Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
154-98 RESOLUTION
• • • • 4 RESOLUTION NO 154-98 A RESOLUTION AWARDING BID NO. 98-89 IN THE AMOUNT OF $44,631, PLUS A CONTINGENCY AMOUNT OF $2,500 TO TIME STRIPING, INC. FOR THE RESTRIPING OF THE RUNWAY AND TAXIWAYS AT DRAKE FIELD, FAYETTEVILLE MUNICIPAL AIRPORT. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council hereby awards Bid No. 98-89 m the amount of $44,631, plus a contingency amount of $2,500 to Time Striping, Inc. for the restnpmg of the runway and taxiways at Drake Field, Fayetteville Municipal Airport; and authorizes the Mayor and City Clerk to execute a contract for said amount. A copy of the contract is attached hereto marked Exhibit "A" and made a part hereof. PASSED AND APPROVED this _LPL day of November , 1998. ATTEST: B APPROVED: By. Heather Woodruff, City Clerk fFrBd Hanna, Mayor i m 0 0 0 0 0 a a v a a O O O O O Is NA la z n s 2 AEI 031311tl30 i • O 9 c SOle JO NOLLVInays BIOOEfl: Aflt)iE.5: pq> }Q Fri _ > CS § r7S = ppp>. O E 4_ Yq ' qC>, 0 ,�p p > ,gyp Rm rT� > Rm R rT� Yri > © i) ' > 'y Yn R0 ri `� I 0 �z(� �I Q •ik• nm N• n- NCS nm Nti n- NaC> ^ n,y,, 0�1 1 n= Na -• nm g^ ny Oa -• nymy N•� n N -• nm (ma O('f 41 1 nm VIrl n- N 01 - nm 4. n- Ob �.I 't 1 - 4 c k _y 11. 1 Nit 0 O 1 Iii a T O m M 1 N. L 1 t1 Ic --_, % O 9 c SOle JO NOLLVInays • CONTRACT This contract executed this /7 day of 4pe»,$an , 1998, between the City of Fayetteville, Arkansas, hereinafter called the City, and Time Striping, Inc., hereinafter called the Contractor, and having an address at PO Box 1236, Van Buren, AR 72957. In consideration of the mutual covenants contained herein, the parties agree as follows: 1. The Contractor at his own cost and expense shall furnish all labor, materials, supplies, machinery, equipment, tools, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to complete items bid per bid 98-89 as stated in CONTRACTOR'S PROPOSAL, and in accordance with specifications attached hereto and made a part hereof under Bid #98-89, all included herein as if spelled out word for word. 2 The City shall pay the Contractor based on prices indicated in Contractor's Proposal. Progress payments will be made after approval and acceptance of work and submission of invoice. Payments will be made approximately 30 days after receipt of invoice. Contract amount will not exceed $44,631.00. 3 The Contract documents which comprise the contract between the City and the Contractor consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid form identified as Invitation to Bid 98-89 with the specifications and conditions typed thereon. B. The Contractor's proposal. C. The Notice to Prospective Bidders and the Bid Tabulation. 4. These Contract documents constitute the entire agreement between the City and the Contractor and may be modified only by a duly executed written instrument signed by the City and the Contractor. 5. Contractor shall not assign his duties under the terms of this agreement. 6. Contractor agrees to hold the City harmless and indemnify the City, against any and all claims for property damage, personal injury or death, arising from Contractor's performance of this contract. This clause shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. 7 The Contractor shall furnish a certificate of insurance addressed to the Owner, showing that he carries the following insurance which shall be maintained throughout the term of the Contract. Any work sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance. In case any employee engaged in work on the project under this contract is not protected under Worker's Compensation Insurance, the Contractor shall provide and shall cause each Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. Workmen's Compensation Statutory Amount Comprehensive General & Automobile Insurance Bodily Injury Liability $250,000 for each person injured. $500,000 for each accident. Property Damage Liability $100,000 aggregate. The premiums for all insurance and the bond required herein shall be paid by the Contractor. 