Loading...
HomeMy WebLinkAboutElizabeth Field Airport Lighting FecEx.'uS Airbill Express FodE< .19 ,,,"'"' N"mber 6235 7427 From Pleneprinr.ndpnJsslMrrI. Dol' 11-15 -0'7 Sender's FedEx Account Number 1067-7029-8 '"d,', EL I Z ABETH Name NEVILLE (631 1765-1800 Phone TOWN OF SOUTHOLD Company 53095 ROUTE 25 Address OeptJFloor/SlileiRoom SOUTHOLD City 2 Your Internal Billing Reference first24oh"''''''r1",,'loppeoron'fMl'''. 11971-4642 NY State ZIP - . k .~ To ~ ~~~;'""TO",", \.Johe....-bt Pho",((,M8B-1"'r,~ Com,,", Es.~ klAY\d fi.vr'l UiS;\-Yic...T :::i~:~' 5 ~-\wv.t:'rmrt- ~ k... W."nnotdoli..,IOP_O_"....o,P_D,lIPcodo.. ~~IS"itelRoom 3QO Stole 0359685758 ender's ~' 48 Express Package ServiC~ O FedEx pn.'orityO.v emight edExStandard Ov.emight Nextb...,.samooMu,'Friday . Nub.........Ib""''''''.. ~~:-ri:~:ydb~~~i:'~= SlIIIrdIlyOoiveryNOTIVBIIobl. FedEx20ay [J FedExExpressSaver S.condbLIBln.....v..ThursdIV Thirdbusrl8SSdG'/," o .hlPrnentll....,lblld.ft:ero.j(lllM= SmJrdoyOel..wyNOT.",I.bl. ~"'::d~~I:~~:~i:"-:::bIaMinjrmrn'h.rg.:on.....,"ndl'll8, ~ 4b Express Freight Service o ~f:~a1Jr.e~~ .hlpments""lbed.live,odonM.odoy unIo..SATURDAYOollIIII\'"'oIoCl9d "CoIllort:onmnfltion . PIIf:bgeIuptul501bs. DFedExFirstOvem.ight Eo~iIIIl_",,""-momlllll dolivorywooloalocotionll,~ Sflti.J1j8l'Ool...lIyNDTIVI,loblo. .Tt.-~ ~ ,~ :; ~ .~ ~ i ~ = e~ ~ ,,- = ~ .~ 5 ;; e~ ~ ~ = m ~ e5 ~ = ~ z .; r r f D ~~~b~~~re~8l' mi~wilbe:rlwfldonMOI1d8l' unI011SATUROAYOolillllryis.olmud. P8t:JrJ1galmH'I501I1s. D ~e~~.:~fnIight Solu1l8l'OlIlivolyNDTaYlilllblo ..T..-......... 5 Packaging OF'dE' Envelope* ~pak* DflIdEx Incllld..FodElcSmoIIPok, Box fo(jElclll'~Pak,aodFadElcSb"'IyPo~ "dE, Tube "Deolofld.akHIimU!ill) o DOttier 6 Special Handling I~ 1'"'lud.FedEx.dd....i.S.ction3. D ~J'i=~I:~ D ~~~ D ~F~~on FodElc Slan~ord lNemighl, NOT AVlllilllble for AVlllileble ONLY lor =.~""~~iB~~:~IExP"31S FodExFirstDwmight ~~~O'/~=a.~.. DoaIhil...ipmlllllCOllllin........llIgoodr;? Dnlb..murtblchlcklll_ I D ~:or,"",cnod, D r~:~.lltclmtion ShlppofIOodorOll.n, ""'fllqulfld Oa"ll"""",~liI1cludjng~ryicolcIMOlbeliippodinFodExplcklging. '~ D ~~c~C:UN1845 _._~ DCargoAircraftOnly nt Bi~ E-.Fed&AcclNa..CnMlItClnlNo....IlIw. ~ Sender , D Recipient D ThirdParty D Credit Card D Cash/Check AcotNc.,nSOCIICn l,,;lbeblled FadExA<ct~ Exp CrodilCllrdNo 011II lollll Packages lOlllIWeight lotBl Ded8nId VIIh.t $ .Ill t~~~~~:"~:::k::'~~':,~C:~~~~'~~~~==.:"""'t"'~.1I1o 8 Residential Delivery Signature Options ff\VJ...pfllalign"",,,,cllBckOir1ctorlndlfllOl NoSi.9nature o ~~a~~:~b'loII =~,'::':ry. DirectSignarure O SomocnoatreclpiorJt'. oddre..mO'/Il~,"r dell1111\',FH.",ua. ~n~~~\~1~Ia~re Dfllci",orJt'ulldrDl,aomllOnt at.""'llhboling.dd....moy S1gnfQrdalivr/.r..",ua. 15191 R... 011II llWil'p.n/l582J9C)l994-2006FooExoPRINTEO IN U,S.A.'SRF . . ELIZABETH A. NEVILLE TOWN CLERK REGISTRAR OF VITAL STATISTICS MARRIAGE OFFICER RECORDS MANAGEMENT OFFICER FREEDOM OF INFORMATION OFFICER Town Hall, 53095 Main Road P.O. Box 1179 Southold, New York 11971 Fax (631) 765-6145 Telephone (631) 765-1800 sou thold town.northfork. net OFFICE OF THE TOWN CLERK TOWN OF SOUTHOLD November 15, 2007 Thomas Doherty Fishers Island Ferry District 5 Waterfront Park New London, CT 06320 Dear Tom: Hope all is well there. Haven't spoken to you in a while. I spoke with Benjamin Johnson at C & S in regard to the extra bid packages that our office had. He suggested I send two (2) to you of the copies and recycle the rest. So enclosed find two copies of the original bidders specifications for your records. Have a Happy Thanksgiving. Very truly yours, Lynda M 80hn Deputy Town Clerk . Town of South old - Letter . ,'r _ \'-.L~_C Board Meeti!jjg of May 8, 2007 RESOLUTION 2007-450 ADOPTED Item # 26 DOC ID: 2869 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2007-450 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 8, 2007: RESOLVED that the Town Board of the Town of South old hereby authorizes and directs Supervisor Scott A. Russell to execute the Cost Plus Fixed Fee Consultant Aereement for airfield HeMine hetween the Town of Southold and C&S Eneineers. Inc. in the sum of $99.649.00 in connection with Project No. 3-36-0029-14-07 for airfield lighting project a Elizabeth Field Airport, Fishers Island, New York, subject to the approval ofthe Town Attorney. ~Q~:tJ... Elizabeth A. Neville Southold Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Louisa P. Evans, Justice SECONDER: Thomas H. Wickham, Councilman AYES: Evans, Wickham, Ross, Edwards, Russell, Krupski Jr. Generated May 14, 2007 Page 40 c~s COMPANIES . ENGINEERS DESIGN BUILD TECHNICAL RESOURCES OPERATIONS . 71!J I r;/fs ~gte~;, ;~ 499 Col. Eileen Collins Boulevard Syracuse, NY 13212 phone 315-455-2000 fax 315-455-9667 www.cscas.com June 22, 2007 Mr. James King Baseline King Corporation III Liberty Lane Bameveld, NY 13304 RECEIVED JUN 2 5 2007 Re: Elizabeth Field - Fishers Island Airfield Lighting FAA AlP No. 3-36-0029-14-07 NYSDOT Project No. 0913.14 Soulhold Tc..wn Clerk File: 211.010 Dear Mr. King: Enclosed are the original and five conformed copies ofthe contract. Please have all contracts signed, notarized and returned to my attention for further processing. In addition, please sign the Contractor's Storm Water Pollution Prevention Plan Certification in the Proposal Section. In accordance with various sections of the Contract Documents, please include the following information: . One copy of the Contractor's proposed DBE Plan (proposal). . One copy of the schedule of values for each lump sum and unit price item (Sec. 30-02). . Three copies of the Contractor's Performance Bond (Sec. 30-05). . Thre~ copies of the Contractor's Labor and Material Payment Bond (Sec. 30-05). . Three copies of the Contractor's Certificates of Insurance (Sec. 70-11). Please note that the date of the Bonds must be the same as the date of this contract. If you have any questions, please do not hesitate to contact me. Very truly yours, C&S ENGINEERS, INC. ~ Benjamin R. Johnson Engineer BRJ Enclosure cc: Mr. Thomas Doherty Ms. Elizabeth Neville f:\project\211 - town of southold\211 0 1 0 - airfield lighting\design\correspondence\contracts to contactor submittal.doc ~- , '. . . ENGINEERS DESICi~ 3jjllD ECHNICAl RES0\.;RG~ BID TABULATION RECEIVED OPlR.-,> TIONS MAY ? q ?f\m ELIZABETH FIELD - FISHERS ISLAND ENGINEER'S OPINION OF BASELINE-KING CORP. AIRFIELD LIGHTING CONSTRUCTION COST 111 LIBERTY LANE Southold Town Clerk FAA AlP PROJECT NO. 3-36-0029-14-07 C&S ENGINEERS, INC. BARNEVELD,NYl3304 NYSDOT PROJECT NO. 0913.14 499 COL EILEEN COWNS P: (315)-896-6106 BOULEVARD F: (315)-896-8584 SYRACUSE, NY 13212 ITEM FAA UNIT UNIT UNIT I NO. SPEC NO. DESCRIPTION QUANTITY UNITS PRICE TOTAL PRICE TOTAL PRICE TOTAL -= P-612 FIELD OFFICE 1 LS $15,000.00 $15,000.00 $35.000.00 $35,000.00 2 L-107 12-FOOT LIGHTED WIND CONE 1 EACH $8,000.00 $8.000.00 $8,000.00 $8,000.00 3 L-107 REMOVAL OF EXISTING SEGMENTED CIRCLE 1 LS $5,000.00 $5.000.00 $5,000.00 $5,000.00 4 L-108 NO.8 AWG, 6OOV, 1/C AIRPORT LIGHTING CABLE 50,000 LF $1.00 $50,000.00 $1.50 $75,000.00 5 L-108 NO.8 AWG, 5KV, lIC AIRPORT LIGHTING CABLE 14,700 LF $1.50 $22,050.00 $1.50 $22,050.00 6 L-108 NO.6 AWG , 6OOV, IIC XHHW GREEN JACKET CABLE 12,250 LF $1.00 $12,250.00 $1.50 $18,375.00 7 L-108 NO.6 AWG COUNTERPOISE WIRE 8,900 LF $1.50 $13,350.00 $1.50 $13,350.00 8 L-108 NO.6 AWG COUNTERPOISE WIRE AND TRENCH 9,000 LF $4.50 $40,500.00 $4.50 $40,500.00 9 L-109 AIRPORT ELECTRICAL BUILDING EQUIPMENT 1 LS $50,000.00 $50,000.00 $130,000.00 $130.000.00 10 L-110 2-INCH DIA. PVC CONDUIT IN T1JRF 17,250 LF $15.00 $258,750.00 $9.50 $163.875.00 11 L-115 ELECTRICAL PULLBOX 10 EACH $8,000.00 $80,000.00 $5.500.00 $55,000.00 12 L-119 SINGLE LED OBSTRUCTION LIGHT 3 EACH $1,200.00 $3,600.00 $1,000.00 $3,000.00 13 L-119 DOUBLE LED OBSTRUCTION LIGHT 4 EACH $1,500.00 $6,000.00 $1 ,100.00 $4,400.00 14 L-119 OBSTRUCTION LIGHT TRANSFORMERlDISCONNECT 1 EACH $2,000.00 $2,000.00 $1,000.00 $1,000.00 15 L-125 MEDIUM INTENSITY R/W LIGHTS, ON EXISTING BASE 63 EACH $700.00 $44,100.00 $450.00 $28,350.00 16 L-125 SPLICE CANS 80 EACH $800.00 $48,000.00 $400.00 $24,000.00 17 L-125 RELOCATION OF EXISTING SPLICE CANS 4 EACH $300.00 $1,200.00 $200.00 $800.00 t L-l25 REMOVAL OF EXISTING R/W LIGHTS 63 EACH $100.00 $8,300.00 $60.00 $3,780.00 L-125 MODIFICATION OF EXISTING GUIDANCE SIGN 8 EACH $1,000.00 $8,000.00 $1,000.00 $8,000.00 L-125 PRECISION APPROACH PATH INDICATOR (PAPI), RUNWAY 7 1 LS $18,000.00 $18,000.00 $12,000.00 $12,000.00 21 L-125 PRECISION APPROACH PATH INDICATOR (PAPI), RUNWAY 25 1 LS $18,000.00 $18,000.00 $12,000.00 $12,000.00 22 L-125 PRECISION APPROACH PATH INDICATOR (PAPI), RUNWAY 12 1 LS $18,000.00 $18,000.00 $12,000.00 $12,000.00 23 L-125 PRECISION APPROACH PATH INDICATOR (PAPI), RUNWAY 30 1 LS $18,000.00 $18,000.00 $12,000.00 $12,000.00 24 L-125 RUNWAY END IDENTIFIER LIGHT (REIL) SYSTEM, RUNWAY 7 1 LS $10,000.00 $10,000.00 $10,000.00 $10,000.00 25 L-125 RUNWAY END IDENTIFIER LIGHT (REIL) SYSTEM, RUNWAY 25 1 LS $10,000.00 $10,000.00 $10,000.00 $10,000.00 26 L-125 RUNWAY END IDENTIFIER LIGHT (REIL) SYSTEM, RUNWAY 12 1 LS $10,000.00 $10,000.00 $10,000.00 $10,000.00 27 L-125 RUNWAY END IDENTIFIER LIGHT (REIL) SYSTEM, RUNWAY 30 1 LS $10,000.00 $10,000.00 $10,000.00 $10,000.00 Page 1 '. - IIJENGINEERS DESiGN 8lHLD TEChNICAL RESOURCES OP[.RATION~ BID TABULATION ELIZABETH FIELD - FISHERS ISLAND ENGINEER'S OPINION OF BASELINE-KING CORP. AIRFIELD LIGHTING CONSTRUCTION COST 111 LIBERTY LANE FAA AlP PROJECT NO. 3-36-0029-14-07 C&S ENGINEERS, INC. BARNEVELD, NY 13304 NYSDOT PROJECT NO. 0913.14 499 COL EILEEN COLLINS P: (315)-896-6106 BOULEVARD F: (315)-896-8584 SYRACUSE, NY 13212 ITEM FAA UNIT UNIT UNIT I i SPEC NO. DESCRIPTION QUANTITY UNITS PRICE TOTAL PRICE TOTAL PRICE TOTAL L-125 REMOVAL OF EXISTING REIL SYSTEM 4 EACH $500.00 $2,000.00 $2,000.00 $8,000.00 L-125 REMOVAL OF EXISTING PAPI SYSTEM 4 EACH $500.00 $2,000.00 $2,000.00 $8,000.00 30 L-125 LD. TAGS FOR LIGHT UNITS 63 EACH $2.00 $126.00 $10.00 $630.00 31 M-100 MAINTENANCE AND PROTECTION OF TRAFFIC 1 LS $80,000.00 $80,000.00 $141,000.00 $141,000.00 32 M-150 PROJECT SURVEY & STAKEOUT 1 LS $15,000.00 $15,000.00 $70,000.00 $70,000.00 33 M-200 MOBILIZATION (4% MAXIMUM) 1 LS $35,774.00 $35,774.00 $38,184.40 $38,184.40 TOTAL BID $921,000.00 $993,274.40 BID SECURITY 'DENOTES BIDDER ERROR, THE CORRECTED VALUE IS SHOWN. C&S ENGINEERS, INC. JOB NUMBER: 211.010.002 I CERTIFY THAT THIS IS A TRUE AND CORRECT TABULATION OF BIDS RECEIVED MAY 18, 2007. SIGNED: ~ - ~ DATE 21-May-07 . Page 2 C(S]S COMPANIES . ENGINEERS DESIGN BUILD TECHNICAL RESOURCES OPERATIONS . C&S Engineers, Inc. 499 Col. Eileen Collins Boulevard Syracuse, NY 13212 phone 315-455-2000 fax 315-455-9667 WWW.cscos.com RECEIVED May 22, 2007 ~~07 I,"~ Dan Vornea, P.E. Federal Aviation Administration 600 Old Country Rd., Suite 446 Garden City, NY 11530 L Id 'Town Clelk $ouluO Re: Elizabeth Field - Fishers Island Airfield Lighting FAA AlP No. 3-36-0029-14-07 NYSDOT Project No. 0913.14 File: 211.010.001 Dear Mr. V ornea: On May 18,2007, we received one bid for the above referenced project. This project was advertised locally by the Town of Southold in the Suffolk Times and the bid package was supplied to the Dodge Reports of Connecticut for contractor viewing. In addition, the advertisement was sent to various contractors for notification of the project. Possible reasons for only receiving one bid may be attributed to the project location on an isolated island accessible only by ferry or aircraft and the need for a specialized contractor to complete the work. The bid submitted was from Baseline-King Corporation in the amount of $993,274.40. The bid was reviewed and is 7.8% above the Engineer's Opinion of Construction Cost for the project. The Baseline-King Corporation has completed many similar lighting projects throughout the Northeast Region and based on our past experience with this contractor, the bid submitted is considered reasonable. In addition to this, we also compared the major bid items with other similar projects throughout New York State and found them to be comparable and reasonable. Based on our review of this information we recommend award of the Contract to Baseline-King Corporation in the amount of $993,274.40. If you agree with our recommendation please notify us at your earliest convenience so that we may notify the sponsor. Please note as per the specifications Section 30-02, Award of Contract, the sponsor has 45 days to award the contract from the bid opening date of May 18,2007. We have attached a bid tabulation to this letter for your review. . . C(8]S COMPANIES If you have any questions or require any additional information, please do not hesitate to contact me. Very truly yours, 71."'7:/& Bruce W. Clark, P.E. Managing Engineer Enclosures cc: Mr. Thomas Doherty Ms. Elizabeth Neville '" . ENGINEERS DESIGN BUilD TECHNICAL RESOURCES OPERATIONS . c~s COMPANIES C&S Engineers, Inc. 499 Col. Eileen Collins Boulevard Syracuse, NY 13212 phone 315-455-2000 fax 315-455-9667 WWW.cscos.com May 23, 2007 Mr. Thomas Doherty Fisher's Island Ferry District P.O. BoxH Fisher's Island, NY 06390 RECEIVED Re: Elizabeth Field-Fishers Island Airfield Lighting FAA AlP No. 3-36-0029-14-07 NYSDOT Project No. 0913.14 MAY 2 9 2007 Southold 'Town Clerk File: 211.010.001 Dear Mr. Doherty: One bid for the above referenced project were received on May 18, 2007 at I 0:00am. The bid was reviewed, tabulated and the low bidder is as follows: CONTRACTOR BID AMOUNT Baseline-King Corporation III Liberty Lane Bameveld, NY 13304 James King 315-896-6106 315-896-8584 $993,274.40 The low bid submitted reviewed and found to be in order. For a complete breakdown of the bid amounts and the remaining bidders, please refer to the attached bid tabulation. The low bid submitted is within 10% of the Engineer's Opinion of Construction Cost for the project and is considered reasonable. The Federal Aviation Administration is expected to issue a grant to the Town of Southold for the project based upon the bid amount. Based on our review of information submitted and our past experience with this contractor, we recommend award of the Contract in the amount of $993,274.40 to Baseline King Corporation in accordance with the conditions of award stipulated in their bid and contingent upon the following: I. F ederal Aviation Administration concurrence. 2. Receipt and Approval of the Required DBE Subcontract information. f:\projectall - town of southold211 0 1 0 ~ airfield lightingdesign\correspondence.recommendation of award.doc . . . May 23,2007 Page 2 C&1rS COMPANIES If you agree with our recommendation and wish to award the contract to Baseline-King, please feel free to utilize the enclosed sample Notice of A ward letter. Please contact us should you disagree with our recommendation and decide not to award to Baseline-King. We will be happy to discuss your options within the Contract Docwnents. Please note as per the specifications Section 30-02, Award of Contract, the Town of Southold has 45 days to award the contract from the bid opening date of May 18,2007. By copy of this letter we are requesting FAA concurrence of award. If you have any questions or need additional information, please do not hesitate to contact me. Very truly yours, C&S ENGINEERS, INC. ~ tJ, dL Bruce W. Clark, P.E. Managing Engineer BWCfbIj Enclosure cc: Mr. Steven M. Urlass (w/encl.) Mr. Seth Edelman (w/encl.) Mr. Subimal Chakraborti (w/encl) Ms. Elizabeth Neville (w/encl.) Mr. Larry Cerretani (w/encl.) Ms. Kelli Walters f:\projectlll ~ town of southold211 0 I 0 - airfield lightingdesign\correspondencOrecommendation of award.doc . . EN(,lNEER\ DESIGN bUILD TECHN!CAL RE.SOURCES OPERATIONS Telephone 315-455-2000 Fax 315-455-9667 WWw.cscos.com 499 Col. Eileen Collins Blvd. Syracuse, New York 13212 "Exceeding your expectations" Transmittal To: Elizabeth Neville Town of Southold Clerk Town Hall, P.O. Box 1179 53095 Route 25 Southold, NY 11971 Date: April 30, 2007 Re: Elizabeth Field Airport Airfield Lighting FAA AlP Project No. 3-36-0029-14-07 NYSDOT Project No. 0913.14 File: 211.010 Enclosed please find the following: . 10 Numbered sets of plans and specifications #'s 1-10. . Prospective bidders list to record document holders. Remarks: Please be advised that 10 numbered sets(#11-20) of plans and specifications have also been sen~ to Thomas Doherty. The advertisement date is set for M::y 4, 2007, Bids will be received on May 18, 2007 at 10:00 am. If you have any questions or need additional information, please do not hesitate to call. Very truly yours, C&S ENGINEERS, INC. ~~ Benjamin R. Johnson Engineer F:\Project\211 - TOWN OF SOUTHOLD\21101O Airfield Lighting\Design\Correspondence\lO bid sets to Southold.doc . . Elizabeth Field Fishers Island. New York AlP Project No. 3-36-0029-14-07 NYSDOT Project No. 0913.14 Bid Date: May 18. 2007 CE&S COMPANIES BOOK PROSPECTIVE BIDDER NO. PHONE & FAX ADDRESS Sponsor's Copy Town of Southold 1 Name: Town of Southold Town Hall Phone No.: (631) 765-1800 --- PO Box 1179 Fax No.: (631) 765-6145 Southold, NY 11971 2 Name: Phone No.: Fax No.: 3 Name: Phone No.: ---- Fax No.: 4 Name: Phone No.: Fax No.: 5 Name: Phone No.: Fax No.: 6 Name: Phone No.: Fax No.: 7 Name: Phone No.: Fax No.: 8 Name: Phone No.: Fax No.: 9 Name: . Phone No.: Fax No.: 10 Name: Phone No.: Fax No.: Airfield Lighting PLANS AND SPECIFICATIONS TAKEN BY C&S Project No. 210.010 Page 1 . . Elizabeth Field Fishers Island, New York AlP Project No. 3-36-0029-14-07 NYSDOT Project No. 0913.14 Bid Date: May 18, 2007 C(8:rS COMPANIES BOOK PROSPECTIVE BIDDER NO. PHONE & FAX ADDRESS 11 Name: Phone No.: Fax No.: 12 Name: Phone No.: Fax No.: .-.- 13 Name: Phone No.: Fax No.: 14 Name: Phone No.: Fax No.: 15 Name: Phone No.: Fax No.: - 16 Name: Phone No.: Fax No.: 17 Name: Phone No.: Fax No.: ~--_..- 18 Name: Phone No.: Fax No.: 19 Name: Phone No.: Fax No.: 20 Name: .---.- Phone No.: - Fax No.: Airfield Lighting PLANS AND SPECIFICATIONS TAKEN BY C&S Project No. 210.010 Page 2 Ill; <<.lmI~'~II~ I I I I I I I I I I I I I I I I I CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF AIRFIELD LIGHTING ELIZABETH FIELD TOWN OF SOUTHOLD, NEW YORK FAA AlP PROJECT NO. 3-36-0029-13-06 (D) 3-36-0029-14-07 (C) NYSDOT PROJECT NO. 0913.13 (D) 0913.14 (C) MAY, 2007 1 ----------- ----------- I . . I I I CONTRACT DOCUMENTS I FOR THE CONSTRUCTION OF I I AIRFIELD LIGHTING I , ELIZABETH FIELD TOWN OF SOUTHOLD, NEW YORK I I FAA AlP PROJECT NO. 3-36-0029-13-06 (D) 3-36-0029-14-07 (C) I NYSDOT PROJECT NO. 0913.13 (D) 0913.14 (C) I MAY, 2007 I C&S ENGINEERS, INC. a 499 Col. Eileen Collins Boulevard Syracuse, New York 13212 I Bruce W. Clark, P.E. - N.Y.S.P.E. Lie. No. 071906 I NO ALTERATION PERMrITED HERErN EXCEPT AS PROVIDED UNDER SECIlON 7209 SUBDlVISION:2 OF THE NEW YORK STATE EDUCATION LAW. I I PROJECT NO. 211.010.001 I I I I I I I I I I t I I I I I I I I ADVERTISEMENT . . TABLE OF CONTENTS QUANTITIES FOR CANVASS OF BIDS PROPOSAL Attachments to Proposal Contractor's Certification of Eligibility Resolution for Corporate Bidders Non-Collusive Bidding Certificate Buy American Preferences & Certificate Certifications: Certification Of Non-Segregated Facilities Certification Regarding Debarment, Suspension, Ineligibility And Voluntary Exclusion Certification for Receipt of Addenda Statement of Surety's Intent Disadvantaged Business Enterprise Requirements DBE Letter of Intent Form Labor Affidavits Prime Contractor's Certification Subcontractor's Certification AGREEMENT SPECIFICATIONS GENERAL PROVISIONS Section 10 Section 20 20-01 20-02 20-03 20-04 20-05 20-06 20-07 20-08 20-09 20-10 20-11 20-12 20-13 20-14 20-15 Section 30 30-01 30-02 30-03 ,.~ Definition of Tenus Proposal Requirements and Conditions Advertisement Prequalification of Bidders Contents of Proposal Form Issuance of Proposal Forms Interpretation of Estimated Proposal Quantities Examination of Plans, Specifications and Site Preparation of Proposal Irregular Proposals Proposal Guarantee Delivery of Proposal Withdrawal or Revision of Proposals Public Opening of Proposals Disqualification of Bidders Addenda and Interpretation Sales Tax Exemption A ward and Execution of Contract Consideration of Proposals A ward of Contract Cancellation of A ward TOC-I --- . . I 30-04 Return of Proposal Guarantee t 30-05 Requirements of Contract Bonds 30-06 Execution of Contract I 30-07 Approval of Contract 30-08 Failure to Execute Contract Section 40 Scope of Work I 40-01 Intent of Contract 40-02 Alteration of Work and Quantities 40-03 Omitted Items I 40-04 Extra Work 40-05 Maintenance of Traffic 40-06 Removal of Existing Structures I 40-07 Rights In and Use of Materials Found In the Work 40-08 Final Cleaning Up 40-09 Debris Section 50 Control of Work I 50-01 Authority of the Engineer 50-02 Conformity with Plans and Specifications 50-03 Coordination of Contract, Plans and Specifications I 50-04 Cooperation of Contractor 50-05 Cooperation Between Contractors 50-06 Construction Layout and Stakes I 50-07 Automatically Controlled Equipment 50-08 Authority and Duty of Inspectors 50-09 Inspection of the Work I 50-10 Removal of Unacceptable and Unauthorized Work 50-II Load Restrictions 50-12 Maintenance During Construction 50-13 Failure to Maintain the Work t 50-14 Partial Acceptance 50-15 Final Acceptance 50-16 Claims for Adjustment and Disputes I 50-17 Removal of Water 50-18 Sheeting and Bracing Section 60 Control of Materials I 60-01 Source of Supply and Quality Requirements 60-02 Samples, Tests and Cited Specifications 60-03 Certification of Compliance I 60-04 Plant Inspection 60-05 Engineer's Field Office 60-06 Storage of Materials J 60-07 Unacceptable Materials 60-08 Owner-Furnished Materials 60-09 Shop and Selling Drawings and Catalogue Data 60-10 Electrical Shop Drawings I 60-11 Substitute Items 60-12 Shop Drawing Approval Procedure Section 70 Legal Relations and Responsibility to Public I 70-01 Laws to be Observed 70-02 Permits, Licenses and Taxes 70-03 Patented Devices, Materials and Processes I 70-04 Restoration of Surfaces Disturbed by Others I'" TOC-2 I -- I I I I I I I I I I I I I I I I I I I If\l6 70-05 70-06 70-07 70-08 70-09 70-10 70-11 70-12 70-13 70-14 70-15 70-15.1 70-16 70-17 70-18 70-19 70-20 70-21 70-22 70-23 70-24 70-25 70-26 70-27 70-28 70-29 70-30 70-31 70-32 70-33 70-34 70-35 70-36 . . Federal Aid Participation Sanitary, Health and Safety Provisions Public Convenience and Safety Barricades, Warning Signs and Hazard Markings Use of Explosives Protection and Restoration of Property and Landscape Responsibility for Damage Claims Third Party Beneficiary Clause Opening Sections of the Work to Traffic Contractors Responsibility for Work Contractors Responsibility for Utility Service and Facilities of Others FAA Facilities and Cable Runs Furnishing Rights-of-Way Personal Liability of Public Officials No Waiver of Legal Rights Environmental Protection Archaeological and Historical Findings Civil Rights Act Of 1964, Title VI - Contractor Contractual Requirements A. Compliance with Regulations B. Nondiscrimination C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment D. Information and Reports E. Sanctions for Noncompliance F. Incorporation of Provisions. Airport and Airway Improvement Act Of 1982, Section 520 - General Civil Rights Provisions Lobbying And Influencing Federal Employees Access To Records And Reports Disadvantaged Business Enterprise Energy Conservation Requirements Breach of Contract Terms Rights to Inventions Trade Restriction Clause V eteTan' s Preference Davis Bacon Requirements l. Minimum Wages 2. Withholding 3. Payrolls and basic records 4. Apprentices and Trainees 5. Compliance With Copeland Act Requirements 6. Subcontracts 7. Contract Termination: Debarment 8. Compliance With Davis-Bacon and Related Act Requirements 9. Disputes Concerning Labor Standards 10. Certification of Eligibility Equal Employment Opportunity - 41 Cft Part 60-1.4(B) Notice of Requirement for Affirmative Action - 41 CFR Part 60-2 Standard Federal Equal Employment Opportunity Construction Contract Specifications - 41 CFR Part 60-4.3 Contract Work Hours and Safety Standards Act Requirements 29 CFR Part 5 I. Overtime Requirements 2. Violation; Liability for Unpaid Wages; Liquidated Damages 3. Withholding for Unpaid Wages and Liquidated Damages. 4. Subcontractors. Standard Clauses For NYS Contracts - Appendix A 1. Executory Clause TOC-3 . . I \1 I I I I I I I I t I I I J I I I I 2. Non-Assignment Clause 3. Comptroller's Approval 4. Workers' Compensation Benefits 5. Non-Discrimination Requirements 6. Wage And Hours Provisions 7. Non-Collusive Bidding Certification 8. International Boycott Prohibition 9. Set-Off Rights 10. Records II. Identifying Information And Privacy Notification 12. Equal Employment Opportunities For Minorities And Women 13. Conflicting Terms 14. Governing Law 15. Late Payment 16. No Arbitration 17. Service Of Process 18. Prohibition On Purchase Of Tropical Hardwoods 19. Reciprocity And Sanctions Provisions 20. Purchases Of Apparel 70-37 Terms And Conditions (Addendum No. I) Disadvantage Business Enterprise DBE Participation Summary Fonn Equal Employment Opportunity Poster State Wage Rates Federal Wage Rates Section 80 80-01 80-02 80-03 80-04 80-04.1 80-04.2 80-05 80-06 80-07 80-08 80-09 80-10 80-11 Section 90 90-01 90-02 90-03 90-04 90-05 90-06 90-07 90-08 90-09 90-10 1106 Prosecution and Progress Subletting of Contract Notice to Proceed Prosecution and Progress Limitation of Operations Operational Safety on Airport During Construction Aviation Safety Requirements During Construction (Safety Plan) Character of Workers, Methods and Equipment Temporary Suspension of the Work Determination and Extension of Contract Time Failure to Complete on Time Default and Termination of Contract Termination for National Emergencies Work Area, Storage Area and Sequence of Operations Measurement and Payment Measurement of Quantities Scope of Payment Compensation for Altered Quantities Payment for Omitted Items Payment for Extra and Force Account Work Partial Payments Payment for Materials on Hand Payment of Withheld Funds Acceptance and Final Payment Closeout Documentation TOC-4 I I I I I I I I I I I I I t I I I, I I . 90-11 Guarantee 90-12 Security for Guarantee 90-13 Lien Law TECHNICAL SPECIFlCA nONS Item Number Description P-610 P-612 D-71O D-711 D-713 T-901 L-107 L-108 L-I09 L-lIO L-115 L-119 L-125 M-lOO M-150 M-200 Structural Portland Cement Concrete Field Office Stabilization Fabric Lining Crushed Stone Seeding Airport Wind Cones Underground Cable for Airports Airport Electrical Building Equipment Airport Underground Electrical Duct Electrical Manholes and Pullboxes Airport Obstruction Lights Airport Lighting and Navigational Systems Maintenance and Protection of Traffic Project Survey and Stakeout Mobilization CONTRACT DRAWINGS Sheet Number Title G-OOl G-002 G-lOl E-lOl E-102 E-103 E-50l E-502 E-503 Title Sheet General Notes, Legend and Details General and Work Phasing Plan Lighting Plan Lighting Plan Electrical Building Plans and Details Lighting Details Details Details END OF TABLE OF CONTENTS 1106 TOC-5 . I I I I I I I I I I J I I I I I I I I . . ADVERTISEMENT NOTICE TO BIDDERS FOR THE CONSTRUCTION OF AIRFIELD LIGHTING AT THE ELIZABETH FIELD NOTICE IS HEREBY GIVEN that in accordance with the provisions of Section 103 of the General Municipal Law, sealed bids are sought and requested for the construction of the Airfield Lighting Project at the E]izabeth Airport, Fishers Is]and, Southo]d, New York Sealed bids for the construction of Airfie]d Lighting Contract will be received at the Fishers Island Ferry District Office, PO Box H, Fishers Island, New York 06390 until 10:00 A.M., local time, May 18, 2007, and there, at said office, at said time, publicly opened and read aloud. This project generally consists of the removal and replacement of the existing airfield lights on the two intersecting runways along with the navigational aids that include four existing Precision Approach Path Indicators (P APIs) and four Runway End Identifier Light (REIL) systems. This shall also include replacement of the lighted windcone, seven obstruction lights and all associated cables, conduits, regulators and other electrical equipment associated with the airfield lighting system. It is anticipated that this project will commence on September 10, 2007. The Contract Documents, consisting of the Advertisement, General Provisions, Bid, Agreement, Special Provisions and Contract Drawings, may be obtained from the Town Clerk's Office, 53095 Main Road, Southold, New York (Elizabeth Neville @ 631-765-1800) or the Fishers Island Ferry District office on Fishers Island (Thomas Doherty @ 631-788-7463), upon deposit of fifty dollars ($50.00) per set (check only), payable to the Town of Southold. Any bidder, submitting a sealed bid, upon returning the drawings in good condition within thirty (30) days of the bid date will be refunded the full amount of his deposit. Non-bidders will not be refunded their deposits. Parties failing to conform to the above conditions within the prescribed allotted time shall forfeit their deposits as heretofore set forth and shall have no recourse against the Town of Southold for refunds of the Plans and Specifications deposit. Prospective bidders may contact Thomas Doherty, Port Manager of the Fishers Island Ferry District, to schedule a site visit to examine the project site. Any questions regarding this project may be directed to Benjamin R. Johnson of C&S Engineers, Inc. in Syracuse, NY, at (315) 455-2000, Fax (3]5) 455-9667. Copies of the above described Contract Documents may be examined at no expense at the Town Clerk's Office, 53095 Main Road, Southold, New York, and at the Office of C&S Engineers, Inc., 499 Col. Eileen Collins Boulevard, Syracuse, New York 13212 (3 ]5-455-2000), and at the Fishers Island Ferry District Office on Fishers Island. Each bid must be accompanied by a certified check or bid bond, in the amount often percent (10%) of the total maximum bid price (combination of base bid or alternate bid plus add-on items) for the contract in the form and subject to the conditions provided in the Preparation of Proposal. The Town Board of the Town of Southold reserves the right to reject any and all bids and waive any and all informalities 05/04 ADV-] I I I I I I I I I I I I I I I I I I I . . in any bid should it be deemed in the best interest of the Town of Southold to do so. All bids must be signed and sealed in envelopes plainly marked "BID ON AIRFIELD LIGHTING AT THE ELIZABETH AIRPORT" and submitted to the Town Clerk. The bid price shall not include any tax. federal, state. or local, from which the Town of Southold is exempt. Dated: April 27, 2007 ELIZABETH A. NEVILI..E SOUTHOLD TOWN CLERK END OF ADVERTISEMENT 05/04 ADV-2 I ~UANTITIES FOR CANV ASS OF BIDS . I ELIZABETH FIELD 211.010.001 I FISHERS ISLAND, NEW YORK AIRFIELD LIGHTING 02/27/07 BASE BID I ITEM FAA NO SPEC DESCRIPTION QUANTITY UNITS I I P-612 FIELD OFFICE 1 LS 2 L-I07 12-FOOT LIGHTED WIND CONE I EACH 3 L-107 REMOVAL OF EXISTING SEGMENTED CIRCLE I LS I 4 L-108 NO.8 A WG, 600V, IIC AIRPORT LIGHTING CABLE 50,000 LF 5 L-108 NO.8 A WG, 5KV, IIC AIRPORT LIGHTING CABLE 14,700 LF 6 L-108 NO.6 A WG , 600V, IIC XHHW GREEN JACKET CABLE 12,250 LF I 7 L-108 NO.6 A WG COUNTERPOISE WIRE 8,900 LF 8 L-108 NO.6 A WG COUNTERPOISE WIRE AND TRENCH 9,000 LF 9 L-I09 AIRPORT ELECTRICAL BUILDING EQUIPMENT I LS I 10 L-110 2-INCH DIA. PVC CONDUIT IN TURF 17,250 LF II L-1l5 ELECTRICAL PULLBOX 10 EACH 12 L-II9 SINGLE LED OBSTRUCTION LIGHT 3 EACH I 13 L-119 DOUBLE LED OBSTRUCTION LIGHT 4 EACH 14 L-1l9 OBSTRUCTION LIGHT TRANSFORMERlDISCONNECT I EACH 15 L-125 MEDIUM INTENSITY RIW LIGHTS, ON EXISTING BASE 63 EACH I 16 L-125 SPLICE CANS 60 EACH 17 L-125 RELOCATION OF EXISTING SPLICE CANS 4 EACH 18 L-125 REMOVAL OF EXISTING RIW LIGHTS 63 EACH I 19 L-125 MODIFICATION OF EXISTING GUIDANCE SIGN 8 EACH 20 L-125 PRECISION APPROACH PATH INDICA TOR (PAPI), RUNWAY 7 I LS 21 L-125 PRECISION APPROACH PATH INDICATOR (P API), RUNWAY 25 I LS I 22 L-125 PRECISION APPROACH PATH INDICA TOR (PAPI), RUNWAY 12 I LS 23 L-125 PRECISION APPROACH PATH INDICATOR (PAPI), RUNWAY 30 I LS 24 L-125 RUNWAY END IDENTIFIER LIGHT (REIL) SYSTEM, RUNWAY 7 I LS I 25 L-125 RUNWAY END IDENTIFIER LIGHT (REIL) SYSTEM, RUNWAY 25 I LS 26 L-125 RUNWAY END IDENTIFIER LIGHT (REIL) SYSTEM, RUNWAY 12 I LS 27 L-125 RUNWAY END IDENTIFIER LIGHT (REIL) SYSTEM, RUNWAY 30 I LS I 28 L-125 REMOVAL OF EXISTING REIL SYSTEM 4 EACH 29 L-125 REMOVAL OF EXISTING P API SYSTEM 4 EACH 30 L-125 J.D. TAGS FOR LIGHT UNITS 63 EACH I 31 M-lOO MAINTENANCE AND PROTECTION OF TRAFFIC I LS 32 M-150 PROJECT SURVEY & STAKEOUT I LS 33 M-200 MOBILIZATION (4% MAXIMUM) I LS I I I I PAGE-I I I I I I I I I I I I I I I I I I I I . . PROPOSAL FOR CONSTRUCTION OF THE AIRFIELD LIGHTING PROJECT AT ELIZABETH FIELD FISHERS ISLAND, NEW YORK TO: Fishel'll Island Ferry District PO Box H Fishel'lllsIand, New York 06390 The undersigned, as bidder, hereby declares that he/she has examined the site of the work and informed himself/herself fully in regard to all conditions pertaining to the place where the work is to be done; that he/she has examined and read the Contract Documents and Contract Drawings for the work and all addenda relative thereto furnished prior to the opening of bids; that he/she has satisfied himself/herself relative to the work to be performed. This project generally consists of the removal and replacement of the existing airfield lights on the two intersecting runways along with the navigational aids that include four existing Precision Approach Path Indicators (PAPls) and four Runway End Identifier Light (REIL) systems. This shall also include replacement of the lighted windcone, seven obstruction lights and all associated cables, conduits, regulators and other electrical equipment associated with the airfield lighting system. It is anticipated that this project will commence on September 10,2007. The bidder understands that the advertisement, located in the front of these Contract Documents, contains the location and a description of the proposed construction, as well as indicates the place, date, and time of the proposal opening; information about a Pre-Bid conference, if scheduled, is contained in the advertisement; a listing of estimated quantities is located in the front of these Contract Documents; the time in which the work must be completed shall be in accordance with the subsection titled FAILURE TO COMPLETE ON TIME of Section 80. If the bidder considers that the time to complete the work is inadequate, they should not submit a bid. The bidder understands the quantities for bid items listed on the proposal sheets are estimated quantities only for the purpose of comparing bids; any difference between these estimated quantities and actual quantities required for construction shall not be taken as a basis for claims by the Contractor for extra compensation; compensation will be based upon the unit prices and actual construction quantities. The bidder understands that the description under each item, being briefly stated, implies, although it does not mention, all incidentals and that the prices stated are intended to cover all such work, materials and incidentals as constitute bidder's obligations as described in the specifications and any details not specifically mentioned, but evidently included in the Contract shall be compensated for in the item which most logically includes it. The bidder understands that proposal guaranty shall be in the form of a bid bond or certified check in the amount of ten percent (10%) of this bid in accordance with the subsection titled BID GUARANTEE of Section20; the proposal guaranty shall become the property of the Owner in the event the Contract and bond(s) are not executed within the time above set forth, as liquidated damages for the delay and additional expense to the Owner caused thereby. The bidder agrees that upon receipt of written notice of the acceptance ofthis proposal, bidder will execute the Contract attached within 15 days and deliver a Surety Bond or Bonds as required by the subsection titled REQUIREMENTS OF CONTRACT BONDS OF Section 30. The bidder further agrees to commence construction with an adequate work force, plant and equipment on the date stated in the written notice to proceed and will progress therewith to its completion within the time stated, and in accordance with this Contract and Specification. ,,~ PROPOSAL-l - -- ------- - - - - - - -- ELIZABETH FIELD AIRFIELD LIGHTING BASE BID UNIT PRICE SCHEDULE FAA PRICE IN FIGURES ITEM SPEC ITEM AND DESCRIPTION UNIT PRICE TOTAL AMOUNT NO. NO. AND UNIT PRICE IN WORDS $ $ I P-612 FIELD OFFICE I LS FOR PER LS $ $ 2 L-W? 12-FOOT LIGHTED WIND CONE I EACH FOR PER EACH $ $ 3 L-IO? REMOVAL OF EXISTING SEGMENTED CIRCLE I LS FOR PER LS $ $ 4 L-W8 NO.8 AWG, 6OOV, IIC AIRPORT LIGHTING CABLE 50,000 LF FOR PER LF $ $ PROPOSAL - 2 - . . - -- -- - -- - - - ----- - - ELIZABETH FIELD AIRFIELD LIGHTING BASE BID UNIT PRICE SCHEDULE FAA PRICE IN FIGURES ITEM SPEC ITEM AND DESCRIPTION UNIT PRICE mTAL AMOUNT NO. NO. AND UNIT PRICE IN WORDS $ $ 5 L.l08 NO.8 AWG. 5KY. llC AIRPORT LIGHTING CABLE 14.700 LF FOR PER LF $ $ 6 L.W8 NO.6 A WG . 6ooy. VC XHHW GREEN JACKET CABLE 12.250 LF FOR PER LF $ $ 7 L.l08 NO.6 AWG COUNTERPOISE WIRE 8.900 LF FOR PER LF $ $ 8 Gl08 NO.6 A WG COUNTERPOISE WIRE AND TRENCH 9.000 LF FOR PER LF $ $ PROPOSAL. 3 - - . . - -- ------ - - - - - - - - - ELIZABETIl FIELD AIRFIELD LlGIITING BASE BID UNIT PRICE SCHEDULE FAA PRICE IN FIGURES ITEM SPEC ITEM AND DESCRIPTION UNIT PRICE TOTAL AMOUNT NO. NO. AND UNIT PRICE IN WORDS $ . $ 9 L-I09 AIRPORT ELECTRICAL BUILDING EQUIPMENT I LS FOR PER LS $ $ 10 L-11O 2-INCH DIA. PVC CONDUIT IN TURF 17.250 LF FOR PER LF $ $ II L-1I5 ELECTRICAL PULLBOX 10 EACH FOR PER EACH $ $ 12 L-1l9 SINGLE LED OBSTRUCTION LIGHT 3 EACH FOR PER EACH $ $ PROPOSAL-4 - . . - -- - - - - - -- -------- ELIZABETH FIELD AIRFIELD LIGHTING BASE BID UNIT PRICE SCHEDULE FAA PRICE IN FIGURES ITEM SPEC ITEM AND DESCRIPTION UNIT PRICE TOTAL AMOUNT NO. NO. AND UNIT PRICE IN WORDS $ $ 13 L-119 DOUBLE LED OBSTRUCTION LIGHT 4 EACH FOR PER EACH $ $ 14 L-119 OBSTRUCTION LIGHT TRANSFORMERlDISCONNECT I EACH FOR PER EACH $ $ 15 L-125 MEDIUM INTENSITY RJW LIGHTS. ON EXISTING BASE 63 EACH FOR PER EACH $ $ . 16 L-125 SPLICE CANS 60 EACH FOR PER EACH $ $ PROPOSAL-5 - . . - - - - - - - - -- - - -- - - - - ELIZABETH FIELD AIRFIELD LIGHTING BASE BID UNIT PRICE SCHEDULE FAA PRICE IN FIGURES ITEM SPEC ITEM AND DESCRIPTION UNIT PRICE TOTAL AMOUNT NO. NO. AND UNIT PRICE IN WORDS $ $ 17 L.125 RELOCATION OF EXISTING SPLICE CANS 4 EACH FOR PER EACH $ $ 18 L.125 REMOVAL OF EXISTING RIW LIGHTS 63 EACH FOR PER EACH $ $ 19 L.125 MODIFICATION OF EXISTING GUIDANCE SIGN 8 EACH FOR PER EACH $ $ 20 L.125 PRECISION APPROACH PATH INDICATOR (PAPI). RUNWAY 7 I LS FOR PER LS $ $ PROPOSAL. 6 - . . - - - - - -- - - - -- - - - - - - ELIZABETH FIELD AIRFIELD LIGHTING BASE BID UNIT PRICE SCHEDULE FAA PRICE IN FIGURES ITEM SPEC ITEM AND DESCRIPTION UNIT PRICE TOTAL AMOUNT NO. NO. AND UNIT PRICE IN WORDS $ $ 21 L-125 PRECISION APPROACH PATH INDICATOR (PAPI). RUNWAY 25 1 LS FOR PER LS $ $ 22 L-125 PRECISION APPROACH PATH INDICATOR (PAPI), RUNWAY 12 I LS FOR PER LS $ $ 23 L-125 PRECISION APPROACH PATH INDICATOR (PAPI), RUNWAY 30 I LS FOR PER LS $ $ 24 L-125 RUNWAY END IDENTIFIER LIGHT (REIL) SYSTEM, RUNWAY 7 I LS , FOR PER LS $ $ PROPOSAL. 7 - . . - - - - - - -- - - - - - - - - - - ELIZABETH FIELD AIRFIELD LIGHTING BASE BID UNIT PRICE SCHEDULE FAA PRICE IN FIGURES ITEM SPEC ITEM AND DESCRIPTION UNIT PRICE TOTAL AMOUNT NO. NO. AND UNIT PRICE IN WORDS $ $ 25 L-125 RUNWAY END IDENTIFIER LIGHT (REIL) SYSTEM. RUNWAY 25 I LS FOR PER LS $ $ 26 L-125 RUNWAY END IDENTIFIER LIGHT (REIL) SYSTEM. RUNWAY 12 I LS FOR PER LS $ $ 27 L-125 RUNWAY END IDENTIFIER LIGHT (REIL) SYSTEM. RUNWAY 30 ILS FOR PER LS $ $ 28 L-125 REMOVAL OF EXISTING REIL SYSTEM 4 EACH FOR PER EACH $ $ PROPOSAL - 8 - . . - - - - - - - - - - - - - - - - - - ELIZABETH FIELD AIRFIELD LIGHTING BASE BID UNIT PRICE SCHEDULE FAA PRICE IN FIGURES ITEM SPEC ITEM AND DESCRIPTION UNIT PRICE TOTAL AMOUNT NO. NO. AND UNIT PRICE IN WORDS $ $ 29 L-125 REMOVAL OF EXISTING PAPI SYSTEM 4 EACH FOR PER EACH $ $ 30 L-125 !.D. TAGS FOR LIGHT UNITS 63 EACH FOR PER EACH $ $ 31 M.IQO MAINTENANCE AND PROTECTION OF TRAFFIC I LS FOR PER LS $ $ 32 M-150 PROJECT SURVEY & STAKEOUT I LS FOR PER LS $ $ PROPOSAL - 9 - . . ------------------- FAA PRICE IN FIGURES ITEM SPEC ITEM AND DESCRIPTION UNIT PRICE TOTAL AMOUNT NO. NO. AND UNIT PRICE IN WORDS $ $ 33 M.200 MOBILIZATION (4% MAXIMUM) I LS FOR PER LS $ $ ELIZABETH FIELD AIRFIELD LIGHTING BASE BID UNIT PRICE SCHEDULE . . PROPOSAL. 10 ------------------- ELIZABETH FIELD AIRFIELD LIGHTING BASE BID TOTAL PRICE IN WORDS TOTAL PRICE IN FIGURES TOTAL CONTRACT $ - . Note: The successful bidder shall submit, in writing, a SCHEDULE OF VALUES in accordance with Section 30-02 AWARD OF CONTRACT. . PROPOSAL - II I I I I I I I I I I I I I I I I I I I . . The bidder states that this proposal is based upon prevailing wages in Suffolk County, New York and in no case are wages considered less than those predetermined by the State and Federal Departments of Labor, schedules of which are contained in the Contract Documents. The bidder proposes and agrees, if this Proposal is accepted, to contract in the form of contract specified with the Town of Southold (Owner), to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation and labor necessary to complete the construction of the Airfield Lighting project in full and complete accordance with the shown, noted, described and reasonably intended requirements of the Contract Documents and Contract Drawings, to the full and entire satisfaction of the above said Owner, with a definite understanding that no money will be allowed for extra work except as set forth in the attached Contract Documents, for the unit prices listed opposite each item. BIDDER: BY: (Signature) (SEAL) (Printed Name) DATE: COMPANY NAME: ADDRESS: PHONE NO: NOTE: If Contractor is a corporation, Secretary should attest. ATTEST: SECRETARY: (Signature) (Printed Name) ,,~ PROPOSAL-12 I I I I I I I I I I I I I I I I I I I . ATTACHMENTS TO PROPOSAL . BIDDER and hislher surety, where appropriate, have completed and executed the attached documents which are identified below. Contractor's Certification of Eligibility Non-Collusive Bidding Certificate Resolution for Corporate Bidders Buy American Preferences & Certificate Certifications: Certification Of Non-Segregated Facilities Certification Regarding Debarment, Suspension, Ineligibility And Voluntary Exclusion Certification for Receipt of Addenda Statement of Surety's Intent Disadvantaged Business Enterprise Requirements DBE Letter of Intent Form Labor Affidavits Prime Contractor's Certification 1106 PROPOSAL-I 3 I I I I I I I I I I I I I I I I I I I . . CONTRACTOR'S CERTIFICATION OF ELIGIBILITY The bidder/offeror certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. The bidder/offeror further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offer/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. That, the information above is true and complete to the best of my knowledge. Printed Name and Title Signature Date NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.c. 1001. The full names and residences of all persons interested in this proposal as principals are as follows: (This form must be completed and submilled with the Proposal,) '''' PROPOSAL-14 I I I I I I I I I I I I I I I I I I I . . NON.COLLUSIVE BIDDING CERTIFICATE The Signer of this Bid declares: A. That he/she has carefully examined the annexed form of the Agreement and Contract. B. Pursuant to Section 103-d of the General Municipal Law, by submission of th.is Bid, each Bidder and each person signing on behalf of any Bidder certifies, and in the case of a joint Bid each party thereto certifies as to its own organization, under penalty of perjury, that to the best of knowledge and belief: I. The prices in this Bid have been arrived at independently without collusion, consultation, communication or agreement, for the purpose of restricting competition, as to any matter relating to such prices with any other Bidder or with any competitor; 2. Unless otherwise required by law, the prices which have been quoted in this Bid have not been knowingly disclosed by the Bidder, and will not knowingly be disclosed by the Bidder prior to opening, directly or indirectly, to any other Bidder or to any competitor; and 3. No attempt has been made or will be made by the Bidder to induce any other person, partnership or corporation to submit or not to submit a Bid for the purpose of restricting competition. I hereby affirm under the penalties of perjury that the foregoing statement is true. Affix Seal if Principal is Corporation BIDDER: BY: TITLE: STATE OF NEW YORK) SS: COUNTY OF ) On the day of ,20_, before me personally came to me known, who, being by me duly sworn, did swear and affirm that he/she resides at ; that he/she is the of the Bidder herein and signs the foregoing Non-Collusive Certification on behalf of such Bidder; that he/she executed the foregoing Non-Collusive Certification; and that, to the best of his knowledge and belief, the statement made in the foregoing Non- Collusive Certification is true. NOTARY PUBLIC MY COMMISSION EXPIRES: (This form must be completed and submitted with the Proposal.) ,,~ PROPOSAL-IS I I I I I I I I I I I I I I I I I I I . . RESOLUTION FOR CORPORATE BIDDERS RESOLVED, that be authorized (Name of Officer) to sign and submit the bid or proposal of this corporation for the following project: AIRFIELD LIGHTING and to include in such bid or proposal the certificate as to non-collusion required by section one hundred three-d of the General Municipal Law as the act and deed of such corporation, and for any inaccuracies or misstatements in such certificate this corporale bidder shall be liable under penalties of perjury. The foregoing is a true and correct copy of the resolution adopted by Corporation at a meeting of its Board of Directors held on the day of ,20 . (Secretary) (Seal) (This form must be completed and submitted with the Proposal.) 1106 PROPOSAL-16 I I I I I I I I I I I I I I I I I I I . . BUY AMERICAN PREFERENCES (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. (I) 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: I. that the US 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 US 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. BUY AMERICAN CERTIFICATE By submitting a bid/proposal under this solicitation, except for those items listed by the offeror below or on a separate and clearly identified attachment to this bid/proposal, the offeror certifies that steel and each manufactured product, are produced in the United States, as defined in the clause Buy American - Steel and Manufactured Products for Construction Contracts) and that components of unknown origin are considered to have been produced or manufactured outside the United States. Offerors may obtain from the owner a listing of articles, materials and supplies excepted from this provision. PRODUCT COUNTRY OF ORIGIN (This form must be completed and submitted with the Proposal.) ,,,. PROPOSAL-17 I I I I I I I I I I I I I I I I I I I . . CERTIFICATIONS BIDDER'S NAME: ADDRESS: TELEPHONE NO.: FAX NO. IRS EMPLOYER IDENTIFICATION NUMBER: CERTIFICATION OF NON-SEGREGATED FACILITIES - 41 CFR PART 60-1.8 CERTIFICATION OF NONSEGREGATED FACILITIES: The federally-assisted construction contractor certifies that she or he does not maintain or provide. for his employees. any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally- assisted construction contractor certifies that she or he will not maintain or provide. for his employees, segregated facilities at any of his establishments and that she or 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" meaps any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, timedocks, 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 directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local custom, or any other reason. The federally-assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or 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 she or he will retain such certifications in his files. NOTICE TO PROSPECTIVE FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS: I. A Certification of Non-segregated Facilities shall 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 $1 0,000 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 D.S.C. 1001. IIQ6 PROPOSAL-I 8 I I I I I I I I I I I I I I I I I I I . . NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENTS FOR CERTIFICATION OF NON-SEGREGATED FACILITIES: I. A Certification of Non-segregated Facilities shall 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 tq 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 D.S.C. 1001. CERTIFICA nON REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION The bidder certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. Printed Name & Title: Signature: Date: (This form must be completed and submitted with the Proposal.) "" PROPOSAL-19 I I I I I I I I I I I I I I I I I I I . . CERTIFICA nON FOR RECEIPT OF ADDENDA Receipt of the following Addenda is acknowledged: ADDENDUM NO.: ADDENDUM NO.: ADDENDUM NO.: 1.116 DATED: DATED: DATED: (Finn or Corporation Making Bid) (Signature of Authorized Person) P.O. Address: Dated: (This form must he completed aud submitted with the Proposal.) PROPOSAL-20 I I I I I I I I I I I I I I I I I I I . . STATEMENT OF SURETY'S INTENT TO: Town of Southold We Have Reviewed The Bid of (Contractor) of (Address) for Airfield Lighting Bids for Which Will be Received On: (Bid Opening Date) and wish to advise that should this Bid of the Contractor be accepted and the Contract awarded to him, it is our present intention to become surety on the performance bond and labor and material bond required by the Contract. Any arrangement for the bonds required by the Contract is a matter between the Contractor and ourselves and we assure no liability to you or third parties if for any reason we do not execute the requisite bonds. We are duly authorized to do business in the State of ATTEST: Surety's Authorized Signature(s) (Corporate seal, if any. If no seal, write "No Seal" across this place and sign.) ATTACH PROPOSAL GUARANTEE A TT ACH POWER OF ATTORNEY (This fonn must be complete and snbmitted with the Proposal. Copies of this fonn may be filled out and attached to this page.) ,,. PROPOSAL-21 Age of Firm: I Annual Gross Receipts of Firm: IRS Number: I I I I I I I I I I I I I I I I I I . . DlSADV ANT AGED BUSINESS ENTERPRISE (DBE) REQIDREMENTS The requirements of 49 CFR Part 26, Regulations ofthe U.S. Department of Transportation, apply to this contract. It is the policy of the Owner to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. All firnis qualifying under this solicitation are encouraged to submit proposals. A ward of this contract will be conditioned upon satisfying the DBE requirements of this contract. These requirements apply to all bidders, including those who qualify as a DBE. A DBE utilization goal of 2.4% has been established for this contract. The bidder shall make good faith efforts, as defined in Appendix A, 49 CFR Part 26, to meet the contract goal for DBE participation in the performance of this contract. Within 15 days after the ooenine of bids and before award of the contract, all bidders wishing to remain in competition for award of this contract shall submit a DBE Participation Plan to the Owner. A DBE Letter OfIntent Form is included on the following page to assist in completing the Plan. CERTIFICATION OF BIDDER: The undersigned bidder will satisfy the DBE requirements of these specifications in the following manner (please check the appropriate space): The bidder is committed to meeting the DBE utilization goal stated above on this contract. The bidder, if unable to meet the DBE utilization goal stated above, is committed to a minimum of _ % DBE utilization on this contract, and will submit documentation demonstrating good faith efforts. Name of Bidders Firm: Street Address: City/State/Zip: Bidder's Status: DBE: 0 Non-DBE: 0 Signature and Title (This fonn must be completed and submitted with the Proposal.) llIl6 PROPOSAL-22 I I I I I I I I I I I I I I I I I I I . . DBE LETTER OF INTENT FORM (Submit one form for each DBE subcontractor.) Name of Bidder's Firm: Street Address: City/State/Zip: Name ofDBE firm: Street Address: City/StatelZip: Telephone: Description of work to be performed by DBE firm: The bidder is committed to utilizing the above-named DBE firm for the work described above. The estimated dollar value of this work is $ Allinnation: The above-named DBE firm affirms that it will perform the portion of the contract for the estimated dollar value as stated above. By: (Title) (Signature) If the hidder/offeror does not receive award of the prime contract, any and all representations in this Letter of Intent and Allinnation shall he null and void. ,,~ PROPOSAL-23 I I I I I I I I I I I I I I I I I I I . . LABOR AFFIDAVITS NEW YORK ST ATE LAWS OF 1988 A. The following outlines the certification and reporting procedures required by the Office of the State Comptroller to implement Chapter 698, Laws of 1988 (Labor Affidavits) for all public improvement contracts let (bid opening date) after March I, 1989. I. The prime contractor must provide each subcontractor with a copy of the schedule of wages and supplements specified in the contract before the subcontractor's work is started. 