Loading...
HomeMy WebLinkAbout136-98 RESOLUTIONRESOLUTION NO 13 6 9 8 A RESOLUTION AWARDING BID NO. 98-76, IN THE AMOUNT OF $386,907.40, TO ROBERT BAILEY ELECTRIC, INC.; AND APPROVING A PROJECT CONTINGENCY AMOUNT OF $38,690, FOR THE AIRFIELD TAXI LIGHTING REHABILITATION PROJECT. • BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1 That the City Council hereby awards Bid No. 98-76, in the amount of $386,907.40, to Robert Bailey Electric, Inc.; and approves a project contingency amount of $38,690, for the Airfield Taxi Lighting Rehabilitation Project. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this _20`h day of October , 1998. • V)j APPROVE intrj :+i - Bv: Heather Woodruff, City C By 1 Fred Hanna, Mayor n•.; .. :,,i • 1. Sponsor (Public Agency) City of Fayetteville 2. Sponsor's Address 4500 School Avenue, Suite F Fayetteville, AR 72701 3. Change Order 1 4. Name of Airport Fayetteville Municipal 5. Project Number AIP 3-05-0020-25-98 6. Date Prepared 26 -Jan -99 7. Name and Address of Contractor Bailey Electric, 620 Merriman Ave., Conway, AR 72032 8. Description of Work Included in Contract Taxiway Lighting Rehabilitation 9. Changes Ordered and Reason Ordered (List Individual Changes as: A, B, C, D, etc.) A. Add conduit, base -mount cans, transformers and associated cable and trench to rehabilitate existing taxiway -circuit guidance signs. This work will complete rehabilitation of entire taxiway circuit to eliminate all damaged cable and transformers. This work will be constructed in accordance with existing specifications and drawing details. L-125-5.7 Existing Guidance Sign Reconfigured, 1 -Transformer L-125-5.8 Existing Guidance Sign Reconfigured, 2 -Transformer 10. Contract Changes Bid Item No. Original Estimated Quantity Contract Unit Price Revised Estimated Quantity Negotiated C.O. Unit Price Original Estimated Cost Revised Estimated Cost A. L-125-5.7 0 N/A 37 $390.00 $0.00 $14,430.00 B. L-125-5.8 0 N/A 10 $470.00 $0.00 $4,700.00 TOTAL $0.00 $19,130.00 11. Original Contract Amount Previously Approved Change Orders This Change Order New Contract Amount $386,907.40 (None) (Increase) $0.00 $19,130.00 $40.6,037.40 12. Contract time increased by 0 days. New contract time 120 days. THIS AGREEMENT SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS. 13. ISSUED FOR REASONS INDICATED ABOVE /ij/v , �A ,� En. Date ACCEPTED BY 14. CONTRACTOR ' r Signature / ,/ / '�— in Ci) ) 9 9 Title Date 15. ACCEPTED BY SPONSOR 41��� 344/44 Signature Title Date FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE TO: Fred Hanna, Mayor FROM: Dale Frederick, Airport Manager BATE: February 11, 1999 SUBJECT: Airfield Lighting Rehabilitation Change Order #1 The Airport requests approval of Change Order #1, in the amount of $19,130.00, to the Airfield Taxiway Lighting Rehabilitation Project contracted with Robert Bailey Electnc, Inc. This change order will cover the cost of placing the taxiway directional signs' transformers and connectors in "cans". The cans allow easier access to the transformers and connectors for preventive maintenance and repairs. This Change Order will be covered through the previously approved project contingency of $38,690.00. This is an FAA AIP project and will receive 90% FAA funding. Additionally, a grant for 5% of the project's total cost will be applied for with the state. Five percent of the total cost will come from airport funds. Attachments: Staff Review Change Order #1 BAILEY EEECTITIC INC M.cGINTY-BAI,LE.Y DIVISION February 5, 1999 . • Garver Engineers, P.A. PO Box C-50 Little Rock, AR 72203 ATM: Mike Griffin • RE: Fayetteville Municipal Airport - Clarification of Change Order ill. We will add.base.mounted cans and ttansform&s as listed in Contract Change A & B. Conduit, cable, and trenches are a separate pay item Also, Changes A & B are in addition to line item; -125-5.5 (existing stake mounted guidance signs re -connected). Sincerely Rick McGinty RM/sm P (l Rev 497 • r.nn1,.e••, A D 70n.3n / al..... On -v nner r_ flo'. .. ..-. ...-.. .. Serit49y: ROBERT BAILEY ELECTRIC INC; 15013270589; Feb -5-99 11:10AM; 01/31/88 18:01 FAX '501 372 8042 GARVER'ENGINEERS PA 0 Page 2/2 f x002 r 1. Sponsor (Public Agency) • City of Fayetteville 2. Sponsor's Address 4500 Scbool Avenue, Suite F Fayetteville, AR 72701 3. Change Order 1 4. Name of Airport Fayetteville Mtmicipal 5. Project Number AIP 3-05-0020.25-98 6. Dare Prepared 26 -Jan -99 7. Name and Address of Contractor Battey Electric, 620 Merriman Ave., Conway, AR 72032 8. Description of Work Included in Contract Taxiway Lighting Rehabilitation 9 Changes Ordered and Reason Ordered (List Individual Changes as: A, B, C, D, etc.) A. Add conduit, base -mount cans, transformers and associated cable Slid trench to rehabilitate existing tasiway•circuft guidance signs. This work will complete rehabilitation of satire taxiway circuit to eliminate all damaged and transformers. This work will be constructed in accordance with existing specifications and drawing 1.425-5.7 Editing Guidance Sign Reconfigured, 1-TransformerVee. —4 1.125-5.8 Existing Guidance Sign Reconfigured, 2 -Transformer S Jesr Az cable details. D fl 4 a • &.4t1 Fi c„4, 10. Contract Changes Bid Item No. Original Estimated Quantity Contract Unit Price Revised Estimated Quantity Negotiated C.O. Unit Price Original Estimated Cost Revised Estimated Cost A. L1254.7 0 N/A 37 5390.00 50.00 514,430 00 B. L-125-5.8 0 NIA 10 5470.00 50.00 54,700.00 ''.e:tk.Vin-I 64i .tea,? it _fir... ( 7hIt �r. - ii 't i i:,a. i�i�27, M'. -'ft K 't�b`�- '<'�F-q%Zi�Y �_'e�i .1 gym. x -.a. ISM, s`' 'a''�.� FSB mI ^ 11. Original Previously This New Cautrac Approved Change Order Contract Amount Amount Change Orden 5386,907.40 None) (Increase) 50.00 519,130.00 $406,037.40 12. Contract time increased by 0 days. New contract time 120 days. THIS AGREEMENT SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS. 13. ISSUED FOR REASONS INDICATED ABOVE / "J/ :IEng- EilL11479.‘ id- ACCEPTED BY CONTRACTOR „JJ // � c?I 8 _, fare / Tide Date 15. ACCEPTED BY SPONSOR G Signa TitleatD o W WEI RESOLUTION Nal 15- 9 R A RESOLUTION ACCEPTING FAA AIRPORT IMPROVEMENT PROJECT GRANT NO. 3-05-0020-2598 TO BE AWARDED IN THE AMOUNT OF $443,146 AND WILL COVER PHASE I OF THE AIRFIELD LIGHTING REHABILITATION PROJECT, THE RUNWAY APPROACH OBSTRUCTION LOCATION SYSTEM, AND THE PAVEMENT MANAGEMENT SYSTEM. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS• Section 1. That the FAA Airport Improvement Project Grant No. 3-05-0020-2598 to be awarded in the amount of $443,146 and will cover Phase I of the Airfield Lighting Rehabilitation Project, the Runway Approach Obstruction Location System, and the Pavement Management System. PASSED AND APPROVED this 1" day of September , 1998. ATTEST - By fi:?l: - /✓ Heather Woodruff, Cit9TClerk APPROVED: By: Fred Hanna, Mayor Garver, Inc. Engineers 1010 Battery Street P.O. Box 50 Little Rock. Arkansas 72203-0050 501-376-1633 FAX 501-372-8042 www.garverinc.com September 23, 1998 Mr. Dale Frederick, Manager Fayetteville Municipal Airport 4500 School Avenue Suite F Fayetteville, AR 72701 Re: Fayetteville Municipal Airport Taxiway Lighting Rehabilitation AIP #3-05-0020-25-98 Recommendation of Contract Award Dear Dale: GARVERIENGINEERS Bids were received for the "Taxiway Lighting Rehabilitation" project at the Fayetteville City Administration Building at 10:00 am on September 23, 1998. The bids have been checked for accuracy. A tabulation of the bids received is enclosed with this letter. A total of 5 bidders submitted on the project. Robert Bailey Electric, Inc. of Conway, submitted the low bid for the project at $386,907.40. This amount reflects funding from several different sources, including a FAA AIP grant and a future Arkansas State Department of Aeronautics grant. We believe that the bid for the "Taxiway Lighting Rehabilitation" represents a good value for the Airport. Given the funding outlined above, we recommend the Airport Board award the construction contract for "Taxiway Lighting Rehabilitation" to Robert Bailey Electric, Inc. Sincerely yours, GARVER ENGINEERS Michael J. ffin, P.E. EMS (916102) Brentwood. TN • Fayetteville. AR • Huntsville. AL -e Jackson. MS • Little Rock. AR .• Louisville. KY • Tulsa. OK • •• STAFF REVIEW FORM. JUL_ AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of October 20, 1998 . • mmatmlit FROM: pale Frederick Airport feneral Gvmt. Name Division Department T�'ii ESP The Airport requests approval of the contract with Robert Bailey Electric, Inc. tt5e�amo C'o�S38t,907.90. This contract is for Bailey Electric to act as general contractor on the airport's Airfield Taxiway Lighting Rehabilitation Project. The airport's engineering firm for this project, Garver S Garver Engineers, has reviewed the bids received and recommend award of this contract. This project is an FAA Airport Improvement Program project and will receive 90% FAA funding. An additional grant for 5% of the project's total cost will be applied for with the state leaving the remaining 5% to come from airport funds. Approval of a $38,690.00 contingency is also requested. ----- — s= == NASA/ CITY: Cost of this Request.. .. . Category/.Project Budget 55SO-3acn_531'41OO Vf' . : ••-'g" /: j. 1. Account Nuvbel.4.21 rl'lm'dsoh _used to date s .712•48 SIM 98054-01 -Y M• Project Number Airfield Liaht4na . Category/Project Name ..< . ..dt' h/a'"' - . Program Nine s . .. .. 6Y1.• ... • aw. . .. Aimort Remaining citalance - Fund . . . .4. . . . I f, eded It- . �': - . t _-Iiildge' Adjustment Attached !fel 1 Y.. .. Administrative Services Director 040S'7- j -tor CONTRACT/GRANT/LEASE REVIEW: AcuntSi��D e 11 ClAir Attorney UJao Date Ib -q-38 Purchasing Officer Date c a...... a... eYes. .. ,Y.. GRANTING. AGENCY: rnal Au :'t;let sii.,kf% °ro i- 1. 'y .� ) zn-ii ''. ritivz • - • Date �, r Y. •. 4'. at•d' __ ======= sca ---ccs--acr--ase—c STAFF RECOMMENDATION: Staff reccamends approval. - : 1 mc.s----c=ans r. • :,y4. 1.ra t ____WasscmeCCaszaa=_acaaecassacavC--=—aaa aacc_fl . — a— eaa eaoem:caaa Date SO- DiiviaiOn :Read tisear4 iv Date rrnas RnfArwnra New Item: Yes No Pre Or/Mal: Oriq.Cont.Date FAYETTEVILLE TNT MY Of FAYETTEVILLE. ARKANSAS • DEPARTMENTAL CORRESPONDENCE r .1.4 Fayetteville City Council THRU: `Fred Hanna; Mayor FROM: DATE: Dale Frederick, Airport Manager October 5, 1998 SUBJECT: Airfield Lighting Rehabilitation Contract Award The Airport requests the CityCouncil approve the contract With Robert Bailey Electric, Inc. in the. amount of $386,907.40 to perform the duties of general contractor for the Airfield Taxiway Lighting Rehabilitation Project. Bailey Electric was the lowest bidder`foi this project; their bid has been reviewed by Garver & Garver Engmeers which recommends awardyif tile -contract This is an FAA AIP project and will receive 90% FAA funding. The FAA AIP grant for this project _was accepted by City Council Resolution,115-98. Additionally, a grant for 5%of the project's total costwill applied for with the state. Five percent of the total cost will come from anport funds M �: a' Approval of a $38,690.00`comingency is also requested Attachments: Staff Review Garver & Garver Recommendation Resolution No. 115-98 - Bid Tabulation Bailey Electric Contract (8 originals) M1 )M1 At* ..44/6 mv-va:i"-c. c Krpc: �srs-A • SHIPPING & HANOUNO CHARGES (IFAPPLICABLQ es— Dwell Aeecunt Number k0 p 14W 0 0 -o 0 LA '1g a 2 3 ¢ L E s .g is 8n r o .2 c 3 1 D mn O I RFA/c/rgrlant Cog$7XMcr,0N{ IAD A T t ai J= a i th Description: Model k and/or Pert M: I r N �gn np, O a • REQUEST FOR VENDOR FILE MAINTENANCE CHECK ALL AVAILABLE RESOURCES PRIOR TO SUBMISSION OF THIS REQUEST: VENDOR UST OR ACCESS THE SYSTEM c) ¢ 5 /9 P REQUESTED BY: c)a� AUL- C.+ U - ,x EFFECTIVE DATE: f0/5/97 DATE OF REQUEST: DEPT/DIVISION: TELEPHONE EXTENSION: • • TYPE OF SERVICE REQUEST: NEW VENDOR: VENDOR NAME: STREET OR P.O. BOX: CITY: STATE: ATTN: VENDOR CHANGE: VENDOR RE-ENTRY: VENDOR I VENDOR 'PO BrRT i3Alt£Y E<FCTRIC .lvc. Bax 321 CnMWAf AR ZIP CODE: 72033 REMITTANCE ADDRESS IF DIFFERENT FROM ABOVE: PHONE: TYPE OF ORGANIZATION FEDERAL ID NUMBER: 11--05.11/ 32CORPORATION (100): 1.----".. OR PARTNERSHIP 1200): SOCIAL SECURITY NUMBER: INDIVIDUAL p00): (400): PENSION (S00): RECIPIENT PURCHASING OFFICE USE ONLY NEW VENDOR: ENTERED BY: VENDOR CHANGES: DATE: VENDOR RE-ENTRY: G L FILE: INVENTORY FILE: r 1 1 1 I 1 1 1 1 1 1 1 1 1 PREPARED FOR: PROJECT: PREPARED BY: Garver & Garver,P.A. Engineers P.O. Box C•50 Little Rock, Arkansas 72203 (501) 376-3633 Y lint 8y: ROBERT BAILEY ELECTRIC INC; 15013270589; Sep -21-98 9:33AM; Page 1/1 1 1 1 1 1 1 1 1 Ve-P Title FAYETIEVILLE MUNCICPAL AIRPORT TAXIWAY LIGHTING REHABILITATION AIP 3-05-0020.25-98, Bid No. 98-76 ADDENDUM NO.1 September 18, 1998 Enclosed is Addendum No. 1 for the above referenced project. Please sign below, certifying that you have received the addendum, and transmit this Haze only back to us by facsimile (501-372- 8042). Please call ifyou have any questions. I hereby acknowledge receipt of Addendum No. 1 to AIP Project 3-05-0020-25-98, "Taxiway Lighting Rehabilitation" at Fayetteville Municipal Airport, Fayetteville, Arkansas. 1 1 1 1 1 1 1 1 c 1)gl0I=:Y co pany ihi) Fc Date Note: Bide may ereect Iptt of oted from mBidders a addendum as specified do not acknowledge specifl d cknowisdg above. Fax Attn. to: Mike Griffin / Frank Melllwain Q Garver engineers FAYETTEVILLE MUNCICPAL AIRPORT TAXIWAY LIGHTING REHABILITATION AIP 3-05-0020-25-98, Bid No. 98-76 ADDENDUM NO.1 September 18, 1998 To: All Bidders This addendum becomes a part of the "Specifications and Contract Documents". It shall be stapled (or otherwise securely fastened) behind the front cover page of the original documents. Proposals may not be accepted unless this addendum is so included. All provisions of the original "Specifications and Contract Documents" shall remain in full force and effect, except as modified by this Addendum No. 1 and subsequent addendums. MODIFICATION TO THE CONTRACT DOCUMENTS 1. Refer to the Special Conditions, paragraph SC -03, "Restrictions on Time for Work". Add the below as paragraph no. 5: 5. Runway Safety Area Work. During a portion of the performance time of the contract, Runway 16-34 shall be closed. This work is scheduled for 12:00 midnight thru 5:30 a.m. During these periods, the re -opening of the runway as called for in the sequence of construction is of the utmost importance to the airport. All of the Runway 16-34 safety area work, including trenching, placement of conduit, cable, counterpoise and light fixtures, and the refilling of trenches as shown on the plans is to be accomplished in a total of forty-five (45) calendar days. The forty-five (45) calendar days are a total, and are not required to be consecutive. For each calendar day more than forty-five (45) that Runway 16-34 is closed to complete this work, the Contractor shall pay a penalty of $500 to the City of Fayetteville. MODIFICATION TO THE SPECIFICATIONS 1. Refer to Item SP -2, "Site Preparation". Add the below as paragraph 2-8.2: 2-8.2 TEMPORARY AIRFIELD LIGHTING. The Contractor shall maintain the integrity and operation of the open portions of the taxiway and runway lighting systems during construction. The Contractor shall employ all necessary temporary cabling, splices, and electrical work needed to maintain and operate these systems during construction. All work involved in the fabrication, furnishing, installation, maintenance, and removal of temporary airfield lighting items will not be Page l of 3 (Addendum No. 1) measured for separate payment, but will be considered subsidiary to the bid item "Site Preparation." 2. Refer to specification section L-109, "Installation of Electrical Vault Equipment": a. Delete item 109-2.4 e. "Circuit Isolation". b. Replace section 109-2.5 "Control and Timing Relays" with the following: "109-2.5 Controls. Extend and connect existing controls to the new and revised regulators. Provide and install all conduits, wires, relays and other accessories as required for complete system functions. All relays shall be plug-in type relays and shall be furnished with socket base and all required mounting accessories." c. Delete item 109-2.8 "Switches", paragraph b only. d. Delete section 109-2.12, "Transformer, Dry Type". e. Replace the second paragraph under section 109-3.9 Removal of Existing Equipment with the following: "The existing 7.5 kW Taxiway East regulator shall be removed and stored as directed by the Owner. This regulator shall become a spare. Any equipment that is damaged during the removal operation shall be subject to a reduction in payment for removal of the equipment." MODIFICATIONS TO THE PLANS 1. Refer to Sheet 3 of the Plans, to the box labeled "Phase Descriptions". Add the following to the Note at the top of the box: "To ensure minimum disruption to the airport's operations and taxiway lighting, the below phases shall be completed in order." 2. Refer to Sheet 12 of the Plans. Add the following: a. Add a 3" conduit between existing panel "LPI" and new panel "LP2". b. Add the following key note to this new item: "Keynote 7: Install (3#4/0 + 1#4EG) in 3" conduit from panel "LPI" to panel "LP2". The Contractor shall coordinate a generator field test with the Owner. The intent is to test the generator set to see if it has sufficient capacity to serve the revised electrical system including Page 2 of 3 (Addendum No. 1) new loads, specifically the addition of the 20 kW regulator. The Contractor shall perform this test in the presence of the Engineer and Owner. The Contractor shall finalize all electrical power connections as directed by the Engineer. This item shall be considered subsidiary to pay item L-109-5.1 Electrical Vault Wiring Modifications." Page 3 of 3 (Addendum No. 1) CITY OF FAYETTEVILLE FAYETTEVILLE MUNICIPAL AIRPORT COMMISSION TAXIWAY LIGHTING REHABILITATION AIP 3-05-0020-25-98 TABLE OF CONTENTS No. Page No. 1. GENERAL DOCUMENTS Advertisement for Bids A-1 Instructions to Bidders 1-1 Special Instruction to Bidders Regarding EEO S1-1 Bid Bond BB -I Disadvantaged Business Enterprise (DBE) Contract Provisions DBE -1 Proposal P-1 Certification of Bidder Regarding EEO EEO -I Certification of Nonsegregated Facilities CNF- I Certification Regarding Debarment, Suspension, Ineligibility and DEBAR -1 Voluntary Exclusion Special Notice to Bidders - Buy American -Steel and Manufactured Products SN -1 for Construction Contracts Statement of Bidder's Qualifications SBQ-1 List of Proposed Subcontractors LPS- I Contract C-1 Performance Bond PEB-I Payment Bond PAB-I 11. GENERAL PROVISIONS Definition of Terms GP 10-1 Proposal Requirements and Conditions GP 20-1 Award and Execution of Contract GP 30-1 Scope of Work GP 40-1 Control of Work GP 50-1 Control of Materials GP 60-1 Legal Regulations and Responsibility to Public GP 70-1 Prosecution and Progress GP 80-1 Measurement and Payment GP 90-1 Contractor Quality Control Program GP -100-1 Not Used GP- 110- I Wage, Labor, EEO, Safety and General Requirements GP 120-1 (continued) Ill. SPECIAL CONDITIONS Paragraph No. Page No. SC -01 General Notes and Description of the Work SC -02 Special Instructions SC -03 Restrictions on Time for Work SC -04 Insurance SC -05 Time for Completion & Liquidated Damages SC -06 Legal Holidays SC -07 Instrument Control SC -08 Security and Control of Access SC -09 Safety SC -10 Documents for the Contractor SC -11 NOTAMs SC -12 Construction Activity and Aircraft Movements SC -13 Motorized Vehicles SC -14 Clean Up SC -I5 Project Meetings and Coordination SC -16 Schedules and Record Documents SC -17 Contractor/Subcontractor/Supplier Legal Disputes SC -18 Measurement and Payment SC -19 Soil Boring Logs IV. CONTRACTOR SAFETY REQUIREMENTS TECHNICAL SPECIFICATIONS Section No. Title SP- I SP -2 SP -3 Trench and Excavation Safety Systems Site Preparation Dry Pit.Duct Boring L-108 Installation of Underground Cable for Airports L-109 installation of Electrical Vault Equipment L-110 Installation of Airport Underground Electrical Duct L-125 Installation of Lighting Systems SC -1 SC- I SC -2 SC -2 SC -3 SC -5 SC -5 SC -5 SC -6 SC -6 SC -6 SC -6 SC -7 SC -7 SC -7 SC -8 SC -8 SC -8 SC -8 CSR -I Page No. SP -1-1 SP -2-1 SP -3- I L-108-1 L-109-1 L 110-I L-125-1 ADVERTISEMENT FOR BIDS Sealed bids for "Taxiway Lighting Rehabilitation", AIP 3-05-0020-25-98, Bid No. 98-76, to be constructed for the City of Fayetteville, at the Fayetteville Municipal Airport, will be received at Room 326 of the City Administration Building, 113 West Mountain, Fayetteville, Arkansas until 10 a.m., Wednesday, September 23rd, 1998, at which time the bids shall be publicly opened and read aloud. The work involves, but is not limited to, the following: Construct homerun concrete -encased duct, retable entire taxiway system with light cans and conduit, and retable runway circuit at taxiway crossings. The project contains approximately 30,000 linear feet of cable and approximately 290 light/can assemblies. Contract documents, specifications, and drawings, may be seen at the office of Garver, Inc. Engineers, 240 North Block, Fayetteville, Arkansas, or at the office of the Airport Manager. Copies of the Plans and "Contract Documents and Specifications" may be secured from Garver Inc. Engineers, upon payment of Seventy-five Dollars ($75.00) for each complete set. NO REFUND of payment will be made. Each bid shall be accompanied by a bid guarantee consisting of a firm commitment such as a bid bond, certified check, or other negotiable instrument equivalent to five (5) percent of the amount of the bid, as assurance that the bidder will, upon acceptance of his bid, execute contractual documents within ten (10) calendar days following notice of award. Such bid guarantee shall be made payable to the City of Fayettevi Ile. Policy. It is the policy of the Department of Transportation (DOT) that disadvantaged business enterprises, as defined in 49 CFR Part 23, shall have the maximum opportunity to participate in the performance of contracts financed in whole or in part with Federal funds. All bidders and proposers shall make good faith efforts, as defined in Appendix A of 49 CFR Part 23, Regulations of the Office of the Secretary of Transportation, to subcontract ten percent (10%) of the dollar value of the prime contract to small business concerns owned and controlled by socially and economically disadvantaged individuals (DBE). In the event that the bidder for this solicitation qualifies as a DBE, the contract goal shall be deemed to have been met. Individuals who are rebuttably presumed to be socially and economically disadvantaged include women, Blacks, Hispanics, Native Americans, Asian -Pacific Americans and Asian -Indian Americans. The apparent successful bidder (proposer) will be required to submit information concerning the DBEs that will participate in this contract. The information will include the name and address for each DBE, a description of the work to be perforated by each named first, and the dollar value of the contract (subcontract). If the bidder fails to achieve the contract goal as stated herein, it will be required to provide documentation demonstrating that it made good faith efforts in attempting to do so. A bid that fails to meet these requirements will be considered nonresponsive. The proposed contract is under and subject to Executive Order 11246 of September 24, 1965, and to the Equal Opportunity Clause. The bidder (proposer) must supply all information required by the bid or proposal form. The successful bidder will be required to submit a Certification of Nonsegregated Facilities prior to award of the contract, and to notify prospective subcontractors of the requirement for such a certification where the amount of the subcontract exceeds $10,000. Samples of the certification and the Notice to Subcontractors appear in the specifications. Women will be afforded equal opportunity in all areas of employment. However, the employment of women shall not diminish the standards or requirements for the employment of minorities. A-1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 For contracts of $50,000 or more, a contractor having 50 or more employees and his subcontractors having 50 or more employees and who may be awarded a subcontract of $50,000 or more will be required to maintain an affirmative action program within 120 days of the commencement of the contract. The contractor shall require the subcontractor on all -tier subcontracts, irrespective of dollar amount, to file Standard Form 100 within 30 days after award of the subcontract if the above two conditions apply. Standard Form 100 will be furnished upon request. Mechanics and laborers on the project shall be paid not less than the minimum hourly rates set out in the applicable Wage Determination Decision, U.S. Department of Labor, a reproduction of which is bound in the Contract Documents. Act 150 of 1965, Arkansas Statutes, states that a contractor must be licensed by the State Licensing Board of Contractors, or have an application for license on file with the Licensing Board, before he may submit a bid for work when the cost thereof is Twenty Thousand Dollars ($20,000.00) or more. The City of Fayetteville reserves the right to reject any or all bids and to waive formalities, except for conditions affecting Executive Order 11246. Bids must remain in effect for 60 days after the bid opening date. CITY OF FAYETTEVILLE Fred Hanna, Mayor A-2 I I INSTRUCTIONS TO BIDDERS II. Explanation to Bidders. Any explanation desired by bidders regarding the meaning or interpretation of the plans and specifications must be requested in sufficient time allowed for a reply to reach them before the submission of their bids. Oral explanations or instructions given before the award of the contract will not be 1 binding. Any interpretation made will be in the form of an addendum to the specifications or plans and will be furnished to all bidders by certified mail or by other verifiable means. 1 2. Conditions at Site of Work. Bidders should visit the site to ascertain pertinent local conditions readily determined by inspection and inquiry, such as the location, accessibility, and general character of the site. Other contractors may be working adjacent to the project site; the Contractor shall coordinate through the Engineer to ' keep potential conflicts at a minimum and to accomplish steady prosecution of the work. 3. Bidder's Qualifications. Before a bid is considered for award, bidder is required by the Owner to submit a statement of facts in detail as to his previous experience in performing similar or comparable work, his business organization, financial resources, and plant available to be used in performing the contemplated work. A "Statement of Bidder's Qualifications" is included for this purpose in the bound contract documents (see Table of Contents). This form shall be completed and submitted with the proposal at the time set for the opening of bids. 4. Bid Guarantee. Failure to submit a bid guarantee with the bid may be cause for rejection. The bidder, at his option, may furnish a bid bond, postal money order, certified check, or cashier's check, or may deposit, in ' accordance with Treasury Department regulations, bonds or notes of the United States (at par value) as security in the amount required. ' In case security is in the form of postal money order, certified check, cashier's check, or bonds or notes of the United States, the Owner may make such disposition of the same as will accomplish the purpose for which submitted. Checks may be held uncollected at the bidder's risk. 5. Preparation of Bids. Bids shall be submitted on the forms furnished, or copies thereof, and must be manually signed. If erasures or other changes appear on the forms, each such erasure or change must be initialed by the ' person signing the bid. Bidders may submit proposals on any or all schedules. Schedules not bid upon shall be so signified with the words "No Bid" written in the space provided for "Total Amount Bid" for that schedule. Bidders must quote on all items within a specific schedule; failure to do so may disqualify the bid. 6. Submission of Bids. Bids must be submitted as directed on the proposal form. The proposal forms shall not be submitted separately but shall be attached within and submitted with the entire "Specifications and Contract Documents" book. Bids must be submitted in sealed envelopes bearing on the outside: the name of the bidder, his address, and the I name of the project for which the bid is submitted, and the date of opening. If forwarded by mail, the sealed envelope containing the bid, and marked as directed above, must be enclosed in another envelope properly addressed. ' 7. Receipt and Opening of Bids. Bids will be submitted prior to the time fixed in the Advertisement for Bids. Bids received after the time so fixed are late bids; late bids will not be considered but will be held unopened and returned to the bidder. No responsibility will attach to any person for the premature opening of, or the failure to 1 open, a bid not properly addressed and identified. 8. Withdrawals of Bids. Bids may be withdrawn on written or telegraphic request received from bidders prior to I-1 I the time fixed for opening. Negligence on the part of the bidder in preparing the bid confers no right for the withdrawal of the bid after it has been opened. 9. Bidders Present. At the time fixed for the opening of bids, their contents will be made public for the information of bidders and others properly interested, who may be present either in person or by representative. ' 10. Bidders Interested in More Than One Bid. If more than one bid be offered by any one party, by or in the name of his or their clerk, partner, or other person, all such bids will be rejected. A party who has quoted prices 1 to a bidder is not thereby disqualified from quoting prices to other bidders or from submitting a bid directly for the work. ' II. 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. I I I D. If the bidder is considered to be in "default" for any reason specified in the subsection titled ' ISSUANCE OF PROPOSAL FORMS of section GP -20. 12. Award of Contract. The above contract will be awarded (pending preaward review and approval by the 1 Federal Aviation Administration) to the lowest responsible bidder, price and other factors considered, provided the bid is reasonable and it is in the interest of the Owner to accept it. ' The contract will be awarded as soon as practicable after federal funds are available. Bids must remain in effect for sixty (60) days after opening thereof. The Owner reserves the right to waive any informality in bids received when such waiver is in the interest of the ' Owner. In case of error in the extension of prices, the unit price will govern. C. If the proposal is not submitted in conformance with the requirements of State and Federal law. For the bidders information: Act 150 of 1965, as amended, has been interpreted, by the State Contractor's Licensing Board, to require a contractor to have a current Arkansas contractor's license, or an application for a license before the board, in order to submit a valid bid. Act 159 of 1949, as amended, requires the bidder to list his mechanical, plumbing, electrical and roofing and sheet metal subcontractors. Other State laws may affect the submission of bids. The bidder should be familiar with State and Federal laws affecting his bid. See the "Award and Execution of Contract" section of the General Provisions of these Contract Documents. 1-2 4 I .J Li 13. Rejection of Bids. The Owner reserves the right to reject any and all bids when such rejection is in the interest of the Owner; to reject the bid of a bidder who has previously failed to perform properly or complete on time contracts of a similar nature; and to reject the bid of a bidder who is not, in the opinion of the Owner, in a position to perform the contract. ' All bids may be rejected if the lowest responsive bid received exceeds the Engineer's estimate by more than seven t (7) percent and it is determined that an award of contract would cause excessive inflationary impact. I I 14. Contract and Bonds. The bidder to whom award is made shall, within the time established, enter into a written contract with -the Owner and furnish certificates of insurance coverage and performance and payment bonds. The bonds shall be in the amount of the awarded contract. Insurance coverage shall be in the amounts indicated in the "Special Conditions" (see Table of Contents). 15. 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 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 lower 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. 16. Third Party Coverage. In the event the bidding documents require the contractor to name the consultant and/or the Owner as additional insured, the bidder shall show the premium cost for the additional insured in the Proposal in the item for additional coverage. The amountshown in the bid item for additional premium cost shall 1 be that amount of additional premium above the premium for the coverage shown in the Certificate of Insurance submitted with the bid. In the event additional coverage is required by the Owner, the additional premium cost for third party coverage above the amounts shown in the Certificate of Insurance shall be paid by the Owner in the form of a reimbursement under the contract. 17. Signatory and Contract Submittals. The contract documents call for all bidders, and for the awarded ' contractor, to complete and/or submit information concerning equal employment opportunity, quality control, labor items, etc. Following is a list of the items that each bidder on the project must complete/submit with the sealed bid: • Bid Bond (pages BB -1,2) • Proposal (all pages) ' • Bidder's Qualifications (pages 1-1, para. 3; and SBQ-1,2; and para. GP -20-02) • Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion (page DEBAR -1) • List of Proposed Subcontractors (page LPS-l) • Current automobile and liability insurance coverage (para. SC -04) 1 I-3 II II II I I I I I I Li I I I I I I I The following is a list of completed forms/submittals that the apparent low bidder will be required to complete before execution and award of the contract: • DBE Goals Efforts Certification (page DBE -1) • EEO Certification (page EEO- 1) • Non -Segregated Facilities Certification (page CNF-1) • Contract (pages C -I thru C-4) • Performance Bond (pages PEB-1,2) • Payment Bond (pages PAB-1,2) • Certificates of Insurance (para. SC -04) • Third Party Insurance (para. SC -04), including submittal of premium cost of this insurance The following is a list of completed forms/submittals that the awarded contractor will be required to submit before construction begins: • Notification to Director of OFCCP of subcontracts (page SI-1, para. 3) • Construction Schedule (para. GP -80-03; SC -16) • Contractor Quality Control Program (section GP -100) • Hazardous Energy Source Lockout/Tagout Program (page GP- 120-22) • Driver training forms (para. SC -09) The following is a list of completed forms/submittals that the awarded contractor will be required to submit during the construction period: • Weekly payroll and compliance statement (to the Engineer; page GP -120-6, para. B-3) • Monthly Employment Utilization Report (Form 257 to the Department of Labor; page GP -120-31) Additional certifications and submittals will be required for construction materials and other items in the technical specifications. END OF INSTRUCTIONS TO BIDDERS SECTION L 1-4 I ' SPECIAL INSTRUCTION TO BIDDERS REGARDING EEO Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246, as amended) I I I I. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate work force in each trade on all construction work in the covered area, are as follows: Goals for minority participation in each trade 5.6% Goals for female participation in each trade 6.9% These goals are applicable to all the contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and nonfederally involved construction. The contractor's compliance with the executive order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR Part 60-43(a), and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employment and training must be substantially ' uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, ' for the sole purpose of meeting the contractor's goals, shall be a violation of the contract, the executive order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. i3. The contractor shall provide written notification to the Director, OFCCP,within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employee identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this notice and in this contract resulting from this solicitation, the "covered area" is (insert description of the geographical areas where the contract is to be performed giving the state, county, and city, if any). END OF SECTION SI-1 Fireman's Fund Insumnce Company /Yh---1 The American Insurance Company National Surety Corporation Bid Bond Fireman's Associated Indemnity Corporation Fund American Automobile Insurance Company A.I.A. Document No. A-310 (February 1970 Ed.) KNOW ALL MEN BY THESE PRESENTS, that we, Robert Bailey Electric, Inc. as Principal, hereinafter called the Principal, and Associated Indemnity Corporation a corporation duly organized under the laws of the State of California as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fayetteville as Obligee, hereinafter called the Obligee, in the sum of Five Percent (5%) of Total Amount Bid Dollars (S for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Taxiway Lighting Rehabilitation, AIP 3-05-0020-25-9£ NOW THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the ' Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 23rd day of September A.D. 1998. I I 11 (Witness) Robert Bailey Electric, Inc. Associated Indemnity Corporation (Surety) (Seal) ohm Gerety Attorney -in -Fact 1 360541-7-90 GENERAL ATTORNEY ASSOCIATED INDEMNITY CORPORATION KNOW ALL MEN BY THESE PRESENTS: That ASSOCIATED INDEMNITY CORPORATION, a Corporation duly organized and existing under the laws of the State of California, and having its principal office in the County of Marin, State of California, has made, constituted and appointed, and does by these presentsmake,constituteandappoint LINDA FREY, JOHN GERETY, CAROLYN A. CORY, DIANNE COWAN, WILLIAM W. BUSSEY, JR., JOHN M. ELLIOTT, ALLEN J. McDOWELL, HENRY NOOR, jointly or severally LITTLE ROCK AR its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and allbonds,undertaking, recogainrim or other written obligations in the nature thereof ------------------------------- ' and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. This power of attorney is granted pursuant to Article VII, Sections 45 and 46 of By-laws of ASSOCIATED INDEMNITY CORPORATION now in full force and effect. "Artide VII. Appointment and Authority of Resident Secretaries, Attorney -in -Fact and Agents to accept Legal Process and Make Appearances. Section 45. Appointment. The Chairman of the Board of Directors, the President, any Vice -President or any other person authorized by the Board of Directors, the Chairman of the Board of Directors, the President or any Vitt -President may, from time to time, appoint Resident Assistant Secretaries and Attorneys-lu-Fad to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. Section 46. Authority. The authority of such Resident Assistant Secretaries, Attorneys -in -Fact and Agents shall be as prescribed in the instrument evidencing their appointment. Any such appointment and all authority granted thereby may be revoked at any time by the Board of Directors or by any person empowered to make such appointment:' This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of ASSOCIATED INDEMNITY CORPORATION at a meeting duly called and held on the 13th day of April, 1984, and said Resolution has not been amended or repealed: "RESOLVED, that the signature of any Vice -President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by facsimile, and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation:' IN WITNESS WHEREOF, ASSOCIATED INDEMNITY CORPORATION has caused these presents to be signed by its Vice -President, and its corporate seal to be hereunto affixed this 1 Lrh day of Nnvamher $19 97 inhIllmrllwriy `"" -- '• ASSOCIATED INDEMNITY CORPORATION Eei :-- Lj. By STATE OF CALIFORNIA COUNTY OF MARIN Onthis14th day of November 19 97 ,before me personally came M. A. Mallonee to me known, who, being by me duly sworn, did depose and say: that he is Vice -President of ASSOCIATED INDEMNITY CORPORATION, the Corporation described in and which executed the above instrument; 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 order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year herein first above written. () r -^vz A. KRIEGER D C0MM.b1045112 T d "® NOTARY PUtLIC.CALIFORNIA y Nmary Polrlic �• MARINCOUNTY O MyCanm. En.+bes LVn. ti,1999 CERTIFICATE 1 STATE OF CALIFORNIA l ss. COUNTY OF MARIN 1 '1, the undersigned, Resident Assistant Secretary of ASSOCIATED INDEMNITY CORPORATION, a CALIFORNIA Corporation, DO HEREBY CERTIFY thattheforegoing and attached POWER OF ATTORNEY remains in full forceand has not been r ked; and furthermore that Article VII, Sections45 and 46 of the By-laws of the Corporation, and the Resolution of the Boar f Directors; set forth in the P Cr of Attorney, re now in force. Signed and scaled at the County of Marin. Dated the day of • 19 9 'sue •L. . e : ;•� RcWnl Assistant S ttary rhV.xnmm�.A I DISADVANTAGED BUSINESS ENTERPRISE CONTRACT PROVISIONS (49 CFR PART 23) PART A 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 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. 1 Compliance. All bidders, potential contractors or subcontractors for this DOT-ass;=tcd 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. Subcontract Clauses. All bidders and potential contractors hereby assure that they will include the above clauses in allsubcontracts which offers further subcontracting opportunities. It is further understood and agreed: The award procedure for this solicitation will include the selection criteria of 49 CFR Part 23.45(i) to ensure that prime contracts are awarded to competitors that meet Disadvantaged Business Enterprise (DBE) goals. Notification is hereby given that DBE goals are established for this prime contract. The goal for firms owned and controlled by socially and economically disadvantaged individuals is 10 percent of the dollar value of this contract. After opening bids, the apparent successful bidder will be required to submit the names and addresses of the DBE firms that will participate in the contract along with a description of the work to be performed by each named firm and the dollar value for each contract (subcontract). If the responses ' do not clearly show DBE participation will meet the goals above, the apparent successful bidder must provide documentation clearly demonstrating, to the satisfaction of the airport sponsor, that it made good faith efforts in attempting to do so and that meeting said goal is not reasonably possible. A bid ' that fails to meet these requirements will be considered nonresponsive. Agreements between bidder/proposer and a DBE in which the DBE promises not to provide subcontracting quotations to other bidders/proposers are prohibited. All bidders and proposers shall make a good faith effort to ' replace a DBE subcontractor that is unable to perform successfully with another DBE subcontractor. The bidder shall establish and maintain records and submit regular reports, as required, which will identify and assess progress in achieving DBE subcontract goals and other DBE affirmative action efforts. ' DBE -1 I I I I Proposal of organized ai _ IProposal of ' a partnership consisting of and Proposal of ' an individual trading as TO: CITY OF FAYETTEVILLE FAYETTEVILLE, ARKANSAS OR OR ' The undersigned Bidder, having visited the site and examined the Plans, Specifications. and other Contract Documents, including all Addenda and being familiar with all the conditions relating to the proposed project, hereby proposes to furnish all tools, appliances, equipment and specified materials, and perform all necessary labor for "Taxiway Lighting Rehabilitation". AIP 3-05-0020-25-98, in strict accordance with the Plans, Specifications, and other Contract Documents at and for the unit prices proposed herein. The undersigned Bidder, having read the Advertisement for Bids, understands that sealed bids for "Taxiway Lighting Rehabilitation" will be received by the City of Fayetteville at Room 326 of the City Administration Building, 113 West Mountain, Fayetteville, Arkansas. until 10:00 a.m., Wednesday, September 23rd, 1998 at which time the bids shall be publicly opened and read ' aloud. All extensions of the unit prices in the Unit Price Schedule will be subject to verification by the Owner. In case of discrepancy between a unit price and its extension, the unit price will be considered to be the bid. L I 1 P -I II II FAYETTEVILLE MUNICIPAL AIRPORT DRAKE FIELD TAXIWAY LIGHTING REHABILITATION AIP 3.05-0020.25-98 UNIT PRICE SCHEDULE ITEM ESTIMATED DID UNIT BID NO. DESCRIPTION UNIT QUANTITY PRICE AMOUNT 00 oD • SP -1-4.l Trench and Excavation Safety Systems Lump Sum 100% f .. l . $ l SP -2-10 1 Site Preparation Lump Sum 100% $\3'401t $ 3D,ODD SP -3-17 Dry Pit Boring 2-4C Schedule 80 PVC Lin. Ft. 767 $ 3 D -O0 $ e2? , D'v,' D ' L -108-5.i Cable Trench with Backfill Lin. Ft. 21,000 $ J' / $ 23 I00- L-108-5.2 Underground Cable, L -824C, No. 8 AWG, 5kV, Installed Lin. Ft. 38,488 $ , 35 7) 4. , SD in Trench or Duct L-108-5.3 Bare Counterpoise Wire, No. 8 AWG, Installed in Trench or Lin. Ft. 27,101 $ , b 0 s 1/O1 a Lo. (0O Along Duct, Including Ground Rods and Ground Connectors 1-109-5,1 Electrical Vault Wring Modifications Lump Sum 100% $ (D 000 $ h, DOD, ' L-109-5.2 L-828 20kW Lighting Regulator, Installed Each 1 s )/ 5A9 $ I g LS'1� . / L-1 10-5 1 8 -Way 4" PVC Concrete Encased Electrical Duct Lin. Ft. 1,208 $ L3D, OD s 3 ,qVt. L-110-5 2 Electrical Handhole Constructed Each 4 a 3 �� ? DDD. 1-110-5.3 Cable, Duct or Splice Marker. Installed Each 45 s ) OD s 9, tSDO_ L-110-5.4 2" PVC in Trench of Duct Lin. Ft. 22,350 $ J a0 $ fo r Jp(9. 00 �rr L-1 10-5 5 Existing Electrical Duct, Cleared Lin. Ft. 550 s % $ 1Si,J D, L-125-5.1 L -861T Base Mounted Taxiway Edge Light. Installed Within Each 100 $ $ Runway Safety Area ✓ c_5D DOD -_ Ip L-125-5.2 L -861T Base Mounted Taxiway Edge Light Installed Each 240 $ 'uSD s I O, QtAO_ L-125-5.3 Existing Slake Mounted Taxiway Light, Removed Each 251 $ )/. $ J _ 1-125-5.4 Existing Base Mounted Taxiway Light, Removed Each 4 $ p?S $ I bO . I I I L-1 25 5 5 Existing Stake Mounted Guidance Sign Reconnected Each 45 S IOD $ 7 V0D . L-125-5.6 Existing Base Mounted Runway Edge Light, W Reconnected Each 1 s /$ Job. 1 OD 1 SC -04 Third Party Insurance TOTAL AMOUNT BID Sum 100% $ ( $ 138 T LI II I I I PT PI I I I I I I 1 I I] Accompanying this Proposal is a Certified Check, Bid Bond, Other in an amount not less than five (5) percent of the total amount of bid which, it is agreed, shall be retained as liquidated damages by the City of Fayetteville if the undersigned fails to execute the Contract and furnish bond as specified within ten (10) days after formal notification of award to the undersigned. The undersigned Bidder agrees to begin work within ten (10) calendar days after the notice to proceed is issued and complete the work within one hundred and twenty (120) calendar days. Should the bidder fail to fully complete the work within the above stated time, he shall pay the City of Fayetteville, as fixed, agreed and liquidated damages, and not as a penalty, the sum specified in subparagraph TIME FOR COMPLETION AND LIQUIDATED DAMAGES of the SPECIAL CONDITIONS, for each calendar day of delay until the work is completed or accepted, and that additional time is only to be allowed for delays as stipulated in the Contract Documents. The CONTRACTOR also agrees to pay the Owner, in addition to the liquidated damages defined in the paragraph above, the penalties specified in the plans and contract documents for each day the CONTRACTOR'S performance of this contract exceeds the performance time specified in the plans and in subparagraph RESTRICTIONS ON TIME FOR WORK OF THE SPECIAL CONDITIONS. The undersigned Bidder agrees that this bid may not be withdrawn for a period of sixty (60) days after the opening of the bids. In submitting this bid, it is understood by the undersigned Bidder that the right is reserved by the City of Fayetteville to reject any and all bids. Previous Contracts. Section 60-1.7(b) of the Regulations of the Secretary of Labor requires each bidder or prospective prime contractor and proposed subcontractor, where appropriate, to state in the bid or at the outset of negotiations for the contract whether it has participated, in any previous contract or subcontract subject to the equal opportunity clause; and if so, whether it has filed with the Joint Reporting Committee, the Director, an agency, or the former President's Committee on Equal Employment Opportunity all reports due under the applicable filing requirements. In any case in which a bidder or prospective prime contractor or proposed subcontractor which participated in a previous contract subject to Executive Order 10925, 11114, or 11246 has not filed a report due under the applicable filing documents, no contract or subcontract shall be awarded unless such contractor submits a report covering the delinquent period or such other period specified by the FAA or the Director, OFCCP. The bidder (proposer) shall complete the following statements by checking the appropriate boxes: / 1. The bidder (proposer) has Ve has not participated in a previous Contract subject to the equal opportunity clause prescribed by Executive Order 10925. qr Executive Order 1 1 1 14, or Executive Order 11246. Li 1'-3 II Ii I I 2. The bidder (proposer) has V has not submitted all compliance reports in connection with any such Contract due under the applicable filing requirements; and that representations indicating submission of required compliance reports signed by proposed Subcontractors will be obtained prior to award of Subcontracts. If the bidder (proposer) has participated in a previous contract subject to 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 -l" prior to the award of the contract. Standard Form 100 is normally furnished contractors annually, based on a mailing list currently maintained by the Joint Reporting Committee. In the event a contractor has not received the form, he may obtain it by writing to Joint Reporting Committee, 1800 "G" Street, Washington. D.C. 20506. n , Name of Bidder By: T_ , (Signature) (Print Na Witness: ' (Signatur ITre�, dot P IS / Lisa.. ' (Office Address of Bidder) ' SEAL (If Bidder is a Corporation) I I I I I NOTES: Sign in ink. Do not detach. 1 PJ CERTIFICATION OF BIDDER REGARDING EQUAL EMPLOYMENT OPPORTUNITY I BIDDERS'; ADDRESS INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NO. '/ -Q 6'f/3 Z 3 NONSEGREGATED FACILITIES NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS (41 CFR 60-1.8) (I)A Certification of Nonsegregated Facilities must be submitted prior to the award of a federally assisted construction contract exceeding $10,000 which is not exempt from the provisions of the equal opportunity clause. (2)Contractors receiving federally assisted construction contract awards exceeding $10,000 which are not ' exempt from the provisions of the equal opportunity clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the ' equal opportunity clause. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. ' NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATED FACILITIES (1)A Certification of Nonsegregated Facilities must be submitted prior to the award of a subcontract exceeding $10,000"which is not exempt from the provisions of the equal opportunity clause. (2)Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the equal opportunity clause. ' NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. I I 7 EEO -I 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 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 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 REQUIREMENTS FOR CERTIFICATION OF NONSEGREGATED FACILITIES IA Certification of Nonsegregated Facilities must be submitted prior to the award of a contract or subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. Certification - The information above is true and complete to the best of my knowledge and belief. e + l"� ; .- Name and Title of Signer (Pleas ype) Signature Date te NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. I C CNF-I 1 L I I L I C C fl C I I I I I I H CERTIFICATION OF CONTRACTS / SUBCONTRACTS The federally assisted construction contractor certifies that contracts or subcontracts, including his own, have not and shall not be awarded to those individuals or firms suspended, debarred, or voluntarily excluded from doing business with any Department of Transportation (DOT) element and appearing on the DOT Unified List. Certification - The information above is true and complete to the best of my knowledge and belief. — Name and Title of Signer Signature NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. DEBAR -1 I I I ' SPECIAL NOTICE TO BIDDERS BUY AMERICAN -STEEL AND MANUFACTURED PRODUCTS ' FOR CONSTRUCTION CONTRACTS (Aviation Safety and Capacity Expansion Act of 1990) (a) The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply: 1. Steel and manufactured products. As used in this clause, steel and manufactured products include (I) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs (b) (1) or (2) shall be treated as domestic. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. 3. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. (b) The successful bidder will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, except those (1) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality; ' (2) that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or ' (3) that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. C C I SN-1 STATEMENT OF BIDDER'S QUALIFICATIONS (Prime Contractor) All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information he desires. This form must be completed and submitted at the time of the bid opening. n 2 3 Name of Bidder Permanent main office address: When and where organized (or incorporated): I 4. Similar Protects under Contract (i elude loca ' n, percent complelq„cost): ��O h; D..(90.�.........�. ) L, 5o, ego. w. (°167, eD,tp tie) 5. Similar Projects Completed include location, date completed, cost) :............................................ .........................;! . .....�`tc77a.t .....�!UdQ �T.................................................................. ......................................................................................................................................................... 6. Have you ever failed to complete any work awarded to you? If so, where and why? 7. Have you ever defaulted on a contract? If so, where and why? 8. List the major equipment available for this contract. 99h .'c'K G . ;,,l Roai,un, S 9. Credit available: $ ,6D. ODD. o 10. Give Bank reference: 1 I. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required? (a_L5 SBQ-1 1 LITTLE ROCK AIR FORCE BASE DISTANCE TO GO SIGNS Relocate thresholds for Runway Repair ..................$25,000.00 TEXARKANA REGIONAL AIRPORT Install new M.A.L.S.R. System...... .... ......... .. ... .$275,000,00 LITTLE ROCK NATIONAL AIRPORT AIRFIELD PAVEMENT REHABILITATION Additional taxiway lighting and also additional ductbank for 5KV circuitry ..................$50,000.00 1 FORT SMITH REGIONAL AIRPORT 1 PAVEMENT RUNWAY 7-25 REHABILITATION Electrical manhole modification for additional ductbank; also impavement runway lights modification... - ...... . . . . ........ . - . . . . .$45,000.00 1 TEXARKANA MUNICIPAL AIRPORT DISTANCE TO GO MARKERS & GENERATOR...... . . .. . ...... . . ... .$90,000.00 ' WEST MEMPHIS MUNICIPAL AIRPORT RUNWAY 35 EXTENSION - Runway lighting, new regulators, radio control panel, V.A.S.I. re -location, etc...... . . . ........ . . . . . . . . . . . . . .$102,903.00 1 TEXARKANA MUNICIPAL AIRPORT Replaced fifty (50) guidance signs......................$93,650.00 ' FORT SMITH REGIONAL AIRPORT TAXIWAY "A" EAST STAGE 2 PAVING & LIGHTING ' New runway lighting, taxiway lighting, and inpavement lighting, guidance signs, and duct bank...... . . . . . . . . . . . . . . . . . . . . . . . . . . . . .$265,000.00 WEST HELENA REGIONAL AIRPORT RUNWAY 17-35 NAVAID INSTALLATION 1 Install two (2) P.A.P.I. systems, install two (2) R.E.I.L. systems, regulators, radio control panel, etc ...................$85,000.00 HAZEN MUNICIPAL AIRPORT MEDIUM INTENSITY RUNWAY LIGHTING SYSTEM ' ROTATING BEACON AND WIND SOCK 2-2 Box P.A.P.I. System. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . $85, 000.00 12. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any information requested by the City of Fayetteville in verification of the recitals comprising this Statement of Bidder's Qualifications. Dated at f this day of 19� � ........ ... .1.... .............................................. (Name of Bidder) By:................................................................................................................ (Signature) n _ (Title) STATE OF S. COUNTY OF dlUI i (Lt4'i being duly sworn deposes and says that lie is of (ititC (Name of Organization) and that the answers to the foregoing questions and all statements therein contained are true and correct. SUBSCRIBED AND SWORN TO Before me this day o - ..... ....... .."""�'r""""......... ...... .. .................. ............ NOTARY P BLIC I MY COMMISSION EXPIRES: .....1.?- ............................................ I S13Q-2 LIST OF PROPOSED SUBCONTRACTORS (This form must be completed and submitted at the time of the bid opening). In compliance with Act 159 of 1949, as amended, of the Acts of the General Assembly of the State of Arkansas, 1, the undersigned General Contractor, hereby certify that proposals from the following Subcontractors were used in the preparation of my bid. I agree that if I am the successful Bidder and if the following subcontracts are approved, I will not enter into contracts with others for these divisions of the work without prior wren approval from the Engineer and the Owner. Typeof Work : .................. j I�.i f ......................�Q...�.............................................................. Subcontractors Name:......... vW/l.l .......f W.... .:............................. .,_ 6oh r7Qtgf) /Oq Type of Work ............................. Subcontractor's Name :.................... License No .:.................................... Address :.......................................... Type of Work- ................................. Subcontractors Name :........................ LicenseNo. ......................................... Address :.............................................. Type of Work............ Subcontractor's Name:.. License No. ................... Address- ........................ ..:........................................................... Bidder (General Contractor):....... ...................................... License No:..... By. ....................., ... 1 ........................ Title :........... .. *Signature must be the same as on the Proposal form. .............................. LPs -1 IH ' CONTRACT THIS AGREEMENT Made this day of e, 2, 199$ by and between the City of Fayetteville, Arkansas, acting through its duly authorized representatives, party of the first part, hereinafter called the "OWNER", and: ?MW RAWpa2u., 1Ne- 1 party of the second part, hereinafter called "CONTRACTOR". WITNESSETH: That for and in consideration of the payment hereinafter mentioned, to be made and performed by the OWNER, the CONTRACTOR hereby agrees with the OWNER to commence and complete "Taxiway Lighting Rehabilitation", AIP 3-05-0020-25-98, City of Fayetteville, 'Fayetteville Municipal Airport. ' The CONTRACTOR agrees to perform the work in accordance with the Plans, Specifications and all provisions attached hereto and made a part hereof as though copied in full herein, for and at the prices bid in the Proposal. The OWNER agrees to pay, and the CONTRACTOR agrees to accept, as full and final compensation for all work done under this agreement, the price bid in the Proposal which is hereto attached, said payments to be made in lawful money of the United States at the time and in the manner set forth in the Specifications. ' For the consideration above expressed, the CONTRACTOR agrees to begin work within ten (10) calendar days, after direction from the OWNER, and complete the work within one hundred and twenty (120) calendar days. If the CONTRACTOR shall fail to complete the ' work in the time specified, he shall pay to the OWNER, as liquidated damages, ascertained and agreed, and not in the nature of a penalty, the amount referenced in the Proposal and specified in ' SPECIAL CONDITIONS for each day delayed; which shall be deducted from the final payment to be paid under this Contract; provided that extensions of time with waiver of liquidated damages may be granted as provided for in the Specifications. IThe CONTRACTOR agrees to furnish a Performance Bond and a Payment Bond with an approved Surety thereon guaranteeing the performance of this Contract as required by the law of the State of Arkansas, in the principal amount not less than one hundred (100) percent of the amount of this Contract. Said bonds shall be conditioned upon full and complete performance of the Contract and for the payment of all labor, tools, equipment and materials furnished by the CONTRACTOR entering into or incidental to the work and shall guarantee the work against faulty workmanship or materials for a period of one (1) year after completion. ' The Surety on said bonds shall be a Surety Company of financial resources '' C-1 I satisfactory to the OWNER and authorized to do business in the State of Arkansas. During the performance of this Contract, the CONTRACTOR for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor') agrees as follows: ' I . Compliance with Regulations. The Contractor shall comply with the Regulations relative to nondiscrimination in Federally -assisted programs of the Department of ' Transportation (hereinafter, "DOT") Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this Contract. 1 2. Nondiscrimination. The Contractor, with regard to the work performed by it during the Contract, shall not discriminate on the grounds of race, color, or national origin in the ' selection and retention of Subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the 'Contractor covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under a Subcontract, including procurements of materials or ' leases of equipment, each potential Subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this Contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The Contractor shall provide all information and reports required by the Regulations or directives issued pursuant thereto, and shall permit access Ito its books, records, accounts, other sources of information, and its facilities as may be determined by the Owner or the Federal Aviation Administration to be pertinent to ascertain compliance with such regulations, orders, and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the Owner or the Federal Aviation Administration as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of the Contractor's ' noncompliance with the nondiscrimination provisions of this Contract, the Owner shall impose such Contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: (a) Withholding of payments to the Contractor under the Contract until ' the Contractor complies, and/or (b) Cancellation, termination, or suspension of the Contract in whole or in part. C-2 Li 6. Incorporation of Provisions. The Contractor shall include the provisions of ' paragraphs 1 through 5 in every Subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The ' Contractor shall take such action with respect to any Subcontract or procurement as the Owner or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a Contractor ' becomes involved in, or is threatened with, litigation with a Subcontractor or supplier as a result of such direction, the Contractor may request the Owner to enter into such litigation to protect the interests of the Owner and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. BUY AMERICAN - STEEL AND MANUFACTURED ' PRODUCTS FOR CONSTRUCTION CONTRACTS (JAN 1991) (a) The Contractor agrees that only domestic steel and manufactured products will be used by the ' Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, as defined in (b) below. ' (b) The following terms apply to this clause: Steel and manufactured products. As used in this clause, steel and manufactured products include (1) those produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. ' 3. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. I I ii I C-3 IN WITNESS WHEREOF, the parties of these presents have executed this Contract in eight (8) counterparts, each of which shall be deemed an original on the day and year first,abotie written. c "s ~ CITY OF FAYETTEVILLE ti ' > + FAYETTEVILLE,kARKANSA$A p•i a U By ATTEST: (Party of the First Part - OWNER) Title I I I ATTES : (Part/ of the SecoricTPart - CONT / Title SEAL (If a Corporation) I C-4 L I II I I Li r Bond No. 1111943 2638 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: THAT WE, Robert Bailey Electric, Inc. as Principal, hereinafter called "Principal", and Associated Indemnity Corporation of Novato State of CA , as Surety, hereinafter called "Surety", are held and firmly bound unto the City of Fayetteville, Fayetteville, Arkansas, as Obligee, hereinafter called "Owner", in the amount of: Three Hundred Eighty Six Thousand Nine Hundred Seven and 40/100 --------------------------- ---------------------------Dollars (5386, 907.40 ), in lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF Ti -US OBLIGATION IS SUCH THAT: WHEREAS, the Principal entered into a Contract with the Owner by written agreement dated the day of , 19 , a copy of which is attached hereto and made a part hereof, hereinafter referred to as the Contract, "Taxiway Lighting Rehabilitation" ALP 3-05-0020-25-98 1 NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all ' the undertakings, covenants, terms, conditions, and agreements of said Contract during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without notice to the Surety, and if he shall satisfy all claims and demands incurred under such Contract, and shall fully ' indemnify and save harmless the Owner from all costs and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, then this obligation shall be void; otherwise to remain in full force and effect. ' Any alterations which may be made in the terms of the Contract, or in the work to be done under it, or the giving by the Owner of an extension of time for the performance of the Contract. or any ' other forbearance on the part either of the Owner or the Principal to the other shall not release in any way the Principal and Surety, or either of these, their heirs, personal representatives, successors, or assigns from their liability hereunder, notice to the Surety of any alteration, extension or forbearance hereby ' being waived. In no event shall the aggregate liability of the Surety exceed the sum set out herein. ' No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action, or proceeding shall be brought on this bond, except by the Owner, after six (6) months from the date on which final payment to the Contractor falls due. No suit, action or proceeding shall he brought by the Owner after two (2) years from the date on which final payment to the Contractor falls due. ' PER -L I I I ' SEAC • 1 SEAL 1 NOTES: 1 1 This bond is executed pursuant to the terms or Arkansas Act 351 of 1953 as amended. Executed on this _____ day of , 19 _ Robert Bailey Electric, Inc. (Principal) By Tit Associated Indemnity Corporation (Surety) By orncy-ln-Fact Joh Gerety Attach Powcr of Attorney. Date of Bond must not precede date of Contract. A copy of this Bond must be filed with the Circuit Clerk in each county wherein the work is to be performed. 4' PEB-2 ' Bond No. 111 1943 2638 PAYMENT BONT) KNOW ALL MEN BY THESE PRESENTS: THAT WE, Robert Bailey Electric, Inc. as Principal, hereinafter called "Principal", and Associated Indemnity Corporation ' of Novato , State of California as Surety, hereinafter called "Surety". are held and firmly bound unto the City of Fayetteville. as Obligee, hereinafter called "Owner", in the amount of: ' Three Hundred Eighty Six Thousand Nine Hundred Seven and 40/100 ------------------------------------- Dollars ($ 386, 907 • Qtt lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ' ourselves, our heirs, executors, administrators, and successors, jointly and severally. firmly by these presents. TILE CONDITION OF THIS OBLIGATION IS SUCH THAT: WHEREAS, the Principal entered into a Contract with the Owner by written agreement ' dated the day of , 19_, a copy of which is attached hereto and made a part hereof, hereinafter referred to as the Contract, "Taxiway Lighting Rehabilitation" ATP 3-05-0020-25-98 NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the construction of such work, and all insurance premiums on said work, and for all labor performed in such work, whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. Any alterations which may be made in the terms of the Contract, or in the work to be done tinder it, or the giving by the Owner of an extension of time for the performance of the Contract, or any other forbearance on the part either of the Owner or the Principal to the other shall not release in any way the Principal and Surety, or either of these, their heirs, personal representatives, successors; or assigns ' from their liability hereunder, notice to the Surety of any alteration, extension or forbearance hereby being waived. In no event shall the aggregate liability of the Surety exceed the sum set out herein- ' No suit, action or proceeding shall be brought on this bond outside the State of Arkansas. No suit, action, or proceeding shall be brought on this bond, except by the Owner, after six (6) months from the date on which final payment to the Contractor falls due. No suit, action or proceeding shall be brought by the Owner after two (2) years from the date on which final payment to the Contractor falls due. - - PAR -1 l SEAL I' 1 ti ' SEAL This bond is executed pursuant to the terns of Arkansas Act 351 of 1953 as amended. Exccuted on this day of , 19 Jtobert Bailey Electric, Inc. (Principal) Associated Indemnity Corporation (Surety) By fl,t 22&e( Att� y-lu-Fact John G ety ' NOTES: Attach Power ofAttorncy. ' Date of Bond must not precede date of Contract. A copy of this Bond must be fled with the ' Circuit Clerk in each county wherein the work is to be performed. 1 5 P A U I U- .7 GENERAL 'POWER OF An'ORNEY ASSOCIATED INDEMNITY CORPORATION KNOW ALL MEN BY THESE PRESENTS: That ASSOCIATED INDEMNITY CORPORATION, a Corporation duly organized and existing under the laws of the State of California, and having its principal office in the County of Marin. State of California, has made, constituted and appointed, and does by these ' presents make,constituteandappoint LINDA PREY, JOHN GERETY, CAROLYN A. CORY, DIANNE COWAN, WILLIAM W. BUSSEY, JR., JOHN M. ELLIOTT, ALLEN J. McDOWELL, HENRY NOOR, jointly or severally LITTLE ROCK AR ' its true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred in its name, place and stead, to execute, seal, acknowledge and deliver any and all bonds, undertaking. recognizances or other written obligations in the nature thereof and to bind the Corporation thereby as fully and to the same extent as if such bonds were signed by the President, sealed with the corporate seal of the Corporation and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. ' This powerof attorneyis granted pursuant to Article VII, Sections 45 and 46 of By-laws of ASSOCIATED INDEMNITY CORPORATION now in full force and effect. 'Article VII. Appointment and Authority of Resident Secretaries, Attorney -In -Fact and Agents to accept Legal Process and Make Appearances. Section 45. Appointment. The Chairman of the Board of Directors, the President, any Vice -President or any other person authorized by the Board of ' Directors, the Chairman of the Board of Directors, the President or any Vice -President may, from time to time, appoint Resident Assistant Secretaries and Attorneys -In -Fact to represent and act for and on behalf of the Corporation and Agents to accept legal process and make appearances for and on behalf of the Corporation. Section 46. Authority. The authority of such Resident Assistant Secretaries, Attorneys -in -Fact and Agents shall be as prescribed in the instrument evidencing ' their appointment. Any such appointment and all authority granted therebymay be revoked at any time by the Board of Directors or by any person empowered to make such appointment:' This power of attorney is signed and sealed under and by the authority of the following Resolution adopted by the Board of Directors of ASSOCIATED INDEMNITY CORPORATION at a meeting duly called and held on the 13th day of April, 1984, and said Resolution has not been amended or repealed: ' "RESOLVED, that the signature of any Vice -President, Assistant Secretary, and Resident Assistant Secretary of this Corporation, and the seal of this Corporation may be affixed or printed on any power of attorney, on any revocation of any power of attorney, or on any certificate relating thereto, by facsimile, and any power of attorney, any revocation of any power of attorney, or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Corporation:' ' IN WITNESS WHEREOF, ASSOCIATED INDEMNITY CORPORATION has mused these presents to be signed by its Vice -President, and its corporate seal to be hereunto affixed this 114 t,Ii day of Nnvpmher , 19 97 . `M\,1\,IIIIYIN1 ��,9;=-'''' ASSOCIATED INDEMNITY CORPORATION ei nl I:L :i` fps �pI rr• ' '•f 'E ' %,t...wN By V .Praidcet STATE OF CALIFORNIA ss COUNTY OF MARIN ' On this14th day of Novemb er 19 97 ,before me personally came M. A. Mallonee to me known, who, being by me duly sworn, did depose and say: that he is Vice -President of ASSOCIATED INDEMNITY CORPORATION, the Corporation described in and which executed the above instrument; 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 order of the Board of Directors of said Corporation and that he signed his name thereto by like order. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal, the day and year herein first above written. r - A. KRIEGER ' C0MM.#1045112 d "A NOTARY PUaIIC.CALIFORNIA Notary Pubac - MARIN COUNTY 0 MyConm Pxprestdm. 20.1999 CERTIFICATE ' STATE OF CALIFORNIA l ss COUNTY OF MARIN ' 1, the undersigned, Resident Assistant Secretary of ASSOCIATED INDEMNITY CORPORATION, a CALIFORNIA Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OFATTORNEY remains in full force and has not been revoked; and furthermore that Article VII. Sections 45 and 46 of the By-laws of the Corporation, and the Resolution of the Board of Directors; set forth in the Power of Attorney, arc now in force. ' Signed and srJed at the County of Marin. Dated the day of 19 ,..\,1.11. :::;, t;:}r • Rcidrnl AssistantAssistantSccrnuy p,•r.4unnnln,'I' C L L n I I I I I I GENERAL PROVISIONS SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, in any documents, or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway, and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADVERTISEMENT. 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- I 1 CALENDAR DAY. Every day shown on the calendar. 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, ' specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the contract. GP -10-1 1 A I 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 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 CONSTRUCTION OBSERVER. An authorized representative of the Engineer assigned to make all necessary observations 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. 1\ I I I C I C I C I: I I I I GP -10-2 Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, ' or cited standard that may be pertinent to such specific reference. 10-25 LABORATORY. The official testing laboratories of the owner or such other laboratories as may ' be designated by the Engineer. 10-26 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. ' 10-27 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 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 applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-30 OWNER (SPONSOR). The term owner shall mean the party of the first part or the contracting agency signatory to the contract. For AIP contracts, the term sponsor shall have the same meaning as the ' term owner. 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. GP -10-3 1 LJ 1 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 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. 10-42 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the 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 and holidays on which the Contractor's forces engage in regular work, requiring the presence of a construction observer, will be considered as working days. 1 END OF SECTION GP -10 1 H GP -10-4 [I ISECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS ' 20-01 ADVERTISEMENT. (See Page A -I). 20-02 PREQUALIFICATION 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. To satisfy these requirements, each bidder must complete and submit, with the sealed bid, the"Statement of 'Bidder's Qualifications", SBQ-1,2. In addition, if requested by the Owner after the bid opening, the apparent low 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, ' If requested, the apparent low bidder shall submit "evidence of financial responsibility" to the Owner no later than 10 days after the request, and prior to the execution of the contract. Unless otherwise specified, a bidder may submit evidence that he isprequalified 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 reportshereinbefore specified, at the discretion of the Owner. ' 20-03 CONTENTS OF PROPOSAL FORMS. The Owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. ' The plans, specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. ' 20-04 ISSUANCE OF PROPOSAL FORMS. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: (a) Failure to comply with any prequalification regulations of 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. ' GP -20-1 (c) 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. Pavement coring information and other records of subsurface information are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the Owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from his/her examination of the pavement cores and other records of subsurface information 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) for which he proposes to do each pay item furnished in the proposal. 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 GP -20-2 ' I I I I I I I [ I 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. is altered, or if any part of the proposal form is detached. (b) If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind which make the proposal incomplete, indefinite, or otherwise ambiguous. (c) If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. (d) If the proposal contains unit prices that are obviously unbalanced. (e) If the proposal is not accompanied by the proposal guaranty specified by the Owner. The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-09 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-I1 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, :;id other interested persons are invited to attend. Proposals that have been withdrawn (by written or te1e iphic 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. IGP -20-3 I (c) If the proposal is not submitted in conformance with the requirements of State and Federal I law. For the bidders information: Act 150 of 1965, as amended, has been interpreted, by the State Contractor's Licensing Board, to require a contractor to have a current Arkansas contractor's license, or an application for a license before the board, in order to submit a valid bid. Act 159 of 1949, as amended, requires the bidder to list his mechanical, plumbing, electrical and roofing and sheet metal subcontractors. Other State laws may affect the submission of bids. The bidder should be familiar with State and Federal laws affecting his bid. (d) 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 GP -20 C P-20-4 Ti I I I I I I [i I I u I I I SECTION 30 AWARD AND EXECUTION OF CONTRACT 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the 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 an error in the above product, the correct product obtained with the unit price 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. U (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. U 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. ' For AIP contracts, no award shall be made until the FAA has concurred in the sponsor's recommendation to make such award and has approved the sponsor's proposed contract to the extent that such concurrence and approval are required by 49 CFR Part 18. Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner. ' 30-03 CANCELLATION OF AWARD. The owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section. ' 30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the owner receives the contract 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 GP -30-1 I may be incurred by reason of the Contractor's performance of the work. The surety and the form of the t 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 contracts 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 subsections titled REQUIREMENTS OF CONTRACT BONDS and EXECUTION OF CONTRACT of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the owner. i I I 1 END OF SECTION GP -30 I I I I I G P-30-2 II I I I I I I I I E SECTION 40 SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 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. All supplemental agreements shall be approved by the FAA and shall include valid wage determinations of the U.S. Secretary of Labor when the amount of the supplemental agreement exceeds $2,000. However, if the Contractor elects to waive the limitations on work that increases or decreases the originally awarded contract or any major contract item by more than 25 percent, the supplemental agreement shall be subject to the same U.S. Secretary of Labor wage determination as was included in the originally awarded contract. All supplemental agreements shall require consent of the Contractor's surety and separate performance and payment bonds. 40-03 OMITTED ITEMS. The Engineer may, in the owner's best interest. omit from the work any ' contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. ' Should a contract item be omitted or otherwise ordered to be nonperfonned, 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. I Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform GP -40-1 L 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. I I I I Any claim for payment of extra work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the owner. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his/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 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. , GP -40-2 I I I I I U I I Ii II I I I L I I I H I I 1.! I 40-06 REMOVAL OF EXISTING STRUCTURES. Al! existing structr ies encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the owner when so utilized in the work. 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either: (a) Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, (b) Remove such material from the site, upon written approval of the Engineer; or (c) Use such material for 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 GP -40-3 I I structure which is located outside the lines, grades, or grading sections established for the work, except I where such excavation or removal is provided for in the contract, plans, or specifications. 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. H END OF SECTION GP -40 GP -40-4 J Ti Ti I Li TI I H I I I SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. He shall decide all questions which may arise as to the interpretation of the specifications or plans relating to the work, the fulfillment of the contract on the part of the Contractor, and the rights of different Contractors on the project. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for under the 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 .-'commended contract price adjustments will be based on good engineering judgment and such tests orretests 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 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. I 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 one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over ' GP -50-1 L contract general provisions, plans, cited standards for materials or testing, and cited FAA advisory circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with three copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and lie shall cooperate with the Engineer and his/her construction observer and with other contractors in every way possible. The Engineer shall allocate the work and designate the sequence of construction in case of controversy between contractors. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/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. V 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 STAKES. The Contractor must establish all layout required for the construction of the work. 50-07 AUTOMATICALLY CONTROLLED .EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF CONSTRUTION OBSERVERS. Construction observers employed by the owner shall be authorized to observe all work done and all material furnished. Such GP -50-2 1 I ' observation may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Observers are not authorized to revoke, alter, or waive any provision of the contract. Observers are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Construction observers employed by the owner are authorized to notify the Contractor or his/her representatives of any failure of the work or materials to conform to the requirements of the contract. plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for his/her decision. 50-09 CONSTRUCTION OBSERVATION OF THE WORK. All materials and each part or detail of the work shall be subject to observation 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 observation. ' 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 observation 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 observe 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 observe such work. Such observation shall in no sense make any facility owner a party ' to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which does not ' conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. ' Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR'S 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 Contractors 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 he ' GP -50-3 L 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. 50-1 I 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 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. I. Should the Contractor fail to respond to the Engineer's notification, the Engineer may suspend any work necessary for the owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the owner, he may request the Engineer to make final observation of that unit. If the Engineer finds upon observation that the unit has been satisfactorily completed in compliance with the contract, lie 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-I5 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and owner will make an observation. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such observation shall constitute the final observation. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final observation. flI G I I L I C I I I I •1 GP -50-4 If, however, the observation 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 observation will be made which shall constitute the final observation, 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 observation. 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 i&not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit 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 GP -50 I ISECTION 60 ICONTROL 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 made. If it is found after trial that sources of supply for previously approved materials do not produce specified 'products, the Contractor shall furnish materials from other sources. 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if 1 directed by the Engineer, shall be removed at the Contractors 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. All tests which fail to meet the specifications herein, when tested in accordance with the cited standard methods, as stated above, will be at the expense of the Contractor. Samples will be taken by a qualified representative of the owner. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/her request. ' 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. • The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. ' Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. IThe form and distribution of certificates of compliance shall be as approved by the Engineer. ' When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name", the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: (a) Conformance to the specified performance, testing, quality or dimensional requirements; and, ' GP -60-1 I (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, lie 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. Should the Engineer conduct plant inspections, the following conditions shall exist: (a) The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has*contracted for materials. (b) The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. (c) If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the owner shall have the right to retest any material which has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall 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 GP -60-2 J C 1 1 I I it 1 I I I I 11 1 I 1 I Icopy of the property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/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 furnis:; 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 phonies 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 GP -60 I I I I I I GP -60-3 I I SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having ' any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the owner and all ' his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees. 1 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. ' 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, ' or any trademark or copyright, and shall indemnify the owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or I National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the owner, such authored work (by others) is ' indicated as follows: Owner Person to Contact (Phone Number) Federal Aviation Administration (ATCT) Don Owens (501) 442-2182 Federal Aviation Administration (Facilities) Art Sellars (501)442-5221 Fayetteville Municipal Airport Underground Utilities Don Green (501) 521-4750 IExcept as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written ' permission of the Engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such I GP -70-1 I authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the owner for some portion of the contract costs. Such reimbursement is made from time to time upon the owner's (sponsor's) request to the FAA. In consideration of the United States Government's (FAA's) agreement with the owner, the owner has included provisions in this contract pursuant to the requirements of the Airport 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 A::. 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 which 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. 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 latest edition of the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office). GP -70-2 I I I I I lI I I I :t I I I I I I I When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340-1, Marking of Paved Areas on Airports, latest edition. 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 nt reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction Activity, latest edition. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2, latest edition. ' 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. No explosives will be used in the work. I 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 has been completed and accepted. ' When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the 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 I any character brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Act", or any other law, ordinance, ' order, or decree. Money due the Contractor under and by virtue of his/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 IGP -70-3 [1 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 CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or. property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the owner prior to completion of the entire contract, such "phasing" of the work shall be as indicated on the plans. When so indicated, 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. Upon completion of any portion of the work, such portion shall be accepted by the owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the owner shall be repaired by the Contractor at his/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 d'iinage 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 GP -70-4 I I ' 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 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: I I I I I L I I rI I I Utility Service or Facility Person to Contact (Phone Number) Federal Aviation Administration (ATCT) Don Owens (501) 442-2182 Federal Aviation Administration (Facilities) Art Sellars (501) 442-5221 Fayetteville Municipal Airport Underground Utilities Don Green (501) 521-4750 Caution: UNDERGROUND UTILITIES EXIST WITHIN AND ADJACENT TO THE LIMITS OF CONSTRUCTION. EXISTING UTILITIES ARE NOT SHOWN ON THE PLANS. PRIOR TO BEGINNING ANY TYPE OF EXCAVATION, THE CONTRACTOR SHALL CONTACT THE UTILITIES INVOLVED AND MAKE ARRANGEMENTS FOR THE LOCATION OF THE UTILITIES ON THE GROUND. THE CONTRACTOR SHALL MAINTAIN THE UTILITY LOCATION MARKINGS UNTIL THEY ARE NO LONGER NECESSARY. ARKANSAS STATE LAW, THE UNDERGROUND FACILITIES DAMAGE PREVENTION ACT, REQUIRES TWO WORKING DAYS ADVANCE NOTIFICATION THROUGH THE ARKANSAS ONE -CALL SYSTEM CENTER BEFORE EXCAVATING USING MECHANIZED EQUIPMENT OR EXPLOSIVES (EXCEPT IN THE CASE OF AN EMERGENCY). THE ONF-CALL SYSTEM PHONE NUMBER IS 1-800-482-8998. THE CONTRACTOR IS ADVISED THAT THERE IS A SEVERE PENALTY FOR NOT MAKING THIS CALL. NOT ALL UTILITY COMPANIES ARE MEMBERS OF THE ARKANSAS ONE -CALL SYSTEM; THEREFORE, THE CONTRACTOR IS ADVISED TO CONTACT ALL NON-MEMBER UTILITIES AS WELL AS THE ONE -CALL SYSTEM. It is understood and agreed that the owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service. GP -70-5 I 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: In addition to the general written notification herein before 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 herein above 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. I 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- I way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there shall be no liability upon the Engineer, his/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. 1 GP -70-6 I 1 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the owner be precluded or 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 I 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 t.`.C 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, including the applicable standards 1 and requirements issued under Section 306 of the Clean Air Act (42 USC 1857 (h)), Section 508 of the Clean Water Act (33 USC 1368), Executive Order 11738, and environmental protection regulations (40 CFR Part 15). 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 1 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. 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 1 EXTENSION OF CONTRACT TIME of Section 80. 1 END OF SECTION GP -70 I I GP-70-7 1 I I I I I I [_1 SECTION 80 PROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The owner will not recognize any subcontractor oil the project. 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 calendar 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. 1 The Contractor shall not commence new work that would be prejudicial to work already started. 80-04 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all I 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. ' All equipment which is proposed to be used on the work shall be of sufficient size and in such ' GP -80-1 I I mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. I 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. 80-05 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Engineer, in writing, to suspend work for some 1 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 • ork during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineers 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. GP -80-2 I I 80-06 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be ' adjusted as follows: 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. I Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. (b) CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and non -work days. All calendar days elapsing between the effective dates ' of the 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 1 has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. ' (c) When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. 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. 80-07 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 ' GP -80-3 Il I provided in his/her contract. I. 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 80-08 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 , < (e) Fails to resume work which has been discontinued within a reasonable time after notice to do so, or I (f) Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or (g) Allows any final judgment to stand against him unsatisfied for a period of 10 days, or (h) Makes an assignment for the benefit of creditors, or ' (i) For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract f,- any reason hereinbefore , specified, 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 , GP -80-4 I I I I I U I I surety shall be liable and shall pay to the owner the amount of such excess. 80-9 TERMINATION FOR NATIONAL EMERGENCIES. The owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his/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. L I 1 ' END OF SECTION GP -80 I I I I I GP-80-5 I I I SECTION 90 MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or 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. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. ' When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental ' agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. I 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 1 cited specifications, manufacturing tolerances established by the industries involved will be accepted. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the 1 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 ' GP -90-1 fl will not also be measured for payment under any other contract item which may appear elsewhere in the I 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 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 Engineers order will be paid for at the actual cost to the Contractor and shall thereupon become the ' property of the owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's ' order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature and 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: (I) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. GP -90-2 1 it (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. i(3) Quantities of materials, prices, and extensions. (4) Transportation of materials. (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. I 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. Upon certification by the Engineer that the construction contract is 50 percent complete, as prescribed by Act 235 of 1977 of the State of Arkansas, no further retainage (above 5 percent of the total contract amount) will be held from the monthly ' titled PAYMENT OF WITHHELD FUNDS of this section, no such 10 percent retainage shall be deducted for each partial payment. estimate. The balance of the amount payable, less all previous payments and previous retainage, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection 90-08 When not less than 95 percent of the work has been completed the Engine(,, 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. 1 The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. ' It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the 1 Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the GP -90-3 I subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. 1 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: ' 1 (a) The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. ' (b) The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. (c) The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. (d) The Contractor has furnished the owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. (e) The Contractor has furnished the owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at 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. 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 the subsection 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. (c) 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. GP -90-4 H 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, 1 determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. ' If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this ' subsection, such claims will be considered by the owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. END OF SECTION GP -90 I I I H I I GP -90-5 ' I I SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM ' 100-01 GENERAL. The Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical ' specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or_vendors. Although guidelines are established and certain minimum requirements are specified herein and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. ' The intent of this section is to enable the Contractor to establish a necessary level of control that will: a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. c. Allow the Contractor as much latitude as possible to develop his or her own standard of ' control. The Contractor shall be prepared to discuss and present, at the preconstruction conference, his/her understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed by the Engineer. No partial payment will be made for materials subject to specific tquality control requirements until the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract technical ' specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. ' 100-02 DESCRIPTION OF PROGRAM. a. General Description. The Contractor shall establish a Quality Control Program to perform ' inspection and testing of all _items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional ' performance. The Quality Control Program shall be effective for cont.rtl of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document which shall be reviewed by the Engineer prior to the start of any production, construction, or off -site fabrication. The written Quality Control Program shall be submitted to the ' GP -100-1 I Engineer for review at least 5 calendar days before the commencement of work. The Quality Control Program shall be organized to address, as a minimum, the following items: ' a. Quality control organization; b. Project progress schedule; c. Submittals schedule; d. Inspection requirements; e. Quality control testing plan; , f. Documentation of quality control activities; and g. Requirements for corrective action when quality control and/or acceptance criteria are not met. The Contractor is encouraged to add any additional elements to the Quality Control Program that he/she deems necessary to adequately control all production and/or construction processes required by this contract. , 100-03 QUALITY CONTROL ORGANIZATION. The Contractor's Quality Control Program shall be implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall ' indicate the total staff required to implement all elements of the Quality :_untrol Program, including inspection and testing for each item of work. If necessary, different technicians can be utilized for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall consist of the following minimum personnel: , a. Program Administrator. The Program Administrator shall be a full-time employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of 5 years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least I of the following requirements: GP -100-2 ' I (1) Professional engineer with 1 year of airport paving experience acceptable to the Engineer. ' (2) Engineer -in -training with 2 years of airport paving experience acceptable to the Engineer. (3) An individual with 3 years of highway and/or airport paving experience acceptable to the ' Engineer, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). (5) Highway materials technician certified at Level III by NICET. ' (6) Highway construction technician certified at Level III by NICET. I (7) A NICET certified engineering technician in Civil Engineering Technology with 5 years of highway and/or airport paving experience acceptable to the Engineer. ' The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications. The Program Administrator shall report directly to a responsible ' officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within 2 hours after being notified of a problem. b. Quality Control Technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of 2 years of experience in their area of expertise. The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the ' technical specifications, and as required by Section 100-06. (2) Performance of all quality control tests as required by the technical specifications and ' Section 100-07. Certification at an equivalent level, by a state or nationally recognized organization will be acceptable ' in lieu of NICET certification. c. Staffing Levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and GP -100-3 H field placement location. The scheduling and coordinating of all inspection and testing must match t the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. 100-04 PROJECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), PERT, or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contact. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and , coordinating all work to comply with the requirements of the contract. 100-05 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all submittals (e.g., mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include: a. Specification item number; b. Item description; c. Description of submittal; d. Specification paragraph requiring submittal; and e. Scheduled date of submittal. 100-06 INSPECTION REQUIREMENTS. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by Section 100-07. Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements: a. During plant operation for material production, quality control test results and periodic inspections shall be utilized to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment utilized in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and utilized. b. During field operations, quality control test results and periodic inspections shall be ' utilized to ensure the quality of all materials and workmanship. All equipment utilizedin placing,, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and utilized. GP -100-4 II I I 100-07 QUALITY CONTROL TESTING PLAN. As a part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification item, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes. I The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: I I I I I 7 I I I a. Specification item number (e.g., P-401); b. Item description (e.g., Plant Mix Bituminous Pavements); c. Test type (e.g., gradation, grade, asphalt content); d. Test standard (e.g., ASTM or AASHTO test number, as applicable); e. Test frequency (e.g., as required by technical specifications or minimum frequency when requirements are not stated); f. Responsibility (e.g., plant technician); and g. Control requirements (e.g., target, permissible deviations). The testing plan shall contain a statistically -based procedure of random sampling for acquiring test samples in accordance with ASTM D 3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by Section 100-08. 100-08 DOCUMENTATION. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily Inspection Reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations on a form acceptable to the Engineer. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following: (1) Technical specification item number and description; (2) Compliance with approved submittals; (3) Proper storage of materials and equipment; GP -100-5 H (4) Proper operation of all equipment; , (5) Adherence to plans and technical specifications; (6) Review of quality control tests; and (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and ' nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. b. Daily Test Reports. The Contractor shall be responsible for establishing a system which will record all quality control test results. Daily test reports shalt document the following information: (1) Technical specification item number and description; (2) Test designation; (3) Location; (4) Date of test; (5) Control requirements; (6) Test results; (7) Causes for rejection; (8) Recommended remedial actions; and (9) Retests. Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. 100-09 CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into critrol. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will , be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control When applicable or required by the technical specifications, the Contractor shall establish and utilize statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. 