
depending on the type of mulch and the effectiveness of the binder
securing it. Bituminous binder material may be sprayed on the
mulched slope areas from either the top or the bottom of the
slope. An approved spray nozzle shall be used. The nozzle shall
be operated at a distance of not less than 4 feet from the surface
of the mulch and uniform distribution of the bituminous material
shall be required. A pump or an air compressor of adequate
capacity shall be used to insure uniform distribution of the
bituminous material.
d. If the "asphalt mix'' method is used, the mulch shall be
applied by blowing, and the asphalt binder material shall be
sprayed into the mulch as it leaves the blower. The binder shall
be uniformly applied to the mulch at the rate of approximately 8.0
gallons per 1,000 square feet or as directed by the Engineer, with
a minimum of 6.0 gallons and a maximum of 10 gallons per 1,000
square feet depending on the type of mulch and the effectiveness of
the binder securing it.
METHOD OP MEASUREMENT
908-4.1 Mulching shall be considered as subsidiary to Bid Item No.
11, Seeding, Fertilizing and Mulching.
BASIS OF PAYMENT
908-5.1 Payment will be made under Bid Item No. 11 seeding. The
price shall be full compensation for furnishing all materials and
for placing and anchoring the materials, and for all labor,
equipment, tools, and incidentals necessary to complete the item.
END OF SECTION
Section T-908 - 3
I
McClelland
Con l•.y
Enp.non
Ircnoero'.e
•cyt?I•vI4, Arkan.a
r
J
L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS
H
I
I
7
I
I
LJ
I
r
[I
1l
I
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.
(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 150/5345-1, 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 CABLE. Underground cable shall conform to the
requirements of Type C manufactured in accordance with the
requirements of IPCEA S-66-524. The cable shall be marked with the
manufacturer's name or trademark, cable trade names or catalog
number, conductor size, and voltage rating. The markings shall be
spaced at least every two feet and should not affect the smoothness
of the cable surface.
Each underground cable shall be No. 8, AWG. The cable shall be a
first -grade commercial product, free from defects in material and
workmanship that may affect either life or performance.
108-2.3 BARE COPPER WIRE (Counterpoise). Bare copper wire for
counterpoise installations shall be stranded wire conforming to
ASTM Specifications B3 and B8, No. 6 AWG.
Section L-108 -1
MaCi1',
•
Nbi 'VI F, IIQIIIIrf
InmDnrond
ra,vlf.fLN, a. kanfar
I
C
P
P
I
P
I
I
I
I
I
I
[]
I
I
n
I
108-2.4 CABLE CONNECTIONS. In -line connections of underground
primary cables shall be "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.
108-2.5 CONCRETE. Concrete for cable markers shall conform to
Specification Item P-610, "Structural Portland Cement Concrete".
108-3.1 GENERAL. The Contractor shall install the specified cable
at the approximate locations indicated in the Plans. The Engineer
shall approve specific locations.
108-3.2 INSTALLATION IN DUCT OR CO!
installation of the cable in duct as
number and voltage ratings of cables
and the current -carrying capacity
accordance with the latest National
the local agency having jurisdictior
DUIT. This item includes the
described below. The maximum
installed in each single duct
of each cable shall be in
Electric Code, or the code of
The Contractor shall make no connections or joints of any kind in
cables installed in conduits or ducts.
The duct or conduit shall be installed as a separate item in
accordance with Item L-110, "Installation of Airport Underground
Electrical Duct." The Contractor shall make sure that the duct is
open, continuous, and clear of debris before installing cable. The
cable shall be installed in a manner to prevent harmful stretching
of the conductor, injury to the insulation, or damage to the outer
protective covering. The ends of all cables shall be sealed with
moisture -seal tape before pulling into the conduit and it shall be
left sealed until connections are made. Where more than one cable
is to be installed in a duct under the same contract, all cable
shall be pulled in the duct at the same time. The pulling of a
cable through ducts or conduits may be accomplished by handwinch or
power winch with the use of cable grips or pulling eyes. Pulling
tensions should be governed by recommended standard practices for
straight pulls or bends. A lubricant recommended for the type of
cable being installed shall be used where pulling lubricant is
required. Duct or conduit markers temporarily removed for
excavations shall be replaced as required.
108-3.3 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
Section L-108 - 2
NCC:Q/�D.Q
EDQVQ1rs
/DpYDD/Q'IQ
f'JJ.'ftviiSQ, A/kon.Ds
J
H
H
I
I
I
I
I
I
I
I
LJ
I
I
LI
I
I
n
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. The trench shall be widened where more than
two cables are to be installed parallel in the same trench. Unless
otherwise specified in the Plans, all cables in the same location
and running in the same general direction shall be installed in the
same trench.
108-3.4 INSTALLATION IN TRENCHES. The Contractor shall not use a
calbe plow for installing the cable. Mechanical cable -laying
equipment may be used in conjunction with a trenching machine if
specified on project Plans and specifications; and it should
provide for physical inspection of cable prior to backfilling.
Sharp bends or kinks in the cable shall not be permitted.
Not less than 1 foot of cable slack shall be left on each side of
splices. The slack cable shall be placed in the trench in a series
of S -curves.
108-3.5 BACKFILLING CABLE TRENCHES NOT UNDER PAVEMENT. After the
cable has been installed, the trench shall be backfilled with a
layer 3 inches deep, loose measurement, and the backfill shall be
either earth or sand containing no mineral aggregate particles that
would-be retained on a 1/4 -inch sieve. This layer shall not be
compacted. The second layer shall be 5 inches deep, loose
measurement, and shall contain no particles that would be retained
on a 1 -inch sieve. The remainder of the backfill shall be
excavated or imported material and shall not contain stone or
aggregate larger than 4 inches maximum diameter. The third and
subsequent layers of the backfill shall not exceed 8 inches in
maximum depth, loose measurement.
The second, and subsequent layers shall be thoroughly tamped and
compacted to at least the density of the adjacent undisturbed soil,
and to the satisfaction of the Engineer. If necessary to obtain
the desired compaction, the backfill material shall be moistened or
aerated as required.
Cable trenches located under area to be paved shall be backfilled
entirely with compacted SB-2 crushed stone aggregate per the Plans.
108-3.6 RESTORATION. Where
replaced as soon as possible
All areas disturbed by the
laying, pad construction, and
original condition. The resi
topsoiling, fertilizing and s
shall be performed in ac
sod has been removed, it shall be
after the backfilling is completed.
trenching, storing of dirt, cable
other work shall be restored to its
oration shall include any necessary
ceding, or sodding. All such work
cordance with the FAA Standard
Section L-108 - 3
Met,.'nd
'Ong
Enpmagin .a y
n
r.amawnr.Q
Fey.'ta++4, A•kamas
H
Li
I
I
H
C
I
L
C
C
I I
I
I
I
Specifications, as revised for this Project. The Contractor shall
be held responsible for maintaining all disturbed surfaces and
replacements until final acceptance.
108-3.7 CABLE MARKERS. The location of runway light circuits
shall be marked by a concrete slab marker, 2 feet square and 4
inches thick, extending approximately 1 inch above the surface.
Cable markers shall be installed immediately above the cable at the
splices on each end of the proposed taxiway. The Contractor shall
impress the words "CABLE" and "SPLICE" on each cable marking slab.
The letters shall be approximately 4 inches high and 3 inches wide,
with width of stroke 1/2 inch and 1/4 inch deep stenciled in the
concrete.
108-3.8 SPLICING. Connections shall be of the cast splice type.
They shall be made by experienced personnel regularly engaged in
this type of work.
Splices shall be made by using crimp connectors for jointing
conductors. Molds shall be assembled, and the compound shall be
mixed and poured in accordance with manufacturer's instructions and
to the satisfaction of the Engineer.
108-3.9 BARE COUNTERPOISE WIRE INSTALLATION. As shown in the
Plans, a stranded bare copper wire, No. 6 AWG size, shall be
installed for lightning protection of the underground cables. The
bare counterpoise wire shall be installed in the same trench and
duct for the entire length of the insulated cables it is designed
to protect, and where practicable, shall be placed at a distance of
approximately 4 inches from the insulated cable.
Splices of counterpoise wire shall be made with brass type
compression connectors approved by the Engineer.
108-3.10 TESTING. The Contractor shall furnish all necessary
equipment and appliances for testing the underground cable circuits
after installation. The Contractor shall test and demonstrate to
the satisfaction of the Engineer the following:
(a) That all lighting power circuits are continuous and free
from short circuits.
(b) That all circuits are free from unspecified grounds.
(c) That the insulation resistance to ground of all
nongrounded series circuits is not less than 50 megohms.
(d) That the insulation resistance to ground of all
nongrounded conductors of multiple circuits is not less than 50
megohms.
Section L-108 -4
I
flNCCbrw.d
Coawrr.aa
'nwaroera raMd
Faprfani v, Arkor..a.
(f) That all circuits are operable
that include operating each control not
continuous operation of each lighting
less than 1/2 hour.
M f • • • M _a �a �y���
108-4.1 The quantity of trench to i
feet of trench, including the
reconditioning, completed, measured
satisfactory. This work shall be pa
for cable, and/or counterpoise win
for trenching will not be made.
paid for shall be the linear
excavation, backfill, and
s excavated, and accepted as
for as a part of the payment
separate and direct payment
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 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.
108-4.4 Separate measurement shall be made for each underground
electrical duct. See Section L-110.
108-4.5 The cable and duct markers paid for shall
installed as required by the number found to be
designated location or proposed to be installed.
=• • '�� _AMY
108-5.1 Payment will be made at the contract unit price for cable
trench, cable and bare counterpoise wire installed in trench or
duct in place and cable or duct marker 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
for cable trench shall include trenching, backfill, and all other
miscellaneous items associated with a complete installation.
Yacl.lrand
CarWlrinl
Enmor.
In•.
a an..r..d
ra/.I1.v"l., Arkunw.
Payment will be made
under:
Bid
Item
No.
5,
cable Trench, per linear foot
Bid
Item
No.
6,
#8 AWG, 5000v L-834 Underground Cable,
installed in trench or duct, per linear
foot
Bid
Item
No.
7,
#6 AWG Bare Stranded Counterpoise Wire,
installed in trench or duct, per linear
foot.
Bid
Item
No.
9,
Cable and Duct Markers 1 per each.
END OF SECTION
Section L-108 -6
MCCJ. (lord
Gaiwlbny
Ec.n..•.
1ncv0.•ar.a
Fayette vX0. Aransas
n
I
L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT
n
I
I
C
I
C
I
C
I
I
I
I]
I
C
110-1.1 This item shall consist of constructing underground
electrical ducts in accordance with this Specification at the
locations and in accordance with the dimensions, designs, and
details shown in the Plans. This item shall include the
installation of all underground electrical ducts or underground
conduits. It shall also include all trenching, backfilling,
removal, concrete encasement, installation of steel drag wires and
duct markers, capping, and the testing of the installation as a
completed duct system ready for installation of cables, to the
satisfaction of the Engineer.
110-2.1 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 so requested by the Engineer.
110-2.2 PLASTIC CONDUIT. Plastic conduit and fittings shall
conform to the requirements of Fed. Spec. W -C-1094 and shall be
Type I, suitable for underground use either directly in the earth
or encased in concrete.
110-3.1 GENERAL. The Contractor shall install underground ducts at
the approximate locations indictated in the Plans. The Engineer
shall approve specific locations as the work progresses. Ducts
shall be of the size, material, and type indicated in the Plans or
Specifications. All duct lines shall be laid so as to grade toward
duct ends for drainage. Grades shall be at least 3 inches per 100
feet. On runs where it is not practicable to maintain the grade
all one way, the duct lines shall be graded from the center in both
directions toward duct ends. Pockets or traps where moisture may
accumulate shall be avoided.
All ducts installed shall be provided with a No. 10 gauge
galvanized iron or steel drag wire for pulling the permanent
wiring. Sufficient length shall be left in manholes or handholes
to bend the drag wire back to prevent it from slipping back into
the duct. Where spare ducts are installed, as indicated on the
Plans, the open ends shall be plugged with removable tapered plugs,
designed by the duct manufacturers, or with handwood plugs
conforming accurately to the shape of the duct and having the
larger end of the plug at least 1/4 inch greater in diameter than
the duct.
Section L-110 - 1
MCCI.,old
(ly,n„rf
I'IWpo'Ot.C
ppy.Pt*v"h, Alkam p
All ducts shall be securely fastened in place during construction
and progress of the work and shall be plugged to prevent seepage of
grout, water, or dirt. Any duct section having a defective joint
shall not be installed.
apt PVC conduit, installed under the apron area
a concrete envelope. PVC conduit under the
backfilled with crushed aggregate, Item P-209.
well established
stripped and pro]
nches for ducts may be excavated manua
nching equipment. Walls of trenches
tical so that a minimum of shoulder
des of road patrols or graders shall not
nch. The Contractor shall ascertain the
excavated before bidding.
lly or with mechanical
shall be essentially
surface is disturbed.
be used to excavate the
type of soil or rock to
110-3.2 DUCTS ENCASED IN CONCRETE. Unless otherwise shown in the
Plans, concrete -encased ducts shall be installed so that the top of
the concrete envelope is not less than 18 inches below the finished
subgrade where installed under runways, taxiways, aprons, or other
paved areas. Ducts under paved areas shall extend at least 3 feet
beyond the edges of the pavement. Trenches for concrete -encased
ducts shall be opened the complete length before concrete is laid
so that if any obstructions are encountered, proper provisions can
be made to avoid them. All ducts for concrete encasements shall be
placed on a layer of concrete not less than 3 inches thick prior to
its initial set. Where two or more ducts are encased in concrete,
the Contractor shall space them not less than 1 1/2 inches apart
(measured from outside wall to outside wall) using spacers
applicable to the type of duct. As the duct laying progresses,
concrete not less than 3 inches thick shall be placed around the
sides and top of the duct bank. End bells or couplings shall be
installed flush with the concrete encasement where required.
directed, the Contractor sha
the ground is soft and boggy.
110-3.3 DUCT AND CONDUIT Mi
ducts and conduits shall be
square and 4 inches thick e
surface. The markers shall
or duct banks, except where
or building.
proportioned
�RKERS. The location of the ends of all
marked by a concrete slab marker 2 feet
ictending approximately 1 inch above the
be located above the ends of all ducts
ducts terminate in a handhole, manhole,
MCC4!+a.0
'c M Ergmsos
InavaolaSd
Fa,vr,ve.f,1 A'konsos
I
C
C
P
I
I
I
I
H
P
C
I
I
I
I
I
C
The Contractor shall impress the work "DUCT" on each marker
slab.
He shall also impress
on the slab the number
and size of
ducts
beneath the marker.
The letters shall be 4
inches high
and 3
inches wide with width
of stroke 1/2 -inch and
1/4 -inch deep
or as
large as the available
space permits.
110-3.4 BACKFILLING. After concrete -encased ducts have been
properly installed and the concrete has had time to set, the trench
shall be backfilled in 8 -inch loose layers with crushed stone
aggregate compacted to the required density (P-209). If necessary
to obtain the desired compaction, the backfill material shall be
moistened or aerated as required.
Trenches shall not be excessively wet and shall not contain pools
of water during backfilling operations.
The trench shall be
completely backfilled and
tamped level with
the
adjacent surface:
except that, when sod is
to be placed over
the
trench, the backfilling shall be stopped at
a depth equal to
the
thickness of the
sod to be used, with proper allowance
for
settlement.
Any excess excavated material shall be removed and disposed of in
accordance with instructions issued by the Engineer.
110-3.5 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
and other work shall be restored to its original condition. The
restoration shall include any necessary topsoiling, fertilizing,
liming, seeding, sprigging, or mulching. All such work shall be
performed in accordance with the FAA Standard Turfing
Specifications. The Contractor shall be held responsible for
maintaining all disturbed surfaces and replacements until final
acceptance.
METHOD OF MEASUREMENT
110-4.1 The quantity of underground duct and conduit to be paid
for under this item shall be the number of linear feet of each
installed, measured in place, completed, and accepted. Separate
measurement shall be made for the various types and sizes.
BASIS OF PAYMENT
110-5.1 Payment will be made at the contract unit price for each
type and size of duct and conduit completed and accepted. This
price shall be full compensation for furnishing all materials
(including crushed aggregate), and for all preparation, assembly,
Section L-110 - 3
C
McC4'Jana
I E [antal.lnp
C.grro.0s
cay.'Nrluu, A.kansas
and installation of these materials, and for all labor, equipment,
tools, and incidentals necessary to complete this item. Concrete
for encasement, where required, shall also be included in the bid
price per linear foot of duct.
Payment will be made under:
Bid Item No. 10, 4 -Way Encased Electrical Duct, per Linear
Foot.
END OF SECTION
Section L-110 - 4
MCCls'lald
COnsunrn,
Ergrnurs
'nca'Darassd
Fa,er4vr'u, arsansas
L
I
L-125 INSTALLATION OF AIRPORT LIGHTING SYSTEMS
I
I
I
I
I
I
I
I
I
I
I
I
I
I
CI
C
125-1.1 This item shall consist of airport lighting systems
furnished and installed in accordance with this specification, the
.referenced specification, and the applicable advisory circulars.
The systems are installed at the location and in accordance with
the dimensions, design, and details shown in the plans. This item
shall include the furnishing of all equipment, materials, services,
and incidentals necessary to place the systems in operation as
completed units to the satisfaction of the engineer.
125-1.2 Additional details pertaining to a specific system covered
in this item are contained in the advisory circulars listed below.
125-1.3 AC 150/5340-24, Runway and Taxiway Edge Lighting System.
125-1.3 AC150/5345-10E, Specification for Constant Current
Regulators, L-829, Class I, Style I.
125-1.4 AC150/5345-26B, Specification for L-823 Plug and
Receptacle, Cable Connectors.
125-1.5 AC150/5345-42C, Specification for Airport Light bases,
Transformer Housings, Junction Boxes, and Accessories.
125-1.6 AC150/5345-46A, Specification for Runway and Taxiway Light
Fixture.
125-1.7 AC150/5345-47A, Isolation Transformers for Airport
Lighting Systems.
125-1.8 AC15O/5345-48, Specification for Runway and Taxiway
Lights.
EQUIPMENT AND MATERIALS
125-2.1 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. 20591,
and shall be listed in Advisory Circular 150/5345-1. 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.
Section L-125 - 1
C
Mcaa,land
Pgwss•s
I, coraoroHa
Fa,algnI•. Arkansas
I
I
I
I
I
H
H
H
L
I
H
L
C
I
I
I
(c) Lists of the equipment and materials required for a
particular system are contained in the applicable advisory
circulars.
125-2.2 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.
125-2.3 CONCRETE. Concrete for backfill shall be proportioned in
accordance with Section P-610.
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 TEES. Large radius bend tees, if specified, shall be
equal to Crouse -Hinds Company No. ET -43.
125-2.7 REGULATORS. The Taxiway Regulator shall be size 4 kw Type
I, Class I, Style I. The constant current regulator shall be
manufactured according to FAA Specification L-828, Constant Current
Regulators.
CONSTRUCTION METHODS
125-3.1 GENERAL. The installation and testing details for the
systems shall be as specified in the Plans or applicable advisory
circulars.
125-3.2 PLACING LIGHTS. The light fixtures shall be installed at
the location indicated in the Specifications and according to the
details given in the Plans.
125-3.3 INSTALLING REGULATORS. The regulator shall be installed
on the floor of the enclosure as shown on the Drawings.
125-3.4 SPARE PARTS. The Contractor shall provide the following
spare parts for the lighting system:
Lenses Taxiway - 20 Light Fixtures - 10
Runway - 10
Bulbs 30 Watt - 50 L-830 Transformers - 10
45 Watt - 20 L-823 Connector Kits - 10
Section L-125 - 2
Li
ycCbfcnd
a Mi Conwu.np
(cowry
nm0oraba
Foy IIIY 1'1. Arkansas
I
I
I
I
I
I
I
U
I
I
I
I
U
I
I
125-4.1. The quantity of lights, bases,
junction boxes
and
accessories to be paid for
under these items shall be the number of
each type installed as
completed units in place, ready
for
operation, and accepted by
the Engineer. The
regulator to be
paid
for under these items shall
be the complete
installation of
the
regulator placed and ready
for operation, and
accepted by the Owner
and the Engineer.
125-5.1 Payment will be made at the contract unit price for each
complete item 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
incidentals necessary to complete this item.