2. The prime contractor must immediately obtain tho: subcontractor's certification. Such certification must be maintained by the prime contractor until the final payment is requested. The prime contractor's and subcontractor's certification forms are on the following three (3) pages. 3. If revised schedules of wages and supplements are issued, the prime contractor must provide each subcontractor with such revised schedules and obtain a revised subcontractor's certification. 4. The prime contractor must submit a labor affidavit in support of the payment of wages to its own employees. 5. The subcontractor's certification (s) and the prime contractor's affidavit must be submitted to the Stale Comptroller's Office with the prime contractor's final payment request. Failure to obtain and provide the required certifications will delay the contractor's final payment. NOTE: The term subcontractor applies to both subcontractors of the contractor and subcontractors of a subcontractor. ,,~ PROPOSAL-24 I I I I I I I I I I I I I I I I I I I . . PRIME CONTRACTOR'S CERTIFICATION (NEW YORK STATE LABOR LAW, SECTION 220.8) 1. That I am an officer of make this affidavit on behalf of the prime contractor on public contract No. and am duly authorized to 2. That I fully comprehend the terms and provisions of Section 220-a of the Labor Law. 3. That, except as herein stated, there are no amounts due and owing to or on behalf of laborers employed on the project by the contractor. (Set forth any unpaid wages and supplements, if none, so state). NAME AMOUNT 4. That the contractor hereby files every verified statement required 10 be obtained by the contractor from the subcontractors. 5. That, upon information and belief, except as stated herein, all laborers (exclusive of executive or supervisory employees) employed on the project have been paid the prevailing wages and supplements for their services through , the last day worked on the project by their subcontractor. (Set forth any unpaid wages and supplements, if none, so state and utilize clause 5A (below). NAME AMOUNT (5A) That the contraclor has no knowledge of amounts owing to or on behalf of any laborers of its subcontractors. 1106 PROPOSAL-25 I I I I I I I I I I I I I I I I I I I . . 6. In the event it is determined by the Commissioner of Labor that the wages or supplements or both of any such subcontractors have not been paid or provided pursuant to the appropriate schedule of wages and supplements, then the contractor shall be responsible for payment of such wages and supplements pursuant to the provision of Section 223 of the Labor Law. SIGNATURE PRINT NAME TITLE ACKNOWLEDGMENT: STATE OF NEW YORK. COUNTY OF } 55: On the day of in the year 20_, before me, the undersigned, a Notary Public in and for said State, personally appeared , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hislher/their capacity(ies), and that by hislher/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. Notary Public If this affidavit is verified by an oath administered by a notary public in a foreign country other than Canada, it must be accompanied by a certificate authenticating the authority of the notary who administers the oath. (See CPLR Section 2309 (c); Real Property Law, Section 311, 312). 1106 PROPOSAL-26 I I I I I I I I I I I I I I I I I I I . . SUBCONTRACTOR'S CERTIFICATION (NEW YORK STATE LABOR LAW, SECTION 220-a) I. That I am an officer of a subconlTactor on public conlTact No. and I am duly authorized to make this affidavit on behalf of the firm. 2. That I make this affidavit in order to comply with the provisions of Section 220-a of the Labor Law. 3. That on we received from ' the prime conlTactor, a copy of the initiaUrevised schedule of wages and supplements Prevailing Rate Case Number (PRC) specified in the public improvement conlTact. 4. That I have reviewed such schedule(s), and agree to pay the applicable prevailing wages and to payor provide the supplements specified therein. SIGNATURE PRINT NAME TITLE ACKNOWLEDGMENT: STATE OF NEW YORK. } SS: COUNTY OF On the day of in the year 20_, before me, the undersigned, a Notary Public in and for said State, personally appeared , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hislher/theircapacity(ies), and that by hislher/their signature(s) on the inslrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. Notary Public If this affidavit is verified by an oath administered by a notary public in a foreign counlry other than Canada, it must be accompanied by a certificate authenticating the authority of the notary who administers the oath. (See CPLR Section 2309 (c); Real Property Law, Section 311, 312). END OF PROPOSAL 1N6 PROPOSAL-27 I . . I AGREEMENT I I THIS AGREEMENT, made effective this Southold, New York, Party of the First Part, day of ,20_, is by and between the Town of and I having an address at hereinafter designated as the Contractor, Party of the Second Part. I WITNESSETH: That the Parties hereto, each in consideration of the agreements on the part of the other herein contained, have mutually agreed and hereby mutually agree, that the Party of the First Part for itself and its successors, and the Party of the Second Part for itself and its successors, hislher or their executors, administrators, and assigns, as follows: 1 I Article 1. This Agreement along with the Advertisement, the Proposal, the Performance Bond, the Payment Bond, any required insurance certificates, the Specifications, the Contract Drawings, and all interpretations of or addenda to the Contract Documents issued by the Owner, or by the Engineer with the approval of the Owner shall constitute the Contract. I The Table of Contents, Headings, and Titles contained herein and in said documents are solely to facilitate reference to various provisions of the Contract Documents and in no way affect, limit, or cast light on the interpretation of the provisions to which they refer. I I I I I I I Article 2. The Contractor shall construct the Airfield Lighting project in accordance with the Contract. Article 3. In consideration of the payments to be made as hereinafter provided, and of the performance by the Owner of all of the matters and things to be performed by the Owner as herein provided, the Contractor agrees, at his or its sole cost and expense, to perform all the labor and services, and to furnish all the labor and materials, plant. and equipment, necessary to complete, and to complete in good, substantial workmanlike and approved manner, the Work described in Article 2 hereof, within the time specified and in accordance with the terms, conditions, and provisions of the Contract and with the instructions, orders, and direction of the Engineer made in accordance with the Contract. Article 4, The Owner agrees to pay, and the Contractor agrees to accept as full compensation, for all Work done. and materials furnished. and also for all costs and expenses incurred and loss or damages sustained by reason ofthe action of the elements, or growing out of the nature of the Work, or from any unforeseen obstruction or difficulty encountered in the prosecution of the Work, and for all risks of every description connected with the suspension or discontinuance of the Work as herein specified, and for faithfully completing the Work, and the whole thereof. as herein provided, and for maintaining the Work in good condition until the final payment is made, the prices stipulated in the Proposal hereto attached. Article S. If the Contractor shall fail to comply with any of the terms, conditions, provisions, or stipulations of the Contract, according to the true intent and meaning thereof, then the Owner may make use of any or all remedies provided in its behalf in the Contract and shall have the right and power to proceed in accordance with the provisions thereof. Article 6. The following alterations and addenda have been made to and included in the Contract before it was signed by the Parties: I I I lltlo AGR-I I . . I I IN WITNESS WHEREOF, the parties to this Agreement have hereunto set their hands and seals and have executed this Agreement, and five (5) copies, the day and year first above-wrilten. I TOWN OF SOUTHOLD I By: (SEAL) I I I I (Name and title) CONTRACTOR By: (SEAL) (Name and title) I I I I I I I I I I 1!O/i AGR-2 I I I I I I I I I I I I I I I I I I I . . ACKNOWLEDGMENT OF OFFICER OR OWNER ATTESTING CONTRACT STATE OF } SS: COUNTY OF On the day of in the year 20_, before me, the undersigned, a Notary Public in and for said State, personally appeared , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is (are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/theircapacity(ies), and that by his/her/their signature(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. Notary Public ACKNOWLEDGMENT OF CONTRACTOR, IF A CORPORATION STATE OF } SS: COUNTY OF On the day of in the year 20_, before me, personally came to me known, who, being by me duly sworn, did depose and say that he/she/they residers) in ; that he/she/they is( are) the of the the corporation described in and which executed the above instrument; and that he/she/they know(s) the seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by authority of the board of directors of said corporation, and that he/she/they signed his/her/their name(s) thereto by like authority. Notary Public II\l6 AGR-3 I I I II I I I I I I I I I I I I I I I . . ACKNOWLEDGMENT OF CONTRACTOR, IF OTHER THAN A CORPORATION STATE OF } SS: COUNTY OF On the day of in the year 20_, before me, the undersigned, a Notary Public in and for said State, personally appeared , personally known to me or proved to me on the basis of satisfactory evidence to be the individual(s) whose name(s) is(are) subscribed to the within instrument and acknowledged to me that he/she/they executed the same in histher/their capacityOes), and that by histher/their signatore(s) on the instrument, the individual(s), or the person upon behalf of which the individual(s) acted, executed the instrument. Notary Public CERTIFICATE OF OWNER'S ATTORNEY !, the undersigned, representative of the Owner, do hereby certify as follows: ,the duly authorized and acting legal ! have examined the foregoing Contract and surety bond and the manner of execution thereof, and! am of the opinion that each of the aforesaid Agreements has been duly executed by the proper parties thereto acting through their duly authorized representatives; that said representatives have full power and authority to execute said Agreements on behalf of the respective parties named therein; and that the foregoing Agreements constitute valid and legally binding obligations upon the parties executing the same in accordance with the terms, conditions. and provisions thereof. Owner's Attorney Date END OF AGREEMENT 1106 AGR-4 I I I I I I I I I I I I I I I I I I I . . SECTION 10 - DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, or 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 AlP. 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; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas, and includes a heliport. The name of the Airport for this Project is Elizabeth Field. 10-07 ASTM. The American Society for Testing and Materials. 10-08 AWARD. The acceptance, by the Owner, of the successful bidder's proposal. 10-09 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon. 10-11 CALENDAR DAY. Every day shown on the calendar. 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the contract. 10-13 CONTRACT The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: the Advertisement; the Proposal; the Agreement; the Performance Bond; the Payment Bond; any required insurance certificates; the Specifications; the Contract Drawings; and any addenda issued to bidders. 10-14 CONTRACT DOCUMENTS. Contract Documents shall include, but is not limited to the Advertisement, the Proposal, the Agreement, and the Specifications. 10-15 CONTRACT DRAWINGS. See definition of "Plans". 10-16 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-17 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for 1106 OP 10-1 . . 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. 10-18 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. 10-19 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-20 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering inspection of the contract work and acting directly or through an authorized representative. The Engineer for this project is C&S Engineers, Inc., 499 Col. Eileen Collins Boulevard, Syracuse, New York 13212. 10-21 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. 10-22 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. 10-23 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. 10-24 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. They may be obtained from: DODSSP Standardization Document Order Desk 700 Robbins Avenue, Bldg. 4D Philadelphia, PA 19111-5094 10-25 FORCE ACCOUNT. Force account construction work is construction that is accomplished through the use of material, equipment, labor, and supervision provided by the Owner or by another public agency pursuant to an agreement with the Owner. 10-26 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections andlor tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-27 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-28 LABORATORY. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. 10-29 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or [roo GP 10-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . 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. 10-30 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. 10-31 MATERIALS. Any substance specified for use in the construction of the contract work. 10-32 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. 10-33 OWNER. The term "Owner" shall mean the party of the first part or the contracting agency signatory to the contract. For AlP contracts, the term "Sponsor" shall have the same meaning as the term "Owner." Where the term "Owner" is capitalized in this document, it shall mean airport owner or sponsor only. Whenever the words "Owner", "Sponsor", "Town of Southold", or "Party of the first part" are used, the same are understood to mean the Town of Southold, New York or its representative duly authorized to act. 10-34 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-35 PAYMENT BOND. The approved form of security furnished by the Contractor and hislher 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. 10-36 PERFORMANCE BOND. The approved form of security furnished by the Contractor and hislher surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-37 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. 10-38 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-39 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. 10-40 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract if hislher proposal is accepted by the Owner. 10-41 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-42 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. 10.43 SPONSOR. See definition above of "Owner." 10-44 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. 10-45 SUBCONTRACTOR. The subcontractor refers any individual, firm, or corporation to whom the contractor, 1106 GP 10-3 . . with approval of the Owner, sublets any part of work. 10-46 SUBGRADE. The soil that forms the pavement foundation. 10-47 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. 10-48 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the Owner covering (I) 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. 10-49 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 10-50 T AXIW A Y. 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. 10-51 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. 10-52 WORKING DAY. A Working Day shall be defined as an eight (8) hour shift on any day other than a legal holiday, Saturday, or Sunday. One Working Day shall be charged against Contract Time for any Working Dayan which the Contractor is able to proceed with work for at least six (6) hours toward completion of the Contract. One- half Working Day shall be charged against Contract Time for any Working Dayan which the Contractor is able to proceed with work for at least three (3) hours toward completion of the Contract. Legal holidays, Saturdays and Sundays on which the Contractor engages in work, requiring the presence of an inspector, will be considered Working Days. Working Days will not be charged against Contract Time if work is suspended for causes beyond the Contractor's control. 10-53 TECHNICAL SPECIFICA nONS. Any reference that is made to a technical specification shall be the same though the reference was made to a special provision. END OF SECTION 10 1106 GP 10-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . SECTION 20 - PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (Notice to Bidders). See the Advertisement located in the front of these Contract Documents. 20-02 PREQUALIFICA TION OF BIDDERS. Each bidder shall furnish the owner satisfactory evidence of competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of the following: A. A list of equipment that would be available for the work. B. A list of key personnel that would be available for the work. C. A list of the categories of work to be performed by the bidder's work force. D. A list of construction projects completed in the past five years. The list shall include the project name, completion date, total contract value, value of bidder's portion of the work, engineer and owner contact information (names and phone numbers). E. A list of construction projects in progress and under contract including the project name, percent complete, estimated completion date, total contract value, value of bidder's portion of the work, engineer and owner contact information (names and phone numbers). In addition, each bidder shall furnish the owner satisfactory evidence of 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 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 the bidder's true financial condition at the time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State Highway Division and is on the current "bidder's list" of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore specified. Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner at the time of bid opening. 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. C. Contractor default under previous contracts with the Owner. D. Unsatisfactory work on previous contracts with the Owner. 20-05 INTERPRET A TION 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 ,,- GP20-l . . quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the Owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner. 20-07 PREPARATION OF PROPOSAL. DO NOT REMOVE the Proposal from the Contract Documents. All Contract Documents, must be submitted with the bid. The bidder shall submit the proposal on the forms furnished by the Owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals for which he proposes to do each pay item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. Prices shall be written in whole dollars and cents. The extended total amount of each item should not be rounded. The bidder shall sign the proposal correctly and in ink. If the proposal is made by an individual, the person's 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 authority to do so and that the signature is binding upon the firm or corporation. 20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: A. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the proposal form is detached. B. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that 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 PROPOSAL GUARANTEE. Each separate proposal shall be accompanied by a certified check or bid bond, in the amount of five percent (10%) of the total maximum bid price (combination of base bid or alternate bid, plus add-on bids) for the proposal. Such certified check or bid bond shall be made payable to the Town of Southold. llU6 OP 20- 2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 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. The official time shall be kept locally by Owner. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the Owner in writing or by telegram before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: A. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. B. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder. C. If the bidder is considered to be in "default" for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section. 20-14 ADDENDA AND INTERPRETATION. No interpretation of the meaning of the Contract Documents, Contract Drawings or other portions of the Contract will be made orally. Every request for such interpretation must be in writing and addressed to C&S Engineers. Inc., 499 Co!. Eileen Collins Boulevard, Syracuse, New York 13212, and to be given consideration must be received at the above address at least seven (7) days prior to the date fixed for opening of bids. Any and all such interpretations and any supplemental instructions will be in the form of written addenda, which, when issued, will be sent by certified mail with return receipt requested, or by confirmed facsimile to all holders of Contract Documents at the respective addresses furnished for such purposes, not later than twenty- four (24) hours prior to the date fixed for the opening of bids. Failure of any Bidder to receive any such addenda or interpretation shall not relieve said Bidder from any obligation under his bid as submitted. All addenda so issued shall become part of the Contract. 20-15 SALES TAX EXEMPTION. The Owner is exempt from payment of Sales and Compensating Use Taxes of the State of New York and of cities and counties on all materials and supplies sold to the Owner pursuant to the provisions of this Contract. These taxes are not to be included in bids. This exemption does not, however, apply to tools, machinery, equipment or other property leased by or to the Contractor or a Subcontractor to materials and supplies of any kind which will not be incorporated into the completed project, and the Contractor and his Subcontractors shall be responsible for and pay any and all applicable taxes including Sales and Compensating Use Taxes on such leased tools, machinery, equipment or other property or on such unincorporated materials and supplies. and the provisions set forth below will not be applicable to such tools, machinery. equipment. property and unincorporated materials and supplies. The Contractor agrees to sell, free of encumbrances, and the Owner agrees to purchase all of the materials and supplies (except as above set forth) required, necessary or proper for or incidental to the construction of the Project covered by this agreement. Title to all materials and supplies to be sold by the Contractor to the Owner, pursuant to the provisions of the Contract, shall immediately vest in and become the sole property of the Owner upon delivery of such materials and supplies to the Project site. The Contractor shall mark or otherwise identify all such materials and supplies as the property of the Owner. The Contractor, at the request of the Owner, shall furnish to the Owner such confirmatory bills of sale and other instruments as may be required by it, properly executed, acknowledged and delivered, confirming to the Owner. title to such materials and supplies free of encumbrances. I'. GP 20- 3 . . In the event that after title has passed to the Owner any of such materials and supplies are rejected as being defective or otherwise unsatisfactory, title to all such materials and supplies shall upon such rejection revest in the Contractor. The sum paid under this Agreement shall be deemed to be in full consideration for the performance by the Contractor of all his duties and obligations under this Agreement in connection with said sale. The Contractor agrees to construct the Project and to furnish and perform all work and labor required, necessary or proper for or incidental thereto, except that the materials and supplies sold to the Owner under the preceding paragraph shall be furnished by the Owner to the Contractor for use in the performance of said work and labor, and the sum paid pursuant to this Agreement shall be deemed to be in full consideration for the performances by the Contractor of all his duties and obligations under this Agreement in connection with said work and labor. The purchase by the Contractor of the materials and supplies sold hereunder will be a purchase or procurement for resale to the Owner (an organization described in subdivision (a) of Sec. 1116 of the Tax Law of the State of New York) and therefore not subiect to the New York State Sales or Compensating Use or anv such taxes of cities and counties. The sale of such materials and supplies by the Contractor to the Owner will not be subject to the aforesaid Sales and Compensating Use Taxes. The purchase by Subcontractors of materials and supplies to be sold hereunder will also be a purchase or procurement for resale to the Contractor (either directly or through other Subcontractors), and ultimately to the Owner, and therefore not subject to the aforesaid Sales and Compensating Use Taxes, provided that the Subcontract Agreements provide for the resale of such materials and supplies prior to and separate and apart from the incorporation of such materials and supplies into the permanent construction and that such Subcontract Agreements are in a form similar to this Contract with respect to the separation of the sale of materials and supplies from the work and labor to be provided. If as a result of such sale of materials and supplies (I) any claim is made against the Contractor or any Subcontractor by the State of New York or any city or county for Sales or Compensating Use Taxes on the aforementioned materials and supplies or (2) any claim is made against the Contractor or any Subcontractor by a materialman or a Subcontractor on account of a claim against such materialman or Subcontractor by the State of New Yark or any city or county for Sales or Compensation Use Taxes on the aforementioned materials and supplies, then, if the Contractor and Subcontractor have complied with the provisions of this Contract relating thereto, the Owner will reimburse the Contractor or any Subcontractor. as the case may be, for an amount equal to the amount of such tax required to be paid in accordance with the requirements of law, orovided that: A. I. The Subcontract Agreements in connection with this Contract, provide for the resale of such materials and supplies. prior to and separate and apart from the incorporation of such materials and supplies into the permanent construction. 2. Such Subcontract Agreements are in a form similar to this Contract with respect to the separation of the sale of materials and supplies from the other work and labor to be provided, and 3. Such separation is actually followed in practice, including the separation of payments for materials and supplies from the payments for other work and labor, and B. The Contractor and his Subcontractors and materialmen complete New York State Sales Tax Form STl20.1. (Contractor Exempt Purchase Certificate), and furnish such certificate to all persons, firms or corporations from which they purchase materials and supplies for the performance of the work covered by this Contract, and C. The Contractor and all Subcontractors maintain and keep, for a period of six (6) years after the date of final payment for the sale, or, if a claim for Sales or Compensating Use Tax is pending or threatened at the end of such six (6) year period, until such claim is finally settled, records, which in the judgment of the Department of Taxation and Finance, adequately show (I) all materials and supplies purchased by them for resale, pursuant to the provisions of this Contract and (2) all materials and supplies sold to the Owner pursuant to the provisions of this Contract, and ''''' OP 20-4 I I I I I I I I I I I I I I I I I I I I . . I I D. The Owner is afforded the opportunity, before any payment of tax is made, to contest said claim in the manner and to the extent that the Owner may choose and to settle or satisfy said claims, and such attorney as the Owner may designate is authorized to act for the purpose of contesting, settling and satisfying said claim, and E. The Contractor and Subcontractor give immediate notice to the Owner of any such claim, cooperate with the Owner and its designated attorney in contesting said claim and furnish promptly to the Owner and said attorney all information and documents necessary or convenient for contesting said claim, said information and documents to be preserved for six (6) years after date of final payment for the sale, or if such a claim is pending or threatened at the end of such six (6) years, until such claim is finally settled. If the Owner elects to contest any such claim, it will bear the expense of such contest. I I Nothing in this Article is intended or shall be construed as relieving the Contractor from his obligations under this Agreement and the Contractor shall have the full continuing responsibility to install the materials and supplies purchased in accordance with the provisions of this Contract, to protect the same, to maintain them in proper condition and to forthwith repair, replace and make good any damage thereto without cost to the Owner until such time as the work covered by the Contract is fully accepted by the Owner. I I END OF SECTION 20 I I I I I I I I I I I I IIll6 GP 20-5 I I I I I I I I I I I I I I I I I I I . . SECTION 30 - A WARD AND EXECUTION OF CONTRACT 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers. the unit price written in words shall govern. Until the award of a contract is made, the Owner reserves the right to reject a bidder's proposal for any of the following reasons: A. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 20. B. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals, to award only the Base Bid, to award only an Alternate Bid (if any), or to award either the Base Bid or the Alternate Bid plus any or all Add-On Bids (if any), waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the Owner's best interests. 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 45 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. A ward of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner. Where alternates or add-on items are included in the bid, the lowest qualified bidder will be determined by comparison of the base bid or alternate bid, or combination of base bid or alternate bid plus add-on items which are chosen by the Owner to be awarded, Prior to notification of award of contract (or intend to award), the apparent successful bidder shall submit a Schedule of Values in writing to the Engineer showing the following information: I. For each lump sum bid item: Provide a breakdown of values for major products, assemblies or operations, indicating separate amounts for (a) purchased materials, (b) labor, and (c) construction equipment, which total to the lump sum price bid for each item. 2. For each unit price bid item: Provide a breakdown of values for the unit price allocated to (a) purchased materials, (b) labor, and (c) construction equipment which total to the unit price bid for each item. The Schedule of Values will be reviewed by the Engineer. Any additional detail or justification for cost distribution shall be provided by the apparent successful bidder upon request. The Schedule of Values shall serve to assist the Engineer in determining if change order costs are reasonable, and as a basis for computing progress payments during construction for installed portions of lump sum items. 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 contracts bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. 1106 GP30-1 . . 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 that have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. The successful bidder shall submit in triplicate, a surety bond guaranteeing the performance of the work equal to one hundred percent (100%) of the amount of the Contract awarded, and a surety bond guaranteeing the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work equal to one hundred percent (100%) of the amount of the Contract awarded. 30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is recommended. 49 CFR Part 26 provides that each contract the owner signs with a contractor (and each subcontract the prime contractor signs with a subcontractor) shall include the following assurance: "The contractor. sub-recipient or subcontractor shall not discriminate on the basis of face, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of Department of Transportation (DOT) assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate." 30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the Owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the Owner. END OF SECTION 30 IID6 OP 30- 2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . 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 that 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 that 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 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 increase or decrease 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 nonperformed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called "Extra Work." Extra Work that is within the general scope of the contract shall be covered by written change order. Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such Extra Work. Extra work to be performed on the basis of agreed prices where no applicable unit or lump sum prices have been included in the Contract shall be based upon the Contractor's price analysis for the work. The price analysis will be completed as outlined in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. 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. 1106 GP40-1 . . Extra Work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the airport with respect to his/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, f1agperson, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the Owner when so utilized in the work. 1106 GP 40-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at histher 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 hislher 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 rentoved 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 histher exercise of option A., B.. or C. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-08 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. 40-09 DEBRIS. The Contractor shall remove all debris and rubbish resulting from his work at frequent intervals, on the order of the Engineer. Upon completion, leave the premises broom-clean and everything in perfect order and repair. Upon neglect or refusal of Contractor to keep the premises clean, the Engineer shall have the authority to have such work performed, and the cost of the same shall be charged to the Contractor in default and collected from any monies which have or may become due on this Contract; and the Engineer shall issue no certificates of payment on the Contract until premises are clean, in good order, and all claims created properly adjusted. END OF SECTION 40 1/1J6 GP 40-3 I I I I I I I I I I I I I I I I 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. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements. 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 that will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority, after consultation with the FAA, 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. The Engineer will not be responsible for the Contractor's means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited FAA advisory circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. 110<\ GPSO-I . . 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with five copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The 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. 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 anyone 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, tinancial 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 Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either his/her own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or his/her employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. The Contractor will be required to furnish all lines, grades and measurements from the control points necessary for the proper prosecution and control of the work contracted for under these specifications. If requested by the Engineer, the Contractor must give weekly copies of the survey notes to the Engineer so that the Engineer may check them as to accuracy and method of staking. All areas that are staked by the Contractor must be checked by the Engineer prior to beginning any work in the area. The Engineer will make periodic checks of the grades and alignment set by the Contractor. In case of error on the part of the Contractor, or his/her employees, resulting in establishing grades and/or alignment that are not in accordance with the plans or established by the Engineer, all construction not in accordance with the established grades and/or alignment shall be replaced without additional cost to the Owner. Additional construction staking and layout may be required by technical specifications. Construction layout and staking, at a minimum, includes but is not limited to: A. Clearing and Grubbing perimeter staking. B. Rough Grade slope stakes at IOO-foot stations. C. Drainage Swales slope stakes and flow line stakes at 50-foot stations. D. Subgrade stakes at 25 foot stations and 25 foot offset distance (max.) for the following section locations: I. Runway - minimum 5 per station 2. Taxiways - minimum 3 per station 3. Holding apron areas - minimum 3 per station 4. Roadways - minimum 3 per station E. Base Course stakes at 25 foot stations and 25 foot offset distance (max.) for the following section locations: 11116 GP 50-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . I. Runway - minimum 5 per station 2. Taxiways - minimum 3 per station 3. Holding apron areas - minimum 3 per station F. Pavement areas: I. Stringline for initial lift, and between lifts at 25 foot stations for the following section locations: a. Runways - each paving lane width b. Taxiways - each paving lane width c. Holding areas - each paving lane width 2. After finish paving operations at 50 foot stations a. All paved areas - Edge of each paving lane prior to next paving lane 3. Shoulder and safety area stakes at 50 foot stations and at all break points with maximum of 50 foot offsets O. Fence lines at 100 foot stations H. Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, V AS!'s, PAP!'s, REIL's, Wind Cones, Distance Markers (signs), pull boxes and manholes. I. Drain lines, cut stakes and alignment on 25-foot stations, inlets, catch basins and manholes. J. Layout for painting and striping shall be by a method approved by the Engineer. The use of lasers, or other automatic control devices, shall be approved by the Engineer prior to use. If approved, the contractor shall check its accuracy with temporary control points or grade hubs (or other known vertical control points) at a minimum of once per 400 feet per pass (i.e. paving lane). NOTE: Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner. 50-07 AUTOMA TICALL Y 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-OS AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the Owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors employed by the Owner are authorized to notify the Contractor or his/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 hislher decision. 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. '106 OP 50-3 . . Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. No removal work made under provision of this subsection shall be done without lines and grades having been given by the Engineer. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the Owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage that 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 pennitted. 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 hislher 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. Should the Contractor fail to respond to the Engineer's notification, the Owner 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. ,,~ GP 50-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE, Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shan constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES, If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing of hislher intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit hislher 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. 50-17 REMOVAL OF WATER, The Contractor shall at all times during construction, provide and maintain proper and satisfactory means and devices for the removal of all water entering the excavations, and shall remove all such water as fast as it may collect, in such manner as shall not interfere with the prosecution of the work or the proper placing of materials or other work. Removal of water includes the construction and removal of cofferdams, sheeting and bracing, the furnishing of materials and labor necessary therefore, the excavation and maintenance of ditches and sluiceways and the furnishing and operation of pumps, wellpoints and appliances needed to maintain thorough drainage of the work in a satisfactory manner. Water shall not be allowed to rise over or come in contact with any masonry, concrete or mortar, until at least twenty-four (24) hours after placement and no stream of water shall be allowed to flow over such work until such time as the Engineer may permit. Unless otherwise specified, all excavations which extend down to or below the static groundwater elevations at the sites of structures shall be dewatered by lowering and maintaining the groundwater beneath such excavations at an elevation not less than that specified herein at all times when work thereon is in progress, during subgrade preparation and the placing of the structure or other materials thereon. Where the presence of fine granular subsurface materials and a high groundwater table may cause the upward flow of water into the excavation with a resulting quick condition, the Contractor shall install and operate a suitable dewatering system to prevent the upward flow of water during construction. 1106 GP 50-5 . . When the water table is within the capillary rise of silt/clay subsurface material, the Contractor shall select and operate his equipment in a manner to prevent the deterioration of the working surface due to the upward flow of water during construction. The effluent pumped from the dewatering system shall be examined periodically by qualified personnel to determine if the system is operating satisfactorily without the removal of fines. Unless otherwise directed by the Engineer or shown on the Contract Documents, the water level shall not be permitted to rise until construction in the immediate area is completed and the excavation backfilled to the original grade or proposed grade. Where well points are used, the groundwater shall be lowered and maintained continuously (day and night) at a level not less than two (2) feet below the bottom of the excavation. Excavation will not be permitted at a level lower than two (2) feet above the water level as indicated by the observation wells. The wellpoint system shall be designed or installed by or under the supervision of an organization whose principal business is well pointing and has at least five (5) consecutive years of similar experience and can furnish a representative list of satisfactory similar operations. Well point headers, points and other pertinent equipment shall not be placed within the limits of the excavation in such a manner or location as to interfere with the laying of pipe or trenching operations or with the excavation for andlor construction of other structures. Standby gasoline or diesel powered equipment shall be provided so that in the event of failure of the operating equipment, the standby equipment can be readily connected to the dewatering system. The standby equipment shall be maintained in good order and actuated regularly not less than twice a week when directed. Wellpoints shall be installed in the center of a sand wick drain which shall be placed by means of a sanding shell or other approved means to provide a sand core not less than ten (10) inches in diameter. Detached observation wells of similar construction to the wellpoints shall be installed at intervals of not less than fifty (50) feet along the opposite side of the trench from the header pipe and line of wellpoints, or around the excavation for a structure or as shown on the Contract Drawings, to a depth of at least five (5) feet below the proposed excavation. In addition, one well point in every fifty (50) feet shall be fitted with a tee, plug and valve so that the wellpoint can be converted for use as an observation well. Observation wells shall be not less than one and one-half (12) inch in diameter. Waler pumped or drained from excavations. or any sewers, drains, or water courses encountered in the work, shall be disposed of in a suitable manner without injury to adjacent property. the work under construction. or to pavements, roads and drives. No water shall be discharged to sanitary sewers. Sanitary sewage shall be pumped to sanitary sewers or shall be disposed of by an approved method. Any damage caused by improper handling of water shall be repaired by the Contractor at hislher own expense. 50-18 SHEETING AND BRACING. The Contractor shall furnish, place and maintain such sheeting, bracing and shoring as required to support the sides and ends of excavations in such a manner as to prevent any movement which would in any way damage the pipe, sewers, masomy or other work, diminish the width necessary, otherwise damage or delay the work, or endanger existing structures, pipes or pavements, or to occasion a hazard to persons engaged on the project or to the general public. Sheeting and bracing or other trench protection shall be utilized as required for the safety of employees exposed to the hazard of falling or sliding material from any trench or excavation in conformance with the provisions of Industrial Code Rule 23 as amended, and OSHA. The Contractor shall submit details of all sheeting to be used on this project to the Engineer for review. These submitted details must be signed and stamped by a Professional Engineer licensed to practice in New York State. The Contractor shall be responsible for the adequacy of all trench support systems used and for all damage to persons or property resulting from improper quality, strength, placing, maintenance and removal. ". GP 50-6 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . All material used for sheeting and bracing shall be sound and free from defects which might impair its strength or effectiveness. All timber sheeting and bracing shall be sound and straight, free from cracks, shakes and large or loose knots, with dressed edges where directed and shall otherwise conform with National Design Specifications for Stress Grade Lumber for lumber of a minimum fiber stress of 1,200 pounds per square inch. All steel sheeting and bracing shall be sound and straight, free from bends, twists or splits, having square and undamaged ends and shall otherwise conform with ASTM Designation A 328 and shall have a minimum thickness of 3/8-inch. Sheeting shall be driven vertically from the original ground surface as the excavation progresses. Sufficient toe support shall be sustained so as to maintain pressure against the original ground at all times. Timber sheeting shall be driven so that edges are tight together and steel sheeting driven with the individual members interlocking. All bracing shall be of such design and strength as to maintain the sheeting in its proper position. If, in the judgement of the Engineer, the sheeting or supports furnished are inadequate or unsuited for the purpose, he may order such sheeting or bracing to be replaced or additional sheeting and bracing to be installed. Any sheeting and bracing ordered and so installed for such purpose shall be furnished and installed at the expense of the Contractor . Whether or not the Engineer orders any additional sheeting or bracing to be installed or unsuitable sheeting or bracing to be replaced, the Contractor shall be solely responsible for the adequacy of all sheeting and bracing. In general, all sheeting and bracing, whether of steel, timber or other material, used to support the sides of trenches or other open excavations, shall be withdrawn as the trenches or other open excavations are being refilled. That portion of the sheeting extending below the top of a pipe, sewer or structure shall be withdrawn, unless otherwise directed, before more than 6 inches of earth is placed above the top of the pipe, sewer or structure and before any bracing is removed. The voids left by the sheeting shall be carefully refilled with selected material and rammed tight with tools especially adapted for the purpose or otherwise as may be approved. The Contractor shall be responsible for the adequate shoring andlor bracing of any existing utilities encountered during the excavation. Such utilities shall be braced or shored in a manner acceptable to the local jurisdictional agency having authority over the utility encountered. It shall be the responsibility of the Contractor to prevent damage to or displacement of utilities, and to work with and request the concurrence of the utility's company representative in this matter. The Contractor shall give written notice, seventy-two (72) hours in advance of excavation operations. to all utility companies with services in the vicinity of such operations. A copy of such notification shall be tiled with the Engineer. Where the use of sheeting and bracing is specifically required and paid for, the use of a trench shield, box or similar device in place of sheeting and bracing will not be allowed. The Contractor, as a minimum, shall tight sheet and brace those areas shown on the Contract Drawings. END OF SECTION 50 1~' GP 50-7 I I I I I I I I I I I I I I I I I I I . . SECTION 60. CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in FAA Advisory Circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program, that is in effect on the date of advertisement; and, b. Produced by the manufacturer qualified (by FAA) to produce such specified and listed equipment. The following airport lighting equipment is required for this contract and is to be furnished by the Contractor in accordance with the requirements of this subsection: EOUIPMENT NAME CITED FAA SPECIFICATION Wind Cones, Rigid Lights, Obstruction Connectors, Cable Underground Electrical Cable for Airport Lighting Circuits Regulators, Constant Current Regulators, Monitored Constant Current Isolation Transformers Lights, Runway End Identification Signs, Runway and Taxiway Lights, Runway & Taxiway Edge, Medium Intensity Light Base, Non-Load Bearing Precision Approach Path Indicator L-807 L-81O L-823 L-824 L-828 L-829 L-830 L-849 L-858 L-861 L-867 L-880 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. Unless otherwise designated, all materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of ASTM, AASHTO, Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Owner. THE COST OF ALL FAILING TESTS SHALL BE BORNE BY THE CONTRACTOR. The testing organizations performing on site field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at hislber request. Unless otherwise designated, 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 hislber request. The Contractor shall employ a testing organization to perform all Contractor required tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. II<l6 GP60-1 . . The Engineer will determine if such persons are qualified. All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. 