100-10 SURVEILLANCE BY THE ENGINEER. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to ' GP -100-6 I determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed herein and the applicable technical specifications and plans. In addition, all items of materials, equipment a,td work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on -site or off -site Contractor's or subcontractor's work. 100-I1 NONCOMPLIANCE. a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his/her authorized representative to the Contractor or his/her authorized representative at the site of the work, shall be considered sufficient notice. b. In cases where quality control activities do not comply with either the Contractors Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may: (1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. (2) Order the Contractor to stop operations until appropriate corrective actions is taken. END OF SECTION GP -100 L I C GP -100-7 H I SECTION 120 WAGE, LABOR, EEO, SAFETY, AND GENERAL REQUIREMENTS SECTION A (Federal Aviation Administration (FAA) Requirements) IA -1 Airport and Airway Improvement Program Project. The work in this contract is included in Airport Improvement Program (AIP) Project No. 3-05-0020-25-98, t which is being undertaken and accomplished by the City of Fayetteville (Sponsor) in accordance with the terms and conditions of a grant agreement between the Sponsor and the United States, under the Airport and Airway Development Act of 1982 (P.L. 97-248) as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987 (P.L. 100-223) and Part 152 of the Federal Aviation Regulations (14 CFR Part 152), ' pursuant to which the United States has agreed to pay a certain percentage of the costs under those Acts. The United States is not a party to this contract and no reference in this contract to the FAA or ally representative thereof, or the United States, by the contract, makes the United States a party to this contract. A-2 Consent to Assignment. I The Contractor shall obtain the prior written consent of the Sponsor to any proposed assignment of any interest in or part of this contract. ' A-3 Convict Labor. No convict labor may be employed under this contract. tA-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)(I) 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. A-5 Withholding: Sponsor From Contractor. ' Whether or not payments or advances to the City of Fayetteville (Sponsor) are withheld or suspended by the FAA, the Sponsor may withhold or cause to be withheld from the contractor so much of the accrued • payments or advances as may be considered necessary to pay laborers and mechanics employed by the contractor or any subcontractor on the work the full amount of wages required by this contract. ' A-6 Nonpayment of Wages. If the Contractor or subcontractor fails to pay any laborer or mechanic employed or working on the site of the work any of the wages required by this contract, the City of Fayetteville (Sponsor) may, after written notice ' to the contractor, take such action as may be necessary to cause the suspension of any further payment or advance of funds until the violations cease. A-7 FAA Inspection and Review. The Contractor shall allow any authorized representative of the FAA to inspect and review any work or materials used in the performance of this contract. GP 120-1 I A-8 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. A-9 Contract Termination. Any violation or breach of the terms of this contract on the part of the contractor or subcontractor may result in the suspension or termination of this contract or such other action which may be necessary to enforce the rights of the parties of this agreement. (49 CFR Part 18): A-10 Inspection of Records. The contractor shall maintain an acceptable cost accounting system. The Sponsor, the FAA, and the Comptroller General of the United States shall have access to any books, documents, paper, and records of the contractor which are directly pertinent to the specific contract for the purposes of making an audit, examination, excerpts, and transcriptions. The contractor shall maintain all required records for three years after the Sponsor makes final payment and all other pending matters are closed. (49 CFR Part 18). A-11 Rights to Inventions. All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. Information regarding these rights is available from the FAA and the Sponsor. (49 CFR Part 18). A-12 General Civil Rights Provisions. The contractor assures that it will comply with pertinent statutes, Executive orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from. Federal assistance. This provision binds the contractor from the bid solicitation period through the completion of the contract. (Section 520, Airport and Airway Improvement Act of 1982). I I I I .1 II I I I 11 I H I I I GP 120-2 SECTION B DAVIS-BACON ACT REQUIREMENTS (29 CFR PART 5) B -I Minimum Wages. (a) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. 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 paragraph (B -1)(d) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under (B-I)(b) of this section) and the Davis -Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. ' (b) (1) The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract, shall be classified in conformance with the wage determination. The contracting officer shall ' approve an additional classification and wage rate and fringe benefits 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 determinations; 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 laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and ' wage rate (including the amount designated for fringe benefits where appropriate), a report of the action of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized ' GP 120-3 ' representative, will approve, modify or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or , will notify the contracting officer within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). , (4) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (B -1)((b)(2) or (3) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (c) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.- (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, 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. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). B-2 Withholding. The Federal AviationAdministration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally - assisted contract subject to the Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees and helpers, employed by the contractor or any subcontractor, the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, , including any apprentice, trainee or. helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. B-3 Payrolls and Basic Records. ' (a) Payrolls and basic records relating thereto will be maintained duringthe course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the GP 120-4 1 work. Such records will contain the name, address and social security number of each such worker, his or her ' correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in l(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary ' of Labor has found under 29 CFR 5.5(a)(I)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in Section l(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain records which show that the ' commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. 29 CFR 5.5(a)(3)(i) (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215- , 0017). (b) (1) The contractor shall submit weekly, for each week in which any contract work is 1 performed, a copy of all payrolls to the applicant, sponsor, or owner, as the r -.:e may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph 5.5(a)(3)(i) above. This information may be ' submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number 1215-0149). (2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be maintained under paragraph B-3 (a) above and that such information is correct and complete; (ii) That each laborer and mechanic (including each helper, apprentice and trainee) ' employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than ' permissible deductions as set forth in Regulation: 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 W} -l-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph B-3 (b)(2) of this section. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. ' GP 120-5 A (c) The contractor or subcontractor. shall make the records required under paragraph B-3 (a) of this section available for inspection, copying or transcription by authorized representatives of the Sponsor, the Federal Aviation Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the.Federal agency may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or , to make such records available may be grounds for debarment action pursuant :o 29 CFR 5.12. B-4 Apprentices and Trainees. (a) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by thei'Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeymen's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman's hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of the fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringe benefits shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and 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. (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. The ratio of trainees to journeymen on the job site shall not be greater than permitted tinder the plan approved by the Employment and Training Administration- Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator c.i the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee GP 120-6 I 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. (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. B-5 Compliance With Copeland Regulations. ' The Contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. B-6 Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)( I) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. ' The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. B-7 Compliance With Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. B-8 Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the ' Department of Labor set forth in 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. ' B-9 Certification of Eligibility. (a) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any ' person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(I ). ' (b) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CPR 5.12(a)(I ). 1 (c) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. I GP 120-7 B-LContract Termination: Debarment. A breach of the contract clauses in paragraphs B-1 through B-9 of this section and paragraphs C- through C- 5 of Section C may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. GP 120-8 SECTION C ICONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS (29 CFR PART 5) C-1 Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the ' employment of laborers or mechanics shall require or permit any laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one - 1 half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. C-2 Violations; Liability for Unpaid Wages, Liquidated Damages. In the event of any violation of the clause set forth in paragraph C-1 above, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of ' Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed, with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph C-1 above, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph C -I above. I C-3 Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies ' payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to 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 the clause set forth in paragraph C-2 above. C-4 Subcontractors. ' The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs C-1 through C-4 and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier ' subcontractor with the clauses set forth in paragraphs C-1 through C-4. C-5 Working Conditions. ' No contractor or subcontractor may require any laborer or mechanic employed in the performance of any contract to work in surroundings or under working conditions that are unsanitary, hazardous, or dangerous to his health or safety as determined under construction safety and health standards (29 CFR Part 1926) issued by the Department of Labor. ' GP 120-9 LJ kyBrimIIrtWtF, EQUAL EMPLOYMENT OPPORTUNITY (41 CFR PART 60-1.4(b)) During the performance of this contract, the contractor agrees as follows: D-1 The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and. applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. D-2 The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex or national origin. D-3 The contractor will send to each labor union or representative of workers with which lie 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. J I I 1] I D-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. D-5 The contractor will furnish all information and reports required by Executive Order 11246 of ' September 24, 1965, as amended, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and. accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. D-6 In the event of the contractors noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedure , authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. , D-7 The contractor will include the portion of the sentence immediately preceding paragraph.D-1 and the provisions of paragraphs D-1 through D-7 in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract GP 120-10 - or purchase order as the administering agency may direct as a means of enforcing such provisions, I including sanctions for noncompliance; Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States. I H I I I I I 1 Li I H C I I GP 120-11 ' SECTION E ' CLEAN AIR AND WATER POLLUTION CONTROL REQUIREMENTS , E-1 Any other provision herein to the contrary notwithstanding, the contractor in carrying out work under this contract, shall at all times comply with all applicable state and federal air and water quality standards; with all pollution control laws; and with such rules, regulations, and directives as may be lawfully issued by a local, state or federal agency having within its jurisdiction the protection of the environment in the area surrounding where work under this contract will be performed. In addition, the contractor shall comply with directives given by the Project Engineer in implementation of the letter and intent of FAA Advisory Circular 150/5370-10, Item P-156, Temporary Air and Water Pollution, Soil Erosion and Siltation Control. Copies of this Advisory Circular can be obtained from Department -of Transportation, Distribution Unit, TAD -484.3, Washington, D. C. 20590. E-2 Contractors and subcontractors agree: a. That any facility to be used in the performance of the contract or subcontract 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, as amended, 42 1 U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all regulations and guidelines issued thereunder. c. That, as a condition for the award of this contract, the contractor or subcontractor will notify ' the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities; , d. To include or cause to be included in any contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. I I I I GP 120-12 ' SECTION F STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS ' (41 CFR 60-4.3) 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; I b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; ' c. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: (I) Black (all persons having origins in any of the Black African racial groups not of IHispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South 1 America, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast, Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). I2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provision of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their ' participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's ::allure to take good faith efforts to achieve the Plan goals and timetables. 4. The contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the GP 120-13 , contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. , _ 5. Neither the provisions of any collective bargaining agreement nor thefailure by a union with whom the contractor has a collective bargaining agreement to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive Order 11246 or the regulations promulgated pursuant thereto. - 6. In order for 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 shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainaes shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to insure equal employment opportunity. 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 con- tractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide , written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organization's responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off -the -street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with the reason therefor along with whatever additional actions the contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or female 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 thearea GP 120-14 I which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractors 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 meetings its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by ' posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. 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 onsite supervisory personnel such as superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, ' and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under '41 CFR Part 60-3. II. 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 ensure that the EEO policy and nne contractors 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 1 GP 120-15 X 1 sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority ' and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (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 the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's, and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established- The contractor, however, is required to provide equal employment opportunity and to take affirmative action for allminority groups, both male and female, and all women, both minority andnonminority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally), the contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. 10. The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as t.*4"nded, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as , amended. 13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation, if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, GP 120-16 I H or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). I FI I I Il I 1 1 I I I I GP 120-17 I SECTION G CONTRACTUAL REQUIREMENTS PURSUANT TO CIVIL RIGHTS ACT OF 1964, TITLE VI I! (49 CFR PART 21) , During the performance of this contract, the contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "contractor") agrees as follows: Compliance with Regulations. The contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (hereinafter, "DOT") Title 49; Code of- Federal Regulations, Part 21, as they may be aniendedfrom time to time (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. , 2. Nondiscrimination. The contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procrrcntents of materials and leases of equipment. The contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the contractor of the contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. 4. Information and Reports. The contractor shall provide all information and. reports , required by the Regulations or directives issued pursuant thereto and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the Sponsor or the Federal Aviation Administration (FAA) to be pertinent to ascertain compliance with such Regulations, orders, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish this information, the contractor shall so certify to the sponsor or the FAA, as appropriate, and shall set forth what efforts it has made to obtain the information, 5. Sanctions for Noncompliance. In the event of the contractor's noncompliance with the , nondiscrimination provisions of this contract, the sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: a. Withholding of payments to the contractor under the contract until the contractor complies, and/or b. Cancellation, termination, or suspension of the contract, in whole or in part. 6. Incorporation of Provisions. The contractor shall include the provisions of paragraphs I through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Regulations or directives issued pursuant thereto. The contractor shall take such action with respect to any subcontract or procurement as the , GP 120-18 1 n sponsor or the FAA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the contractor may request the Sponsor to enter into such litigation to protect the interests of the sponsor and, in addition, the contractor may request the United States to enter into such litigation to protect the interests of the United States. I I I I I I I I I C1 I I IGP 120-19 I SECTION..H ii TERMINATION OF CONTRACT (49 CFR PART 18) I. The Sponsor may, by written notice, terminate this contract in whole or in part at any time, either for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services shall be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed or in progress, delivered to the Sponsor. 2. If the termination is for the convenience of the Sponsor, as equitable adjustment in the contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. 3. If the termination is due to failure to fulfill the contractor's obligations, the Sponsor may take over the work and prosecute the same to" completion by contract or otherwise. In such case, the contractor shall be liable to the Sponsor for any additional cost occasioned to the Sponsor thereby. 4. If, after notice of termination for failure to fulfill contract .1-ligations, it is determined that the contractor had not so failed, the termination shall be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment in the contract price shall be made as provided in paragraph 2 of this clause. I I I I I I 5. The rights and remedies of the sponsor provided in this clause are in addition to any other , rights and remedies provided by law or under this contract. I I I [1 I I I I I GP 120-20 I [1 1 I SECTION I BUY AMERICAN - STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTION CONTRACTS (Aviation Safety and Capacity Expansion Act of 1990) (a) The Contractor agrees that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance o& this contract, as defined in (b) below. (b) The following terms apply to this clause. I. Steel and manufactured products. As used in this clause, steel and manufactured products include (I) those produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States ' exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. 2. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. I 3. Cost of Components. This means the cost for production of the components, exclusive of final assembly labor costs. I 1 I I I 1 I I 1 GP 120-21 ' F II MANDATORY REQUIREMENTS FOR ALL AIP FUNDED NSTRUCTION PROJECTS INVOLVING ELECTRICAL ENERGY OR OTHER HAZARDOUS ENERGY SOURCES For projects involving electrical energy or other hazardous energy sources, the contractor shall submit a copy of their LockoutlTagout program which meets the requirements of 29 CFR 1910.331, Safety Related Work Practices (OSHA). During the performance of electrical work, it is recommended that an unannounced inspection be performed by the airport sponsor or his agent to determine lithe Lockout/Tagout program is being followed. Immediate action shall be taken to correct noncompliance, including suspension of work when necessary. II I Y J 9 I GP 120-22 i; SEP-03-1998 11:23 URGE & HOUR REGION 6 214 767 2730 P,02ibb General Decision Number AR980007 Superseded General Decision No. AR970007 State: Arkansas Construction Type: HIGHWAY County(ies): - CONSTRUCTION, ALTERATION, AND/OR REPAIR OF STREETS, HIGHWAYS, AND RUNWAY PROJECTS (does not include structures on highway rest areas) Modification Number Publication Date 0 02/13/1998 A AR980007 - 1 02/20/1998 SEP-03-1998 11:23 WRGE & HOUR REGION 6 214 Yb'e 2'I'S N.OSibb , COUNTY(ies): STATEWIDE SUAR2001A 01/19/1990 BRICKLAYERS CARPENTERS CONCRETE FINISHERS ELECTRICIANS IRONWORKERS: Structural Reinforcing LABORERS: Air tool operators Asphalt heater operators Asphalt rakers Chain saw oeerators Checker graders Concrete joint sealers Concrete saw. operators Formsetters Laborers Pipelayers Powdermen Vibratormen PAINTERS PILE DRIVER LEADMEN POWER EQUIPMENT OPERATORS: Aggregate Spreader operators Asphalt plant firemen Asphalt plantdriver operators Batch plant operators Bulldozer Operators: Finish Rough Bull Float operators Concrete curing machine operators Concrete mixer operators: Less than 5 sacks 5 sacks and over Backhoe Operator - Rubber tired (1 yard or less) Cherry picker operators Concrete paver operators Concrete sperader operators Crane, Derrick, Dragline, Shovel, Backhoe, Operators 1-1/2 yards or less over 1-1/2 yards Crusher operators Pi.strSbutor operators Drill operators (Wagon or C1 I Rates Fringes 1 7.20 7.20 7.20 , 8.75 6.30 ' 5.45 5.15 ' 5.15 5.85 5.15 5.45 ' 5.15 5.15 5.45 , 5.15 5.45 6.40 5.15 1 6.20 6.20 5.80 ' 5.15 5.15 ' 5.80 6.90 5.65 , 5.65 5.65 5.15 , 6.20 6.10 6.10 6.70 6.70 • 1 6.70 7.20 5.65 5.65 AR980007 - 2 02/20/1998 '. SEP-03-1998 11:23 WAGE & HOUR REGION 6 214 Th4e Zeal H.b4ibb I. truck) 5.65 Elevating Grader operators 6.70 Euclid or like equipment operator (Bottom or end dump) 5.25 ' Finishing Machine Operators 6.10 Flaggers 5.15 Forklift operators 5.15 Form grader operators 5.15 i Front end loader operators Finish- 6.70 Rough 5.65 ' Hdro Seeder operators 5.15 Mechanics 6.90 Motor Patrol Operators: ' Finish 6.90 Rough 5.65 Mulching machine operators 5.15 Oilers and Greasers 5.45 ' Piledriver operators 6.20 Power broom operators 5.15 Pug mill operators 5.15 ' Roller Operators (self propelled) 5.25 Scraper Operators; Finish 6.90 ' Rough 5.65 Sod slicing machine operators 5.15 Stabilizer mixing machine operators 5.65 Tractor operators (crawler type) 5.15 ' Tractor operators (farm and sheel) 5.15 Tractor operators -wheel type (with attach. -1 yd. or under) 5.55 ' Trenching Machine operators 5.55 STONEMASONS 7.20 TRUCK DRIVERS: '• Distributor truck drivers 5.45 Semi -trailer 5.45 Lowboy drivers 5.65 Transit mix truck drivers 5.45 ' Truck Drivers (heavy - maximum pay load in excess of 3,000 lbs.) 5.15 ' Truck Drivers (light - maximum pay load 3,000 lbs.) 5.15 WELL DRILLERS 6.90 ---------------------------------------------------------------- ' WELDERS - Receive race prescribed for craft performing operation to which welding is incidental. AR980007 - 3 02/20/1998 SEP-03-1998 11:24 WRGE & HOUR REULUN b d14 '(b'( Cf.X9 r.b7/bb I v¢¢¢ vv v ¢¢ ¢¢ v 6 v v 66 ¢ Q C Q S LL G¢ 6¢ CG r L¢¢¢ C C C 3 G G C Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(v)). _ _ _ _ _ _ _ _ _ _ _ _ ------------- In the listing above, the "SU" designation means that rates listed under that identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and race) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in whi:h the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage:Determinations. Write to: Branch of Construction Wage Determinations wage and Hour Division U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor I El I J I 1 I I I I I ,I AR980007 - 4 02/20/1998 , SEP-03-1998 11:24 WAGE & HOUR REGION 6 214 767 2730 P.06/06 200 Constitution Avenue, N. W. Washington, D. C. 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the request -'r considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to. Administrative Review Board U. S. Department of Labor 200 Constitution Avenue, N. W. Washington, D. C. 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION I I I I I 11 I I L I I AR980007 - S 02/20/1998 TOTAL P.06 Monthly Employment Utilization Report (Standard Form 257) Authorized by Section 203 of Executive Order 11246 and 41 CFR 60-1. The Contractor will file with the Area Director, U.S. Department of Labor, OFCCP, P.O. Box 1296, Little Rock, Arkansas, to reach that office by the 5th of each month, beginning with the effective date of the contract for the duration of the contract, Monthly Employment Utilization Reports (Standard Form 257), in accordance with the instructions contained in the form. Members of the Associated General Contractors Highway Heavy Affirmative Action Plan are not required to submit Form CC -257 unless requested. A sample of the "Standard Form 257" is provided on the following two pages. GP 120-26 In �Ot J Ow U C 0 o• a 0 • 0 § m LL O 0 O m w0 LL E a 0 n. c c 00 c cc' - tea ... c EE y V .+ N < u a a 0 c c I- 0 0 a 0 m m >'o .9. no wc 0 UO . j C- 00 cv nEu rre C.0 hi to • O o m U . •-002 V w C ^ L c O^O'--00J '-o o cv eco c uC: O 0 NC-. 0 T J UO- O a 00 0>% n o E n 0 of HZw 0 0 It 0 C we (' E m m LLa LL 00 0 (0 !0 n <LL q N LL u C a2 o (0 2 U C n N soc m n 10 m Z v O O CL N0 c5°0 co �� C Z a F f ro N TO d 3E>. e tiwm tO .m N Ocm oc ono n N c a jrc C C V r 0 oeE i V 0 N c y COQ LL )- E 0 I- Q_. I _o ~ = CO (j W o • 4-i an 0 m C O . c= U C E _ I L V C tea_ of i LL vi U n I I I3 3 0 3) u i I � N l�i 00 O 8 � o 00 Um is : p m lee?Ij: a A 0 O a 0 T 0 E v t r C V ~ -i < H q p C 0 — O F- 0 1— '.7 INSTRUCTIONS FOR FILING MONTHLY EMPLOYMENT UTILIZATION REPORT (CC -257) The Monthly Utilization Report Is to be completed by each subject contractor (both prime and sub) and signed by a responsible official of the company. The reports are to be filed by the 5th day of each month during the term of the contract, and they shall Include the total work -hours for each employee classification In each trade In the covered area for the monthly reporting period. The prime contractor shall submits report for its aggregate work force. Each subcontractor shalt separately submit a report for its aggregate work force. All reports shall be submitted to the OFCCP office in your area. (Additional copies of this form may be obtained from the US. Department of labor. Employment Standards Administration, OFCCP's office for your area.) Federal Funding Agency U.S. Government agency funding project (in whole or in part). if more than one agency, list all. Contractor Any company which has a construction contract with the U.S. Gov- ernment or a contract funded in whole or in part with Federal hands. Minority Includes Blacks, Hispanics, American Indians, Alaskan Natives, and Asian and Pacific Islanders —both men and women. t. Covered Area Geographic area identified in Notice required under 41 CFR 60-4.2. I I I I I 2. Employer's Identification Number Federal Social Security Number used on Employer's Quarterly Federal Tax Return (U.S. Treasury Department Form 941). 3. Current Goals (Minority d Female) See contract Notification. 4. Reporting Period Monthly, or as directed by OFCCP, beginning with the effective date of the contract. 5. Construction Trade Only those construction crafts which contractor employs in the covered area. 8. Work -Hours of Employment (a -e) a. The total number of male HOURS and the total number of female HOURS worked by employees in each classification. b. -e. The total number of male HOURS and the total number of female HOURS worked by each specified group of minority employees in each classification- Classification The level of accomplishment or status of the worker in the trade (Journey Worker, Apprentice, Trainee) 7. Minority Percentage The percentage of total minority work -hours of all work -hours (the sum of columns 6b, Be, 6d, and Be divided by column 6a; justone figure for each construction trade). 6. Female Percentage For each trade the number reposed in 6a. F divided by the sum of the numbers reported in 6a. M and F. 9. Total Number of Employees Total NUMBER of male and total NUMBER of female employees working in each classification of each trade in the contractor's aggregate work force during reporting period. 10. Total Number of Minority Employees Total NUMBER of male minority employees and total NUMBER of female minority employees working in each classification in each trade in the contractor's aggregate work force during reporting period. Burden Statement We estimate that it will take an average of 60 minutes per response to complete this collection of information, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. If you have any comments regarding these estimates or any other aspect of this collection of information,. including suggestions for reducing this burden, send them to the Office of IBM Policy, U.S. Department of Labor, Room N1301, 200 Constitution Avenue, N.W.,_ Washington, D.C. 20210; and to the Office of Management and Budget, Paperwork Reduction Project (1215-0163), Washington, O.C. 20503. I DO NOT SEND THE. COMPLETED SURVEY TO EITHER OF THESE OFFICES I ' SPECIAL CONDITIONS SC -0I GENERAL NOTES AND DESCRIPTION OF THE WORK. Detailed descriptions of the several items of work are given in the TECHNICAL SPECIFICATIONS that follow. In general, the work consists of construction of the concrete -encased homerun duct, and the rehabilitation of the ' entire taxiway system with light cans and conduit. General Notes: I. All of the work is within secure areas of the airport. Details of the Contractor's responsibility to maintain security of the airport are included in these Special Conditions of the Contract Documents. 2. All of the work will be accomplished adjacent to active aircraft movement areas, and aircraft access and safety through these areas will be maintained throughout the contract. ' 3. Underground utilities exist within and adjacent to the limits of construction. Existing utilities are not shown on the plans. Prior to beginning any type of excavation, the Contractor shall contact the ' utilities involved and make arrangements for the location of the utilities on the ground. The Contractor shall maintain the utility location markings until they are no longer necessary. Arkansas State Law, the Underground Facilities Damage Prevention Act, requires two working days advance notification through the Arkansas One -Call system center before excavating using mechanized equipment or explosives (except in the case of an emergency). The One -Call system ' phone number is 1-800-482-8998. The Contractor is advised that there is a severe penalty for not making this call. Not allutility companies are members of the Arkansas One -Call system; therefore, the Contractor is advised to contact all non-member utilities as well as the One -Call system. SC -02 SPECIAL INSTRUCTIONS. It is the intent of these instructions to minimize interference to airport operations; in areas not closed to aircraft, aircraft movement shall have the right of way over construction -related vehicles and equipment. ' The Contractor will be allowed access to the construction site only at the locations shown on the plans. The Contractor shall adhere to security requirements of Paragraph SC -08 of these Special Conditions. ' The Contractor shall be responsible for the maintenance and repair of each access/haul route. The Owner may have construction contracts in progress, for the performance of other work, that bounds the limits of work for this project. The Contractor shall cooperate with the other Contractors on the Airport and shall conduct his work so as not to interfere with or hinder the progress of any other work being performed. I I 11 I El SC -03 RESTRICTIONS ON TIME FOR WORK. Airport Security is a primary concern of the Airport and the FAA. The Contractor's access gates into the secured area of the Airport shall be kept guarded or locked at all times. 2. The intent of these contract documents is to organize and control the work so that it is accomplished with minimum inconvenience to the Airport and to insure the safety of aircraft movements at the Airport during the construction period. To accomplish this, the contractor's access to the airport is restricted to the- immediate_ vicinity of the construction, and a direct, approved access route to the construction. All of the work accomplished onthe terminal ramp is in the secure area of the airport, and the contractor shall comply with the Owner's rules and regulations for access to the secure area. 3. At all times aircraft movement shall have the right of way over the Contractor's equipment. 4. The Contractor will be allowed access to the construction areas at the locations indicated on the plans and as approved by the Owner. The Contractor shall be responsible for maintaining continuous security at each point of access. 