8. If contract exceeds $20,000, Contractor agrees to furnish a Performance Bond, approved by the City, guaranteeing the performance of this contract, for not less than one hundred percent of the amount of this contract. Said performance bond shall be conditioned on full and complete performance of this contract and acceptance by the City of Fayetteville for the payment of all labor and materials entering into or incident to the proposed improvements. The Contractor agrees to furnish proof of licensure as required under the terms of Act 150 of the 1965 Acts of the Arkansas Legislature. 9. - actor agrees to begin work within ten (10) days of n. to procee: _ - omplete the work within 3, -- -n•ar days'v-2 thereafter. Liquida -• =-„-•e . ss per day shall be c,41 beginnassessed at the o sof the of as a penalty, in first day following the comp ime to additional costs. 10. All work called for herein shall be coordinated directly with the Airport Manager or his designate at 521-4150. • • 11. This contract may be terminated by the City with 10 days written notice. 12. Contractor shall be responsible for meeting compliance with ADA regulations. WITNESS OUR HANDS THIS ATTEST: CITY CLERK X� ATTEST: CO ANY SECRETARY 17 DAY OF ,67/4166 , 1998. CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS BY /d4144 MAYOR FIRMLVA AME BY lal.dzeeg Z 2Cak21 .?ate 8,esid(e,u1'NAME AND TITLE Pl28ox 10236 VAN` ell, A r 72- 95o BUSINESS ADDRESS • INVITATION TO BID BID # 98-89 DATE October ISSUED: 9, 1998 DATE AND TIME OF OPENING. October 27, 1998, at 10:00 a.m. BUYER Crty of Fayetteville, AR DATE As scheduled REQUIRED: by Project Manager F. 0. Fayetteville, B AR BUYER'S PHONE # (501) 575-8289 GUARANTEED 60 PerysAA,, ,op-k,eT, DELIVERY DATE: IprrerIJ - ITEM # DESCRIPTION QUANTITY UNIT PRICE TOTAL PER ATTACHED SPECIFICATIONS: 1 Runway Pavement Markings 1 ti 30 7 I-2. QC,d 30,7/ 2, 2 Lump Sum Bid Taxiway pavement Markings 1 4711 Y 4 4. ab Wit °a 3 Lump Sum Bid Removal of approx. 990' of lead-in 990 ft # Z, - 4 -7S, " r. `17sTel) lines. Item 620-1.2 Bid Total: 1 gift 6 3/, co 4 Standby Time Per hour 1 Hour Items -t 1,2&3 Zoo. °b 200. ° 0 5 Deductive altemate Item 3., 620-1.2 990 ft. $ Z, 47S. 06 • Z,y-7s . 00 100% Bond $20,000 proceed 5% BID WITH CONTRACTOR'S 00172 Performance & Payment required on contracts of or more before notice to is given BOND REQUIRED BIDS SUBMITTED OVER $20,000. LICENSE# 17 b347 Project Don Manag Green -521 r: •750 Ext.6 Mandatory on. bids $20,000 or more. RESTRICTIONS OR EXCEPTIONS TO THE BID MUST BE NOTED: I " I Upon signing requirements conditions fumish these this Bid, the set forth in and pertinent articles at the bidder certifies this bid proposal, information prices stated. EXECUTION regarding that they including OF BID have read and agree specifications, the articles being bid to the terms and standard on, and agree to UNSIGNED BIDS WILL BE REJECTED NAME OF FIRM: T nn r S -{-r p r tel r, PHONE: FEDERAL ID# �+ 7V ' 0bb73 501-09-045 2 2_ BUSINESS P,A, Box , ADDRESS: (231 CITY AND STATE: VanBuren . A 2 ZIP: -72957 AU 0RIZED SI. ATURE: TITLE: DATE• • CITY OF FAYETTEVILLE BID# 98-89 AIRFIELD MARKINGS ADDENDUM #1, OCTOBER 15TH, 1998 Replace bid schedule with new bid schedule attached. A11 bidders shall acknowledge receipt and acceptance of Addendum No. 1 in the Proposal by submitting the signed Addenda #1 with Bid Package. Proposal submitted without acknowledgment or without this addendum will be considered informal. Bid opening will be at City Administration Building, 113 W. Mountain, Fayetteville, Arkansas, 72701, Purchasing Division, Third floor, Room 306. Receipt a2kngwledged and conditions agreed to this 116 day of It : , 1998, Company Name Signature ,.00T-21-98 WED 01 04 PM FAYETTEVILLE MUNC AIRPRT FAX N0. 501521.1735 P.02/02 • City of Fayetteville, AR Bid # 98-89 Airfield Markings Addendum #2, October 20, 1998 ITEM 620-2.2 REFLECTIVE MEDIA Glass spheres shall meet the requirements of Federal $pecifiications TT -B-1325 Type I—gradation A or Tyne III. All bidders shall acknowledge receipt and acceptance of Addendum No. 2 in the Proposal by submitting the signed Addenda #2 with the Bid Package. Proposals submitted without acknowledgment or without this addendum will be considered informal. Receipt acknowledged and conditions agreed to thi' day ofT 1998. 