Payment will be made under:
Bid Item No. 1, Medium Intensity Runway Threshold Lights, with
Transformer and connectors, each,
Bid Item No. 2, Medium Intensity Runway Lights, with
transformers and connectors, each.
Bid Item No. 3, Medium Intensity Taxiway Lights, with
transformers and connectors, each.
Bid Item No. 4, 30" Metal Stake, Screw Type per each.
Bid Item No. A-1, Medium Intensity Light Base, per each.
Bid Item No. 8, 15KW Constant Current Regulator, Lump Sum.
END OF SECTION
Section L-125 - 3
Mcbabrl
�n ,o fwwlt
Enp npv
Inporpa•ebd
FcytRlmiY, d.kpp.pl
L
C
ELECTRICAL ENCLOSURE
I
J
L
I
I
J
I
I
El
I
This item shall consist of furnishing and installing a new
electrical enclosure and all other electrical components as shown
on the Drawings.
The Contractor shall be responsible for coordinating this work with
the utility company where necessary.
All materials shall be new and U.L. listed and in accordance with
the National Electrical Code.
Conduit underground shall be schedule 40 PVC. Conduit above ground
shall be rigid galvanized heavy wall steel.
Conductors shall be copper with 600 volt THHN/THWN insulation.
CONSTRUCTION METHODS
All work shall be performed in a neat manner in accordance with the
National Electrical Code.
METHOD OF MEASUREMENT AND BASIS FOR PAYMENT
This item will be measured and paid for on the basis of the
completed system accepted by the Owner and the Engineer and the
lump sum price bid in the Proposal.
Payment will be made under:
Bid Item No.23, Electrical Service Cabinet, Photo Cell, &
etc.
END OF SECTION
Electrical Enclosure - 1
a W.a r•np
[a;RM4
wmaaiaYa
Faritl.V I',, prtan.aa
I
I
SECTION 16010
I
I
I
I
I
I
I
I
I
I
I
I
L
IPART 1 GENERAL
1.01 WORK INCLUDED
A. Provide all necessary labor, material, services, and
skilled supervision. Install all work in a neat manner;
complete in every detail and in all respects ready for
its intended use, within the limits indicated in the
Drawings, Specifications, or other Contract Documents.
B. Secure and pay for all permits, licenses and fees. Give
Owner Certificates of Final Inspection if available.
C. The work shall include, but not be limited to, the
following:
1. Primary service, including transformers,
concrete transformer pads, and primary
conduits.
2. Incoming secondary service.
3. Switchboards, lighting and equipment
panelboards, circuit breakers, dry type
transformers, and related distribution
equipment.
4. Conduit and conduit fittings, wire and wire
connections.
5. Wiring devices.
6. Safety switches and disconnects.
7. Busway and fittings.
8. Emergency lighting.
9. Indoor lighting fixtures complete with lamps
and mounting hardware, except as otherwise
noted.
10. Outdoor site lighting fixtures, poles and
mounting hardware, including concrete
foundations for lighting standards, unless
otherwise noted on Drawings or Specifications.
Section 16010 - 1
E
wcCui'C
a conwrr..p
E.qncorvu$
Foy.Vsvrhs, Lr.ONas
I
I
C
Li
LJ
I
I
I
I
I
J
I
I
I
I
LI
I
I
11. Outdoor security lighting fixtures and
mounting hardware.
12. Lighting relays, relay panels and controls,
contactors and photocells for lighting control
systems.
D. The work shall also include removal or relocation of
existing electrical equipment and conduit as required by
demolition. Removed materials shall remain the property
of the Owner unless otherwise noted. Coordinate
demolition with the Architect prior to construction.
1.02 ITEMS PROVIDED BY OTHERS
A. Verify installation details for materials and equipment
indicated to be furnished by others and installed or
connected under this section of the Speccifications.
Verification shall be completed prior to construction of,
or construction effecting said materials and equipment.
1.03 COORDINATION
A. Plan all work so that it proceeds with a minimum of
interference between trades. Furnish materials and
information in proper sequence for all special frames,
openings, pipe sleeves, foundations, etc., as required.
B. Perform all work in conformance with the construction
called for by other trades and afford other Contractors
reasonable opportunity for the execution of their work;
properly connect and coordinate this work with the work
of other Contractors at such times and in such a manner
as not to delay or interfere with their work.
C. Examine the Drawings and Specifications for all portions
of the work, and coordinate accordingly.
D. Arrange conduit runs, panels, and other electrical
equipment to avoid interference with grills and other
equipment.
1.04 FIELD ENGINEERING
A. All Engineering instituted in the field by other than
Engineer shall be used only after proper written
documentation has been submitted to the Engineer for
approval. Proper documentation shall consist of the
purpose of the Field Engineering and all supporting data
required to clearly describe and indicate the requested
Section 16010 - 2
' MOGo long
Cdflotro
nn .ai
pc
&oyalltvuu, Arkansas
I
I
r
I
I
I
I
I
I
I
I
I
I
I
I
L
change, alteration, addition, and/or deletion to the
Drawings and/or Specifications as prepared by the
Engineer. This documentation shall clearly indicate the
name, address, and telephone number of the person or
company responsible for this submittal.
1.05 REGULATORY REQUIREMENTS
A. To the extent provided in the General Conditions, comply
with the latest edition of the National Electrical Safety
Code and the National Electrical Code and the interim
Amendments in effect at the time of the proposal; and
comply with all local, state, and utility regulations or
laws. Should the Drawings or Specifications contradict
local rulings, the local rules shall take precedence
unless special approval is issued by the authority
enforcing the rulings in which a copy of this written
approval shall be sent to the Architect and Engineer
prior to construction. Correct any violations cited by
the enforcing authority.
1.06 ABBREVIATIONS AND SYMBOLS
ABBREVIATION
AFC
AFF
AFG
AHU
AIC
ANSI
ASME
ASTM
AWG
BFC
BFF
BFG
C.B. or Cct.Brkr
Cct.
C.
Contr.
Disc.
EF
Emerg.
EMT
Exist.
F.A.
Fixt.
MEANING
Above Finish Counter
Above Finish Floor
Above Finish Grade
Air Handling Unit
Amps Interrupting Capacity
American National Standards
Institute
American Society of
Engineers
American Society for
Materials
American Wire Gage
Below Finish Counter
Below Finish Floor
Below Finish Grade
Circuit Breaker
Circuit
Conduit
Contractor
Disconnect
Exhaust fan
Emergency
Electrical metallic
Existing
Fire Alarm
Fixture
Mechanial
Testing &
tubing
Section 16010 - 3
MCCN'ia+a
falid f.rs
E q'.nrs
ncYYara'.d
Fa/.4m, to, A rkankos
I
fl
Li
fl
I
I
I
I
I
I
L;
11
I
I
I
I
Fluor.
Fluorescent
FM
Factory Mutual Research Corp.
Fut.
Future
GFI
Ground Fault Interrupter
GR.
Ground
GRC
Galvanized Rigid Conduit
HVAC
Heating, Ventilating, & Air
Conditioning
IEEE
Inst. of Electrical & Electronic
Eng.
I.G.
Isolated Ground
IMC
Intermediate Metallic Conduit
Incan.
Incandescent
ICEA
Insulated Cable Engineers
Assoc., Inc.
JB
Junction Box
Lt./Ltg.
Light/Lighting
LC
Lighting Contactor
Mtg./Mtd.
Mounting/Mounted
N.
Neutral
NEC
National Electrical Code
NEMA
National Electrical
Manufacturers Assoc.
NFPA
National Fire Protection
Association
N.I.C.
Not In Contract
NL
Night Light
N.T.S.
Not To Scale
O.H.
Overhead
PE
Photo -electric Control
PVC
Polyvinyl Chloride(or Rigid PVC
Conduit)
Recept.
Receptacle
Req'd.
Required
RTU
Roof Top Unit
Sw.
Switch
Transf.
Transformer
Typo
Typical
U.G.
Underground
U.H.
Unit Heater
UL
Underwriters Laboratories, Inc.
wP
Weatherproof
w.
Wire
Symbols: Symbols used for items of equipment and materials
are indicated on the Drawings.
Section 16010 - 4
I
M<cr.riaS
n, c C.ewlrm,
[npin.r.
Inwy.rar.Q
Fapr•.v AS, Alto M..
I
r
1.07 SHOP DRAWINGS
L
I
P
j
I
I
I
I
I
I
I
I
I
I
n
L
A. Submit for approval, detailed shop drawings of all
equipment and all material required to complete this
project.
B.
No material or equipment may be delivered to the job site
or installed at this project until receipt of the
approved shop drawings for the particular material or
equipment. Submit a minimum of five (5) copies of all
Shop Drawings in accordance with the General Conditions.
C.
Failure to submit shop drawings in ample time for review
shall not constitute basis for an extension of contract
time, and no claim for extension by reason of such
default shall be allowed.
D.
Furnish Shop Drawings for the following equipment:
1. Lighting fixtures and lamps.
2. Poles.
3. Panelboards and breakers.
4. Safety switches.
5. Control panels.
6. EMT fittings
7. Photocontrols.
8. Contactors.
9. Wiring devices and similar equipment.
10. Other equipment proposed for substitution.
See Substitutions and Product Options section
of this Specification for more information.
11. As otherwise requested by the Engineer.
E.
Provide and maintain construction facilities and
temporary controls in accordance with the General
Conditions and Special or Supplementary Conditions.
1.08 CONSTRUCTION AIDS
A. Contractor shall furnish in accordance with the General
Conditions, all required scaffolding, temporary work
platforms, etc., required for completion of his work
during his phase of this construction. Construction Aids
shall be so utilized or constructed as to prevent any
hazard to the Contractor, other trades, personnel working
in and around the facility, or the structure.
1.09 BARRIERS
A. All areas traversed during the course of this work, and
buildings, materials, appliances, fixtures and
Section 16010 - 5
MCGot'cne
Enpwar,
inporaba
Farrr.vmo, Araansa.
F]
I
I
I
11
I
I
I
I
I
I
I
I
I
I
I
7
,l
r
furnishings adjacent to the work site, shall be protected
against damage arising from or as a result of work
operations. Any damage incurred shall be repaired
without additional cost to the Owner.
B. Contractor shall construct necessary and/or required
barriers for protection of the aforementioned items. All
barriers shall be so constructed as to comply with the
intent of the requirements for construction and erection
of construction aids. (See Construction Aids Section of
this Specification for more information.).
1.10 SECURITY
A. Contractor shall conform to all established security
regulations enforced at this facility and as indicated in
the General Conditions during all phases of construction.
The Engineer/Architect/Owner accepts no responsibility
for non -adherence to these regulations by the Contractor
or any other trades. It shall be the sole responsibility
of the Contractor to verify these regulations, the
location of any restricted areas, and to acquire any
clearances to these areas prior to construction.
1.11 ACCESS ROADS
A. Contractor shall utilize only Owner/Owner's
Representative designated access roads and vehicle
loading and unloading areas. These areas shall be
verified with the Owner/Owner's Representative prior to
the start of construction. Repair or replacement of any
damage to the structure or grounds due to noncompliance
with this stipulation by the Contractor or his crew shall
be the responsibility of the Contractor.
1.12 TRAFFIC REGULATION
A. Contractor shall conform to all traffic and parking area
regulations and restrictions as established and enforced
by the General Conditions and as established and enforced
at this facility, during all phases of construction.
Contractor shall utilize only the Owner/Owner's
Representative designated parking areas for parking of
construction vehicles, construction workers' vehicles,
and storage facilities.
1.13 PROJECT IDENTIFICATION
A. Signs advertising materials or subcontractors will not be
allowed.
Section 16010 - 6
n
McCHIHN
Cones 'I
End
n. trs
n.r.r.d
c.y.'NVWq Arkcmm
Li
_J
1.14 MATERIALS & EQUIPMENT
I
I
LJ
I
I
I
I
I
I
H
I
I
H
I
A. All materials and equipment shall bear the manufacturer's
label and the UL label, where applicable. Performance
and operation shall be as designed, with respect to
efficiencies, capacities, and quietness.
B. Torque all bolts in accordance with manufacturer's
recommendations and UL listing standards.
1.15 TRANSPORTATION & HANDLING
A. Provide for the delivery of materials at such stages of
the work as will expedite the work as a whole. Make the
required arrangements for introduction into building of
equipment too large to pass through finished openings.
1.16 STORAGE & PROTECTION
A. Provide for the safe
storage of
materials.
Mark and
store materials so as
to be easily
checked and
inspected.
B. Protect all utilities, supplies and equipment subject to
damage by cold weather by covering, insulating, storing
in a heated place, or other approved means.
C. Protect all material from damage of any kind. Failure to
provide such protection to the satisfaction of the
Engineer shall be sufficient cause for rejection of any
particular piece of material concerned.
D. Existing utility lines shall be located and protected
during the execution of the work. Any existing utility
lines damaged by the Contractor shall be repaired at his
expense.
1.17 SUBSTITUTIONS AND PRODUCT OPTIONS
A. Substitutions shall be reviewed only if submitted for
approval a minimum of ten (10) working days prior to
ordering of equipment. If more than one review is needed
to determine a product substitution's equivalence, an
hourly charge based on the Engineer's current rate
schedule shall be imposed on additional submittal
reviews. Payment of this charge is the responsibility of
the Contractor.
B. Substitutions shall be submitted in compliance with the
General Conditions.
Section 16010 - 7
I
MCC'Plard
•H�- M] 'a ]fM Ca' W:11 rQ
fgan..•k
m n•ralla
raf.'l.ri•1., Arkansas
I
I
1.18 TESTING ELECTRICAL SYSTEMS
I
I
I
I
I
I
I
I
I
I
Li
I
I
I
I
A. Upon completion of the installation make tests for
operation with and to the satisfaction of the Owner and
the Engineer and in accordance with the General
Conditions and Special or Supplementary Conditions.
Voltmeter and ammeter readings shall be taken as directed
for all motors. Test all receptacles with circuit
testers to insure continuity of circuit as directed.
1.19 CLEANING UP
A. During the period of construction, the Contractor shall
make every effort to keep the premises free of debris and
obstructions at all times. When this part of the work is
finished, remove from the premises all tools, machinery
and debris.
B. Project clean-up shall meet the Owner's approval and
shall be in compliance with the General Conditions.
Failure to comply shall result in withholding of
Contractor's final payment.
1.20 PROJECT RECORD DOCUMENTS
A. Deliver to the Engine(
complete information as
and Specifications to
shall be submitted and
General Conditions.
r upon completion of the work
required to correct the Drawings
Record Documents. Information
shall be in accordance to the
1.21 OPERATION AND MAINTENANCE DATA
A. Obtain and submit to the Engineer three (3) suitably
bound sets of descriptive literature, maintenance and
operation data, and parts lists for each item of
equipment furnished and installed under this Contract and
requiring maintenance or special operating procedures.
B. Preserve and deliver to the Engineer any drawings,
instructions, or manuals supplied with equipment
furnished by others and installed under this Contract.
C. Information shall be submitted in accordance to the
stipulations indicated in the General Conditions.
1.22 WARRANTIES, BONDS, AND AFFIDAVITS
A. Furnish a written
materials, equipment,
a period of one (1)
certificate of warranty for all
and labor to be free of defects for
year from and after the date of
Section 16010 - 8
I
M,Cb PaM
,>u Conw11il
ln{p,0/4NS
FC)M,viI 1 A.XOP,O,
I
7
L
I
I
J
7
I
I
I
Ii
I
I
final acceptance of the work by the Architect. This
certificate shall further warranty that if any defects
appear within the stipulated warranty period, such work
shall be replaced without charge.
B. This warranty shall be extended to include the capacity
and integrated performance of the component parts of the
perform in accordance with the schedules on the Drawings
and Specifications, and the required labor for repair
and/or replacement of such items.
C. Documents shall be furnished as indicated in the General
Conditions.
1.23 FINAL INSPECTION
A. The Contractor shall give the Architect requisite notice
relating to the work and shall afford the Architect and
his authorized representatives every facility for
inspection.
B. Final inspection of the work under this Contract shall be
performed in accordance to General Conditions.
1.24 ELECTRICAL SYSTEM VOLTAGES
A. The following voltages shall apply unless otherwise
noted:
1. The main service is 240/120 volts, single
phase, 3 wire wye, 60 hertz, grounded neutral.
2. Lighting system is 240/120 volts, single
phase, 3 wire grounded neutral.
1.25 EQUIPMENT BY SINGLE MANUFACTURER
A. Where possible, panelboards, safety switches, and related
equipment shall be produced by one manufacturer.
1.26 HEIGHTS OF DISCONNECT SWITCHES, PROTECTIVE DEVICES,
CONTROLLERS, ETC.
A. The mounting height of disconnect switches, circuit
breakers, motor controllers, pushbutton stations and
other similar devices and equipment will vary depending
upon location and whether individually or group mounted.
For convenience and safety, operating levers, handles or
buttons shall be mounted no more than 80" above finished
floor.
Section 16010 - 9
r -
I
YKN"ond
Engines:l
nCUD 0m/d
Fan' Nr 'q, Arionp)
B. Unless otherwise noted on Drawings, mount equipment as
follows:
Individual device - operating handle, 5,-0"
lever, or button approx.
Panelboards - highest overcurrent
protective device max.
Pushbutton stations
Dry -type transformer on floor
END OF SECTION
Section 16010- 10
MCCIh, aid
m c•CncwI•,ay
n aaparr.
oro•.a
Fay.ra v1l., Ar.on.a.
I
Li
SECTION 16050
I
I
I
I
I
I
I
I
I
I
I
I
I
H
r• 1
BASIC ELECTRICAL MATERIALS AND METHODS
PART 1 GENERAL
1.01 CUTTING AND PATCHING
A. Do all cutting made necessary by the work, subject to the
approval of the Architect and in accordance to the
General Conditions. In no case cut through or into any
structural member without written permission of the
Architect.
B. Exercise due diligence to avoid cutting openings larger
than required or in wrong locations. Furnish and install
all sleeves required for the work.
C. Where openings are cut through masonry walls, furnish and
install lintels or other structural supports to protect
the remaining masonry. Adequate support shall be
provided during the cutting operation to prevent any
damage to masonry by the cutting operation. All
structural members, supports, etc., shall be of the size,
type, and installation as directed by the Architect.
D. Where openings are cut, the patching shall be done by the
trade whose work is disturbed but shall be paid for by
the sub -contractor cutting the opening or causing the
damage.
E. Repair affected surfaces to match adjacent surfaces.
1.02 ROADWAYS, CURBS, AND WALKS
A. Use every possible precaution to prevent injuries to
roadways, curbs, and walks on or adjacent to the site of
the work and replace any such damaged items. This shall
also include damage necessary for installation of the
work.
1.03 TRENCHING
A. Perform all trenching and digging incidental to
Electrical work. Depth of cover shall conform with NEC
300-5 and NEC 710-3b unless otherwise noted. Where rock
is encountered, the same shall be excavated to a grade
three inches below the lowermost part of the conduit and
the trench shall be refilled to required grade as
specified. Trenches shall be sheathed or braced and
pumping or bailing performed as may be necessary to
Section 16050 -1
I
MCCI.#ard
n M Cor.a'lina
Em-na,•a
It corn PC-arta
Fa„INvdia, Arkansas
C
C
I
I
I
I
I
I
J
I
I
I
I
I
I
protect the workmen and adjacent structures and to permit
proper execution of the work. Trenching shall not
interfere with existing walls, footings, or utilities.
B. The Specifications and the Drawings in no way imply the
condition of the soil to be encountered. When excavation
may be required in execution of the work, the Contractor
agrees that he has informed himself regarding conditions
affecting the work and labor and material required,
without recourse to any representation as to soil
conditions that may appear, or seem to be implied, in any
portion of the Contract Documents.
C. Backfill shall be free from large particles where
adjacent to conduit or cable, and tamped in 6" layers.
Final 12" may be tamped in one layer.
D. Backfill under any construction shall be compacted to 95%
optimum density to prevent settlement. Replace sod or
paving which has been removed for trenching. Remove and
dispose of excess material as directed by the Engineer.
1.04 EXISTING ELECTRICAL LINES
A. If any existing power, telephone or other electrical
lines and appurtenances are encountered which interfere
with the proper installation of new work and which will
not be used in connection with new work, close such items
in proper manner.
B. If such items encountered must remain functional for
proper operation of existing systems and/or facilities,
the contractor shall furnish and provide necessary labor
and materials to repair, replace, and/or relocate said
items as directed by the Engineer or his appointed
representative.
1.05 EQUIPMENT PADS
A. The Electrical Contractor shall furnish and install
concrete pads for electrical equipment and concrete bases
for lighting standards unless indicated otherwise.