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. I I I I I I The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the I 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: I a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. I Should the Contractor propose to furnish an "or equal" material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, I 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 I compliance. 60-04 PLANT INSPECTION. The Engineer or hislher 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 I 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: I 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 that 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. technical specifications. The Contractor shall furnish a field office, if required. as specified in the 1106 GP60-2 I I I I I I I I I I I I I I I I I I I I I I I I I . . 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at hislher 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. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its used in the work. 60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified herein (if any) to be furnished by the Owner. Owner-furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner- furnished materials shall be included in the unit price bid for the contract item in which such Owner-furnished materia) 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 that may occur during the Contractor's handling, storage, or use of such Owner-furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner-furnished materials. 60-09 SHOP AND SETTING DRAWINGS AND CATALOGUE DATA. "Shop and Setting Drawings", "Working Drawings" or "Catalogue Data" shall be supplied for each and every fabricated item or part and for all materials incorporated into the Project. Drawings and data shall be submitted sufficiently in advance of the work to permit proper review, including time for necessary revisions and resubmittals. Delay to the work caused by late submission of Shop Drawings shall be the responsibility of the Contractor making such late submission. Shop and setting drawings shall present complete and accurate information relative to all working dimensions, equipment weight assembly and sectional view, all the necessary details. pertaining to coordinating the work of the Contract, lists of materials and finishes, parts lists and the description thereof. lists of spare parts and tools where such parts or tools are required, no-scale control diagrams for control wiring and control piping, and any other items of information that are required to demonstrate detail compliance with the Plans and Specifications. Each drawing shall be dated and shall show the name of the Project, Contract Number and the name of the manufacturer of the equipment covered by the drawing or drawings. The Engineer will not review any drawings that are not properly identified or that do not contain complete data on the work or that have not been checked, stamped and signed by the Contractor for compliance with the Contract Documents. The Engineer's review of the Contractor's Shop Drawings signifies only that such drawings appear to be in substantial conformity with the Contract Drawings and Contract Documents or with the Engineer's instructions. Such review does not indicate approval of every detail of the drawings nor of the work methods of the Contractor which are indicated thereon. Regardless of the corrections made in or made of such drawings by the Engineer, the ]106 OP 60- 3 . . Contractor will nevertheless be responsible for the accuracy of such drawings, for their conformity to the Plans and Specifications and for the proper fitting and construction of the work. No work covered by shop and setting drawings shall be done until the drawings have been reviewed by the Engineer. No payment shall be made on any item for which acceptable submittals are not received by the Engineer. 60-10 ELECTRICAL SHOP DRAWINGS. Drawings for electrical equipment shall show physical dimensions and installation details and shall include elementary and connection diagrams for each control assembly and the interconnection diagrams for all equipment. The drawings shall show clearly the coordination of control work. shall identify the components external to electrical equipment and shall define the contact arrangement and control action of the primary and final control elements. Where standard electrical control equipment having complex internal wiring is required, such as control panels, generator transfer panels, electric or electronic instruments and similar items, the detail shop wiring diagrams for such equipment will not be required, and, if submitted, will in general not be reviewed. The submittal for each such item of equipment shall, however, include an elementary diagram of the input and output elements which require connections to external equipment, and/or a complete step by step description of the control action of the equipment being submitted. In the event that any questions arise as to the type of information to be presented on the submittal, the supplier shall direct inquiries to the Engineer through the Prime Contractor in advance of the preparation of hislher submittal. 60-11 SUBSTITUTE ITEMS. If in Engineer's sole judgement an item of material or equipment proposed by Contractor does not qualify as an "or-equal" item, it will be considered a substitute item. Contractor shall submit sufficient information as provided below to allow Engineer to determine that the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. The procedure for review by the Engineer will include the following and as Engineer may decide is appropriate under the circumstances. Requests for review of substitute items of material or equipment will not be accepted by Engineer from anyone other than Contractor. If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall first make written application to Engineer for acceptance thereof, certifying that the substitute will perform adequately the functions and achieve the results called for by the general design, be similar in substance to that specified and be suited to the same use as that specified. The application will state the extent, if any, to which the evaluation and acceptance of the substitute will prejudice Contractor's achievement of completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents or Contract Drawings (or in the provisions of any other direct contract with Owner for work on the Project) to adapt the design to the substitute and whether or not incorporation or use of the substitute in connection with the Work is subject to payment of any license fee or royalty. If the substitute item requires modifications to any existing features or to any proposed work, the application shall also include details of proposed modifications necessary to accommodate the substitute item. Such details shall include scaled layouts, dimensions and other pertinent information to enable the Engineer to accurately assess the entire application. If the substitute item and proposed modifications are approved, the Contractor, at no additional cost to the Owner, shall do all work necessary to make such modifications and absorb all costs of any related changes imposed on other Contractor's. All variations of the substitute from that specified will be identified in the application and available maintenance, repair and replacement service will be indicated. The application will also contain an itemized estimate of all costs or credits that will result directly or indirectly from acceptance of such substitute, including costs of redesign and claims of other contractors affected by the resulting change, all of which will be considered by Engineer in evaluating the substitute. Engineer may require Contractor to furnish additional data about the substitute. I I I I I I I I I I I I I I I a. Engineer's Evaluation. Engineer will be the sole judge of acceptability. No substitute will be ordered, installed or utilized without Engineer's prior written acceptance which will be evidenced by either a Change I Order or an approved Shop Drawing. Engineer will record time required by Engineer and Engineer's Consultants in evaluating substitutes proposed or submitted by Contractor and in making changes in the Contract Documents or Contract Drawings (or in the provisions of any other direct contract with Owner for I work on the Project) occasioned thereby. Engineers charges shall be at the same rates Engineer charges for such services to the Owner. b. Contractor's Expense. All data to be provided by Contractor in support of any substitute item will be at I Contractor's expense. In order to aid the Engineer in determining the equality of a or substitute item (when 1106 GP 60-4 I I I I I I I I I I I I I I I I I I I I . . compared to the item actually specified), the Contractor shall arrange for the performance of any tests requested by the Engineer. Engineer shall determine the nature, extent, tester and degree of supervision of such tests. Certified test results shall be mailed directly to the Engineer for all tests requested. All costs of such tests, including engineering costs, shall be borne by the Contractor. Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. Whether or not Engineer accepts a substitute item so proposed or submitted by Contractor, Contractor shall reimburse Owner for the charges of Engineer and Engineer's Consultants for evaluating each such substitute item. The costs for evaluating substitute items shall be deducted from the Owner's payment to the Contractor. 60-12 SHOP DRAWING SUBMITTAL PROCEDURE. The following procedure has been established for the submittal and processing of shop and setting drawings, working drawings, and catalogue data. Departures from this procedure may result in delay and misunderstandings. A. In submitting drawings, catalog data, and similar items fnr review, at least four (4) copies shall be submitted. This number includes one (1) for return to the Contractor bearing the review stamp. If the Contractor desires more than one (I) copy returned to him, he shall submit with the initial and subsequent transmittals the additional number desired up to a maximum of three (3) copies. If the Engineer requires additional copies, he will so inform the Contractor upon return of the reviewed material. Additional copies of reviewed Shop Drawings will be requested in the cases where the subject matter shown thereon requires coordination of two or more prime Contracts. Two (2) copies of each of such drawings received will be re-transmitted by the Engineer, whenever possible, to each of the other prime Contractors whose work is to be correlated with such drawings. The Engineer will re-transmit these drawings in order to facilitate each Contractor's coordination of hislher own work with that of the other Contracts. B. For transmitting data for review, two (2) copies of the letter of transmittal will be required by the Engineer's office. Form letters may be used. C. All correspondence other than simple transmittal of data shall be in triplicate. D. Unless otherwise requested, a single copy of the correspondence emanating from the Engineer's office will be sent. Additional copies of correspondence up to a maximum of four (4) copies will be provided, if requested. E. Drawings and similar data will be stamped as follows: l. "Approved", if no change or rejection is made. All but three (3) copies of the submitted data will be returned. 2. "Approved as Noted", if minor changes or additions are made, but resubmittal is not considered necessary. All but three (3) copies of the submitted data will be returned and all copies will bear the corrective marks. 3. "Revise and Resubmit", if the changes requested are extensive. In this case, resubmittal after correction is necessary and the same number of copies shall be included in the resubmittal as in the first submittal. One (1) copy of the first submittal will be retained by the Engineer's office and only two (2) copies will be returned to the Contractor unless the Contractor has requested the return of additional copies as set forth above. All other copies will be destroyed. 4. "Rejected", if it is considered that the data submitted cannot with reasonable reVISIon meet the requirements of the Plans and Specifications. As in "3" above, only two (2) copies will be returned unless additional copies have been requested. One (1) copy will be retained by the Engineer's office and all others will be destroyed. 111)6 GP 60-5 . . 5. "Submit Specified Item", if the data submitted is not clear, complete, or for other reasons cannot be examined by the Engineer to establish compliance with the Plans and Specifications. Only two (2) copies will be returned to the Contractor, one (I) copy will be retained by the Engineer and all other copies shall be destroyed. F. Unless otherwise approved in specific cases, all submittals must be transmitted by the Prime Contractor; not by the Subcontractors or vendors. Any changes in resubmittals, other than those indicated as requested, must be specifically brought to the attention of the Engineer. Changes or additions shall not be made in, or to, any fabricated item, part or material without having are-review. In order to reduce cross filing, it is required that the subject matter of anyone drawing be limited to one Payment Item. END OF SECTION 60 lJQ6 OP 60-6 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 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 manoer 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 histher 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 histher employees. 70-02 PERMITS, LICENSES, AND TAXES, The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work, unless provided for elsewhere. 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 National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the Owner, such authorized work (by others) is indicated as follows: Utilitv Location Person to Contact Phone No. "Not Applicable" Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction Of maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's 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 Title 49 of the United States Code (USe) and the Rules and Regulations of the FAA that pertain to the work. As required by the USC, 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 USC, the rules and regulations implementing the USC, 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 1106 GP70-1 . . 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 hislher 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 that are unsanitary, hazardous, or dangerous to histher health or safety. 70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control histher operations and those of histher 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 histher own operations and those of histher 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. Barricades, warning signs, and markings for hazards that are in the air operations area shall be installed in accordance with the subsection titled WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS of Section 80. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office). When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340-1, Standards for Airport Markings. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and histher parked construction equipment that may be hazardous to the operation of emergency fire-rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work that requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer. Open-flame type lights shall not be permitted within the air operations areas of the airport. 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to 1106 GP 70-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . the Engineer and, in general, not closer than 1,000 feet from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of hislher intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet of the airport property. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in hislher manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the nonexecution thereof by the Contractor, he shall restore, at hislher own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer and the Owner and their officers, and employees from all suits actions, or claims of any character brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect. or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements 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 hislher contract as may be considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, hislher surety may be held until such suit(s), action(s), or claim(s) 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. The Contractor, at his own expense, shall procure and maintain, until final acceptance by the Owner of the work covered by the Contract, comprehensive liability insurance for damages imposed by law of the kinds and in the amounts hereinafter provided, written by a financially solvent insurance company authorized to do such business and write such coverage in the place where the Project is located, covering all operations under the Contract, whether performed by the Contractor or by its Subcontractor(s). Before commencing the work, the Contractor shall furnish to the Owner three (3) certificates of insurance, in satisfactory form to the Owner, showing that the Contractor has complied with the requirements of this Section. The policies and certificates shall provide that the policies shall not be changed or canceled until thirty (30) days after written notice thereof has been given to each of the Additional Insureds listed below. Prooertv damage insurance shall include coverage for exolosion. collaose. and underground ooerations ex C U hazards ). A. The kinds and amounts of insurance are as follows: 1. General Liability insurance policies shall be Commercial General Liability Insurance and shall be written on an Occurrence basis with the following minimum limits: Each Occurrence General Aggregate $1,000,000 $3,000,000 ]11J6 GP 70.3 . . As an alternative to the above limits for General Aggregate and Each Occurrence, Contractor may elect to provide Excess Liability Insurance. Excess Liability coverage shall likewise be written on an Occurrence basis. If the Contractor so elects, then the sum of the General Liability Each Occurrence limit and the Excess Liability Each Occurrence limit shall total at least $1,000,000. The sum of the General Liability General Aggregate limit and the Excess Liability Aggregate limit shall total at least $3,000,000. 2. Automobile Liability policies shall cover "All Owned", "Scheduled", "Hired" and "Non-Owned" autos. The minimum Combined Single Limit shall be $1,000,000. As an alternative to the above limit for Automobile Liability, Contractor may elect to provide Excess Liability Insurance. Excess Liability coverage shall be written on an Occurrence basis. If the Contractor so elects, then the sum of the Combined Single Limit and the Excess Liability Each Occurrence limit shall total at least $1,000,000. 3. Policy or policies covering the Obligations of the Contractor in accordance with the provisions of any applicable Worker's Compensation or Disability Benefits Law, including (for the State of New York) Chapter 41, Laws of 1914, as amended, known as the Worker's Compensation Law, and amendments thereto, and Chapter 600 of the Laws of 1949, as amended, known as the Disability Benefits Law. B. This insurance shall be primary over all other collectible insurance. C. Anti-subrogation applies to General Liability and to Automobile Liability. D. The Certificate Holder shall be: Town of Southold 53095 Main Road Southold, NY 11971 E. The following shall be named as Additional Insureds: Town of Southold, C&S Engineers, Inc., the Federal Aviation Administration, and the New York Slate Department of Transportation. F. The General Liability policies shall provide coverage for liability for damages imposed by law upon the Contractor and Subcontractor(s) with respect to all work performed by any of them under the Contract. The insurance company providing General Liability insurance coverage acknowledges that the Contractor has agreed in this Contract to defend, hold harmless, and indemnify the Owner and the Engineer and their officers and employees as set forth in Section 70-11, and above will cover that agreement. G. Contractor's policies shall provide coverage for contractual liability imposed by Contract, including this Contract, and completed operations liability for damages imposed by law arising between the date of the certification of completion of the work and the date of the expiration of the guarantee. H. Contractor's policy shall provide coverage for liability arising out of the acts or omissions of its Subcontractors. I. Each Subcontractor employed on site by the Contractor shall provide comprehensive liability insurance in accordance with the above described requirements of the Contractor. Such insurance requirements shall be submitted to the Engineer as part of the Subcontractor approval process. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such "phasing" of the work shall be specified herein and indicated on the plans. When so specified, the 1106 GP 70-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make hislher own estimate of the difficulties involved in arranging hislher work to permit such beneficial occupancy by the Owner as described below: Phase or DescriDtion Required Date or Sequence of Owner's Beneficial OccuDancv Work Shown on Plan Sheet (See the subsection titled WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS of Section 80.) Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall nol 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 hislher expense. The Contractor shall make hislher 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. Contractor shall be required to conform to safety standards contained AC 150/5370-2, Operational Safety on Airports During Construction. See the subsection titled Aviation Safety Requirements During Construction (Safety Plan) of Section 80. Contractor shall refer to the approved safety plan to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non-execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures. signs, or other facilities at hislher 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 hislher 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 hislher operations to prevent the unscheduled interruption of such utility services and facilities. 1106 GP 70-5 . . 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. 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 hereinbefore provided, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his/her plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two day's notice hereinabove provided shall be cause for the Owner 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 of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The 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 FURNlSIDNG RIGHTS-OF-WAY. The Owner will be responsible for furnishing all rights-of-way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there shall be no liability upon the Engineer, his/her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the owner's rights under any warranty or guaranty. ]106 GP 70-6 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matler. 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 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 other 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 the 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 construction contract or subcontract which exceeds $ 100,000 the aforementioned criteria and requirements. A. Air Pollution I. No burning of combustible waste shall be permitted. 2. Alternatives to Burning Land Cleared Material. a. All spoil material from clearing and grubbing operations shall be disposed of in accordance with the Technical Specifications, unless otherwise directed. b. Wood may be salvaged for firewood or commercial use or it may be chipped and disposed of for use as mulch. c. Logs, brush, etc. may be removed to an authorized disposal area or disposed of to the general public without charge. 3. Dust Control. a. Common construction operations which may cause excessive dust include: I) Quarry, drilling and rock crushing. 2) Clearing, grubbing and stripping. 3) Excavation and placement of embankment. 4) Cement and aggregate handling. 5) Cement or lime stabilization. 6) Blasting. 7) Use of haul roads. 8) Sandblasting or grinding. b. Other construction operations which may cause air pollution are: I) Volatiles escaping from asphalt and cut back materials. 2) Use of herbicides or fertilizers. 3) Smoke from asphalt plants or heater/planers. c. Control of Dust and Other Air Pollutants. Control of Dust and Other Air Pollutants shall be the responsibility of the Contractor and may include the following control methods: I) Drilling apparatus equipped with water or chemical dust controlling systems. 2) Exposing the minimum area of land. IIIl6 GP 70-7 . . 3) Applying temporary mulch with or without seeding. 4) Use of water sprinkling trucks. 5) Use of covered haul trucks. 6) Use of stabilizing agents in solution. 7) Use of dust palliative and penetration asphalt on temporary roads. 8) Use of wood chips in traffic or work areas. 9) Use of vacuum equipped sandblasting systems. 10) Use of plastic sheet coverings. II) Restricting the application rate of herbicides to recommended dosage. Materials should be covered and protected from the elements. Application, equipment and empty containers shall not be rinsed and discharged to a stream, etc. or allowed to enter the groundwater. 12) Use dust control measures at bituminous mixing plants, and quarry operations. 13) Delay operations until climate or wind conditions dissipate or inhibit the potential pollutants in a manner satisfactory to the Engineer. I I I I I I B, Water Pollution I. The Contractor shall use suitable precautions to minimize water pollution during the progress of the work. I Erosion control devices or methods may consist of berms, dikes, dams, drains, sediment basins, fiber mats, woven plastic filter cloths, gravel, mulches, quick growing grasses, sod, bituminous spray or other control I devices. 2. The amount of surface area of erodible earth at anyone time shall not exceed the area allowed by permit. 3. Pollutants such as fuels, lubricants, bitumens, raw sewage and other harmful materials shall not be I discharged into or near rivers, streams, and impoundments or into natural or man-made channels leading thereto. Wash water or waste from concrete mixing and curing operations should not be allowed to enter streams, etc. I In the event of conflict between these requirements and pollution control laws, rules or regulations or other Federal, State or local agencies, the more restrictive laws, rules, or regulations shall apply. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his/her operations, any building, part of a building, structure, or object that 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 the Owner will direct the Contractor to either resume hislher operations or to suspend operations as directed. Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. 70-21 CIVIL RIGHTS ACT OF 1964, TITLE VI - CONTRACTOR CONTRACTUAL REQUIREMENTS, 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: A. 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. 11\)6 GP 70-8 I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . B. Nondiscrimination. The contractor. with regard to the work petformed 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 palticipate 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. C. 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 petformed 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. D. 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. E. 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: I. Withholding of payments to the contractor under the contract until the contractor complies, andlor 2. Cancellation. termination, or suspension of the contract. in whole or in part. F. Incorporation of Provisions. The contractor shall include the provisions of paragraphs A through E 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 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. 70-22 AIRPORT AND AIRWAY IMPROVEMENT ACT OF 1982, SECTION 520 . 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 obligates the tenantlconcessionairellessee or its transferee for the period during which Federal assistance is extended to the airport a program. except where Federal assistance is to provide. or is in the form of personal property or real property or interest therein or structures or improvements thereon. In these cases the provision obligates the party or any transferee for the longer of the following periods: (a) the period during which the property is used by the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits or (b) the period during which the airport sponsor or any transferee retains ownership or possession of the property. In the case of contractors, this provision binds the contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. 70-23 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES. A. No Federal appropriated funds shall be paid. by or on behalf of the contractor. to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress. an officer or employee of Congress, or an employee of a Member of Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. 1KJ6 GP 70-9 . . B. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any Federal grant, the contractor shall complete and submit Standard Form-LLL, "Disclosure of Lobby Activities," in accordance with its instructions. 70-24 ACCESS TO RECORDS AND REPORTS. The Contractor shall maintain an acceptable cost accounting system. The Contractor agrees to provide the Sponsor, the Federal Aviation Administration and the Comptroller General of the United Stales or any of their duly authorized representatives access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. 70-25 DISADV ANT AGED BUSINESS ENTERPRISE. This section contains information from various sections of 49 CFR Part 26 titled Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs. It is not intended to be all encompassing, nor a comprehensive reiteration of the regulation. A. The Sponsor has established a Disadvantaged Business Enterprise (DBE) program in accordance with regulations of the U.S. Department of Transportation (DOT). 49 CFR Part 26. The Sponsor has received, or will receive, Federal financial assistance from the Department of Transportation, and as a condition of receiving this assistance, the Sponsor assures that it will comply with 49 CFR Part 26. It is the policy of the Sponsor to ensure that DBEs as defined in part 26, have an equal opportunity to receive and participate in DOT-assisted contracts. It is also the policy of the Sponsor: 1. To ensure nondiscrimination in the award and administration of DOT - assisted contracts; 2. To create a level playing filed on which DBEs can compete fairly for DOT-assisted contracts; 3. To ensure that the DBE Program is narrowly tailored in accordance with applicable law; 4. To ensure that only firms that fully meet 49 CFR Part 26 eligibility standards are permitted to participate as DBEs; 5. To help remove barriers to the participation of DBEs in DOT assisted contracts; 6. To assist the development of firms that can compete successfully in the market place outside the DBE Program. B. The obligation of the bidder is to make good faith efforts. The bidder can demonstrate that it has done so either by meeting the contract goal or documenting good faith efforts. Examples of good faith efforts are found in Appendix A to Part 26. Determination whether the bidder has made a good faith effort will be made by the Sponsor's DBE Liaison Officer. The bidder's DBE Plan must be acceptable to the Sponsor before entering into a contract with the bidder.. C. Within 15 days of being informed by the Sponsor that it is not responsive because it has not documented sufficient good faith efforts, a bidder may request administrative reconsideration. Bidders should make this request in writing to the Sponsor's reconsideration official. The reconsideration official will not have played any role in the original determination that the bidder did not document sufficient good faith efforts. As part of this reconsideration, the bidder will have the opportunity to provide written documentation or argument concerning the issue of whether it met the goal or made adequate good faith efforts to do so. The bidder will have the opportunity to meet in person with the reconsideration official to discuss the issue of whether it met the goal or made adequate good faith efforts to do. The Sponsor will send the bidder a written decision on reconsideration, explaining the basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts to do so. The result of the reconsideration process is not administratively appealable to the Department of Transportation. 1106 GP 70-10 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . D. The Sponsor will require the contractor to make good faith efforts to replace a DBE that is terminated or has otherwise failed to complete its work on a contract with another certified DBE, to the extent needed to meet the contract goal. The Sponsor will require the prime contractor to notify the DBE Liaison officer immediately of the DBE's inability or unwillingness to perform and provide reasonable documentation. In this situation, the Sponsor will require the prime contractor to obtain prior approval of the substitute DBE and to provide copies of new or amended subcontracts, or documentation of good faith efforts. If the contractor fails or refuses to comply in the time specified, the Sponsor will issue an order stopping all or part of payment/work until satisfactory action has been taken. If the contractor still fails tn comply, the contracting officer may issue a termination for default proceeding. E. The sponsor will require the contractor to maintain records and documents of payments to DBEs for three years following the performance of the contract. These records will be made available for inspection upon request by any authorized representative of the Sponsor or DOT. This reporting requirement also extends to any certified DBE subcontractor. The Sponsor will perform interim audits of contract payments to DBEs. The audit will review payments to DBE subcontractors to ensure that the actual amount paid to DBE subcontractors equals or exceeds the dollar amounts stated in the contractors DBE participation plan. At completion of work, the contractor will report to the Sponsor the actual amount paid to each DBE firm utilized for this contract. SEE THE DBE PARTICIPATION SUMMARY FORM FOLLOWING TillS SECTION. 70-26 ENERGY CONSERVATION REQUIREMENTS. The contactor shall comply with mandatory standards and policies relating to energy efficiency that are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Public Law 94-163). 70-27 BREACH OF CONTRACT TERMS. Any violation or breach of terms of this contract on the part of the contractor or their subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of the agreement. The duties and obligations imposed by the Contract and the rights and remedies available thereunder shall be in addition to and not a limitation of any duties, obligations, rights and remedies otherwise imposed or available by law. 70-28 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. 70-29 TRADE RESTRICTION CLAUSE. The contractor or subcontractor, by submission of a proposal and/or execution of a contract, certifies that it: A. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.s. firms published by the Office of the United States Trade Representative (USTR); B. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; C. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CPR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. 1106 GP70-ll . . Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and inforrnation of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section ]001. 70-30 VETERAN'S 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 5]5 (c) (I) and (2) of the Airport and Airway Improvement Act of 1982. However, this preference shall apply only where the individuals are available and qualified to perforrn the work to which the employment relates. 70-31 DAVIS BACON REQUIREMENTS. 1. Minimum Wages, (i) 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 perrnitted 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 thereot) 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. SEE THE GENERAL DECISION REGARDING THE WAGE DETERMINATiON FOLLOWING TillS SECTiON. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section] (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 (I)(iv) 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 Part 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 (I)(ii) of this section) and the Davis-Bacon poster (WH-]32]) 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. 1106 GP70-]2 I I I I I I I I I I I I '. I I I I :1 I I I I I I I I I I I I I I I I I I I I . . (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, 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 determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the 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 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 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. (C) 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. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (I)(ii) (B) or (C) 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. (iii) 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. (iv) 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. 2. Withholding. 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 the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to David-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, 1106 GP70-13 . . 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. 3. Payrolls and basic records. I I I (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the I work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall 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 I. 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 I 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 I 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 the apprentices and trainees, and the ratios and wage rates prescribed in the applicable I programs. (ii)(A) The contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal I 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. (B) 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 the persons employed under the contract and shall certify the following: I I (I) That the payroll for the payroll period contains the information required to be maintained under paragraph (3)(i) above and that such information is correct and complete; (2) That each laborer and mechanic (including each helper, apprentice and trainee) employed on the I contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR .. Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe I' benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional I Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 100 I of Title 18 and Section 231 of Title 31 of the United States Code. I'" GP70-14 I I I I I I I I I I I I I I I I I I I I I I . . (iii) The contractor or subcontractor shall make the records required under paragraph (3)(i) 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 to 29 CFR 5.12. 4. Apprentices and Trainees. (i) 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 the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen 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 journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen 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 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, fringes 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 an 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. (ii) 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 under the plan approved by the Employment and Training. Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a 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 nf a training program, the ,,~ GP70-15 . . 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. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. S. Compliance With Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or snbcontractor 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. 7. Contract Termination: Debarment. A breach of the contract clauses in paragraph I through 10 of this section may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance With Davis.Bacon and Related Act Requirements. All rulings and interpretations of the Davis- Bacon and Related Acts contained in 29 CFR Parts I, 3, and 5 are herein incorporated by reference in this contract. 9. 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. 10. Certification of Eligibility. (i) 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). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(I). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.c. 1001. 70-32 EQUAL EMPLOYMENT OPPORTUNITY. 41 CFR PART 60.1,4(b) During the performance of this contract, the contractor agrees as follows: 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 afftrmative 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 payor 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. SEE THE EEO POSTER FOLLOWING OF THIS SECTION. 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. 1JQ6 GP 70-16 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . 3. The contractor will send to each labor union or representative of workers with which s!he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 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. 5. The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, 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. 6. In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be 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. 7. The contractor will include the portion of the sentence immediately preceding paragraph (I) and the provisions of paragraphs (I) through (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 or purchase order as the administering agency may direct as a means of enforcing such provision. 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. 70-33 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION - 41 CFR PART 60-2. 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 workforce in each trade on all construction work in the covered area, are as follows: Goals for minority participation for each trade 5.8% Goals for female participation in each trade 6.9% a. 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 non-federally involved construction. b. 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 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training shall 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. 1106 GP 70-17 . . 3. 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; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starling and completion dates of subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is Fishers Island, located in the Town of Southold, Suffolk County, New York State. 70-34 STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS - 41 CFR Part 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; b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: (1) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); I I I I I I I I I I I (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 I America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 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 failure 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 18.7a through 18.7p 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 1'" GP70-18 I I I I I I I I I I I I I I I I I I I I I I I I I I . . 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 the failure by a union with whom the contractor has a collective bargaining agreement to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive Order 11246 or the regulations promulgated pursuant thereto. 6. In order for the non-working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall 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. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The contractor shall take specific affirmative actions to ensure 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: 3. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically 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 organizations' responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off- the-street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or 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 andlor participate in tralOlOg programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, 1'~ GP 70-19 . . 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 a 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. I. 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 the contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non-segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (l8.7a through 18.7p). 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 anyone or more of its obligations under l8.7a through 18.7p 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, 1106 GP 70-20 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . 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 all minority groups, both male and female, and all women, both minority and non-minority. 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 underuti]ized. 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. ] ]. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 1]246. 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 I ]246, as amended, 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] ] 246, as amended. 13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirrnative action steps, at least as extensive as those standards prescribed in paragraph] 8.7 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. ]4. 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, 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 perforrned. Records shall be maintained in an easily understandable and retrievable forrn; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. ]5. 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 Emp]oyment Act of ]977 and the Community Development Block Grant Program). 16. Standard Form 100, Employer Information Report, must be filed by: A. All private employers who are: (1) subject to Title VII of the Civil Rights Act of 1964 (as amended by the Equal Employment Opportunity Act of ] 972) with ] 00 or more employees EXCLUDING State and local governments, primary and secondary school systems, institutions of higher education, Indian tribes and tax-exempt private membership clubs other than labor organizations; OR (2) SUBJECT TO Title vn who have fewer than 100 employees if the company is owned or affiliated with another company, or there is centralized ownership, control or management (such as central control of personnel policies and labor relations) so that the group legally constitutes a single enterprise, and the entire enterprise employs a total of 100 or more employees. B. All federal contractors (private employers), who: (1) are not exempt as provided for by 41 CFR 60-1.5, ]106 GP 70-21 . . (2) have 50 or more employees, and (a) are prime contractors or flfst-tier subcontractors, and have a contract, subcontract, or purchase order amounting to $50,000 or more; or (b) serve as a depository of Government funds in any amount, or (c) is a financial institution which is an issuing and paying agent for U.S. Savings Bonds and Notes. C. Standard Form 100 must be filed with the Joint Reporting Committee no later than September 30. Standard Form 100 is normally furnished to employers annually based on a mailing list maintained by the Joint Reporting Committee. In the event a Contractor has not received the form, it may be obtained from the Joint Reporting Committee, Post Office Box 779, Norfolk, Virginia 23501, telephone (757) 461-1213. 70-35 CONTRACT WORK HOURS AND SAFETY STANDARDS ACT REQUIREMENTS 29 CFR PART 5 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 such 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-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (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 I 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 I above. 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 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 2 above. 4. Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 through 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 I through 4 of this section. I I I I I I I I I I I I I I 70-36 STANDARD CLAUSES FOR NEW YORK STATE CONTRACTS - APPENDIX A The parties to the I attached contract, license. lease, amendment or other agreement of any kind (hereinafter, "the contract" or "this contract") agree to be bound by the following clauses which are hereby made a part of the contract (the word "Contractor" herein refers to any party other than the State, whether a contractor, licenser, licensee, lessor, lessee orl. any other party): 1. Executory Clause. In accordance with Section 41 of the State Finance Law, the State shall have no liability under this contract to the Contractor or to anyone else beyond funds appropriated and available for this contract. 2. Non-Assignment Clause. In accordance with Section 138 of the State Finance Law, this contract may not be assigned by the Contractor or its right, title or interest therein assigned, transferred, conveyed, sublet or otherwise disposed of without the previous consent, in writing, of the State and any attempts to assign the contract without the State's written consent are null and void. The Contractor may, however, assign its right to 1/llIi GP 70-22 I I I I I I I I I I I I I I I I I I I I I I . . receive payment without the State's prior written consent unless this contract concerns Certificates of participation pursuant to Article 5-A of the State Finance Law. 3. Comptroller's Approval. In accordance with Section 112 of the State Finance Law (or. if this contract is with the State University or City University of New York. Section 355 or Section 6218 of the Education Law). if this contract exceeds $15,000 (or the minimum thresholds agreed to by the Office of the State Comptroller for certain S.U.N.Y. and C.U.N.Y. contracts), or if this is an amendment for any amount to a contract which. as so amended. exceeds said statutory amount, or if, by this contract, the State agrees to give something other than money when the value or reasonably estimated value of such consideration exceeds $10,000, it shall not be valid, effective or binding upon the State until it has been approved by the State Comptroller and filed in his office. Comptroller's approval of contracts let by the Office of General Services is required when such contracts exceed $30,000 (State Finance Law Section 163.6.a). 4. Workers' Compensation Benefits. In accordance with Section 142 of the State Finance Law, this contract shall be void and of no force and effect unless the Contractor shall provide and maintain coverage during the life of this contract for the benefit of such employees as are required to be covered by the provisions of the Workers' Compensation Law. 5. Non-Discrimination Requirements. To the extent required by Article 15 of the Executive Law (also known as the Human Rights Law) and all other State and Federal statutory and constitutional non-discrimination provisions, the Contractor will not discriminate against any employee or applicant for employment because of race, creed, color, sex, national origin, sexual orientation, age, disability, genetic predisposition or carrier status, or marital status. Furthermore, in accordance with Section 220-e of the Labor Law, if this is a contract for the construction, alteration or repair of any public building or public work or for the manufacture, sale or distribution of materials, equipment or supplies, and to the extent that this contract shall be performed within the State of New York, Contractor agrees that neither it not its subcontractors shall, by reason of race, creed, color, disability, sex, or national origin: (a) discriminate in hiring against any New York State citizen who is qualified and available to perform the work; or (b) discriminate against or intimidate any employee hired for the performance of work under this contract. If this is a building service contract as defined in Section 230 of the Labor Law, then, in accordance with Section 239 thereof, Contractor agrees that neither it nor its subcontractors shall by reason of race, creed, color, national origin, age, sex or disability: (a) discriminate in hiring against any New York State citizen who is qualified and available to perform the work; or (b) discriminate against or intimidate any employee hired for the performance of work under this contract. Contractor is subject to fines of $50.00 per person per day for any violation of Section 220-e or Section 239 as well as possible termination of this contract and forfeiture of all moneys due hereunder for a second or subsequent violation. 