Loading...
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