1.06 ACCESS TO EQUIPMENT
A. Locate all control devices, specialties, pull boxes,
etc., so as to provide for easy access for operation,
repair and maintenance: if concealed, furnish and install
access doors.
Section 16050-2
.,ccbflend
Cxwlnnp
nnp'n..n
Ino.rOa.afd
Farfl.villd, A'Ranq.
I
I
1.07 PAINTING
I
C
I
I
II
H
I
I
I
J
H
I
I
C
I
A. Touch-up items of equipment whose factory finish has
been marred or damaged during installation, restoring it
to its original appearance.
1.08 IDENTIFICATION OF EQUIPMENT
A. Furnish and install laminated plastic nameplates with
3/4" minimum contrasting -color engraved letters for each
service disconnect, panelboard, safety switch, time
switch, transfer switch, and enclosed circuit breaker.
B. Nameplates shall be bolted or pop -riveted to equipment.
Color code nameplates as follows, or with another
consistently applied scheme:
Equipment Function Nameplate
Color
Power Black
Ventilation Yellow
Heating Red
Air Conditioning Blue
Lighting Brown
C. Legend on the plate shall clearly identify the equipment
served, such as "Air Handling Unit All -1" and "Hot Water
Cir. Pump P-1" and shall reference circuit breaker or
switch and panel that feeds the item.
D. Identify each service disconnect, panelboard, safety
switch, time switch, enclosed circuit breaker and
transfer switch as called for on the Drawings.
PART 2 PRODUCTS
2.01 RACEWAYS - CONDUIT
A. Install all wiring in conduit unless otherwise noted in
Drawings or Specifications.
B. Size all conduits in accordance with NEC or as shown on
the Drawings, but in no case less than the following:
Power and Lighting Systems 3/4" minimum
Flexible Conduit Not Exceeding 72", 3/8" minimum
for Connection of Light Fixtures
Recessed in Suspended Ceilings
Other Uses 1/2" minimum
Section 16050-3
I
M:CN,tand
;ywil n0
rc vor a
Fan".v.t.. A-ko,.as
I
I
C
H
I
I
H
I
I
C
I
I
I
I
H I
I
C. Conduit types permitted (All types must bear the UL
Label): Rigid Metal Conduit (steel) - hot dip galvanized,
manufactured by Republic or approved equal.
D. Permitted for general exposed or concealed work, above or
below grade.
E. Rigid Metal Conduit (Aluminum) - manufactured by Kaiser
Aluminum, Harvey Aluminum, or approved equal. Permitted
for general exposed or concealed work, if installed in
accordance with manufacturer's recommendations. Not
permitted embedded in concrete or directly below concrete
slab on grade.
2.02 INTERMEDIATE METAL CONDUIT
A. Hot dip galvanized manufactured by Republic or approved
equal. Permitted for general exposed or concealed work.
2.03 ELECTRICAL METALLIC TUBING
A. Hot dip galvanized, manufactured by Republic or approved
equal. Permitted for general exposed or concealed work
above grade or in slabs in non -industrial areas.
2.04 RIGID NONMETALLIC CONDUIT
A. Schedule 40 heavy -wall PVC manufactured by Carlon, or
approved equal. Permitted for below -grade use when
permitted by governing codes or embedded in concrete
where noted on Drawings. Install in strict accordance
with manufacturer's recommendations. Conduits
penetrating above grade or penetrating concrete slabs
shall be IMC or CRC.
2.05 FLEXIBLE METAL CONDUIT
A. Permitted exposed in lengths of 6 feet or less for
connections to equipment in dry areas. Support with
caddy clips or equal in accordance with 1990 NEC 350-4.
2.06 LIQUIDTIGHT FLEXIBLE METAL CONDUIT
A. Sealite, with PVC jacket. Permitted exposed in lengths
of 6 feet or less for connections to equipment, where
rigid connections are not suitable. Support in
accordance with 1990 NEC 351-8.
Section 16050-4
C
MCU.4and
6+pmNn
FafPY.MV, Ar.an.a.
I
I
2.07 WIRES AND CABLES
L
I
I
L
I
H
L
Li
I
P
n
I
I
I
A. All wire and cable as indicated and required by the
Drawings shall bear the UL Label and stamping indicating
wire size, type, voltage and grade, and shall meet the
standard specifications and tests. established for such
materials and construction by ASTM, NEMA, ANSI, and IPCEA
where applicable.
B. Material construction data, insulation thickness, jacket
thickness, test data, and samples shall be submitted for
approval upon request.
C. Unless otherwise noted, all wire shall be code gauge,
soft annealed copper, not less than 98 per cent
conductivity and of the 600 volt class. No. 10 AWG and
smaller may be solid or stranded and shall have
insulation type THWN. No. 8 AWG and larger shall be
stranded and shall have insulation type THWN or XHHW.
D. No wire shall be smaller than No. 12 AWG unless otherwise
noted, except that wiring for signal and pilot control
circuits may be No. 14 AWG unless otherwise noted.
E. Portable cord for final connection to limit switches,
solenoid valves, pressure switches and motors shall be
Carol Vu-Tron as manufactured by Carol Cable Company, or
approved equal.
F. Incandescent Fixture Wire: Wire for final connection at
all incandescent lighting fixture sockets shall be NEC
Type SF -2 fixture wire rated 200 degrees C., 600 volts.
G. Color code all conductors in accordance with Section
210-5 of the NEC and the following:
SYSTEM VOLTAGE NEUTRAL "HOT" WIRE COLORS EQUIPMENT
COLOR GROUND COLOR
480V 3Ph 3W -- Brown, Purple, Green
Yellow
277/480V 3Ph 4W Gray Brown, Purple, Green
Yellow
120/208V 3Ph 4W White Black, Red, Blue Green
H. Where permitted by NEC for neutral, hot wires may be
colored -coded by tape or paint.
Section 16050-5
[I
MCC1a1JaS
i Conwlr, no
Enai I.R.
i naarawar.e
,ay.q.v • ., dr.ap,a.
I
n
J
P
I
I
I
I
I
I
[1
IE
I
LI
I
I
I ]
J
I. Other consistently applied color schemes may be used with
approval of Engineer.
J. Identify circuit numbers with synthetic cloth labels.
2.08 WIRE CONNECTIONS AND DEVICES
A. Run conductors without splices from outlet to outlet,
except within junction boxes. Make splices in No. 8 AWG
and smaller wire with Ideal "Wingnut" or 3M "Scotchlok"
connectors. Ballast lead connections in continuous rows
of fluorescent light fixtures may be made using 3M
"Scotchlok" #567 self stripping tap connectors. Make
splices in No. 6 AWG and larger wire with approved
solderless lugs. If any other type of connector is
proposed for use on any size conductor, submit for
approval prior to use.
2.09 OUTLET BOXES AND CONDUIT FITTINGS
A. Interior boxes shall be hot dip galvanized, 4" minimum
octagon or square unless otherwise noted. Boxes for
outlets installed flush in dry wall construction may be
single or multiple gangs as required. Boxes for outlets
installed flush in concrete block or brick walls shall be
masonry boxes manufactured by Raco, Steel City, Appleton,
or approved equal. Single surface -mounted outlet boxes
shall be handy boxes.
B. Boxes shall comply with the NEC in regard to allowable
fill.
C. Outlet boxes intended to support lighting fixtures shall
be suitable for the purpose.
2.10 CONDUIT CONNECTIONS
A. All EMT fittings and fittings installed in concrete slab
shall be of the compression type:
Steel - Appleton TW and TWC series; O.Z. Gedney 6000S and
7000S series; ET? 2200 series or approved equal.
Diecast w/steel nut - Appleton 95T and 96T series or
approved equal.
Diecast - Appleton 93T and 94T series or approved equal.
B. Outdoor GRC, IMC or EMT box connections shall be made
with Meyers Seal-Tite hubs, O.Z. Gedney (IT Series) Space
Maker hub, Appleton Uni-Seal hub or equal.
Section 16050 - 6
H
MCCI.IInnd
..� Cnaalling
woora
nn , Sits
Foy.tNVPI., ArYGnp,
I
I
H
I
1
I
I
I
I
I
L
I
1
H
H
I
I
C. Threadless GRC or INC fittings shall not be used. Indoor
GRC or INC connections shall be made with double locknuts
and bushings.
D. PVC fittings of
PVC conduit. C
manufacturer's
solvent cement.
PART 3 EXECUTION
3.01 INSTALLATION
the solvent weld type shall be used for
lean PVC conduit in accordance with
recommendation before application of
A. Install conduits concealed except in unfinished areas and
where indicated on the Drawings.
B. Keep all openings in conduits closed during the progress
of the work. Swab conduits clean before pulling wire.
C. Furnish and install suitable pitch pockets or lead
flashings where conduits penetrate the roof seal.
D. Furnish and install required sleeves and appropriately
rated fire seals for all conduits penetrating a fire or
smoke rated structure. Fire rating shall be equal to or
greater than structure rating of which conduits
penetrate. Installation of sleeves and seals shall be of
size and type and manner of installation as recommended
by sleeve manufacturer. Sleeves shall be as manufactured
by O.Z. Gedney or approved equal.
E. Arrange for conduits in masonry or exposed to weather to
drain.
F. Paint all metallic conduits concealed in concrete on
grade, or in contact with earth, with two heavy
continuous coats of asphaltic paint or other approved
conduit protective covering after assembly of conduit and
fittings.
G. Do not install conduits in plain concrete, such as cement
topping on structural floors, without special approval.
They may be installed, however, in non -reinforced
concrete headers which have been provided for the
installation of outlet boxes and conduits.
H. No reinforcing steel shall be displaced to accommodate
the installation in beams or joists. In general, all
embedded conduits shall be located in the physical center
of the particular section of concrete.
Section 16050 - 7
rn� a CCnsu It,,p
En, ma. r,
nca-pot aba
Pantsv s. A•kon.as
I
L
G
J
I
I
I
Li
I
Fl
J
I
I
C
I
I
L
I. Unless otherwise approved, raceways embedded in
reinforced concrete shall conform to the following usual
types of conditions. The Contractor may be instructed
during the course of the project not to place embedded
conduits in certain areas, and being so instructed shall
not entitle the Contractor to extra compensation.
J. LOCATION MAXIMUM ALLOWANCE
Floors and Walls Displacement of 1/3 of thickness of
concrete, spaced not less than
three diameters on centers.
Seams and joists Displacement of 1/3 of least
dimension, spaced not less than
three diameters on centers.
Sleeves thru 2" Maximum pipe size not less than
three floors & walls diameters on
centers.
END OF SECTION
Section 16050 -8
I
uou.lm..
M o fsa.ulllna
'naer.eers
Foy.rf.n'u, Aaaam.
r
C1
I
I1
u
I
J
I
I
I
I
I
I
I
H
SECTION 16111
CONDUIT
PART 1 GENERAL
1.01 WORK INCLUDED
A. Rigid metal conduit and fittings.
B. Intermediate metal conduit and fittings.
C. Electrical metallic tubing and fittings.
D. Flexible metal conduit and fittings.
E. Liquidtight flexible metal conduit and fittings.
F. Non-metallic conduit and fittings.
1.02 RELATED WORK
A. Section 01010 - Cutting and Patching.
1.03 REFERENCES
A. ANSI C80.l - Rigid Steel Conduit, Zinc -Coated.
B. ANSI C80.3 - Electrical Metallic Tubing, Zinc -Coated.
C. ANSI C80.5 - Rigid Aluminum Conduit.
D. ANSI/NEMA FB 1 - Fittings and Supports for Conduit and
Cable Assemblies.
E. NEMA TC 3 - PVC Fittings for use with rigid PVC conduit
and tubing.
PART 2 PRODUCTS
2.01 RIGID METAL CONDUIT AND FITTINGS
A. Rigid Steel Conduit: ANSI C80.1.
B. Rigid aluminum Conduit: ANSI C80.5.
C. PVC Externally Coated Conduit: NEMA RN 1; rigid steel
conduit with external 20 mil PVC coating and internal
galvanized surface.
Section 16111 - 1
rcc .' o.d
p c GMW Pony
(P
,nc;rvp0? 0tH
Fof•Mvidd, Arkcnvat
I
Li
I
I
Ii
I
I
I
I
I
I
I
I
I
I
Li
I
D. Fittings and Conduit Bodies: ANSI/NEMA FB 1; threaded
type, material to match conduit.
2.02 INTERMEDIATE METAL CONDUIT (IMC) AND FITTINGS
A. Conduit: Galvanized steel.
B. Fittings and Conduit Bodies: ANSI/NEMA FB 1; use
fittings and conduit bodies specified above for rigid
steel conduit.
2.03 ELECTRICAL METALLIC TUBING (EMT) AND FITTINGS
A. EMT: ANSI C80.3 galvanized tubing.
B. Fittings and "Conduit Bodies: ANSI/NEMA FB 1; steel or
malleable iron, compression set screw type.
2.04 FLEXIBLE METAL CONDUIT AND FITTINGS
A.
Conduit: steel.
B.
Fittings and Conduit
Bodies: ANSI/NEMA FB 1.
2.05
LIQUIDTIGHT FLEXIBLE
CONDUIT AND FITTINGS
A.
Conduit: Flexible metal conduit with PVC jacket.
B.
Fittings and Conduit
Bodies: ANSI/NEMA FB 1.
2.06
PLASTIC CONDUIT AND
FITTINGS
A.
Conduit: NEMA TC 2;
Schedule 40 PVC.
B.
Fittings and Conduit
Bodies: NEMA TC 3.
2.07
CONDUIT SUPPORTS
A.
Conduit Clamps, Straps, and Supports: Steel or malleable
iron.
PART 3 EXECUTION
3.01 CONDUIT SIZING, ARRANGEMENT, AND SUPPORT
A. If not indicated on the Drawings, size conduit for
conductor type installed; 3/4 inch minimum size.
B. Arrange conduit to maintain headroom and present a neat
appearance.
Section 16111 - 2
L
IKCl.,lnne
�Y O CsnW:flnp
EnpmNr.
MWpOroMd
fcy.flevn44 A,ft M0
7
L.�
j
I
I
I
I
I
I
I
I
I
I
I
I
I
C. Route exposed conduit parallel and perpendicular to walls
and adjacent piping.
D. Maintain minimum 6 inch clearance between conduit and
piping. Maintain 12 inch clearance between conduit and
heat sources such as flues, steam pipes, and heating
appliances.
E. Arrange conduit supports to prevent distortion of
alignment by wire pulling operations. Fasten conduit
using galvanized straps, lay -in adjustable hangers,
clevis hangers, or bolted split stamped galvanized
hangers.
F. Group conduit in parallel runs where practical and use
conduit rack constructed of steel channel with conduit
straps or clamps. Provide space for 25 percent
additional conduit.
G. Do not fasten conduit with wire or perforated pipe
straps. Remove all wire used for temporary conduit
support during construction, before conductors are
pulled.
3.02 CONDUIT INSTALLATION
A. Cut conduit square using a saw or pipecutter; de -burr cut
ends.
B. Bring conduit to the shoulder of fittings and couplings
and fasten securely.
C. Use conduit hubs or sealing locknuts for fastening
conduit to cast boxes, and for fastening conduit to sheet
metal boxes in damp or wet locations.
D. Install no more than the equivalent of four 90 degree
bends between boxes.
E. Use conduit bodies to make sharp changes in direction, as
around beams.
F. Use hydraulic one-shot conduit bender or factory elbows
for bends in conduit larger than 2 inch size.
G. Avoid moisture traps where possible; where unavoidable,
provide junction box with drain fittings at conduit low
point.
H. Use suitable conduit caps to protect installed conduit
against entrance of dirt and moisture.
Section 16111 - 3
MCCI.. lord
E qn.i•s
..earpo•a.W
J
I
I
I
I
LJ
I
I
I
I
I
I
I
H
L
I
I.
Provide No. 12 AWG insulated conductor or suitable pull
string in empty conduit, except sleeves and nipples.
J.
Install expansion joints where conduit crosses building
expansion joints.
K.
Where conduit penetrates fire -rated walls and floors,
seal opening around conduit with UL listed foamed
silicone elastomer compound.
L.
Route conduit through roof openings for piping and
ductwork where possible; otherwise, route through roof
jack with pitch pocket.
M.
Use PVC -coated rigid steel factory elbows for bends in
plastic conduit runs longer than 100 feet, or in plastic
conduit runs which have more than two bends regardless of
length.
N.
Wipe plastic conduit clean and dry before joining. Apply
full even coat of cement to entire area that will be
inserted into fittings. Let joint cure for 20 minutes
minimum.
O. All underground steel conduit not encased in concrete and
in wet locations where steel conduit enters concrete or
ground, apply a field coat of bitumastic material No. 550
after installation. Coating shall cover conduit and
fittings and be completely dry before backfilling.
3.03 CONDUIT INSTALLATION SCHEDULE
A. Underground Installations More Than Five Feet From
Foundation Wall: Rigid steel conduit, intermediate metal
conduit, plastic -coated rigid steel conduit, schedule 40
plastic conduit, Type A plastic conduit encased in
concrete envelope.
B. Installations In or Under Concrete Slab, or Underground
Within Five Feet of Foundation Wall: Rigid steel
conduit, intermediate metal conduit, schedule 80 plastic
conduit, or Schedule 40 plastic conduit encased in
concrete envelope.
C. in Slab Above Grade: Rigid steel conduit, electrical
metallic tubing, intermediate metal conduit.
D. Exposed Outdoor Locations: Rigid steel or aluminum
conduit, intermediate metal conduit, electrical metallic
tubing.
Section 16111 - 4
Cc inS •I
EniIr .krs
nmtcetafS
roy.'.vi Y, Arkc n.Ca
7
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
11
E. Wet Interior Locations: Rigid steel or aluminum conduit,
intermediate metal conduit, electrical metallic tubing.
F. Concealed Dry Interior Locations: Rigid steel or
aluminum conduit, intermediate metal conduit, electrical
metallic tubing.
G. Exposed Dry Interior Locations: Rigid steel or aluminum
conduit, intermediate metal conduit, electrical metallic
tubing.
3.04 MEASURMENT AND PAYMENT
A. The conduit paid for shall be the linear footage measured
as installed.
B. Payment shall be made at the contract unit price per
linear foot which price and payment shall be full
compensation for furnishing and placing all materials and
for all labor, equipment, tools, and incidentals
necessary to complete the work prescribed in this item.
C. Payment will be made under:
Bid Item No. A-2 1" sch. 40 PVC conduit, per linear
foot.
END OF SECTION
Section 16111 - 5
Li
MCCI.IJO+d
,� Lvnwlnav
Ergwgn
'ntarvarvM
CrIvll, Arian,Ys
I
I
SECTION 16400
I
I
I
I
Li
I
I
Li
L1
El
I
I
I
L
I
SERVICE AND
PART 1 PRODUCTS
1.01 SUPPORTING DEVICES
A. Support all electrical equipment with Unistrut Channel,
Minerallac Pipe Hangers or in another manner where
details are not indicated.
1.02 SLEEVES
A. Install all conduits passing through concrete floors,
walls, and ceilings in galvanized or black steel pipe
sleeves of adequate size. Sheet metal sleeves shall not
be used, Caulk sleeves through outside walls above grade
with oakum and lead wool or other approved caulking.
B. Plates for exposed pipe through walls and floors where
exposed to view shall have chrome plated floor or ceiling
plate of size required. Cutting of openings and
installation of sleeves or frames shall be done in a neat
workmanlike manner. Cut openings no larger than required
for the installation; sleeves and/or frames shall be
grouted in place. Surfaces around openings shall be left
smooth and finished to match surrounding surface.
C. Floor sleeves in concealed and unfinished locations such
as Mechanical Rooms, etc., shall extend 1" above finished
floor level. All other sleeves shall extend
approximately 1/4" above surface, but shall allow
placement of escutcheons.
1.03 CONDUIT SUPPORTS
A. Securely support all conduit and piping by means of
approved hangers. Support spacing shall be in accordance
with NEC. Make necessary provisions for expansion of
conduit. Securely anchor conduit where necessary to
properly distribute stresses. Conduit and pipe hangers
shall be supported with concrete inserts in concrete
slabs, except as noted. Hangers shall be Unistrut straps
on P3000 channels, depending on the load and span
involved. Minerallac pipe hangers, Beam Clamps or Caddy
Clips shall be used where impractical to use Unistrut.