6. Wage And Hours Provisions. If this is a public work contract covered by Article 8 of the Labor Law or a building service contract covered by Article 9 thereof, neither Contractor's employees nor the employees of its subcontractors may be required or permitted to work more than the number of hours or days stated in said statutes, except as otherwise provided in the Labor Law and as set forth in prevailing wage and supplement schedules issued by the State Labor Department. Furthermore, Contractor and its subcontractors must pay at least the prevailing wage rate and payor provide the prevailing supplements, including the premium rates for overtime pay, as determined by the State Labor Department in accordance with the Labor Law. SEE "SPECIAL NOTE" REGARDING PREVAILING WAGE RATES FOLLOWING THIS SECTION. 7. Non-Collusive Bidding Certification. In accordance with Section 139-d of the State Finance Law, if this contract was awarded based upon the submission of bids, Contractor warrants, under penalty of perjury, that its bid was arrived at independently and without collusion aimed at restricting competition. Contractor further warrants that, at the time Contractor submitted its bid, an authorized and responsible person executed and delivered to the State a non-collusive bidding certification on Contractor's behalf. 8. International Boycott Prohibition. In accordance with Section 220-f of the Labor Law and Section 139-h of the State Finance Law, if this contract exceeds $5,000, the Contractor agrees, as a material condition of the contract, that neither the Contractor nor any substantially owned or affiliated person, firm, partnership or corporation has participated, is participating, or shall participate in an international boycott in violation of the federal Export Administration Act of 1979 (50 USC App. Sections 240 I et seq.) or regulations thereunder. If such Contractor, or any of the aforesaid affiliates of Contractor, is convicted or is otherwise found to have lAl6 GP 70-23 . . violated said laws or regulations upon the final determination of the United States Commerce Department or any other appropriate agency of the United States subsequent to the contract's execution, such contract, amendment or modification thereto shall be rendered forfeit and void. The Contractor shall so notify the State Comptroller within five (5) business days of such conviction, determination or disposition of appeal (2NYCRR 105.4). I I I 9. Set-Off Rights. The State shall have all of its common law, equitable and statutory rights of set-off. These I rights shall include, but not be limited to, the State's option to withhold for the purposes of setoff any moneys due to the Contractor under this contract up to any amounts due and owing to the State with regard to this contract, any other contract with any State department or agency, including any contract for a term commencing I. prior to the term of this contract, plus any amounts due and owing to the State for any other reason including, without limitation, tax delinquencies, fee delinquencies or monetary penalties relative thereto. The State shall exercise its set-off rights in accordance with normal State practices including, in cases of set-off pursuant to an audit, the finalization of such audit by the State agency, its representatives, or the State Comptroller. I 10. Records. The Contractor shall establish and maintain complete and accurate books, records, documents, accounts and other evidence directly pertinent to performance under this contract (hereinafter, collectively, "the I Records"). The Records must be kept for the balance of the calendar year in which they were made and for six (6) additional years thereafter or three (3) years after final payment, whichever is later. The State Comptroller, the Attorney General and any other person or entity authorized to conduct an examination, as well as the agency or agencies involved in this contract, shall have access to the Records during normal business hours at an office I of the Contractor within the State of New York or, if no such office is available, at a mutually agreeable and reasonable venue within the State, for the term specified above for the purposes of inspection, auditing and copying. The State shall take reasonable steps to protect from public disclosure any of the Records which are I exempt from disclosure under Section 87 of the Public Officers Law (the "Statute") provided that: (i) the Contractor shall timely inform an appropriate State official, in writing, that said records should not be disclosed; . and (ii) said records shall be sufficiently identified; and (iii) designation of said records as exempt under the Statute is reasonable. Nothing contained herein shall diminish, or in any way adversely affect, the State's right I to discovery in any pending or future litigation. 11. Identifying Information And Privacy Notification. (a) Federal Employer Identification Number And/Or Federal Social Security Number. All invoices or New York State standard vouchers submitted for payment for the sale of goods or services or the lease of real or personal property to a New York State agency must include the payee's identification number, i.e., the seller's or lessor's identification number. The number is either the payee's Federal employer identification number or Federal social security number, or both such numbers when the payee has both such numbers. Failure to include this number or numbers may delay payment. Where the payee does not have such number or numbers, the payee, on its invoice or New Yark State standard voucher. must give the reason or reasons why the payee does not have such number or numbers. (b) Privacy Notification. I I I I (1) The authority to request the above personal information from a seller of goods or services or a lessor of real or personal property, and the authority to maintain such information, is found in Section 5 of the I State Tax Law. Disclosure of this information by the seller or lessor to the State is mandatory. The principal purpose for which the information is collected is to enable the State to identify individuals, businesses and others who have been delinquent in filing tax returns or may have understated their tax liabilities and to generally identify persons affected by the taxes administered by the Commissioner ofl Taxation and Finance. The information will be used for tax administration purposes and for any other purpose authorized by law. (2) The personal information is requested by the purchasing unit of the agency contracting to purchase the I goods or services or lease the real or personal property covered by this contract or lease. The information is maintained in New York State's Central Accounting System by the Director of Accounting Operations, Office of the State Comptroller, 110 State Street, Albany, New York 12236. I 1!\l6 GP 70-24 I I I I I I I I I I I I I I I I I I I I . . 12. Equal Employment Opportunities For Minorities And Women. In accordance with Section 312 of the Executive Law. if this contract is: (i) a written agreement or purchase order instrument, providing for a total expenditure in excess of $25,000.00, whereby a contracting agency is committed to expend or does expend funds in return for labor, services, supplies, equipment, materials or any combination of the foregoing, to be performed for. or rendered or furnished to the contracting agency; or (ii) a written agreement in excess of $] 00,000.00 whereby a contracting agency is committed to expend or does expend funds for the acquisition, construction, demolition, replacement, major repair or renovation of real property and improvements thereon; or (iii) a written agreement in excess of $] 00,000.00 whereby the owner of a State assisted housing project is committed to expend or does expend funds for the acquisition. construction, demolition, replacement, major repair or renovation of real property and improvements thereon for such project, then: (a) The Contractor will not discriminate against employees or applicants for employment because of race, creed, color, national origin, sex, age, disability or marital status, and will undertake or continue existing programs of affIrmative action to ensure that minority group members and women are afforded equal employment opportunities without discrimination. AffIrmative action shall mean recruitment, employment, job assignment, promotion, upgradings, demotion, transfer, layoff, or termination and rates of payor other forms of compensation; (b) at the request of the contracting agency, the Contractor shall request each employment agency, labor union, or authorized representative of workers with which it has a collective bargaining or other agreement or understanding, to furnish a written statement that such employment agency, labor union or representative will not discriminate on the basis of race, creed, color, national origin, sex, age, disability or marital status and that such union or representative wi1l affirmatively cooperate in the implementation of the contractor's obligations herein; and (c) the Contractor shall state, in all solicitations or advertisements for employees, that, in the performance of the State contract, all qualified applicants will be afforded equal employment opportunities without discrimination because of race, creed, color, national origin, sex, age, disability or marital status. Contractor will include the provisions of "a", "b", and "c" above, in every subcontract over $25,000.00 for the construction, demolition, replacement, major repair, renovation, planning or design of real property and improvements thereon (the "Work") except where the Work is for the beneficial use of the Contractor. Section 3]2 does not apply to: (i) work, goods or services uruelated to this contract; or (ii) employment outside New York State; or (iii) banking services, insurance policies or the sale of securities. The State shall consider compliance by a contractor or subcontractor with the requirements of any federal law concerning equal employment opportunity which effectuates the purpose of this section. The contracting agency shall determine whether the imposition of the requirements of the provisions hereof duplicate or conflict with any such federal law and if such duplication or conflict exists, the contracting agency shall waive the applicability of Section 3] 2 to the extent of such duplication or contlict. Contractor will comply with all duly promulgated and lawful rules and regulations of the Governor's Office of Minority and Women's Business Development pertaining hereto. 13. Conflicting Terms. In the event of a contlict between the terms of the contract (including any and all attachments thereto and amendments thereof) and the terms of this Appendix A, the terms of this Appendix A shall control. 14. Governing Law. This contract shall be governed by the laws of the State of New York except where the Federal supremacy clause requires otherwise. 15. Late Payment. Timeliness of payment and any interest to be paid to Contractor for late payment shall be governed by Article] ]-A of the State Finance Law to the extent required by law. 16. No Arbitration. Disputes involving this contract, including the breach or alleged breach thereof, may not be submitted to binding arbitration (except where statutorily authorized), but must, instead, be heard in a court of competent jurisdiction of the State of New York. 17. Service Of Process. In addition to the methods of service allowed by the State Civil Practice Law & Rules ("CPLR"), Contractor hereby consents to service of process upon it by registered or certified mail, return receipt 1106 GP 70-25 . . I I requested. Service hereunder shall he complete upon Contractor's actual receipt of process or upon the State's receipt of the return thereof by the United States Postal Service as refused or undeliverahle. Contractor must promptly notify the State, in writing, of each and every change of address to which service of process can be made. Service by the State to the last known address shall be sufficient. Contractor will have thirty (30) calendar days after service hereunder is complete in which to respond. 18. Prohibition On Purchase Of Tropical Hardwoods. The Contractor certifies and warrants that all wood I products to be used under this contract award will be in accordance with, but not limited to, the specifications aod provisions of State Finance Law ~ 165. (Use of Tropical Hardwoods) which prohibits purchase and use of tropical hardwoods, unless specifically exempted, by the State or any governmental agency or political I subdivision or public benefit corporation. Qualification for an exemption under this law will be the ' responsibility of the contractor to establish to meet with the approval of the State. In addition, wheo any portion of this contract involving the use of woods, whether supply or installation, is to be performed by any subcontractor, the prime Contractor will indicate and certify in the submitted bid proposal that the subcontractor I has been informed and is in compliance with specifications and provisions regarding use of tropical hardwoods as detailed in ~165 State Finance Law. Any such use must meet with the approval of the State; otherwise, the bid may not be considered responsive. Under bidder certifications, proof of qualification for exemption will be I the responsibility of the Contractor to meet with the approval of the State. 19. Reciprocity And Sanctions Provisions. Bidders are hereby notified that if their principal place of business is located in a country, nation. province, state or political subdivision that penalizes New York State vendors, and if the goods or services they offer will be substantially produced or performed outside New York State, the Omnibus Procurement Act 1994 and 2000 amendments (Chapter 684 and Chapter 383, respectively) require that they be denied contracts which they would otherwise obtain. NOTE: As of May IS, 2002, the list of discriminatory jurisdictions subject to this provision includes the states of South Carolina. Alaska, West Virginia, Wyoming, Louisiana and Hawaii. Contact NYS Department of Economic Development for a current list of jurisdictions subject to this provision. 20. Purchases Of Apparel, In accordance with State Finance Law 162 (4-a), the State shall not purchase any apparel from any vendor unable or unwilling to certify that: (i) such apparel was manufactured in compliance with all applicable labor and occupational safety laws, including, but not limited to, child labor laws, wage and hours laws and workplace safety laws, and (ii) vendor will supply, with its bid (or, if not a bid situation, prior to or at the time of signing a contract with the State), if known, the names and addresses of each subcontractor and a list of all manufacturing plants to be utilized by the bidder. 70-37 TERMS AND CONDITIONS (ADDENDUM NO. I) I. The Grantee agrees to incorporate or cause to be incorporated into any contract for construction work, or furnishing of any materials, supplies, or equipment or professional consulting services of any kind in connection with the Project, clauses under which the Contractor: a. Agrees to procure and maintain insurance of the kinds and in the amounts specified. b. Agrees that he will comply with the requirements of the State Labor Law and particularly Sections 220 and 220-4 thereof as amended, and as set forth in Appendix A hereof. c. Agrees that during the performance of this contract, the Contractor will not discriminate against any employee or applicant for employment because of race, creed, sex, color or national origin and will comply with the Non-Discrimination provisions set forth in Appendix A hereof. d. Agrees that he will cause all persons employed upon the work including his subcontractors, agents, officers and employees, to comply with all applicable laws in the jurisdiction in which the work is performed. e. Agrees not to assign, transfer, convey, sublet or otherwise dispose of this agreement or any part thereof, or of its right, title or interest therein or its power to execute such agreement to any person, company or corporation without the previous consent in writing of the Grantee and the Commissioner of Transportation. 1106 GP 70-26 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . f. Agrees that in accordance with its status as an independent contractor, it will conduct itself with such status that it will neither hold itself out as nor claim to be an officer or employee of the State by reason hereof, and that it will not by reason hereof, make any claim demand of application to or for any right or privilege applicable to an officer or employee of the State, including, but not limited to, Workmen's Compensation coverage, Unemployment Insurance Benefits, Social Security coverage or Retirement membership or Credit. g. Agrees that this agreement may be canceled or terminated by the Grantee if any work under this agreement is in conflict with the provisions of Section 74 of the Public Officers Law. h. Agrees that any patentable result arising out of this Agreement, as well as all information, designs, specification, know-how, data, and findings, shall be made available without cost to the State or its licenses for public use. I. Agrees that for construction work he will furnish a performance bond in an amount at least equal to 100 percent of this contract price as security for the faithful performance of his contract and also a labor and material bond in an amount equal to 100 percent of his contract price as security for the payment of all persons performing labor on the project under his contract and furnishing materials in connection with his contract. The performance bond and the labor and material bond may be in one or in separate instruments in accordance with la w. j. Agrees that the Commissioner and the State Comptroller reserve the right to audit and inspect the work of the contractor and any and all records thereof through representatives of the State, as well as through officers and employees of the State, as they shall determine. k. Agrees that the State shall not be obligated or liable hereunder to any party other than the Grantee. I. Agrees that if any provision of this Agreement is held invalid, the remainder of this Agreement shall not be affected thereby if such remainder would then continue to conform to the terms and requirements of the applicable law. m. Agrees that by execution of the Agreement the Contractor represents that it has not paid and, also, agrees not to pay, any bonus or commission for the purpose of obtaining an approval of this agreement. n. Agrees that all project documents requiring formal approval by a Federal Agency will be submitted to the Commissioner for his prior approval and forwarding to the Federal Agency for its formal approval. 2. The Grantee agrees to give full opportunity for free, open and competitive bidding for each contract to be let by it calling for construction or the furnishing of any materials, supplies, or equipment to be paid for with Project funds in accordance with the requirements of Section 103 of the General Municipal Law, the State Finance Law and any other applicable State Laws, Regulations or any requirements or opinions of the State comptroller. 3. The Grantee agrees that contracts for professional or consulting services may be negotiated, but they must be in writing and must state the maximum compensation or reimbursement to be paid. Negotiations must be adequately documented to show consultants considered, proposals received, reasons for selecting the proposed consultant, and the unit basis or other detailed explanation in support of the amount of compensation to be paid. END OF SECTION 70 ]/06 GP 70-27 I I I I I I I I I I I I I I I I I I I . . Disadvantaged Business Enterprise DBE Participation Summary (Submit one form for each DBE Firm.) Contractor Name: Address: City: State: Zip: DBE Firm DBE Firm: Address: City: State: Zip: DBE Contact Person Name: Phone: DBE Certification Agency: Expiration Date: Each DBE Finn shall submit evidence (such as a phatocopy) of their certification status. DBE Commitments/Awards -Breakdown By Ethnicity & Gender ~ Black American Hispanic American Native American Subcont. Asian American ~ Asian-Pacific American Non-Minority Women Other (Le. not of any other group listed he~) Classification: ~ Prime Contractor Manufacturer Subcontractor B Supplier Joint Venture Work items Description Quantity Amount oerformed bv DBE Paid to DBE The Contractor utilized the above-named DBE Firm for the work items described above. The actual participation is as follows: Total amount paid to DBE Firm: Percent of Contractor's total contract: % $ Affirmation: The above-named DBE Firm affirms that it has performed the work items described above and has been paid the amount stated above. By: (Title) (Signature) 1106 I I I I Employers Holding Federal Contracts or Subcontracts I Applicants to and employees of companies with a Federal government contract or subcontract are protected under the following Federal authorities: I RACE, COLOR, RELIGION, SEX, NATIONAL ORIGIN I Executive Order 11246, as amended, prohibits job discrimination on the basis of race, color, religion, sex or national origin, and requires affirmative action to ensure equality of opportunity in all aspects of employment. I INDIVIDUALS WITH DISABILITIES I Section 503 of the Rehabilitation Act of 1973, as amended prohibits job discrimination because of disability and requires affirmative action to employ and advance in employment qualified individuals with disabilities who, with reasonable accommodation, can perform the essential functions of a job. I I VIETNAM ERA, SPECIAL DISABLED, RECENTLY SEPARATED, AND OTHER PROTECTED VETERANS I 38 U.S.C. 4212 of the Vietnam Era Veterans' Readjustment Assistance Act of 1974, as amended, prohibits jOb discrimination and requires affirmative action to employ and advance in employment qualified Vietnam era veterans, qualified special disabled veterans, recently separated veterans, and other protected veterans. I I I Any person who believes a contractor has violated its nondiscrimination or affirmative action obligations under the authorities above should contact immediately: I The Office of Federal Contract Compliance Programs (OFCCP), Employment Standards Admin., U.S. Department of Labor, 200 Constitution Avenue, NW. Washington, D.C. 20210 or call (202) 893-0101, or an OFCCP regional or district office, listed in most telephone directories under U.S. Government Department of Labor. I I I JI!I6 . . Equal Employment Opportunity is THE LAW Private Employment, State and Local Governments. Educational Institutions Applicants to and employees of most private employers, state and local governments, educational institutions, employment agencies and labor organizations are protected under the fOllowing Federal laws: RACE, COLOR, RELIGION, SEX, NATIONAL ORIGIN Tille VII otthe Civil Rights Act of 1964, as amended, prohibits discrimination in hiring, promotion, discharge, pay, fringe benefits, job training, classification, referral, and other aspects of employment, on the basis of race, color, religion, sex or national origin. DISABILITY The Americans with Disabilities Act of 1990, as amended, protects qualified applicants and employees with disabilities from discrimination in hiring, promotion, discharge, pay, job training, fringe benefits, classification, referral, and other aspects of employment on the basis of disability. The law also requires that Covered entities provide qualified applicants and employees with disabilities with reasonable accommodations that do not impose undue hardship. AGE The Age Discrimination in Employment Act of 1967, as amended, protects applicants and employees 40 years or age or older from discrimination on the basis of age in hiring, promotion, discharge, compensation, terms, conditions or privileges of employment. SEX (WAGES) In addition to sex discrimination prohibited by Title VII of the Civil Rights Act of 1984, as amended (see above), the Equal Pay Act of 1963, as amended, prohibits sex discrimination in payment of wages to women and men performing substantially equal work in the same establishment. Retaliation against a person who files a charge of discrimination, participates in an investigation, or opposes an unlawful employment practice is prohibited by all of these Federal laws. If you believe that you have been discriminated against under any of the above laws, you should contact immediately: The U.S. Equal Employment Opportunity Commission (EEOC) 1801 L Street, N.W., Washington, D.C. 20507, or an EEOC field office by calling toll free (800)869-4000. For individuals with hearing impairments, EEOC's toll free TOO number is (800)689-6820. Programs or Activities Receiving Federal Financial Assistance RACE, COLOR, RELIGION, NATIONAL ORIGIN, SEX. In addition to the protection of Tille VII of the Civil Rights Act of 1964, as amended, Title VI of the Civil Rights Act prohibits discrimination on the basis of race, color or national origin in programs or activities receiving Federal Financil Assistance. Employment discrimination is covered by Title VI if the primary objective of the financial assistance is provision of employment, or where employment discrimination causes or may cause discrimination in providing services under such programs. Title IX of the Education Amendments of 1972 prohibits employment discrimination on the basis of sex in educational programs or activtties which receive Federal assistance. INDIVIDUALS WITH DISABILITIES Sections 501, 504 and 505 of the Rehabiiitation Act of 1973, as amended, prohibits employment discrimination on the basis of disability in any program or activity which receives Federal financial assistance in the federal government. Discrimination is prohibited in all aspects of employment against persons with disabilities who, with reasonable accommodation, can perfonn the essential functions of a job. If you believe you have been discriminated against In a program of any institution which receives Federal assistance, you should contact immediately the Federal agency providing such assistance. I I I I I I I I I I I I I I I I I I I W AlS Document Retrieval . . Page 1 of12 GENERAL DECISION: NY20030013 11/03/2006 NY13 Date: November 3, 2006 General Decision Number: NY20030013 11/03/2006 State: New York Superseded General Decision Number: NY020013 construction Types: Building, Heavy, Highway and Residential Counties: Nassau and Suffolk Counties in New York. BUILDING CONSTRUCTION PROJECTS, RESIDENTIAL CONSTRUCTION PROJECTS (including single family homes and apartments up to and including 4 stories), HEAVY CONSTRUCTION PROJECTS, HIGHWAY CONSTRUCTION PROJECTS Modification Number o 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 ASBEOOI2-001 07/03/2006 Publication Date 06/13/2003 02/27/2004 04/09/2004 04/23/2004 05/14/2004 OS/28/2004 06/11/2004 07/16/2004 07/23/2004 07/30/2004 09/24/2004 12/03/2004 12/24/2004 02/11/2005 03/04/2005 05/06/2005 OS/20/2005 06/03/2005 06/10/2005 07/22/2005 07/29/2005 08/05/2005 09/09/2005 09/30/2005 11/25/2005 01/27/2006 03/03/2006 05/05/2006 06/02/2006 06/16/2006 07/07/2006 08/04/2006 08/25/2006 09/29/2006 10/13/2006 11/03/2006 Rates Fringes httn~/lfrwphO:ltp ~('('PI;1C on" .,.n"I".....; 'h;...I.............-I.....~ __:.,..11-... . ~ W AIS Document Retrieval . . Page 2 of 12 I I I I I I I I I I I I I I I I I I I . - .- --- Asbestos Workers/Insulator includes application of all insulating materials, protective coverings, coatings and finishing to all types of mechanical systems..........$ 43.61 Hazardous Material Handler.....$ 24.45 24.97 8.50 --------~-------------------------------~----------------------- BOIL0005-001 09/01/2006 Rates Fringes Boilermaker. . . . . . . . . . . . . . . . . . . . $ 44.09 28.53+a FOOTNOTE: a. PAID HOLIDAYS: New Year's Day, Thanksgiving Day, Memorial Day, Independence Day, Labor Day and Good Friday, Friday after Thanksgiving, Christmas Eve Day and New Year's Eve ---------------------------------------------------------------- BRNY0001-001 07/01/2006 Rates Fringes Bricklayer. . . . . . . . . . . . . . . . . . . . . $ 42.95 Stonemason. . . . . . . . . . . . . . . . . . . . . $ 53.14 19.21 20.38 ---------------------------------------------------------------- CARP0007-016 07/01/2005 Rates Fringes Carpenters: Building. . . . . . . . . . . . . . . . . . . . $ 33.52 Heavy & Highway...... .......$ 33.52 Residential... ...... ...... ..$ 30.00 25.46 25.46 11.20 ---------------------------------------------------------------- CARP0740-001 07/01/2005 Rates Fringes Millwright. . . . . . . . . . . . . . . . . . . . . $ 38.13 35.40 ---------------------------------------------------------------- CARP1456-009 07/01/2005 Rates Fringes Carpenters: DIVERS TENDERS..............$ 36.44 DIVERS......................$ 49.79 DOCKBUILDERS......... .......$ 40.27 PAPERHANGERS.............. ..$ 23.88 PILEDRIVERMAN...............$ 40.27 SOFT FLOOR LAYERS...........$ 40.27 29.86 29.86 29.86 10.48 29.86 29.86 --------------------------------------------~---------------- CARP1536-001 07/01/2003 Rates Fringes I I I I I I I I I I I I I I I I I I I W AIS Document Retrieval . Carpenters: TIMBERMEN................. ..$ 34.47 26.05 --------------------------~------------------------------------- ELEC0025-001 04/30/2005 Rates Fringes Electrician....................$ 43.00 25.11 ---------------------------------------------------------------- * ELEC0025-002 09/30/2006 Rates Fringes Electricians: Maintenance Unit.......... ..$ 34.00 Telephone Unit............ ..$ 31.00 Wiring for single or multiple family dwellings and apartments up to and including 2 stories....... ..$ 29.10 35.5%+3.46 47.5%+2.21 16.5%+10.79 ---------------------------------------------------------------- ELEC1049-002 04/02/2006 Rates Fringes Line construction: substation and Switching structures pipe type cable installation and maintenance jobs or projects; Railroad electrical distribution/ transmission systems maintenance (when work is not performed by railroad employees) Overhead and Underground transmission/distribution line work. Fiber optic, telephone cable and equipment; Groundman.. . . . . . .. . ... . . ... $ 22.86 Substation and Switching structures pipe type cable installation and maintenance jobs or projects; Railroad electrical distribution/ transmission systems maintenance (when work is not performed by railroad employees) Overhead and Underground transmission/distribution line work. Fiber optic, telephone cable and equipment; Heavy Equipment Operator...$ 30.48 Substation and switching structures pipe type cable 13.93 13.93 . Page 3 of 12 http://frwebgate.access.gpo.gov/cgi-binlgetdoc.cgi?dbname=Davis- Bacon&docid= NY2003... 1/4/2007 W AIS Document Retrieval . . installation and maintenance jobs or projectsi Railroad electrical distribution/ transmission systems maintenance (when work is not performed by railroad employees) Overhead and Underground transmission/distribution line work. Fiber optic, telephone cable and equipmentj Lineman & Cable Splicer.. ..$ 38.10 Substation and Switching structures pipe type cable installation and maintenance jobs or projects; Railroad electrical distribution/ transmission systems maintenance (when work is not performed by railroad employees) Overhead and Underground transmission/distribution line work. Fiber optic, telephone cable and equipment; Material Man............... $ 33.15 13.93 13.93 . ELEVOOOI-002 03/17/2006 Rates Fringes Elevator Mechanic Elevator Constructor........$ 43.99 Modernization and Repair. ...$ 35.33 18.11s+a+b 17.96s+a+b FOOTNOTE, a. PAID HOLIDAYS: New Year's Day, Good Friday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Friday after Thanksgiving, and Christmas Day. PAID VACATION: An employee who has worked less than 5 years shall recieve vacation pay credit on the basis of 4% of his hourly rate for all hours worked; an employee who has worked 5 to 15 years shall receive vacation pay credit on the basis of 6% of his hourly rate for all hours workedj an employee who has worked 15 or more years shall receive vacation pay credit on the basis of 8% of his hourly rate for all hours worked. ENGI0138-001 06/01/2006 BUILDING CONSTRUCTION Rates Fringes .. _ 'n_11 r.__.~_ r._____ V_...J__~...J_lro.T'T""'''''''' Page 4 of 12 I I I I I I I I I I I I I I I I I I I 11AI.,,,,,,,,, - - - - - - - - - --,. I I I I I I I I I I I I I I I I I I I W AIS Document Retrieval Page 5 of 12 . . Power equipment operators: GROUP 1..................... $ 42. 75 GROUP 2.,.............,..... $ 40.54 GROUP 3..................... $ 39. 07 GROUP 4..................,.. $ 36. 11 GROUP 5..................... $ 34. 62 25.79+a 25.79+a 25.79+a 25.79+a 25.79+a NOTES, Hazmat premiums: Leve I A 3 . 50 Level B 2.50 Level C 1. 50 Oiler on truck cranes with boom length of 100 ft. or more .25 FOOTNOTE, a. Paid Holidays: New Year's Day, Lincoln's Birthday, Washington's Birthday or president1s Day (in lieu of Lincoln's or Washington's Birthday), Good Friday, Memorial Day, Indpendence Day, Labor Day, Veteran's Day, Thanksgiving Day, Christmas Day or days celebrated as such. Any holiday that falls on a Saturday will be celebrated on Friday. POWER EQUIPMENT OPERATOR CASSIFICATIONS GROUP 1: Asphalt spreader, backhoe crawler capacity over cater- piller 225 and lomatsu 300, Boiler (thermoplastic), Cherry picker, over 50 tons, eMI or maxim spreader, concrete pump (with oiler), crane (crawler truck), crane (on barge), crane (stone setting), crane (structural steel), crane (with clam shell), derrick, dragline, dredge, gradall, grader, hoist (3 drum), loading machine (bucket) cap of 10 yds or over micro-trap, with compressor (negative air machine), milling machine, large pile driver, power winch, Stone setting/structural steel, power winch (truck mounted/stone steel) powerhouse, road paver scoop, carry-allt scraper in tandem shovel, sideboom tractor, sideboom tractor (used in tank work), stone spreader (self propelled tank work), zamboni (ice machine) GROUP 2: Backhoe, boom truck, bulldozer, cherypicker, conveyor (multi), dinky locomotive, forklift, hoist, 2 drum, loading machine, loading machine (front end) mechanicl compactors, (machine drawn), mulch machine (machine-fed), power wincht other than stone/structural steel, power winch (truck mounted other than stone steel) pump (hydraulic, with boring machine), roller, (asphalt), scoop (carry-all scraper), tower crane (maintenance man) I trenching machine GROUP 3: Comrpessor (structural steel), Compressor (2 or more in battery), concrete finishing mchine, concrete spreader, conveyor, curb machine (asphalt or concrete), curing machine, fireman, hoist (1 drum), micro-trap, (self contained, negative air machine)t pump (4 inches or over), http://frwebgate.access.gpo.gov/cgi-binlgetdoc,cgi?dbname=Davis-Bacon&docid= NY2003.,. 1/4/2007 W AIS Document Retrieval . . pump (hydraulic), pump (jet), pump (sumbersible), pump (well point) I pulvi-mixer, ridge cutter, roller (dirt), striping machine, vac-all, welding and burning, welding machine (pile work) I welding machine (structural steel) GROUP 4: Compressor, compressor (on crane) I compressor (pile work), compressor (stone setting), concrete breaker, concrete saw or cutter, forklift (walk behind, power operated) I generator-pile work, generator, hydra hammer, mechanical compactors (hand operated), oiler (truck crane), pin puller, portable heaters, powerbroom, power buggies, pump (double action diaphgrgm), pump (gypsum), trench machine (hand), welding machine GROUP 5: Batching plant (on site of jab), generator (small), mixer (with skip), mixer (2 small with or without skip), mixer (2 bag or over, with or without skip), mulch machine, oiler, pump (centrifugal, up to 3 inches) I root cutter, stump chipper, tower crane (oiler), tractor (caterpillar or wheel vibrator) ---------------------------------------------------------------- ENGI0138-002 06/01/2006 HEAVY & HIGHWAY Rates Fringes Power equipment operators: GROUP 1..................... $ 43. 93 GROUP 2..................... $ 40.99 GROUP 3..................... $ 39. 51 GROUP 4.....................$ 36.55 GROUP 5..................... $ 35. 08 GROUP 6..................... $ 27.23 25.79+a 25.79+a 25.79+a 25.79+a 25.79+a 8.95+10% NOTES: Hazmat premiums: Level A Level B Level C 3.50 2.50 1. 50 Truck and Crawler Cranes long boom premiums: boom lengths (including jib) 100-149 ft boom lenghts (including jib) 150-249 ft boom lenghts (including jib) 250-349 ft boom lengths (including jib) 350 ft .50 .75 1. 00 1. 50 Cranes using clamshell buckets Front end loader 10 yds and above Oiler on truck cranes with boom length of 100 ft. or more .25 .25 .25 FOOTNOTE: a. Paid Holidays: New Years Day, Lincoln's Birthday, Washington's Birthday or Presidents Day (in liew of Lincoln's or Washington's Birthday, Good Friday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Christmas Day or days celebrated as such. Any holiday that falls on Saturday will be celebrated httn.//f",....,""hll''';>t'''' ";>,-.,-.""C"C" ll'"t"'I..... ll'.....u/,-.n-~_h~....Jn-""t..-:l....."" ,.n-~?..-:Ih....................-T"\n~.;... "0................. P.....I...._:~_l\,.T'T'l(\t\.., Page 6 of 12 I I I I I I I I I I I I I I I I I I I 1 fAI"'''F'\~ I I I I I I I I I I I I I I I I I I I W AIS Document Retrieval Page 7 of 12 . . on Friday. POWER EQUIPMENT OPERATOR CLASSIFICATIONS GROUP 1: Asphalt spreader, backhoe crawler (capacity over caterpiller 225 and komatsu 300), boiler (thermoplastic), boring machine (post hole), cgherry picker (over 50 ton), eMI or maxim spreader, concrete pump, with oiler, crane (crawler truck) I crane (on barge) I crane (stone setting) crane (structural steel) I crane (with clam shell) I derrick, dragline, dredge, gradall, grader, hoist (3 drums), loading machine (bucket) capacity of 10 yards or over, micro-trap (with compressor-negative air machine), milling machine (large), piledriver, power winch (stone setting structural steel) I power winch (truck mounted/stone steel) I power-house, road paver, scoop, carryall (scraper in tandem), shovel, sideboom tractor, sideboom tractor (used in tank work), stone spreader (self-propelled) I tank work, tower crane GROUP 2: Bulldozer, Backhoe, Boom Truck, Boring machine/augur, Cherrypicker, Conveyor (multi), Dinky Locomotive, Forklift, Hoist (2 drum), Loading Machine, Loading Machine (front end), Mechanical Compactor (machine drawn), Mulch Machine (machine- fed), Power Winch (other than stone/structural steel), Power Winch (truck mounted/other than stone steel), Pump Hydraulic (with boring machine), Roller (asphalt), Scoop (carry-all, scraper), Tower Crane (maintenance man), Trenching Machine, Vermeer Cutter, Work Boat GROUP 3: Curb Machine (asphalt or concrete), Maintenance Engineer (small equipment), Maintenance engineer (well-point) Mechanic (fieldman), Micro-Trap (self contained, negative air machine), Milling Machine (small), Pulvi-mixer, Pump (4 inches or over), pump Hydraulic, Pump Jet, Pump Submersible, Pump (well point), Roller Dirt, Vac-AII, Welding and burning, Compressor (structural steel), Compressor (2 or more battery), Concrete Finishing Machine, Concrete Spreader, Conveyor, Curing Machine, Fireman, Hoist (one drum), Ridge Cutter, Striping Machine, Welding Machine (pile work), Welding Machine (structural Steel) . GROUP 4: Compressor, Compressor on crane, Compressor (pile work), Compressor (stone setting), Concrete Breaker, Concrete Saw or Cutter, Fork Lift (walk behind, power operated), Generator- Pile Work, Generator, Hydra Hammer, Mechanical Compoactors (hand operated), Oiler (truck crane), pin puller, Portable Heaters, powerbroom, Power buggies, Power Grinders, Pump (double action diaphragm) , Pump gypsum, Pump (single action 1 to 3 inches), Trench Machine hand, Welding Machine GROUP 5: Batching Plant (on site of job), Generator (small), Grinder, Mixer (with skip), Mixer (2 small with or without skip), Mixer (2 bag or over, with or without skip), Mulch Machine, Oiler, Pump (centrifugal, up to 3 inches), Root Cutter, Stump Chipper, Tower Crane (oiler), Track Tamper (2 engineers, each), Tractor (caterpillar or wheel), Vibrator, http://frwebgate.access.gpo.gov/cgi-binlgetdoc.cgi?dbname=Davis-Bacon&docid=NY2003 ... 1/4/2007 W AIS Document Retrieval . . Work boat (deckhand), GROUP 6, Well drillers ---------------------------------------------------------------- IRON0046-003 07/01/2005 Rates Fringes Ironworker METALLIC LATHERS... ...... ...$ 40.55 27.37 ---------------------------------------------------------------- IRON0197-001 07/01/2003 Rates Fringes Ironworker STONE DERRICKMAN....... .....$ 35.76 29.07 ---------------------------------------------------------------- IRON0361-001 07/01/2006 Rates Fringes Ironworker (STRUCTURAL)...... ..$ 37.90 45.63 ---------------------------------------------------------------- IRON0580-001 07/01/2006 Rates Fringes Ironworker, Ornamental. ...... ..$ 38.60 34.90 ---------------------------------------------------------------- LAB00066-001 07/01/2006 BUILDING Rates Fringes Laborers: Laborers. . . . . . . . . . . . . . . . . . . . $ 27.00 Plasterers tenders. ... .... ..$ 27.00 21.47 21.47 ---------------------------------------------------------------- LAB00078-001 12/01/2003 Rates Fringes Asbestos Worker ASBESTOS (Removal, Abatement, Encapsulation or Decontamination of asbestos); LEAD; & HAZARDOUS WASTE LABORERS (Hazardous Waste, Hazardous Materials, Biochemical and Mold Remediation, HVAC, Duct Cleaning, Re-spray Fireproofing, etc....... ....$ 25.50 6.81 -------------------------------------------------------------- LAB01298-001 06/01/2006 HEAVY & HIGHWAY httn-//frnrphrr-::.tp -::'1"1",0('(' ,.."."n nn"/I"ol_hln/nptnn..... .....nl')nhn....-n-oo-=n....~,;<'" D....,..."'..... J;rA"'''''~..-1-l\TV'1(\{''J Page 8 of 12 I I I I I I I I I I I I I I I I I I I 1 IA ''1()('I'-' I I I I I I I I I I I I I I I I I I I W AIS Document Retrieval Page 9 of 12 . . Rates Fringes Laborers: Asphalt Rakers; Formsetters.$ 30.38 Asphalt Shovelers, Roller Boys & Tampers..............$ 29.55 Regular Laborers............$ 27.05 19.09+A 19.09+A 19.09+A FOOTNOTES: Laborers working in a hazardous material hot zone shall receive an additional 20% premium. Where the contract provides for night work outside the regular hours of work, the employees shall be paid at straight time plus a 25% night work premium for the 8 hours worked during the night. Firewatch work performed after regular hours shall be paid an additional 10% premium. Second and Third Shift work will be paid at a 10% premium. Contractor requesting laborers certified for hazardous material work and/or employed on hazardous material shall be required to pay an additional 10% premium. ---------------------------------------------------------------- . PAIN0009-002 05/01/2006 Rates Fringes Painters: GLAZIERS. . . . . . . . . . . . . . . . . . . . $ 35.40 Painters, Drywall Finishers.$ 33.50 Spray, Scaffold, Sandblasting................$ 36.50 Structural Steel (over 20 ft), Sandblasting...........$ 36.50 25.90 18.85 18.85 18.85 ---------------------------------------------------------------- PAIN1974-002 07/07/2005 Rates Fringes Painters: DRYWALL TAPERS/POINTERS... ..$ 35.32 16.42 -~--------------------------------------~----------------------- PLAS0260-003 07/01/1999 Rates Fringes Plasterer. . . . . . . . . . . . . . . . . . . . . . $ 27.91 15.16 ---------------------------------------------------------------- PLAS0780-001 07/01/2006 Rates Fringes Cement Mason.... ...... ....... ..$ 41.00 23.10 ---------------------------------------------------------------- . PLUM0200-001 11/01/2006 http://frwebgate.access.gpo.gov/cgi-binlgetdoc.cgi?dbname=Davis- Bacon&docid=NY2003... 1/4/2007 Page 10 of 12 I I I I I I I I I I I I I I I I I I I W AIS Document Retrieval . . Rates Fringes Plumber BUILDING CONSTRUCTION:......$ 42.85 BUILDING CONSTRUCTION.......$ 43.75 22.18 24.78 PLUM0638-001 07/05/2006 Rates Fringes Plumber SERVICE FITTERS. ...... ......$ 26.30 SPRINKLER FITTERS, STEAMFITTERS. . . . . . . . . . . . . . . . $ 43.82 2.55 32.72 Service Fitter work shall consist of all repair, service and maintenance work on domestic, commercial and industrial refrigeration, air conditioning and air cooling, stoker and oil burner apparatus and heating apparatus etc., including but not exclusively the charging, evacuation, leak testing and assembling for all machines for domestic, commercial and industrial refrigeration, air conditioning and heating apparatus. Also, work shall include adjusting, including capacity adjustments, checking and repairing or replacement of all controls and start up of all machines and repairing all defects that may develop on any system for domestic, commercial and industrial refrigeration and all air conditioning, air cooling, stoker and oil burner apparatus and heating apparatus regardless of size or type. * ROOF0154-001 10/01/2006 Rates Fringes Roofer (including Built Up, Composition and Single Ply)....$ 35.50 22.54 SHEE0028-002 08/03/2006 Rates Fringes Sheet metal worker...... .......$ 41.55 32.73 TEAM0282-002 07/01/2005 Rates Fringes Truck drivers: Asphalt. . . . . . . . . . . . . . . . . . . . . $ 31. 235 Euclids & turnapulls...... ..$ 31.25 High Rise...................$ 32.31 23.6025+a+b 23.6025+a+b 23.6525+a+b FOOTNOTES: a. PAID HOLIDAYS: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Election Day, Veterans' Day (Armistice Day), Thanksgiving Day and Christmas Day. Employees working two (2) days in the calendar week in which a holiday falls are to be paid for such holiday, provided that they shape each remaining ht-t.,....//.f.......,phO'.ltp '.lr>rpcc fT'M1"\ ol"\"/r>o;_h;n/optr1l"\r> r>o;?r1hn'.lrnp=n'.l,,;~_R'.l("nnJbrlnr>;r1=l\TV?()()1. l/LlI?()()7 I I I I I I I I I I I I I I I I I I I W AIS Document Retrieval Page II ot IL . . workday during such calendar week. b.VACATION: For each 15 days worked with the contract year an employee will receive one day vacation with pay, maximum vacation of 3 weeks per year. In addition, an employee who qualifies for two weeks (lO days) vacation or more with pay and who has been continuously employed by his employer for six years before the close of any contract year, shall be entitled to one extra day vacation; seven years before the close of any contract year, shall be entitled to two extra days vacation; eight years before the close af any contract year, shall be entitled to three extra day vacation; nine years before the close of any contract year, shall be entitled to four extra day vaction; ten years before the close of any contract year or over shall be entitled to three weeks paid vacation with pay, but in no event shall any employee be entitled to more than three weeks vacation pay per year. ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- In the listing above, the "BU" designation means that rates listed under the 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.) be: Has there been an initial decision in the matter? This can * 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 rate) 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 which 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 http://frwebgate.access.gpo.gov/cgi-binJgetdoc.cgi ?dbname=Davis- Bacon&docid=NY2003... 1/4/2007 Page 12 of 12 I I I I I I I I I I I I I I I I I I I W AIS Document Retrieval . . 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, DC 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 200 Constitution Avenue, N.W. Washington, DC 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 requestor 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, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION hUn'//frwp.ha::!tp. :lr,r_p:~~ onn anv/rol_hin/optr1nr rOl?r1hn:Hnp=n~vic_R!:'l,..{"\n.RTr1.....,..;r1=l\.TV'1nn1. 1111f")()'Y7 I I I I I I I I I I I I I I I I I I I . . SPECIAL NOTE NEW YORK STATE DEPARTMENT OF LABOR PREVAILING WAGE RATES Wage rate amendments and supplements are available on the NYSDOL web site at: WWW.LABOR.STATE.NY.US All changes or clarification of labor classifications and applicability of prevailing wage rates shall be obtained in writing from the Office of the Director. NYSDOL Bureau of Public Work. The NYSDOL prevailing wage rate schedule for this contract has been determined and is available on the internet. The prevailing wage rate schedule is accessed by visiting the NYSDOL web site, navigating to the appropriate web page, and entering the Prevailing Rate Case No. 2007000116. The PRC# is also provided on the following page on NYSDOL Form PW-200. A copy of the project specific prevailing wage rate schedule will be provided to the successful bidder upon award of the contract. Upon written request, the schedule will be provided by the Engineer to prospective bidders without internet access. 1106 I I I I I I I I I I I I I I I I I I I . . NYS Department of LabOt orkforce ew York . Eliot Spitzer, Governor M. Patricia Smith. Acting, Commissioner Put US to work for you Town of Southold Joe Hamilton C&S Engineers, Inc. 499 Col. Eileen Collins Blvd. Syracuse NY 13212 Schedule Year Date Requested PRC# 2006 throu9h 2007 01/04/2007 2007000116 Location Project 10# Project Type Elizabeth Fieid Airport Ailiield lighting rehabilitation project PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourly supplements for the project referenced above. A unique Prevailing Wage Case Number (PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2006 through June 2007. All updates, corrections, posted on the 1 st business day of each month, and future copies of the annual determination are available on the Department's website www.labor.state.ny.us. Updated PDF copies of your schedule can be accessed by entering your assigned PRC# at the proper location on the website. It is the responsibility of the contracting agency or its agent to annex and make part, the attached schedule, to the specifications for this project, when it is advertised for bids and lor to forward said schedules to the successful bidder(s), immediately upon receipt, in order to insure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public Work Contracts" provided with this schedule, for the specific details relating to other responsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail OR fax this form to the office shown at the bottom of this notice, OR fill out the electronic version via the NYSDOL website. NOTICE OF COMPLETION I CANCELLATION OF PROJECT Date Completed: Date Cancelled: Name & Title of Representative: Phone: (518)457-5589 Fax: (518) 485-1870 W. Averell Harriman State Office Campus. Bldg. 12, Room 130, Albany, NY 12240 www.labor.state.ny.us. PW Ask@labor.state.ny.us PW 200 I I I I I I I I I I I I I I I I I I I . . SECTION 80 - PROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualilled representative who is duly authorized to receive and execute orders of the Engineer. All Subcontractors shall be approved by the Owner prior to being utilized on the project. The Subcontractor shall submit a Subcontractor Approval Request to the Engineer fourteen (14) days prior to beginning work on the project. As a minimum, the information shall include the following: Subcontractor's legal company name. Subcontractor's legal company address, including County name. Principal contact person's name, telephone and fax number. Complete narrative description, and dollar value of the work to be performed by the subcontractor. Copies of required insurance certificates in accordance with the specifications. Minority! non-minority status. 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 liIe copies of all subcontracts with the Engineer. The Contractor shall perform, with his organization, an amount of work equal to at least 25 percent of the total contract cost. 80-02 NOTICE TO PROCEED. The notice to proceed will be issued by the Owner and 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 notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specilled, the Contractor shall submit hislher progress schedule for the Engineer's approval at least 10 days prior to the start of work. 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 suflicient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specillcations within the time set forth in the proposal. If the Contractor falls signillcantly 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 3 days in advance of resuming operations. The Contractor shall not commence any actual construction prior to the date stated in the notice to proceed. 