5. The Contractor's work shall be phased to maintain access from the general aviation ramp to the runway. Before construction begins, the contractor shall submit a written schedule of construction for review and approval by the engineer and the owner. SC -04 INSURANCE. Insurance shall meet the following requirements: Contractor's Liability Insurance Requirements. The bidder shall provide with the Proposal a listing of both automobile and personal liability insurance coverage currently in force, along with a copy of a Certificate of Insurance as verification of that coverage. In addition, the bidder shall provide a statement of premium cost issued by the agent or insurance carrier for that coverage. The kinds of insurance required are: (I) Public Liability; (2) Property Damage and Vehicle Liability I El L I El C C I L (3) Workman's Compensation. (4) Third Party Insurance. Prior to the execution of the contract, the successful Bidder shall furnish, to the Owner, Certificate of Insurance coverages. During the life of the construction contract, the Contractor shall purchase and maintain comprehensive and general public liability insurance as is appropriate for the work being performed, as well as provide protection SC -2 I I from claims which result from the Contractor's performance of the requirements of the contract documents. The insurance required by this section shall include the specific coverages and be written for not less than the limits of liability and coverages required by law. All such insurance shall remain in effect until the work is formally accepted by the Owner, and at all times thereafter that the Contractor may be correcting, removing, or replacing such work. The Contractor shall require all subcontractors on the job to carry insurance as outlined above, or shall furnish coverage for the subcontractors as outlined above. ' In the event the Owner determines that the low bidders coverage in force is inadequate, the Owner may require the low bidder to procure additional coverage in amounts specified ' by the Owner. The cost of premiums for such additional coverage shall be paid by the low bidder. 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 may, at his option, reduce the amount of additional coverage required or waive any requirement for additional coverage. ' 2. Third Party Coverage. In addition to the insurance described above, the Contractor also shall provide "Owner Protective" insurance which names as the insured the City of ' Fayetteville and Garver, Inc. Such insurance shall be in full force during the life of this Contract. SC -05 TIME FOR COMPLETION AND LIOUIDATED DAMAGES. The number of calendar days allowed for completion of the project is stipulated in the Proposal and in the Contract and shall be t known as the Contract Time. I. It is understood and agreed by and between the Owner and the Contractor that the time of completion herein set out is a reasonable time. The Contractor shall perform fully, entirely and in an acceptable manner, the work contracted for within the contract tune stated in the Contract. The construction contract performance time shall be counted from ten days after the effective date of the "Notice to Proceed", or the date work commences, whichever occurs first; and shall include all Sundays, holidays, and non -work days. All calendar days elapsing between the effective dates of any orders of the Engineer for suspension of the prosecution of the work, due to the fault of the Contractor, shall be counted as elapsed contract time, and shall not be considered for an extension of time. 2. Extensions of time for completion, under the condition of 2(a) next below, will be granted; ' extensions may be granted (in accordance with paragraph GP 80-07, DETERMINATION AND EXTENSION OF CONTRACT TIME) under other stated conditions: I a. If the satisfactory execution and completion of the Contract shall require work or material in greater amounts or quantities than those set forth in the Contract, then the Contract time I SC-3 I shall be increased in the same proportion as the additional work bears to the original work contracted for. b. Extensions of time may be granted if work is delayed for the owner's convenience. c. An average or usual number of inclement weather days, when work cannot proceed, is to be anticipated during the construction period and is not to be considered as warranting extension of time. If, however, it appears that the Contractor is delayed by conditions of 91 weather, times and seasons, so unusual as not to be reasonably anticipated, extensions of time may be granted. No extension of time for inclement weather days shall be granted after the Contract Time has expired. d. Should the work under the Contract be delayed by other causes which could not have been prevented or contemplated by the Contractor, and which are beyond the Contractor's power to prevent or remedy, an extension of time may be granted. Such causes of delay shall include but not necessarily be limited to the following: (1) Priority or allocation order duly issued by the Federal Government. (2) Acts of God, acts of the public enemy, fires, floods, epidemics, quarantine restrictions, freight embargoes, and unusually severe weather. (3) Any delays of Subcontractors or suppliers occasioned by any of the causes specified in (1) or (2) above. 3. The amount of all extensions of time for whatever reason granted shall be determined by the Owner. In general, only actual and not hypothetical days of delay will be considered. The Owner shall have authority to grant additional extensions of time as the Owner may deem justifiable. The amount of Liquidated Damages to be assessed shall be $350 per day for each day over the total contract time stipulated in the Contract. _ Time is an essential element of the Contract, and it is important that the work be pressed vigorously to completion. Loss will accrue to the public due to delayed completion of the facility and the cost to the Owner of the administration of the Contract, including engineering, construction observation, and supervision, will be increased as the time occupied in the work is lengthened. All additional costs incurred by the Owner` for engineering, construction observation, and supervision shall be borne by the Contractor. 2. Should the Contractor fail to complete the work as set forth in the Specifications and within the time stipulated in the Contract, there shall be deducted the amount shown above; for each day.of delay; from any monies due or which may thereafter become due him, not as a penalty, but as ascertained and liquidated damages. LJ I I I I I II I I I I 3. Should the amount otherwise due the Contractor be less than the amount of such ascertained SC -4 , I and liquidated damages, the Contractor and his Surety shall be liable to the Owner for such deficiency. If the Contractor finds it impossible for reasons beyond his control to complete the work within the ' Contract time as specified, or as extended in accordance with the provisions of this subsection, lie may, at any time prior to the expiration of the Contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his request. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may recommend to the Owner that the contract time be extended as conditions justify. If the Owner extends the contract, the extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. SC -06 LEGAL HOLIDAYS. January 1, Memorial Day, July 4, Labor Day, Thanksgiving and December 25 will be considered as being holidays; no other days will be so considered. No engineering supervision or construction observation (or inspection) will be furnished on legal holidays or Sundays, except in an emergency. The Contractor shall observe the legal holidays, and no work shall be performed on these days except in an emergency. SC -07 INSTRUMENT CONTROL The Contractor will be furnished survey baselines and benchmarks to control the work as shown on the Plans. The Contractor shall be responsible for the additional instrument control necessary to lay out and construct the work. The Contractor's instrument control of the work shall not be measured for separate payment, but will be considered subsidiary to the bid price. As a minimum, the Contractor shall provid.: the following instrument control for the work: a. The Contractor shall set intermediate line and grade stakes and final grade stakes. "blue tops," as required to control the construction of shoulders, ditches and structures. b. It shall be the duty of the Contractor and his employees to call to the attention of the Engineer any instrument control reference point which may have been displaced or which seems to be off line or grade. c. The Contractor shall preserve carefully all bench marks, reference points, stakes or marks. In case any such is displaced or destroyed willfully or carelessly by the Contractor's operations, the Contractor will be charged with the cost of its Ire -establishment, and he shall be responsible for any error in construction resulting from such displacement or destruction. SC -08 SECURITY AND CONTROL OF ACCESS. The Contractor shall order his forces and work to insure the continued maintenance of airport security and control of access. Access is to be limited to only those personnel necessary for the work. At all times the Contractor shall cooperate with representatives of the City of Fayetteville and abide by airport security requirements. I SC -5 I I The Contractor may install a temporary fence around his construction staging area to separate his material stockpile, equipment storage and parking areas from the secured areas of the airport. No personal vehicles of Contractor's employees will be allowed inside the secured area of the airport beyond this staging area. The exterior access gate shall be kept locked or shall be guarded at all times. All material deliveries shall be received in the staging area reserved by the Contractor. No delivery trucks will be allowed access to.a secured area of the airport beyond this staging area. Any fines, including any and all associated costs, assessed the Airport for failure to maintain security of the Airport which are a result of the negligence of the prime Contractor, any of his subcontractors, or any supply/delivery personnel, will be assessed the prime contractor. Payment of any fines levied for security violations shall be made to the City of Fayetteville within seven calendar days. SC -09 SAFETY. Safety at the airport is a prime concern of the Airport and the City. The Contractor shall immediately comply with any instruction given by any airport representative to insure the safety of airport operations. ' The Contractor (including his or her employees) and any of his subcontractors (including his or her employees) who will operate ground vehicles in aircraft movement areas shall successfully complete formalized airport safety training, to be conducted by the airport staff. Training records for all personnel authorized to operate ground vehicles on movement areas shall be made available for inspection by the Airport Manager or his designated representative during normal business hours. Personnel who have not completed the required training are prohibited from operating motor vehicles on the terminal ramp. All personnel are prohibited from operating motor vehicles on taxiways or runways of the airport. Vehicles operating in the terminal ramp during hours of darkness shall have operating flashing lights of either amber, yellow or red, or be escorted by a vehicle so equipped. The contractor shall mark the limits of current construction with lighted barricades approved by the Airport management. SC -10 DOCUMENTS FOR THE CONTRACTOR. The Engineer will furnish (at no cost) the Contractor three (3) sets of Specifications and three (3) sets of full size Plans. Additional sets (for subcontractors, suppliers, etc.), if requested, will be furnished at the cost of reproduction. SC -Ii NOTAMS. In order to formally advise pilots of such informat n't as temporary runway or taxiway closures, displaced thresholds, construction activity on the airport, etc., the FAA -- upon request from the Owner -- will disseminate notices via the National Notice to Airmen (NOTAM) telecommunications system. Such disseminated notices are known as NOTAMs. II U I I C C C The Contractor shall, through the Engineer, keep the Owner continuously informed of his construction operations in order that NOTAMs be kept current and reflect actual conditions with respect to construction activities on the airport. SC -12 CONSTRUCTION ACTIVITY AND AIRCRAFT MOVEMENTS. Safety requirements for construction activity affecting aircraft movement areas have been coordinated with the Owner and representatives of the FAA. SC -6 I 7 H I I Open trenches, excavations exceeding 3 inches in depth and 3 inches in width, or stockpiled material will not be permitted within 200 feet of any runway centerline, within 300 feet of the end of a runway, nor within 75 feet of any taxiway centerline. These criteria are applicable only when the concerned runway/taxiway is operational and open to aircraft traffic. SC -13 MOTORIZED VEHICLES. During periods when the runway or taxiway is not closed, vehicular activity on the runway and taxiway shall be prohibited. In the event that such vehicular traffic cannot be avoided, it must be carefully controlled in accordance with the following provisions: ' a. Vehicular traffic crossing active movement areas must be in communication with the air traffic control tower by two-way radio or, the crossing area shall be manned with the contractor's "crossing guard" personnel at all times the crossing area is in use. The "crossing guard" personnel shall be equipped with a two-way radio, and with a flag which meets the requirements listed below. The clearance given by the air traffic control tower should be confirmed by the driver's personal observation that no aircraft is approaching his position. b. Any vehicle required to travel over any portion of the aforementioned areas, which is not ' monitored by a crossing guard, shall display a flag on a staff, attached to the vehicle in such a manner that the flag will be readily visible. The flag should be not less than 3 -feet square, consisting of a checkered pattern of international orange and white squares of not ' less than 1 foot on each side. c. Waste and loose material capable of being blown about an;causing damage to aircraft ' landing gears, propellers, etc. shall not be spilled or placed on (or allowed to be blown into) active aircraft movement areas. Material tracked onto any paved areas should be removed promptly, with special effort given immediately before the area is re -opened to aircraft traffic. SC -14 CLEAN UP. At least weekly, the Contractor shall clean up the site, including any work areas ' at the airport, in order that the site presents a neat appearance and the progress of the work not be impeded. Clean up shall immediately precede final inspection. Waste and loose material capable of being blown about and causing damage to aircraft landing gears, propellers, etc. will not be placed Ion (or allowed to be blown into) the terminal ramp, or adjacent active aircraft movement areas. Material tracked onto any paved areas will be removed immediately 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. I Clean up will not be measured for separate payment. SC -I5 PROJECT MEETINGS AND COORDINATION. A preconstruction conference will be ' called by the Engineer at a time convenient to the Owner and before the issuance of the "Notice to Proceed". The Engineer and the Contractor and such subcontractors as the Contractor may desire I SC -7 Li shall attend this meeting with the Owner. The Owner will call such Coordination Conferences as may seem expedient for the purpose of assuring coordination of the work covered by this Contract. The Contractor shall attend all such conferences. This in no way relieves the Contractor of his responsibility to fully coordinate his work under this Contract. SC -16 SCHEDULES AND RECORD DOCUMENTS. After award of the Contract and before the first payment request, the Contractor shall'. submit to. -the Engineer, in a form and to a detail acceptable to the Engineer, his proposed "Progress Schedule", showing expected starting and completion dates of the various items of work. The Contractor shall provide, at the preconstruction conference, a detailed plan of action and schedule for construction. The Contractor shall keep one record copy of all Specifications, Drawings, Addenda. Modifications, Shop Drawings and samples at the site, in good order, and annotated to show all changes made during the construction process. These shall be available to the Engineer for examination and shall be delivered to the Engineer for Owner upon completion of the work. SC -17 CONTRACTOR/SUBCONTRACTOR/SUPPLIER LEGAL DISPUTES. The Contractor shall reimburse the Owner for any fees, expenses, charges, fines or other costs borne by the Owner as a result of legal disputes or lawsuits between the Contractor and his subcontractors, or between the Contractor and his suppliers. Reimbursement shall be paid directly to the City of Fayetteville. SC -18 MEASUREMENT AND PAYMENT. No separate measurement or payment will be made for the work covered under these special conditions; all costs for the work shall be included in the contract prices for the work to be performed under this contract. SC -19 SOIL BORING LOGS. Logs of soil borings for the project area are included on the following pages for the Contractors information. END OF SPECIAL CONDITIONS SECTIOI. SC -8 I I I I I I I I I I •l H I I H I 1 BORING LAYOUT PLAN 1 1 1 1 1 I 1 BORING LOCATION (B-5) 1 BORING LOCATION (B-6) 1 14 1 1 1 1 = 34_- - ioxlwo Taxiwoy •� . 6 RVNwAY i ox;woY 1 1 Ditch N BORING LOCATION PLAN Nonsuffing rubbs, Garner Proposed Fire Station-Fastside Drake Field Hoskyn, Inc., Fayettville, Arkansas Engineers SCALE: JOB NO.: ptATE 1 OF 4 97-c'tR NJ Grubbs, HoskIGarner & LOG OF BORING NO. 5 & Hosnc yn, Co aftngEngineer. P}3OPOSED FIRE STATION - EAST SIDE DRAKE FIELD FAYETTEVILLE, ARKANSAS TYPE: Auger LOCATION: See Plate 1 LL = O m > J Q U) DESCRIPTION OF MATERIAL SURF. EL: LL w ® 2 0 m } �- OO I -m Z J COHESION,ON/SO FT 0.2 0.4 0.6 0.8 1.0 1.2 1.4 0 0 6 Z PLASTIC WATER LIQUID LIMIT CONTENT LIMIT -F - - • ------I 10 20 30 40 50 60 70 Loose Dark Brown Silt with . Or anic Matter 57 77 12 17 t Loose Dark Brown Clayey Silt with Rootlets Stiff Tan Silty Clay Gray and Tan with Ferrous Nodules Below 2.5' -- ::'' Dense Gray and Tan fine Sandy Clay with Sandstone Gravel and Ferrous Stains o/6 • 5 9 ' 50/6' 24 Dense Tan Slightly Clayey fine Sand with Sandstone Gravel -H20 at 9' O th Occasional Cobbles Below 10 — — Medium Soft Black Shale with Occasional Gray fine Sand Partings (Horizontal Bedding) 50/1 0/5 & B unc 15 — 20 25 COMPLETION DEPTH: 18.7 ft DEPTH TO WATER DATE: 12-16-97 IN BORING: H2O at 9 ft DATE: 12-16-97 PLATE 2 1 1 •i I 1 1 1 1 1 97-548 I I I I I I I I I I I C I Grubbs, Garner LOG OF BORING NO. 6 & Hoskyn, Inc PROPOSED FIRE STATION - EAST SIDE DRAKE FIELD FAYETTEVILLE, ARKANSAS TYPE: Auger LOCATION: See Plate 1 LL F Q -I m >- U) ° DESCRIPTION OF MATERIAL SURF. EL: LL o ww a m t- } LL p v F- m Z COHESION, TON/SQ FT 0.2 0.4 0.6 0.8 1.0 1.2 1.4 u O N d Z PLASTIC WATER LIQUID LIMIT CONTENT LIMIT + • 10 20 30 40 50 60 70 Loose Dark Brown Clayey Silt with Organic Matter 13 Stiff Tan and Gray Silty Clay with Rootlets 62 Stiff Tan and Gray fine Sandy Clay with Sandstone Gravel --es--- ---+ 57 5 : ' Dense Tan and Gray Clayey fine Sand with Sandstone Gravel 45 50/5'• • Dense Tan Silty fine Sand with Sandstone Gravel H2O at 8' -Occasional Cobbles Below 12' 33 10 = — Medium Soft Black Shale with Occasional Gray fine Sand Partings (Horizontal Bedding) 50/1 -------------------------- - 0/5 & B unc -- 15 = = -- ------ -- -- -- -- --- • - 20 25 COMPLETION DEPTH: 18.7 ft DEPTH TO WATER DATE: 12-16-97 IN BORING: H2O at 8 ft DATE: 12-16-97 I PLATE SYMBOLS AND TERMS USED ON BORING LOGS I SOIL TYPES (SHOWN IN SYMBOL COLUMN) pap 000 O 00 Gravel Sand Silt Clay Predominant type shown heavy SAMPLER TYPES (SHOWN ON SAMPLES COLUMN) Shelby Rock Split No Tube Core Spoon Recovery • TERMS DESCRIBING CONSISTENCY OR CONDITION COARSE GRAINED SOILS(major portion retained on No. 200 sieve): Includes (I) clean gravels and sands, and(2) silty or clayey gravels and sands. Condition is rated according to relative density, as determined by laboratory tests. - DESCRIPTIVE TERM VERY LOOSE LOOSE MEDIUM DENSE DENSE VERY DENSE N -VALUE 0-4 4-10 10-30 30-50 50 And above RELATIVE DENSITY 0-I5% 15-35% 35-65 % 65-85% 85-100% FINE GRAINED SOILS (major portion passing No. 200 sieve): Includes ( I) inorganic and organic silts and clays, (2) gravelly, sandy, or silty clays, and (3) clayey silts. Consistency is rated according to shearing strength,as indicated by penetrometer readings or by unconfined compression tests. UNCONFINED DESCRIPTIVE TERM COMPRESSIVE STRENGTH TON/SQ. FT. VERY SOFT Less than 0.25 SOFT 0.25-0.50 FIRM 0.50— 1.00 STIFF 1.00- 2.00 VERY STIFF 2.00-4.00 HARD 4. 00 and higher NOTE: Slickensided and fissured clays may hove lower unconfined compressive. strengths than shown above, because of planes of weakness or. cracks in the soil. The consistency ratings of such soils are based on penetrometer readings. TERMS CHARACTERIZING SOIL STRUCTURE SLICKENSIDED — having inclined planes of weakness that are slick and glossy in appearance. FISSURED— containing shrinkage cracks,frequently filled with fine sand orsilt;usuallymore or less vertical. LAMINATED— composed of thin layers of varying color and texture. INTERBEDDED —composed of alternate layers of different soil types. CALCAREOUS —containing appreciable quantities of calcium carbonate. WELL GRADED —having wide range in grain sizes and substantial amounts of all intermediate particle sizes. POORLY GRADED —predominantly of one grain size, or having a range of sizes with some intermediate sizes missing. Terms used in this report for describing soils according to their texture or grain size distribution are in accordance with the UNIFIED SOIL CLASSIFICATION SYSTEM, as described in Technical Memorandum No.3-357, Waterways Experiment Station, March 1953. Grubbs,Girner t-i& Hoskyn, Inc., PLATE 4 I ' CONTRACTOR SAFETY REQUIREMENTS 1. General Safety Requirements: During performance of this contract, the airport runways, taxiways, and aircraft parking aprons shall remain in use by aircraft to the maximum extent possible. Aircraft use of areas near the contractor's work will be controlled to minimize disturbance to the contractor's ' operation. The contractor shall not allow his/her employees, subcontractors, suppliers, or any person over whom he/she has control to enter or remain in any part of the airport which would be hazardous to persons or to aircraft operations. Whenever aircraft operations require, the Engineer may order the contractor to suspend operations, move plant, personnel, equipment, and materials to a safe location and ' stand by until aircraft use is completed. The Contractor shall adhere to the safety standards outlined in FAA Order SW 5200.5B, latest edition, a portion of which is reproduced herein. 2. Obstacle Free Zone (OFZ): Construction activity within an Obstacle Free Zone will require closing part or all of the affected runway. See Figures 1-4. The width of the Runway OFZ for Runway 16-34 is ' 400 feet. 3. Approach Clearance to Runways: Relocated thresholds are not required for this project. The Contractor must conduct his operations in amanner which will provide an unobstructed approach surface ' with an approach ratio over equipment and material as shown on Figure 5. Runway 16-34 is a large aircraft runway. ' 4. Runway and Taxiway Safety Areas: Construction activity within a runway safety area will require closing part or all of the affected runway. Construction activity within taxiway safety areas/obstacle free areas is permissible when the taxiway is open to aircraft traffic if: a. Adequate wingtip/empennage clearance exists between the aircraft and equipment/material, ' b. Excavations, trenches, or other conditions are conspicuously marked and lighted, c. Notices to Airmen are in effect concerning the activity, usually "Men and equipment ' adjacent to Taxiway _." Safety area dimensions are shown on Figures 7 and 8. Runway 16-34 is an Airport Reference Code C -III runway. 5. Threshold Marking and Lighting: ' a. Temporary threshold marking is not required for this contract. b. Temporary threshold lighting is not required for this contract. c. Temporary visual aids (VAST, PAPI, REIL, etc.) are not required for this contract. 6. Closed Runway Marking/Hazard Marking: ' a. Closed runway marking is not required for this contract. ' b. Hazard marking and lighting shall be as required by the Engineer and shall be as described in the specifications and as shown on the plans. I CSR-I 7. Vehicle Identification and Parking: a. Contractor and subcontractor vehicles and equipment working within or traversing through an Airport Operations Area shall be identified by a permanent sign indicating the Company Name(s), on each side of the vehicle. b. Employee parking shall be as designated on the plans and by the Engineer. 8. Construction Site Access and Haul Roads: Access to the job site shall be as shown on the plans or as designated by the Engineer. 9. Radio Communications: Radio communications are required for this contract. CSR -2 ILI I I 2/15/96 SW 5200.56 The Runway OFZ is a volume of airspace extending from the runway surface up to 150 feet above the runway. It extends 200 feet beyond each end of the runway and has the following width: Runways Serving: Visibility Minimums lower than 3/4 mile Other Runways Small Aircraft 300 feet 250 feet Large Aircraft 400 feet 'I Plan View Rwy OFZ End View Figure 1 OFZ - Visual Runways and Runways with visibility minimums not lower than 3/4 mile I Rwv OFZ l Inner -Transitional O FZ Plan View Inner -Transitional OFZ Rwy OFZ O1 a End View I Figure 2 OFZ - Small airplanes exclusively with visibility minimums lower than 3/4 mile I I n . C) Page 5 SW 5200.58 Inner -Transitional OFZ Rwy OFZ Plan View 2/15/96 linner-Transitional OFZ I Rwy 60 itOFZ End View Figure 3. OFZ - Runways serving large aircraft - visibility minimums lower than 3/4 mile The Inner -Approach OFZ, shown in Figure 4, applies only to runways with approach lighting systems. It begins 200 feet from the runway threshold and ends 2Q0 feet beyond the last light unit in an approach lighting system, and has a 50:1 slope, beginning at runway end elevation. Rwy OFZ I I Approach Lights Plan View Inner -Approach OFZ 50 Profile View Figure 4. Inner -Approach OFZ - Runways with approach lighting systems Page 6 Y1 2/15196 Runway End Runwayj HI Obstacle F 20 Dimension (Feet) Small Aircraft Large Aircraft A 0 200 250 400 C 700 1000 D 2250. 1500 E 2750 8500 Figure 5. 20:1 Threshold Location Surface SW 5200.58 SW 52OO.56 .1 2/15/96 Use the following distances from the construction/maintenance activity to the relocated threshold: Small aircraft (12,500 Ibs or less) - 500 feet Large aircraft (More than 12,500 Ibs.) - 1000 feet dosed Area Figure 6. ',Relocated Threshold for Equipment on the Runway H f Pace 8 1 I 1 1 1 Par P 2/15/96 SW 5200.5B Aircraft Approach Category Runway Safety Area Dimensions (Feet) Airplane Design Group (See Appendix 3) AandB 1 .II III IV visual runways and Dimen. Qa 120 150 300 500 not lower than 3/4 ml approach visibility minimums © 30 40 100 175 Id 240 300 600 1000 lower than 3/4 mi approach Ha 300 300 400 500 visibility minimums © 100 100 150 175 a 600 600 800 1000 C and D I II III IV V a All 500 © All 150 �c All 1000 Note 1: Use dimension a or b, whichever results in the greater distance from the runway centerline. Note 2: Use dimension c or the existing safety area length, whichever is less, but no less than 200 feet. Note 3: Some certificated airports have or permit use of 400 -foot wide runway safety areas during construction and maintenance. Coordinate proposals with the Airports Division, Safety and Standards Branch, ASW-620. Figure 7. Runway Safety Areas Page 9 Per 8 SW 52OO.5B Taxiway Object Free Area Wingtip 4. .............. Clearance Object Taxiway Safety Area Airplane Design Group (See Appendix 3) Item I II III IV V Taxiway Safety Area Width (Feet) 49 79 118 171 214 Taxiway Object Free Area Width (Feet) 88 :130 186 260 320 Figure 8. Taxiway Safety Area and Object Free Area 1 1 1 1 H II I I I ITEM SP -1 TRENCH AND EXCAVATION SAFETY SYSTEMS 1-1.1 This section covers trench and excavation safety system required for constructing improvements that necessitate open excavations on the project. All work under this item shall be in accordance with the current edition of the "Occupational Safety and Health Administration Standard for Excavation and Trenches Safety System, 29 CFR 1926, Subpart a copy of which may be purchased from the Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 20402. NOTIFICATIONS REQUIRED ' 1-2.1 The contractor, prior to beginning any excavation, shall notify the State Department of Labor (Safety Division) that work is commencing on a project with excavations greater than five feet in depth. ' The contractor shall notify all Utility Companies and Owners in accordance with OSHA Administration 29 CFR 1926.651(b)(2) for the purpose of locating utilities and underground ' installations. EXISTING STRUCTURES AND UTILITIES 1-3.1 Where the trench or excavation endangers the stability of a building, wall, street, highway, utilities or other installation, the contractor shall provide support systems such as shoring, bracing, or underpinning to ensure the stability of such structure or utility. The contractor may elect to remove and replace or relocate such structures or utilities with the ' written approval of the owner of the structure or utility and the Project Owner. METHOD OF MEASUREMENT AND BASIS OF PAYMENT 1-4.1 The work required- by this item will be paid for at the lump sum price bid for "Trench and ' Excavation Safety Systems". After award of the contract, the contractor shall submit to the Engineer a breakdown of cost for work involved in the lump sum price bid for "Trench and Excavation Safety Systems" and shall, with each periodic payment request, submit a ' certification by the contractor's "competent person" as defined in Subpart "P" 1926.650(b) that the contractor has complied with the provisions of "Occupational Safety and Health Administration Standard for Excavation and Trenches Safety System", 29 CFR 1926 Subpart P for work for which payment is requested. Payment will be made under: ' Item SP -1-4.1 Trench and Excavation Safety Systems -- per Lump Sum END OF SECTION SP -I ' SP -1-1 II II II I I I I I I I I I I ITEM SP -2 - SITE PREPARATION 2-1.1 DESCRIPTION. This item covers the preparation of the site for construction of the proposed improvements. The attention of the bidder is directed to the necessity for careful examination of the entire project site to determine, at the time of bid preparation, the full extent of work to be done under the item -"Site Preparation." The entire job site shall be cleared of all man-made obstructions and debris, of whatever nature, and made ready in all respects for the construction of the proposed improvements. The item "Site Preparation" shall include: 1. Contractor's Access/Haul Road 2. Contractor's Staging Area 3. Lighted Barricades 4. Closed Runway and Taxiway Markings 5. Airport Security Requirements 6. Airport Safety Requirements 7. Clean Up 2-2.1 CONTRACTOR'S ACCESS/HAUL ROAD. The contractor shall layout, construct, maintain, and remove all access/haul roads necessary to construct the work. Work, including all materials and labor, involved in the layout, construction, maintenance, and removal (including discing and re -seeding of the area occupied by the road) of the contractor's access/haul roads will not be measured for separate payment, but will be considered subsidiary to the bid item "Site Preparation." Temporary pipe culverts shall be installed and maintained as directed and shall be of the size as directed by the Engineer. The type of material used for temporary pipe culverts shall be at the option of the Contractor. Temporary pipe culverts will not be measured for separate payment, but will be considered subsidiary to the access/haul road. All temporary pipe culverts shall be removed by the Contractor and shall remain his property at the close of the project. ' 2-3.1 CONTRACTOR'S STAGING AREA. The area designated on the plans as the contractor's staging area(s) shall be cleared and graded by the contractor, as directed by the Engineer, for use by the contractor in constructing the work on this project. Any area used or ' otherwise occupied by the contractor for his operations shall be cleaned, regraded, and seeded, as directed by the Engineer, prior to the final acceptance of the project by the Airport. All work involved in the preparation and restoration of areas used or occupied by the ' contractor, including clearing, grubbing, regrading, and seeding, will not be measured for separate payment, but will be considered subsidiary to the bid item "Site Preparation." I SP -2-1 I 2-4.1 LIGHTED BARRICADES. The Contractor shall fabricate, furnish, install. maintain, and remove lighted barricades in accordance with details on the plans and as directed by the Engineer. All work involved in the fabrication, furnishing, installation, maintenance, and removal of barricades will not be measured for separate payment, but will be considered subsidiary to the bid item "Site Preparation." 2-5.1 CLOSED RUNWAY AND TAXIWAY MARKERS. The Contractor shall fabricate, furnish, install, maintain, and remove closed runway and taxiway markers in accordance with details on the plans and as directed by the Engineer.. The markers shall -be aviation yellow, nylon reinforcedvinyl or other material approved by the Engineer. The edges of the markers shall be bound. The markers shall be secured to the pavement by a method approved by'the Engineer. All work involved in the fabrication, furnishing, installation, maintenance, and removal of closed runway and taxiway markers will not be measured for separate payment, but will be considered subsidiary to the bid item "Site Preparation." 2-6.1 AIRPORT SECURITY REQUIREMENTS. The contractor shall abide by the Airport Security requirements that are outlined in Paragraph SC -08 of the Special Conditions of these specifications. All costs associated with the Airport Security requirements, including procurement of security badges, will not be measured for separate payment, but will be considered subsidiary to the bid item "Site Preparation." 2-7.1 AIRPORT SAFETY REQUIREMENTS. The contractor shall abide by the Airport Safety requirements that are outlined in the Special Conditions and Contractor Safety Requirements of these specifications. All costs associated with the Airport Safety requirements will not be measured for separate payment, but will be considered subsidiary to the bid item "Site Preparation." 2-8.1 CLEAN UP. From time to time, the Contractor shall clean up the site in order that the, site presents a neat appearance and that the progress of work will not be impeded. One such clean up shall immediately precede final inspection. Immediately following acceptance of the work by the Owner, the Contractor shall remove all temporary equipment, surplus materials, and debris resulting from his operations, and leave the site in a condition fully acceptable to the Owner. METHOD OF MEASUREMENT 2-9.1 Site preparation will be measured as a lump sum complete item. BASIS OF PAYMENT 2-10.1 Work completed and accepted under this item will be paid for at the contract lump sum price bid for "Site Preparation," which price shall be full compensation for furnishing all labor, tools, equipment and incidentals necessary to complete the work. J J 11 I El El El I I I I C L SP -2-2 I Periodic payments will be made under this item in proportion to the amount of work accomplished, as determined by the Engineer. Payment will be made under: Item SP -2-10.1 Site Preparation - per Lump Sum END OF SECTION SP -2 SP -2-3 I I I I following: lowing: ITEM SP -3 - DRY PIT DUCT BORING This item shall consist of the electrical and related work to accomplish the (a) Installation by this contract of empty conduits with pull ropes and related trenching and backfill. ' (b) Any work required to maintain or remove electrical utilities or provide temporary service to maintain airport operations shall be included in Ite..n "Site Preparation". Separate payment will not be made for work incidental to the project. ' (c) The Sequence of Construction in the Plans or as officially amended shall become part of the work requirements of this section. EQUIPMENT AND MATERIALS ' 3-2.1 All equipment and materials covered by these specifications shall be new and meet applicable manufacturer's standards. ' All salvage shall remain as property of the Owner. This shall include lights, lamps, conductors and electrical apparatus. All debris shall be disposed of by the Contractor off Airport Property. COORDINATION 3-3.1 The Contractor shall examine all phases of the work as shown on the drawings and specified herein. The Contractor shall coordinate between the various trades such that the work will be performed in an orderly and efficient manner. 