B. Anchors, bolts, and screws: Securely fasten conduit
straps, disconnect switches, etc. to walls, slabs, etc,
with cadmium plated screws or bolts and Ackerman -Johnson
Section 16400-1
' McUo
a -N CO.afl..,
Ef s
i.ImwCdaoraooraNQ
Foy.•/.vlrl.i ArEc .os
I
n
1
I
C
Li
I
H
1
I
I
[I
I
11
U
lead cinch anchors, expansion bolts or equal anchors of
an approved manufacturer and fitted in holes drilled with
the proper size masonry drill. Wood plugs will not be
accepted and all anchors shall be properly sized in
accordance with the manufacturer's recommendation, for
the load to be supported.
1.04 INCOMING SERVICE EQUIPMENT
A. Install electrical service as indicated on the Drawings,
including trenching and backfilling, primary conduit,
secondary conduits and cables, C.T. cabinet, and
grounding.
B. The power company will furnish and install concrete
transformer pad, pad -mount transformer, primary cables,
secondary cable connectors, C.T. 's and metering
equipment. The power company will make secondary cable
connections to the transformer.
C. Coordinate all service and metering details.
D. Furnish and/or install all required material and labor in
compliance with power company requirements.
1.05 CONDUIT FLASHING
A. All conduits, etc. which pass through roof shall be
flashed with four pound (4f) lead flashing and
counterflashed or set in pitch pans to detail approved by
the Architect.
1.06 METERING
A. Metering requirements shall be determined by the local
power company based on the electrical service entrance
size. Coordinate the exact metering requirements with
the local power company prior to start of construction.
1.07 GROUNDING
A. General: Ground all metallic conduits, supports,
cabinets, equipment, system neutrals, and other items
required to be grounded in accordance with the NEC and
other applicable codes. Furnish and install additional
grounding as indicated on Drawings.
B. Furnish and install grounding electrodes if indicated on
Drawings:
Section 16400-2
Mc6:.t'a.e
,.m o Engir
rs
1gCcwDorWDOfON9
•Qy,"..WI, rn*yme.
I
I
H
n
H
I
Li
I
I
I
LJ
I
I
I
J
I
1. Connect metal underground cold water pipe to
electrical system if available. Install
jumpers around water meter, valves, or other
devices which might cause an interruption of
continuity during servicing.
2. Concrete encased electrodes - Where indicated
on Drawings, furnish and install electrodes,
jumpers and approved fittings in accordance
with Grounding Electrode Detail and 1990 NEC
250-81.
3. Grounding rods - If ground
or required, furnish and
minimum diameter Copperwe
less than 10 ft. apart and
length in contact with the
rods are indicated
install two 5/8"
Id rods driven not
each with 10 ft. of
soil.
C. Furnish and install connectors which are IIL listed and
suitable for the purpose for all grounding connections.
D. Equipment ground wires shall be insulated and shall be
run from ground bar in panelboard, switchboard, or
similar equipment to ground lug on equipment served.
E. Equipment grounding:
1. Make all conduits electrically continuous.
2. Furnish and install insulating grounding
bushings on all conduit connections indicated
on Drawings.
3. Furnish and install an approved ground bar in
all switchboards, motor control centers, and
panelboards which do not serve as service
equipment.
4. Furnish and install equipment ground wire with
all feeders and with all branch circuits as
indicated on Drawings.
END OF SECTION
Section 16400-3
' Ycp,magQ
E PIV Iry
wcaaarab0
•cy.'4.rr U A•a,Wg
I
I
r
H
I
H
H
C
I
I
I
I
I
I
7
H
I
P
APPENDIX A
Paco' gaS
castlin
►yMplM. //MMN1
Advisory
al n Circular
' Federal Aviation
Administration
1
Subject: APPROVED AIRPORT EQUIPMEN 1Date: 2/20/89 AC No: 150/5345-1U
Initiated by: AAS-200 Change:
1. PURPOSE. This advisory circular (AC) contains a listing of manufacturers that have obtained qualifi-
cation approval to specifications for airport equipment. This equipment may be funded for installation under
Federal grant assistance programs for airports.
2. CANCELLATION. This advisory circular cancels AC 150/5345 -IT. Approved Airport Lig`t:n;
Equipment. dated July 19. 1988.
3. PRINCIPAL CHANGES. Several additions and deletions have been made to the lists of qualified man-
ufacturers. The revised list reflects changes made through December 31, 1988
.'NOTICE The Approval Listing for Cable (AC 150/5345-7D) will no longer be listed in this
Advisory Circular.
4. APPROVED EQUIPMENT BULLETIN BOARD. The approve: list is now available through a rnm-
' purer bulletin board which permits access to up -to --date listings. The commun:canon software used mast
emulate the Data General. Two known communication packages are "Sotterm" and • Smarterm." The log -
on procedure is as follows:
PHONE. 202-426-01 i?
When connected enter (return)
NAME: AAS200_SCOOP
PASSWORD: AIRPOR7_88
Leonard E Mudd
Director. Office of Airport Safety & Standards
I
I
I
I
' 2/20/89
AC 150/5345-lU
1
1
1
I.
1
1
1
1
L
L
I
CONTENTS
SECTION I --AIRPORT LIGHTING EQUIPMENT
L-901 - Beacons (AC 150/5345-12C)..................................................................................................
L-802 - Beacons, High Intensity (AC 150/5345-12C)......................................................................
L-804 - Light, Holding Position Edge (AC 150/5345-46A) ............ ..........................................
L-806 - Wind Cones. Frangible (AC 150/5345-27C).......................................................................
L-807 - Wind Cones, Rigid (AC 150/5345-27C)...................................................................................
L-810 - Lights, Obstruction (AC 150/5345-43C)................................................................................
L-821 - Panel, Airport Lighting Control (AC 150/5345-3D).............................................................
L-823 - Connectors, Cable (AC 150/5345-26B).................................................................................
L-827 - Monitor, Regulator (AC 150/5345-10E)...............................................................................
L-828 - Regulators, Constant Current (AC 150/5345-I0E)..............................................................
L-829 - Regulators, Constant Currey.:. w iih Monitor (AC 150/5345-10L' .................................
L-830 - Transformers. Isolation. 60 Hz (4C l 0/5345-4:) .............................................. .
L-831 - Transformers. Isolation, 50 H: 'AC 150/5345-47) ................................................
L-841 - Cabinet. Auxiliary Relay (AC 150/5345-13A)...............................................................
L-847 - Switch, Circuit Selector (AC 150/5345-5A).... ...........................................
L-849 - Lights. Runway End Identification (AC 150/534` 51) ........................... ............
L-850 - Lights, Runway. Inpaveite-•' 'QC 150/`345-46A) ..... ...............................................
L-852 - Lights. Taxiway, Inpavement (AC 150/5345-46A)................................................................
L-851 - Markers. Retrorellective (4C 1'l'5345 -39E) ..........................
L-854 - Radio Controllers (AC 150/5345-494) ............. . ....... ...........
............ ...
L-856 - Lights, Obstruction, High Iniensi:\ .AC 15e 54 4'i ,
L-858 - Signs, Taxiway Guidance (AC 150/5345-lID)..................................................................
L-859 - Lights, Flashing, Omnidirectional (AC 150/5345 -51) ......................................................
L-860 - Lights, Runway Edge, Low ln(ensi:y (AC 150/5345 4na) -------------•••--...
L-861 - Lighis, Runway & Taxiwa% Edge Mlediurr Intensity (AC I5ui5?4c-46A) -..-..
L-862 - Lighis, Runway Edge, H:gh Intensity (AC 150/5345-4bA).......................................... .
L-866 - Lights, Obstruction. Med.um Ir.'e-isity (AC 150/5345-43C) .........................................
L-867 - Light Base. Non -load Bearing (AC 150/5345-42B)....... ..................
L-868 - Light Base. Load Bearing (AC 15C/5345 -42B) ........................ ..........4.....................
L-869 - Junction Boxes (AC 150/5345-42B) ................................... ................................
L-880 - Precision Approach Path Indicator (AC 150/5345 -28D) ..................................................
L-881 - Precision Approach Path Indicator. Abbreviated (AC 150/5345-28D) .........................
L-882 - Generic Visual Approach Descent Indicator (AC 150/5345-52) .........................................
L-883 - Generic Visual Approach Descent Indicator (AC 150/5345-52) .......................................
Light Structure. Lightweight Approach (AC 150/5345-45).................................................................
Medium Intensity Approach Lighting System with Runway Alignment Indicator Lights (MALSR)
(FAA -E -2325d) ...................................................
Lamp Descriptions...................................................... .......................... ...................
...................
iii
2
3
3
4
6
7
7
8
8
9
IC
11
II
,
12
12
13
13
14
IS
1.c
it'
It'
It
19
19
19
2C
20
2C
21
AC 150/5345-lU 2/20/89
SECTION lI-FRICTION MEASURING EQUIPMENT
(AC 150/5320-12A)
Friction Measuring 1 ev:ce............................................................................................................ 22
SECTION III -AUTOMATIC WEATHER MEASURING SYSTEMS (AWOS)
(AC 150/5220-16)
Automatic Weather Observing System ...............................23
................................... ...................... 23
APPENDICES
Appendix 1. Address List of Equipment Manufacturers (3 pages)
Appendix 2. Qualification Procedures (3 pages)
Appendix 3. Specification for Lamp Life Test Procedure (3 pages)
iv
2/20/89 AC 150/5345-1U
I
H
I
H
I
I
INOTICE TO USERS
The specification for each piece of equipment in this documen: is contained in the advisory circular giver. at
the top of the ; roduct li.:. The equipmen! specification defines the type, class, and style classifications used
' in the listing. Not all combmatiork of tv} . class, and style are permissible --the equipment specification
should consulted for approved equipmen: confguraaons. For the sake of brevity, manufacturers whc
have ge.ilifted an entire equipment series or product line have the equipment listed under a single general
' catalce number I i,e.e general numbers are not intended for use in ordering equipment. and users should
consult equipment manufacturers' catalogs or literature for complete ordering information, especially for
equipment having optional features.
' For airport lighting fixtures, the number in parentheses ( ) after the manufacturer's catalog number
indicates the specific lamp type approved for use in the equipment. A description of each lamp is given on
pages 21 and _2
C
I
I
I
I
V (and vi)
H
9"/89
AC 150/5345-1U
SECTION I - AIRPORT LIGHTING EQUIPMENT
L -801 --Beacons, Medium Intensity
(AC 150/5345-12C)
Manufacturer L Type L-80IA
Clue t i Class 2
ADD—
180112,
ALNACO,
44D0793 -
Inc.
X(88)
1801149
44D0221 -
X(88)
80116,
44O0414 -
X(67,89)
Appo:lo
1 0200 Senes
Lighting
(85,86)
Co
Godfrey
GEA30-2(88) I GEA30-2(8S)
Engineer•
GEA30-3(88) GEA30-3(8S)
mg. IaL.
Manairco.
AB -1000D
Inc.
(88)
P.8- I000F
(88)
National
N -.1000A(88)
Airport
N- I000A4(8E)
Lyuipmeat
Co
Manufacturer's catalog number
Type L-80IS
i Class1 Gass 2
80132,
44D 1032-
X(88)
0200 Series
(85.86)
AB-1000OS
(88)
AB-1000FS
(88)
N -1000S(88)
Type L -80tH
Clint Case 2 - —
80123,
44O0808
X(88)
GEA30-1(87) I GEA30-l(87)
AB -500H
(87)
1
AC 150/5345-1U 2/20/89
L -802 —Beacons, High Intensity
(AC tso/Sbas-12C)
Manufulurer's catalog number
!danufactarer — - Type L -902_A T)pc L-8025
. T lus 2 C af5 I I Class 2
ADB-ALNACO,
Inc.
Crouse -Hinds
Navigation Aids
National Airport
Equipment Co.
Class I
C
I
I
I
802XX,
802XX,
44D1500-
144D11500_
I XX(67)
2XX(67)
65000-G
65000-G-1
65000-Y
(60,61)
(60,61)
(60.61)
N-36(60,61)
N-36(60,61)
65000-Y-1
(60,61)
L -804 —Light, Holding Position Edge
(AC 150/5315-4oA)
Type L -802H
Class I I Class 2
Manufacturer Mode I Manufacturers catalog number
ADB-ALNACO, Inc. I 1, 2 804XX-XXXX, 44D1261, 44D1262 (31)
Crouse -Hinds Navigation Aids I 41804 (lI)
L -806 --Wind Cores, Frangible
(AC ;50/5315-2'C)
_ T
Manufacturer cata,og run
ManufAOLrer Sire j tin:rghted
i.11,trd _
ADB-AI.NACO. Inc 1 44D12_22-3, 4 44D1222-1, 2
80600-1000 Series 80600-2000 Series
Crouse —Hinds t 71043 710-4
Navigation Aids
Godfrey Engineering Inc. I GE.A-45-F1. Series I
GF.A-45 Series
2
2/20/89
AC 150/5345-tU
I
I
I
C
I
LJ
I
I
I7
L -807 —Wind Cones, Rigid
(AC 150/5345-7K)
Manufacture• Size
ADB-ALNACO, Inc 1
2
Behrens Construction. Inc. 2
Crr 1*<r-Hinds 1
Navigat., Aids 2
Godfrey Engineering Inc. I
I
Manufacturer's catalog number
Lighted Unhgh:ed
44D0941 -X Series 44D0941 -X Series
80708-1000 Series 80708-2000 Series
80712-1000 Series 80712-2000 Series
LGW312S, LGW-312S-OB
4448lD,44484B 444S'1.444838
4?31OB,48313B 48311u,48312B
GEA-40-18-FL Series GEA-40-18 Series
GEA-40-36-FL Series GEA-40-36 Series
L -810 --Lights, Obstruction
(AC I50/534543C)
Manufacturer's catalog number
Manufacluiet
Singe unit I Doub:c tin':
ADB-ALNACO. Inc 81001-1000, 44C1005 -X (4) 81002-1000, 44CI007-X (4)
81001-2000 (11) , 81002-2000, 44C1532-IXXX (11)
Crouse -Hinds 40940, 50033 (4) j 50021 (4)
Nas igat;on Aids
Godfrey Engineering Inc
Hughey & Phillips In.
Kiliark Electric
I
Mfg Co.
TWR Lighting, he
1
I
I
I
GEA-60-I.-3 (II)
GEA-60-2.-4 (30)(32)
OB20(32)
O62!(32)
BYMB-3600-AHQ (30)
OL-1 (32)
GEA-61-1,-3 (II)
GEA-61-2,-d (30)(32)
O822(32)
O824(32)
BYMB-36002-AHQ (30)
OL-2 (32)
3
AC 150/5345-1U
2/20/89
L-82 1 —Panel, Airport Lighting Control
(AC 150/5345-3D)
Type
Class I
Styk
Manufacturer
ADB—ALNACO. Inc.
I. II
F,
S.
W I
1, 2, 3
Airport Lighting Control Co.
I
F,
S,
W I
1,2
Appollo Light:ng Co.. Inc
I.11
F.
S.
W
1, 2, 3
Associated Engineering Co.
I I. II
F.
S.
W
1, 2, 3
Crouse -Hinds Navigation Aids
II
F
1
Eaton Corporation
I. II
F,
S,
w
2, 3
Godfrey Engineering Inc.
1. II
F,
S,
W
1, 3
Universe, Inc.
1, II
F.
S.
W •
1, 2, 3
Manufacturer
L-823--Connectors,Cable
(AC 150/5?45-26B)
line Style Class
Amerace Corporation (Elastimold) 1 2
3,10
] 9
II
I] 4
1] 11
I1 5
Il ; 12
Joy Manufactur.ng Co. 1 3.10
]I 4
II 11
Mcldcd rick Products. Irc 11
I 2
3
I1 7
II 8
I 9
I 10
OY ENSTO AB 1 3.10
3.10
1 3.10
4
II Ii
II 4
II 4
4
A
13
A
B
B
B
Manufacture's CatioS
number
54MP
54KIT
• 54MR
• 93MR
"op
• 90R
91P
91R
X8077 -257A
X8077 -301A
X8077 -387A
X8077-461
X8405-249
5000112
10518
10949
310XXX
10519
10875
10950
310XXX
KD5I0
KD510.1
KD510.5
KD503
KD502
KD501
KD5501.I-
2/20/89
AC 150/5345-1U
Manufacturer
ADB-ALNACO, Inc.
Crouse -Hinds Navigation Aids
Hevi-Duty Electric
Multi -Electric Manufacturing
L -827 —Monitors, Regulator
(AC 150/'_345 -:OE)
I Manufacturer's catalog number Compatible regulator types
44D 1282-XX
827XX-XXXX ADB-ALNACO, Inc.
31400 Crouse -Hinds Lighting
(formerly Sepco), all
models, wet and dry
Hevi-Duty Electric,
dry models
GE P/N C901G5XXX
RSML 827AC5 Hevi� Duty SCR3B
series
RSML 827AC3 Hevi-Duty CCR3B
series
RSML 827AC3R
7750-10 and 7750-11 Hevi-Duty Electric, oil
cooled
Westinghouse Canada,
Inc all -dry models
5
AC 150/5345-1U
2/20/89
L -828 --Regulators, Constant Current
sAC :5(1/5345-10E1
Manufacturer i Rat.r8 (kW) Class St31e I Manufacturer's catalog rcnber
ADB—ALNACO. Inc. 4 I 1 1.2 828O4-XXXX, 828T4-XXXX.
144DI0XX-X, 44D13XX-X Series
(Air-cooled) 1 71-i 1 1,2 1 828O7-XXXX, 828T7-XXXX
. 44DI0XX-X, 44D13XX-X Series
10 1 1,2 8281O-XXXX, 44Dl0XX-X.
44D13XX-X Series
15 l,(2)+ I :.(2)' 82815-XXXX, 44DI0XX-X Series
44D13XX-X Series
2C l,(2)• l,(2)• 82820-XXXX, 44DI0XX-X Series
• I 44D13XX-X Series
30 I.(2)• 1,(2)• 82830-XXXX, 44D11XX-X Series
44D 13XX-X Series
(Olt -cooled) 50 2 2 82850-XXXX, 44D136X-X Ser:e>
70 2 1 2 82870-XXXX, 44D:36X-X Seres
Crouse Hinds Co. 1 4 l I 1.2 31000-4 Series. 313XX Seres
Navigation Aids 714 l 1.2 31000-7.5 Series. 3]$XX Ser:e%
(Air-cooled) 10 1 i 1.2 31000-10 Senes, 3:3XX Series
(Oil -cooled) 10 1 2 31060 -10 -Series
15 1 2 31060 -15 -Series
20 1,2 2 31060 -20 -.31060 -221 -Series
30 1,2 2 31060 -30 -,31061 -31 -Series
• 50 2 2 31060 -50 —Series
70 2 1 2 11060 -70 -Series
Hevi-Duty Electric 4 1 1.2 4L828XXDX Series
(Air -Cooled) : :, I 1 2 'L82FXXDX Series
10 1 1.2 I0LS28XXDX Series
(Oil -cooled) :0 I 1.2 1 0L828X X LX Series
:5 I 1.2 5L828XXLX Series
20 :.2 = 20L828XXLX Series
30 i2 3:'1 S28XXLX Series
50 2 2 50L828XXLX Series
70 2 ; 2 70L828XXI.X Series
\Vestinghoust 4 1 1.2 W4L828\1' ns1.828\k Serir
Canada. lnlnc. '_ 1.2 \1'7LS2g\1',07LF_-?\1 Senr>
IC 1.2 i0L828W Series
(All units are air-cooled) 15 1.2 i5L828W Series
20 1.2 2 20L828W Series
;0 1.2 2 30L828W Series
50 2 2 50L828W Series
70 2 2 70L828W Series
'Desrgnatton ro.low,r.g cla« number means class Pas only :he • st31e ar rrelcd
6
2/20/89 AC 150/5345-1U
L -829 --Regulators. Monitored Constant Current
(AC 150/5345-I0E)
Manufacture: Baling Class Style Mavatacturer's catalog number
ADB-ALNACO, Inc. p (Appros ed for use with all ADB-ALNACO 829XX-XXXX,
L-828 regulators) 44DI0XX-X Series
44DIIXX-X Series,
44D13XX-X Series
i
Crouse -Hinds Navigation (Approved for use with all Crouse -Hinds , 31060 -CM Series
Aids L-828 regulators)
Hevi-Duty Electric (Approved for use with all Hevi-Duty XXL829XXDX
L-828 regulators) I XXL829XXLX
Westinghouse Canada, Inc. (App:eved for use with all Westinghouse XXL829W Series
Canada L-828 regulators)
L-830
Tye Warts
L -830 --Isolation Transformers, 60Hz
r4C 150/5345-47)
Manufacturer's catalog comber
AmAmperes Pnr Amerace Co Crosse -Hands
Pe ': ac,ealron ADE-ALNACO. Inc.