80-04 LIMITATION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/her subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport. When the work requires the Contractor to conduct his/her operations within an AIR OPERATIONS AREA of the airport, the work shall be coordinated with airport operations (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AIR OPERATIONS AREA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AIR OPERATIONS AREA (AOA) of the airport on an intermittent basis (intermittent opening and closing of the AIR OPERATIONS AREA), the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. ,,~ GP80-1 . . Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are provided. The following AIR OPERATIONS AREA cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: AOA Time Periods AOA Can Be Closed Type of Communications Required When Working in an AOA Controlling Authoritv (See the subsection titled WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS of Section 80.) Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction. See the subsection titled AVIATION SAFETY REQUIREMENTS DURING CONSTRUCTION (SAFETY PLAN) of Section 80. 80-04,1 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION, All Contractors' operations shall be conducted in accordance with the project safety plan and the provisions set forth within the current version of Advisory Circular 150/5370-2. The safety plan included within the Contract Documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a plan that details how it proposes to comply with the requirements presented within the safety plan. The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity. The Contractor shall conduct routine checks of the safety plan measures to assure compliance with the safety plan measures. The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the safety plan and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved safety plan unless approved in writing by the Owner or Engineer. I I I I I I I I I I I 80-04,2 A VIA TION SAFETY REQUIREMENTS DURING CONSTRUCTION (SAFETY PLAN) A. GENERAL SAFETY REQUIREMENTS. Throughout the construction project, the following safety and I operational practices shall be observed: I. Operational safety shall be a standing agenda item during progress meetings throughout the construction I project. 2. The Contractor and airport operator shall perform onsite inspections throughout the project, with immediate remedy of any deficiencies, whether caused by negligence, oversight, or project scope change. 3. Airport runways and taxiways shall remain in use by aircraft to the maximum extent possible. I 4. Aircraft use of areas near the Contractor's work will be controlled to minimize disturbance to the Contractor's operation. 5. Contractor, Subcontractor, and supplier employees or any other unauthorized persons shall be restricted I from entering or remaining in an airport area that would be hazardous. 6. Construction that is within the safety area of an active runway, taxiway, or apron that is performed under normal operational conditions shall be performed when the runway, taxiway, or apron is closed or use restricted. Construction shall only be initiated with prior permission from the Owner. I 7. The Owner or other designated airport representative may order the contractor to suspend operations; move personnel, equipment, and materials to a safe location; and stand by until aircraft use is completed. The Contractor shall make hislher own estimation of all difficulties to be encountered and shall make allowance I for such difficulties in the amounts bid under the several items of the Contract. No requirements of this Contract with respect to any precautions required or omitted shall be deemed to limit or I impair any responsibilities or obligations assumed by the Contractor under or in connection with this Contract, 5106 GP 80-2 I I I I I I I I I I I I I I I I I I I I . . and the Contractor shall at all times maintain adequate protection to safeguard the public and all persons engaged in the work and shall take such precautions as will accomplish such end, without undue interference with the public or the operations of the Owner. B. CONSTRUCTION MAINTENANCE AND FACILITIES MAINTENANCE. Before beginning any construction activity, the Contractor shall coordinate give notice of proposed location, time, and date of commencement of construction to the Owner. The Owner will be responsible for issuing a Notice to Airmen (NOT AM). Upon completion of work and return of all such areas to standard conditions, the Owner will cancel all notices issued via the NOTAM System. Throughout the duration of the construction project, the Contractor must: I. Be aware of and understand the following safety problems and hazards as described in Section 4 of AC 150/5370-2, Operational Safety on Airports During Construction: a. Excavation adjacent to runways, taxiways, and aprons. b. Mounds of earth, construction materials, temporary structures, and other obstacles near any open runway, taxiway, or taxilane; or in the related object-free and aircraft approach or departure areas/zones; or obstructing any sign or marking. c. Runway resurfacing projects resulting in lips exceeding 3 inches (7.62 cm) from pavement edges and ends. d. Heavy equipment, stationary or mobile, operating or idle near AOAs, in runway approaches and departure areas, or in OFZs. e. Equipment or material near NA V AIDS that may degrade or impair radiated signals andlor the monitoring of navigational and visual aids. Unauthorized or improper vehicle operations in localizer or glide slope critical areas, resulting in electronic interference and/or facility shutdown. f. Tall and especially relative low-visibility units (Le., equipment with slim profiles) - cranes, drills, and similar objects -located in critical areas such as OFZs and approach zones. g. Improperly positioned or malfunctioning lights or unlighted airport hazards, such as holes or excavations, on any apron, open taxiway, or open taxilane or in a related safety, approach, or departure area. h. Obstacles, loose pavement, trash, and other debris on or near AOAs. Construction debris (gravel, sand, mud, paving materials, etc.) on airport pavements may result in aircraft propeller, turbine engine, or tire damage. Also, loose materials may blow about, potentially causing personal injury or equipment damage. i. Inappropriate or poorly maintained fencing during construction intended to deter human and animal intrusions into the AOA. Fencing and other markings that are inadequate to separate construction areas from open aircraft operating areas create aviation hazards. j. Improper or inadequate marking or lighting of runways (especially thresholds that have been displaced) and taxiways that could cause pilot confusion and provide a potential for a runway incursion. Inadequate or improper methods of marking, barricading, and lighting of temporarily closed portions of AOAs create aviation hazards. k. Wildlife attractants, such as trash (food scraps not collected from construction personnel activity), grass seed, or ponded water on or near airports. 1. Obliterated or faded markings on active operational areas. m. Misleading or malfunctioning obstruction lights. Unlighted or unmarked obstructions in the approach to any open runway pose aviation hazards. n. Failure to coordinate the issuance, update, or cancellation of NOT AMs about airport or runway closures or other construction airport conditions. o. Failure to mark and identify utilities or power cables. Damage to utilities and power cables during construction activity can result in the loss of runway/taxiway lighting; loss of navigational, visual, or approach aids; disruption of weather reporting services; andlor loss of communications. p. Restrictions on ARFF access from fire stations to the runway-taxiway system or airport buildings. q. Lack of radio communications with construction vehicles in airport movement areas. r. Objects, regardless of whether they are marked or flagged, or activities anywhere on or near an airport that could be distracting, confusing, or alarming to pilots during aircraft operations. 5"'" GP 80-3 . . s. Water, snow, dirt, debris, or other contaminants, which temporarily obscure or derogate the visibility of runway/taxiway markings, lighting, and pavement edges. Any condition or factor that obscures or diminishes the visibility of areas under construction. t. Spillage from vehicles (gasoline, diesel fuel, oil) on active pavement areas, such as runways, taxiways, aprons, and airport roadways. u. Failure to maintain drainage system integrity during construction (e.g. no temporary drainage provided when working on a drainage system). v. Failure to provide for proper electrical lockout and tagging procedures. At larger airports with multiple maintenance shifts/workers, Contractors should make provisions for coordinating work on circuits. w. Failure to control dust. Consider limiting the amount of area from which the Contractor is allowed to strip turf. x. Exposed wiring that creates an electrocution or fire ignition hazard. Identify and secure wiring and place it in conduit or bury it. y. Site burning, which can derogate visibility. z. Construction work taking place outside of designated work areas and out of phase. 2. Conduct activities so as not to violate any safety standards contained in AC 150/5370-2 or any of the references therein. 3. Inspect all construction and storage areas as often as necessary to be aware of conditions. 4. Promptly take all actions necessary to prevent or remedy any unsafe or potentially unsafe conditions as soon as they are discovered. C. APPROACH CLEARANCE TO RUNWAYS. Runway thresholds must provide an unobstructed approach surface ratio over equipment and materials as defined herein. D. RUNWAY AND TAXIWAY SAFETY AREA (RSA and TSA). Limit construction to outside of the RSA, unless the runway is closed or restricted to aircraft operations requiring a lesser standard RSA that is equal to the RSA available. Refer to the Tables below and the subsection titled WORK AREA, STORAGE AREA AND SEQUENCE OF OPERA nONS of this Section for more specific guidance. Construction activity within the TSNObstacle Free Zone (OFZ) is permissible when the taxiway is open to aircraft traffic if adequate wingtip clearance exists between the aircraft and equipment/material; excavations, trenches or other conditions are conspicuously marked and lighted; and local NOT AMs are in effect for the activity. The NOT AM should state that, "'Personnel and equipment are working adjacent to Taxiway _." I. Procedures for Protecting Runway Edges. a. Ensure no construction activity occurs closer to runway centerline than that shown in the table below: Aircraft Airplane Distance from R/W Runway Approach Design Centerline to Limit Categorv GroUD Construction 7-25 B I 150 reet 12-30 B I 150 reet I I I I I I I I I I I I I I I b. Prevent personnel, material, and/or equipment, as defined in AC 150/5300-13, Paragraph-306, from I penetrating the OFZ. c. Coordinate construction actIVIty with the Airport Traffic Control Tower (ATCT), FAA Regional Airports Office or Airports District Office, and through the Owner issued NOT AM. I 2. Procedures for Protecting Runway Ends. a. Maintain the RSA from the runway threshold to a point at least the distance from the runway threshold I as existed before construction activity, unless the runway is closed or restricted to aircraft operations - @~ I I I I I I I I I I I I I I I I I I I I . . requiring a RSA that is equal to the RSA length available during construction in accordance with AC 150/5300-13. This may involve the use of declared distances and partial runway closures. The following table shows the distance from each runway threshold to the allowable construction limit. Aircraft Airplane Minimum Safety Minimum Unobstructed Runway Approach Design Area Behind Approach Slope End CateQorv Grouo Threshold 70r25 B I 240 feet 20: 1 to threshold 12 or30 B I 240 feet 20:1 to threshold b. Ensure all personnel, materials, andlor equipment are clear of the applicable threshold siting criteria surface as defined in the Appendix 2, "Threshold Siting Requirements," of AC 150/5370-2. c. Prevent personnel, material, andlor equipment, as defined in AC 150/5300-13, from penetrating the OFZ. d. Ensure adequate distance for blast protection is provided, as needed. e. Coordinate construction activity with the ATCT, FAA Regional Airports Office or Airport District Office, and through the Owner issued NOT AM. E. MARKING AND LIGHTING FOR TEMPORARY THRESHOLDS. Marking and lighting for a temporary threshold is not required. F. CLOSED RUNWAY MARKINGS AND LIGHTING. Closed runway markings are required. Barricades, flagging, and flashers are required at the locations and times described in the subsection titled WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS of this Section and shall be supplied by the Contractor. G. HAZARDOUS AREA MARKING AND LIGHTING. Hazardous areas on the movement area shall be marked with barricades, traffic cones, flags or flashers. These markings restrict access and make hazards obvious to aircraft, personnel, and vehicles. During periods of low visibility and at night, hazardous areas shall be identified with red omni-directional flashing lights. The hazardous area marking and lighting shall be supplied by the Contractor, as specified in the Contract and shown on the Plans. H. TEMPORARY LIGHTING AND MARKING. Airport markings, lighting, andlor signs shall be altered as described in the subsection titled WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS of this Section and as shown on the plans. I. VEHICLElEQUIPMENT OPERATION MARKING AND CONTROL. I. When any vehicle or piece of equipment, other than one that has prior approval from the Owner, must travel over any portion of an aircraft movement area, it shall be escorted and properly identified. To operate in the aforementioned areas during daylight hours, the vehicle shall have a flag on a staff, or beacon attached to the vehicle. The flag shall not be less than three (3) feet square consisting of a checkered pattern of international orange and white squares of not less than one (I) foot on each side and displayed in full view above the vehicle. Any vehicle operating on the movement areas during hours of darkness or reduced visibility shall be equipped with a flashing dome type light, the color of which shall be in accordance with Owner requirements and local or state codes. 2. If required by the Owner, each vehicle shall be assigned initials or numbers that are prominently displayed on each side of the vehicle. The identification symbols shall be at minimum 8-inch (2Ocm), block-type characters of a contrasting color, and easy to read. They may be applied either by using tape or a water- soluble paint to facilitate removal. Magnetic signs are also acceptable. In addition, all vehicles must display identification media as specified in the approved security plan. 3. Employee parking shall be located in an area designated by the Owner during construction. ,,~ GP 80-5 . . I I 4. Access to the job site shall be via the ferry service from Groton, CT, as shown on the Plans or as otherwise designated by the Owner during construction. I 5. At 14 CFR part 139 certificated and towered airports, all vehicle operators having access to the movement area shall be familiar with airport procedures for the operation of ground vehicles and the consequences of I non-compliance. 6. If the airport is certificated under 14 CFR part 139 and/or has a security plan, the Contractor shall be required to follow guidance on the additional identification and control of construction equipment. I J. NAVIGATIONAL AIDS. The contractor shall not conduct any construction activity within navigational aids' restricted areas without prior approval from the local FAA Airway Facilities sector representative. Navigational I aids include instrument landing system components such as localizers, glide slopes, and approach lighting; very high-frequency omni-directional range, and airport surveillance radar. Such restricted areas are depicted on the Plans. K. LIMITATIONS ON CONSTRUCTION. Additional limitations on construction shall include: I. Open-flame welding or torch cutting operations shall be prohibited unless adequate fire safety precautions are provided and these operations have been authorized by the Engineer. 2. Prominently mark open trenches, excavations, and stockpiled materials at the construction site and light these obstacles during hours of restricted visibility and darkness. I I I 3. Mark and light closed, deceptive, and hazardous areas on airports. 4. Constrain stockpiled material to prevent its movement as a result of the maximum anticipated aircraft blast I and forecasted wind conditions. 5. Open trenches or excavations exceeding 6 inches in depth and 6 inches in width or stockpiled material shall be prohibited within the limits of Runway and Taxiway Safety Areas of operational runways or taxiways. Coverings for open trenches or excavations shall be of sufficient strength to support the weight of the heaviest aircraft operating on the runway or taxiway. L. RADIO COMMUNICATIONS. Two-way radio communications are required between Contractors and Airport Aeronautical Advisory Stations (UNICOM/CTAF). Vehicular traffic located in or crossing an active movement area shall have a working two-way radio in contact with and monitoring Airport Aeronautical advisory Stations (UNICOM/CTAF) frequency 122.800 Mhz. The driver, through personal observation, shall confirm that no aircraft is approaching the vehicle position. Construction personnel may operate in a movement area without two-way radio communication provided a NOTAM is issued closing the area and that the area is properly marked to prevent incursions. Before commencing work on the airfield, the Contractor shall obtain and be equipped with two (2) radio transceiver. The transceiver shall be an ICOM AS. ICOM America, Inc., or equal. Radio shall come equipped with a standard 120V wall charger and a 12V (cigarette lighter) charger. When the Contractor has completed work on the project and before the Project is accepted by the Owner, the transceiver shall become the property of the Owner and shall be furnished, in good working condition, to the Engineer. The Contractor shall include the cost for obtaining, maintaining and furnishing the transceiver to the Owner under the various pay items in the proposal. M. DEBRIS. Waste and loose material must not be placed in active movement areas. Materials tracked onto these areas shall be removed continuously during the work of this Project. I I I I I I I N. ACCIDENTS. The Contractor shall provide at the site such equipment and medical facilities as are necessary I to supply first aid service to anyone who may be injured in connection with the work. The Contractor must promptly report in writing to the Resident Engineer all accidents whatsoever arising out of, or in connection 5/1J6 GP 80-6 I I I I I I I I I I I I I I I I I I I I . . with, the performance for the work, whether on or adjacent to the site which caused death, personal injury or property damages, giving full details and statements of witnesses. In addition, if death or serious injuries or serious damages are caused, the accident shall be reported immediately by telephone or messenger to both the Engineer and the Owner. If any claim is made by anyone against the Contractor or any Subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the Resident Engineer giving full details of the claims. 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who violates any operational regulations and, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the Engineer. Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to met requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment. the Engineer determines that the work produced does not meet contract requirements. the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 80-06 TEMPORARY SUSPENSION OF THE WORK. The Owner 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 Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall '''' OP 80-7 . . be filed with the Engineer within the time period stated in the Engineer's order to resume work, The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his/her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base his/her weekly statement of contract time charged on the following considerations: (I) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the normal work force employed on such principal item. Should the normal work force be on a double-shift, 12 hours shall be used. Should the normal work force be on a triple-shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Owner for reasons not the fault of the Contractor, shall not be charged against the contract time. (2) The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. (3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. (4) The Engineer will not make charges against the contract time after the date of final acceptatice as defined in the subsection titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed I week in which to file a written protest setting forth his/her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. 5/ll1i GP 80-8 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and nonwork days. All calendar days elapsing between the effective dates of the Owner's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the Contractor finds it impossible for reasons beyond hislher 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 hislher request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded which could normally be expected during the contract period. 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-OS FAILURE TO COMPLETE ON TIME. For each working day past the completion date 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 of one thousand five hundred dollars ($1,500.00) 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 including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in hislher contract. The time to complete the work of this Contract is of the essence and, to that end, the Owner has determined that contract time as stated below includes adequate time for completing the work under this Contract. The work of this Contract shall commence on the date stated in the written Notice to Proceed. The time of completion is 40 working days and means that all of the work of the Contract is complete and in operating order. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the Owner of any of its rights under the contract. 80-09 DEFAULT AND TERMINATION OF CONTRACT. I. The Contractor shall be considered in default of hislher 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 5/1l6 OP 80-9 . . may be rejected as unacceptable and unsuitable, or d. Discontinues the prosecution of the work. or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against him unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or i. For any other cause whatsoever, fails to carryon the work in an acceptable manner. 2. Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. 3. 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. 4. Termination Of Contract: a. The Owner may, by written notice, terminate this contract in whole or in part at any time, either for the Owner'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 Owner. b. If the termination is for the convenience of the Owner, an equitable adjustment in the contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. c. If the termination is due to failure to fulfill the contractor's obligations, the Owner 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 Owner for any additional cost occasioned to the Owner thereby. d. If, after notice of termination for failure to fulfill contract obligations, it is determined that the contractor had not so failed, the termination shall be deemed to have been effected for the convenience of the Owner. In such event, adjustment in the contract price shall be made as provided in paragraph b of this clause. e. The rights and remedies of the Owner provided in this clause are in addition to any other rights and remedies provided by law or under this contract. 5. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. I I I i I I I I I I I I I I I I I 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The Owner shall terminate the contract or portion I 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 5/06 GP 80-10 I I I I I I I I I I I I I I I I I I II I . . 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. 80-11 WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS. The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or Air Operations Area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate hislher work in such a manner as to insure safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored at locations determined during construction. No equipment will be allowed to park within the approach area of an active runway at any time. During the work under this Contract, the Owner will make such arrangements to coordinate aircraft movements and Airport operations as necessary to conform to the construction procedures as outlined below. The Contractor shall give adequate notice to the Engineer, so as to afford time to coordinate construction with the Owner. No work shall proceed in any area without prior approval. Due to the nature of the project site, no work shall be performed between Memorial Day and Labor Day. More specifically, no work shall be performed on-site during the months of June, July and August unless authorized by the Owner or Engineer. Furthermore, it is anticipated that the project will commence on September 10,2007. A. Work Areas. The work of the project has been divided into three (3) areas in order to coordinate construction in a way that will minimize interference with Airport operations: Work Area "A": Includes all of the work at the intersection of the two runways. The limits for this work area are within 150 feet of the centerline of both runways. Work Area "B": Includes all work associated with Runway 12-30 that is not within the 150 foot construction limit of Runway 7-25. This area shall also include the obstruction lighting at the end of Runway 30. Work Area "C": Includes all work associated with Runway 7-25 that is not within 150 foot construction limit of Runway 12-30. This shall also include all work associated with the obstruction lighting for Runway 7-25, homerun circuits and electrical building work. B. Construction and Operating Requirements. Work Area "A": This area shall be completed first. During work in this area. runways 7-25 and 12-30 shall be closed to air traffic. The Contractor shall be allotted 8 working days to complete this work area. Work Area "A" shall not be performed concurrently with any other work area. The Contractor may perform work in the electrical building. Prior to the start of work in this area, the Contractor shall perform the following: 51116 OP 80-11 . . Verify that all necessary NOT AMS have been issued for the runway closures. Place runway closed markers at each runway end. Place barricades across the exit taxiway to block any aircraft from entering Runway 7-25. Disconnect and tag out all lighting and navigational aids located in the Electrical Building. Work Area "B": This area shall be completed second or third. During work in this area, Runway 12-30 shall be closed to air traffic and Runway 7-25 shall remain open. Work Area "B" shall not be performed concurrently with any other work area. The Contractor may perform work in the electrical building. The Contractor shall yield to all aircraft that are utilizing Runway 7-25, the exit taxiway and the apron. Prior to the start of work in this area, the Contractor shall perform the following: Verify that all necessary NOTAMS have been issued for the runway closures. Place runway closed markers at each runway end. Place barricades across Runway 12-30 for the 150 foot runway construction limit for Runway 7-25. Disconnect and tag out all lighting and navigational aids associated with Runway 12-30 located in the Electrical Building. Work Area "C": This area shall be completed second or third. During work in this area, Runway 7-25 shall be closed to air traffic and Runway 12-30 shall remain open. Work Area "C" shall not be performed concurrently with any other work area. The Contractor shall yield to all aircraft that are utilizing Runway 12-30, the exit taxiway and the apron. Prior to the start of work in this area, the Contractor shall perform the following: Verify that all necessary NOT AMS have been issued for the runway closures. Place runway closed markers at each runway end. Place barricades across Runway 7-25 for the southern portion of the 150 foot runway construction limit for Runway 12-30. Barricades are not required for the northern portion of the 150 foot runway construction limit to allow for aircraft ground operations. Disconnect and tag out all lighting and navigational aids associated with Runway 7-25 located in the Electrical Building. C, Contractor Transportation, In general, the primary method of transportation to the airport is via a ferry service from New London, CT to Fishers Island, NY. The Contractor should contact the Fishers Island Ferry District for updated schedules and rates for the intended construction season. No separate payment will be made for costs associated with transportation to the island. The Contractor shall include all transportation costs in the various pay items involved in the work to be performed. FISHERS ISLAND FERRY DISTRICT Main Office, Fishers Island Freight Office, Fishers Island Reservations New London Terminal Emall Web Site 631-788-7463 631-788-7345 631-788-7744 860-442-0165 liferrv@lishersisland.net www.fiferrv.com Mailing Address PO Box Drawer H Fishers Island, NY 06390 ". GP 80-12 I I I I I I I I I I I I I I I I I II I I I I I I I I I I I I I I I I I I I I S/% . . D. Supplemental Requirements. I. Maintenance of Airport Lighting: All existing airfield lighting circuits shall be maintained in full operation throughout the period of this Contract. Where disconnections are required. such work shall be scheduled at such times and in such a manner as approved by the Owner. The Contractor shall be required to permit the full use of airfield lighting circuits on open movement areas during night operations and during periods of low visibility. The Contractor shall provide such temporary lights and cables as required to maintain full use of existing airfield lighting circuits. Temporary above ground lighting cables, if approved, shall be delineated with stakes and flagging at the direction of the Engineer. All circuits in the vicinity of the work area shall be tested prior to. during and after construction as follows. The Contractor shall furnish all necessary equipment and appliances for testing the underground cable circuits as specified below. The test equipment for insulation resistance shall be an insulation resistance tester with a digital readout. The instrument shall provide a 500 volt test for insulation resistance with a meter range of 0 to 500 megohms. The Contractor shall test, demonstrate and record to the satisfaction of the Engineer the following: a. Test Requirements Prior to Construction. (I) Test all circuits within the work area for continuity and insulation resistance to ground, at the electrical building, in the presence of the Engineer and the Owner. (2) Provide a copy of the test results to the Engineer and the Owner. (3) Check that all circuits are properly connected in accordance with applicable wiring diagrams. b. Test Requirements During Construction. Circuit testing during construction shall be as directed and witnessed by the Engineer when the Contractor is working on existing circuitry or excavating adjacent to or near existing circuitry. Circuit testing during construction will not be required during the times when the Contractor's operations do not effect existing airfield lighting circuitry. It is the intent of this section to ensure that airfield lighting circuitry remains operational throughout the duration of the Contract. (I) Test all circuits within the work area for continuity and insulation resistance to ground at the electrical building, prior to energizing any circuit. (2) Insure that all circuits within the work area are operational, prior to the Contractor leaving the project at the end of the work day. Specific times for circuit checks will be determined by the Engineer relative to the Contractor's work hours each day. (3) Segment test new non-grounded series circuits during installation. Length of cable segment tested shall not have more than five (5) splices, light units and/or electrical equipment between the ends being tested. Insulation resistance to ground shall be greater than 500 megohms. (4) Insure that the insulation resistance to ground of each segment of new non-grounded conductors of multiple conductor circuits is not less than 500 megohms. (5) Insure that all circuits are properly connected in accordance with applicable wiring diagrams. (6) The Contractor shall test all circuits within the work area for continuity after backfilling cable trenches. The reading shall be logged and provided to the Engineer prior to payment of cable items. (7) Provide a copy of all test results to Engineer and Owner on a daily basis. GP 80-13 . . c. Test Requirements at the Completion of the Project. The Contractor shall test and demonstrate to the satisfaction of the Engineer the following: (I) Test all circuits within the work area for continuity and insulation resistance to ground, at the electrical building, in the presence of the Engineer and the Owner. (2) That all original lighting power and control circuits are continuous and insulation resistance to ground is not lower than before construction. (3) That the insulation resistance to ground of all new non-grounded series circuits tested at their termination is not less than 150 megohms. (4) That the insulation resistance to ground of all new non-grounded conductors of multiple conductor circuits at their termination is not less than 150 megohms. (5) That all circuits are properly connected in accordance with applicable wiring diagrams. (6) 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 1/2 hour. (7) That the counterpoise or ground rod resistance is 25 ohms or less. (8) Provide the Owner and the Engineer copies of all test results. I I I I I I I I I 2. Spoil and Disposal Areas: Spoil shall be disposed of in accordance with the Airport Authorities unless otherwise shown or specified. The Contractor shall submit the "Spoils Deposition Release Form" for 1'- any spoils which are transported from the project site. A copy of the form can be found at the end of this section. 3. Staging Area: A staging area, as indicated on the Contract Drawings, will be provided where the I Contractor may set up a field office and store equipment and materials. The Contractor shall make his own arrangements for, and bear all costs of required utilities. The Contractor shall use and maintain the site in accordance with requirements of the Owner. Upon completion of work, the Contractor's staging I area shall be removed and the area cleaned and restored to original or better condition. 4. Storage and Movement of Material and Equipment: The Contractor shall store material and equipment and schedule his operations for work to be done so that no unauthorized interference to normal Airport I operations will result therefrom. Construction operations shall not be conducted in a manner to cause interference with Airport Operations. No Contractor's vehicle or pedestrian crossing of active runways or taxiways will be allowed at any I time during the work of this Contract, unless otherwise specified. No deviation from the pedestrian and vehicle routes to and from the Project Areas will be allowed unless specific permission has been granted by the Owner. I The Owner shall at all times have control of operations on or near active runways, taxiways and aprons. All operations shall be subject to coordination by the Contractor with the Engineer for I controlling traffic. Paved surfaces shall be kept clear at all times and specifically must be kept free from small stones which might cause damage to aircraft. Prior to opening any area to traffic, the pavement surface shall I be thoroughly cleaned of all debris and the Contractor's equipment removed from the area as directed by the Resident Engineer. 5. Contractor's Haul Routes: The Contractor shall clear, construct and maintain haul routes as required I for the prosecution of the work. The haul routes shall only be in the locations approved by the 5106 GP 80-14 I I I I I I I I I I I I I I I I I I I I 5106 . . Engineer and the Owner. The Contractor shall be responsible for maintaining existing haul routes. At the completion of the project, these areas shall be returned to their original lines and grades and shall be restored to a condition equal to or better than original. 6. Night Work. When required by Contract, work after sunset and before sunrise will be permitted unless restricted by technical specifications, or elsewhere. Where work on this Contract is required to be performed at night, any additional costs associated with such work shall be included in the prices bid, and no extra compensation will be allowed therefore. E. Scheduling. A minimum of one scheduling and coordination meeting shall be held each week unless otherwise directed by the Engineer, throughout the duration of the Contract, between the Owner, Contractor, Engineer and any other interested parties at a time and place to be designated by the Engineer. In attendance at this meeting shall be a Contractor's representative with the authority to make decisions concerning the scheduling and coordination of work and Airport operating problems. The Contractor shall submit a coordinated construction schedule for all work activities ten (10) days prior to the start of construction. 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 for each work area. As a minimum, it shall provide information on the sequence of work activities, start and end dates for each work area, milestone dates, and activity duration. The schedule should also include overall project start and end dates. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a bi-weekly basis, or as otherwise specified in the contract. 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. F. Security Requirements. In general, security in the construction area is the responsibility of the Contractor. The Contractor shall be responsible for maintaining security at all access gates used during the project and will be held liable by the Owner for any breach of security. No gate shall be left open. The Contractor shall be required to maintain security and comply with the Transportation Security Administration Security Rules and Regulations throughout the duration of the project. The Contractor and the Surety shall indemnify and save harmless the Owner, Engineer and third party or political subdivision from any and all breaches of security and shall indemnify the Owner for any fines, expenses and damages which it may be obliged to pay by reason of any breach of security resulting from the Contractor's actions at any time during the prosecution of the work. Such breaches of security are subject to fines by the Transportation Security Administration of up to ten thousand dollars ($10,000) per incident. G. Payment. The cost of complying with the requirements of this section, including but not limited to scheduling; providing flag people; construction, maintenance and removal of temporary access roads and staging areas; providing, placing, relocating. maintaining and removing temporary barricades; providing and placing permanent barricades; protection of aircraft and vehicular traffic; installation, maintenance and removal of temporary airfield markings; maintenance of airport lighting circuits; installation, maintenance.. and removal of temporary wiring and airfield lighting facilities; cleaning of paved surfaces; restoration of surfaces disturbed as a result of the Contractor's operations; providing, maintaining, and removing warning signs, hazard markings. barricade lights; providing, maintaining, and removing temporary access gates; providing padlocks for access gates; providing a guard at access gates; and all security requirements shall be included under Technical Specification Item M-IOO. Maintenance and Protection of Traffic. GP 80-15 . . SPOILS DEPOSITION RELEASE FORM To: Town of Southold. 53095 Main Road. Southold. NY 11971 (OWNER). and C&S Engineers. Inc.. 499 Co!. Eileen Collins Boulevard. Svracuse. N.Y. 13212 (CONSULTANT). Project: Airfield Lighting This SPOn.S DEPOSITION RELEASE FORM is being forwarded to the above referenced OWNER and CONSULTANT to satisfy the Contract Documents governing the above referenced project. Pursuant to the Contract Documents. LANDOWNER has granted permission to CONTRACTOR to deposit spoils at LANDOWNER'S property located at (give specific location). Further. CONTRACTOR hereby agrees to the greatest extent of the law. to release. indemnify. hold harmless, and defend the OWNER and CONSULT ANT from any and all damage, liability, or cost (including reasonable attorney's fees and cost of defense) to the extent caused by or arising out of the deposition of the spoils on LANDOWNER'S property. CONTRACTOR: LANDOWNER: Signature Signature Written Name & Title Written Name & Title Company Name Company Name Mailing Address (Street Name and Number) Mailing Address (Street Name and Number) ~~~~ ~~~~ Daytime Phone Number (Include Area Code) Daytime Phone Number (Include Area Code) Da~ Da~ END OF SECTION 80 ,,~ OP 80-16 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 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. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave-outs) having an area of 9 square feet or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. The term "ton" will mean the short ton consisting of 2,000 pounds avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard may be weighed, and such weights will be converted to cubic yards for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon or ton. When measured by volume, such volumes will.be measured at 60 F or will be corrected to the volume at 60 Fusing ASTM D 1250 for asphalts or ASTM D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton or hundredweight. Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in the structure. II\J6 GP90-1 . . Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of I percent (0.1 %) of the nominal rated capacity of the scale, but not less than I pound. The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50-pound weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting-accuracy test will be reduced by the percentage of error in excess of one-half of I percent (0.5%). In the event inspection reveals the scales have been "underweighing" (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable 1106 GP90-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . 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 WANER OF LEGAL RIGHTS of Section 70. When the "basis of payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from hislher unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner. Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature 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 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 an allowance for overhead and profit. A. Agreed Price. If the extra work is to be paid under agreed prices, the prices shall be based upon the Contractor's price analysis of the cost of the work. The price analysis shall be provided by the Contractor and shall be based upon the Contractor's estimated breakdown of hislher cost for the work, including all charges based upon the items listed in this subsection below titled "Force Account". Lump sum costs for work, without accompanying detailed price analyses, will not be acceptable. Forms intended to aid the Contractor in compiling price analyses are available from the Engineer upon request. B. Force Account. 1. 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. 2. 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. 3. 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 1106 GP 90-3 . . as follows: a. Name. classification, date, daily hours, total hours, rate and extension for each laborer and foreman. b. Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. (I) Contractor Owned Equipment Trucks and Plant.- Contractor shall be reimbursed for its ownership costs and for its operating costs for self owned equipment at the rates listed in the Rental Rate Blue Book published by the Dataquest, Inc. applied in the following manner as modified by the "Rate Adjustment Table": (a) Ownership Costs -- It is mutually understood that the rates for ownership costs reimburse the Contractor for all non-operating costs of owning the equipment, truck or plant including depreciation on the original purchase, insurance, applicable taxes, interest on investment, storage, overhead, repairs, moving the equipment onto and away from the project or work site, and profit. Reimbursement will be made for the hours of actual use as described below: (b) Less than 8 hours of actual use, the product of the actual number of hours used or fraction thereof multiplied by the hourly rate, or the daily rate, whichever is less. (c) Between 8 hours and 40 hours of actual use, the product of the actual number of hours used divided by 8 multiplied by the daily rate, or the weekly rate, whichever is less. (d) Between 40 and 176 hours of actual use, the product of the actual number of hours used divided by 40 multiplied by the weekly rate, or the monthly rate, whichever is less. (e) Over 176 hours of actual use, the product of the actual number of hours used divided by 176 multiplied by the monthly rate. (I) Operating Costs -- The rate for operating costs includes fuel, lubricants, other operating expendables, and preventative and field maintenance. Operating cost does not include the operator's wages. The Contractor shall be reimbursed the product of the number of hours of actual use multiplied by the Estimated Operating Cost/Hour. (g) The rates used shall be those in effect at the time the force account work is done as reflected in the then current publication of the Rental Rate Blue Book. When force account type analysis are used to establish agreed prices in accordance with paragraph A above, the rates used shall be those in effect when the agreed price is developed by the Contractor. (h) The geographic Regional Adjustment Factor shown in the map at the beginning of each section of the Rental Rate Blue Book shall not be applied to the equipment rates subsequently listed in each section, and shall not be used as a basis for payment. (i) In the event that a rate is not established in the Rental Rate Blue Book for a particular piece of equipment, truck or plant, the Engineer shall establish rates for ownership costs and operating costs for that piece of equipment, truck or plant that is consistent with its cost and expected life. (2) Rented Equipment, Trucks and Plant- (a) In the event that the Contractor does not own a specific type of equipment and must obtain it by rental, it shall be paid the actual rental rate for the equipment for the time that the equipment is used to accomplish the work or is required by the Engineer to be present, not to exceed the adjusted rental rate in the Rental Rate Blue Book, plus the reasonable cost of moving the equipment onto and away from the project site. (b) The Contractor shall also be reimbursed for the operating cost of the equipment unless reflected in the rental price. Such operating cost shall be determined in the same manner as specified for Contractor Owned Equipment above. (c) In the event that area practice dictates the rental of equipment with an operator or fully fueled and maintained equipment, truck or plants, paymenlt will be made on the basis of an invoice for the rental of the equipment with an operator, fully fueled and/or maintained equipment, trucks or plants including all costs incidental to its use, including costs of moving to and from the site, provided the rated is substantiated by area practice. tlll6 GP 90-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . (3) Maximum Amount Payable -- The maximum amount of reimbursement for the ownership costs of Contractor owned or the rental cost of rented equipment, trucks or plant is limited to the original purchase price of the equipment, truck or plant for any force account work as listed in the Green Guide for Construction Equipment published by the Dataquest, Inc. In the specific event when the ownership or rental reimbursement is limited by the original purchase price, the Contractor shall, nevenheless, be reimbursed for the operating CostIHour for each hour of actual use. c. Quantities of materials, prices, and extensions. d. Transportation of materials. e. Overhead and Profit. If any of the work is performed by a subcontractor, the Contractor shall be paid the actual and reasonable cost of such subcontracted work computed as outlined in a through d above, or on such other basis as may be approved by the Owner. Subcontractor profit and overhead shall be paid as outlined in this section, plus an additional allowance of five percent (5%) of materials and direct labor to cover the Contractor's profit, superintendence, administration, insurance and other overhead. For the purposes of computing overhead and profit, only one level or tier of subcontractors will be allowed. Overhead shall be defined to include, but not be limited to: premium on bonds; premium on insurance required by workman's compensation insurance, public liability and property damage insurance, unemployment insurance, social security tax, and other payroll taxes and such reasonable charges that are paid by the Contractor pursuant to written agreement with hislher employee; all salary and expenses of executive officers, supervising officers or supervising employees; all clerical or stenographic employees; all charges for minor equipment, such as small tools, including shovels, picks, axes, saws, bars, sledges, lanterns, jacks, cables, pails, wrenches, etc. and other miscellaneous supplies and services; all drafting room accessories such as paper, tracing cloth, blueprinting, etc. Overhead and profit cost shall be computed at 20 percent of the following: Total Direct Labor Cost (actual hours worked multiplied by the basic hourly wage rate) plus supplemental benefits payments, payroll taxes, insurance payments and other labor related fringe benefit payments as defined in 'a' above, but not including the ovenime additive payments. Overhead and profit shall not be paid on the premium portion of ovenime. Total Cost of Materials as defined in c and d above. 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 cenifying that such materials were taken from hislher 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. Panial 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 panial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made for work items lacking approved shop drawings, lacking acceptable manufacturer's material certifications, or when the amount due the Contractor since the last estimate amounts to less than five hundred dollars. tlll6 GP 90-5 . . From the total of the amount determined to be payable on a partial payment,S percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise histher option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such retainage shall be deducted. When not less than 95 percent of the work has been completed, the Engineer may, at the Owner's discretion and with the consent of the surety, prepare an estimate from which will be retained an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final retained percentage or final payment is made. If any subcontractor or supplier fails to furnish such a release in full, tbe Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may he compelled to pay in discharging any such lien or claim. The prime Contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than IS calendar days from the receipt of each payment the prime contractor receives from the Sponsor. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the Sponsor. This clause applies to both DBE and non-DBE subcontractors. 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a, The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. I I I I I I I I I I I I I I I I 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 I 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 histher responsibility for furnishing and placing such materials in 1106 OP 90-6 I I I I I I I I I I I I I I I I I I I I I . . 