3-3.2 The contractor shall coordinate and review work with the Owner so that work will proceed in an orderly manner. ' SCHEDULE OF WORK ' 3-4.1 All work shall be accomplished during the working time specified. The Contractor shall accomplish his work in such a manner to meet scheduled completion dates and to avoid delaying other trades. Due to the nature of some work and the owner's operating schedule, work may have to be performed on Saturdays or late night. No additional costs to the Owner for this work schedule will be considered. I 1 SP -3-1 L 3-4.2 Any work that requires an electrical outage or which might reasonably cause an unintentional electrical outage of the airport lighting system shall be performed between midnight and 4:00 a.m. and full service restored by 4:00 a.m. 3-4.3 All electrical outages shall be scheduled and coordinated with the airport ' manager. Ten (10) day written notice shall be required before initiating of an outage with twenty-four (24) hour verbal notice also required before initiating an outage. In the written Notice, the Contractor shall state the date of the proposed outage, time of start, approximate time of completion and purpose of the outage. The Airport Manager retains the right to cancel any outage and may order the Contractor to restore the system in case of an emergency. PROTECTING OF MATERIALS 3-5.1 The contractor shall provide proper storage as required to adequately protect all materials stored at the job site. Failure to comply with this requirement may be cause for the rejection or replacement of some or all of the materials. UNDERGROUND DUCTWORK 3-6.1 This item shall consist of underground ducts, installed in accordance with this specification at the locations and in accordance with the dimensions, deigns, and details shown in the plans. This item shall include the installation of all underground ducts or underground ' conduits. It shall also include all trenching , backfilling, mandreling installation of drag wires and duct markers, capping, and the testing of the installation as a completed duct system ready for installation of conduit and/or cables, to the satisfaction of the Engineer. I EQUIPMENT AND MATERIALS: 3-7.1 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. 11 3-7.2 Plastic conduit and fittings shall conform to the requirements Fed. Spec. WW -C- 1094 and shall be Schedule 80 ppolyvinyl chloride (PVC). Utilize for below grade installations. 3-7.3 Rigid steel conduit and fittings shall conform to the requirements of Fed. Spec. ' WW -C-58 1. Utilize for ninety degree elbows and above grade installations. it SUBMITTAL DATA AND SHOP DRAWINGS 3-8.1 In addition to the requirements of this Section also comply with all other Sections and the General Conditions. Submit six (6) copies of all required submittals to the ENGINEER for review. SP -3-2 , 11 Shop drawings shall be furnished by the Contractor for the work involved in ' sufficient time to prevent delays. Failure on the part of the contractor to comply shall render him liable for the expense of any delays. The contractor shall certify on the shop drawings that the item complies with the Contract documents. The Contractor shall verify that all equipment submitted is compatible with ' the new and existing equipment. The Contractor shall submit to the Engineer, for approval, Shop Drawings of the ' equipment he proposes to install to meet the Specifications. The Drawings shall be supported by notes or written directions as required to fully define the installation. ' The Equipment Submittals, shall be made as soon as feasible after award of the Contract, but prior to shipping equipment. Equipment shipped of installed without approved Equipment Submittal may be rejected without comment or cost to the OWNER. Equipment shall not be installed without approved Equipment Submittal. The Contractor shall assign a unique submittal number to each submittal. ' Submittal Data and Shop Drawing shall not consist of manufacturer's catalogs or tear sheets therefrom that contain no indication of the exact item offered. Submittal Data and Shop Drawings shall bear Contractor's certification that the item complies in all respects with the item originally specified. It is the Contractor's ' responsibility to procure the proper sizes, quantities, rearrangements, structural modifications of other modifications in order for the substituted item to comply with the established requirements. ' Any Shop Drawings prepared to illustrate how equipment, conduit, etc., can be fitted into available spaces will be examined under the assumption that the Contractor has verified all the conditions. Obtaining approval thereon shall not relieve the Contractor of ' responsibility in the event the material cannot be installed as shown on those drawings. Where dimensions are not given or specified, the equipment shall be installed ' reasonably near the locations. No rearrangement of change in location will be permitted without review of the Engineer. If such change or rearrangement is made without review, the Engineer may require the Contractor to remove and reinstall in the proper places equipment so relocated, at no extra compensation to the Contractor. ' Submittal Data and Shop Drawings shall be prepared for all items including but not limited to conduit, wire, cable, etc. I 1 ' SP -3-3 WORKMANSHIP 3-9.1 Work shall be performed neatly and carefully by craftsmen skilled in the trade . involved. Faulty or careless work will not be accepted. Unacceptable work shall be corrected by the Contractor at no charge to the Owner. DRY PIT BORING 3-10.1 Boring shall be done by pilot hole method using fluid as a lubricant only and shall not undermine the surrounding ground. Jetting will not be permitted. The Contractor shall use a guidance system to assure knowledge of the bore location while making the bore. The contractor will not be paid for unusable sections. The contractor will be responsible for damage to pavements, utilities, or other structures caused by his activity. The Contractor shall repair, at his own expense, any damaged pavement, utility, or other structure as directed by the Engineer, or the owner of the utility or structure. The contractor shall not excavate to find a bored casing without specific approval and definitions of limits. No payments will be made for excavation and repair except as shown on drawings. The Contractor shall inspect the locations where the encasement structures are to be installed and familiarize himself with the conditions under which the work will be performed and with all necessary details for orderly prosecution of the work. The omission of any details in the Plans and herein for the satisfactory installation of the easement in its entirety shall not relieve the Contractor of full responsibility for the installation. The Contractor shall perform all excavation required to complete the work regardless of the material encountered. Excavation from the access shafts (bore pits) in excess of the required to backfill the access shafts and open ditch portion of the line shall be disposed of by the Contractor off of Airport Property. Pits and trenches shall be constructed and maintained in accordance with the current edition of the OSHA Standard for Excavating and Trench Safety Systems. The access shafts (bore pits) for encasement installation shall be rectangular in plan view with the longest dimension being constructed with the direction of the pipe. The access shafts shall be constructed at a location shown on the plans. Install ducts as indicated and terminate the ducts with end bells as shown in the plans or as required. SPLICING I I I I [1 I I I I I I I I 3-11.1 Connections shall be made by experienced personnel. All splicing shall be done within light bases. No splices are allowed in conduit. I SP -3-4 lJ IINCIDENTALS 3-12.1 The Contractor shall provide all items incidental to the work as shown or required to complete the installation. SAFETY 3-13.1 It is incumbent on the Contractor to maintain the integrity of the airport electrical system for safe and reliable operation. The contractor shall take necessary precautions to avoid damage to electric utilities, telephone circuits, and cables. Any damage done by the Contractor shall be repaired as directed by the engineer at no cost to the Owner. TESTING 3-14.1 The contractor shall furnish all the necessary labor and equipment for testing the following work: (a) Make insulation tests with a "Megger," demonstrate that neither short circuits nor ground faults exist, and that wiring complies with NEC. (b) Put entire electrical system in operation, test all equipment, remedy all defects, and make all necessary adjustments. Demonstrate that the entire system functions satisfactorily, as specified, as indicated, and as approved. GUARANTEE 3-15.1 The contractor shall guarantee his work and materials for a period of one (1) year I from the date of owner acceptance. If there are failures due to faulty material or workmanship, the contractor shall correct the failure at no cost to the Owner. METHOD OF MEASUREMENT: 3-16.1 The quantity of dry pit boring to be paid for under this Iran shall be the number of Ilinear feet of conduit, conductor and dry pit boring installed, measured in place, completed and accepted. This described work shall include all work associated with the describe item including incidental work necessary to complete the work item. BASIS OF PAYMENT 3-17.1 Payment will be made at the contract unit price per linear foot for dry pit borings completed and accepted. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment. tools, and incidentals necessary to complete this item. SP -3-5 I I I I I I I C I I I I ITEM L-108 INSTALLATION OF UNDERGROUND CABLE FOR AIRPORTS DESCRIPTION 108-1.1 This item shall consist of furnishing and installing underground cable in accordance with these specifications 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 t!:c 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 installation of the duct or conduit. EQUIPMENT AND MATERIALS 108-2.1 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 U, "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. c. The Contractor shall provide at least one onsite person in a supervisory position with a documentable level of competency and experience. 108-2.2 SUBMITTALS. a. Submittals shall clearly indicate the name, address and location of the authorized manufacturer's representative supplying the equipment, including written certification of the representative's authorization by the manufacturer and responsible territory. b. Submittals shall be clearly marked to indicate the Specification Number for which the item is being submitted and the complete model number of each type of equipment to be furnished. Material submittals shall be grouped by Specification Number. c. Warranty and service policy for each type of equipment submitted shall be furnished with the submittals. This shall include written certification guaranteeing materials to be free of defects for one (1) year from date of final acceptance, and shall further guarantee that should any defects appear within this period, the equipment will be replaced or repaired to the satisfaction of the Owner and the Engineer without charge. d. The Contractor shall submit test reports and certifications stating the following: I. Certification that all components are electrically compatible and recommended Ior use with each other. L-108-1 El e. After approval of submitted equipment, the Contractor shall supply the following documentation to the Owner. Five (5) complete sets of documentation shall be supplied for each model of equipment. The documentation shall be securely bound in heavy-duty 3 -ring binders. The information for each piece of equipment shall be indexed using typewritten label tabs. The spine of each binder shall have a typewritten label that indicates the included equipment types. The documentation shall include: I. . Installation manual 2. Operation manual 3. Maintenance manual 4. Parts list including recommended spare parts f. A certification that contains the names and the qualifications of people recommended to ' perform the splicing and termination of medium -voltage cables approved for installation under this contract. The certification shall indicate that any person recommended to perform actual splicing and terminations has been adequately trained in the proper techniques and have had at least three recent years of experience in splicing and terminating the same or similar types of cables approved for installation. In addition, any person recommended by the Contractor may be required to perform a practice splice and termination, in the presence of the Owner, before being approved as a qualified installer of medium -voltage cables. The Contractor shall provide short sections of the approved types of cables along with the approved type of splice and termination kits, and detailed manufacturer's instruction for the proper splicing and termination of the approved cable types. Persons not qualified under this procedure shall not terminate cables under this contract. g. Submittals for cable and termination products in this Section are required. The submittal shall include manufacturer data including dimensions, technical specifications, installation procedures, and similar data to allow assurance that the specifications of this section are met. 108-2.3 LIGHTING POWER CABLE. Underground cable shall conform to the requirements of Advisory Circular 150/5345-7D, Specification for L-824, Underground Electrical Cables for Airport Lighting Circuits. a. This Specification sets out the requirements for first -grade commercial electrical cable to be used in airport lighting circuits. Electrical cable shall be Type "C" - 5,000 volt. b. The following document, of the issue in effect on the date of request for approval, forms a part of this Specification to the extent specified herein: ICEA Publication No. S-66-24, Cross -linked Thermosetting ..,':}ethylene Insulated Wire and Cable for the Transmission and Distribution of Electrical Energy. Copies of ICEA publication may be obtained from the National Electrical Manufacturers Association, 2101 "L" Street, N.W., Washington, D. C. 20037. c. The cable shall be a first -grade commercial product, free from defects in material and workmanship that may affect either life or performance. Manufacture Type C cable in accordance with the requirements of ICEA S-66-524, as listed below: L-108-2 I I Type 5,000 Volts Conductor, Copper Coated S-66-524-2.1.1 Stranding, Class B (7 strands) S -66 -524 -Table 2-2 ' Size, AWG No. 8 AWG Shielding Not Required Insulation S-66-524 Insulation, Thickness S-66-524, Table 7.6-1 ' Jacket, Material Not Required Jacket, Thickness Not Required Cabling, Multiple Conductor Not Required Test S -66 -524 -Part 6 ' d. The cable shall be marked with the manufacturer's name or trademark, cable trade name or catalog number, conductor size, and voltage rating. The markings shall be spaced at least every two (2) feet and should not affect the smoothness of the cable surface. e. The cable shall be qualified by the FAA, and shall be listed in FAA Advisory Circular ' 150/5345-1U, Approved Airport Lighting Equipment. The Contractor shall submit with the Shop Drawings, certified copies of the production test report for a production run of approved cable that was manufactured within the twenty-four (24) months immediately preceding the date of the request for the test report. 108-2.4 BARE COPPER WIRE (COUNTERPOISE). Bare copper wire for counterpoise installations shall be stranded wire conforming to ASTM Specifications B3 and B8. 108-2.5 CABLE CONNECTIONS. In -line connections of underground primary cables shall he one of the types listed below. When the plans or the proposal permit a choice of connection, the Contractor shall ' indicate in the bid the type of connection he proposes to furnish. a. The Cast Splice. A cast splice, employing a plastic mold and using epoxy resin equal to that manufactured by Minnesota Mining and Manufacturing Company. "Scotchcast" Kit No. 82--A, or as manufactured by Hysol Corporation, "Hyseal Epoxy Splice" Kit No. El 135, for potting the splice, is approved. ' b. The Field -Attached Plug -In Splice. Advisory Circular 150/5345-26B, Specification for L-823 Plug and Receptacle, Cable Connectors, employing connector kits listed in Advisory Circular 150/5345-1 U, is approved for field attachment to single conductor cable. I I L -108-3 I c. The Factory -Molded Plug -In Splice. Specification for L-823 Lonnectors, Factory -Molded to Individual Conductors, is approved. In all the above cases, connections of cable conductors shall be made using crimp connectors utilizing a crimping tool designed, to make a complete crimp before the tool can be removed. CONSTRUCTION METHODS 108-3.1 GENERAL: The Contractor shall install the specified cable at the approximate locations indicated in the airport lighting layout plans. The existing and the proposed locations of lighting cable are approximate. The Contractor shall be responsible for field locating and identifying the existing lighting circuits. The Contractor shall also be responsible for maintaining the lighting systems in a working condition until the new lighting circuits have been installed and tested. Underground cable and utilities exist within and adjacent to the limits of construction. An attempt has been ' made to locate these cables and utilities on the Plans. All existing cable and utilities may not be shown on the Plans and the location of the cables and utilities shown may vary from the location shown on the Plans. Prior to beginning of any type of excavation, the Contractor shall contact the utilities, the airport maintenance staff, FAA field personnel and other organizations as required and make arrangements for the location of the utilities on the ground. The Contractor shall maintain the cable and utility location markings until they are no longer required. The Contractor shall replace or repair any underground cable or utility that has been damaged by the Contractor during excavation to the satisfaction of the owner of the cable or utility. Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual isolation transformers. The Contractor shall be responsible for providing cable in continuous lengths for home runs or other long cable runs without connections, unless otherwise authorized in writing by the Engineer or shown in the plans. All new lighting cable shall be marked using color -coded plastic electrical tape which is specifically designed for application on polyethylene -jacketed cable. The tape shall be applied as detailed on the Plans. Marking tape shall be Scotch 35 Vinyl Plastic tape or approved equal. 108-3.2 INSTALLATION IN DUCT OR CONDUIT. This item includes the installation of the cable in duct or conduit as described below. The maximum number and voltage ratings of cables installed in each single duct or conduit; and the current -carrying capacity of each cable shall be in accordance with the latest National Electric Code, or the code of the local agency having jurisdiction. The Contractor shall make no connections orjoints of any kind in cables installed in conduits or ducts. ' The Contractor shall make sure that each duct is open, continuous, and clear of debris before installing cable. Existing ducts may require clearing before use. It is the responsibility of the Contractor to locate the , existing ducts, identify empty or partially empty conduits and clear the conduits as required. 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 I L-108-4 I I the duct at the same time. The pulling of a cable through ducts or conduits may be accomplished by hand winch or power winch with the use of cable grips or pulling eyes. Pulling tensions should be governed by recommended standard practices for straight pulls or bends. A lubricant, recommended for the type of cable being installed, shall be used where pulling lubricant is required. Duct, cable, or splice markers temporarily removed for excavations shall be replaced as required. 108-3.3 TRENCHING. Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Road patrols or graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Cable trenches shall be excavated to a minimum depth of 18 inches below finished grade. ' A string line or other approved method shall be used as a guide for excavation of straight trenches. A divergence greater than 12" from this line will not be acceptable and will require re -trenching and ' installation of new cables at no additional cost to the owner. The Contractor shall excavate all cable trenches to a width not less than 6 inches, except 4 inches width will be allowed for trenches containing only one insulated conductor and counterpoise. The trench shall be widened where two or more cables are to be installed parallel in the same trench. The width of the trench shall be increased so that there is I inch of space between cables and 2 inches of space between the outside cables and the wall of the trench. Unless otherwise specified in the plans, all cables in the same location and running in the same general direction shall be installed in the same trench. When rock excavation is encountered, the rock shall be removed to a depth of at least 3 inches below the ' required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 3 inch sieve. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All excavation shall be unclassified. ' 108-3.4 INSTALLATION IN TRENCHES. The Contractor shall not use a cable plow for installing the cable. Mechanical cable -laying equipment may be used in conjunction with a trenching machine; and it ' should provide for physical inspection of cable prior to backfilling. Sharp bends or kinks in the cable shall not be permitted. Cables shall be unrolled in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable shall not be unrolled and pulled into the trench from one end. Backfilling from two directions will not be allowed. Where two or more cables are laid parallel in the same trench, they shall be placed laterally a minimum distance of 3 inches apart, and the trench shall be widened sufficiently to accomplish this. ' Cables crossing over each other shall have a minimum of 3 -inch vertical displacement with the topmost cable depth at or below the minimum required depth below finished grade. ' Not less than 2 feet of cable slack shall be left on each side of all connections, isolation transformers, and at all other points where cable is connected to field equipment. The slack cable shall be placed in the trench in a series of S curves. Additional slack cable shall be left in handholes, manholes, etc., where it is required to ' bring the cable above ground level to make connections. The amount of slack cable shall be stipulated by the Engineer, as shown in the plans. 108-3.5 BACKFILLING. No backfilling will be accomplished without the approval of the Engineer. The L-108-5 I Construction Observer will coordinate with the Contractor for advance scheduling of trench inspection. After the cable has been installed, the trench shall be filled with material 4 inches deep, loose measurement, and shall be either earth or sand containing no mineral aggregate particles that w. 'uld be retained on a 3 -inch sieve. This layer shall not be compacted. The second layer shall be 5 inches deep, loose measurement, and shall contain no particles that would be retained on a 1 -inch sieve. The remainder of the backfill shall be excavated or imported mineral and shall not contain stone or aggregate larger than 4 inches maximum diameter. Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and rounded. The trench shall be level with the adjacent undisturbed earth after settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. 108-3.6 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction, and other work shall be restored to its original condition. The restoration shall include any necessary topsoiling, fertilizing, liming, seeding, sodding, sprigging or mulching. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. 108-3.7 CABLE AND SPLICE MARKERS. The location of lighting circuits shall be marked by a concrete slab marker, 2 feet square and 4 inches thick, extending approximately I inch above the surface. Each cable run from the line of lights to the equipment vault shall also be marked at approximately every I 200 feet along the cable run, with an additional marker at each change of direction of cable run. All other cable buried directly in the earth shall be marked in the same manner. Cable markers shall be installed immediately above the cable. The Contractor shall impress the word "CABLE" and directional arrows on each cable marking slab. The letters shall be approximately 4 inches high and 3 inches wide, with width of stroke 2 inch and 3 inch deep. The location of each underground cable connection, except at light fixtures, test pits, or isolation transformers, shall be marked by a concrete marker slab placed above the connection. The Contractor shal I impress the word "SPLICE" on each slab. He also shall impress additional circuit identification symbols on , each slab if so desired by the Engineer. After placement, all cable or splice markers shall be given one coat of high -visibility aviation orange paint, as approved by the Engineer. The soil surrounding each marker shall be sterilized a distance of 2 feet, in all directions, with the soil steriliant Pramitol or other steriliant approved by the Engineer. 108-3.8 SPLICING. Connections of the type shown in the plans shall be made by experienced personnel , regularly engaged in this type of work and shall be made as follows: a. Cast Splices. These shall be made by using crimp connectors for jointing conductors. Molds shall be assembled, and the compound shall be mixed and poured in accordance with manufacturer's instructions and to the satisfaction of the Engineer. b. Field -Attached Plug -In Splices. These shall be assembled in accordance with manufacturers instructions. These splices shall be made by plugging directly into mating connectors. In all cases the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 2 inch on each side of the joint. L-108-6 L1 c. Factory -Molded Plug -In Splices. These shall be made by plugging directly into mating connectors. In all cases, the joint where the connectors come together shall be wrapped with at least one ' layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 12 inches on each side of the joint. ' 108-3.9 BARE COUNTERPOISE WIRE INSTALLATION AND GROUNDING FOR LIGHTNING PROTECTION. A stranded bare copper wire, No. 8 AWG minimum size, shall be installed for lightning protection of the underground cables. The bare counterpoise wire shall be installed in the same trench for the entire length of the insulated cables it is designed to protect, and shall be placed at a distance of approximately 4 inches from the insulated cable. The counterpoise wire shall be securely attached to each light fixture base, or mounting stake. The counterpoise wire shall also be securely attached to copper or copper -clad ground rods installed not more than 1,000 feet apart around the entire circuit. The ground rods shall be of the length and diameter specified in the plans, but in no case shall they be less than 8 feet long nor less than 5/8 inch in diameter. The counterpoise system shall terminate at the ground bus in the vault. ' 108-3.10 TESTING. The Contractor shall furnish all necessary equipment and appliances for testing the underground cable circuits after installation. As a minimum the Contractor shall test and demonstrate to the satisfaction of the Engineer the following: a. That all lighting power and control circuits are continuous and free from short circuits. b. That all circuits are free from unspecified grounds. c. That the insulation resistance to ground of all non -grounded series circuits is not less than 50 megohms as measured with a 1,000 volt Megger. d. That all circuits are properly connected in accordance with applicable wiring diagrams. e. That all circuits are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than ' one-half hour. The Contractor shall perform additional tests if required and requested by the Engineer at no additional cost. 1 METHOD OF MEASUREMENT ' 108-4.1 The quantity of trench to be paid for shall be the linear feet of trench, including the excavation, backfill, and reconditioning, completed, measured as excavated, and accepted as satisfactory. All trenching will be measured by linear feet, regardless of depth or width of the trench. 108-4.2 Cable or counterpoise wire installed in trench or duct to be paid for shall be measured by the number of linear feet of cable or counterpoise wire installed in trenches or ducts, 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 or duct. Ground rods shall not be measured for separate payment but shall be considered subsidiary to the counterpoise system. 108-4.3 Cable and splice markers shall be paid for under Section L-1 10 as provided for in this specification. I L -108-7 BASIS OF PAYMENT 108-5.1 Payment will be made at the contract unit price for trenching, cable, dnd bare counterpoise wire installed in trench, or duct or conduit, installed by the Contractor and accepted by the Engineer. These prices shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item L-108-5.1 Cable Trench with Backfill -- per Linear Foot. Item L-108-5.2 Underground Cable, L -824C, No. 8 AWG, 5kV, Installed in Trench or Duct -- per Linear Foot. Item L-108-5.3 Bare Counterpoise Wire, No. 8 AWG, Installed in Trench or Along Duct, Including Ground Rods and Ground Connectors -- per Linear Foot. ,. 1 108-8 MATERIAL REQUIREMENTS FAA Specifications Referenced in Item L-108 Number Title AC 150/5345-7D Specification for L-824 Underground Electrical Cables for Airport Lighting Circuits. AC 150/5345-26B Specification for 1.823 Plug and.Receptacle Cable Connectors. Federal Specifications Referenced in Item L-108 Number Title HH-1-595 Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plastic, for Low -Temperature Application. ASTM Specifications Referenced in Item L-108 Number Title B-3 Soft or Annealed Copper Wire. B-8 Concentric -Lay -Stranded Copper Conductor, Hard, Medium -Hard, or Soft. Military Specifications Referenced in Item L-108 Number Title MIL -1-3825 Insulation Tape, Electrical, Self -Fusing, For Use in Electronics. Communications, and Allied Equipment. MIL -1-7798 Insulation Tape, Electrical, Pressure -Sensitive Adhesive, Plastic. END OF ITEM L-108 4 L-108-9 I ITEM L-109 INSTALLATION OF ELECTRICAL VAULT EQUIPMENT DESCRIPTION 109-1.1 This item shall consist of modifications to the existing airport electrical vaults in accordance with the design and dimensions shown in the plans. This work shall also include the installation of constant current lighting regulators, transformers, circuit breaker panels, conduit, wire, control system modifications and equipment grounding. This work shall also include marking and labeling of equipment, labeling or tagging of wires, testing of the ' installation and furnishing of all incidentals necessary to place the electrical system in operating condition as a completed unit to the satisfaction of the Engineer. I I I EQUIPMENT AND MATERIALS 109-2.1 GENERAL. a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall have the prior approval of the FAA, and are listed in Advisory Circular (AC) 150/5345-1, Approved Airport 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. 109-2.2 SUBMITTALS. a. Submittals shall clearly indicate the name, address and location of the authorized manufacturer's representative supplying the equipment, including written certification of the representative's authorization by the manufacturer and responsible territory. Submittals shall also clearly indicate the name and address of the General Contractor, Subcontractor and Sales Agency. ' b. Submittals shall be clearly marked to indicate the Specification Number for which the item is being submitted and the complete model number of each type of equipment to be furnished. Materials submittals shall be grouped by Specification.Number. c. Warranty and service policy for each type of equipment submitted shall be furnished with the ' submittals. This shall include written certification guaranteeing materials to be free of defects for one (I) year from date of final acceptance, and shall further guarantee that should any defects appear within this period, the equipment will be replaced or repaired to the satisfaction of the Owner and the Engineer without charge. d. The Contractor shall submit test reports and certifications as follows: (1) Electrical characteristics of equipment. (2) Certification that all components are electrically compatible and recommended for use with I L -109-1 I each other. e. After approval of submitted equipment, the contractor shall supply the following documentation to the Owner. Five (5) complete sets of documentation shall be supplied for each model of equipment. The documentation shall be securely bound in heavy-duty 3 -ring binders. The information for each piece of equipment shall be indexed using typewritten label tabs. The spine of each binder shall have a typewritten label which indicates the included equipment types. The documentation shall include: (1) Installation manual (2) Operation manual (3) Maintenance manual (4) Parts list including recommended spare parts ELECTRICAL VAULT EQUIPMENT 109-2.3 FAA -APPROVED EQUIPMENT. Certain items of airport lighting equipment installed in vaults are covered by individual FAA equipment specifications. The specifications are listed below: AC 15015345-7D Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-I0E Specification for Constant Current Regulators and Regulator Monitors 109-2.4 CONSTANT CURRENT REGULATORS. Constant current regulators shall be: a. L-828, b. Class 1, (6.6 amps) c. Style 1, (3 brightness steps) d. Style 2, (5 brightness steps) e. 240 VAC, 60 Hz The output power rating of the regulators shall be as noted on plans and meet the criteria set forth in the most current version of AC 150/5345-10E, Specification for Constant Current Regulators and Regulator Monitors. Each regulator shall be equipped with the following options: a. Internal 120 VAC control power transformer b. Remote/Local and Intensity control selector switches c. Output ammeter d. Input and output current surge limitation. e. Circuit isolation f. Open circuit protection g. Overcurrent protection h. Lighting arresters across the output terminals They shall be supplied with all features and accessories required for a complete installation as defined in these Specifications and as shown on the plans. I [I I I I I LJ I L I I I I I L-109-2 I 1 109-2.5 CONTROL AND TIMING RELAYS. All relays shall be plug-in type relays and shall be furnished with socket base and all required mounting accessories. The master control relay for the Pilot Controlled Lighting (PCL) relay panel shall be an 8 pole, double ' throw industrial relay with 20 ampere rated contacts. This relay shall be equal to the Allen-Bradley Bulletin 700, Type PK master control relay. I The timing relays for the Pilot Controlled Lighting (PCL) relay panel shall be double pole, double throw general purpose relays with 5 ampere minimum rated contacts. These relays shall be -have visual indication of timing and contact status. The delay period shall be adjustable by use of a front -mounted potentiometer. IA calibrated scale shall be mounted on the front of the relay to indicated delay period. The relays shall have a minimum time scale of 0.l seconds to 3 minutes. These relays shall be equal to the Allen-Bradley Bulletin 700, Type HTM timing relay. I I Li I I J The trip rating of all circuit breakers which are used to protect constant current lighting circuit regulators ' shall be coordinated with the approved regulator manufacturer. The manufacturer's recommended circuit breaker size shall be submitted,to the Engineer for approval. The control relays for the Pilot Controlled Lighting (PCL) relay panel shall be 4 pole, double throw general purpose relays with 5 ampere minimum rated contacts. These relays shall be have visual indication of contact status. These relays shall be equal to the Allen-Bradley Bulletin 700, Type HC relay. The replacement relays for the L-841 Auxiliary Relay Cabinet shall be double pole, double throw general purpose relays with 30 ampere minimum rated contacts. These relays shall match the existing relays, which are similar to the Allen-Bradley Bulletin 700, Type HG relay. 