Sec (E.lastimold Div.) I
L -83C-1
30/45
6.6/6.0
TA
045666-01
3303
i300l-IXXX. 35Cu.,--
TA
045666-01(1) I
83001-211X.:'C')101
L-830-:
30/45 '
20/6.o
TA
045266-01
83002-221X, 35C002
L-S?(1_?
65 I
6.6/6.6
TA
065666-01
33003
; 83003-1111 35C0079
83003-211X, 35C0103
100
6 6/0 6
TA
100666-01
33004
83004-:l1, 35C00S0
83004 211X,35C0104
L -PL -5
I00
20/66
TA
100266-01
3.005
83005-1130, 35C00S1
83005-221X, 35C0'05
y?0-6
200
h. 6
TA
200666-01
33006
83006-IXXX. 35C0082
83006-211 X.35C0106
I.-$0- 7
200
20/66
TA
200266-01
33007
83007-IXXX, 35C00S 3
83007-221X, 35C0107
L -830-f
300 I
66/20
TA
300626-01 •
33008
83008-212X,35CCI0E
L -83,1-C
300
20/20
TA
300226-01
32009
83009-222X.35C0I0o
L -63L-.,,
300
6.6/6.6
TA
300666-01
330:0
83010-1110. 35C008o
83010-21 IX. 35C0110
L -83C-11
300
20/6.6
TA
300266-0I I
83011-1130. 35C0087
183011-221X,35C0111
:. S?0-12
S0C
6.o/20
TA
500626-01
13012-1120. 35O0088
83012-212X,35C0112
L-830-13
500
20/20
TA
500226-01 I
33013
83O13-IXXX, 35C0089
83013-222X,35C0l13
7
AC 150/5345-1U
2/20/89
L -831 -Isolation Transformers, 50Hz
(AC 150/5345-47)
L-83:
Manufacturer's catalog
number
Type
Watts
Amperes PnISec
Amerace Corp.(Elattimold Div.)
Crouse -Hinds Navigation Aids
L-831-1
30/45 t
6.6/6.6
TA
045666-01
33001
L-831-2
30/45
20/0.6
L-831-3
65
6.6/6.6
TA
065666-01
33003
L-831-4
100
6.6/6.6
TA
100666-01
33004
L-831-5
100
20/6.6
33005
L -83I-6
200
6.6/6.6
TA
200665-01
33006
L-831-7
200 I
20/6.6
TA
200265-01
33007
L-831-8
300
6.6/20
33008
L-831-9
300
20/20
TA
300225-01
L-830-10
300 I
6.6/6.6
TA
300665-01
33010
L -841 --Cabinet, Auxiliary Relay
(AC 150/5345-13A)
Manufacturer Manufacturer's catalog number
ADB-ALNACO, Inc.
Airport Lighting Control Co.
Associated Engineering Cc.
Crouse -Hinds Navigation. Aids
Godfrey Engineering. Inc.
liughey & Phillips. Inc.
- - Manufacturer
ADB-ALNACO, Inc.
Crouse -Hinds Navigation. Aids
84100-0000, 44DI047-X
6300, 630:, 6302, 6303
714-841
51503
GEA 57
RC41
L -847 --Switch, Circuit Selector
(At 150/5345-5A1
Cass --- Rating Catalog no.
1.2.3.4 ! A,B 1,2 4481035-X
84 ;0X-0000
(X= 1,2,3. or 4)
1,2,3,4 j AM 1,2 I 30847
i
11
r
2/20/89 AC 150/5345-1U
El
L -849 --Lights, Runway End Identification
(AC 150/5345-51)
Mnmfacturer Style I ManuGeturtr's nta:og number
ADB-ALNACO, Inc. A 84910-0000, 44A1161 -IX
C 84930 -0000,44A1161 -2X
' E 84950-0000, 44A1161 -3X
(79, 80)
' AMERIEL, Inc. B AL -849B
F AL -849F
(72)
' F FTS-412-X, FI'S-432. FTS-442, FTS-452
Flash Technology Corporation
F I FTS-422-x, F'I'S-434, FTS-444, FTS-454
(76)
' Godfrey Engineering Co. A GEA-20- (0502, 0504, 0508)
C GEA-25-100
E GE -3836-O03
(79)
' Multi -Electric Mfg., Inc. A 551325-M, 551325-S
E 551327-M, 551327-S
(82)
1 Uritron Inte:natioral Systems F VGS-832 (81)
I
I
I
I
I
I
I
I
Li
2
I
AC 150/5345-tU
2/20/89
L -850 --Lights, Runway, Inpavement
(AC 150/5345-46A)
Manufacturer
ADB-ALNACO, Inc.
Crouse -Hinds Navigation Aids
I
Multi —Electric Mgf.. Inc.
10
Type
C:au
Manufacturer's catalog number
A
1,2
850X1-XXXX,44D1600-XIXX
44D0464-XXXX (29, 52, 55, 56)
A
1,2
850X1-3XXX, 44D1640-XXXX (70)
B
I 1,2
850X2-XXXX, 44D0469-XXX
(34, 53, 62)
B
1.2
' 850L2-XXXX, 44C1577-XIX0 (91)
C
2
• 85023-XXXX, 44D0988-XXX
(21, 58, 59)
D
2
85024-XXXX, 44D100?-XXXX
(21, 58, 64)
E
2
850X5-IXXX, 44E0496-XXX
(21, 58)
E
2
850X5-2XXX (64)
E
2
850X5-3XXX (63)
A
1,2
20065, 20075 (35) 23335 (15,54)
A
1,2
20065 -LW, 20075-LN•' (49)
A I
1.2
20560, 20561 (65)
B
1,2
20580, 20581 (65)
B
1,2
20355, 20360 (34, 40)
B
1,2
20370, 20365 (34, 40)
C
:.:
20250 20255 (40, 54)
D
1,2
20260, 20265 (40. 54)
E
1,2
20480 (34,54)
E
2
2856 (21)
2/20/89 - AC 150/5345-1U
L
L
ADB—ALNACO, Inc. i A 1.2 852X1-XXXX, 44D1101-XXXX (41, 57)
B 1.2 852X1-XXXX, 44DI 102-XXXX (41, 42)
C I 1,2 85203-IXXX, 44D1103-XXXX (41, 42)
D 1,2 85204-XXXX, 44D1 I04-XXXX (42)
' E 2 85205-XXXX, 44D I01 I-XXXX (21.36)
E 2 85215-XXXX, 44D1442-XXXX (33)
F 2 185206-XXXX, 44D1443-XXXX (21)
• Crouse -Hinds Navigation Aids I A 1 '19505. 19506 (43)
A I 19505 -LW, 19506 -LW (50)
B i 1 19509, 19510 (44)
B I 19509 -LW, 19510 -LW (51)
A 2 19515 (43), 19515-1-W (50)
A 1,2 19850 (43), 19850 -LW (50)
B 2 19513 (44), 19513 -LW (51)
B 1,2 19855 (44), 19855 -LW (51)
C 1,2 19505 -DG, 19506 -DG, 19515 -DG.
C 1.2 19850 -DC (43)
ID 2 19855 -ID, 19855 -DG, 19513 -DG,
19509 -DG, 19510 -DG (44)
E 2 20550. 20552 (40)
L -853 --Markers, Retroreflective
' — (AC 150/5345-39B)
Manufacturer's catalog number
' SIJIJ'JLIJrer Cemerlire marker
E:e%a:ec marker
Style I Style II
' Amerace Corporation (Stgr.a! Products 96LP 88, 325,
Div) 911.947
Carsonile Inlcrnalional Carr MID -300-A
Hughey & Phillips L-111 series
Natrona: Airport r-,,,, I RM %erie'
' Pacific Au:ores: REPO series
AEROPOST series
Safe -Hit Corp. 511318 SMA & GP3 series
Safe -Way Sign Co. IA & 600 series
Unipar, Inc i I EVA series
Valley Illuminators, Inc j AR -100 series
—
L -852 —Lights, Taxiway, Inpavement
(AC 150/5345-46A)
Manufacturer Type i Cass Manufacturer's catalog number
I
11
I
AC 150/5345-1U
2/20/89
L-851 Radio Controls
(AC 150/5345-49A)
Manufacturer
- _.
Type
Manufacturer's catalog number
ADB—ALNACO, Inc.
I
RL-854, 44D03I0-X
Control Industries, -Inc.
I
RC-ITSA
Godfrey Engineering, Inc.
I I
GEA90
L -856 —Lights, Obstruction, High
Intensity
(AC 150/5345-43C)
Manufacturer
System
Manufacturer's catalog number
Flash Technology Corp.
A
FTB-205A-X
B
FTB-205B-X
(77. 78)
EG&G. Inc.
A
LS -:58A
B
LS -158B
(73)
L -858 --Signs. Runway and Taxiway
(AC 150/5345-44D)
Manufacturer
ADB-ALNACO,
Inc
ATC International,
Inc
Type Size Style
i
L -858Y, R :.2.3 I 1.2.3.4
L-85813 4.5 1,2.3.4
L -858Y, R 1.2.3 2,3,4
Crouse -Hinds
L-858Y,R
Navigation Aids
L -858B
L-858Y,R
L-858Y,R
L-858Y,R
L-8588
Gafner Machine, Inc.
L -858B
Maria Miranda Co.
L-858Y,R,B
L -858B
L-8588
Standard Signs. Inc.
L-858Y,R,B
L-858Y,R
12
1.'.3. I.2.3
4.5
1 1,2,3,4
2 1,2.3.4
1,2.
3.4
5 1,2,3
i I
Class
5
2,3
1
:,2,3.4
1,2,3,4
1,2
1,2,3
1,2
5
2
2
1 thru 5
1,2,3,4
1.2
1.2.3
1,2,4
1.2
Mgr's Cut no
44D105X-XXXX Series
858 XX-XXXX Series
85R XX-XXXX Scries
80 Series
82 Series
60,000 Senes
60,000, 61,000
and 62.000 Series
858I 1-XXX-X-X-XX-X
85812-XXX-X-X-XX-X
85821-XXX-X-X-XX-X
85822-XXX-X-X-XX-X
85831-XXX-X-X-XX-X
85832-XXX-X-X-XX-X
8585 ] -XXX-X-X-XX-X
85852-XXX-X-X-XX-X
0700-9000
G -L-858 Series
DM -FL
Dot -5 -IN
CLT Series
XL/XLT/ULSeries
2/20/89
AC 150/5345-1U
L -859 --Lights, Flashing, Omnidirectional
(AC 150/5345-511
Manufacturer Manufacturer's catalog number I Remarks
AMERIEL, Inc. AL -859F (72) Style F
Flash Technology Corp. FI'S-427-X,FTS-437,FTS-447,FTS-457 (76) Style F
Unitron International Systems VGS-837 (81) Style F
L -860 --Lights, Runway Edge, Low Intensity
(AC :50/534$-46A,
Manufacturers catalog number Manufacturer i -- —
-
Crouse -Hinds Navigation Aids
Godfrey Engineering Inc
Hughey & Phillips, Inc.
Manairco, Irc.
National A!.porl Equipmcnc Co.
Type L-960
40650(i)
GEA-05 (3)(24)
LL33A(84)
2100 (2)(3)
2125 (6)
L-50GC (7)
L -510C (8)
Type L -860E
40650-GR,RG (1)
GEA-05 (24)
LL33R(84)
2250 (5)
L-500R/G (S)
L-510R/G (9)
13
' AC 150/5345-1U
2/20/89
1
1
1
1
1
1
1
1
1
1
L -861 —Lights, Runway & Taxiway Edge, Medium Intensity
(AC 150/5345-46A)
Manufacturer Type Manufacturer's catalog number
ADS—ALNACO, Inc. L-861 861IX-XXXX,44C1081-XXXX(10,11,12.14,31,33)
RWL-MIL (10);86102-0000,44C1752-XXXX(33)
1L -861E RWL-MIE(11);861IX-XXXX,44C1081-XXXX(11,33)
L -861T TWL-MIL(10); 86100-O000,44C1081-XXXX(31);
861 IX -0I XX,44C 1752-XXX(10, II, 12. 13, 14,3 1.33)
L-861SE 86103-XXXX,44C1485-XXXX(36)
Airport Lighting Co. L-861 MRL-216,217 (10)
L -861E MRL-216,217 (11)
L -861T MRL-216 (10)
Appollo Lighting Co.
L-861
0300-2 (10,11,14); 0300-4 (12)
L -861E
0300-2(11)
L -861T
0300-2 (10.14); 0300-4 (2.13)
Crouse -Hinds Nav:gation Aids
L-861
48375(10,14,18) ERL Model 3:40938(18), 40939(10)
Model 4
L -861E
48375-RG(1I.14117) ERL Model 3; 40938-RG(:7)
ERL Model 4
L-861SE
40690, 40775 (16) ERLQ
L -861T
48375-8(10,14,18) ERL Mode: 3: 4093E -B(18).
40939-B(10) ERL Model 4
Godfrey Engineering Inc.
L-86:
I GEA-01 (10,14)
L -861E
GEA-01 (11)
L -861T
; GEA-01 (10,14)
L-861SE
GEAIO—SE(36)
Hughes & Phillips. Inc.
L-861
MS -61 (10); MP -61 (:2.14)
L -861E
MS -61 (11)
L -861T
MS -61 (10); MP -61 (12.1_.14)
Manairco. Inc.
L-861
1 7100 (10); 8100 (14): 8125 (12)
L -861E
7250 (11)
1. 861T
7400 (10); 8400 (14): 8425 (1 3)
M ulii-Elec:ric
L-86:
. 6183,6193 (10); 6183M,61931\1 (14): 6183H,6193H (:91
Nlanufacturir.g Inc
L 61
I 6187,6197 (I1); 61871i. 6197H (20)
L -8615E
6387SE, 6397SE(36)
L -861T
6184,6194 (10):6184M,6194M (14):6184H,6194H (19)
National Airport
L-861
SL -861 (10); ML -861 (14): MLS-700S. MLS-7008 (12)
Equipment Co.
SLQ-700S, SLQ-700B (31,33,39.45)
L -861E
SL -861 (l1),SLQ-700 RSG. SLQ-700BRG (33,45)
L-861SE
SLQ-910 SRG,SLQ-910 BRG (36)
L -861T
1
SL -861T (10); ML -861T (14); MLS-700SB.
MLS-700BB (12,13); SLQ-700SB, SLQ-700BB
(31,33,39,45); SL-861-PT(IO.11)
14
2/20/89
AC 150/5345-1U
L -862 --Lights, Runway Edge, High Intensity
(AC 150/5345-46A)
Man u(acstiter
Manufacturer's catalog number
_-Edge Threshold end
ADB—ALNACO, Inc.
862XX-XXXX,
44C1201-XXXX(36)
L -862,44130330-X(22)
Airport Lighting Co.
HRL-213 (22)
Crouse -Hinds Navigation Aids
48369 (22)
40722 (16,64)
Godfrey Engineering, Inc.
GEA-10 (36X26)
GEA-15 (22)
Hughey & Phillips, Inc.
HL -62 (22)
Multi -Electric Manufacturing, Inc.
6283, 6293 (22)
6387,6397(90)
6383, 6393 (36)
National Airport Equipment Co
I H-900 (22)
I H-910(90)
H-910 (36)
L -866 --Lights.
Obstruction, Medium Intensity
(AC :50/5345-43C)
Manufac:ur er s catalog number
\tanufac:urer
----
While lights
Per ! :Ft.
Crouse-Iitnds Navigation Aids
41257F, 4:257G(48)
EG&G. Inc.
LS -161 (74)
I
Flash Technology Corporation !
FTB-301-X
•
FTB-317-X
•
ITB-119-X
FTB-319-X
(75)
Hughey & Phillips, Inc.
I
KG114 Type R
KG] 14 Type F(4S)
TWR Lighting. Inc.
L-866 (TWR)(83) !
Type FO Bcaccn 148)
A:, A2/3, A4/5 ccn:rcllcrc
15
AC 150/5345-1U
2/20/89
W
L
to
C
V
C
o
I
C
S
o
a
o
o
o
W
t
vC
U
Sc
v
.a
I
00
I
'O
N
00
0
Il
16
U
I-. F
n
n
h
h
e
I
— N
N
N
--
<
7
h
N N
WI
N
V1
V1
a 41 V
LC a
1 I r 'CC)
— .... — Yl N N N '1 N
V
r
i
UUUUU
O
iJ
d
1
nN
1
1
V1F
1
C
�
c I
c
C
C
6'
C
a C
Y.
V
xx X
II
enr1
C
I
u
v
� V
i L
o
O
q
V
Cl
—
i
w.
—
—
—
I_
O
Cr
0
0'
0
v
i
a
i''
v
e
v
v
v
a
v
v
v
v
v
a
s
N
N
N
N
N
N
N
N
N
N
N
�^.
N
N
N
Cl
.
.�
�.
N
N
N
10
'O
-
N
N
rf
In
qv
U
x
F
x
x
x
F
n
r
n
h
r-
x
uc
x
m'C
m
m
CCCCC
..osccoCCC
CC
'O
m
xxxxx
mmmmm
m
x
z
x
mm
Co
-
I
I
I
I
I
I
I
I
II
I
I
I
I
I
I
-
u
r
c
m
C
C
C
H
v.
9
R
C
Z'°<
—atii
o'er-
U
IN N
Y Y - -
H
V.'
N-
c
o
�onh.naa
8
h
a
v.
N
m
N-_
p
a
P_
N
.�-�
N
V
N
N
NO(V
—
V1
�
C
O
2/20/89
AC 150/5345-iU
'0
_r
•r.
C
U
to
a
C)
J N
CJ r
O a
C c
A
C
u.
C.
Sc
to
I
r
'o
O N N 00 N G
O C O O 0 N O N
N ,001+1 X N'-'
h h
II
- UUUUU x X O O
-. - 1� N N N r .I
5N �O O N N ooW
0 1- par—
Or—
t.- - _— — 5- _O O
1
00 I II
a as
U
oc oo ac U N
E vci N m ea -l___
N O
rk-r
xxx
J /\ i1
,i I x x� • x xx0
�+ = ... Ia IiI N N N v v v ... w
J W W
CO (n N h N r r r r a0 {i1
N O N v. N h 'O 'O O N
r r r - -- -- r r
'4-
E FFS-
5f ^
I N N N 0o x o0 X
vI O r.,.'-. 0I„ — It
Ic
U U U rn
• Y $I vvv _ ^
�I O N n ^O x —rr
' G C C
sI its
'l -,t_
W N h
G N N N o0 N a0 N
IC C h N -(0 U)
UU
I
rn
rI
:!
I
U
v
v
N
N
N
N
J
^f
V
V
'-y
J
1
OOOO
O
N
U
L
N
N•
1
U
U
`Livei
a
�v
Oa�
Q
U
UUUU
U
U
U
v
<N
r
r
r
r
r
m
00
m
N
N
N
N
N
N
N
N
N
N
'O
'O
O
O
N
N
h
rI
N
c
O
N
1
N
N
C
5-
u
r
-
n
-
r
-
-
--
u
r
u
u
r
r
--
�•-
��
rt
r
r
r-
M
r1
r
ec
co
«
UeW
o
=mecca
a
n
r
r
r
r
oG
ac
ac
r
r
r
r
r
r
r
r
00
oC
00
CC
,C
FYI
St
,O
.O
C
O
ao
oc
a
oc
oc
oc
oc
a
m
oa
00
o%
00000000
co
e'
00
oo
ac
1
I
I
II
I
I
it
-1
I
I
I
I
I
I
Yr
I
F+
G
N
C
C
C
�?U
`
17
C
I
AC 150/5345-1U
2/20/89
I
I
C
P
L
H
H
18
OC
N
Vl
N
N 00
N
a
N
-.fl-
N
a
Y
e
a
O
V
J
U
O°
N
N
r
.r
a
C
I.-
sl
• D
J
0)
1=
C
C
C
�I
C
l
O
toFct
o
x
u
x
C ctO
=
I
r
1
I
It
v
"
a
O
:.
rX
-CO
I
q
CIIC
O
W.
-I
o
z
I
x'a
�^
=
-'
x
1
E.