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 stnckpiled 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 percent retainage on partial payments described in the subsection titled PARTIAL PAYMENTS of this section, the Contractor's deposits in escrow. The Owner is under no obligation to accept the Contractor's request and may withhold retainage in accordance with the subsection titled PARTIAL PAYMENTS of this section. Acceptance of deposits in escrow shall be 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 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. e. Deposits in escrow shall be maintained for a period of time described in the subsection titled GUARANTY of this section, or the Contractor shall furnish a bond as described in the subsection titled SECURITY FOR GUARANTEE of this section. 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 hislher 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 quantiries shall be considered by the Owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. 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. The payment of the final amount due under this Contract, and the adjustment and the payment of the bill rendered for work in accordance with any alterations of the same shall release the Owner from any and all claims or liabilities on account of work performed under said Contract, or any alterations thereof. In case the execution of this Contract is delayed by action of the Owner, no claim for damages by reason of such delay shall be made or allowed. Should postponement or delay be occasioned by the precedence of other Contracts 1106 GP 90-7 . . on the line of work, which may be either let or executed before or after the execution of this Contract, no claim for damages will be allowed; but the time for completion may be extended for a time equal to the delay or post- ponement caused by such precedent Contracts. 90-10 CLOSEOUT DOCUMENTATION. The following documents and information shall be completed and submitted to the Engineer prior to final payment to facilitate project closeout; I. Weekly certified payrolls for contractor's and each subcontractor's work forces. 2. Manufacturer's certifications for all items incorporated in the work. 3. All required record drawings, as-built drawings or as-constructed drawings. 4. All required O&M manuals. 5. Contractor's Affidavit of Payment of Debts and Claims (AlA Document 0706) from the Prime Contractor. 6. Contractor's Affidavit of Release of Liens (AlA Document 0706A) from the Prime Contractor. 7. Contractor's Affidavit of Payment of Debts and Claims (AlA Document 0706) from each subcontractor. 8. Contractor's Affidavit of Release of Liens (AlA Document G706A) from each subcontractor. 9. Consent of Surety to Final Payment (AlA Document G707) from the Prime Contractor. 10. Security for Guarantee. II. DBE Participation Summary. 12. Prime Contractor's Certification (New York State Labor Law Section 220-a). 13. Subcontractor's Certification (New York State Labor Law Section 220-a). 90-11 GUARANTY. The Contractor shall, in consideration of the Contract price, maintain and keep in good repair all the work executed under this Contract for a period of one (I) year from the time of its final acceptance. Also, that he will make any and all repairs deemed necessary by the Engineer within five (5) days from the date of a notice from the said Engineer. Within the period of said guaranty, no certificate given nor payment made under the Contract, nor partial or entire occupancy of the premises by the Owner shall be construed as an acceptance of defective work or of improper materials or as condoning any negligence or omission. 90-12 SECURITY FOR GUARANTEE. The Contractor shall upon final acceptance of the work, furnish a bond to the Owner in a penal sum equal to five percent (5%) of the amount of the Contract price, executed by a surety company authorized by the Department of Insurance of the State of New York to execute such a bond in this State, and which bond shall be approved as to form and manner of execution by the Owner's attorney. This bond shall be conditioned for the faithful performance by the said Contractor of the conditions and stipulations of the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section, thereof relating to maintenance and repair, for a period of one (1) year from the date of the final acceptance of the work. In default of the filing of such bond, a sum of money equal to said five percent (5%) may be retained out of any monies due to the Contractor and be held for one (I) year, or until the bond above described is filed. For Contractors who have elected to set up an escrow account, they may elect to maintain the escrow account for a period of one (I) year from the date of final acceptance of the work in lieu of providing a bond for security of guarantee as described above. 90-13 LIEN LAW. If, at any time before or within thirty (30) days after the work of this Contract has been completed and accepted by the Owner, any person or persons claiming to have performed any labor or furnished any material toward the performance or completion of this Contract shall file with the Engineer and with the financial officer of the Owner, or other officer or person charged with the custody and disbursement of the Owner's funds applicable to this Contract under which the claim is made, such notice as is prescribed in the Act of Legislature of the State of New York passed February 17,1909, entitled an "Act in Relation to Liens", and the acts amendatory thereof or supplementary thereto, then and in every such case the party of the first part shall retain (anything herein contained to the contrary thereof notwithstanding) from the monies under its control and due or to grow due under this Agreement, as much of such monies as shall be sufficient to pay, satisfy and discharge the amount in such notice claimed to be due to the person or persons filing such lien, together with the reasonable cost of any actions brought to enforce such claim or the lien creating by the filing of such notice. The monies so retained shall be retained by the party of the first part until the lien thereon created by the said act and filing of said notice shall be discharged pursuant to the provisions of said act or acts. END OF SECTION 90 II1J6 GP 90-8 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . ITEM P-610 STRUCTURAL PORTLAND CEMENT CONCRETE 610-1 DESCRIPTION. 610-1.1 This item shall consist of either plain or reinforced structural portland cement concrete. prepared, constructed. finished, and cured in accordance with these Specifications, at the locations and of the form and dimensions shown on the Plans. The concrete shall be composed of coarse aggregate, fine aggregate, portland cement, admixtures, and water. 610-2 MATERIALS. 610-2.1 GENERAL. Only approved materials, conforming to the requirements of these specifications, shall be used in the work. They may be subjected to inspection and tests at any time during the progress of their preparation or use. The source of supply of each of the materials shall be approved by the Engineer before delivery or use is started. Representative preliminary samples of the materials shall be submitted by the Contractor, when required, for examination and test. Concrete shall be mixed and supplied from a Connecticut Department of Transportation certified plant. Materials shall be stored and handled to insure the preservation of their quality and fitness for use and shall be located to facilitate prompt inspection. Upon delivery to site, materials shall be unloaded and stored off the ground on pallets or blocking and covered with a waterproof covering allowing for adequate air circulation. Reinforcing steel shall be delivered to the project site cut to length, bent, and in secure bundles, marked with metal tags indicating bar sizes and lengths. All equipment for handling and transporting materials and concrete must be clean before any material or concrete is placed therein. In no case shall the use of pit-run or naturally mixed aggregates be permitted. Naturally mixed aggregate shall be screened and washed, and all fine and coarse aggregates shall be stored separately and kept clean. The mixing of different kinds of aggregates from different sources in one storage pile or alternating batches of different aggregates will not be permitted. 610-2.2 COARSE AGGREGATE. The coarse aggregate for concrete shall meet the requirements of ASTM C 33. The percentage of wear shall be not more than 45 at 500 revolutions as determined by the ASTM C 131. Coarse aggregate shall be well graded from coarse to fine and shall meet the Connecticut Department of Transportation gradation for Type "A" concrete. 610-2.3 FINE AGGREGATE. The fine aggregate for concrete shall meet the requirements of ASTM C 33 and the gradation shown in Table 2. TABLE 2 - GRADATION FOR FINE AGGREGATE Percentage By Weight Sieve Desh!nations Passin!! Sieves 3/8 Inch No.4 No. 16 No. 30 No. 50 No. 100 100 95-100 50-85 25-60 10-30 2-10 If98.DOC TS P-61O-1 . . Blending will be permitted, if necessary, in order to meet the gradation requirements for fine aggregate. Fine aggregate deficient in the percentage of material passing the No. 50 mesh sieve may be accepted, provided that such deficiency does not exceed 5% and is remedied by the addition of pozzolanic or cementitious materials other than Portland cement, as specified in 610-2.6 on admixtures, in sufficient quantity to produce the required workability as approved by the Engineer. 610-2.4 CEMENT. The cement used shall be portland cement conforming to the requirements of the type specified: A. B. e. D. Portland Cement Air-Entraining Portland Cement Portland Blast-Furnace Slag Cement Air Entraining Portland Blast Furnace Slag Cement ASTM C 150 ASTM C 150 ASTM C 595 ASTM C 595 The Contractor shall furnish vendors' certified mill test reports for each carload, or equivalent, of cement shipped to the project. The report shall be delivered to the Engineer before permission to use the cement is granted. All such test reports shall be subject to verification by testing sample materials received for use on the project. 610-2.5 WATER. The water used in concrete shall be clear, free from sewage, oil, acid, strong alkalies, vegetable matter, clay, loam, or other deleterious substances. !fthe water is of questionable quality, it shall be tested in accordance with AASHTO T 26. I I I I I I I I Approval of the Engineer is required for any water source other than a public potable water supply. 610-2.6 ADMIXTURES. The use of any material added to the concrete mix shall be approved by the Engineer. I Before approval of any material. the Contractor shall be required to submit the results of complete physical and chemical analyses made by an acceptable testing laboratory. Subsequent tests shall be made of samples taken by the Engineer from the supply of the material being furnished or proposed for use on the work to determine whether the admixture is I uniform in quality with that approved. Air-entraining admixtures shall meet the requirements of ASTM C 260. Air-entraining admixtures shall be added at the I mixer in the amount necessary to produce the specified air content. Water-reducing, set-controlling admixtures shall meet the requirements of ASTM C 494, Type A, water-reducing or Type D, water-reducing and retarding. Water-reducing admixtures shall be added at the mixer separately from air- I entraining admixtures in accordance with the manufacturer's printed instruction. Ay ash and raw or calcined natural pozzolan admixtures shall meet the requirements of ASTM C 618. I No admixture containing calcium chloride shall be used in concrete which comes in contact with aluminum or galvanized metal. 610-2,7 PREMOLDED JOINT MATERIAL. Premolded joint material for expansion joints shall meet the I requirements of ASTM D 1751 or ASTM D 1752. 610-2.8 JOINT SEALANT. The sealant for joints shall meet the requirements of U.S. Federal Spec. No. IT -S- I 00227E, unless otherwise specified in the proposal. 610-2.9 STEEL REINFORCEMENT AND ACCESSORIES. Concrete reinforcing shall consist of deformed bars I of new billet steel with a minimum yield of 60,000 psi and meeting the requirements of ASTM A 615, grade 60. Epoxy- coated reinforcing bars shall meet the requirements of ASTM A 775. Welded wire fabric shall meet the requirements of ASTM A 185. Tie wire shall be 16 gage (minimum) annealed steel type. Chairs, bolsters, bar supports and spacers shall be sized and shaped for strength and support of reinforcement during installation and placement of concrete. I 610-2.10 CALCIUM CHLORIDE. When calcium chloride is permitted by the Engineer as an accelerator, the maximum allowable total chloride content in concrete shall not exceed 0.10 percent by weight of cement. I 610-2.11 COVER MATERIALS FOR CURING. Curing materials shall conform to the requirements of ASTM C l/98.DOC TS P-61O-2 I I I I I I I I I I I I I I I I I I I I . . 171 Sheet Materials for Curing Concrete. 610.3 SUBMITTALS AND CERTIFICATIONS. 610-3.1 Submittals of "Shop and Setting Drawings", "Working Drawings", "Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: Certification that coarse aggregate meets the requirements specified Gradation sieve analyses of coarse aggregate Certification that fine aggregate meets the requirements specified Gradation sieve analyses of fine aggregate Vendors certified mill test report showing that cement meets the requirements specified Certification that water meets the requirements specified Certifications and catalogue data showing that admixtures meet the requirements specified Certifications and catalogue data showing that premolded joint material meets the requirements specified Certification that reinforcing steel meets the requirements specified Certification that calcium chloride meets the requirements specified Method of curing concrete and certification that curing material meets the requirements specified Concrete mix designs for each class and type of concrete used in the work Certified test results showing the minimum design strength at twenty-eight days Name, location and CTDOT certification of concrete supplier. Reinforcing bar list and schedule. 610-4 CONSTRUCTION METHODS. 610-4.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of all work as shown on the drawings and specified herein. All machinery and equipment owned or controlled by the Contractor, which he proposes to use on the work, shall be of sufficient size to meet the requirements of the work, and shall be such as to produce satisfactory work; all work shall be subject to the inspection and approval of the Engineer. The Contractor shall employ, at all times, a sufficient force of workmen of such experience and ability that the work can be prosecuted in a satisfactory and workmanlike manner. 610-4.2 CONCRETE PROPORTIONS. The concrete shall consist of a mixture of coarse aggregate, fine aggregate, portland cement, approved admixtures, and water. All aggregates and bulk cement shall be measured by weight. In pro- portioning aggregates and mixing water, compensation shall be made for the weight of moisture in the aggregates, and shall be determined on a daily basis. If it is impossible, with the aggregates selected, to prepare concrete of the proper consistency without exceeding the maximum water-cement ration specified, the total weight of aggregate shall be reduced by the Engineer until concrete of the proper consistency is obtained without exceeding the maximum net water content specified. However, the Contractor shall not be compensated for any additional cement which may be required by such adjustment. Unless otherwise specified, all concrete shall have a minimum 28-day compressive strength of 4,000 psi as determined by test cylinders made in accordance with ASTM C 31. The water-cement ratio shall not be greater than 0.46. Slump range shall be 3" to 4" when tested in accordance with ASTM C 143. Yield tests, made in accordance with specifications ASTM C 85, may be made by the Engineer for the purpose of determining the cement content per cubic yard of concrete. If at any time such cement content is found to be less than that specified per cubic yard, the batch weights shall be reduced until the amount of cement per cubic yard of concrete confonns to the requirements. The net mixing water shall be adjusted for the moisture contained in the aggregates, and for the moisture which they will absorb, in order to determine the amount of water to be added at the mixer. The absorption of the fine and coarse 1I98.DOC TS P-6JO-3 . . aggregates shall be detennined by ASTM C 128 and ASTM C 127. When an air-entraining admixture or air-entraining portland cement is used, there will be a bulking of the mortar of the concrete due to the amount of entrained air. To keep the cement factor specified at the correct amount, the weight of the fine aggregate shall be reduced, as directed by the Engineer. The reduction in the fine aggregate shall be detennined by yield tests as specified. Under average conditions the reduction of the sand should be about 3% of the total weight of the fine and coarse aggregate. The air content of the concrete shall be between 3 and 6%, by volume. The air content by volume shall be based on measurements made on concrete immediately after discharge from the mixer in accordance with ASTM C 231. 610-4.3 CONTROL TESTS. When directed by the Engineer, the Contractor shall make test cylinders or beams from the concrete as mixed for the work as herein specified. Concrete cylindrical test specimens and beam test specimens shall be made in accordance with ASTM C 31. The Contractor shall cure, protect, and store the test specimens under such conditions as directed by the Engineer. The transportation of and testing of concrete cylinders and beams will be perfonned by a testing laboratory employed by the Owner. Compressive strength of concrete cylinders will be detennined in accordance with ASTM C 39. Aexural strength of concrete beam specimens will be detennined in accordance with ASTM C 78. 610-4.4 PROPORTIONING AND MEASURING DEVlCES. When package cement is used, the quantity for each batch shall be equal to one or more whole sacks of cement. The aggregates shall be measured separately by weight. If aggregates are delivered to the mixer in batch trucks, the exact amount for each mixer charge shall be contained in each batch compartment. Weighing boxes or hoppers shall be approved by the Engineer and shall provide means of regulating the flow of aggregates into the batch box so that the required and exact weight of aggregates can be readily obtained. 610-4.5 CONSISTENCY. The consistency of the concrete shall be checked by the slump test specified in ASTM C 143. 610-4.7 MIXING CONDITIONS. The concrete shall be mixed only in quantities required for immediate use. Concrete shall not be mixed while the air temperature is below 40"F without pennission of the Engineer. If pennission is granted for mixing under such conditions. aggregates or water. or both, shall be heated and the concrete shall be placed at a temperature not less than 50' nor more than lOO"F. The Contractor shall be held responsible for any defective work, resulting from freezing or injury in any manner during placing and curing, and shall replace such work at his expense. Retempering of concrete by adding water or any other material shall not be permitted. The delivery of concrete to the job shall be in such a manner that batches of concrete will be deposited at uninterrupted intervals. Maximum interval between successive truckloads of concrete discharged into the work shall not exceed 30 minutes. 610-4.8 FORMS. Concrete shall not be placed until all the fonns and reinforcements have been inspected and approved by the Engineer. Fonns shall be of suitable material and shall be of the type, size. shape, quality. and strength to build the structure as designed on the plans. The fonns shall be true to line and grade and shall be mortar-tight and sufficiently rigid to prevent displacement and sagging between supports. The Contractor shall bear responsibility for their adequacy. The surfaces offonns shall be smooth and free from irregularities, dents. sags, and holes. The internal ties shall be arranged so that. when the fonns are removed, no metal will show in the concrete surface or discolor the surface when exposed to weathering. All fonns shall be wetted with water or with a nonstaining mineral oil which shall be applied shortly before the concrete is placed. Fonns shall be constructed so that they can be removed without injuring the concrete or concrete surface. The fonns shall not be removed, before the expiration of at least 30 hours, from vertical faces, walls, slender columns, and similar structures; fonns supported by falsework under slabs, beams, girders, arches, and similar construction shall not be removed until tests indicate that at least 60% of the design strength of the concrete has developed. Fonns shall not be removed without prior approval from the Engineer. 1/98.DOC TS P-6IO-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . 610.4.9 PLACING REINFORCEMENT. All reinforcement shall be accurately placed. as shown on the plans. and shall be firmly held in position during concreting. Bars shall be fastened together at intersections. The reinforcement shall be supported by approved metal chairs. Shop drawings. lists. and bending details shall be supplied by the Contractor when required. 610.4.10 EMBEDDED ITEMS. Before placing concrete. any items that are to be embedded shall be firmly and securely fastened in place as indicated. All such items shall be clean and free from coating. rust, scale. oil, or any foreign matter. The embedding of wood shall be avoided. The concrete shall be spaded and consolidated around and against embedded items. 610.4.11 PLACING CONCRETE. All concrete shall be placed during daylight, unless otherwise approved. The concrete shall not be placed until the depth and character of foundation, the adequacy of forms and false work, and the placing of the steel reinforcing have been approved. Concrete shall be placed as soon as practical after mixing and in no case later than one (I) hour after water has been added to the mix. The method and manner of placing shall be such to avoid segregation and displacement of the reinforcement. Troughs, pipes, and chutes shall be used as an aid in placing concrete when necessary. Dropping the concrete a distance of more than 5 feet, or depositing a large quantity at one point, will not be permitted. Concrete shall be placed upon clean, damp surfaces, free from running water, or upon properly consolidated soil. The concrete shall be compacted with suitable mechanical vibrators operating within the concrete. When necessary, vibrating shall be supplemented by hand spading suitable tools to assure proper and adequate compaction. Vibrators shall be manipulated so as to work the concrete thoroughly around the reinforcement and embedded fixtures and into comers and angles of the forms. The vibration at any joint shall be of sufficient duration to accomplish compaction but shall not be prolonged to the point where segregation occurs. Concrete deposited under water shall be carefully placed in a compact mass in its final position by means of a tremie, a closed bottom dump bucket, or other approved method and shall not be disturbed after being deposited. 610-4.12 CONSTRUCTION JOINTS. When the placing of concrete is suspended, necessary provisions shall be made for joining future work before the placed concrete takes its initial set. For the proper bonding of old and new concrete, such provisions shall be made for grooves, steps, keys, dovetails, reinforcing bars or other devices as may be prescribed. The work shall be arranged so that a section begun on any day shall be finished during daylight of the same day. Before depositing new concrete on or against concrete which has hardened, the surface of the hardened concrete shall be cleaned by a heavy steel broom, roughened slightly, wetted, and covered with a neat coating of cement paste or grout. 610-4.13 EXPANSION JOINTS. Expansion joints shall be constructed at such points and of such dimensions as may be indicated on the drawings. The premolded filler shall be cut to the same shape as that of the surfaces being joined, The filler shall be fixed firmly against the surface of the concrete already in place in such manner that it will not be displaced when concrete is deposited against it. 610-4.14 DEFECTIVE WORK. Any defective work disclosed after the forms have been removed shall be immediately removed and replaced. If any dimensions are deficient, or if the surface of the concrete is bulged, uneven. or shows honeycomb, which in the opinion of the Engineer cannot be repaired satisfactorily, the entire section shall be removed and replaced at the expense of the Contractor. 610-4.15 SURFACE FINISH. All exposed concrete surfaces shall be true, smooth, free from open or rough spaces, depressions. or projections. The concrete in horizontal plane surfaces shall be brought flush with the finished top surface at the proper elevation and shall be struck-off with a straightedge and floated. Mortar finishing shall not be permitted, nor shall dry cement or sand.cement mortar be spread over the concrete during the finishing of horizontal plane surfaces. When directed, the surface finish of exposed concrete shall be a rubbed finish. If forms can be removed while the concrete is still green, the surface shall be pointed and wetted and then rubbed with a wooden float until all irregularities are removed. If the concrete has hardened before being rubbed, a carborundum stone shall be used to finish the surface. When approved, the finishing can be done with a rubbing machine. l/98.DQC TS P-61O-5 . . 610-4.16 CURING AND PROTECTION. All concrete shall be properly cured and protected by the Contractor. The work shall be protected from the elements, flowing water, and from defacement of any nature during the building operations. The concrete shall be cured as soon as it has sufficiently hardened by covering with an approved material. Water-absorptive coverings shall be thoroughly saturated when placed and kept saturated for a period of at least 3 days. All curing mats or blankets shall be sufficiently weighted or tied down to keep the concrete surface covered and to prevent the surface from being exposed to currents of air. Where wooden forms are used, they shall be kept wet at all times until removed to prevent the opening of joints and drying out of the concrete. Traffic shall not be allowed on concrete surfaces for 7 days after the concrete has been placed. When specifically approved by the Engineer in writing, curing compound may be used, subject to approval of brand, provided discoloration does not occur and application is in accordance with manufacturer's directions and is compatible with subsequent finishes. Curing compounds shall not be used on any surface against which additional concrete or other cementitious finishing materials are to be bonded or on any surface which a waterproofing membrane is to be applied. Curing shall continue until the cumulative number of days, not necessarily consecutive, during which the temperature of the air in contact with the concrete is above 45 degrees F., has totaled seven days (three days with the use of Type 111 cement). 610-4.17 DRAINS OR DUCTS. Drainage pipes, conduits, and ducts that are to be encased in concrete shall be installed by the Contractor before the concrete is placed. The pipe shall be held rigidly so that it will not be displaced or moved during the placing of the concrete. 610-4.18 COLD WEA TIlER PROTECTION. Adequate equipment shall be provided for heating the concrete materials and protecting the concrete during freezing or near freezing weather. All concreting operations in cold weather, when temperatures are below 40 degrees F., or are expected to fall below 40 degrees F shall conform to the requirements of ACl 306. 610-4.19 HOT WEA TIlER CONCRETING. Care shall be taken to protect the concrete or schedule the operations to avoid problems incurred with flash set or too-rapid drying conditions. All concreting operations during hot weather shall conform to the requirements of ACI 305. 610-4.20 FILLING JOINTS. All joints which require filling shall be thoroughly cleaned, and any excess mortar or concrete shall be cut out with proper tools. Joint filling shall not be started until after final curing and shall be done only when the concrete is completely dry. The cleaning and filling shall be carefully done with proper equipment and in a manner to obtain a neat looking joint free from excess filler. 610-4.21 EMBEDDED ITEMS. The Contractor shall build into the concrete such embedded items as inserts, sleeves, waterstops, etc., as shown on the Contract Drawings or as specified. 610-5 METHOD OF MEASUREMENT. 610-5.1 No measurement will be made for direct payment of structural concrete, as the cost of furnishing and installing shall be considered a subsidiary obligation to the completion of the work. 610-6 BASIS OF PAYMENT. 610-6.1 No payment will be made separately or directly for this item on any part of the work, unless otherwise listed in the various pay items. All structural concrete will be considered a necessary and incidental part of the work and its cost shall be considered by the Contractor and included in the Contract price for the pay items of work involved. 1/98.DOC TS P-610-6 I I I I I I I I I I I I I I I I I I I I I I AASHfO T 26 AASHfO T 96 I ASTM C 33 ASTM C 136 ASTMC 150 I ASTM C 595 ASTMC618 ASTM C 260 I ASTM C 494 ASTMC 171 ASTM C 39 I ASTM C 78 ASTM C 85 ASTMC31 I ASTM C 127 ASTM C 128 ASTM C 231 I ASTM C 143 ASTMC 185 ASTMA615 I ASTMD 1751 ASTM D 1752 I ACI 305 ACI 306 I I I I I I I I 1/98.DOC ___n_ . . TESTING AND MATERIAL REQUIREMENTS Water Los Angeles Abrasion Test U.S. Federal Spec. TT-S-00227E Specification for Concrete Aggregates Sieve Analysis of Fine and Coarse Aggregates Specification for Portland Cement Specification for Blended Hydraulic Cements Specification for Ay Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Portland Cement Concrete Specification for Air Entraining Admixtures for Concrete Specification for Chemical Admixtures for Concrete Specification for Sheet Materials for Curing Concrete Test Method for Compressive Strength of Cylindrical Concrete Specimens Test Method for Aexural Strength of Concrete (Using Simple Beam with Third- Point Loading) Cement Content of Hardened Portland Cement Concrete Method of Making and Curing Concrete Test Specimens in the Field Specific Gravity and Absorption of Coarse Aggregate Specific Gravity and Absorption of Fine Aggregate Test Method for Air Content of Freshly Mixed Concrete Test Method for Slump of Portland Cement Concrete Specification for Steel Welded Wire Fabric, Plain, for Concrete Reinforcement Specification for Deformed and Plain Billet-Steel Bars for Concrete Reinforcement Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction Hot Weather Concreting Cold Weather Concreting END OF ITEM TS P-61O-7 I I I I I I I I I I I I I I I I I I I . . ITEM P-612 FIELD OFFICE 612-1 DESCRIPTION. This item shall consist of providing. furnishing and maintaining an Engineer's Field Office for the exclusive use of and occupancy by the Consultant field engineers. The field office and all appurtenances shall be onsite, installed and operational at least 7 days prior to commencement of construction. 612-2 FIELD OFFICE. 612-2.1 FIELD TRAILER. The field office shall meet the requirements of the New York State Department of Transportation Standard Specifications, latest issue, plus all revisions and addenda pertaining thereto, Section 637 and shall be a Type "B" Engineer's Office. 612-2.2 FURNlSIDNG EXISTING FACILITIES AND BUILDINGS. The Contractor may furnish equivalent facilities in existing buildings provided such facilities and buildings are located to provide convenient service and provided that the building location and facilities are approved by the Engineer in writing. 612-2.3 COMPUTER EQUIPMENT & APPURTENANCES, The Contractor shall provide and maintain a personal computer (PC) in the field office. The PC shall have a 1.0 GHz (min.) Intel Pentium processor, VGA Monitor, all required cables, 128 MB (min.) of RAM, 20 GB (min.) hard drive, and U.S. Robotics Sportster 56K modem or equal. The following software shall be installed: Windows XP Professional or most current operating system, Windows XP Office Small Business Edition. The Contractor shall provide a dedicated phone line to be used with this system and an Uninterrupted Power Supply. A Microsoft compatible mouse shall be provided with applicable drivers installed. A Hewlett Packard Laser Jet IV (HP U IV) printer (or approved equal), and all required cables, cartridges, paper and supplies shall be provided and maintained. The PC system shall be set up, configured, and operational at the time of the field office set up. Manuals shall be provided for all equipment and software, and all required appurtenances shall be provided and maintained. 612-2.4 AIRPORT COMMUNlCA TION SYSTEM. The Contractor shall obtain, for use by the Resident Engineer, one radio transceivers which operates on a frequency of 122.8 Mhz. The transceivers shall be ICOM AS, ICOM America, Inc., or equal. Radios shall come equipped with two battery packs, one standard 120V wall charger and one 12V (cigarette lighter) charger. When the Contractor has completed work on the project and before the Project is accepted by the Owner, the transceivers and equipment shall be furnished, in good working condition, to the Owner. 612-3 METHOD OF MEASUREMENT. Payment will be made at the lump sum price bid for the field office. 612-4 BASIS OF PAYMENT, The lump sum price bid shall include the cost of all labor, material, equipment, utility charges and all incidentals necessary to complete this item. Partial payments may be made at the discretion of the Engineer as the work progresses. based on contract time or % work complete. Payment will be made under: Item P-612-4.1 - Field Office - Lump Sum END OF ITEM 2/05 TS P-6I2-1 I I I I I I I I I I I I I I I I I I I . . ITEM D-710 STABILIZATION FABRIC 710-1 DESCRIPTION. This item shall consist of ground stabilization fabric furnished and installed in accordance with this specification and in accordance with the manufacturer's recommendations. 710-2 MATERIALS. Stabilization fabric shall be a non-woven or woven geotextile. Stabilization fabric shall be currently listed for undercut on the approved lists for "Materials and Equipment for use on NYSDOT Projects". Stabilization fabric shall have the following properties based on "minimum average roll values": Physical Properties Test Method Requirement Grab Strength Grab Elongation Puncture Strength Trapezoid Tear Strength (ASTM 04632) (ASTM 04632) (ASTM 04833) (ASTM 04533) 180 pounds (Min.) 50 percent (Max.) 75 pounds (Min.) 75 pounds (Min.) 710-3 SUBMITTALS AND CERTIFICATIONS. 710-3.1 Submittals of "Shop and Setting Drawings". "Working Drawings", "Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: Catalog data showing that the stabilization fabric meets the requirements specified. 710-4 CONSTRUCTION METHODS. 710-4.1 Stabilization fabric shall be installed in accordance with the details shown on the Contract Drawings and in accordance with the manufacturer's recommendations. Contractor shall protect fabric from exposure to sunlight during transportation and storage. After placement, the stabilization fabric shall not be left exposed for more than two (2) weeks. Traffic or construction equipment shall not operate directly on the stabilization fabric. Seams on adjacent rolls shall be overlapped a minimum of 2 feet. Stabilization fabric which becomes tom or damaged shall be replaced or patched. The patch shall extend three (3) feet beyond the perimeter of the tom or damaged area. 710-5 METHOD OF MEASUREMENT. 710-5.1 No measurement will be made for direct payment of stabilization fabric, as the cost of furnishing and installing shall be considered as a subsidiary obligation in the completion of work. 710.6 BASIS OF PAYMENT. 710-6.1 No payment will be made separately or directly for this item on any part ofthe work unless otherwise listed in the various pay items. All fabric will be considered a necessary and incidental part of the work and its cost shall be considered by the Contractor and included in the contract price for the pay items of work involved. END OF ITEM 6/03 TS D-71O-1 D71O.DOC I I I I I I I I I I I I I I I I I I I . . ITEM D-711 LINING 711-1 DESCRIPTION. 711-1.1 This item shall consist of run-of-crusher hard durable ledgerock placed in accordance with these Specifications and shall conform to the dimensions shown on the Plans and established by the Engineer. 711-2 MATERIALS. 711-2.1 Lining material shall consist of clean. sound, durable particles of crushed ledgerock meeting the requirements of the Connecticut Department of Transportation Standard Specifications, latest issue plus all revisions and addenda pertaining to Section M.OI.OI 711-3 SUBMITTALS AND CERTIFICATIONS. 711-3.1 Submittals of "Shop and Setting Drawings," Working Drawings," "Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and certifications required are as follows: Gradation sieve analysis. Certification that material meets CTDOT Standard Specifications for Subbase Course. 711-4 CONSTRUCTION METHODS, 711-4.1 Lining material shall be placed in loose layers not exceeding 6 inches in depth, unless otherwise directed by the Engineer. Unless otherwise specified, lining shall be compacted to a density of 100% in accordance with ASTM D 698. 711-5 METHOD OF MEASUREMENT. 711-5.1 No measurement will be made for direct payment of lining as the cost of furnishing and installing shall be considered as a subsidiary obligation in the completion of the work. 711-6 BASIS OF PAYMENT. 711-6.1 No payment will be made separately or directly for this item on any part of the work unless otherwise listed in the various pay items. All lining shall be considered a necessary and incidental part of the work and its cost shall be considered by the Contractor and included in the Contract price for the pay items of work involved. END OF ITEM 4/02 TS D-?l!-l I I I I I I I I I I I I I I I I I I I . . ITEM D-713 CRUSHED STONE 713-1 DESCRIPTION. 713-1.1 This item shall consist of Crushed Stone placed in accordance with these Specifications and shall conform to the dimensions shown on the Plans and established by the Engineer. 713-2 MATERIALS. 713-2.1 Materials shall meet the requirements of the Connecticut Department of Transportation, Standard Specifications, Section M.Ol.OI, latest issue, plus all revisions and addenda pertaining thereto. The Crushed Stone shall meet the following gradation by weight for 1-1/4": Sieve Size Percent Passim! 1-1/21nch 1-1/4 Inch 1 Inch 'A Inch Y2Inch 100 90-100 35-70 0-25 0-5 713-3 SUBMITTALS AND CERTIFICATIONS. 713-3.1 Submittals of "Shop and Setting Drawings", "Working Drawings", "Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: Gradation sieve analysis. Submittal of certified test reports showing that material meets the requirements specified. 713-4 CONSTRUCTION METHODS. 713-4.1 Crushed Stone shall be placed in loose layers not exceeding 6 inches in depth unless otherwise directed by the Engineer. 713-5 METHOD OF MEASUREMENT. 713-5.1 No measurement will be made for direct payment of Crushed Stone, as the cost of furnishing and installing shall be considered as a subsidiary obligation in the completion of work. 713.6 BASIS OF PAYMENT. 713-6.1 No payment will be made separately or directly for this item on any part of the work unless otherwise listed in the various pay items. All Crushed Stone will be considered a necessary and incidental part of the work and its cost shall be considered by the Contractor and included in the contract price for the pay items of work involved. END OF ITEM 10/01 TS D-713-1 D713.DOC I I I I I I I I I I I I I I I I I I I . . ITEM T-901 SEEDING 901-1 DESCRIPTION 901-1.1 This item shall consist offurnishing, hauling, and placing seeding and related operations, including liming and fertilizing, on surfaces outside the limits of the pavement where existing growth has been covered or removed or disturbed by stripping, grading, ditching or other construction operations as shown on the Contract Drawings or as directed by the Engineer in accordance with these Specifications. 901.2 MATERIALS 901-2.1 SEED. The species and application rates of grass, legume, and cover crop seed furnished shall be those stipulated herein. Seed shall conform to the requirements of Fed. Spec. A-A-267I. Seed shall be furnished separately or in mixtures in standard containers with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within 6 months of date of delivery. This statement shall include: name and address of laboratory, date oftest, lot number for each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture, the proportions of each kind of seed. Seed shall be as follows: Atlantic Coastal Panicgrass 901-2.3 FERTILIZER. Complete, partially organic, containing by weight: Nitrogen 10% Phosphorous 6% Potash 4% 901-3 SUBMITTALS AND CERTIFICATIONS. 901-3.1 Submittals of "Shop and Setting Drawings", "Working Drawings", "Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittal and Certifications required are as follows: Catalogue data and certification showing that the seed mixture percent by weight. percent purity and percent germination meet the requirements specified. Catalogue data and certification showing that the guaranteed analysis of fertilizer meets the requirements specified. 901-4 CONSTRUCTION METHODS 901-4.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been completed and before applying fertilizer and ground limestone, areas to be seeded shall be raked or otherwise cleared of stones larger than I inch in any diameter, sticks, stumps, and other debris that might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass-covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application offertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. An area to be seeded shall be considered a satisfactory seedbed without additional treatment if it has recently been thoroughly loosened and worked to a depth of not less than 5 inches as a result of grading operations and, if immediately prior to seeding, the top 3 inches of soil is loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. \1\)7 TS T-901-1 . . However, when the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any grass and weeds shall fIrst be cut or otherwise satisfactorily disposed of, and the soil then scarifIed or otherwise loosened to a depth not less than 5 inches. Clods shall be broken and the top 3 inches of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate means. 901-4,2 FERTILIZING. Fertilizer shall be applied at the rate of 50 pounds per acre and shall be worked lightly into the top 3 inches of the surface. 901-4.3 SEEDING MIXTURE. The seed mixture shall be spread at the rate of 10 pounds per acre, utilizing one of the following methods: 901-4.3.1 DRY APPLICATION METHOD. A. Liming. If required to prepare a suitable seedbed, lime shall be applied separately and prior to the application of any fertilizer or seed and only on seedbeds that have previously been prepared as described above. The lime shall then be worked into the top 3 inches of soil after which the seedbed shall again be properly graded and dressed to a smooth fInish. The Contractor shall be responsible for determining if the addition of lime is required to produce a suitable seedbed. The cost of providing and placing lime shall be considered incidental and shall be included in the cost of seeding. B. Fertilizing. Following advance preparations and cleanup, fertilizer shall be uniformly spread at the rate that will provide not less than the minimum quantity specifIed. C. Seeding. Grass seed shall be sown at the rate specifIed immediately after fertilizing, and the fertilizer and seed shall be raked within the depth range stated herein. Seeds of legumes, either alone or in mixtures, shall be inoculated before mixing or sowing, in accordance with the instructions of the manufacturer of the inoculant. When seeding is required at other than the seasons shown on the plans or in the specifIcations, a cover crop shall be sown by the same methods required for grass and legume seeding. D. Rolling. After the seed has been properly covered, the seedbed shall be immediately compacted by means of an approved lawn roller, weighing 40 to 65 pounds per foot of width for clay soil (or any soil having a tendency to pack). and weighing 150 to 200 pounds per foot of width for sandy or light soils. 901-4.3.2 WET APPLICATION METHOD. A. General. The Contractor may elect to apply seed and fertilizer (and lime, if required) by spraying them on the previously prepared seedbed in the form of an aqueous mixture and by using the methods and equipment described herein. The rates of application shall be as specifIed. B. Spraying Equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than 50 gallons over the entire range of the tank capacity, mounted so as to be visible to the nozzle operator. The container or tank shall also be equipped with a mechanical power-driven agitator capable of keeping all the solids in the mixture in complete suspension at all times until used. The unit shall also be equipped with a pressure pump capable of delivering 100 gallons per minute at a pressure of 100 pounds per square inch. The pump shall be mounted in a line that will re-circulate the mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipe lines shall be capable of providing clearance for 5/8 inch solids. The power unit for the pump and agitator shall have controls mounted so as to be accessible to the nozzle operator. There shall be an indicating pressure gauge connected and mounted immediately at the back of the nozzle. The nozzle pipe shall be mounted on an elevated supporting stand in such a manner that it can be rotated through 360 degrees horizontally and inclined vertically from at least 20 degrees below to at least 60 degrees above the horizontal. There shall be a quick-acting, three-way control valve connecting the re-circulating line to ,,,)7 TS T-901-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . the nozzle pipe and mounted so that the nozzle operator can control and regulate the amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shall be supplied so that mixtures may be properly sprayed over distance varying from 20 to 100 feet. One shall be a close-range ribbon nozzle, one a medium-range ribbon nozzle, and one a long-range jet nozzle. For case of removal and cleaning, all nozzles shall be connected to the nozzle pipe by means of quick-release couplings. In order to reach areas inaccessible to the regular equipment, an extension hose at least 50 feet in length shall be provided to which the nozzles may be connected. C. Mixtures, Lime, if required, shall be applied separately, in the quantity specified, prior to the fertilizing and seeding operations. Not more than 220 pounds of lime shall be added to and mixed with each 100 gallons of water. Seed and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds of these combined solids shall be added to and mixed with each 100 gallons of water. All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life. Brackish water shall not be used at any time. The Contractor shall identify to the Engineer all sources of water at least 2 weeks prior to use. The Engineer may take samples of the water at the source or from the tank at any time and have a laboratory test the samples for chemical and saline content. The Contractor shall not use any water from any source that is disapproved by the Engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed All such mixtures shall be used within 2 hours from the time they were mixed or they shall be wasted and disposed of at locations acceptable to the Engineer. D. Spraying. Lime, if required, shall be sprayed only upon previously prepared seedbeds. After the applied lime mixture has dried, the lime shall be worked into the top 3 inches, after which the seedbed shall again be properly graded and dressed to a smooth finish. Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the lime, if required, shall already have been worked in. The mixtures shall be applied by means of a high-pressure spray that shall always be directed upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a manner as might produce erosion or runoff. Particular care shall be exercised to insure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited thereon. On surfaces that are to be mulched as indicated by the plans or designated by the Engineer, seed and fertilizer applied by the spray method need not be raked into the soil or rolled. However, on surfaces on which mulc!) is not to be used, the raking and rolling operations will be required after the soil has dried. 901-4.4 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by re-grading and re-seeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. It is required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the Engineer. If at the time when the contract has been otherwise completed it is not possible to make an adequate determination of the color, density, and uniformity of such stand of grass, payment will not be made for the unaccepted portions of the areas until such time as these requirements have been met. 901-5 METHOD OF MEASUREMENT. IN? TS T-901-3 . . 901-5.1 No measurement will be made for direct payment of seeding as the cost of furnishing and sowing shall be considered a subsidiary obligation in completing the various items involved. 901-6 BASIS OF PAYMENT. 901-6.1 No payment will be made separately or directly for this time on any part of the work unless otherwise listed in the various payment items. All seeding will be considered a necessary and incidental part of the work and its cost shall be considered by the Contractor and included in the contract price for the pay items of work involved. MATERIAL REQUIREMENTS ASTM C 602 Agricultural Liming Materials ASTM D 977 Emulsified Asphalt FED SPEC A-A-1909 Fertilizer FED SPEC A-A-267I Seeds, Agriculture END OF ITEM T-901 1~7 TS T-90l-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . ITEM L-I07 AIRPORT WIND CONES 107-1 DESCRIPTION. 107-1.1 This item shall consist of furnishing and installing an airport wind cone in accordance with these specifications and in accordance with the dimensions, design, and details shown in the Contract Drawings. The work shall include the furnishing and installation of a support for mounting the wind cone, the specified wire, and a concrete foundation. The item shall also include all cable connections, conduit and conduit fittings, the furnishing and installation of all lamps, ground rod and ground connection, the testing of the installation, removal of the existing wind cone, disconnect/transformer and all incidentals necessary to place the wind cone in operation as a completed unit to the satisfaction of the Engineer. 107-1.2 This item shall also include the removal of the existing concrete segmented circle as shown on the Plans. This shall include all demolition, excavation, disposal and restoration as required under this specification. 107-2 EQUIPMENT AND MATERIALS. 107-2.1 GENERAL. A. Airport lighting equipment and materials covered by Federal Aviation Administration (FAA) specifications shall be certified and listed under Advisory Circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program, latest edition. 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. Materials supplied andlor installed that do not materially comply with these specifications shall be removed, when directed by the Engineer and replaced with materials, which do comply with these specifications, at the sole cost of the Contractor. 107-2,2 WIND CONES. The 12-foot wind cone and assemblies shall conform to the requirements of AC 150/5345-27, Specification for Wind Cone Assemblies. 107-2.3 WIRE. Wire shall be in accordance with Item L-108, Underground Cable for Airports. The wires shall be of the type, size, number of conductors, and voltage shown in the plans or in the proposal. 107-2.4 CONDUIT. Conduit shall be in accordance with Item L-llO, Airport Underground Electrical Duct Banks and Conduits. 107-2.5 CONCRETE. The concrete for foundations shall be proportioned, placed, and cured in accordance with Item P-61 0, Structural Portland Cement Concrete. 