109-2.6 OTHER ELECTRICAL EQUIPMENT. Constant current regulators. distribution transformers. switches, cutouts, relays, terminal blocks, transfer relays, circuit breakers, and all other regularly used commercial items of electrical equipment not covered by FAA equipment specifications shall conform to the applicable rulings and standards of the Institute of Electrical and Electronic Engineers or the National Electrical Manufacturers Association. When specified, test reports from a testing laboratory indicating that the equipment meets the specifications shall be supplied. In all cases, equipment shall be new and a first -grade product. This equipment shall be supplied in the quantities required for the specific project and shall incorporate the electrical and mechanical characteristics specified in the proposal and plans. ' 109-2.7 WIRE. Wire in conduit rated up 10 5,000 volts shall conform to AC 150/5345-7D, Specification for L-824 Underground Electrical Cables for Airport Lighting Circuits, for rubber insulated neoprene -covered wire, or Fed. Spec. J -C-30, Type RHW, for rubber insulated fibrous -covered wire. For ratings up to 600 ' volts, thermoplastic wire conforming to Fed. Spec. J -C-30, Types THW and THWN, shall be used. The wires shall be of the type, size, number of conductors, and voltage shown in the plans or in the proposal. ' a. Control Circuits. Wire shall be not less than No. 12 AWG, 37 strand conductors and shall he insulated for 600 volts. ' b. Power Circuits. (1) 600 volts maximum --Wire shall be of size indicated and insulated for at least 600 volts. I L -109-3 I (2) 5,000 volts --Wire shall be of size indicated on the drawings and No. 6 AWG or larger and insulated for at least the circuit voltage. Wire shall be type MV -90, non -shielded, ethylene propylene insulation, hypalon jacket, copper conductor with strand shield. 109-2.8 SWITCHES. a. Main disconnect switches 600 volt or less shall be industrial type heavy duty with poles and ratings as indicated on the drawings and suitable for the application indicated. b. The 5,000 volt load break switch shall be.three pole,, fused as indicated on -the plans. The switch shall be rated 200 amperes, 60 kV BIL, 20 kA asymmetrical maximum fault closing. The switch shall be suitable for transformer primary disconnect. The switch shall be floor standing style approximately 26 x 26 x 72 inches with NEMA I enclosure with viewing window for indoor service. There shall be padlock provision in the OFF position. Install the switch on a housekeeping concrete pad with attachment at each provided anchor position. 109-2.9 OVERCURRENT PROTECTIVE DEVICES. Circuit Breakers: Circuit breakers shall be the molded -case type, as indicated, with each pole equipped with inverse time and instantaneous overcurrent tripping devices. Circuit breakers shall be UL listed. Single pole breakers shall be full module size; two poles shall not be installed in a single module. Multi -pole breakers shall be of the common -trip type having a single operating handle, and for sizes of 50 amperes or less may consist of single pole breakers permanently assembled at the factory into a multi -pole unit. Circuit breakers used for motor disconnects and not in sight of the motor controller shall be capable of being locked in the open position. Minimum interrupting rating shall be as shown. Fuses: All fuses shall be Bussman; Gould-Shawmut, or equal. Plug fuses are not acceptable. Cartridge fuses shall be rated at 250 or 600 volts, as applicable, and shall conform to the requirements of UL 198 and NEMA Standard FU -1. 600 volt or less fuses shall be rated at 200,000 Amperes Interrupting Capacity. 109-2.10 PANELBOARDS. Furnish and install panelboard as indicated on the Drawings. Breakers shall be bolted type and have available fault current interrupting capacity as scheduled. Single pole breakers shall be full module size; two poles shall not be installed in a single module. All multi -pole breakers shall be common trip. The panel shall be UL listed, fully bussed with 57% conductivity and tin finished aluminum. All bolts used to connect current carrying parts together shall be front accessible. The panel shall have a securely attached metal nameplate listing the manufacturer, shop order number, panel type, voltage, ampacity and short circuit withstand rating. An individual terminal or lug shall be provided for each neutral allowing one wire per terminal. The panel shall be surface mounted with semi -flush locking doors and matching keys. The Contractor shall provide a typed directory and install the same in the holder behind the transparent protective covering in the panels. Doors shall match enclosures. Indoor surface mounted enclosures shall have pre -punched knockouts. The panels shall be General Electric, Square D, Westinghouse, or approved equal. 109-2.11 RIGID STEEL CONDUIT. Rigid steel conduit and fittings shall be in accordance with Underwriters Laboratories Standard 6 and 514. ii I I I I I I LI I I I I L-109-4 I [1 I I I I I I 109-2.12 TRANSFORMER, DRY TYPE. Dry type transformers shall be installed as indicated. Dry -Type Distribution Transformers (45 kVA and above): Provide factory -assembled, general-purpose, ventilated, dry -type distribution transformers where shown; of sizes, characteristics, and rated capacities indicated; 3 -phase, 60 -hertz, 4.00% nominal impedance; with voltage ratings as shown on the drawings. For three-phase transformers provide primary windings with 6 taps; 2, 2-1/2% increments above full -rated voltage and 4, 2-1/2% increments below full -rated voltage for de -energized tap -changing operation. Insulate with Class 220 insulation. Rate transformer for continuous overload of 115% of rated kVA: limit transformer surface temperature rise to maximum of 65 degrees Celsius. Provide terminal enclosure, with hinged cover, to accommodate primary and secondary coil wiring connections and electrical supply raceway terminal connector. Provide terminal board with clamp type connectors. Limit terminal compartment temperature to 75 degrees Celsius when transformer is operating continuously at rated load with ambient temperature of 40 degrees Celsius. Provide wiring connections suitable for copper or aluminum wiring. Integrally mount vibration isolation supports between core and coil assembly and transformer enclosure such that the vibration isolation system provides a solid and permanent fastening; electrically ground core and coils to transformer enclosure by means of flexible metal grounding strap. Do not exceed maximum sound -level rating of 50 db as determined in accordance with ANSI/NEMA standards. Provide transformers with heavy gauge sheet steel ventilated enclosures, and lifting lugs. Apply manufacturer's standard light gray outdoor enamel over cleaned and phosphatized steel enclosure. Provide floor mounting and install on housekeeping pad. CONSTRUCTION METHODS ' INSTALLATION OF EQUIPMENT IN VAULT 109-3.1 GENERAL. In general, the various electrical equipment and material to be installed by the various trades under this specification shall be run as indicated, as specified herein, as required by particular conditions at the site, and as required to conform to the generally accepted standards so as to complete the work in a neat and satisfactory manner. The following is a general outline concerning the running of I various systems and is to be excepted where the drawings or conditions at the buildings necessitate deviating from these standards. Existing emergency power supply and transfer switch shall be utilized and modified to the extent indicated and required for the new installation. The equipment installation and mounting shall comply with the requirements of the National Electrical Code and local code agency having jurisdiction. ' The drawings and specifications are complementary; any work required by one, but not by the other, shall be performed as though required by both. ' All conduits shall be run exposed in the equipment rooms, or run concealed as indicated. The construction details of the building are illustrated on the drawings. Each Contractor shall thoroughly ' acquaint himself with the details before submitting his bid as no allowances will be made because of the Contractor's unfamiliarity with these details. The electrical plans do not give exact locations, etc., and do not show all the offsets, control lines. junction IL-109-5 I boxes, and other installation details. Each Contractor shall carefully lay out his work at the site to conform to the job conditions, to conform to details of installation supplied by the manufacturers of the equipment to be installed, and thereby to provide complete operating systems. The electrical plans show diagrammatically the locations of the various electrical outlets and apparatus and the method of circulating and controlling them. Exact locations of these outlets and apparatus shall be determined by reference to the general plans and to all detail drawings, etc., by measurements at the buildings, and in cooperation with other crafts, and in all cases shall be subject to the approval of the Engineer. The Engineer reserves the right to make any reasonable change in location of any outlet or apparatus before installation, without additional cost to the Owner. -: These Specifications and the accompanying Drawings are intended to cover systems which will not interfere with the structure of the buildings, which will fit into the several available spaces, and which will insure complete and satisfactory systems. Each bidder shall be responsible for the proper fitting of his material and apparatus into the buildings. Should the particular equipment which any bidder proposes to install require ,ever space conditions than those indicated on the Drawings, he shall arrangefor such space with the Engineer before submitting his bid. Should changes become necessary on account of failure to comply with this clause, the Contractor - shall make such changes at the Contractor's expense. The Contractor shall be responsible to see that each party furnishes electrical equipment which meets the electrical requirements specified herein and that all systems work together to produce the specified operation. Where two or more units of the same kind or class of equipment are required, these shall be products of a single manufacturer; however, the component parts need not be the products of one manufacturer. Each Contractor shall submit working scale drawings of all his apparatus and equipment which in any way varies from these Specifications and Plans, which shall be checked by the Engineer and approved before the work is started, and interferences with the structural conditions shall be corrected by the Contractor before the work proceeds. The Contractor shall keep ends of conduits, including those extending through roofs, equipment and fixtures covered or closed with caps or.plugs to prevent foreign material from entering during construction. The Contractor shall install any temporary lines and connections required to maintain electric services and safely remove and dispose of them when complete. All temporary wiring shall conform to OSHA standards. Remove temporary services when work is complete. Any damage to electrical equipment caused by the Contractor shall be repaired at no cost to the Owner. All non -current carrying parts and neutrals shall be grounded as indicated on the Drawings or as required by the Codes. Install a green equipment ground as indicated on the Plans and for all receptacles and equipment. The bidder shall inspect the site, thoroughly acquaint himself with conditions to be met and work to be accomplished. Failure to comply with this shall not constitute grounds for any additional payments. I I I I I I I Ti I I I [I I I L-109-6 I I I I I I I I I I I I [1 I I I I C1 Where electrical equipment is installed that causes electrical noise interference with other systems either existing or installed under this contract, the offending equipment shall be equipped with isolating trans- formers, filters, reactors, shielding, or any other means as required for the satisfactory suppression of the interferences, as determined by the Engineer. All junction boxes, expansion joints, flexible connections, instruments and similar items requiring servicing or repairs shall be installed in an accessible location. All salvage and equipment removed by the work shall remain the property of the Owr. er. Material removed from the project shall be stored on the project site where and as directed. Debris shall be removed from the job site and disposed of by the Contractor. The Contractor shall maintain his work area clean and orderly at all times. Debris shall be removed promptly. The Contractor shall do all excavating and backfilling made necessary by electrical work and shall remove all surplus or supply any earth required to establish the proper finished grade. The Contractor shall do all cutting and patching made necessary by electrical work, but in no case shall lie cut through or into any structural member without written permission of the Engineer. 109-3.2 POWER SUPPLY EQUIPMENT. Transformers, regulators, booster transformers, and other power supply equipment items shall be furnished and installed at the location shown in the plans or as directed by the Engineer. The power supply equipment shall be set on housekeeping pads to provide a minimum space of 2 inches between the equipment and the floor. The equipment shall be placed so as not to obstruct the oil -sampling plugs of the oil -filled units; and name -plates shall, so far as possible, not be obscured. 109-3.3 SWITCHES AND PANELS. Switches, relays, transfer switches, panels, panel boards, and other similar items shall be furnished and installed at the location shown in the plans or as directed by the Engineer. Wall or ceiling -mounted items shall be attached to the wall or ceiling with galvanized bolts of not less than 3/8 -inch (9 mm) diameter engaging metal expansion shields or anchors in masonry or concrete vaults. 109-3.4 DUCT AND CONDUIT. The Contractor may not utilize existing square -type exposed metallic ducts with hinged covers for the power circuits in the vault. Wall brackets for square ducts shall be installed at all joints 2 feet (60 cm) or more apart with intermediate brackets as specified. Conduit shall be used between square ducts and equipment or between different items of equipment when the equipment is designed for conduit connection. When the equipment is not designed for conduit connection, conductors shall enter the square -type control duct through insulating bushings in the duct or on the conduit risers. Conduit shall be rigid galvanized steel unless otherwise indicated or specified. 109-3.5 CABLE ENTRANCE FOR AIRFIELD LIGHTING SYSTEM. Incoming underground cable from field circuits and supply circuits will be installed outside the walls of the trak.,former vault as a separate I L-109-7 item under Item L-108. The Contractor installing the vault equipment shall bring the cables from the trench or duct through the entrance conduits into the vault and make the necessary electrical connections. For the incoming and outgoing high voltage load circuits, the Contractor shall furnish and install or utilize conduit ' risers from floor level to the level as shown in the • plans. I09-3.6 WIRING AND CONNECTIONS. The Contractor shall make all necessary electrical connections in the vault in accordance with the wiring diagrams furnished and as directed by the Engineer. In wiring to the terminal blocks, the Contractor shall leave sufficient extra length on each control lead to make future changes in connections at the terminal block. This shall be accomplished by running each control lead the longest way around the box to the proper terminal. -Leads shal)..be neatly laced in place. 109-3.7 MARKING AND LABELING. All equipment, control wires, terminal blocks, etc., shall be tagged, marked, or labeled as specified below: a. Wire Identification. The Contractor shall furnish and install self -sticking wire labels or identifying tags on all control wires at the point where they connect to the control equipment or to the terminal blocks. wire labels, if used, shall be of the self -sticking pre-printed type and of the manufacturer's recommended size for the wire involved. Identification markings designated in the plans shall he followed. Tags, if used, shall be of fiber not less than 3/4 -inch (13 mm) in diameter and not less than 1/32 -inch (I mm) thick. Identification markings designated in the plans shall be stamped on tags by means of small tool dies. Each tag shall be securely tied to the proper wire by a nonmetallic cord. b. Labels. The Contractor shall stencil identifying labels on the cases of regulators, breakers, and distribution and control relay cases with white oil paint as designated by the Engineer. The letters and , numerals shall be not less than 1 inch (25 mm) in height and shall be of proportionate width. The Contractor shall also mark the correct circuit designations in accordance. with the wiring diagram on the terminal marking strips which are a part of each terminal block. 109-3.8 CONTROLS. The Contractor shall thoroughly inspect, diagram and mark the existing control system layout and coordinate this layout with the equipment to be installed in the Electrical Vaults before disconnecting any equipment. All existing control functions shall be maintained after the installation of the new equipment has been accomplished. The Contractor shall modify and extend to the new and modified equipment all controls as indicated and required for system functions. 109-3.9 REMOVAL OF EXISTING EQUIPMENT. The Contractor shall carefully remove all salvageable ' equipment as indicated on the Plans. Any equipment which is damaged during the removal operation shall be subject to a reduction in payment for removal of the equipment. All equipment which is removed during The existing Runway 4L -22R lighting regulator and oil switch which are to be removed from the Airfield in this contract contains oil which may contain Polychlorinated Biphenyls (PCBs). The contractor shall submit removal and disposal plans prior to removing this regulator and oil switch. 109-3.10 AS -BUILT DRAWINGS. Before work is started, the Contractor shall obtain at his expense one (1) full-sized set of prints for As -Built records; the Engineer will supply the tracings at printing cost to the , Contractor. The Contractor shall locate all underground and concealed work, identifying all equipment, conduit, circuit 1 this project shall be transported to a site on the Airfield or removed from the Airfield and properly disposed of as directed by the Owner and the Engineer. L-109-8 , I I I numbers, motors, feeders, breakers, switches, and starters. The Contractor will certify accuracy by endorsement. As -Built drawings shall be correct in every detail, so Owner can properly operate, maintain, and repair exposed and concealed work. The As -Built drawings shall indicate all control system labeling and marking. The Contractor shall store the As -Built drawings on the site. Drawings shall not be rolled. Make corrections, additions, etc., with pencil, with date and authorization of change. ' As -Built drawings must be submitted to Engineer before project will be accepted. Minor deviations from the Plans and Specifications shall be as approved by the Engineer. Upon completion of the installation, the Contractor shall adjust the systems to the satisfaction of the Engineer. 109-3.11 GUARANTEE. The Contractor shall furnish a written certificate guaranteeing materials. ' equipment, and labor furnished by him, to be free of defects for one (I) year from date of final acceptance. and shall further guarantee that should any defects appear within this period, same will be replaced or made good without charge. This guarantee shall include the capacity and integrated performance of the component parts of the various systems in accordance with the intent of the Specifications. The Contractor shall conduct complete tests required by the Engineer to demonstrate the ability of the various systems. METHOD OF MEASUREMENT 109-4.1 The quantity of regulators to be paid for shall be the number of reguhtors, installed as completed units, in place, accepted and ready for operation.. 109-4.2 The quantity of Electrical Vault Wiring Modifications to be paid for under this item shall consist of the number of systems constructed in place and accepted as complete and functional units. This work ' consists of all work in the vicinity of the electrical vaults which is not paid separately by other items. including but not limited to conduit, wire, switches, breakers, panelboards, transformers, connections, connectors, grounding, control system modification and additions, testing and methods required to complete the work to the satisfaction of the -Owner and the Engineer. This item shall also include the preparation and reproduction of the required Control System drawings. This item shall not include the preparation and reproduction of the As -Built drawings which shall be paid for as part of the Site Preparation. ' BASIS OF PAYMENT 109-5.1 Payment will be made at the contract unit price for each completed and accepted regulator installation. This price shall be full compensation for furnishing all materials and for all preparation, ' assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. This item shall not include circuit breakers, wire, conduit and the installation of these items. These items will be paid for as a part of the Electrical Vault Wiring Modifications. 4 IL-109-9 109-5.2 Payment will be made at the contract unit price for each completed and accepted regulator installation. This price shall be full compensation for furnishing all materials and for all preparation. assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. This item shall not include circuit breakers, wire, conduit and the installation of these items. Payment will be made under: Item L-109.5:1 Electrical Vault Wiring Modifications -- per Lump Sum Item L-109-5.2 L-828, 20 kW Lighting Regulator, Installed -- per Each MATERIAL REQUIREMENTS AC 150/5345-3D Specification for L-821 Panels for Remote Control of Airport Lighting AC 150/5345-7D Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-10E Specification for Constant Current Regulators and Regulator Monitors AC 150/5345-13A Specification for L-841 Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits Fed.Spec.J-C-30 Cable and Wire, Electrical (Power, Fixed Installation) Fed.Spec.W-C-571 Conduit and Fittings, Nonmetal, Rigid; (For Electrical Purposes) END OF SECTION L-109 L-109-10 I I I I I I I I I I I ITEM L-110 INSTALLATION OF AIRPORT UNDERGROUND ELECTRICAL DUCT DESCRIPTION 110-1.1 This item shall consist of underground electrical ducts, installed in accordance with these specifications 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, handholes, concrete encasement, mandreling, installation of 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. EQUIPMENT AND MATERIALS 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. The Contractor shall submit manufacturer's data sheets on all materials to the Engineer for approval prior to purchasing. 110-2.2 SUBMITTALS. a. Submittals shall clearly indicate the name, address and location of the authorized manufacturer's representative supplying the equipment, including written certification of the representative's authorization by the manufacturer and responsible territory. b. Submittals shall be clearly marked to indicate the Specification Number for which the item ' is being submitted and the complete model number of each type of equipment to be furnished. Material submittals shall be grouped by Specification Number. C. Warranty and service policy for each type of equipment submitted shall be furnished with the submittals. This shall include written certification guaranteeing materials to be free of defects for one (1) year from date of final acceptance, and shall further guarantee that should any defects appear within this period, the equipment will be replaced or repaired to the satisfaction of the Owner and the Engineer without charge. d. The Contractor shall submit test reports and certifications stating the following: 1. Certification that all components are electrically compatible and recommended for use with each other. e. After approval of submitted equipment, the Contractor shall supply the following documentation to the Owner. Five (5) complete sets of documentation shall be supplied for each model of equipment. The documentation shall be securely bound in heavy-duty 3 -ring binders. The information for each piece of equipment shall be indexed using typewritten label tabs. The spine of each binder shall have a typewritten label that indicates the included equipment types. The documentation shall include: IL-110-1 Ii 1. . Installation manual 2. Operation manual , 3. Maintenance manual 4. Parts list including recommended spare parts 110-2.3 CONCRETE. Concrete shall be shall be a commercial grade ready mix concrete with a minimum 28 -day compressive strength of 3500 psi. 110-2.4 PLASTIC CONDUIT. Plastic conduit and fittings shall conform to the requirements of Fed. Spec. W -C-1094 and shall be Schedule 40 polyvinyl chloride (PVC).... CONSTRUCTION METHODS ' 110-3.1 GENERAL. The Contractor shall install underground ducts and handholes at the approximate locations indicated in the airport layout plans. The Contractor shall provide a staked centerline or offset for the duct and handhole system - utilizing the drawings and a site. inspection of the existing grounds, grades and utility crossings. The Owner and Engineer shall approve the staking plan that shall be indicated on a drawing submitted for approval before starting any excavation for the ducts. The staking plan shall indicate the proposed location, elevation and dimensions of handholes. The Engineer reserves the right to adjust duct and handhole locations and elevations before installation at no additional cost to the Owner. Ducts shall be of the size, material, and type indicated in the plans or specifications. Where no size is indicated in the plans or specifications, the duct shall be not less than 4 inches inside diameter. All duct lines shall be laid so as to grade toward handholes and duct ends for drainage. Grades shall be at least 3 inches per 100 feet. On runs where it is not practical to maintain the grade all one way, the duct lines shall be graded from the center in both directions toward handholes or duct ends. Pockets or traps where moisture may accumulate shall be avoided. The Contractor shall mandrel each duct. An iron -shod mandrel, not more than 1/4 inch smaller thanthe bore of the duct shall be pushed through each duct by means of jointed conduit rods. The mandrel shall have a leather or rubber gasket slightly larger than the duct hole. All ducts installed shall be provided with 3/16" nylon pull rope expressly manufactured for pulling the permanent wiring. Sufficient length shall be left to prevent it from slipping back into the duct. Open ends of ducts shall be plugged with removable tapered plugs, designed by the duct manufacturers. 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 defective joint shall not be installed. ' Trenches for ducts may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Road patrols or graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. The Contractor shall ascertain the type of soil to be excavated before bidding. All excavation shall be ' unclassified. 110-3.2 DUCTS ENCASED IN CONCRETE. ,Unless otherwise shown in the plans, concrete -encased ' L-110-2 ' I duct shall be installed so that the top of the concrete envelope is not less than l8 inches below the finished ' subgrade where installed under runways, taxiways, aprons, or other paved areas, and not less than 18 inches below finished grade where installed in unpaved areas. Ducts under paved areas shall extend at least 3 feet beyond the edges of the pavement or 3 feet beyond any underdrains that may be installed alongside the paved area. 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 12 ' 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. 1 The complete duct structure shall be supported with spacers and tie downs located at approximately 5 -foot intervals. The subgrade below the removed pavement shall be compacted to 90% maximum density for cohesive soils and to 100% maximum density for non -cohesive soils, as determined by ASTM D1557. The in -place field ' density shall be determined in accordance with ASTM Dl 556, D2167, or D2922. Subgrade preparation will not be measured for separate payment, but will be considered subsidiary to Asphalt Pavement Removal and Repair. 110-3.3 DUCT MARKERS. The location of the ends of all ducts shall be marked by a concrete slab marker 2 feet square and 4 inches thick extending approximately 1 -inch above the surface. The markers shall be located above the ends of all ducts or duct banks, except where ducts terminate in a handhole, manhole, or building. Duct markers for existing ducts to be extended shall be removed, stored, and replaced after the duct has been extended. The Contractor shall impress the applicable words "2-4" DUCT", for example, on each marker slab. The letters shall be 4 inches high and 3 inches wide with width of stroke 1/2 inch and 1/4 inch deep. Impression of letters shall be done in a manner, approved by the Engineer, to effect a neat, professional appearance. ' The letters shall be stenciled neatly. After placement, all markers shall be given one coat of high -visibility orange paint, as approved by the Engineer. The soil surrounding each marker shall be sterilized a distance of 2 feet, in all directions, with the soil steriliant Pramitol or other steriliant approved by the Engineer. ' 110-3.4 BACKFILLING. After ducts have been properly installed the excavation shall be backfilled in at least two layers with excavated material not larger than 4 inches in diameter and thoroughly tamped and ' compacted to at least the density of the surrounding undisturbed soil. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. The excavation shall be completely backfilled and tamped level with the adjacent surface. 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, pad construction. and other work shall be restored to its original condition. The restoration shall include any necessary topsoiling, fertilizing, liming, seeding, sodding, sprigging or mulching. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. L- l 10-3 Li 110-3.6 CLEARING OF EXISTING DUCT. Where new cable is to be installed in existing duct, the full length of the duct shall be cleared of debris by mechanical means before the installation of the new cable. ' Acceptable methods of clearing existing ducts include 'hydro -jetting' and "roto-rooting." All existing cables in each re -used duct shall be replaced for the length of the duct and properly spliced in a method approved by the Engineer. 110-3.7 HANDHOLES. Install handholes at locations indicated. Handholes shall be of size indicated on the plans. Prefabricated structures with 225 psi loading are required. A layout drawing for each handhole shall be submitted to the. Engineer for approval: This drawing shall show the size and placement of all sleeves and other items such as pulling -in inns. A minimum of four (4) pulling -in irons are required for each handhole. Additional sleeves for future conduits will be indicated by the Engineer during review of these drawings. The cover of the handhole shall be primed and painted with two (2) coats of Aviation Orange paint. This paint shall be approved by the Engineer before application. The soil surrounding each handhole shall be sterilized a distance of 2 feet, in all directions, with the soil steriliant Pramitol or other steriliant approved by the Engineer. METHOD OF MEASUREMENT , 110-4.1 The quantity of underground duct to be paid for under this item shall be the number of linear feet of , each type of duct (including excavation and backfill) in place installed, measured in place, completed, and accepted. This price per linear foot shall not include cable, counterpoise, or ground rods. The quantity of duct markers to be paid for shall be the number of markers installed, completed and accepted. 110-4.2 The quantity of cable and splice markers to be paid for shall be the number of markers installed, completed and accepted as provided for in Section L-108 of these specifications. 110-4.3 The quantity of cleared existing electrical.duct to be paid for under this item shall be the number of linear feet of each type of duct cleared and acceptable for installation of cable, measured in place and accepted. Excavation and backfill required for the clearing of these ducts shall not be measured for separate payment but shall be considered subsidiary to this item. 110-4.4 The quantity of handholes to be paid for under this item shall be the number of handholes of each type installed, measured in place, completed, and accepted. This item shall include grading, bedding and restoration of the surrounding ground. BASIS OF PAYMENT 110-5.1 Payment will be made at the contract unit price per linear foot for each type of duct, completed and , accepted; and per each for duct, cable and splice markers completed and accepted. These prices shall be full compensation for furnishing all materials, including excavation and concrete backfill and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. 110-5.2 Payment will be made at the contract unit price per linear foot for cleared existing electrical duct, , L-110-4 Ii completed and accepted. This price shall be full compensation for furnishing all materials, excluding all required excavation and backfill and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. 110-5.3 Payment will be made at the contract unit price per each handhole completed and accepted. These prices shall be full compensation for furnishing all materials, including excavation and backfill and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. ' Payment will be made under Item L-110-5.1 4 -Way 4" PVC Concrete Encased Electrical Duct-- per Linear Foot. Item L-110-5.2 8 -Way 4" PVC Concrete Encased Electrical Duct -- per Linear Foot. Item L-110-5.3 Electrical Handhole, Constructed -- per Each Item L -I 10-5.4 Cable, Duct or Splice Marker, Installed -- per Each Item L-1 10-5.5 2" PVC in Trench or Duct -- per Linear Foot Item L-110-5.6 Existing Electrical Duct, Cleared -- per Linear Foot IMATERIAL REQUIREMENTS Federal Specifications Referenced in Item L-1 10 Number Title W -C-1094 Conduit and Fittings; Nonmetallic, Rigid, (Plastic). ' END OF ITEM L-110 I I I I IL-110-5 I ITEM L-125 INSTALLATION OF LIGHTING SYSTEMS DESCRIPTION I125-1.1 This item shall consist of furnishing and installing airport taxiway pavement edge lighting systems and reconnecting existing taxiway guidance signs in accordance with this specification, the referenced specifications and drawings, and applicable advisory circulars. The system shall be installed at the locations ' and in accordance with the dimensions, design and details shown on the plans. This work shall include the furnishing of all equipment, materials, services and incidentals necessary to place it -in operating condition as a completed unit to the satisfaction of the Engineer. 125-1.2 Additional details pertaining to the lighting system covered in this item are contained in the advisory circular, AC 150/5340-24, Runway and Taxiway Edge Lighting System. EQUIPMENT AND MATERIALS 125-2.1 GENERAL. a. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall have the prior approval of the FAA, and are listed in Advisory Circular (AC) 150/5345-1U, Approved Airport 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. 125-2.2 SUBMITTALS. ' a. Submittals shall clearly indicate the name, address and location of the authorized manufacturer's representative supplying the equipment, including written certification of the representative's authorization by the manufacturer and responsible territory. Ib. Submittals shall be clearly marked to indicate the Specification Number for which the item is being submitted and the complete model number of each type of equipment to be furnished. Materials submittals shall be grouped by Specification. Number. c. Warranty and service policy for each type of equipment submitted shall be furnished with the ' submittals. This shall include written certification guaranteeing materials to be free of defects for one (1) year from date of final acceptance, and shall further guarantee that should any defects appear within this period, the equipment will be replaced or repaired to the satisfaction of the Owner and the Engineer without ' charge. d. The Contractor shall submit test reports and certifications as follows: ' (1) Electrical characteristics of equipment, including power factor, watts and volt-amperes at each brightness step. (2) Statement of any special input requirements of the input 6.6 ampere series supply circuit L-125-1 I waveform or other characteristic for satisfactory operation of equipment or lighting circuits. I (3) Certification that the entire equipment installation, including all accessories and mounting hardware have been designed to withstand a wind loading of 200 mph. (4) Certification that all components are electrically compatible and recommended for use with each other. e. After approval of submitted equipment, the contractor shall supply the following documentation to the Owner. Five (5) complete sets of documentation shall be supplied for each model of equipment. The documentation shall be securely bound in heavy-duty 3 -ring binders. The information for each piece of equipment shall be indexed using typewritten label tabs. The spine of each binder shall have a typewritten label which indicates the included equipment types. The documentation shall include: (1) Installation manual (2) Operation manual (3) Maintenance manual (4) Parts list including recommended spare parts 125-2.3 CONCRETE. Concrete shall conform to Item P-610, Structural Portland Cement Concrete, using 1 -inch (25 mm) maximum size coarse aggregate. 