O
oc
h
QD
I El
a
N
r
R
N
N
00
V
-
U
O
•
vu
-
\/
r
m
cq
to
'0
'°
0
0I
u c
I-
I
A 7
II
Y
0
IZ p q
VCU
I
I
I
�
r
R
I
I
�
I
I
A
2/20/89 AC 150/5345-IU
Manufacturer
ADB-ALNACO, Inc.
Crouse -Hinds
Navigation Aids
L -880 --Precision Approach Path Indicator
(AC [50.5345-28D)
Stye I Clan I _ Manufacturer's Catalog Numbe:
A I 11 I SS0IX-XXXX,44A1418-1X(66)
B it 8802X-XXXX,44A1401-1X(66)
A,B I 1,I1 26880 (Light unit) (68)
26870 (Power and control unit for
Style A systems)
Multi -Electric i A,B II 5902, 5903 (69)
Manufacturing
NOTE
Multi -Electric L-880 or L-881, made before Apn: :987. require the FAA -accepted modification from the manufacturer
Manafacta:er
ADB-ALNACO, Inc. I A II 881lX-XXXX,44A1418-2X(66)
Clouse -Hinds
Navigation Aid%
Multi -Electric
Manufacturing
L -881 --Abbreviated Precision Approach Path Indicator
(AC 150/5345-28D)
S:yle Clan Manufactures s Catalog Number
B II 8812X-XXXX.44A1401-2X(66)
A,B I,II 26881 (Light unit) (68)
26870 (Power and control unit for
Style A systems
A,B 11 5902, 5903 (69)
L -882 --Generic Visual Approach Descent Indicator
(AC 150/5345-52)
IT_
Manufacturer's Cata:og Number
--
5lanufectLrer '
Lyalpmcnt Type
-- -- I
Lamp housing Adapter unit —
. Ain•ng bar
ADB-
VASI
185100-1000,4400107 85101-0000.44CO120............
85102-0000.
ALNACO,
I 85100-2000,4400152
144AO156
Ir c I
85100-3000,4400154
Crouse -Hinds
VASI
25950-A 26005 -A .................................26041
-A
Navigation
i 26000-A i 2660C ...................................
Aids
25950 -AV
Hughey &
VASI
VA382, VA384 I VA38A2...............................I
VACB61 14
Phillips. Inc.
VA38ST, VA38S VA38A4................................
MtJu—EIectn
VAS:
5556C 5562C ...................................
5559
Manufactt.:ing I
NOTE:
PAPI Sysiems
L-880 and L-881 axe
also approved as Type L-882 systems
19
1
1
1
1
1
1
1
1
1
1
1
1
AC 150/5345-tU
Manufacturer
Devore
Aviation
L -883 --Generic Visual Approach Descent Indicator
(AC 150/S34S-52)
Equipment Type
(For Airport (For Heliport
installation) I :estallation)
PLASI I
^LASI 1I
Manufacturer
Jaquith Industries. Inc.
PLASI I
(HELI-
PLASI)
PLASI 11
(HELI-
PLASI)
Man if rn,r." a Catalog Number
Lump housing I Adapter unit
DA 1001-5
DA2001-5
DAI00I-7
00I-7
DA2001-7
2/20/89
Aiming bar
Light Structure, Lightweight
(AC 150/5345-43)
)5Pe l Class � Manufacturer's catalcg number
A FAMI
l —
Medium Intensity Approach Lighting System with Runway Alignment Indicator Lights
(MALSR)
I FAA -E-23254)
Manufacturer i Component Manu(acturer's catalog numbe
ADO-ALNACO, Inc ALL 44A1788
Godfrey Engineering. irc ALL GEA20-2325
Multi -Electric Mfg., Inc. ALL I l -A-9994
i'Z']
AC 150/5345-1U
I
1
I.
I.
1
1
1
1
I.
1
1
LAMP DESCRIPTIONS
lamp
! Drs.gnat on
Watts I
Volts
Amps
lamp manufacturer
(1)
8301
40
120
Yorkville Industries
(2)
15T6
15
120
General Electric, Philips
(3)
1ST7C
15
120
Philips
(4)
69A21TS
69
120
General Electric, Sylvania,
I
Philips
(5)
40C9' C/ST
40
120
Sylvania
(6)
25FC
25
120
General Electric, Sylvania
(7)
15A15/CL
15
120
Sylvania
(8)
25A1S,GRit,...
25
120
Sylvania
(9)
40A21/GR/CL
40
!
1120
Sylvania
(10)
6.6A/T10/IP
30
6.6
General Electric, Sylvania,
Philips
(11)
6.6A/TIO/P
45
j
6.6
General Electric, Sylvania,
Philips
(12)
4OAITS
40
120
General Electric, Sylvania,
Philips
(13)
25A/CL
25
120
General Electric, Sylvania
(14)
40TIOP
4C
120
General Electric, Sylvania
(15)
6.6AQ CL/DCR
200 1
6.6
Sylvania
(16)
20058
; 115
6.6
, Crouse -Hinds
(17)
40732
I 45
6.6
Crouse -Hinds
(18) !
40737
30
6.6
, Crouse -Hinds
(19)
HG132PPF
30
6.6
Sylvania
(20)
HGI12PPI:
45
6.6
Sylvania
(21)
EWR
150
6.6
General Electric
(22)
6.6A/T14/2P
:04
6.6
General Electric, S%Ivania,
Philips
(24)
25T8
25
120
General Electnc
(26)
6.6ATSQ/CL2
115
6.6
Sylvania
(29)
48A0071
200
66
ADB
(30)
100A21/TS
100
12C
General Electric
(31)
EXL
30
6.6
Genera! Electric
(32)
116A21/TS
116
120
General Electric. Philips
(33)
EXM
45
6.6
General Electnc
(34)
Q6.6A/T4/DCR
200
6.6
General Electric
(35)
20041-1
200
I
6.6
Crousc-Hinds
(36) ,
EVV
120
i
6.6
General Electric
(39):
55042
30
6.6
Sylvania
(40)
20496
115
6.6
Crouse -Hinds
(41)
48A0039
I
45
6.6
ADB
(42)
48AO040
65
6.6
ADB
(43)
19464
45
6.6
Crouse -Hinds
(44)
19484
65
6.6
Crouse -Hinds
(45)
55043
45
6.6
Sylvania
(48)
620PS40P
620
120
Philips, Sylvania, GE
(49)
20041-2
125
6.6
Crouse -Hinds
(50)
2C521
34 I
6.6
Crouse -Hinds
(51)
19868
45
6.6
Crouse -Hinds
(52)
58809
125
6.6
Sylvania
(53)
5S793
115
6.6
Sylvania
(54)
20538
185
6.6
Crouse -Hinds
21
I
AC 150/5345-tU
2/20/89
I
C
I
I
H
C
CH
H
H
H
I
I
I
n
I
H
II
Designataon
(55)1
58801
(56)'
6965
(57)
6859
(58)
6292
(59)
8422
(60)
MS 400/Vert
(61)
MVR/VDB 400
(62)
58746
(63)
Q6.6A/I'4/CL
(64)
40925
(65)
20624
(66)
64382
(67) '
EGM/QI000 CL/P
(68)
20531
(69)
T4DCR
(70)
44B 1643
(71)
20056
(72)
3884
(73)
77-3295
(74)
77-2818
(75)
3843
(76)'4410
(T)
4663
(78);5877
(79)
FT34HP
(80)
GN34
(81)
UIS31603
(82)
550330-14
(83)
G0I-007
(84)
15TTN
(85)
EGG
(86)
EGM
(87)
Q500PAR56/NSP
(88)
QI000PAR64/NSP
(89)
EGG/Q750CL/P
(90)
EZL
(9:)
48AD107
!
' 22
LAMP DESCRIPTIONS —Continued
200
200
30
150
!20
400
400
200
200
175
62
200
1000
200
20U
too
45
Volts I Amps
120
120
120
15
120
750
!20
1000
120
5u•
I-
1000
120
750
120
200
45
Lamp manufacturer
6 6
Sylvania
6.6
Philips
6.6
Philips
6.6
Philips
6.6
Philips
Sylvania
GE
6.6
1 Sylvania
6.6
Philips
6.6
; Sylvania, Crouse -Hinds
6.6
Crouse -Hinds
66
Osram
GE
6 6
Crouse -Hinds
6.6
Sylvania
6.6
,
1 ADB-ALNACO, Inc.
6.6
j Crouse -Hinds
Ameriel
EG&G
EG&G
•
Flash Technology
Flash Technology
Flash Technology
•
Flash Technology
IGE
•
Genesis
Genesis
Multi -Electric
TWR Lighting
GE
Sylvania
Sylvania
i
GE
GE
GE
6.6
GE
• 6.6
ADB-ALNACO. Inc.
SECTION II - FRICTION MEASURING DEVICES
tAC .50i5val2)
Manufacturer
Airport Equipment Company Al)
K.J. Law Engineers. Inc.
Bison Instruments, Inc.
Saab-Scania AB
Frict:or. measuring ecurpmenl
Skiddometer BV -1 I trailer
M 6800 Runway Friction Tester Van
Mark IV Mu Meter Trailer
Mark II Saab Friction Tester Automobile
2/20/89
AC 150/5345-1U
SECTION III - AUTOMATIC WEATHER OBSERVING SYSTEMS (AWOS)
(AC 150/52220-16)
Manufacturer
ARTAIS
HANDAR. Inc.
QUALIMETRICS
Type
Configuration Identifc.uon
AWOS-I
WEATHER CHECK V -I -B
AWOS-II
WEATHER CHECK V -2-A
WEATHER CHECK V -2-B
AWOS-III
WEATHER CHECK V -3-A
WEATHER CHECK V -3-B
AWOS-I
I HANDAR AWOS-1-:
AWOS-II
HANDAR AWOS-11-2
AWOS-Ill
I
HANDAR AWOS-IIIA-I; AWOS IIIB-1
HANDAR AWOS-IIIA-2: AWOS IIIB-2
AWOS-1
120-A. 120-B, 130-A. 130-B, 210, 220, 230
AWOS-II
121-A, 121-B, 131-A, 131-B, 211, 221, 231
AWOS-III
I
123-A. 123-B, 133-A, 133-B. 213. 223, 233
23 (and 24)
2/20/89
AC 150/5345-1U
Appendix 1
I
I
Li
APPENDIX 1 -ADDRESS LIST OF EQUIPMENT MANUFACTURERS
ADB-ALNACO. Inc. AMERIEL, Inc.
997 Gahanna Parkway 4110 Shawnee Lane
P.O. Box 30829 Atlanta, Georgia 30319
Columbus, Ohio 43230 (404)457-6760
(614) 861-1304
Appollo Lighting Company
Airport Equipment Company AB 3047 E. 14th Street
P.O. Box 20079 Columbus, Ohio 43219
Bromma, Sweden S-16: 20 (614) 252 4444
Telephone: 08871432
U.S. REPRESENTATIVE: ARTAIS
Airteco Equipment. Inc. 4660 Kenny Road
P.O. Box 10721 Columbus, Ohio 43220
Marina Del Ray, California 90291 (614) 451-8388
(213) 827-13t3
Associated Engineering
Airport Lighting Co. 1629 E. Sunnyview Avenue
8 Flintlock Ridge Visalia, California 93291
Simsbury, Connec:icut 06070 (209) 732-O760
(203) 658-O4O1
ATC International, Inc
Airport Lighting Control Co. 3250 N. Sheridan
P.O. Box 1316 Tulsa, Oklahoma 74115
Winter Park, Florida 32790 (918) 836-1938
(305) 629-4402 Behrens Construction, Inc.
Amerace Corporaccn RR #6, Box 227
Elastimold Division Country Club Road
10 Esna Park Drive Minot, North Dakota 58701
Markham, Ontario 1.3R IFI (701) 839-5643
Canada U.S. REPRESENTATIVE
(416) 475-0000 Hughey & Phillips. Inc.
U.S. REPRESENTATIVE: 2162 Union Place
Simi Valley, California 93065
Amerace Corporation (805) 581-5591
P.O. Box 300
Newburgh Road Bison Instruments, Inc
Hackettstown. New Jersey 07840 5708 West 36th Street
(201) 852-1122 Minneapolis, Minnesota 55416
(612)926-1846
Amerace Corporat;cn
Signal Products Division Carsonite International Corp
7542 North Natchez Street 2900 Lockheed Way
Niles, Illinois 60648 Carson City, Nevada 89701
(312) 647-7717 (702) 883-5104
1'
U.S. DEPARTMENT OF TRANSPORTATION
' t
FEDERALAVIAT ADMMIINISTRATION S,r :52E00,
xon
Fort Worth, Ter s
6/6/89
1
Airport Safety Daring FAA -Fumed Airport Cont.-uction and FAA
SUBJ: Facilities Maintenance
1. RJRTC16E. This Order establishes airport safety sta'rdards for FAA -fumed
' contzuand FAA aFAA facilities mainttennc ae.
2. DISIRI&Ts oN. This Order is distributed to the Section level in the
Airports and Airway Facilities Divisions, to the &anch level in the Flit
Stardaras, Air Traffic, and Civil Aviation Security Divisions, to all
Southwest Ilion field offices and facilities, and to F & F Field
InstallaticrvConstruction Representatives,
CkNCrlTAT1ON. Order SW 5200.5, Safety, RequirErents on Airports E*LrL'
Agent✓ Funded Construction Activity, dated 11/21/%5, is cancelled.
' 4. OF O-NES. This order revises and uxates criteria to be used
durino cns`ruction and maintenance on airports, consistent with as --C
A.'visorj CL*.re. 11ars aagency safety n ulatiions. _
' 5. QE==CNS .
• a. Airport Elevation - the highest point on the lanithg surface of an
•ai_-port.
b. Certificated Airport - an airport which, by law, is safety rec,,rlated by
the FAA under Part 139 of the Federal Aviation Regulations, and w.hid: cpe_-ates
.a der specific safety : equire:rsts which apply to raintenance and ccrstruct_on
aacilities or, the airport. Ce_-tificated airports are lister in Appendix 2.
c. Oiseiaced Threshold - a rw-rray landing threshold ciaoh is located at a
oci._ other .an at the beg,i: ix of the furl-st-erc`th paver'
dis1a -a-t ray be used to give landing aircraft adequate clearance over
crtrrcticn ecrirr+.ent or other objects in the approach area of a runway or
adjacent to a rrcay.
d. Ocstacle Free Zcne (OF?) - a design sta.- rd involvirc i.-agirar
surfaces in the vicinity of a rurrway. They are the Rin..-ay oF?, Lnner-
t-a._s_t_cra'_ .r ace o , are L"xer-Axrrach CFZ.
1 .
' I)5:iCLaOn' i•-.A- t , ) , A - x-4 Inrua:eo By
A - -C (T�J(1.—.-1) ; A -FAT -10 . v: o_ .
HI
SW 52CC.5A 6/6/89
e. Obstruction - a structure, natural gr th, vehicle or construction
• material which penetrates any airport L'ragi.ary surface defined by FAR Part 77,
• including primary, transitional, approach, horizontal, and conical surfaces. t the ' o. Rhelpevement. If ld t of a runway is closed y end tch is not
landing aaixi takeoff
end of the pavement. If part
bagirring at the pavement end, then the threshold has been relocated. (Note:
' this tern is not used in the Notice to Amen syste-.)
g. Safety Area - the ground surface next to runways, taxiways, and
aircraft parking areas which is expected to be graded, drained and free of any
' haza--',woos surface variations and nonfrangible objects, and w iidi.is to reduce
the risk of damage to an aircraft inadvertently leaving airport pavement.
I
h. Small Aircraft— one weighing 12,500 lbs. or less maximar, certificated
takeoff weight.
i. Large Aircraft - one weighin gg tore than 12,500 lbs. raxit..r
' certificated takeoff weight.
6. . Aviation safety is a pritrary consideration during airport
' ecrstrjcticn and facilities maintenance. These activities shat. be planned
axc sc= ftetuled to mininize disruption of nor.al a._^:aft ,.rand and air
traffic. For airports subject to FAR 107, A.rper't Security, the airport
• operator's security prostandards staards shall be orserwed in the areas of ac ess
' control, and movement and identification of corstuctic1 and FAA personnel and
vehicles.
' a. These standards shall be used to develop specific safety measures t: whi
FAA a wloyees, grantees, and contractors shall adhere to during these
act.vities or. all airports in the Southwest Region.. They provide a reasonable
tlevel of safety, but aircraft operations, weather, security, or local airpo
it
r::es may require use of more stringent safety reasrurres. Use of less StrL-ret
-
measures and changes that iitpact security controls is pe_rnitted only after
coordn ation between Airports, Air Traffic, Airway Facilities; Flight
' Stu.-:dar°s, and Civil Aviation Secsity Divisions, airport ranagemeflt, and
affect, d aviation users.
' ixt_ =:d dcx^nts for cr,-airport constructicl Cr ...a' eraflCe pr/o� s ;er• 3--
lude gee -al and specific safety regu' irerents, on Appe
,�.i/L 1 tc to s
Oder, so that contractors are awn of the rsts and ccrstraints inich w:_-
' anoly during, the project to maintain a high level of aviation -safety.
I
11
_
:_
pace _
I
6/6/69
I
I
SW 5200.5A
c. If the clearances and restrictions described in this order cannot be
Maintained 'tile construction or :raintenance is underway, action will be taken
as apprcoriate tc:
(1) cl ,e ruraays, taxiways, or aprons,
(2) relocate cr displace ruwray thz holds to orarily,
• (3) perrfon work at night or during periods of minisai
• aircraft activity,
I(4) close affec`,.rd areas to certain types of aircraft,
(5) restrict aircraft use by weight, wingspan, approach speed, or
other characteristic,
(6) shut down cr restrict use of navigational or appr-..ac.
aids.
Id. FM e-21ovees ',ac are responsible for constriction or ra Lit.erance
activities on airxYs shall coordinate project safety and secsity
regairetants and fr acts with the airport sponsor as soon as the i ncts have
• been identified b: before ca=d= -eats are -ade with contractwrs Cr others to
• pe_-forr, work on an airport. Coordination will vary fiat formal predesigr
conferences to :nforral contacts with the airport rarager or responsible
sponsor official before starting work.
7. SAFEri IA'?AC:s. Potentially hazardous conditions .tic .h ray o=- d.:ring
• airport ctnstr ct_on arti raintenance include the follcwlrlg:
a. thccavatiors, trenches, and stock: ilea t terrial on cr near rum. ys,
taxiways are aprons.
b. Ccrs`nicticn ecuipr.tnt on aixrra t operating areas or th r.1 . ay
approaches or departure areas.
c. Iradeuate cns-tz-uction area racking or :ighting.
d. Lack cf ctrto1 cver vehicle as to ais^aft coerat'_-:c
unauthorized entry of personnel, vehicles, or aninals.
e. :nadec;ate vehicle ra-rkim or 1icr ting_
f. teficient -;vim n arxf liy tip of te-xrry r_: a} t^ c: _ .
g. Failure to issue, mate, or cancel Notices tr, Ames c:cen:
airport cr .^ a}• c=cs.res or other ctr":ctrer.-reiater a:_—,. c - cxn __trs.
I
I
I Parr6
I'
SW 5200.5A 6/6/89
' h. Failure to lark and identify utilities or power cables, .� resultiin
loss of airport lighting; navigaticrnl, •::sal, cr approach. aids; weather
reporting service; or cxrm,ications.
t i. Unauthorized vehicle operations in localizer or glide slope critical
areas, resulting in electronic interference cr facility shutda.n.
t j. Construction debris (gravel, sand, .mod, paving material, etc.) on
airport pavements, resulting in aircraft prop, turbine engine, or tire damage.
' k. Dgxscd pav st edges (drepcffs) from ninways, taxiways and aprons to
adjacent pavetentt secticrs or shoulders.
1. Construction activities whici ha -ter aircraft resale/firefighting
access fran fire stations to the ru.^ ay -taxiway system or airport buildings.
n. Lack of radio cznnunicaticn with ccr.szn ction and rainterance vehicles
• ' in aircraft cpe acing areas.
8. SA. -n. srANfl',RI . Paragrapt-s a through h below define safety standards and
guidelines for FAA -funded constructicn and FAA rainterance activities c
' r. airports.
a. Obstacle Free Zcne
(1) Objects. vehicles. and szcc zi_ed-aterial norsally are not
permitted to penetrate an OFZ. OFZs are shc.,n on Figure 1.
(a) Rur,»zy OFZs are applicable at any time the runway is open for
aircraft use. On precision runways, the inner -approach and inner
transitional surface OFZs n ist be kept free of penetrations only when the
' weather conditions are below an 8CC ft. ceiling than
or less an 2 miles
visibility and aircrft are using I' c at roaches.