107-2.6 PAINT. A. Priming paint for ungalvanized metal surfaces shall be a high solids alkyd primer conforming to TT-P-664D. B. Priming paint for galvanized metal surfaces shall be zinc dust-zinc oxide primer paint conforming to MIL-DTL- 24441/19B. If necessary, add not more than 1/2 pint of turpentine to each gallon. C. Orange paint for the body and the finish coats on metal surfaces shall consist of a ready-mixed non-fading paint meeting the requirements of Fed. Spec. TT-E-489. The color shall be in accordance with Federal Standards 595, Aviation Gloss Orange Number 12197. D. White paint for body and finish coats on metal surfaces shall be ready-mixed paint conforming to the Master Painter's Institute, Reference #9, Exterior Alkyd, Gloss, VOC Range E2. 1~1 TS L-107-1 . . 107-3 SUBMITTALS AND CERTIFICATIONS. 107-3.1 Submittals of "Shop and Setting Drawings", "Working Drawings", "Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: Catalogue Data for the Wind Cone Assembly specified Certification for Wind Cone Assembly in accordance with AC 150/5345-53 Catalogue Data and certification that paint(s) meet the requirements specified Operation and maintenance manual for wind cone 107-4 CONSTRUCTION METHODS. 107-4.1 INST ALLA TION. The hinged support or hinged pole shall be installed on a concrete foundation as shown in the plans. 107-4.2 POLE ERECTION. The Contractor shall erect the pole on the foundation following the manufacturer's requirements and erection details. The pole shall be plumb and secure. 107-4.3 ELECTRICAL CONNECTION. The Contractor shall furnish all labor and materials and shall make complete electrical connections in accordance with the wiring diagram furnished with the project plans. The electrical installation shall conform to the requirements of the latest edition of National Fire Protection Association, NFP A-70, National Electric Code. If underground cable from the transformer vault to the wind cone site and duct for this cable installation is required, the cable and duct shall be installed in accordance with and paid for as described in Item L-108, Underground Cables for Airports, and Item L-II 0, Airport Underground Electrical Duct Banks and Conduits. 107-4.4 BOOSTER TRANSFORMER. If shown in Contract Drawings or specified in job specifications, a booster transformer to compensate for voltage drop shall be installed in a suitable weatherproof housing. The booster transformer shall be installed as indicated in the Contract Drawings and described in the proposal. If the booster transformer is required for installation remotely from the windcone, it shall be installed in accordance with and paid for L-109, Airport Transformer Vault and Vault Equipment. 107-4.5 GROUND CONNECTION AND GROUND ROD. The Contractor shall furnish and install a ground rod, grounding cable, and ground clamps for grounding the wind cone assembly. The ground rod shall be of the type, diameter and length specified in Item L-108, Underground Power Cable for Airports. The ground rod shall be driven into the ground adjacent to the concrete foundation (minimum distance from foundation of 2 feet) so that the top is at least 6 inches below grade. The grounding cable shall consist of NO.4 A WG minima bare stranded copper wire or larger and shall be firmly attached to the ground rod by exothermic welding. The other end of the grounding cable shall be securely attached to a leg of the frame or to the base of the pipe support with non-corrosive metal and shall be of substantial construction. The resistance to ground shall not exceed 25 ohms. 107-4.6 PAINTING. Three coats of paint shall be applied (one prime, one body, and one finish) to all exposed material installed under this item except the fabric cone, obstruction light globe, and lamp reflectors. The wind cone assembly, if painted on receipt, shall be given one finish coat of paint in lieu of the three coats specified above. The paint shall meet the requirements of Fed. Spec. TT-E-489. The color shall be in accordance with Federal Standard 595, Aviation Gloss Orange Number 12197. 107-4.7 CHAIN AND PADLOCK. The Contractor shall furnish and install a suitable operating chain for lowering and raising the hinged top section. The chain shall be attached to the pole support in a manner to prevent the light fixture assembly from striking the ground in the lowered position. ]107 TS L-l07-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . A padlock shall also be furnished by the Contractor on the wind cone assembly for securing the hinged top section to the fixed lower section. Padlock and key style shall be coordinated with the Owner and delivered to the Resident Engineer. The padlock shall be keyed to the Owner's requirements. 2 keys for the padlock shall be delivered to the Engineer. 107-4.8 REMOVAL OF EXISTING SEGMENTED CIRCLE. Where an existing segmented circle is to be removed, the Contractor shall remove all concrete foundations. This item shall include all excavation, backfilling, and disposal of materials as Restoration shall be as specified below in the section titled "Restoration of Site". Backfill shall be with suitable on-site material unless otherwise shown or specified. 107-4.9 RESTORATION OF SITE. After removal of the segmented circle is completed, the Contractor shall dispose of all surplus material and dirt from the site. The Contractor may dispose of concrete material on-site as directed by the Owner or Engineer. The Contractor shall restore all disturbed areas to a condition equal to or better than the surrounding area. Restoration shall be made with suitable material from the project site as directed by the Engineer. Restoration shall be considered a subsidiary and incidental part of the completion of this item and as such, the Contractor shall include all costs associated with restoration in the various pay items involved. 107-5 METHOD OF MEASUREMENT. 107-5.1 The quantity to be paid for shall be the number of wind cones installed as completed units in place, accepted, and ready for operation. 107-5.2 Measurement will be made on a lump sum basis for the complete removal and disposal of the existing concrete segmented circle and accepted by the Engineer. 107-6 BASIS OF PAYMENT. 107-6.1 Payment will be made at the contract unit price for each completed and accepted wind cone. 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. 107-6.2 Payment will be made on a lump sum basis for the complete removal and disposal of the segmented circle This price shall be full compensation for furnishing all materials and for all preparation, removal and disposal of these materials and for all labor, equipment, tools and incidentals necessary to complete this item. Partial Payment may be made as the work progresses, at the discretion of the Engineer. Payment will be made under: Item L-107-6.1 12-Foot Lighted Wind Cone, in place - per each Item L-107-6.2 Removal of Segmented Circle - per lump sum MATERIAL REQUIREMENTS AC 150/5345-7 Specification for L-824 Underground Cable for Airport Lighting Circuits AC 150/5345-27 Specification for Wind Cone Assemblies FED SPEC TT-E-489 Enamel, Alkyd, Gloss, Low VOC Content FED SPEC J-C-30 Cable and Wire, Electrical (Power, Fixed Installation) (cancelled; replaced by AA-59544 Cable and Wire, Electrical (Power, Fixed Installation)) FED SPEC W-P- 115 Panel, Power Distribution 1"" TS L-107-3 . FED STD 595 MIL-DTL-24441120 Underwriters Laboratories Standard 6 Underwriters Laboratories Standard 514 Underwriters Laboratories Standard 1242 NFPA-70 Master Painter's Institute lrol . Colors Used in Government Procurement Rigid Metal Conduit Paint, Epoxy-Polyamide, Green Primer, Formula 150, Type III Fittings For Conduit and Outlet Boxes Intermediate Metal Conduit National Electric Code END OF ITEM L-l 07 TS L-107-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . ITEM L-I08 UNDERGROUND CABLE FOR AIRPORTS 108.1 DESCRIPTION. 108-1.1 This item shall consist of underground cable furnished and installed in accordance with this specification at the locations and in accordance with the design, dimensions and details shown on the Plans. This item shall include the excavation and backfill of the trench, restoration of surfaces, the installation of cable and counterpoise wire in trench, duct or conduit and the removal of cables in duct and conduit which are abandoned under this project. It shall include splicing, cable marking and testing of the installation and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the Engineer. This item shall not include the installation of the duct or conduit. 108-2 EQUIPMENT AND MATERIALS. 108-2.1 AIRPORT LIGHTING CABLE. Airport lighting cable, unless otherwise specified, shall be single or multiple conductor, 600 volts or 5000 volts cross linked polyethylene insulation, non-shielded, conforming to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits, Type C. Multiple conductor cable shall have an overall jacket. Cable type, size, number of conductors and service voltage shall be specified in the plans and/or proposal. 108-2.2 CONTROL CABLE. If control cable is specified, a THWN cable with multi-stranded copper conductors, 300 volt, double jacket, direct burial cable shall be used unless otherwise specified. Cable size and number of conductors shall be as specified in the plans and/or proposal. If a green wire safety grounding system is required, it shall be No.6, 600V IIC, XHHW Green Jacket. 108.2.3 COUNTERPOISE WIRE. Unless otherwise shown or specified, bare copper wire for counterpoise installations shall be No.6 A WG, stranded bare copper wire conforming to ASTM Specifications B3 and B8. Where counterpoise conductors are to be installed in soil conditions that would adversely affect bare copper wire, thermoplastic wire conforming to Federal Specification J-C-30, Type TW, 600 volt, shall be used. 108-2.4 CABLE CONNECTIONS. In-line connections of underground cables shall be as specified herein. 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. E 1135, for potting the splice is approved. This means of splicing is the only type approved for telephone control cable. B. The Vulcanized Splice. A vulcanized splice employing Joy Manufacturing Company's Vulcanizing Kit No. X- 1604-8 or equal is approved for field vulcanized splices. The proper molds for various cable sizes shall be used. C. For connection to airfield lighting equipment with factory supplied plug-in connectors, in-line connectors shall be one of the following types: 1. The Field-Attached Plug-In Splice. Figure 14 of specification for L-823, Plug and Receptacle, Cable Connectors, employing connector kits, is approved for field attachment to single conductor cable. 2. The Factory-Molded Plug-In Splice. Specification for L-823, Connectors, Factory-Molded to Individual Conductors, are approved. D. Splices in manholes shall be one of the types specified above as directed by the Engineer. 108-2.5 GROUND RODS. Unless otherwise shown or specified, ground rods shall be copper clad and a minimum of 3/03 TS L-108-1 . . 5/8 inch diameter by 8 feet in length. 108-2.6 CONCRETE. Concrete shall meet the requirements of the Connecticut Department of Transportation Standard Specifications, Section M.03.0 I latest issue, plus all revisions and addenda pertaining thereto. Unless otherwise shown on the Plans, the concrete shall be Class A, with a maximum permissible slump of 3Y2 inches. Cement shall be Portland Cement Type I or Type II. 108-2.7 BEDDING. Bedding shall be in accordance with the Connecticut Department of Transportation Standard Specifications Section M.02.0 I unless otherwise noted on the Contract Drawings. The Contractor may elect to utilize suitable on-site material for bedding due to the nature of the project site. The suitable on-site material shall be free of deleterious material such as rock, boulders, oversized particles, etc. The use of suitable on-site material shall be approved by the Resident Engineer. 108-3 SUBMITTALS AND CERTIFICATIONS. 108-3.1 Submittals of "Shop and Setting Drawings", "Working Drawings", "Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: Catalogue Data showing that Airport lighting cable meets the requirements specified. Catalogue Data showing that control cable meets the requirements specified. Catalogue Data showing that counterpoise wire meets the requirements specified. Catalogue Data showing that cable connections meet the requirements specified. Catalogue Data showing that ground rods meet the requirements specified. CTDOT approved Concrete Mix Design. Submittal for Bedding showing that the gradation sieve analysis meets the requirements specified. 108-4 CONSTRUCTION METHODS. 108-4.1 GENERAL. The Contractor shall install the specified cable at the approximate locations indicated in the airport lighting layout plans. The Engineer shall indicate specific locations. Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual insulating transformers. The Contractor shall be responsible for providing cable in continuous lengths for home runs or other long cable runs without connections, unless otherwise authorized in writing by the Engineer or shown in the plans. 108-4.2 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 or joints of any kind in cables installed in conduits or ducts. The duct or conduit shall be installed as a separate item in accordance with Item L-Il 0, "Airport Underground Electrical Duct". The Contractor shall make sure that the duct is open, continuous and clear of debris before installing cable. The cable shall be installed in a manner to prevent harmful stretching of the conductor, injury to the insulation or damage to the outer protective covering. The ends of all cables shall be sealed with moisture-seal tape before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a duct under the same contract, all cable shall be pulled in the duct at the same time. The pulling of a cable through ducts or conduits may be accomplished by 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 or conduit markers 3/03 TS L-108-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . temporarily removed for excavations shall be replaced as required. 108-4.3 TRENCHING. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Paved areas to be trenched shall be saw cut prior to removal of pavement. 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. Unless otherwise specified, cable trenches shall be excavated to a minimum depth of 18 inches below finished grade, except as follows: A. When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36 inches unless otherwise specified. B. Minimum cable depth when crossing under a railroad track shall be 42 inches unless otherwise specified. C. Low voltage cables shall be placed a minimum of 12 inches from high voltage cables. The Contractor shall excavate all cable trenches to a width not less than 6 inches. The trench shall be widened where more than two cables are to be installed parallel in the same trench. Unless otherwise specified in the plans, all cables of similar voltage, 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 14 inch sieve. The Contractor shall ascertain the type of sailor rock to be excavated before bidding. All excavation shall be unclassified. 108-4.4 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 if specified on project plans and specifications and it should provide for physical inspection of cable prior to backfilling. Sharp bends or kinks in the cable shall not be permitted. Cables shall be unreeled in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable shall not be unreeled and pulled into the trench from one end. Where two or more cables of similar voltage 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 one foot of cable slack shall be left on each side of all connections, isolation transformers, light units and at all other points where cable is connected to field equipment. The slack cable shall be placed in the trench in a series of S curves. Additional slack cable shall be left in runway light bases, 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 or as shown in the plans and specifications. 108-4.5 BACKFILLING. The first three layers of backfill shall be Bedding. The first layer shall be 3 inches deep, loose measurement and shall not be compacted. The second and third layers shall be 4 inches deep. The remainder of the backfill shall be excavated or imported material and shall not contain stone or aggregate larger than 4 inches maximum diameter. The fourth and subsequent layers of the backfill shall not exceed 8 inches in maximum depth,loose measurement. The second. and subsequent layers shall be thoroughly tamped and compacted to at least the density of the adjacent undisturbed soil, and to the satisfaction of the Engineer. If necessary to obtain the desired compaction, the backfill 3/03 TS L-I08-3 . . material shall be moistened or aerated as required. Trenches shall not be excessively wet and shall not contain pools of water during backfill operations. The trench shall be completely backfilled and tamped level with the adjacent surface, except that when sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. Any excess excavated material shall be removed and disposed of in accordance with instructions issued by the Engineer. 108-4.6 RESTORA nON. 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 paving, topsoiling, fertilizing, liming, seeding, sodding, sprigging or mulching. All such work shall be performed in accordance with the turfing and paving specifications. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. 108-4.7 CABLE MARKERS. The location of runway light circuits shall be marked by a concrete slab marker, 2 feet square and 4 inches thick, extending approximately I inch above the surface. Each cable run from the line of runway lights to the equipment vault shall also be marked at approximately every 200 feet along the cable run, with an additional marker at each change of direction of cable run. All other cable buried directly in the earth shall be marked in the same manner. Cable markers shall be installed immediately above the cable. The Contractor shall impress the word "CABLE" and directional arrows on each cable marking slab. The letters shall be approximately 4 inches high and 3 inches wide, with width of stroke Y, inch and \4 inch deep. The location of each underground cable connection, except at lighting units or isolating transformers, shall be marked by a concrete marker slab placed above the connection. The Contractor shall impress the word" SPLICE" on each slab. He also shall impress additional circuit identification symbols on each slab if so desired by the Engineer. All circuits in electrical manholes are to be tagged with plastic or nylon tags. Circuit identification numbers should be permanently marked with indelible ink. All direct burial cable shall have plastic warning tape placed in the trench. The tape shall be placed 3 to 4 inches below finished grade. One tape shall be provided for each counterpoise wire and shall be centered over the counterpoise wire. 108-4.8 SPLICING. Connections of the type as specified, 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. Vulcanized Splices. These shall be made by using crimp connectors for joining conductors. The splice shall be made, using compounds furnished by the manufacturer, in accordance with his instructions and to the satisfaction of the Engineer. C. Field-Attached Plug-In Splices. These shall be assembled in accordance with manufacturer's instructions. These splices shall be made by plugging directly into mating connectors. In all cases, the joint where the connectors come together shall be wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least I Y, inches on each side of the joint. Where plug-in splices are used in manholes, they shall be secured by nylon ties to cable supports. Securing shall be made 6 inches both sides of splice. D. 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 3/03 TS L-108-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . rubber tape and one layer of plastic tape, one-half lapped, extending at least I y, inches on each side of the joint. 108-4.9 CABLE IDENTIFICATION. The Contractor shall furnish and install self-sticking wire labels or identifying tags on each cable at the point where they enter and exit duct banks, conduits, manholes, handholes or equipment. Wire labels, if used, shall be of the self-sticking, preprinted type and of the manufacturer's recommended size for the wire involved. Identification markings designated in the Plans shall be followed. Tags, if used, shall be of fiber not less than '4 inch in diameter and not less than 1/32 inch 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 non-metallic cord. 108-4.10 BARE COUNTERPOISE WIRE INSTALLATION AND GROUNDING FOR LIGHTING PROTECTION. Stranded bare copper wire shall be installed for lightning protection of the underground cables. The counterpoise wire shall be installed such that where cable andlor conduit runs are adjacent to pavement, such as along runway or taxiway edges, the counterpoise shall be installed 8 inches below grade, located halfthe distance from edge of pavement to the cable andlor conduit runs. The counterpoise shall not be connected to the light fixture base can or mounting stake. Where cable andlor conduit runs are not adjacent to pavements, the counterpoise shall be installed 8 inches minimum above the cables and at least 8 inches below finished grade. The counterpoise wire shall also be securely attached to copper or copper -clad ground rods installed not more than 500 feet apart around the entire counterpoise system. 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. When the counterpoise installation is complete, the system's resistance to ground shall be tested. If resistance to ground is greater than 25 ohms, deficiencies in the system shall be corrected or additional ground rods shall be added. Counterpoise wire shall be installed by either of the following two methods: A. Counterpoise Wire And Trench: Counterpoise wire shall be installed in a separate trench as described herein and shown on the Contract Documents. Work on this item shall include excavation, special backfill, counterpoise wire, ground rods. connections, backfill, and restoration. Installation of counterpoise wire by plowing shall not be allowed unless otherwise stated in the contract documents. B. Counterpoise Wire: Counterpoise shall be installed in the same trench as conduit andlor cables as described herein and shown on the Contract Documents. Work on this item shall include installation of the counterpoise wire, ground rods and connections. 108-4.11 RECORD DRAWINGS. The Contractor shall submit to the Engineer at the completion of the project, detailed, dimensioned as-built records and wiring diagrams of the circuitry installed under this contract, prior to payment of the final estimate. 108-5 METHOD OF MEASUREMENT. 108-5.1 The footage of cable or counterpoise wire installed in trench to be paid for shall be the number of linear feet of cable or counterpoise wire installed, measured along the centerline of the trench between light units or structures, completed, ready for operation and accepted as satisfactory. No measurement will be made for cable slack in trenches or at light units. Separate measurement shall be made for each cable or counterpoise wire installed. 108-5.2 The footage of cable installed in duct or conduit to be paid for shall be the number of linear feet of cable installed, measured from the inside face of structure or end of conduit to inside face of structure or end of conduit, completed, ready for operation and accepted as satisfactory. No measurement will be made for cable slack installed in ducts, conduits or light units. However, cable or counterpoise wire required in electrical manholes shall be measured as the actual number of linear feet of cable or counterpoise wire installed within the manhole and included under the measurement of cable in duct or conduit, or the measurement of counterpoise wire in trench. Separate measurement shall be made for each cable installed in duct or conduit. 108-6 BASIS OF PAYMENT. 108-6.1 Payment will be made at the contract unit price for trenching, cable and bare counterpoise wire installed in 3/03 TS L-108- 5 . . I trench or duct in place by the Contractor and accepted by the Engineer. No direct payment will be made for cable slack installed in trench, conduit, ducts or light bases. This price shall be full compensation for furnishing all materials and for I all preparation and installation of these materials, and for all labor, equipment, tools and incidentals necessary to complete this item. I Payment will be made under: I Item L-l 08-6.1 NO.8 AWG, 5 kV, IIC Airport Lighting Cable - Per Linear Foot Item L-108-6.1 No.8 A WG,600V, llC Airport Lighting Cable - Per Linear Foot I Item L-108-6.l No.6 A WG, 600V, IIC XHHW Green Jacket - Per Linear Foot Item L-108-6.1 No.6 A WG Counterpoise Wire - Per Linear Foot I Item L-108-6.! No.6 A WG Counterpoise Wire And Trench - Per Linear Foot I FAA SPECIFICATIONS REFERENCED IN ITEM L.I08 I Number AC l5015345-26A Title Specification for L-823 Plug and Receptacle Cable Connectors FEDERAL SPECIFICATIONS REFERENCED IN ITEM L.I08 I Number Title I J-C-30 Cable and Wire, Electrical Power, Fixed Installation HH-I-595 Insulation Tape, Electrical Pressure-Sensitive Adhesive, Plastic, for Low-Temperature Application I ASTM SPECIFICATIONS REFERENCED IN ITEM L-I08 I Number Title I B-3 Soft or Annealed Copper Wire B-8 Concentric-Lay-Stranded Copper Conductor, Hard, Medium-Hard or Soft I MILITARY SPECIFICATIONS REFERENCED IN ITEM L-I08 I Number Title MIL-I-3825 Insulation Tape, Electrical, Self-Fusing, for Use in Electronics, Communications, and Allied Equipment I 47 MIL-I-2439I Insulation Tape, Electrical, Pressure-Sensitive, Plastic I END OF ITEM I 3/03 TS L-108-6 I I I I I I I I I I I I I I I I I I I , . . ITEM L-I09 AIRPORT ELECTRICAL BUILDING EQUIPMENT 109-1 DESCRIPTION. 109-1.1 This item shall consist of furnishing and installing all electrical building and terminal building equipment, wiring, electrical buses, cable. conduit and grounding systems as shown on the Plans or specified herein. This item shall also include the painting of equipment and conduit; the marking and labeling of equipment and the labeling or tagging of wire; the testing of the installation; all necessary building permits and inspections; and the furnishing of all incidentals necessary to place the equipment in operating condition as a completed unit to the satisfaction of the Engineer. 109-2 EQUIPMENT AND MATERIALS. 109-2.1 GENERAL. A. Airport lighting equipment and materials covered by Federal Aviation Administration Specifications shall be certified in accordance with Advisory Circular 150/5345-53. Airport Lighting Equipment Certification Program, latest edition. Certain items of airport lighting equipment installed in electrical buildings are covered by individual Federal Aviation Administration equipment specifications. The specifications are listed below: AC 150/5345-3, Specification for L-821 Panels for Remote Control of Airport Lighting. AC 150/5345-10, Specification for L-828 Constant Current Regulators. 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. 109-2.2 OTHER ELECTRICAL EQUIPMENT. Constant-current regulators, distribution transformers, oil switches, cutouts, relays, terminal blocks, transfer relays, circuit breakers, and all other regularly used commercial items of electrical equipment not covered by Federal Aviation Administration 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. 109-2.3 AIRFIELD LIGHTING CABLE. Reference Item L-108 Underground Cable for Airports. 109-2.4 BUILDING POWER WIRING. For ratings up to 600 volts, thermoplastic wire conforming to Federal Specification J-C-30, Type THWNrrHHN shall be used. The wires shall be 12 A WG minimum, copper of the type, size, and number of conductors and voltage shown in the plans or in the proposal. For cable rated 5KY, copper stranded, shielded, 90EC conductor temperature, 100 percent insulation level and EPR insulation. 109-2.5 CONTROL WIRING. Wire size shall be 12 A WG minimum unless otherwise specified in the plans and shall be THWNrrHHN copper, stranded and insulated for 600 volts. 109-2.6 CIRCUIT BREAKERS. Circuit breakers shall be of the bolt-on type, molded case, thermal magnetic indicating handle operated of common trip type. Rating to be visible from front of breaker either on handle or trip unit. All branch breakers are to have a minimum 10,000 Amps RMS Symmetrical Interrupting Capacity short circuit rating with Amp ratings as shown on the Contract Drawings. Breakers shall be UL listed. 109-2.7 RIGID STEEL CONDUIT. Rigid steel conduit and fillings shall conform to the requirements of ANSI Standard C80.1 or Underwriters Laboratories, Inc., UL-6. Finish shall be hot dipped galvanized or sherardized inside and 3/07 TS L-109-1 . . outside. All fittings for rigid metal conduit shall be the threaded type. 109-2.8 PVC COATED RIGID GALVANIZED STEEL. Conduit shall be rigid steel conduit as specified above. Coating shall be 0.040-inch PVC factory applied, meeting NEMA Standard No. RNI-1980 (Type 40). Fittings shall have same treatment. Conduits and fittings shall be threaded. 109-2.9 LIQUID-TIGHT FLEXIBLE. Flexible metal conduit with PVC jacket fittings and conduit bodies ANSIINE. 109-2.10 ELECTRICAL METALLIC TUBING (EMT). Conduits shall conform to ANSI Standard C80.3. Fittings, connections and couplings shall be specifically approved for use with EMT. 109-2.11 GROUNDING SYSTEM. Ground rods shall be 5/8 inch by 8 feet minimum. Exterior ground conductors shall be bare tin plated copper, size as indicated. All joints and connections shall be exothermic type as by Cadwell, Thermoweld or equal. The system neutral shall be bonded as per the National Electrical Code, latest edition. A complete "green" wire ground system to be installed bonding all cabinets, enclosures and raceways to the same. Conductor size shall be in accordance with the National Electrical Code. 109.2.12 PHOTO CONTROL. Per AC 70/7460-1 G, shall conform to FAA requirements of 35 footcandle turn-on and 58 footcandle turn-off. 109.2.13 CONT ACTOR. Contactors shall be defined purpose lighting contactors sized as required for circuits shown or required. 109-2.14 PILOT CONTROL RELAYS. Shall be configured as shown and meet requirements of AC l50/5345-13A. 109-3 SUBMITTALS AND CERTIFICATIONS. 109-3.1 SUBMITTALS. Submittals of "Shop and Setting Drawings", "Working Drawings", "Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Each particular item of manufacture shall be submitted for approval with Catalogue Data and certifications showing that the material meets the requirements specified. Items which connect, interact or otherwise interface with one another shall be submitted concurrently for review and coordination. 109-3.2 RECORD DRAWINGS. Submit one copy of drawings depicting the control wiring for the airfield lighting circuits. Identify and show all wired terminals. Include the wiring of each control panel as well as the interconnecting wiring. Interconnecting wiring shall show the tagged numbers as installed and colors if applicable. 109-4 INSTALLATION OF EQUIPMENT IN ELECTRICAL BUILDING. 109-4.1 GENERAL. The Contractor shall furnish, install, and connect all equipment, equipment accessories, conduit, cables, wires, buses, grounds, and support necessary to insure a complete and operable electrical distribution center for the airport lighting system as specified herein and shown in the Plans. When specified, an emergency power supply and transfer switch shall be provided and installed. The equipment installation and mounting shall comply with the requirements of the National Electrical Code and local code agency having jurisdiction. 109-4.2 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 steel "H" sections, "I" beams, channels or concrete blocks to provide a minimum space of 1-1/2 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 nameplates shall, so far as possible, not be obscured. 3/07 TS L-109- 2 I I I I I I I I I I I I I I I I I I , I I I I I I I I I I I I I I I I I I I . . 109-4.3 SWITCHGEAR AND PANELS. Oil switches, fused cutouts, 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 diameter engaging metal expansion shields or anchors in masonry or concrete vaults. 109.4.4 DUCT AND CONDUIT. The Contractor shall furnish and install square-type exposed metallic ducts with hinged covers for the control circuits in the electrical building. These shall be mounted along the walls behind all floor- mounted equipment and immediately below all wall-mounted equipment. The hinged covers shall be placed to open from the front side with the hinges at the front bottom. Wall brackets for square ducts shall be installed at all joints 2 feet or more apall 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. 109-4.5 CONDUITS. All interior dry areas shall be EMT conduit unless otherwise shown. Connections between wireways and regulators may use liquid tight conduit. 109-4.6 CABLE ENTRANCE AND HIGH. VOLTAGE BUS SYSTEM. Incoming underground cable from field circuits and supply circuits will be installed outside the walls of the electrical building as a separate item under Item L- 108. The Contractor installing the electrical building equipment shall bring the cables from the trench or duct through the entrance conduits into the building and make the necessary electrical connections. 109-4.7 WIRING AND CONNECTIONS. The Contractor shall make all necessary electrical connections in the electrical building 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 shall be neatly laced in place. 109-4.8 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, preprinted type and of the manufacturer's recommended size for the wire involved. Identification markings designated in the Plans shall be followed. Tags, if used, shall be of fiber not less than 314-inch in diameter and not less than 1/32-inch 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 non-metallic 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 I-inch 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. 109-4.9 AIRFIELD LIGHTING CONTROL OPERATION AND DESCRIPTION. As shown on the contract drawings. 109-4.10 AIRPORT SHUTDOWNS. The airport shall be notified as least 48 hours prior to any power interruptions. Service must be maintained to the existing electrical building and airfield. Power outages shall not occur during inclement weather. 3/07 TS L-109-3 . . 109-4.11 TESTING OF CONTROL CONDUCTORS BETWEEN PILOT AUXILIARY RELAY PANELS AND L-821 CONTROL PANEL. When all wires and cables are in place, but before final connections have been made, a high potential test voltage shall be applied and maintained for a period of one minute between all conductors in the same enclosure and between each conductor and ground. The test voltage shall not be less than 1,000 volts in excess of the rated circuit voltage or it shall be 1,500 volts, whichever is greater. 109-5 METHOD OF MEASUREMENT. 109-5.1 The quantity of Electrical Building equipment to be paid for under this item shall consist of all equipment installed within the electrical building, connected, and accepted as a complete unit ready for operation. The Contractor may submit to the Engineer for review and approval, an Application for Partial Payment of individual lump sum items in accordance with the approved schedule of values. The application shall cover equipment installed and work completed as of the date of application, accompanied by supporting documentation as required by the Contract Documents, and shall be in a form acceptable to the Engineer. 109-6 BASIS OF PAYMENT. 109-6.1 Payment will be made on a lump sum basis for the completed and accepted Electrical Building equipment installation. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labar, equipment, tools and incidentals necessary to complete the item. Partial Payment may be made as the work progresses, at the discretion of the Engineer. Partial payments will be made in accordance with the schedule of values and approved Applications for Payment. Payment will be made under: Item L-I 09-6.1 Airport Electrical Building Equipment - Lump Sum FEDERAL SPEClFlCA TIONS REFERENCED ON ITEM L-I09 Number Title J-C-30 Cable and Wire Electrical (Power, Fixed Installation) FAA SPECIFICATIONS REFERENCED ON ITEM L-I09 Number Title AC l50/5345-3C Specification for L-821 Panels for Remote Control of Airport Lighting. AC 150/5345-1 DC Specification for L-828 Constant Current Regulator. AC 150/5345-13 Specification for L-84l Auxiliary Relay Cabinet Assembly for Pilot Control of Airport Lighting Circuits. REA BULLETIN REFERENCED IN ITEM L-I09 Number Title 345-15 REA Specification for Fully Color-Coded, Polyethylene-Insulated, Double Polyethylene-Jacketed Telephone Cables for Direct Burial. END OF ITEM 3/07 TS L-I09-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . ITEM L-UO AIRPORT UNDERGROUND ELECTRICAL DUCT 110-1 DESCRIPTION. 110-1.1 This item shall consist of underground electrical ducts or conduit installed in accordance with this Specification at the locations and in accordance with the dimensions, designs and details shown in the Plans. This item shall include the installation of all underground electrical ducts or underground conduits. It shall also include all excavation, trenching, sheeting, bracing, dewatering, backfilling, concrete encasement, mandrelling, installation of drag lines, 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. This item shall include removal of existing conduit and duct banks. This item shall also include removal of pavement and turf, restoration of pavements and turf and any special backfill required. 110-2 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. 110-2.2 CONCRETE. Concrete shall meet the requirements of the Connecticut Department of Transportation Standard Specifications, latest issue, Section M.03.0 I, plus all revisions and addenda pertaining thereto. Unless otherwise shown on the Plans, the concrete shall be Class A, with a maximum permissible slump of 3 V2 inches. Cement shall be Portland cement Type I or Type II. 110-2.3 CONCRETE BONDING AGENT. Concrete bonding agent shall conform to the requirements of ASTM C 881. Concrete bonding agent shall be Type V, Grade 2 and unpigmented. Concrete bonding agent shall be Class A, B, or C, depending on the temperature of the concrete surface to which the agent will be applied. 110-2.4 REINFORCING STEEL. All reinforcing steel shall be deformed bars of new billet steel meeting the requirements of ASTM A615, Grade 60. 110-2.5 RIGID STEEL CONDUIT. Rigid steel conduit and fittings shall conform to the requirements of Underwriters Laboratories Standard 6, 514, and 1242. 110-2.6 PVC COATED RIGID GALVANIZED STEEL. Conduit shall be rigid galvanized steel conduit as specified above. Coating shall be O.04-inch in PVC factory applied, meeting NEMA Standard No. RNI. Fittings shall have same treatment. 110-2.7 FLEXIBLE CONDUIT. Flexible conduit shall be Amer-tite JIC Type or approved equal. Flexible conduit shall be liquid tight and have the same inside diameter as the rigid conduit. 110.2.8 PLASTIC CONDUIT. Plastic conduit and fittings-shall conform to the requirements of Fed. Spec. W--C-l094 and Underwriters Laboratories Standards UL-65 I and shall be one of the following, as shown in the plans: A. Type I-Schedule 40 PVC suitable for underground use either direct-buried or encased in concrete. B. Type II-Schedule 40 PVC suitable for either above ground or underground use. Plastic conduit adhesive shall be a solvent cement manufactured specifically for the purpose of gluing the specific type of plastic conduit and fitting. 110-2.9 FITTINGS. Conduit fittings shall provide liquid tight connections. Fittings inside diameter shall be the same as the rigid conduit. 110-2.10 BEDDING. Bedding shall be in accordance with the Connecticut Department of Transportation Standard Specifications Section M.02.01. No separate measurement for payment shall be made for bedding. Bedding shall be 10/01 TS L-llO-1 . . considered necessary and incidental to the work of this item and the costs shall be included in the various pay items involved. The Contractor may elect to utilize suitable on-site material for bedding due to the nature of the project site. The suitable on-site material shall be free of deleterious material such as rock, boulders, oversized particles, etc. The use of suitable on-site material shall be approved by the Resident Engineer. 110-2.11 BACKFILL. Backfill shall be suitable on-site material obtained from the trench excavation, unless otherwise shown on the Contract Drawings. 110-2.12 LINING. Lining, if required, shall conform to the requirements of Item D- 711. No separate measurement for payment shall be made for lining. Lining shall be considered necessary and incidental to the work of this item and the costs shall be included in the various pay items involved. 110-2.13 COUNTERPOISE WIRE. Counterpoise wire shall meet the requirements of Item L-lOS. 110-2.14 GROUND RODS. Ground Rods shall meet the requirements of Item L-IOS. 110-3 SUBMITTALS AND CERTIFICATIONS. 110-3.1 Submittals of "Shop and Setting Drawings", "Working Drawings", "Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: CTDOT approved Concrete Mix Design. Catalogue Data for Rigid Steel Conduit meeting the requirements specified. Catalogue Data for PVC Coated Rigid Steel Conduit meeting the requirements specified. Catalogue Data for flexible conduit meeting the requirements specified. Catalogue Data for plastic conduit meeting the requirements specified. Gradation sieve analysis Bedding meets the requirements specified. 110-4 CONSTRUCTION METHODS. 110-4.1 GENERAL. The Contractor shall install underground ducts and conduits at the approximate locations shown on the Contract Drawings. The Engineer shall indicate specific locations as the work progresses. Ducts shall be of the size, material and type indicated in the Plans or Specifications. All duct lines shall be laid so as to grade toward handholes, manholes and duct ends for drainage. Grades shall be at least 3 inches per 100 feet. On runs where it is not practicable to maintain the grade all one way, the duct lines shall be graded from the center in both directions toward manholes, handholes or duct ends. Pockets or traps where moisture may accumulate shall not be permitted. All ducts and conduits must be capped or plugged prior to backfilling to prevent the infiltration of soil and water. The Contractor shall mandrel each duct. An iron-shod mandrel, not more than II4-inch smaller than the 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 and conduits installed shall be provided with a nylon drag line having a minimum strength of 1,000 pounds for pulling the permanent wiring. Sufficient length shall be left in manholes or handholes to tie off the drag line to prevent it from slipping back into the duct. All ducts shall be securely fastened in place during construction and progress ofthe work and shall be plugged to prevent seepage of grout, water or dirt. Any duct section having a defective joint shall not be installed. All ducts, except steel conduit, installed under runways, taxiways, aprons and other paved areas shall be encased in a concrete envelope as indicated on the Plans. 10/01 TS L-llO-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Existing paved areas to be trenched shall be saw cut prior to removal of pavement. Trenches for ducts may be excavated manually or with mechanical trenching equipment. If the trench depth and soil conditions permit, walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of road patrols or graders shall not be used to excavate the trench. The Contractor shall ascertain the type of soil or rock to be excavated before bidding. All excavation shall be included in the unit price of the duct. Removal of conduits and duct banks shown on the Contract Drawings shall be considered necessary and incidental to the work of this item. Conduits and duct banks encountered which are not shown on the plans and which interfere with the proposed work shall be removed by the Contractor and the costs shall be considered incidental to the work of this item. 110-4.2 EXCA V A nON. Excavation shall consist of removal of all material, regardless of its nature, and the disposal of all such material as directed by the Engineer. No separate measurement for payment shall be made for excavation. Excavation shall be considered necessary and incidental to the work of this item. A. The Contractor shall excavate for underground electrical duct to the lines and grades shown on the Contract Drawings. Excavation shall be of sufficient size to permit placing of the full width and length of the underground electrical duct shown. The Engineer may order, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. B. After each excavation is completed, the Contractor shall notify the Engineer to that effect and the duct shall be constructed after the Engineer has approved the depth of the excavation and the character of the foundation material. C. Boulders, logs or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a fIrm surface either level, stepped or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the original foundation. D. The Contractor shall do all bracing, sheeting or shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheeting or shoring shall be included in the unit price bid for the duct. All trench bracing, sheeting and shoring shall be in accordance with the requirements of the General Provisions section for "Sheeting and Bracing". E. Dewatering shall be performed in accordance with the requirements of the General Provisions section for "Removal of Water". F. Unless otherwise directed, bracing, sheeting and shoring used in the construction of this item shall be removed by the Contractor after the completion of the duct. Removal shall be made in a manner which will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the duct. 110-4.3 DUCTS ENCASED IN CONCRETE. Unless otherwise shown in the Plans, concrete-encased ducts shall be installed so that the top of the concrete envelope is not less than 18 inches below the finished subgrade where installed under runways, taxiways, aprons or other paved areas, and not less than 18 inches below fInished grade where installed in unpaved areas. 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 encasement shall be placed on a layer of concrete not less than 4Y, inches thick prior to its initial set. Where two or more ducts are encased in concrete, the Contractor shall space them not less than 2 inches apart (measured from outside wall to outside wall) using spacers applicable to the type of duct. As the duct laying progresses, concrete not less than 4Y2 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. IQI0l TS L-llO-3 . . When specified or shown, the Contractor shall reinforce the bottom, side, and top of encasements with steel reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply additional supports where the soil bearing capacity is inadequate, where ducts cross under roadways or where otherwise shown on the Plans. Under such conditions, the complete duct structure shall be supported on reinforced concrete footings, piers or piles located at approximately 5-foot intervals. Concrete handling and placement shall be in accordance with the Connecticut Department of Transportation Standard Specifications, latest issue and addenda. Where duct banks are being extended, or where the duct bank is structurally tied to existing concrete, Contractor shall apply a concrete bonding agent to the surface of existing concrete prior to pouring fresh concrete. If shown on the plans or specified herein, stranded bare copper counterpoise wire shall be installed for lightning protection of the concrete encased ducts. The counterpoise wire shall be installed in the same trench for the entire length of the duct bank it is designed to protect and shall be placed at a vertical distance of approximately 6 inches from the duct bank. The counterpoise wire shall be securely attached to ground rod at each end of the duct bank. 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 couoterpoise system shall terminate at the electrical building or at the power source. It shall be securely attached to the electrical building or equipment grounding system. Connections shall be made as shown in the project plans. When the counterpoise installation is complete, the system's resistance to ground shall be tested. If resistance to ground is greater than 25 ohms, deficiencies in the system shall be corrected or additional ground rods shall be added. 110-4,4 DUCTS WITHOUT CONCRETE ENCASEMENT. Trenches for single-duct lines shall be not less than 6 inches nor more than 12 inches wide, and the trench for 2 or more ducts installed at the same level shall be proportionately wider. Trench bottoms for ducts without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the duct aloog its entire length. Unless otherwise shown in the Plans, ducts for direct burial shall be installed so that the tops of all ducts are at least 18 inches below finished grade. When two or more ducts are installed in the same trench without concrete encasement, they shall be spaced not less thao 2 inches apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6 inches apart in a vertical direction. Contractor shall place a layer of Bedding at least 3 inches deep, loose measurement, in the bottom of the trench prior to placing the duct. This layer shall not be tamped. Ducts shall be installed on the bedding in the number and spacing specified. Contractor shall place a layer of bedding that extends at least 3 inches, loose measurement, above the top of the duct. In the case where ducts are "stacked", the layer shall be placed at 6 inches above the underlying conduit. This layer shall be tamped prior to installing the subsequent layer of conduits. After placing all the bedding material, Contractor shall thoroughly tamp and compact the bedding to at least the density of the adjacent undisturbed soil, and to the satisfaction of the Engineer. If necessary to obtain the desired compaction, the backfill material shall be moistened or aerated as required. If shown on the plans or specified herein, stranded bare copper counterpoise wire shall be installed for lightning protection ofthe conduits. The counterpoise wire shall be installed in the same trench for the entire length of the conduit it is designed to protect and shall be placed at a vertical distance of approximately 9 inches from the conduit. The counterpoise wire shall be securely attached to each light fixture base. 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 counterpoise system shall terminate at the electrical building or at the power source. It shall be securely attached to the electrical building or equipment grounding system. Connections shall be made as shown in the project plans. When the counterpoise installation is complete, the system's resistance to ground shall be tested. Ifresistance to ground is greater than 25 ohms, deficiencies in the system shall be corrected or additiooal ground rods shall be added. to/Dt TS L-ll 0-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . Trenches shall be opened the complete length before the duct is installed so that if any obstructions are encountered proper provisions can be made to avoid them. 110-4.5 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 I 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. The Contractor shall impress the word "DUCT" on each marker slab. He shall also impress on the slab, the number and size of ducts beneath the word "DUCT". The letters shall be 4 inches high and 3 inches wide with width of stroke 1/2- inch and II4-inch deep or as large as the available space permits. 110-4.6 BACKFILLING, Backfill shall not be placed against any concrete encased ducts until permission is given by the Engineer. Such permission shall not be given until the concrete has been in place seven days, or until tests made by the laboratory under supervision of the Engineer establish that the concrete has attained sufficient strength to provide a factor of safety against damage of strain in withstanding any pressure created by the backfill or the methods used in placing it. The trench shall be backfilled in accordance with the requirements of Item P-lS2, Excavation and Embankment, with material not larger than 4 inches in diameter and thoroughly tamped and compacted. Trenches shall not be excessively wet and shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface, except that when sod is to be placed over the trench the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement. 