5 441‘ Company Name ignature • CITY OF FAYETTEVILLE BID# 98-89 AIRFIELD MARKINGS ADDENDUM #1, OCTOBER 15TH, 1998 Replace bid schedule with new bid schedule attached. All bidders shall acknowledge receipt and acceptance of Addendum No. 1 in the Proposal by submitting the signed Addenda #1 with Bid Package. Proposal submitted without acknowledgment or without this addendum will be considered informal. Bid opening will be at City Administration Building, 113 W. Mountain, Fayetteville, Arkansas, 72701, Purchasing Division, Third floor, Room 306. Receipt acknowledged and conditions agreed to this day of , 1998, Company Name Signature • INVITATION TO BID BID # 98 89 DATE October ISSUED: 9, 1998 DATE AND TIME October OF OPENING: 27, 1998, at 10:00 a.m. BUYER. City of Fayetteville, AR DATE REQUIRED: As scheduled by Project Manager F. O. Fayetteville, B. AR BUYER'S PHONE # (501) 575-8289 GUARANTEED DELIVERY DATE ITEM # DESCRIPTION QUANTITY UNIT PRICE TOTAL 1 2 3 4 5 PER ATTACHED Runway Lump Sum Taxiway Lump Sum Removal lines. Item Standby Deductive 100% Performance Bond required $20,000 proceed 5% BID WITH BIDS CONTRACTOR'S Pavement pavement of Time alternate or is BOND Bid Bid approx. 620-1.2 more given. SUBMITTED SPECIFICATIONS: Markings Markings 990' of lead-in Per hour Item 3., 620-1.2 & Payment on contracts of before notice to REQUIRED OVER $20,000. LICENSE# 990 1 Hour 990 1 1 ft ft. Bid Total: Items 1,2 & 3 Project Manager: Don Green -5214750 Ext.6 Mandatory RESTRICTIONS on BID bids $20,000 OR EXCEPTIONS MUST BE or more. NOTED: TO THE Upon requirements conditions, furnish signing this Bid, set forth and pertinent these articles the at in this the bidder information EXECUTION certifies that they bid proposal, including regarding the prices stated. OF BID have specifications, articles read and being agree to the terms and standard bid on, and agree to UNSIGNED BIDS WILL BE NAME OF FIRM: PHONE FEDERAL ID# BUSINESS ADDRESS. CITY AND STATE: ZIP. REJECTED AUTHORIZED SIGNATURE: TITLE: DATE. • • • • INVITATION TO BID BID # 98-89 DATE ISSUED: October 9, 1998 DATE AND October TIME OF OPENING: 27, 1998, at 10:00 a.m. BUYER° City of Fayetteville, AR DATE REQUIRED: As scheduled by Project Manager F. Fayetteville, O. B. AR BUYER'S (501) 575-8289 PHONE # GUARANTEED DELIVERY DATE ITEM # DESCRIPTION QUANTITYI UNIT PRICE TOTAL 1 2 3 PER Runway Lump ATTACHED Sum Performance required Manager visit 521-4750 BID BIDS Pavement pavement Time or is is BOND Don SPECIFICATIONS: Markings Bid Markings Per hour & Payment on contracts more before given to contact Green Extension REQUIRED SUBMITTED LICENSE# of notice to for 6 OVER $20,000. 1 1 1 Hour Taxiway Standby 100% Bond $20,000 proceed Project site at 5% WITH CONTRACTOR'S Bid Total: Mandatory RESTRICTIONS TO THE on BID bids $20,000 OR EXCEPTIONS MUST BE NOTED: or more. Upon requirements conditions furnish signing and these this set pertinent articles Bid, the forth at in this information the bidder certifies bid proposal, prices stated. EXECUTION regarding that they including the OF have specifications, articles BID read and being agree to terms bid on, and the and standard agree to UNSIGNED BIDS WILL BE NAME OF FIRM: PHONE: FEDERAL ID# BUSINESS ADDRESS* CITY AND STATE ZIP. REJECTED AUTHORIZED SIGNATURE. TITLE: DATE: .11 P-620 RUNWAY AND TAXIWAY PAINTING DESCRIPTION 620-1.1 This item shall consist of re -painting the runway and taxiway marking system (Exhibit 1) applied in accordance with these Specifications and as to the locations shown on the plans, or as directed by Airport Management. All Hold -Short lines will be outlined in black extending 6 inches beyond the lines. Re -marking of the Blast Pads is also required. New center lines will be added between the T -Hangars. 620-1.2 This item shall consist of removing approximately 990' of lead-in lines on the terminal ramp and a Taxiway Holding Position Marking on Taxiway D. Please include an estimate of the time required to perform each bid item. MATERIALS 620-2.1 PAINT. Paint shall meet the requirements of Federal Specification TT -P-85. 