125-2.4 PANEL BOARDS AND BREAKERS. Panel boards and breakers shall conform to the requirements of Fed. Spec. W -P-115. 125-2.5 LIGHT FIXTURES. Airfield lights shall be supplied with all features and accessories including isolation transformers, light bases, base covers, concrete pads and incidentals required for a complete installation as defined in these Specifications and as shown on the plans. Taxiway edge light fixtures shall be L -861T, Omnidirectional, 30 Watt lamp, blue lens. 125-2.6 WIRE. Wire in conduit rated up to 5,000 volts shall conform to AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits for Rubber Insulated Neoprene Covered Wire, or Fed. Spec. J -C-30, Type RHW, for rubber insulated fibrous covered wire. For ratings up to 600 volts, thermoplastic wire conforming to Fed. Spec. J -C-30, Types TW, THW, and THWN shall be used. The wires shall be of the type, size, number of conductors, and voltage shown in the plans or in the proposal. 125-2.7 CONDUIT. Rigid steel conduit and fittings shall conform to the requirements of Underwriters Laboratories Standard 6, 514, and 1242. 125-2.8 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. 125-2.9 LAMPS. Lamps for elevated taxiway edge lights shall be 6.6A/F10. 125-2.10 ISOLATION TRANSFORMERS. New isolation transformers shall be Type L-830 and have a wattage rating suitable for the wattage of the fixture lamp. The transformer shall be listed in FAA Circular AC 150/5345-47A. , L-125-2 I CONSTRUCTION METHODS 125-3.1 GENERAL. The installation and testing details for the lighting system shall be as specified in the applicable advisory circulars. ' 125-3.2 PLACING LIGHTS. All equipment shall be installed at locations indicated in the plans. Lights shall be laid out by locating the two control points by station as indicated on the plans and measuring the indicated individual separation distances. Light bases shall be located within 3 inches +/- longitudinally or ' 0.5 inches +/- transversely of the location indicated unless deviation is approved by the engineer. The Contractor is responsible for all surveying and measurement which is required to accurately position and aim the light fixtures. 125-3.3 TRANSFORMER INSTALLATION. The transformer for base mounted fixtures shall be placed inside the base on top of a vitrified brick. The primary cable connections shall be made with L-823 connectors as described in Item L-108 and have 2 feet of slack cable. The secondary leads connected to the lamp leads by means of a disconnecting plug and receptacle provided with the unit, and this joint shall not be taped. The secondary joint shall be fastened with a holding ring provided for this purpose. 125-3.4 UNIT ASSEMBLY. All edge lights shall be assembled in accordance with the manufacturer's installation procedures. Anti -seize compound shall be used on all threads. ' 125-3.5 IDENTIFICATION NUMBERS. An identifying number shall be assigned to each light and sign in accordance with the plans or as indicated by the Engineer. This number shall be imprinted with reflective black with 1/2" letters on a non -corrosive metal disc 2" minimum diameter and attached to the pavement ' side of the fixture with a metal screw. 125-3.6 WIRING. The Contractor shall furnish all necessary labor and materials and shall make complete above -ground electrical connections in accordance with the wiring diagram furnished with the project plans. 125-3.7 CONDUIT. All exposed wiring shall be run in not less than 1/2 inch (12 mm) galvanized rigid ' steel conduit. All conduit shall be installed to provide for drainage. Conduit shall be attached to wooden structures with galvanized pipe straps and fastened with galvanized wood screws not less than No. 8 nor less than 1-1/4 inches (31 mm) long. There shall be at least two fastenings for each 10 -foot (3 m) length. 125-3.8 REMOVAL OF LIGHT FIXTURES. Light fixtures which are to be removed shall be carefully excavated. All concrete bases and concrete anchors shall be removed by the Contractor. The removed ' lights, isolation transformers and.wiring harnesses shall then be given to the Owner, or properly disposed of if so directed by the Owner. The ground in the area of the removed light fixture shall be backfilled and properly compacted. 125-3.9 TESTING. The installation shall be tested in operation as a completed unit prior to acceptance. Tests shall include taking megger and voltage readings. Testing equipment shall be furnished by the Contractor. The insulation resistance to ground of the equipment supply circuit shall be not less than 50 megohms when measured ungrounded. Tests shall be conducted in the presence of the Engineer and shall be to his/her satisfaction. METHOD OF MEASUREMENT L-125-3 I 125-4.1 The quantity of lights, complete with isolation transformers, bases or stakes, connectors and appurtenances, to be measured under this item shall be the number of each installed, as completed units in place, ready for operation, and accepted by the Engineer. 125-4.2 The quantity of lights, removed, to be measured under this item shall be the number of each removed, and accepted by the Engineer. 125-4.5 The quantity of guidance signs or lights to be paid for under this item shall be the number of existing signs or lights reconnected as completed units in place, ready for operation, and accepted by the Engineer. - - - BASIS OF PAYMENT 125-5.I Payment will be made at the contract unit price for each Taxiway Edge Light installed within the runway safety area (including isolation transformers, bases and L-823 connectors) and measured as provided above, and accepted by the Engineer. This item shall include total compensation for all work within the runway safety area. 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. 125-5.2 Payment will be made at the contract unit price for each Taxiway Edge Light installed (including isolation transformers; bases and L-823 connectors) and measured as provided above, 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. 125-5.3 Payment will be made at the contract unit price for each Taxiway Edge Light removed and stored or disposed of as directed. 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. 125-5.4 Payment will be made at the contract unit price for each existing sign or light, reconnected 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: Item L -125-5:l L -861T Base Mounted Taxiway Edge Light, Installed Within Runway Safety Area-- per each I I I I I L L I I I L L Item L-125-5.2 L -861T Base Mounted Taxiway Edge Light, Installed -- per each Item L-125-5.3 Existing Stake Mounted Taxiway Light, Removed -- per each Item L-125-5.4 Existing Base Mounted Taxiway Light, Removed -- per each I I L-125-4 Item L-125-5.5 Existing Stake Mounted Guidance Sign, Reconnected -- per each Item L-125-5.6 Existing Base Mounted Runway Edge Light, Reconnected -- per each MATERIAL REQUIREMENTS - Fed.Spec.J-C-30 Cable and Wire, Electrical (Power, Fixed Installation) Fed. Spec. W -P-1 15 Panel, Power Distribution Fed. Std. 595 Colors AC 150/5345 -IV Approved Airport Lighting Equipment AC 150/5345-7D Specification For L-824 for Underground Electrical Cable for Airport Lighting Circuits AC 150/5345-26B Specification for L-823 Plug and Receptacle, Cable Connectors AC 150/5345-42C Specification for Airport Light Base and Transformer Housings, Junction Boxes, and Accessories AC 150/5345-46A Specification for Runway and Taxiway Light Fixtures AC 150/5345-47A Isolation Transformers for Airport Lighting Systems Underwriters Rigid Metal Conduit Laboratories Standard 6 Underwriters Fittings for Conduit and Outlet Boxes Laboratories Standard 514 Underwriters Intermediate Metal Conduit Laboratories Standard 1242 END OF SECTION L-125 L-125-5 ACORDH CERTIFICATE O.F.- LIABILITY INSURANCE ....... `NptiDGCEN. ........ ....._......... .... .. .. .. .. .. .... .. ....... THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Robsamen Insurance/LRK sob HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1500 Riverfront Drive ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. 0. Box 3198 COMPANIES AFFORDING COVERAGE Little Rock, AR 72203-3198 COMPANY (501) 661-4800 A Hartford Fire Insurance Co. NSURED COMPANY Robert Bailey Electric, Inc. B P. 0. Box 327 COMPANY Conway, AR 72032 C COMPANY D -`E3VERAGE5 THIS ISTO CERTIFY THAT THE POLICIES OF INSURANCELISTED BELO W HA VE BEENISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOT W ITHSTANDINGANYREOUIREMENT, TERMOR CONDITION OF ANYCONTRACTOR OTHERDOCUMENT W ITHRESPECTTO W HICHTHIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. 0 LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDDIYY) POLICY EXPIRATION DATE (MMIDDIYY) LIMITS GENERALLIABILITY 38UUNSUB518 1105/98 1/05199 GENERAL AGGREGATE S 2,000,000 X PRODUCTS-COMP/OP AGG $ 2,000,000 COMMERCIAL GENERAL LIABILITY CLAIMS MADE O OCCUR PERSONAL & ADV INJURY $ 1,000,000 OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (Any one (ire) $ 300,000 MED EXP (Any one person) $ 10,000 A AUTOMOBILE LIABILITY 3SUENGU5445 1/05/98 1/05/99 COMBINED SINGLE LIMIT $ X ANY AUTO 1,000,000 BODILY INJURY (Per person) S ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY HIRED AUTOS NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE $ A EXCESS LIABLTY 38XHUSU4498 1/05/98 1/05/99 EACH OCCURRENCE $ 4,000,000 AGGREGATE $ 4,000,000 X UMBRELLA FORM $ OTHER THAN UMBRELLA FORM A WORKERS COMPENSATION AND 38WBD58186 1105198 1!05199 X TORY WC STLTU OTH- EMPLOYERS' LIABLTY EL EACH ACCIDENT $ 100,000 THE PROPRIETOR/ Na PARTNERS/EXECUTIVE EL DISEASE -POLICY LIMIT $ 500,000 OFFICERS ARE: EXCL EL DISEASE -EA EMPLOYEE $ 100,000 OTHER DESCRIPTION OF OPERATIONSLOCATIONSIVEHICLESISPECIAL ITEMS City of Fayetteville Arkansas, Owner; Sarver, Inc., Engineer are amed as Additional Insureds on the General & Automobile Liabllit y Coverage as respects: Taxiway Lighting Rehabilitation, AIP 3- 5-0020-25-98 Fayetteville Municipal Airport, Drake Field - Fayetteville, AR. The Umbrella Liability Coverage follows form var the GL & Auto olicles. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Fayettevi Ile Arkansas EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL. ENDEAVOR TO MAIL 113 W. Mountain 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Fayettevl I I e, AR 72701 BUT FAILURE MAIL SUCH NOTICE IMPOSE OBLIGATION OR LIABLITY OF ANY IND PON E COMP B NT6 OR REPRESENTATIVES. AUTHORIZE REPRE J n Berety .................... .. ,....... ... CORD 25•S 1196 .... ........... m ACORD CORPORATION 1968 0 V CERTIFICATE: 008/001/ 00180 AQOBD CERTIFICATE OF ........,. ....; PR0DUCER---- - - LIABiliTY INSURANCE D 9/30/ UDD YY) 9/30198 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Rebsamen Insurance/LRK HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1500 Riverfront Drive ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. 0. Box 3198 COMPANIES AFFORDING COVERAGE Little Rack, AR 72203-3198 COMPANY (501) 661-480D A Hartford Fire Insurance Co. NSURED COMPANY City of Fayetteville Arkansas B 113 W. Mountain COMPANY Fayetteville, AR 72701 C COMPANY D COVERAGES THIS IS TO CERTIFY THAT THEPOLICIES OF INSURANCE LISTED BELO W HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOT W ITHSTANDINGANYREOUIREMENT,TERMORCONDITIONOFANYCONTRACTOROTHERDOCUMENT WITH RESPECT TO W HICHTHIS CERTIFICATE MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. O LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE DATE (MMIDDNY) POLICY EXPIRATION DATE (MMIDDIYY) LIMITS A GENERAL LIABILITY 0RDER*201718 9/30/98 9/30/99 GENERAL AGGREGATE $ 2,000,000 PRODUCTS-COMP/OP AGO S COMMERCIAL GENERAL LIABILITY CLAIMS MADE x OCCUR PERSONAL & AOV INJURY OWNER'S & CONTRACTOR'S PROT X EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE (Any one fire) 3 MED EXP (Any one person) S AUTOMOBILE LIABLITY COMBINED SINGLE LIMIT S ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person) $ BODILY INJURY $ HIRED AUTOS NON -OWNED AUTOS (Per accident) PROPERTY DAMAGE GARAGE LIABILITY AUTO ONLY . EA ACCIDENT $ OTHER THAN AUTO ONLY: ANY AUTO EACH ACCIDENT $ AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE AGGREGATE $ UMBRELLA FORM $ OTHER THAN UMBRELLA FORM WORKERS COMPENSATION AND EMPLOYERS' LIABILITYTY WC STATG LIMITS 0TH- ER - - -- - ---- -- EL EACH ACCIDENT S THE PROPRIETOR/ INCL PARTNERS/EXECUTIVE EL DISEASE -POLICY LIMIT S OFFICERS ARE: EXCL EL DISEASE -EA EMPLOYEE S OTHER DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESISPECIAL ITEMS Garver, Inc., Engineers and Robert Bailey Electric, Inc., esginated Contractor are Named as Additional Insureds as respects: Taxiway Lighting Rehabilitation, AIP 3-05-0020-25-98 eyettevllle Municipal Airport, Drake Field - Fayetteville, AR. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Fayetteville Arkansas IJACORD EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 113 W. Mountain 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Fayetteville, AR 72101 BUT FALUR MAL SUCH NOTICE IMPOSE OBLIGATION OR LIABILITY OF ANY IND PON COMP $ S OR REPRESENTATIVES. AUTHORIZE REPRE I.. J n Gerety . ......... ... .. .. ......... 29•S 1199 ... m CORD CORPORATION 1988 CERTIFICATE: 011/001/ 00179 13-98 t4IZ/cNNhv'/ alga ml STAFF REVIEW FORM _ AGENDA REQUEST XX CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of N/A --- ====-as---aa--========ae........._.sz....................==tc...wac FROM: Dale Frederick Airport General Gvmt. Name Division Department -- fiO71€'1Tn D,The Airport requests approval of Change Order #1, in the amount of $19,130.00, t o e r i-₹'iiaxiway Lighting Rehabilitation Project contracted with Robert Bailey Electric, Inc. This change order will cover costs to place the taxiway directional signs' transformers and connectors in underground "cans", as is being done with the taxiway lights under the original scope of this project. The cans allow easy access to transformers and connections when performing preventive maintenance and repairs. This change order will be covered through the $38,690.00 project contingency approved with this project. This project is an FAA Airport Improvement Program project and will receive 90% FAA funding. An additional grant for 5% of the project's total cost will be applied for with the state leaving the remaining 5% to come from airport funds. COST TO CITY: $ 19.130.00 Cost of this Request 5550.3960.7820.25 Account Number 98092-01 Project Number Category/Project Budget $4 (m JO Funds used to date $ 3FS, tog0 Remaining Balance Airfield Lighting Category/Project Name Program Name Airport Fund B G T W �$�9eygd I�e _ Budget Adjustment Attached Bud Co rdinator Administrative Services Director CONTRACT/GRANT/LEASE REVIEW: GRANTING AGENCY: Date A o dinat r Za _q f ((/C/ Date I rnal Auditor1 Date a-ig-99 Date STAFF RECOMMENDATION: Staff recommends approval. D vi ision d Date Cross Reference partm n' rector Date New Item: Yes No (� l4 Pre Or/Rest: DES stra ve 'ervices Director Da e `•/yL/ Orig.Cont.Date Ma r Date i \ ♦ � 11 ry I I 4 k I i i• e • I. M1 _ ii { ' M1 .. V .. -,-ter..-. v --.. _ • • 4 f { S �� Y .` ��S CVO .. • • II • I: 'eT v. V' l•• v A v 1 l • Page Two STAFF REVIEW FORM Description: Airfield Lighting Rehab. Meeting Date: N/A Comments: Budget Coordinator Accounting Manager City Attorney Purchasing Office ADA Coordinator Internal Auditor Reference Comments: Reference Reference Reference Reference Comments: Comments: Comments: Comments: Reference Comments: FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPOND To: Dale Frederick, Airport From: Heather Woodruff, City Clerk Date: February 24, 1999 Attached is a copy of the completed staff review form and change order number one for the contract with Robert Bailey electric for the Airfield Lighting Rehabilitation. The original will be microfilmed and filed with the City Clerk. cc. Internal Auditor File FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE TO: FRED HANNA, MAYOR FROM: DALE FREDERICK, AIRPORT MANAGER DATE: MARCH 31, 1999 SUBJECT: CHANGE ORDER #2 FOR THE AIRFIELD TAXIWAY LIGHTING REHABILITATION The Airport staff requests approval of and the Mayor's signature for Change Order #2 to contract 673 with Bailey Electric, Inc. for the Airfield Taxiway Lighting Rehabilitation in the amount of $1,200.00. Change Order #2 is necessary to cover the cost of replacing a damaged existing underground duct. During construction, the contractor detected that the duct had callapsed and was unusable. Bailey Electric will install an 1 1/4" conduit through the collapsed duct and install new light cans at both ends of the new conduit. This Change Order will be funded through the previously approved project contingency. This is a Federal Aviation Administration AIP project with the total cost being 90% FAA funded, 5% state funded and 5% airport funded. DF/bjm Attachments: Contract Review Form Original of Change Order 2 1. Sponsor (Public Agency) 2. Sponsor's Address 3. Change Order City of Fayetteville 4500 School Avenue, Suite F Fayetteville, AR 72701 2 4. Name of Airport 5. Project Number 6. Date Prepared Fayetteville Municipal ALP 3-05-0020-25-98 26 -Feb -99 7. Name and Address of Contractor Bailey Electric, 620 Merriman Ave., Conway, AR 72032 8. Description of Work Included in Contract Taxiway Lighting Rehabilitation 9. Changes Ordered and Reason Ordered (List Individual Changes as: A, B, C, D, etc.) A. Install 1-1/4" conduit in existing runway duct. Existing duct beneath runway carries taxiway circuits; this duct was found to be collapsed and unusable. This work will install new 1-1/4" duct through the existing duct, with new light cans at each end to terminate the new conduit. L-110-5.6 Install 1-114" Conduit in Existing Duct w/ Light Cans 10. Bid Original Contract Revised Negotiated Original Revised Contract Item Estimated Unit Estimated C.O. Unit Estimated Estimated Changes No. Quantity Price Quantity Price Cost Cost A. L-110-5.6 0 N/A 100% $1,200.00 $0.00 $1,200.00 TOTAL $0.00 $1,200.00, 11. Original Contract Amount $386,907.40 Previously Approved Change Orders $19,130.00 (Increase) This Change Order $1,200.00 (Increase) New Contract Amount $407,237.40 12. Contract time increased by 0 days. New contract time 120 days. THIS AGREEMENT SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS. 13. ISSUED FOR REASONS INDICATED ABOVE . 16 /4' /1'99 Engineer Date 14. ACCEPTED BY CONTRACTOR /-Y Signature Title Date 15. ACCEPTED BY SPONSOR �I/' if," Sign re Title Date f3/ e. aAie Bf £Ltz. STAFF REVIEW FORM AGENDA REQUEST XX CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of N/A --------------------- FROM: Dale Frederick Airport Name Division General Gvmt, Department ACTION REQUIRED: The Airport staff requests approval of and the Mayor's signature for Change Order #2 to contract 673 with Bailey Electric, Inc. for the Airfield Taxiway Lighting Rehabilitation in the amount of $1,200.00. Change Order #2 is necessary to cover the cost of replacing a damaged existing underground duct. During construction, the contractor detected that the duct had callapsed and was unusable. Bailey Electric will install an 1 1/4" conduit through the collapsed duct and install new light cans at both ends of the new conduit. This Change Order will be funded through the previously approved project contingency. This is a Federal Aviation Administration AIP project with the total cost being 90% FAA funded, 5% state funded and 5% airport funded. COST TO CITY: S 1.200.00 S 403.320 00 Airfield Li ting__ Cost of this Request Categoty/Project Budget Category/Project Name 5550-3960-7820.25 S_383.76000 Fixed Assets Account Number Funds used to date Program Name 98092-01 $ 19.560.00 Airport Project Number Remaining Balance Fund BU T REVIEW Budget Coordinator Purchasing Officer Budgeted Item Administrative Services Director REVIEW/ —5 -99 Vte- 9� 4A49 Date Budget Adjustment Attached GRANTING AGENCY: 'AFF RECOMMENDATION: Staff recommends approval of this change order. _i�� 1 .1 t''111 1 Is •I 1. t ■ .. JL__ l I 1 Cross Reference New Item: Yes No Prev. Ord/Res#: 136-98 Orig Cont. Date: 10-20-98 STAFF REVIEW FORM Page 2 Description: Meeting Date: Change Order #2 for Bailey Electric, Inc. for the Airfield Taxiway Lighting rehabilitation Comments: Budget Coordinator Reference Comments: Accounting Manager Reference Comments: City Attorney Reference Comments: Purchasing Officer Reference Comments: ADA Coordinator Reference Comments: Internal Auditor Reference Comments: FAYETTEVI LLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE TO: FRED HANNA, MAYOR FROM: DALE FREDERICK, AIRPORT MANAGE& DATE: JUNE 25,1999 SUBJECT: CHANGE ORDER #3 FOR THE AIRFIELD TAXIWAY LIGHTING REHABILITATION The Airport staff requests approval of and the Mayor's signature for Change Order #3 to contract #673 with Bailey Electric, Inc. for the Airfield Taxiway Lighting Rehabilitation in a deductive amount of $5,246.80. This change in the project is designed to use reflectors around an unpaved area instead of the planned taxiway edge lights. Future plans include paving this area, and the lights would not be needed at that time. The reflectors meet FAA standards and provide sufficient protection for the area. The difference in installing the reflectors instead of the edge lights will result in a reduction in project cost of $5,246.80. DF/bjm Attachments: Contract Review Form Original of Change Order 3 1. Sponsor (Public Agency) 2, Sponsor's Address 3. Change Order City of Fayetteville 4500 School Avenue, Suite F Fayetteville, AR 72701 3 4. Name of Airport 5. Project Number 6. Date Prepared Fayetteville Municipal AIP 3-05-0020-25-98 8 -May -99 7. Name and Address of Contractor Bailey Electric, 620 Merriman Ave., Conway, AR 72032 8. Description of Work Included in Contract Taxiway Lighting Rehabilitation 9. Changes Ordered and Reason Ordered (List Individual Changes as: A, B, C, D. etc.) A. Delete nine (9) taxiway edge lights in terminal ramp area, replace with reflectors. This area will be paved in the future, and will not need the lights at that time. Reduce associated items, such as cable trench, cable, counterpoise, and conduit. Add nine (9) reflectors. L-108-5.4 Install Taxiway Edge Reflectors (see attached sheet) 10. Bid Original Contract Revised Negotiated Original Revised Contract Item Estimated Unit Estimated C.O. Unit Estimated Estimated Changes No. Quantity Price Quantity Price Cost Cost A. L-108-5.1 21,000 $1.10 20,676 $1.10 $23,100.00 $22,743.60 B. L-108-5.2 38,488 $0.85 37,728 $0.85 $32,714.80 $32,068.80 C. L-108-5.3 27,101 $0.60 26,737 $0.60 $16,260.60 $16,042.20 D. L-110-5.4 22,350 $1.20 21,995 $1.20 $26,820.00 $26,394.00 E. L-125-5.2 240 $450.00 231 $450.00 $108,000.00 $103,950.00 F. L-108-5.4 - $0.00 9 $50.00 $0.00 $450.00 ... TOTAL $206,895.40 S201,648:G0'. 11. Original Contract Amount $386,907.40 Previously Approved Change Orders $20,330.00 (Increase) This Change Order ($5,246.80) (Decrease) New Contract Amount $401,990.60 12. Contract time increased by 0 days. New contract tim 120 days. THIS AGREEMENT SUBJECT TO ALL ORIGINAL CONTRACT PROVISIONS. 13. ISSUED FOR REASONS �/ INDICATED ABOVE Eng' e r Date 14. ACCEPTED BY I l l 6 1 1 V _j r /ignature CONTRACTOR — Title Date 15. ACCEPTED BY alp Y OR _ SPONSOR Sign ure Title Date 1 r r . : I. . . 'JC� t t I I r r.�.1 y , e e ..- t1N� .. ............ nt 1 I .., 1'tmn l�ul•'.ret,ctp . r......... .. ... Isfll l:.!'V'%PA2~ t5{'n lli GaY - 11 t• .. 'IYn:O•ryryM"M r.' ...... nil... r\�..urnq'J.�• t Y✓V,I/".V✓ Y r?. wi• N.r.Ji.rv..r y(.II .... nV '!'R•\LII ,1.,11 rnnlr.tvpa/: N:1l:/,:V�1 VlIt \A'l _ f+i 'YIln J:„mi<+r..•..e...r `.. rl r, . �• • 1 .r... -\r. .-. .�.....rqJ.5:: r\.: n. ,':. '- .. ..... • y..... r..,...li�♦ ; f7"J`�".�:IlillI —,I rM;.._1;x.1.1.,.; : MP `�iiFA7►:iT85s'AC3oT53439 •i(GUrtenF :':> ,.r...f...:.. 1.11N1 nr.a• tfr: anr.r....•u. ;p4, \L.,....:. s. w . n... ncK 11 Gff..•I �[ " ten".., ♦. .....n.yw.\.ISS:: u O•w: IIIIYl lyd eiic.L{;y —•n. .. L-853 elevated markers are designed for use for edge msMng of runways and tardwaye. .... .._r..r..rneo o a.: :.. 1. e� t •e •1 1. I. . , .. Features r.. .• • r •r.. ..•N-p.rYp. Yn • Post features a unique two•plece setf-loeWng system which reduces insulation end maintenance costs. • Rexible posts are designed to withstand repeated impacts reducing maintenance costs. • ReSdbie design reduces the risk of vehicle damage • Easy to Install, maintain and replace. L -853's can be mounted to asphalt. concrete or In soil. • Constructed of durable polyethylene plastic that will not crack peal discolor or corrode. • Markers are re ydable. • Manufactured In the United States by Sale-HN COrpoatlon. Irc1 A. N•4:1' 11 '•[^'^ V ._L..LL Ln1::JYP a•t..ln:v"N •niE)i: jl l3i:C erE •luM ..i'w. ♦•r -ii"' • f1 •YI •'8A1d76ii.i•e6FI+•'1 ., i •FR! .att''•!::ni:1.:1y:.4ilhfiERt�ti.t]. �1. surface Mount The surface mounted bases are used for temporary or permanent Installation. The bases are Installed on asphalt or concrete with epoxy, butyl pad or bituminous adhesive. Soil Anchor The design of the galvanized soli anchor facilitates installation, The soil anchor Is driven by hand or power toots, end allows for ease of Installation and replacement. Galvanized anchors are also available for asphalt or concrete applications. ,_Surfac Mount...............•' a; Soil Anchor :::i::..': ., ...ol.: Lr.. u.... .\..: .. .. "•• O^. ni.: :... ..111:.1.. .It P•F:...•-:.'....:.. ...r.....:.: .r... ... .. ... .... ... ... .. .. • 05/14/99 14:59 FAX 501 372 8042 ` 05/11/99 10:23 et 407 857 7993 GARVER ENGINEERS PA ALLEN ENTERPRISE 0004/004 9003 The lnrormatilicontainedIn this document is subject to change without note. ADB reserves the light to make changes and improvements to its products and assumes no responsibility for making these modficatlons on any equipment previously sold. 977 Gehenna Parkway. Columbus. Ohio 43230 Telephone: e14-861-1304 Fax: 614-8644-2069 Wide Companies in Belgium and France • Agents Y.:::..�.Y. P1Y: llill.A 0III ^.ro 4o'I'Y'r,a'.....�.• ...• rv4.Y 'IV.... i'M! 1l%........-.,,. t7escrtptbnTLbrPT1j,n Wel� tit Paco 1 "menswnw s Inches cm Marker MA 9.1 12 x 12x 20 30.6 x 30.5 x 50.8MarkerSMA 11.4 12x12x24 30.5x30.5x61.0MarkerSMA 12.7 12x12x30 30.5x30.5 (76.2BeseSMA 16.8 18x13x13 45.7x33.0 x33.0SMA Epoxy 14.1 13 x 13 x 14 33.0 x 33.0 x 35.6SMA Butyl 9.5 10 x l0x 6 25.4 x 25.4 x 15.2Marker GP3 10.0 12 x 12 x 27 30.5 x 30.5 x 68.6Madaer GP3 10.9 12 x 12 2 31 30.5 x 30.5 x 78.7Marker GP3 13.2 12 x 12x37 30.5 x 30.8 x 94.0Andwr OP 33.6 18 x 13 x 13 45.7 x 33,0 x 33.0 r a ,.,.f ox) l Mta earaackode on 0W of fhe above items. :,.:iipti0A81�:S ��...�@;�IDUIit..-.--::?:::w:•rin�,n.:..::::.:..• Surface Mount Pin Lock Base (SMA) Included with purchase of SMA mounting marker. E(26 -25—CA Epoxy Kts (26 per case) for Installing 25 SMA bases• iLl • SHBTL-21-.CA Butyl Pads (25 per case) for Installing 25 SMA bases. 3 131 -98 5AILc Ei9G7. 7/a n"03 STAFF REVIEW FORM ___AGENDA REQUEST X CONTRACT REVIEW GRANT REVIEW For the Fayetteville City Council meeting of N/A FROM: Dale Frederick Airport Name Division RECEIVED CITY OF FAYETTEVILtE CITY CLERK'S OFFICE General Gvmt. Department ACTION REQUIRED: The Airport staff requests approval of and the Mayor's signature for Change Order #3 to contract #673 with Bailey Electric, Inc. for the Airfield Taxiway Lighting Rehabilitation in a negative amount of $5,246.80. This change in the project consist of using reflectors around an unpaved area instead of the planned taxiway edge lights. Future plans include paving this area. This is a Federal Aviation Administration ALP project with the total cost being 90% FAA funded, 5% state funded and 5% airport funded. COST TO CITY: s06.%19 5.24 Cost of this Request 5550-3960-7820.25 Account Number ORno9-nt Project Number t 1 99 rt`' Purchasing Officer Remaining Balance tEVIEW2 i Date Date R1 Date Services Airfield Lighting Category/Project Name Fixed Assets Program Name Airport Fund Budget Adjustment Attached GRANTING AGENCY: STAFF RECOMMENDATION: Airport staff recommends approval of this change order. Cross Reference New Item: Yes No Prev. Ord/Res#: 136-98 Orig Cont. Date: 10-20-98 kz STAFF REVIEW FORM Description: Meeting Date: N/A Change Order #3 for Bailey Electric, Inc. for the Airfield Taxiway Lighting rehabilitation Comments: Budget Coordinator Accounting Manager City Attorney Purchasing Officer ADA Coordinator Internal Auditor Reference Comments: Reference Comments: Reference Comments: Reference Comments: Reference Comments: Reference Comments: FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Dale Frederick, Airport From: Theresa L. Johnson, Deputy City Clerk t Date: July 21, 1999 Re: Bailey Electric, Change Order #3 Attached please find a copy of the staff review form and change order. The original will be microfilmed and filed with the City Clerk's office. cc: Yolanda Fields, Internal Audit FAY ETTEV ILLE AIRPORT DEPARTMENT THE CITY OF FAYETTEVILLE, ARKANSAS -t TO: FRED HANNA, MAYOR FROM: ALETT LITTLE, ECONOMIC DEVELOPMENT DIRECTOR G� DATE: OCTOBER 24, 2000 SUBJECT: CHANGE ORDER FROM GARVER ENGINEERS, INC. FOR THE TAXIWAY LIGHTING REHABILITATION PROJECT The Airport requests the Mayor's signature approving Change Order #4 for the Taxiway Lighting Rehabilitation Project for Garver Engineers in the amount of $14,091.75. The City of Fayetteville's Engineering Department has reviewed this request and has recommended this amount for payment. This Change Order is the result of a contract time overrun by the construction contractor. The construction contractor has been assessed liquidated damages sufficient to pay this increase, and the balance of the project contingency is adequate to pay this Change Order request. The liquidated damages were in the amount of $19,150.00 for 55 days over the contract time at a rate of $350.00 a day. AL/bjm Attachment: 3 Original Change Orders Copy of Letter from Engineering 4500 SOUTH SCHOOL AVENUE, SUITE F • AIRPORT TERMINAL BUILDING • FAYETTEVILLE, AR 72701 PHONE 501-718-7640 Ext. 5 • FAX 501-718-7646 CHANGE ORDER NO. I - REVISED Date: 10/23/2000 ENGINEER'S PROJECT NO.: 976102 PROJECT: Fayetteville Municipal Airport - Taxiway Lighting Rehabilitation AIP 3-05-0020-25-98 CONTRACTOR: Garver Engineers, Inc. Contract for: Taxiway Lighting Rehabilitation - Engineering Services Contract date: May, 1998 TO: Garver Engineers, Inc. You are directed to make the changes noted below in the subject Contract: THE CITY OF FAYETTEVILLE Owner Nature of the Changes: 1. Increase in lump sum fee for Construction Support Services from $48,700 to $62,791.75. This increase is to cover additional construction support services due to contract time overrun by the construction contractor. The construction contractor has been assessed liquidated damages sufficient to cover the increase in Construction Support Services fees. Total contract amount will change as below. These changes result in the following adjustment of Contract Price and Contract Time: CONTRACT PRICE prior to this Change Order: $117,903.84 Increase Resulting from this Change Order: $14,091.75 CONTRACT PRICE Including this Change Order: $131,995.59 Completion Time Prior to This Change Order: N/A Current Contract Completion Dates Including This Change Order. N/A Page 1 of 2 The Foregoing Changes Are Recommended: FAYETTEVILLE MUNICIPAL AIRPORT By: Date: /0' ai , 2000 The Foregoing Changes Are Accepted: GARVER ENGINEERS, INC. By: Date: 10 Z' , 2000 The Foregoing Changes Are Approved: THE CITY OF FAYETTEVILLE By: Date: 2000 Page 2 of 2 FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE To: Brenda Moss, Financial Coordinator Thru: Jim Beavers, City Engineer,/ B, From: Sid Norbash, Staff Engineer .)y Date: October 18, 2000 Re: Engineering Contract Amendment Garver Engineers Reference to the above reference amendment, the meeting with Garver Engineers and the material you have submitted helped me to arrive at the following conclusions. The extra time that Garver has spent on this project should be compensated by the City. As shown on the last pay estimate to the construction contractor, this cost has been charged to the contractor as liquidated damages. After reviewing the hours charged by Garver, it is my opinion that 51.5 hours of Project Manager's time charged to this project should be reduced to fifteen (15) hours, and charged accordingly. This is the only change I am recommending. If you have any questions please advise. SN/sn FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS FRED B. HANNA, MAYOR 113 W. Mountain St. Fayetteville, AR 72701 Telephone: 501-575-8305 Fax: 501-575-8304 Economic Development Department Alett S. Little, Director TO: Mayor Fred Hanna Staff Reviewers FROM: Alett Little, Econ. Dev. Dir./Airport Manager DATE: October 26, 2000 SUBJECT: Taxiway Lighting Rehabilitation - Change Order AIP 3-05-0020-25-98 Attached is the staff review request to approve a change order for the above project in the amount of $14,091.75 to cover increased engineering services due to delays in the construction by the contractor. This is the fourth and final change order for the project. Approval of this change order will allow us to close out the project (both the State and FAA need to close it out). It is the first change order dealing with engineering services. The other three were construction related - for details on the previous change orders please call Brenda Moss at 643. Due to time overruns by the contractor, we assessed liquidated damage charges. Those charges are sufficient to cover the increased cost of engineering - this request does not increase the overall cost of the project (construction cost has been reduced, engineering sery ices have been increased). FAA requires that we have an engineer review all charges for reasonableness prior to payment. A special thank -you goes to our engineering division (Sid Norbash and Jim Beavers) for their help in performing the review. AT - STAFF REVIEW FORM 0' AGENDA REQUEST Garver Engineers, Inc. X CONTRACT REVIEW _ GRANT REVIEW For the Fayetteville City Council meeting of N/A FROM: Alert Little Airport Economic Development Name Division Department ACTION REQUIRED: Request the Mayor's signature approving Change Order #4 for the Taxiway Lighting Rehabilitation Project for Garver Engineers in the amount of $14,091.75. This Change Order was the result of a contract time overrun by the construction contractor. The construction contractor has been assessed liquidated damages sufficient to pay this increase, and the balance of the project contingency is adequate to pay this change order request. The engineering department has reviewed this request and has approved this amount for payment. COST TO CITY: $14.091.75 $ 506,819.00 Taxiway Lighting Rehabilitation Cost of this request Category/Project Budget Category/Project Name 5550 3960-7820-25 $ 373,250.00 Fixed Assets Account Number Funds used to date Program Name 98092 $ 133,569.00 Airport Project Number Project Name Fund B REVIEW: X Budgeted Item Budget Adjustment Attached Budget Manager Date Administrative Services Dir. Date CONTRACT/GRAN /LEASE REVIEW: L/ ctv //-742' Acc ntin a // Date�UD C ttgmey / Date Purchasing Officer Date ADA Coordinator Grants Coordinator GRANTING AGE! ldc Ir/R(Ub Date Date Date STAFF RECOMMENDATION: Staff recommends approval. Date Iv es Date Datet, iiiK4, t0JT4 Cross Reference New Item: Yes No Prey. Ord/Res#: _136-98_ Orig Cont. Date: 2-3-98 Ong Cont #: 630 STAFF REVIEW FORM Page 2 Description: Meeting Date: N/A Change Order #4 with Garver Engineers. Inc. for the Taxiway Lighting Rehabilitation Project Comments: Budget Manager Reference Comments: Accounting Manager Reference Comments: /LI/�liY(�L�c�c-c � ,F- tL 'It,2Yta �'1�1",LA �Gi City Attorney Reference Comments: Purchasing Officer Reference Comments: Internal Auditor Reference Comments ADA Coordinator Reference Comments: Grants Coordinator Reference Comments: FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDE To: Alett Little, Airport/Economic Development From: Heather Woodruff, City Clerk Date: November 13, 2000 Please find enclosed two original contracts approving Change Order #4 for the Taxiway Lighting Rehabilitation -Fayetteville Municipal Airport. One original will be microfilmed and filed with the City Clerk. A copy has been forwarded to Nancy Smith. cc: Nancy Smith