I
(b) Objects wa.i& do oat pe-ie; zte an OPt still ray rec.:i t
notice to the FAA t rder FAR Parts 77 Cr 52 ad ray be o� r czicrs tc air
navigation. Those objects wtdcft exceed Fk :msµ 77 obst-vct:cn starelmrds are
to be appropriately obstruction rerke arc, if usei at rdc±t, OtsznCticn
iigbtAl. Cranes or ct.ner equ pent cf unseal heier.t ray requi_e special
consideration and coordi^aticr. with FAA ccx_ating elements and airp cr t users.
I
I
1
1'
Page 4
I
I
1
C
H
I
J
LII
I
7
LI
I
H
H
H
F.
[I
6/6/Sc
SW 5200.5A
(2) The di ensions of an obstacle Free Zone are as follows: (keyed to
Figure 1).
(a) Ru.:a_v Obstacle Free Zone (See A in Figure :) ac -,.e -±s 2C0
feet beyond eac: end of the runway and has the folla+ing width for:
1 R;rrways serving small aic_aft:
Precision fr to rent runway - 300 feet
Other runways - 250 feet.
2 trrways serving large ain-iaft:
The greater of 400 feet, or
:E0
feet plus the
wingspan of the r st de^andi x
airplane,
p:•s 20 feet per
:000 feet of
airport elevation.
(Note: The n.:...ay On width for all transport n:r ways on certificated
airports in the Southwest Region (Appendix 2)is 400 feet.)
(b; Irrer-A.ppv
raach Obst`ele Free Zone See E _. _
The :n er-Approach C applies c.-dy to ;::-..•ays ends »,th
an acvroac: lighting system.
2 Ba#rmfn 200 feet f_^= the runway threshold and
ending 200 feet beyond the last light unit in an approach lighting system,
width sa-c as the Runway Oil, sloce 50:., beginning at n:rway end elevation.
(c) Inner- _z^sitional Surface Obstacle Free Zone ;See C ir,
Figure 1;
The Lnner-TMansitioral Surface CFZ applies criv t_,
precision irstn- nt r:rr'ays.
2 Slope 3:1 penerriidllar t e -_:..a.' centaz__�_ a:�c:
ersn 4in 1aara-I y f� the ekes of the n .av OF and accrtadt C:' height o; 150 feet above airport elevat_on.
1 Par 8
II
i
Sif 5200.5,1 6/6/89
1 A
C IYNT_R-:RA.tiSiTIOYA:. SURFACE OFZ
' I ?50' ABOVE AIRPORT flEVAT:ON
RUANWAY OFZ
\J: l
l
II RUX:AY
I I'
\3:l
I3..
3
' B INNER APPROACH OF:
' I I`NER-TPLAN IO�AL
SURFACE OF-
3
RUN�A`.' F: - y
1
065' = _C
1
6/6/89
SW 5200.5A
b. Approach C_eazance Over Equipment and Material.
(1) Ccrst.^lccion activity in a ru:rwav at roa h ray result in a need
to displace the landing threshold tetra_ri'_v. If an abject penetrates a
surface shown in Fig. 2, displace the threshold to a point where the surface is
not penetrated.
(2) Objects which do not penetrate these uxfacvs still ray be
obstructions to air navigation and/or may affect standard instrment approach
procedures. Coordinate these with the Airspace and Procedures Branch, ASW-530,
and the Flight Pzoce res Brarx.-h, ASr7-220, as necessary.
Runway )
End
Equipment
FAO]
A I�
T � I
Amway i E C
D
2C:1 Thrr hcld Irc-at_on Surface
D .r ensions Sra: A r --aft Large Aircraft
C 20C
I 400
C 7CC 1000
==='= 1500
Fig. 2 FL:. way T`ireshold I�cation
Pare Page 7
I1
SW 5200.SA 6/6;59
1
(2) When e; uiu-ent or ccnst-vction/-rairtena ce activity rust be on a
runway and a decision is rode to keen part of the runway open for airtraft,
part of the runway nLst be closed as shows. in Fig. 3. The ditaensions sham are
manor ded; hwever, a larger closed area than shown ray be neoesrsa.-y
1 depending on aircraft use, level cf activity, pilot technique, and equiprent
height, and a smaller closed area may be possible under same cirarrstances.
'these r'eoatrendations are based on egu.iptcrt heights of abort 15 feet; higher objects ray rewire special cazsideration.
1
1 ' Closed Area
r- USAnrr RLT:n?.Y I 500' OR 1000'--; E^uiip ntl
1
I
Use the follwina distances f_r a;. the anstructiorvirathtan&re activity to
the relocated threshold:
1• Sra1. a rcraft (12,500 lbs. or less) - 500 ft.
:.a_ye aL..ft (More than 12,500 lbs.) - 1000 ft.
C
1 Fig. 3 Relocated Th.-esho:d Fcr Equiprent cn the Thr Wray
Li
H
I
Fl
1 Page 8
•
6/6/89 SW 5200.5A
U.
' C. Runway and Taxiway Safety Areas.
(1) Runway safety areas - construction cr .mainttna ce activity is
prohibited in nr way safety areas while the full lenegth,of the nanay is open.
'• Martial al Fmaintenance of visual, approach, and navigational aids is
permissible within safety areas provided vehicles, iaterial, and excavations do
cwt penetrate a runway 0FZ and requirenmts of paragraph. 7b for approach
'• clearance aver vehicles, equipment and material are net.
(2) Rurvav safety area dimensions are she n in Fig. 4. Existing
' safety areas at a particular airport may be larger or smaller than the standard
dimension listed. If construction or maintenance activity rust take place
within the specified safety area, it is also acceptable to restrict the runway
use to a smaller size of aircraft and tse a nanwer ardor shorter safety area
dimension for the duration of the activity.
at
I Runcray C —S
Safety Area
] 'May DIG' CAT"...ORY SAFETY AREA DIMC4SI0NS (Ft.)
a or b (1) c (2)
' Utility AC 150/5300-4
I
a. Visual
or Norrecision
Design
Grata _T
30
120
200
Design
Gru.:� II
40
:50
I 3CC
b. Precision Irstrw ent
Design
Grout I
1100
110
30C
600
Design
Grw ::
300
6CC
Design
C:tx.'a III
100
3CC
1 600
2. Transport AC 150/5300-12 500 (3; j :000
U(1) Use dirensior. a or b, vhi&.ever results in the greater fl'_sra.-ice fns^ the
nrraay centerline.
(2) Use dimension c Cr the e>_s :L -x• safety area 1cxt^., tid^e•_•e- is is,
bit no less than 200 feet.
' (3; Sam certificated aipermit
_ crts have cr .sc of 43c -foot wide n'' -ay
safety areas during construct on and mainttenarnce. Ccc mate pis with.
the Arrp its Safety Sect.icr., ASW-65:.
' Fig. 4 R.unray Safety Areas
1
•
' SW 5200.5A
6/6/89
(3) Taxiway safety asps/ctstacle free areas - see Fig. 5.
c nstxuction/r:ntenance activity is permissible in taxiway dstac_e free
areas are safety areas if the activity is hazard narked and/or lighted and
' NUTJt are in effect. Special consideration mist be given to the, height of
barricades, flashers and other warning devices to clear aircraft wingtips,
propellers, engines etc. Other actions may be necessary such as:
' - Using "Vingaalkers" to guide aircraft past hazards,
- Using tengoorary taxiway marking/lighting to detour aircraft
clear of the area,
- Moving eguipnent and personnel well clear to allow aircraft to
' pass safely.
-----------—r-------------
1
1
1
1
Taxiway Safet
' y Area Width
;axiway Obj en
• Free Area Wider'
•
(_) Typical ai_"`" -. :::,.,i �rrcpx are
' Page 10
DGroup sign (:;
Itet I I II III IV V
49 79
SS 13C
118 171
:So :SC
Fic. 5 Tzxiway Clears
I- c
6/6/69 SW 5200.5A
d. Marking and Lighting
(1) Te-cra_ry displaced ^,--S.-v threshold -
(a) Mark with yellow arrows and a white threshold stripe as
shown in A.C. 150/5340-1, or
(b) Use alternate ra'idng which is:
.1 Clearly visib.e to the pilot,
2
Not misleading,
cacfusing,
or deceptive,
3
Secured in place
-to prevent
ncvezrnnt,
4 Made of material c.7ich will minimize damage to ai_cxaft
whic1`. cars in contact with the rarki.x.
(2) Te�orary relocate r ,.av threshold (partial closure of a
runway):
(a) Mark with yellcc.• c -.c. ors as shar. in A.C. 15C/5340-1, or
use alternate ra_rki.-xl as described th per. lb above.
(b) Runway distance re -a_ -ling signs ray need to be covered or
rercved during the closure.
(3) Teit nary n:nwav thresholds Test be liohted if all or part of a
naaray is to be open at night durLrrj construction or raintenarxe. The airport
operator ray already have terpera-ry t.retold lighting available, but this
should be determined in advance.
(a) Use :it lens u.c:-s and spacing in A.C. 150/5340-24,
Runway and Taxazy Edge Lighting S; ste--.
(b) D sab.e
edge lid s an t�esh°ld lights cr, closed
parts of
zv^ways. Cr sore lighting sys .,^ __
-av ce n ss ry to ;e- a l:fit rather
than ra-wing the lamp or
f rare.
(c) Disable
visual c_:de
s.cee irritators (VAST, p. rI,
r..ASI,
etc. ) , REIL,
and approach
lights - -S -^
_cLdd otherwise give ms.ea�'
LIdicatic.-Ls
to pilots as to the ttesc:d
location. Installation of
tee_ cra_^:
visual aids
ray be necessary
to pr`::de
adeuuate guidance for pilots
or.
approach tc
the affected nr. z.:.`-
-2•: • r
be fund c_ rrcv_ced C•
`� �
^.e rr, or
the sp isc-
Pars `' -
SW 5200.5A 6/6/&9
(4) Closed rurr..av rzring:
(a) Use yellow "X" marking as stew, in A.C. 150/5340-1.
' (b) Closed n rrway marking is not required cn airports with
24 -hour Cbnt_'t1 'Iwers if the closed runway canrnt be mistaken by pilots for
nearby open runways and the airport operator ccrsents to omitting them. In
' same cases, closed runway marking could interfere with the use of the runway
for aircraft taxiing if this is to be allowed while the runway is closed for
landings and takeoffs.
(c) Closed runway rarking is not required an runways which are
closed only at right provided that:
•I Runway lighting and vista. aids are off,
2 Notaas are in effect regarding the closure.
(5) Eazard nark (barricades, traffic cones, flashers, etc.) shall
(a) To outline wrs�.:ct'-c4 ..-ai-�enarxe areas a`icti are
accessible to an- aft, perscrs, or vehicles,
(b) To identify isolated haza_t s,:ch as open .manholes, wall
areas u-ider rear, stc cez rater' -al, :.ante areas, etc.,
(c) o prevent aircraft f.`c taxiing onto a closed n rr..ay for
takeoff,
(d) To identify FAA, airport, and National Weather Ser/ice
facilities, cables, power lines, XIS critical areas and other sensitive areas,
in order to prevent da-ace, interference, and facility shutdown.
e. Navication kds and Irstre^.t Ammo:^ Procedures
(1) `e need to shit d r. -.:a ic=t_c-a:, app—ae`., or viszi aids
shall be dep'rtej on a case -by -case zas.s. -light Staniar -s, Air Traffic,
Airports, and Airway Facilities offices sha_ . be involved in the decision as
necessary.
(2) Ms. - «:c-' c-- cr rna- a.s -ay severely restrict the use of
Stan-L'c' Irst_.rn-t Approac`, Peiur, and all pi^ases of the project shall be
cccr r. ted with the Flig!t Prr...Yres w -±c.. ASW-220. to deter. -one th
e
' effects.
f. Notice _. Ane.^ ( C2Y:
mss'"=ticn cr ra .mPri?.nce brims. 1�P..'_'" t Cr'e_" 7930.1, Noboru_ tict:(� t^
Amer. Systc-.
I
6/6/89
L
I
L
I
I
H
I
P
I
I
I
I
l;
I
SW 5200.5„
(2) Notams on shutdown or irxeaula_r operation of FAA-a.ned facilities
shall be issued and cancelled only by FAA erployees. Notars on airport
conditions shall be issued and cancelled only by the airport sponsor. Any
Person having reascn to believe that a Notam is missing, it rplete, cr
inaccurate shall notify the responsible person.
g. Vehicle Identification. FAA employees who operate vehicles on an
airport shall ciiply with the airport owner's rules for vehicle tarkirg
lighting, and operations, unless FAA requirements are more stringent. -
Vehicles operated by FAA employees an active runways, taxiways, or safety
areas shall be marked with orange and white flags or flashing yellow beacons
ding daylight haul, and with flashi.xq yellow beacons at night. Contractors
and suppliers shall be informed of the applicable reuiirnironth of the airport
sponsor by the FAA or airport sponsor employee responsible for the work.
h. Controlling Access To Aircraft Operational Areas
(1) Vehicle and pedestrian ass routes for airport constrac`ticn and
maintenance shall be controlled as necessary to prevent inadvertent cr
unauthorized entry of perscrs, vehicles, and an;a,e's. The amount of
construction traffic or local security/safety rules may require use of
personnel to control access through gates or lent mg, or across aircraft
reverent areas. Radic ctn1cations may be required between these personnel
and a Control 7be.,er if equipment and personnel rust enter or cross an active
Aircraft ?tve•rert Areal
(2) Vehicle pa=ki_*c areas for FAA and contractor erclovees shall be
designated in advance to ,minimize vehicle traffic in aircraft moverect areas
tie still providing reasonable employee access to the job site.
9. STAN k"D SAFETY SPECIFTC,TTONS. General safety provisions which apply
daring contract cork on ai_•perts are contained in the follwing dotrients:
a. Fac:_ities are E tiprent (F & £) Prcgran projects - Additional General
Provisions, FAA P-1, C?a•se No. 75, "Special Precautions for Work at Cperati-:c
Airports"
b. Ai -port L,:,^:epe^t Pxram (AIP) projects - Advisory Cirnlaz
150/5370-10, "Stanch s for Specifying Construction cf Airports," General
Provisions 40-05, Maintenance of Traffic; 70 -CS, 'rricades, warm.• Signs,
and Fazard Parking; 60-04, Limitation of Operations.
Pars :'. _ a
SW 5200.5A
I1
' 10. PRDJ I SePECIf?CATI0NS. Specific safety rr irrgu irents for a project ray be
developed using the guide in ApoereLx 1 cf this Order, or ray be crit`,.an cr
provided in other funs sthich provide s• Liar guidance. The project safety
requi ezents shall be included in the plans and specifications, as applicable,
'when an invitation for bids is issued.
Don P. Watson
Regional Ad;rinistratar
I
[_I
I
I
I
[1
I
Page :4
I
I
APPENDIX B
I
I
I
I
I
I
I
i
awtlrn./
GMoolllo/
to g'A. .
Ieosronloo
royttn MIN, Arh n
AC 150/5345-1U
Appendix 1 2/20/89
Control Industries, Inc.
409 Lafayette Avenue
' Urbana, Ohio 43078
(513) 653-7694
'Crouse -Hinds Navigation Aids
1200 Kennedy Road
Windsor, Connecticut 06095
(203)683-4300
DeVore Aviation Corporation
61&. Kircher Boulevard, N.E.
' Albuquerque, New Mexico 87109
(505) 345-8713
1 Eaton Corporation
9475 Center Road
Fenton, Michigan 48430
(313) 629-5361
' EG&G, Inc.
35 Congress Street
' Salem, Massachusetts 01970
(508) 745-3200
Fields & Associates
' 8626 G Street
P.O. Box 6007
Oakland, California 94603
(415) 569-7929
Flash Technology Corporation
55 Lake Street
Nashua, New Hampshire 03060
(603) 883-6500
' Gainer Machine, Inc.
103 North 12th Street
P.O. Box 401
Gladstone, M:chigan 49837-0401
(906) 428-4800
Godfrey Engineering Inc.
1 P.O. Box 260803
Tampa. Florida 33685
(813) 855-4428
IHANDAR.Incorporated
1188 Bordeaux Drive
Sunnyvale, California 94089-1281
(408) 734-9640
Hevi-Duty Electric Co.
Box 268
Goldsboro, Nonh Carolina 27530-0046
(919) 734-8900
2
Hughey & Phillips, Inc.
2162 Union Place
Simi Valley, California 93065
(805) 581-5591
Jaquith Industries, Inc.
East Brighton and Glen Avenues
P.O. Box 780
Syracuse, New York 13205
(315) 478-5700
Joy Industrial Equipment Company
Molded Rubber Products Division
Rot.te 4, Box 156
La Grange, North Carolina 28551
(919) 566-3014
Killark Electric Manufacturing Company
A Subsidiary of Hubbell Incorporated
Electric Way
Christianburg, Virginia 24073
(703) 382-6111
K.J. Law Engineers, Inc.
23660 Research Drive
Farmington Hills, Michigan 48024
[313)478-3150
Manairco, Inc.
Boa Ill
\:ansfield, Ohio 44901
(419) 524-2I21
Maria Miranda Co.
8275 San Leandro Street
Oakland, California 94621
(415) 635-6551
Molded Electric Products Corp.
464 Pratt Street
Meriden, Connecticut 06450
(203) 235-4424
Mjlti-Electric Manufacturing, Inc.
4223-43 West Lake Street
Chicago, Illinois 60624
(312) 722-I900
National Airport Equipment Co.
5920 Wayzata Boulevard
Minneapolis, Minnesota 55416
(612) 545-4157
I
2/20/89
AC 150/5345-tU
Aooendix 1
1
I
Olson Industries, Inc.
P.O. Box 758
Star Route 4
Atkinson, Nebraska 68713
(402) 925-5090
Standard Signs, Inc.
3190 East 65th Street
Cleveland, Ohio 44127
(216) 341-5611
' OY ENSTO AB TWR Lighting. Inc.
P.O. Box 55606
P.O. Box 77 Houston, Texas 77255
Pohjantuulentic 2, (713) 973-O904
SF -06101 Porvoo 10, Finland
U.S. REPRESENTATIVE: Unipar, Inc.
Crouse -Hinds Navigational Aids Box 1056
' 1200 Kennedy Road State College, Pennsylvania 16801
Windsor Locks, Connecticut 06095 (814) 238-6481
(203) 683-4300
LPacific Autopost, Inc. Unitron International Systems, Inc. P.O. Box 4321 4405 International Blvd.
Laguna Beach, California 92652-4321 Suite B-116
(714) 494-8100 Norcross, Georgia 30093
(404)923-3185
QUALIMETRICS, Inc.
1165 National Drive Universe, Inc.
Sacramento, California 95834 1833 West Hovey Avenue
(916) 923-0055 Normal, Illinois 61761-4315
(309) 454-5665
' Saab-Scania AB
Saab Car Division
Department AMSF
Nykoping, Sweden S-611 81
Telephone: 015544517
U.S. REPRESENTATIVE:
Saab-Scania of America, Inc.
One Saab Drive
Orange, Connecticut 06477
(203) 795-5671
Safe -Hit Corporation
1930 West Winton Avenue, B:gd. II
• Hayward, California 94545-9990
(415) 783-6550
Safe -Way Sign Co.
' 281 Enfield Street
Enfield, Connecticut 06082
(203) 745-1647
I
Valley Illuminators, Inc.
Box 88866
Tuckwila, Washington 98188
(206) 564-2067
Westinghouse Canada Inc.
(PG 390)
Box 510
Hamilton Ontario
L8N 3K2, Canada
(416) 528-8811 EXT 4151
L: S REPRESENTATIVE:
Mr. R.A. Williams
Manager of Industrial Sales
Westinghouse Electric Corporation
2040 Ardrrore B:vd.
Pittsburgh. Pennsylvania 15221
(4:2) 636-3233
3 (and 4)
AC 150/5345-1U
2/20/89 Appendix 2
I
APPENDIX 2_ QUALIFICATION PROCEDURES
1. QUALIFICATION PROGRAM. A qualification program has been established by the Federal Aviation
Administration (FAA) for certain equipment components which are unique to aviation. This program is ad-
' ministered by the Office of Airport Safety and Standards and is intended solely for that equipment funded
for installation under Federal grant assistance programs for airports. The purpose of the qualification pro-
gram is to insure that the equipment meets the required standards for safety, performance, quality, and
' standardization. Manufacturers submitting products for qualification must have a representative in the
United States to provide aftermarket services to purchasers of the equipment.