620-2.2 REFLECTIVE MEDIA. Glass spheres shall meet the requirements of Federal Specification TT -B-1325, Type III. CONSTRUCTION METHODS 620-3.1 WEATHER LIMITATIONS. The painting shall be performed only when the surface is dry, when the atmospheric temperature is above 45° F, and when the weather is not foggy or windy. 620-3.2 EQUIPMENT. All equipment for the work shall be approved by the Airport and shall include the apparatus necessary to properly clean the existing surface, a mechanical marking machine, and such auxiliary hand -painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an atomizing spray -type marking machine suitable for application of traffic paint. It shall produce an even and uniform film thickness at the required coverage and shall be designed so as to apply markings of uniform cross sections and clear-cut edges without running or spattering. 620-3.3 PREPARATION OF SURFACE. Immediately before application of the paint, the surface shall be dry and free from dirt, grease, oil, latence, or other foreign material which would reduce the bond between the paint and the pavement. The area to be painted shall Section P-620 - 1 • • be cleaned by sweeping and blowing or by other methods as required to remove all dirt, latence, and loose materials. 620-3.4 LAYOUT OF MARKINGS. On those sections of pavement where no previously applied markings are available to serve as a guide, the proposed markings shall be laid out in advance of the paint application. 620-3.5 APPLICATION. Markings shall be applied at the locations and to the dimensions and spacing shown on the plans. Paint shall not be applied until the layout and condition of the surface have been approved by Airport Management. The paint shall be mixed in accordance with the manufacturer's instructions and applied to the pavement with a marking machine at the rate of 110 to 140 square feet per gallon. The addition of thinner will not be permitted. The edges of the markings shall not vary from a straight line more than 1 inch in 50 feet, and the dimensions shall be within a tolerance of plus or minus 5 percent. Glass spheres shall be distributed to the surface of the marked areas immediately after application of the paint. A dispenser shall be used which is properly designed for attachment to the marking machine and suitable for dispensing glass spheres. The spheres shall be applied at the rate of 10 pounds per gallon. The Contractor shall furnish certified test reports for the materials shipped to the project. The reports shall not be interpreted as a basis for final acceptance. The Contractor shall notify the Airport upon arrival of a shipment of paint to the job site. All emptied containers shall be returned to the paint storage area for checking by Airport Management. The containers shall not be removed from the airport or destroyed until authorized by Airport Management. 620-3.6 PROTECTION. After application of the paint, all markings shall be protected from damage until the paint is dry. All surfaces shall be protected from disfiguration by spatter, splashes, spillage, or drippings of paint. METHOD OF MEASUREMENT 620-4.1 The quantity of runway and taxiway markings to be paid for shall be the complete item in place performed in accordance with the specifications and accepted by Airport Management. BASIS OF PAYMENT Section P-620 - 2 • Payment shall be made at the contract lump sum for runway and taxiway striping. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Bid Item No. 1 Runway Pavement Marking (lump sum) Bid Item No. 2 Taxiway Pavement Marking (lump sum) END OF ITEM P-620 Section P-620 - 3 SPECIAL PROVISIONS GENERAL. The General Provisions presented hereinbefore are basically a presentation of FAA's standards. These SPECIAL PROVISIONS, where in conflict with the GENERAL PROVISIONS, shall supersede and take precedence over the GENERAL PROVISIONS. Otherwise, the GENERAL PROVISIONS shall govern the work to which they apply. naaceasunaa_onThEaQacas The work to be performed under this Project includes the furnishing of all