2. EQUIPMENT COVERED BY THE QUALIFICATION PROGRAM. The equipment included in the
' 150 series of advisory circulars, as listed in the contents of this advisory circular, is covered by the qualifica-
tion program. The equipment covered may be changed periodically to reflect changing needs in airport
equipment. Procedures for qualification of Automatic Weather Observing Systems (AWOS) may be found
in AC 150/5220-16.
3. SUBMITTAL OF QUALIFICATION REQUESTS. Requests for qualification approval must be sub-
mitted in writing to the Office of Airport Safety and Standards, Attention: AAS-200. Federal Aviation Ad-
ministration, 800 Independence Avenue, S\%', Washington, DC. 20591. This request must include:
a. A list of the types, classes, styles, and sizes of equipment, along with the manufacturer's catalog
numbers. for which qualification approval is requested. A list of equipment options should also be included
' when so specified in indivtdua! equipment specifications.
b. Engineering drawings of the equipment to permit determination of adherence to specification design
rec u irements.
' c. A copy of proposed test procedures and test data sheets and a statement as to whether the manufac-
turer proposes ;o rouduet the tests or name and location of an independent testing laboratory where the
tests are to be conducted. Since the FAA reserves the right to witness any or all tests, the manufacturer
should not commence the tests until advised whether the FAA elects to witness, or waives the option to
w::r.ess. the tests. The manufacturer shat: give the FAA at least 2 weeks' notice prior to starting tests.
d. A statement that the manufacturer agrees to provide the following minimum guarantee for the
' equipment
"That the equipment has been manufactured and will perform in accordance with the applicable specifi-
cations and that any defect in design, materials, (excluding lamps), or workmanship which may occur
during proper and normal use during a period of I year from date of installation or a maximum of 2
}e:rfrom date of shipment will be corrected by repair or replacement by the manufacturer f.o.b
' e. A statement that the manufacturer agrees to provide and maintain a quality control program in ac-
cordance with FAA -STD -013, Quality Control Program Requirements (copies of this document may be
obtained from the Federal Aviation Administration, 800 Independence Avenue, S W., Systems Engineering
Service. Washington. D.C. 20591). The manufacturer shall provide a copy cf the proposed quality control
plan.
f. A copy of the proposed instruction manual for the equipment.
4. REVIEW PROCEDURE FOR QUALIFICATION REQUESTS. The manufacturer will be notified
with n I week after receipt of the qualification request whether the FAA elects or waives the option to
wiirie'c :es:s and whether the proposed test procedures and test data sheets are acceptable. Notification of
acceptance. or of changes required for acceptance, of the quality control plan, instruction manual, and the
1
AC 150/5346-1U -
Appendix 2 2/20/89
equipment design will be made within 30 days. The manufacturer will be notified in writing within 2 weeks
after the Iasi submittal of the required documentation or test results, if acceptable, that the equipment is
approved. The manufacturer must provide 10 copies of the approved instruction manual within 30 days after
• approval of the equipment These manuals are required by various FAA field offices in monitoring the ap-
proval of equipment. The approval will be subject to the condition that it may be rescinded if:
a. The manufacturer fails to provide the required instruction manuals.
b. The manufacturer fails to honor the guarantee (paragraph 3d) or does not maintain quality control
in accordance with the approved plan (paragraph 3e).
c. The equipment has an unsatisfactory failure rate (paragraph 6).
d. The manufacturer fails to perform the required production tests (paragraph 5).
e. Changes are made in the equipment a ithout FAA approval (paragraph 7).
f. The equipment specification :s cancelled or is revised and the manufacturer fails to requalify
(paragraph 8).
5. TESTS. The manufacturer must successfully pass all tests in the applicable specification. The manufac-
turer shall provide all necessary equipment and bear all testing costs. All tests shall be performed at facilities
located within the United States of America. Where the FAA waives the option to witness tests, the manu-
facturer must submit a certified copy of all test reports. In addition to qualification tests, each equipment
specification requires some tests to be conducted on each, or a sampling of, production units. The manufac-
' turer must retain records of the production tests for 3 years, unless other wise specified in the equipment
specification, and permit the FAA (approving office) to witness such tests or inspect previous records cn
request.
• 6. UNACCEPTABLE FAILURL RATE. Since reliable equipment is of prime importance to safety of air-
craft operations. equipment ss hich proves unreliable in use must be removed from the approval listing. "1 -he
determination of unreliabili:y must be based on judgment and experience with equipment of a like nature
Where any such equipment is deemed to have an unsatisfactory failure rate or is deficient in workmanship
or materials, the manufacturer will be notified in writing as to the basis for this determination. The manufac-
turer shall then notify the FAA in writing as to its plan of action for correcting the problem. lithe manu-
facturer does not resolve the problem within a reasonable time (the time frame will, of necessity, be based
on safety considerations and/or the nature of the problem), the equipment will be removed from the approv-
al listing. The FAA reserves the right to require the equipment to be subjected to any or all qua::5cation
tests when the equipment has been deemed unreliable or deficient in materials or workmanship.
7. MODIFICATIONS TO EQUIPMENT. Once the equipment has been approved, the manufacturer may
rol make any changes in the equipment without prior FAA approval. Requests for design or component
changes must be submitted to the office listed in paragraph 3 and must be accompanied by supporting docu-
mentation plus 10 copies of the revised instruction manual pages which reflect the proposed change. Substi-
tution of stock electrical items such as resistors, capacitors, transistors, etc.. which are identicair. rating and
size and which are equal or better in c.ia:ny does not require FAA approval. This exception does net apply
Ito lamps.
8. REVISION' OF SPECIFICATIONS. It may be necessary at times to revise the specification for a par-
ticular equipment to reflect changing needs of aviation or of new technology. In such a case the revised
equipment specification will contain ar. effective date, normally 6 months, at which time the prior approval
' automatically expires unless the manufacturer has been requalified to the revised specification. Manufactur-
ers are informed by letter and supplied a coy of the revised specification within a few days of its issuance.
The procedure for requalification is :he same as for the original qualification as discussed in paragraph 3
with the following exceptions
a. The manufacturer does root have to resubmit the quality control plan.
• b. Depending on the nature of the equipment modification it may not be necessary to perform all qual-
ification tests. Exemption from certain tests may be granted when requested and justified by the manufactur-
er that the lest is not applicable to the modified design.
2
' AC 150/5345-1U
2/20/89 Appendix 2
9. EXEMPTION FROM SPECIFICATION REQUIREMENTS. No exemptions from the specifications,
except as specified in paragraph 8, will be granted. However, it is recognized that equipment specifications
may not cover all specific design and operational applications and that equipment may be submitted for
approval that does not meet all specification requirements. If the proposed design is considered to have
merit, then the applicable equipment specification will be revised to reflect the proposed design and submit-
, ted for comment through the normal coordination process with the aviation community. If no valid adverse
comments are received on the proposed revision, then the proposed design may be given an interim approv-
al before final approval and publication of the revised specification. In such cases, other manufacturers of
similar equipment will be notified of the approval and of the forthcoming specification revision.
10. PUBLICATION OF APPROVAL LISTINGS. A listing of approved manufacturers will be published
in this advisory ^rcular which will be updated in January and July of each year. Changes in approval list-
, ings made between publication dates may be obtained from the office listed in paragraph 3 or from those
FAA offices as listed in AC 150/StN1t1-3, Address List for Regional Airports Divisions and Airport District/
Field Offices, current edition.
' 11. FREEDOM OF INFORMATION ACf. Documentation submitted to the FAA for qualification ap-
proval may he ^ode ava:iable to the public upon request through the Freedom of Information Act. Material
marked "propnc:ary' will not be accepted under this approval process.
I
I
I
I
Li
I
I
' 3 (and 4)
' AC 150/5345-1U
2/20/89 Appendix 3
r,
APPENDIX 3 -SPECIFICATION FOR LAMP LIFE TEST PROCEDURE
1. PURPOSE. This appendix specifies a test method for establishing lamp life for airport lighting fixtures.
This procedure shall be accomplished on each new fixture design or on any design change which will affect
lamp life.
2. SCOPE. This procedure shall be performed on all lamps having a specified lamp useful life of 17,500
' hours or less.
3. DEFINITIONS. The following terms are defined for the purpose of this procedure:
' 3.1 RATED LAMP LIFE, The mean life of the lamp while installed and operated in a lighting fixture as
established by test and calculation described in this procedure.
3.2 LAMP USEFUL LIFE. The portion of the lamp operating characteristic where the photometric
output of the lamp operating in the fixture is within specification requirements.
3.3 LAMP OPERATING TIME. The time that electrical service to the lighting system is on and cortacts
to lamp circuits are closed.
3.4 ACCELERATED TESTING. The testing technique used to compress the time to operate a lamp to
end of useful life white under test. A correlation between performance of the lamp under normal operating
conditions and the conditions for accelerated testing must be estaulished. Note: Accelerated testing can not
' be performed on tungsten halogen lar.: fs.
4. REQUIREMENTS PRIOR TO TEST COMPLETION. Lighting fixture manufacturer shall comply
with the following requirements prior to completion of lamp life tests. This period is considered to cover
the period of time between qualification approval and FAA acceptance of lamp life test results.
4.1 CONDITIONS FOR QUALIFICATION APPROVAL. Lighting fixture manufacturer testing program
shall be run in accordance with written procedures which have been reviewed and approved by the Office
of Airport Standards Lighting fixture manufacture, testing program shall be in accordance with the test
methods specified in this appendix. A precondition for equipment approval 'hail be that normal lamp life
testing has begun and :s being performed in accordance wiih lighting fiat: •r manufacturer procedures and a
scheduled date for test completion has been set
4.2 LAMP LIFE ESTIMATE. The lighting fixture nianufacturers shall use the most conservative lamp
designers life rating, derated by 15 percent. Lighting fixture manufacturer shall not credit lamp life for any
techniques or devices he uses to extend lamp life. Lamp life shall be quoted as "Lamp life estimated" during
this period
• 5. TEST SPECIFICATION. The test procedure is divided into two parts. normal and accelerated testing.
Although normal testing is preferred, accelerated testing is acceptable under special circumstances. When
accelerated testing is performed, the test shall be backed up with a normal test as soon as practical. Acceler-
ated test reports shall include a schedule indicating when normal testing will be completed. Normal testing
• may be waived by the FAA if a correlation verified by test exits.
• 5.1 NORMAL TESTING.
a. The test shall consist of a minimum of 10 randomly selected lamps installed in the fixture for which
life data is being established. If additional lamps are to be tested, the tests shall be performed in multiples 10
lamps.
b. Lamps shall be installed in the fixture and tested in the configuration which simulates the actual as
installed condition of the light system (e.g., inpavement lights should be tested with lamp fixture installed or,
the smallest base can which in turn is buried in a non -heat absorbing medium such as sand).
AC 150/5345-1U
Aooendix 3
c.
Where lighting system power conditioning
equipment
is located remote from lamp units in the field,
cabling
between lamp and system components shall
be shortest
allowed by design.
d. Light system shall be operated at highest lamp manufacturer rated voltage or current using ap-
proved regulators or current supply having 1 percent regulation. The duty cycle shall consist of 20 hours
lamp operating time and 4 hours de -energized. Voltage controlled system be operated from a supply having
3 percent regulation.
Testing shall continue until 90 percent of all lamps have reached end of lamp useful life.
f. Tests shall be performed in a controlled environment at an ambient temperature between 60 and 80
degrees fahrenheit..
g. Electrical service voltage and current; lamp voltage and current; and for discharge type lib
pulse train wave shape and frequency shall be randomly recorded using calibrated instruments during
test period to verify that control circuits are functioning and that input energy is maintained .........
ance. As a minimum these parameters shall be checked twice a week.
h. A daily log shall be maintained at the test site. The log shall record lamp condition (e.g., whether
the photometric output of the lamp exceeds minimum specification requirements), date, time, comments and
person performing the check.
I. The pulse train wave shapes sha:l be monitored continuously during the duty cycle for discharge
type lamps. Out of tolerance condition shall be logged. As a minimum the following s`._Il be monitored for
out of: ' _ranee conditions:
Pulse train frequency
Voltage or current to :anp circt its
a. Accelerated testing may be performed when normal testing is estimated to exceed 180 calendar
days or to provide a basis for estimating la.-np life on short notice such as when evaluating new designs.
Under no circumstances should accelerated testing reduce the normal test time by more than 1/3 of the
normal test time based on lamp manufacturer life estimates. All accelerated tests shall be followed by normal
tcstinc n accordance with section 4 1 +n eciablish a correlation between accelerated and normal test rated
lamp life test results.
b. Accelerated tests shall follow the procedure described in 4.1 with the exception that the appropriate
rnammeters are increased so that the estimated test time is reduced as specified above.
c. In addition to the documentation requirements defined below, the testing authority should provide
the rationale for selecting the parameters for the accelerated tests. Lamp vendor data shall form the basis for
a. Form a list of the 90 percent of the lamps which ha'e reached the end of lamp useful life. List
should include lamp number and lamp operating time as calculated below. This information should be ar-
ranged in ascending order of lamp operating time.
b. Lamp operating time :s calculated by multiplying the number of full days that the lamp was operat-
ing by 20 (hours).
10 percent lowest lamp operating times from the calculations below.
e. If the standard deviation is greater than 50 percent of the mean, delete the lamps with th
cent highes: and 10 percent lowest lamp operating times from the table. Recalculate the mean and
deviation for the remaining 60 percent of the lamps on the list.
Lamp life is the mean calculate above. rounded to the nearest 50 hours.
' AC 150/5345-1U
2/20/89 Appendix 3
7. DOCUMENTATION.
' a. A lest report documenting the test results and containing a copy of the calculations shall be pre-
pared. As a minimum, the report shall include the information listed below.
b. A drawing or sketch of the test setup indicating installation of the test fixture(s), instrumentation,
and a block diagram indicating all electrical interconnections. This drawing snail be of sufficie„ a detail so
that an independent laboratory may perform the test and replicate the test results.
IC. A calculation sheet indicating number of days each lamp operated, lamp operating hours and data
used in calculating the mean and standard deviation.
' d. Copy of all wave shapes recorded in 4.0 with calibration. markings.
e. A description of all malfunctions which occurred during the test period including type of malfunc-
tion, date of occurrence, corrective action taken, and QA concurrence on resolution.
f. A summary of the pulse train out of tolerance conditions shall be included. The summary sha:i list
specific type of out of tolerance condition, number of limes occurred and frequency of occurrence.
1
1
1
1
1
i
1
1
1
1
1 3 (and 4)
I
H
I
LJ
I
I
I
[I
I
I
I
I
L!
I
I
I
I
APPENDIX C
I1cc,.I M
6i tjfl
n.'.
Sawn 'itS
gJ/fNws. ark.
I
' APPENDIX D
List of Supplies/Materials that the U.S. Government Has
Determined Are Not Produced In the United States In Sufficient
and Reasonably Available Quantities And of Sufficient Quality
(Jan 1991)
Acetylene, black. Diaronds, industrial, stones
Agar, bulk. and abrasives.
Anise. Emetine, bulk.
Antimony, as metal or oxide. Ergot, crude.
Asbestos, amosite, chrys- Erthrityl tetranitrate.
olite, and crocidolite. Fair linen, altar.
' Bananas. Fibers of the following
Bauxite. types: abaca, abate, agave,
Beef, corned, canned. coir, flax, jute, jute
' Beef extract. burlaps, palmyra and sisal.
Bephenium Hydroxynapthoate. Goat and kidskins.
Bismuth. Graphite, natural, crystal -
Books, trade, text, line, crucible grade.
t technical, or scientific; Handsewing needles.
newspapers; pamphlets; Hemp yarn.
magazines; periodicals; Hog bristles for brushes.
printed briefs and films; Hyoscine, bulk.
not printed in the United Ipecac, root.
States and for which Iodine, crude.
' domestics editions are not Kaurigum.
available. Lac.
Brazil nuts, unroasted. Leather, sheepskin, hair
Cadmium., cres and flue dust. type.
' Calcium cyanamide. Lavender oil.
Capers. Manganese.
Cashew nuts. Menthol, natural bulk.
' Castor beans and caster oil. Mica.
Chalk, English. Microprocessor chips (brought
Chestnuts. onto a construction site as
' Chicle, separate units for incor-
Chrome ore or chrcmite. poration into building
Cinchona bark. systems during construction
Cobalt, in cathodes, or repair and alteration of
' rcndelles, or other primary real property.)
ore and metal fo ws. Nickel, primary, in ingots,
Cocoa beans. pigs, shots, cathodes, or
•' Coconut and coconut meat, similar forms; nickel oxide
unsweetened, in shredded, and nickel salts.
desiccated or similarly Nitroguanidine (also known as
prepared form. picrite).
Coffee, raw or green bean. Nux vomica, crude.
Colchicine alkaloid, raw. Oiticica oil.
Copra. Olive Oil.
Cork, wood or bark and waste.
Cover glass, microscope
slide.
Cryolite, natural.
Dammar gut.
I-
I
I
1
1
I
I
I
I
1]
I
I
I
List of Supplies/Materials that the
Determined Are Not Produced In the
and Reasonably Available Quantities
(Jar. 1991) (CONTINUED)
Olives (green), pitted or
unpitted, or stuffed, in
bulk.
Opium, crude.
Oranges, mandarin, canned.
Petroleum, crude oil, un-
finished oils, and finished
products (see definitions
below)
Pine needle oil.
Platinum and related group
metals, refined, as sponge,
powder, ingots, or•cast
bars.
Pyrethrum flowers.
Quartz crystals.
Quebracho.
Quinidine.
Quinine.
Rabbit fur felt.
Radium salts, source and
special nuclear materials.
Rosettes.
Rubber, crude and latex.
Rutile.
Santonin, crude.
Secretin.
Shellac.
Silk, raw and unmanufactured.
Spare and replacement parts
for equipment of foreign
manufacture, and for which
domestic parts are not
available.
Spices and herbs, in bulk.
Sugars, raw.
Swords and scabbards.
Talc, block, steatite.
Tantalum.
Tapioca flour and cassava.
Tartar, crude; tartaric acid
and cream of tartar in bulk.
Tea in bulk.
Thread, metallic (gold).
Thyme oil.
Tin in bars, blocks, and
pigs.
Triprolidine hydrochloride.
2
APPENDIX D
U.S. Government Has
United States In Sufficient
And of Sufficient Quality
Tungsten.
Vanilla beans.
Venom, cobra.
Wax, canauba.
Woods; logs, veneer, and
lumber of the following
species: Alaskan yellow
cedar, angelique, balsa,
ekki, greenhart, lignun
vitae, mahogany, and teak.
Yarn, 50 Denier rayon.
I.
APPENDIX D
List of Supplies/Materials that the U.S. Government Has
1
Determined Are Not Produced In the United States In Sufficient
and Reasonably Available Quantities And of Sufficient Quality
(Jan 1991) (CCNTINUED)
Petroleum terms are used as follows:
I
h
I
V.
I
"Crude oil" means crude petroleum, as it is produced at the
wellhead, and liquids (under atmospheric conditions) that
have been recovered from mixtures of hydrocarbons that
existed in a vaporous phase in a reservoir and that are not
natural gas products.
"Finished products" means any one or more of the following
petroleum oils, or a mixture or combination of these oils,
to be used without further processing except blending by
mechanical means:
(A) "Asphalt" - a solid or semi -solid cementitious
material that (1) gradually liquefies when heated, (2)
has bitumins as its predc:;inating constituents, and (3)
is obtained in refining crude oil.
(B) "Fuel oil" - a liquid or liqu
product burned for lighting or for
heat or power and derived directly
crude oil, such as kerosene, range
oils, gas oil, diesel fuel, topped
residues.
efiable petroleum
the generation of
or indirectly from
oil, distillate fuel
crude oil, or
(C) "Gasoline" - a refined petrcleua distillate that,
by its consumption, is suitable for use as a carburant
in internal combustion engines.
(D) "jet fuel" - a refined petroleum distillate used
tc fuel jet propulsion engines.
(E) "Liquefied gases" - hydrocarbon gases recovered
from natural gas or produced from petroleum refining
and kept under pressure to maintain a liquid state at
ambient temperatures.
1 (F) "Lubricating oil" - a refined petroleum distillate
or specially treated petroleum residue used to lessen
1 friction between surfaces.
(G) "Naphtha" - a refined petroleum distillate falling
within a distillation range overlapping the higher
gasoline and the lower kerosenes.
I
3
1