equipment, materials, and incidental items, and performing all labor required to install in every detail airfield pavement markings. COORDINATION OF THE WORK. The work on this project consists of improvements to an airport in actual operation; therefore, the Contractor shall cooperate with the airport management to hold the "displaced runway threshold" to the minimum time required. The airport is to remain open during the construction of these improvements, and it is imperative that construction activities be carried on in such a manner that the safety of aircraft using the airport will not be impaired in any way. The Contractor's equipment will not be ooera d to r han 250 f of any runway centerline or 300' feet from the end of the existing runway unless under a "Displaced Threshold" or "Closed Runway" condition. Additional safety and construction requirements are listed hereinafter in these SPECIAL PROVISIONS under the sub -heading SAFETY REQUIREMENTS AND CONSTRUCTION PROCEDURES. In addition, the Contractors and/or Subcontractors must coordinate their activities so that one does not damage work previously completed by the other. SAFETY REOUIREMENTS AND CONSTRUCTION PROCEDURES "Safety Requirements on Airports During Agency Funded Construction Activity" (Order SW 5200.5). These safety requirements shall govern the construction process. Construction Activity and Aircraft Movements (a) Safety requirements for construction activity affecting aircraft movement areas have been coordinated with the airport owner (or operator) and representatives of the Airports District Office, Airports Certification Staff, General Aviation District Office, Air Carrier District Office, Air Transportation Security Field Office, Air Traffic Division (ASW -530), Airway Facilities Division (ASW -420), and Logistics Division (ASW -56) as appropriate Special Provisions - 1 1 for the particular location. As a result of this coordination, a work sequence intending a minimum of disruption to aircraft operations has been developed. The resulting restrictions imposed on the Contractor have been included as a part of the contract provisions. (b) During the time that the contractor is performing the work, the aprons, taxiways, and runway at the airport will remain in use by aircraft, to the maximum extent allowable. Aircraft operations, unless otherwise specified in the contract specifications, shall always have priority over any and all of the Contractor's operations. The Contractor shall not allow his employees, subcontractors, material suppliers or any other persons over whom he has control, to enter or remain upon any part of the airport which would be a hazardous location. Should the contractor be too close to the portion used by aircraft for safety, Airport Management may, at their sole discretion, order the contractor to suspend his operations, remove his personnel, plant, equipment, and materials to a safe distance and stand by until the runway and taxiways are no longer required for use by aircraft. Llmltatlnns on Construction The following restrictions shall normally pertain for activity at airports. In cases where it has been determined that the following restrictions are inappropriate, similar requirements shall be developed on a case-by-case basis. (a) When construction work is being accomplished adjacent to an active runway when visibility minimums are greater than or as low as one mile, equipment shall not be permitted within 250 feet from the runway centerline, or within 200 feet horizontally of any aircraft on an active runway. (b) When construction work is being accomplished adjacent to an active runway when visibility minimums are below one mile, equipment shall not be permitted within 250 feet from the runway centerline. © All work which is too close to the ends of the runway for accomplishment during condition (a) above, shall be performed during periods when the runway threshold is displaced or closed runway. (Ref. NOTAM requirements hereafter). Special Provisions - 2 (d) When construction is being accomplished adjacent to an active runway, equipment below the VFR 7:1 slope but penetrating the IFR 7:1 slope shall be obstruction -marked and lighted for night operations. (e) Men, equipment, or other construction material will be permitted in the approach or departure zones of active runways, provided that the construction activity is conducted below 20:1 approach plane originating 200 feet from end of runway. Any construction activity which is contemplated in the approach zones which would violate these planes will require consideration (threshold displacement, lighting, etc.) Threshold displacement where visibility minimums are 3/4 mile will be 200 feet from the intersection of the 20:1 slope. For visibility minimums of one mile or more, the threshold will be located where the 20:1 slope intersects the runway except that at least a 200 foot safety area will be required between the obstruction and the displaced threshold. (f) Men, equipment, or other construction related material will be permitted adjacent to an apron or other taxiway provided that such activity is first coordinated with the users and appropriate NOTAMS issued. Additionally, barricades with flashers for night operations will be required to mark the area to prevent aircraft from inadvertently entering the construction area. (g) Open trenches, excavation and stockpiled material will not be permitted within 250 feet of the centerline of the active runways at general aviation airports. Coverings for open trenches must be of such strength as to support the weight of the heaviest aircraft operating on the runway. (h) Flare pots will not be permitted for temporary lighting of pavement areas or to denote construction limits. (I) Construction equipment shall not exceed a height of 150 feet above the airport surface. Any equipment exceeding a height of 75 feet shall be obstruction -marked and lighted at night, and when not in use lowered to its stowed height. Special Provisions - 3 NOTAMS (a) Airport Management shall issue the necessary Notice to Airmen (NOTAMS) to reflect hazardous conditions during construction. The Contractor shall provide Airport Management with the necessary information as to the work schedule in advance so Airport Management may issue the NOTAMS. It is important that NOTAMS be kept current and reflect the actual conditions with respect to the construction situation. Active NOTAMS shall be reviewed periodically and revised to reflect the current conditions. (b) Inspections will be made frequently by Airport Management during critical phases of the work to insure that the Contractor is following the required safety procedures. Due to the nature of the proposed project the Contractor's work schedule and working hours shall be subject to several restrictions. In order to maintain the schedule of aircraft operations, a portion of the project must be constructed under "closed airport" conditions. In addition, upon completion of each day's work, the Contractor must restore the runway and taxiway safety areas to a condition meeting safety requirements. The runway and airport must be closed for the portion of the work including the markings on the runway and taxiway within the runway safety area; however, "Closed Runway" shall occur only during nighttime working hours defined below. The following sections contain additional information and requirements on the construction procedures. Construction Procedures. The proposed project is subject to several restrictions. In order to maintain air carrier and private aircraft operations at the airport, the project must be constructed in several phases. The closed runway time, shall be held to the minimum time required for the safety area work. (A) Work Requirements. The Contractors shall provide adequate portable lighting during nighttime hours to minimize shadows within the work area. The minimum light level at any point shall be one-half foot-candle. (5) Order of Work. The construction items have been grouped into phases and listed in an ordered sequence in the following tables. The purpose of this ordered sequence is to limit the disruption of aircraft operations and at the same time to minimize the required displaced threshold. This order of work is a suggested schedule, subject to variations; such variations can be approved by Airport Management. The Contractor is limited to one Special Provisions - 4 • work time up to 12 hours per day for night and day work or daytime work. Work by two or more shifts will not be permitted. Work Phase I Work Time Night II Day Order of Work Runway -Taxiway Limitations Closed Runway Work Items Runway and Taxiway Markings within the Runway Safety Area Closed Taxiway Remaining Taxiway Segments Markings © Closed Runway/Airport. The runway shall be closed at night in order to complete the pavement marking rehabilitation work within 250' of the runway centerline. The schedule for the closed runway periods have been established to minimize the effect upon flight operations. The Contractor shall begin the work on the first night the runway is closed. The runway shall remain closed each night as directed by Airport Management until the Contractor completes the improvements within 250 feet of the runway centerline. (1) Closed Runway Markings. The Airport Owner, and FAA shall turn off the runway lights, VASI, MALS, Beacon and Windcone lights. 2) Flight Operations Between 12:00 A M. and 5:15 A.M. Flight operations during the normal night working hours may occur due to scheduled airlines delayed after 12:00 A.M. (3) Suspension Time. Based on information affecting the operation of aircraft, and his conclusion that the possibility of work on that night will be remote, Airport Management shall notify the Contractor no later than 11:30 P.M. that work for that night is to be suspended. Upon receipt of such notification, the Contractor shall alert his personnel not to report for work on that night. (4) Standby Time. This condition occurs when Airport Management has not directed that the project be placed under suspension as provided in subparagraph © above, the conditions develop that work cannot begin at 12:15 A.M.. The factors controlling standby time are as follows: (a) The Contractor's reporting to work at 11:45 P.M. Special Provisions - 5 • • (b) Airport Management's notification to the Contractor at or prior to 12:00 A.M. that work cannot begin at 12:15 A.M.. O Airport Management's instruction to the Contractor to hold his personnel on standby because o f the possibility of working after 12:15 A.M.. Airport Management may repeat his instruction to continue on standby time at intervals of one (1) hour, or at longer intervals, as in his judgement is appropriate. Standby time shall occur, and be measured by, increments of one hour, The Contractor shall not be required to hold his personnel on standby basis later than 1:15 A.M. If the Contractor so selects, he may hold his personnel later than 12:15 A.M., but the time after 1:15 A.M. will not be included in the measurement o f standby time. Days involved in standby time will not be excluded from contract time, but shall be included in the count of consumed contract days. The Contractor will normally be placed on standby time if the last scheduled daily flight is delayed past 12:10 A.M. or if a charter flight is scheduled after 12:00 Midnight. (d) Measurement and Payment Standby time will be measured in increments of one whole hour and payments shall be made at the unit price bid under Bid Item No. 4 for: Standby Time, per hour. (e)Legal Holidays_.. No holiday, including Sunday, will be observed during night time (closed runway) work. Observation of legal holidays during the other Work Phases shall be at the discretion of the Contractor. (D) Closed Taxiway Time. The parallel and the connecting taxiways shall be closed in segments during the work on an as needed basis. Airport Management shall review the Contractor's schedule and make adjustments to minimize the effect of closed taxiway segments upon flight operations. The taxiway segments shall remain closed only during daily working hours unless construction activities require otherwise and so directed by the Airport Management. The Contractor shall proceed with the above work in an expedient manner so as to hold the closed taxiway time to a minimum. Special Provisions - 6