110-4.7 RESTORATION. Restoration of surfaces, sod or pavement, shall be performed in accordance with the details of the Contract Drawings. All areas disturbed by the trenching, storing of dirt, cable laying, pad construction and other work, shall be restored to its original condition. No Separate measurement for payment shall be made for restoration. Restoration shall include any necessary topsoiling, fertilizing, liming, seeding. sprigging or mulching. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. Restoration shall be considered necessary and incidental to the work of this item and the costs shall be included in the various pay items involved. 110-5 METHOD OF MEASUREMENT. 110-5.1 The quantity of underground duct or conduit to be paid for under this item shall be the number of linear feet of duct installed, measured in place, from end or outside face of structure to end or outside face of structure, including all required excavation, lining and backfill, completed and accepted. Separate measurement shall be made for the various types and sizes. 110-6 BASIS OF PAYMENT. 110-6.1 Payment will be made at the Contract unit price for each type and size of single-way or multi-way duct or conduit completed and accepted. This price shall be full compensation for furnishing all materials and for all preparation, assembly, and installation ofthese materials, and for all labor, equipment, tools and incidentals necessary to complete this item. Payment will be under: Item L-llO-6.l - 2-Inch PVC Conduit In Turf - per linear foot MATERIAL REQUIREMENTS Number Title 1010] TS L-IlO-S W-C-57! W -C-1094 ANSI C80.1 UL-6 10101 . . Conduit and Fittings, Nonmetal, rigid; (Asbestos-Cement or Fire-Clay Cement), (for Electrical Purposes). Conduit and Fittings; Nonmetallic, Rigid, (Plastic). Standard for Rigid Steel Conduit - Zinc Coated. Standard for Intermediate Metal Conduit. END OF ITEM TS L-II 0-6 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . ITEM L-llS ELECTRICAL MANHOLES AND PULLBOXES llS-l DESCRIYfION. llS-I.l This item shall consist of electrical manholes and pull boxes installed in accordance with these Specifications. at the specified locations and conforming to the lines, grades and dimensions shown on the Plans or required by the Engineer. This item shall include the installation of each electrical manhole or pull box with all associated excavation, backfilling, sheeting and bracing, concrete, reinforcing steel, ladders, appurtenances, testing, dewatering and restoration of surfaces to the satisfaction of the Engineer. llS-2 MATERIALS. llS-2.1 CONCRETE STRUCTURES, Cast in place concrete structures shall conform to the details and dimensions shown on the Contract Drawings. Precast concrete structures shall be an approved standard design of the manufacturer, where indicated on the Contract Drawings. Precast units shall have mortar or bitumastic sealer placed between all joints to make them water tight. Minimum compressive strength of the concrete shall be 4,000 psi and the structure shall be designed to withstand H-20 loadings, unless otherwise specified on the Contract Drawings. Openings or knockouts shall be provided in the structure as detailed on the Plans. Threaded inserts and pulling eyes shall be cast in as shown. llS-2.2 MORTAR. The mortar shall be composed of one part of portland cement and two parts of mortar sand, by volume. The portland cement shall conform to the requirements of ASTM C 150, Type 1. The sand shall conform to the requirements of ASTM C 144. Hydrated lime may be added to the mixture of sand and cement in an amount not to exceed 15 percent of the weight of cement used. The hydrated lime shall meet the requirements of ASTM C 6. The water shall be clean and free of deleterious amounts of acid, alkalies or organic material. If the water is of questionable quality, it shall be tested in accordance with AASHTO T-26. llS-2.3 CONCRETE. Plain and reinforced concrete used in structures shall conform to the requirements of Item P-61O. llS-2.4 FRAMES AND COVERS. The frames shall conform to one of the following requirements: A. Gray iron castings shall meet the requirements of ASTM A 48. B. Malleable iron castings shall meet the requirements of ASTM A 47. C. Steel castings shall meet the requirements of ASTM A 27. D. Structural steel for frames shall conform to the requirements of ASTM A-283, Grade D. E. Ductile iron castings shall conform to the requirements of ASTM A 536. F. Austempered ductile iron castings shall conform to the requirements of ASTM A 897. All castings specified shall withstand an H20 loading. All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings specified. Each frame and cover unit shall be provided with fastening members to prevent it from being dislodged by traffic, but which will allow easy removal for access to the structure. All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A 123. 10/01 TS L-1l5-l L115.DOC . . Each cover shall have the word "ELECTRIC" or other approved designation cast on it. Each frame and cover shall be as specified on the contract drawings or approved equal. No cable notches are required. 115-2.5 LADDERS. Ladders shall be galvanized steel and shall be as shown on the Contract Drawings. 115-2.6 REINFORCING STEEL. All reinforcing steel shall be deformed bars of new billet steel meeting the requirements of ASTM A 615. Grade 60. 115-2.7 LINING. Lining shall conform to the requirements of Item D-711. 115-2.8 CABLE TRAYS. Cable trays shall be of aluminum and shall have aluminum brackets. Cable trays shall be located as shown on the Contract Drawings. Cable trays shall be ladder type. 6-inches wide and 4 inches deep as manufactured by Square D, Class 5160 or approved equal. In lieu of cable trays, the Contractor may elect to supply cable hooks for both low and high voltage cables. 115-2.9 PLASTIC DUCTS. Plastic ducts shall comply with Item L-110 - Installation of Airport Underground Electrical Duct. 115-3 SUBMITTALS AND CERTIFICATIONS 115-3.1 Submittals of "Shop and Setting Drawings", "Working Drawings", Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: Submittal of Strength Design Calculations, Shop Drawings and Certifications for Pre-cast units. Concrete Mix Design submittals in accordance with Item P-61O. Catalogue data for frames and covers meeting the requirements specified. Catalogue data for ladders meeting the requirements specified. Certification that reinforcing steel meets the requirements specified. Lining submittals in accordance with Item D-71 I. Catalogue data for cable trays meeting the requirements specified. Plastic Duct submittals in accordance with Item L-llO. Shop Drawings when structure used is at variance with plans. 115-4 CONSTRUCTION METHODS. 115-4.1 UNCLASSIFIED EXCAVATION. A. The Contractor shall do all excavation for structures and structure footings to the lines and grades or elevations shown on the Plans or as staked by the Engineer. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown. The elevations of the bottoms of footings as shown on the Plans shall be considered as approximately only and the Engineer may order, in writing, changes in dimensions or elevations of footings necessary to secure a satisfactory foundation. B. Boulders, logs or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped or serrated, as directed by the Engineer. All seams or crevices disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation and excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed. C. The Contractor shall do all bracing, sheeting or shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to goverrting laws. The cost of bracing, sheeting or shoring shall be included in the unit price bid for the structure. All trench bracing, IOtOI TS L-1l5-2 L115.1XJC I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . sheeting and shoring shall be in accordance with the Sheeting and Bracing section of the General Provisions. D. Unless otherwise provided, bracing, sheeting and shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall be effected in a manner which will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure. E. After each excavation is completed, the Contractor shall notify the Engineer to that effect and the structures shall be placed after the Engineer has approved the depth of the excavation and the character of the foundation material. 115-4.2 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations conforming to the dimensions and form indicated on the Plans. The concrete and construction methods shall conform to the requirements specified in Item P.61O. Any reinforcement required shall be placed as indicated on the Plans and shall be approved by the Engineer before the concrete is poured. 115.4,3 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES AND FITTINGS. All castings, frames and fittings shall be placed in the positions indicated on the Plans or as directed by the Engineer and shall be set true to line and to correct elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place and position before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set. After the frames or fittings have been set in final position and the concrete or mortar has been allowed to harden for seven (7) days, then the covers shall be placed and fastened down. 115-4.4 INST ALLA TION OF LADDERS. Ladders shall be installed such that they may be removed if necessary. Mounting brackets shall be supplied top and bottom and shall be cast in place during fabrication of the structure or drilled and grouted in place after erection of the structure. 115-4,5 REMOVAL OF SHEETING AND BRACING. In general, all sheeting and bracing used to support the sides of trenches or other open excavations shall be withdrawn as the trenches or other open excavations are being' refilled. That portion of the sheeting extending below the top of a structure shall be withdrawn, unless otherwise directed, before more than six (6) inches of material is placed above the top of the structure and before any bracing is removed. Voids left by the sheeting shall be carefully refilled with selected material and rammed tight with tools especially adapted for the purpose or otherwise as may be approved. The Engineer may order the Contractor to delay the removal of sheeting and bracing if, in his judgment, the installed work has not attained the necessary strength to permit placing of backfill. 115-4.6 BACKFILLING. After a structure has been completed, the area around it shall be backfilled in horizontal layers not to exceed 6 inches in thickness measured after compaction to the density requirements in Item P.152. Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as directed by the Engineer. Backfilling shall not be placed against any structure until permission is given by the Engineer. In the case of concrete, such permission shall not be given until tests made by the laboratory under supervision of the Engineer establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it. Where required, the Engineer may direct the Contractor to add, at his own expense, sufficient water during compaction to assure a complete consolidation of the backfill. The Contractor shall be responsible for all damage or injury done to ducts, structures, property or persons due to improper placing or compacting of backfill. 115-4.7 CLEANING AND RESTORATION OF SITE. After the backfill is completed, the Contractor shall 10/01 TS L-115-3 LlIS.DOC . . dispose of all surplus material, dirt and rubbish from the site. The Contractor shall restore all dismrbed areas equal to or better than their otiginal condition. After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear and in good condition. 115-4.8 INSPECTION. Ptior to final approval of the electtical manholes, the Engineer, accompanied by the Contractor's representative, shall make a thorough inspection, by an approptiate method, of the entire installation. Any indication of defects in matetial or workmanship shall be further investigated and corrected. Defects due to the Contractor's negligence shall be corrected by the Contractor without additional compensation and as directed by the Engineer. 115-4.9 REMOVAL OF WATER. Removal of water, if encountered, shall be in accordance with the Removal of Water section of the General Provisions. Performance of the work desctibed in this section is not payable directly, but shall be considered as a subsidiary obligation of the Contractor and included in the Contract ptice for the pay items of work involved. 115-5 METHOD OF MEASUREMENT. 115-5.1 Electtical manholes and pull boxes shall be measured by each unit completed in place and accepted. The following additional items are specifically included in each unit. All Required Excavation Sheeting and Bracing All Required Backfilling With On-Site Matetials Restoration of All Surfaces All Required Connections to Existing Duct Banks Including Concrete, Conduit and Steel Reinforcement. Repair of Existing Duct Banks required for connection to proposed Pullboxes including concrete, conduit and steel reinforcement. Dewateting If Required Temporary Cables and Connections 115-6 BASIS OF PAYMENT. 115-6.1 The accepted quantity of electtical manholes and pull boxes will be paid for at the Contract unit ptice per each, complete and in place. This ptice shall be full compensation for furnishing all materials and for all preparation, excavation, backfilling and placing of the materials, furnishing and installation of such specials and connections to ducts and other strucmres as may be required to complete the item as shown on the Plans and for all labor, equipment, tools and incidentals necessary to complete the strucmre. Payment will be made under: Item L-1I5-6.1 Electtical Pullbox - Per Each END OF ITEM !OlD I TS L- 115-4 LJI5.D<x: I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . ITEM L-119 AIRPORT OBSTRUCTION LIGHTS 119-1 DESCRIPTION. 119-1.1 This item shall consist of furnishing and installing a complete obstruction lighting system composed of LED lights as shown on the plans and specified herein. This work shall include the furnishing of the obstruction lights, light base, wire, conduit and fittings, supports, circuit breaker, cable connections, junction boxes, painting, tools, equipment and all incidentals necessary to power and to place it in operation as a completed system to the satisfaction of the Engineer. 119-2 EQUIPMENT AND MATERIALS. 119-2.1 GENERAL. A. Airport lighting equipment and materials covered by Federal Aviation Administration Specifications shall be certified in accordance with Advisory Circular 150/5345-53, Airport Lighting Equipment Certification Program, latest edition. 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. 119-2.2 OBSTRUCTION LIGHTS. The L-81 0 LED fixture shall conform with AC 150/5345-43 and shall be installed to satisfy AC 70n460-1 G specification for obstruction lighting and marking. The light source shall be an electroluminescent diode module using no more than three LEDs. The load for a single LED fixture shall be 57V A maximum at 120V AC. A dual LED fixture shall consist of two single LEDs fixtures wired in parallel. The load for each LED fixture shall be 57V A maximum at 120V AC. The lifetime of the assembly shall be a minimum 56,000 hours at full intensity. 119-2.3 LIGHT BASES. Light bases shall be Type L-867, Class I and shall conform to FAA AC ]50/5345-42 requirements. 119-2.4 BASE PLATES. Base plates for the obstruction lights shall be as manufactured by Jaquith Industries, Part No. AP 1402 with a 2-inch NPS tap or approved equal. 119-2.5 JUNCTION BOXES. Shall be ofNEMA 4X construction unless otherwise shown. Junction boxes and pull boxes shall be minimum NEC code size. 119-2.6 MOLDED CASE CIRCUIT BREAKER. As specified and shown on drawing. 119-2.7 WIRE. Wire shall conform to the requirements ofItem L- 108, Underground Cable for Airports. The wire shall be of the type, size, number of conductors and voltage shown in the Plan or in the proposal. Overhead line wire from pole to pole where specified shall conform to ANSI 8-35. 119-2.8 RIGID STEEL CONDUIT. Rigid steel conduit and fittings shall conform to the requirements of ANSI Standard C80.1 or Underwriters Laboratories, Inc., UL-6. Finish shall be hot dipped galvanized or sherardized inside and outside. All fittings for rigid metal conduit shall be the threaded type. 119-2.9 PVC COATED RIGID GALVANIZED STEEL. Conduit shall be rigid steel conduit as specified above. Coating shall be 0.040-inch PVC factory applied, meeting NEMA Standard No. RN]. Fittings shall have same treatment. Conduits and fittings shall be threaded. 119-2.10 GROUND RODS. 5/8-inch diameter x 8 feet long, copper clad steel. 12/97.DOC TS L-119-1 . . 119-3 SUBMITTALS AND CERTIFICATIONS. 119-3.1 Submittals of "Shop and Setting Drawings," "Working Drawings," "Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. submittals and Certifications required are as fnllows: Catalogue Data for the obstruction light specified Certification for the obstruction light specified in accordance with AC 150/5345-53 Catalogue data and certifications showing that photovoltaic control meets the requirements specified. Catalogue data and certifications showing that the base plate meets the requirements specified. Catalogue data and certifications showing that the transformer/disconnect meets the requirements specified. Catalogue data and certifications showing that conduit and fittings meets the requirements specified. Catalogue data and certifications showing that cable meets the requirements specified. 119-4 CONSTRUCTION METHODS. 119-4.1 BASE MOUNTED OBSTRUCTION LIGHTS. When specified on the Contract Drawings, obstruction lights shall be installed on a concrete encased L-867 light base. The installation shall be in accordance with the details on the Contract Drawings. A. EXCA V A TION. All excavation shall be considered unclassified excavation. Unclassified excavation shall consist of the excavation of all material. regardless of its nature and the disposal of all such material as directed by the Engineer. The Contractor shall do all excavation for airport obstruction light installations to the lines and grades shown on the Contract Drawings or as directed by the Engineer. The excavation shall be of sufficient size to permit the placing of the airport obstruction light. Boulders, logs or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. The Contractor shall do all bracing, sheeting or shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheeting or shoring shall be included in the unit price bid for the structure. All trench bracing, sheeting and shoring shall be in accordance with the Sheeting and Bracing section of the General Provisions. Unless otherwise provided, bracing, sheeting and shoring involved in the construction of this item shall be removed by the contractor after the completion of the structure. Removal shall be effected in a manner which will not disturb or mar finished masonry. The cost of removal shall be included in the unit bid for that item. B. CONCRETE. Concrete handling and placement shall be in accordance with Item P-61 0, Structural Portland Cement Concrete. C BACKFILLING. Backfilling around structures shall not be commenced until directed by the Engineer. Prior to backfilling. all conduits and openings shall be sealed water tight. Backfill evenly and simultaneously on both sides offoundation walls in 6-inch lifts. All structures shall be backfilled to the lines and grades shown on the Contract Drawings, or as required for proper operation of the lighting or navigation system and as directed by the Engineer. Contractor shall use previously excavated material if it is suitable for backfill, or if additional material is required for backfill, the Contractor shall provide suitable backfill. All materials used for backfill shall be approved in advance by the Engineer. No direct payment will be made for backfill material or its placement. 12/97.DOC TS L-1l9-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . 119-4.2 JUNCTION BOXES. As required for pulling and splicing in exposed accessible areas. 119-4.3 CONDUIT. As shown and specified on drawings. 119-4.4 TESTING. The installation shall be fully tested in operation as a completed unit prior to acceptance. Tests shall be conducted in the presence of the engineer and shall be to his satisfaction. 119-5 METHOD OF MEASUREMENT. 119-5.1 The quantity of obstruction lights or transformer/disconnects to be paid for under this item shall be the number of each type installed as completed units in place, ready for operation and accepted by the Engineer. 119-6 BASIS OF PAYMENT. 119-6.1 Payment will be made at the Contract unit price for each light or transformer/disconnect installed in place by the Contractor and accepted by the Engineer. This price shall be full compensation for all excavation and backfilling. furnishing all materials, including the disconnect/transformer and for all preparation, assembly and installation of these materials and for alllahor, equipment, tools and incidentals necessary to complete this item. Payment will be made under: Item L-119-6.1 Item L-119-6.1 ItemL-119-6.1 Single Obstruction Light - Per Each Double Obstruction Light - Per Each Obstruction Light TransformerlDisconnect - Per Each FEDERAL SPECIFICATIONS REFERENCED IN ITEM L-119 Number Title J-C-30 Cable and Wire, Electrical (Power, Fixed Installation) W-P-115 Panel, Power Distribution. WW-C-58I Conduit, Metal, Rigid; and Coupling, Elbow; and Nipple, Electrical Conduit: Zinc-Coated. END OF ITEM 12/97.DOC TS L-1l9-3 I I I I I I I I I I I I I I I I I I I . . ITEM L-125 AIRPORT LIGHTING AND NAVIGATIONAL SYSTEMS 125-1 DESCRIPTION. 125-1.1 This item shall consist of airport lighting and navigational systems furnished and installed in accordance with this Specification, referenced Specifications and applicable Advisory Circulars. This item shall also include the removal, modification, or relocation of existing lighting and navigational systems. The systems shall be installed at the locations and in accordance with the dimensions, design, and details shown in the Contract Drawings. This item shall include all excavation, backfilling, and restoration of surfaces and the furnishing of all equipment, materials, services, and incidentals necessary to place the systems in operation as completed units to the satisfaction of the Engineer. 125-1.2 Additional details pertaining to a specific system covered in this item are contained in the Advisory Circulars 150/5340-30B, Design and Installation Details for Airport Visual Aids and 150/5340-18, Standards for Airport Sign Systems. 125-2 EQUIPMENT AND MATERIALS. 125-2.1 GENERAL. A. Airport lighting equipment and materials covered by Federal Aviation Administration Specifications shall be certified in accordance with Advisory Circular 150/5345-53, Airport Lighting Equipment Certification Program, latest edition. B. All other equipment and materials covered by other referenced Specifications shall be subject to acceptance through the manufacturer's certification of compliance with the applicable Specifications. C. Lists of the equipment and materials required for a particular system are contained in the applicable Advisory Circulars. D. Contractor shall have experience installing navigational and lighting systems or the manufacturer's representative shall be on-site during installation. Experience shall be documented by the Contractor by providing the Engineer with a list of three previous installations of the equipment being installed. 125-2.2 TAPE. Rubber and plastic electrical tapes shall be Scotch Electrical Tape Numbers 23 and 88, respectively, as manufactured by the Minnesota Mining and Manufacturing Company, or an approved equal. 125-2.3 CONCRETE. Concrete shall meet the requirements of the Connecticut Department of Transportation Standard Specifications, latest issue, Section M.03.01, plus all revisions and addenda pertaining thereto. Unless otherwise shown on the Plans, the concrete shall be Class A, with a maximum permissible slump of 3 y, inches. Cement shall be Portland cement Type I or Type II. 125-2.4 CONDUIT. Rigid steel conduit and fittings shall conform to the requirements of ANSI Standard C80.1 or Underwriters Laboratories, Inc., UL-6. Conduit and fittings shall be hot dipped galvanized or sherardized inside and out. Conduit and fittings shall be threaded. Angles in conduit shall be formed using large radius bends. 125-2.5 PVC COATED RIGID GAL V ANlZED STEEL, Conduit shall be rigid steel conduit as specified above. Coating shall be 0.040-inch PVC factory applied, meeting NEMA Standard No. RNI. Fittings shall have same treatment. Conduits and fittings shall be threaded. 125-2.6 POWER ADAPTER. Power adapters for navigational systems shall operate on an input of2.8 to 6.6 amps, 60 Hz with an output of 120/240 V AC :t3% over entire input range. Maximum power output shall be 670 VA. Adapter shall be of water tight construction for direct earth burial. 125-2.7 ANCHOR BOLTS AND CONCRETE ANCHOR STUDS, Anchor bolts and concrete anchor studs shall be sized in accordance with the equipment manufacturer's requirements. Anchor bolts and studs less than 3/4 inch in diameter shall be stainless steel. TS L-125-1 . . 125-2.8 WATER TIGHT TERMINATION. Water tight terminations for conduits, ducts, nipples, equipment and bases shall be mechanical compression type and shall be sized for the application and number of conductors. 125-2.9 LANDSCAPE FABRIC. Landscape fabric shall be non-woven conforming to the requirements of AASHfO M 288, latest edition. Class 2. All property values listed below, except apparent opening size. represent the minimum average roll value in the weaker principal direction. Landscape fabric shall have the following physical properties: Physical Property Requirement Test Method Survivability Grab Strength Tear Strength Puncture Strength Permittivity Apparent Opening Size 160 Ibs. min. to 250 Ibs. max. 55 Ibs. min. to 90 Ibs. max. 55 Ibs. min. to 90 Ibs. max. 0.1 sec'! (Min) No. 70 U.S. Std. Sieve (Max.) ASTM D 4632 ASTM D 4533 ASTM D 4833 ASTMD4491 ASTM D 4751 125-2.10 CRUSHED STONE. Crushed Stone shall meet the requirements of Item D-713. Crushed Stone. 125-2.11 PADLOCK. The Contractor shall furnish and install corrosion resistant padlocks on equipment specified on the contract drawings. Padlocks shall meet the requirements of Master Lock Marine Brass Padlock #48D-Mar or approved equal. Padlocks shall be keyed the same unless otherwise specified on the contract drawings. Contractor shall provide at least two keys for each padlock unless otherwise specified on the contract drawings. All keys shall be turned over to the Resident Engineer at the completion of the project. 125-2.12 REINFORCING STEEL. All reinforcing steel shall be deformed bars of new billet steel meeting the requirements of ASTM A 615, Grade 60. 125-2.13 IDENTIFICATION TAGS. Identification tags shall be a 2 inch diameter disk of non-corrosive copper based metal with numbers permanently stamped on one side. 125-2.14 RUNWAY END INDENTIFIER LIGHTS (REIL). The discharge-type flashing light equipment used for the runway end identifier lights shall meet the equipment requirements of FAA AC 150/5345-51 for a Type L-849 REIL system. The style of REIL for each runway end shall be as follows: Runway 7: Runway 25: Runway 12: Runway 30: Style A: unidirectional. high intensity. one brightness step. Style C: unidirectional, low intensity, one brightness step. Style A: unidirectional, high intensity. one brightness step. Style A: unidirectional, high intensity. one brightness step. 125-3 SUBMITTALS AND CERTIFICATIONS. 125-3.1 Submittals of "Shop and Setting Drawings", "Working Drawings", "Catalogue Data" and "Certifications" for review shall be submitted in accordance with appropriate sections of the General Provisions. Submittals and Certifications required are as follows: Evidence of Contractor's experience installing lighting and navigational systems. Catalogue Data and certification for the runway edge lights. Certification for each type of Airport lighting equipment specified in accordance with AC 150/5345-53. Catalogue Data and certification for the Runway End Identifier Lights (REIL), Style A. Catalogue Data and certification for the Runway End Identifier Lights (REIL), Style C. Catalogue Date and certification for the Precision Approach Path Indicator (P API) system. Catalogue data for other lighting. control and electrical equipment specified. CTDOT Approved Concrete Mix Design. Catalogue Data for conduit meeting the requirements specified. TS L-125-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . Catalogue Data for padlocks. Certification that reinforcing steel meets the requirements specified. Catalogue data for ill Tags meeting the requirements specified. 125-4 CONSTRUCTION METHODS. 125-4.1 GENERAL. The installation and testing details for the systems shall be as specified in the applicable Advisory Circulars, manufacturer's requirements and as shown on the Plans or directed by the Engineer. A. Exposed and buried bolts and connections that must be removed for maintenance shall be coated with an antiseizing compound to facilitate removal. 125-4.2 EXCA V A TION. All excavation shall be considered unclassified excavation. Unclassified excavation shall consist of the excavation of all material, regardless of its nature and the disposal of all such material as directed by the Engineer. A. The Contractor shall do all excavation for airport lighting and navigational system installations to the lines and grades or elevations shown on the Plans or as directed by the Engineer. The excavation shall be of sufficient size to permit the placing of the airport lighting or navigational system. B. Boulders, logs or any other objectionable material encountered in excavation shall be removed. All rock or other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped or serrated, as directed by the Engineer. All seams or crevices shall be cleaned out and grouted. All loose and disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation and excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed. C. The Contractor shall do all bracing, sheeting or shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheeting or shoring shall be included in the unit price bid for the structure. All trench bracing, sheeting and shoring shall be in accordance with the Sheeting and Bracing section of the General Provisions. D. Unless otherwise provided, bracing, sheeting and shoring involved in the construction of this item shall be removed by the contractor after the completion of the structure. Removal shall be effected in a manner which will not disturb or mar finished masonry. The cost of removal shall be included in the unit bid for that item. 125-4.3 CONCRETE. Concrete handling and placement shall be in accordance with the Connecticut Department of Transportation Standard Specifications, latest issue and addenda. 125-4,4 BACKFILLING. Backfilling around structures shall not be commenced until directed by the Engineer. Prior to backfilling, all conduits and openings shall be sealed water tight. Backfill evenly and simultaneously on both sides of foundation walls in 6-inch lifts. All structures shall be backfilled to the lines and grades shown on the Plans, or as required for proper operation of the lighting or navigation system and as directed by the Engineer. Contractor shall use. previously excavated material if it is suitable for backfill, or if additional material is required for backfill, the Contractor shall provide suitable backfill. All materials used for backfill shall be approved in advance by the Engineer. No direct payment will be made for backfill material or its placement. 125-4.5 PLACING LIGHTS, SIGNS AND NA VIGA TIONAL SYSTEMS. The lighting or navigational systems shall be installed at the approximate location indicated in the Plans. The exact location shall be as directed by the Engineer. The lighting or navigational systems shall be installed in accordance with the Plans and the manufacturer's recommendations. Contractor's surveyor shall be on-site during installation of navigational systems to verify elevations, alignment and siting angles of navigational systems prior to energizing the equipment. Any deviations shall be corrected by the Contractor and verified by the surveyor before the equipment is put to service. Contractor shall attach an ill tag to each light unit and sign indicated on the Contract Drawings. ill tags shall be securely TS L-125-3 . . attached to the light units and signs with a set screw or wire band. 125-4.6 INST ALLA TlON OF CABLES. Excavation for trenches, backfilling and furnishing and installation of cables shall be performed in accordance with Item L-IOS. 125-4.7 SPOIL MATERIAL. The owner has fIrst rights to salvage any electrical equipment removed. Contractor shall separate useable equipment from unusable equipment. The equipment to be salvaged shall be stockpiled at a location designated by the owner in proper working condition. All other materials shall be spoiled on airport property at a location designated by the owner. 125-4.8 AIMING, FLIGHT CHECK AND NOTIFICA TlON FOR NA VIGA TlONAL SYSTEMS. Prior to placing any new or relocated navigational systems into service, the Contractor shall: A. Verify that the installation and aiming procedures specifIed by the manufacturer and the FAA have been followed and are correct; B. Permanent aiming points must be installed as per manufacturer's recommendations; C. Engage the services of a qualifIed pilot to flight test the navigational system D. Notify the airport manager in writing that the system is complete and request permission to place it into service. 125-4.9 RECORD DRAWINGS. The Contractor shall furnish to the Engineer, an accurate location survey for the purpose of locating buried facilities in the future, indicating the as-built locations of all buried Touchdown Zone Light cans, Centerline Light cans, Splice cans, Rigid Steel Conduit ends and angle points, and Duct Bank ends. Record Drawings shall clearly indicate or show the relationship of these fIxtures to a permanent survey baseline. Record Drawings shall show location of proposed pavement edges in relation to the lighting systems. Survey Plan must be submitted and approved by the Engineer prior to commencement of paving operations and prior to acceptance of these work items. Record Drawings shall be signed and sealed by a New York State Licensed Surveyor and shall bear the following certification: "The undersigned hereby certifIes that this Plan shows the accurate as-built location ofTDZ light cans, Centerline light cans, Splice cans, Rigid Steel conduit ends and angle points and Duct Bank ends." 125-5 METHOD OF MEASUREMENT. 125-5.1 The quantity of lights, signs, and navigational system to be paid for under this item shall be the number of each type installed as completed units in place, ready for operation and accepted by the Engineer. 125-5.2 The quantity of removal, modifIcation or relocation of existing lights, signs or navigational system to be paid for under this item shall be the number of each type completely removed, modifIed or relocated, including relocation of step down transformer, enclosure, control bar and construction of a new foundation (where applicable) and appurtenances and reinstated as completed units, in place, ready for operation, as shown on the Contract Drawings. 125-5.3 The quantity of identifIcation tags for light units and signs to be paid for under this item shall be the number of identifIcation tags installed, completed and accepted by the Engineer. 125.6 BASIS OF PAYMENT. 125-6.1 Payment will be made at the Contract unit price for each complete light, sign, or navigational system installed in place by the Contractor and accepted by the Engineer. This price shall be full compensation for all excavation and backfIlling, 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. 125-6.2 Payment will be made at the Contract unit price for each light, sign or navigational system completely removed, TS L-125-4 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . modified or relocated and accepted by the Engineer. This price shall be full compensation for all excavation and backfilling, furnishing all materials and for all preparation disassembly, reassembly, realignment and installation of these materials and for all labor, equipment, tools and incidentals necessary to complete this item. 125.6.3 Payment will be made at the Contract unit price for each identification tag installed on light units or signs by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all 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 I. 125-6.1 Item 1.-125-6.1 Item 1.-125-6.1 Item 1.-125-6.1 Item 1.-125-6.1 Item 1.-125-6.1 Item 1.-125-6.1 Item 1.-125-6.1 Item 1.-125-6.1 Item 1.-125-6.1 Item 1.-125-6.1 Item 1.-125-6.2 Item 1.-125-6.2 Item 1.-125-6.2 Item 1.-125-6.2 Item 1.-125-6.3 Number WW-C-581 Number AC 150/5340-30 Medium Intensity Runway Lights on Existing Base - per each Precision Approach Path Indicator System (pAPI), Runway 7 - per lump sum Precision Approach Path Indicator System (P API), Runway 25 - per lump sum Precision Approach Path Indicator System (P API), Runway 12 - per lump sum Precision Approach Path Indicator System (P API), Runway 30 - per lump sum Runway End Identifier Light (REIL), Runway 7 - per lump sum Runway End Identifier Light (REIL), Runway 25 - per lump sum Runway End Identifier Light (REIL), Runway 12 - per lump sum Runway End Identifier Light (REIL), Runway 30 - per lump sum Splice Can - per each Relocation of Existing Splice Can - per each Modification of Existing Guidance Sign - per each Removal of Existing Runway Lights - per each Removal of Existing REIL System - per each Removal of Existing PAPI System - per each 1.0. Tags for Light Units - per each FEDERAL SPECIFICA nON REFERENCED IN ITEM 1..125 Title Conduit, Metal Rigid; and Coupling, Elbow; and Nipple, Electrical Conduit: Zinc-coated. FAA SPECIFICA nONS REFERENCED IN ITEM 1..125 Title Design and Installation Details for Airport Visual Aids. TS 1.-125-5 AC 150/5340-18 AC 150/5345-53 AC 150/5345-42 AC 150/5345-44 . I I I I I I I I I I I I I I I I I I I . Taxiway Guidance Sign System. Airport Lighting Equipment Certification Program. FAA Specification L-867, Airport Light Bases, Transformer Housing and Junction Boxes. Specification for Runway and Taxiway Signs. END OF ITEM L-125 TS L-125-6 I I I I I I I I I I I I I I I I I I I . . ITEM M-lOO MAINTENANCE AND PROTECTION OF TRAFFIC 100-1 DESCRIPTION 100-1.1 GENERAL. This work shall consist of maintaining aircraft and vehicular traffic and protecting the public from damage to person and property within the limits of and for the duration of the Contract. The requirements of Section 619, as specified in the New York State Department of Transportation Standard Specifications latest issue, plus all revisions and addenda pertaining thereto, shall apply with the following modifications andlor revisions as described below. Contractor is responsible for maintenance and repair of these items, regardless of cause of damage, until the project is accepted. The following additional items are specifically included without limiting the generality implied by these Specifications and the Contract Drawings. Contractor is responsible for maintenance and repair of these items, regardless of cause of damage, until the project is accepted. Restoration of all surfaces disturbed as a result of the Contractor's Operations which are not otherwise paid for. Installation, maintenance, repair and removal of temporary access roads and maintenance and repair of existing access roads. Installation, maintenance, repair and removal of temporary security fencing and gates. Installation, maintenance, repair and removal oftemporary barricades, barricade lights, barricade flags, warning signs and hazard markings. Installation of permanent barricades, warning signs and hazard markings. Installation, maintenance, repair and removal of temporary lights and lighting circuits. Temporary above ground lighting cables, if approved, shall be delineated with stakes and flagging at the direction of the Engineer. Installation, maintenance, repair and removal of temporary NA V AIDS. Installation, maintenance, repair and removal of all temporary markings. Testing and maintenance of existing and new lighting circuitry. Cleaning and maintenance of all paved areas. Dust control measures as required by Engineer. Security requirements. Contractor shall have experience installing NA V AIDS, or the manufacturer's representative shall be onsite during installation. Experience shall be documented by the Contractor by providing the Engineer with a list of three previous installations of the equipment being installed. For temporary NA V AIDS installations, Contractor shall provide a precast concrete pad large enough to encompass the support legs. Concrete pad shall be set level on a previously prepared bed of sand. Contractor's surveyor shall be onsite during installation ofNA V AIDS to verify elevations, alignment and siting angles. 100-2 METHOD OF MEASUREMENT. 100-2.1 Payment for maintenance and protection of traffic will be made on a lump sum basis. The lump sum shall 1107 TS M-IOO-I . . I include all items required to satisfy this Specification. Partial payment may be made as the work progresses at the I discretion of the Engineer. 100-3 BASIS OF PAYMENT. 100-3.1 The lump sum price bid for maintenance and protection of traffic shall include all equipments, materials and labor necessary to adequately and safely maintain and protect traffic. In the event the contract completion date is extended, no additional payment will be made for maintenance and protection of traffic. Progress payments will be made for this item in proportion to the total amount of contract work completed, less any deductions for unsatisfactory maintenance and protection of traffic. No payment will be made under maintenance and protection of traffic for each calendar day during which there are substantial deficiencies in compliance with the Specification requirements ofany subsection of this Section as determined by the Engineer. The amount of such calendar day non-payment will be determined by dividing the lump sum amount bid for maintenance and protection of traffic by the number of calendar days between the date the Contractor commences work and the date of completion as designated in this proposal, without regard to any extension of time. If the Contractor fails to maintain and protect traffic adequately and safely for a period of 24 hours, the Owner shall correct the adverse conditions by any means it deems appropriate and shall deduct the cost of the corrective work from any monies due the Contractor. The cost of this work shall be in addition to the liquidated damages and non-payment for maintenance and protection of traffic listed above. However, where major nonconformance with the requirements of this Specification is noted by the Engineer and prompt Contractor compliance is deemed not to be obtainable, all contract work may be stopped by direct order of the Engineer regardless of whether corrections are made by the Owner as stated in the paragraph above. Payment will be made under: ItemM-lOO-3.! Maintenance and Protection of Traffic - per lump sum END OF ITEM M-lOO 1107 TS M-lOO-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . ITEM M-150 PROJECT SURVEY AND STAKEOUT 150-1 DESCRIPTION. 150-1.1 Under this item, the Contractor shall do all necessary surveying required to construct all elements of the Project as shown on the Contract Drawings and specified in the Proposal and Specifications. This shall include but not be limited to stakeout, layout and elevations for pavements, structures, forms, pile layouts and appurtenances as shown and required, consistent with the current practices and shall be performed by competently qualified personnel acceptable to the Engineer. The stakeout survey shall proceed immediately following the award of the Contract and shall be expeditiously progressed to completion in a manner and at a rate satisfactory to the Engineer. The Contractor shall keep the Engineer fully informed as to the progress of the stakeout survey. All survey work shall be provided under the direction of a licensed land surveyor. 150-2 MATERIALS. 150-2.1 All instruments, equipment, stakes and any other material necessary to perform the work satisfactorily shall be provided by the Contractor. All stakes used shall be of a type approved by the Engineer. It shall be the Contractor's responsibility to maintain these stakes in their proper position and location at all times. The Contractor shall make available to the Engineer upon request a rod, level, and tripod. The rod shall be 15 foot in length with hundredth of a foot graduation. The level shall be self leveling and have documentation demonstrating it has been calibrated within one month of the projects commencement. All provided equipment shall be in good working order and maintained by the Contractor throughout the course of the project. 150-3 CONSTRUCTION DETAILS. 150-3.1 The Contractor shall trim trees, brush and other interfering objects, not inconsistent with the Contract Drawings, from survey lines in advance of all survey work to permit accurate and unimpeded work by his stakeout survey crews and the Engineer's cross- section survey crews. The exact position of all work shall be established from control points, baseline transit points or other points of similar nature which are shown on the Contract Drawings and/or modified by the Engineer. Any error, apparent discrepancy or absence in or of data shown or required for accurately accomplishing the stakeout survey shall be referred to the Engineer for interpretation or furnishing when such is observed or required. The Contractor shall place two offset stakes or references at each centerline station and at such intermediate locations as the Engineer may direct. From computations and measurements made by the Contractor, these stakes shall be clearly and legibly marked with the correct centerline station number, offset and cut or fill so as to permit the establishment of the exact centerline location and elevation during construction. If markings become faded or blurred for any reason, the markings shall be restored by the Contractor and at the request of the Engineer. He shall locate and place all cut, fill, slope, fine grade or other stakes and points, as the Engineer may direct, for the proper progress of the work. All control points shall be properly guarded and flagged for easy identification. Drainage structures shall be staked out by the Contractor at the locations and elevations shown on the Contract Drawings or specified by the Engineer. Reference points, baselines, stakes and benchmarks for borrow pits shall be established by the Contractor. Permanent survey marker locations shall be established and referenced by the Contractor. The Contractor shall be responsible for the accuracy of his work and shall maintain all reference points, stakes, etc., throughout the life of the Contract. Damaged or destroyed points. benchmarks or stakes, or any reference points made inaccessible by the progress of the construction, shall be replaced or transferred by the Contractor. Any of the above points which may be destroyed or damaged shall be transferred by the Contractor before they are damaged or destroyed. All control points shall be referenced by ties to acceptable objects and recorded. Any alterations or revisions in the ties shall be so noted and the information furnished to the Engineer immediately. All stakeout survey work shall be referenced 2100 TS M-150-1 . . to the centerlines shown on the Contract Drawings. All computations necessary to establish the exact position of the work from control points shall be made and preserved by the Contractor. All computations, survey notes and other records necessary to accomplish the work, shall be neatly made. Such computations, survey notes and other records shall be made available to the Engineer upon request and shall become the property of the Owner and delivered to the Engineer not later than the date of acceptance of the Contract. The Engineer may check all or any portion of the stakeout survey work or notes made by the Contractor. Any necessary correction to the work shall be made immediately by the Contractor. Such checking by the Engineer shall not relieve the Contractor of any responsibilities for the accuracy or completeness of his work. Upon completion of all grading and paving work, the Contractor shall reestablish centerline or baseline points and stationing at ] 00 foot intervals. The baselines or centerlines and stationing to be established shall be the same as those used to develop design quantities. Prior to the final cross-section survey of any borrow pits by the Engineer, the Contractor shall reestablish baseline points and stationing, as well as any necessary benchmarks as required by the Engineer. The Contractor will not be required or permitted to take the pre-construction or final cross-sections that are used for payment purposes. During the progress of the construction work, the Contractor will be required to furnish all of the surveying and stakeout incidental to the proper location by line and grade for each phase of the work. For paving and any other operation requiring extreme accuracy, the Contractor will restake with pins or other acceptable hubs located directly adjacent to the work at a spacing directed by the Engineer. Any existing stakes, iron pins, survey monuments or other markers defining property lines which may be disturbed during construction shall be properly tied into fixed reference points before being disturbed and accurately reset in their proper position upon completion of the work. Just prior to completion of the Contract, the Contractor shall reestablish, if necessary, and retie all control points as permanently as possible and to the satisfaction of the Engineer. 150-4 METHOD OF MEASUREMENT. 150-4.1 Payment will be made at the lump sum price bid for this item. 150-5 BASIS OF PAYMENT. 150-5.1 The lump sum price bid shall include the cost of furnishing all labor. equipment, instruments and all other material necessary to satisfactorily complete the Project surveying and stakeout. Partial payments may be made at the discretion of the Engineer as the work progresses. Payment will be made under: Item M-]50- 5.] - Project Survey and Stakeout - Lump Sum END OF ITEM 2/00 TS M-]50-2 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I . . ITEM M-200 MOBILIZATION 200-1 DESCRIPTION. 200-1.1 Under this work the Contractor shall set up his necessary general plant, including shops. storage areas. office and such sanitary and other facilities as are required by local or state law or regulation. 200-2 MATERIALS. 200-2.1 Such materials as are required for mobilization and that are not to be a part of the completed contract shall be as determined by the Contractor, except that they shall conform to all pertinent local or state law, regulation or code. 200-3 CONSTRUCTION DETAILS. 200-3.1 The work required to provide the above facilities and services for mobilization shall be done in a safe and workmanlike manner and shall conform with any pertinent local or state law, regulation or code. Good housekeeping consistent with safety shall be maintained. 200-4 METHOD OF MEASUREMENT. 200-4.1 Payment for mobilization will be made on a lump sum basis. 200-5 BASIS OF PAYMENT. 200-5.1 THE AMOUNT BID FOR MOBILIZATION FOR THE BASE BID SHAlL NOT EXCEED FOUR PERCENT (4%) OF THE BASE BID PRICE, EXCLUDING THE BID PRICE FOR MOBILIZATION. THE AMOUNT BID FOR MOBILIZATION FOR ALTERNATES, OR ALTERNATE ADD-ONS, WHERE A MOBILIZATION ITEM IS LISTED. SHAlL NOT EXCEED FOUR PERCENT (4%) OF THE TOTAL BID PRICE FOR THAT ALTERNATE, OR THAT ALTERNATE ADD-ON, EXCLUDING THAT ALTERNATE'S BID PRICE FOR MOBILIZATION. SHOULD THE BIDDER EXCEED THE FOREGOING FOUR PERCENT (4%), THE ENGINEER WILL MAKE THE NECESSARY ADJUSTMENT TO DETERMINE THE TOTAL AMOUNT BID BASED ON THE ARITHMETICALLY CORRECT PROPOSAL. The amount bid shall include the furnishing and maintaining of services and facilities noted under 200-1, Description, to the extent and at the time the Contractor deems them necessary for his operations, consistent with the requirements of this work and the respective contract. The amount bid shall be payable to the Contractor with the first progress estimate made for other contract work. Unless provided for elsewhere, the cost of required insurance and bonds and/or any initiation of the contract work may be included in this work. Payment will be made under: Item M-200-5.1 Mobilization (4% Maximum) - Lump Sum END OF ITEM 6/04 SP M-200-1 #8359 STATE OF NEW YORK) )SS: COUNTY OF SUFFOLK) Dina Mac Donald of Mattituck, in said county, being duly sworn, says that he/she is Principal clerk of THE SUFFOLK TIMES, a weekly newspaper, published at Mattituck, in the Town of Southold, County of Suffolk and State of New York, and that the Notice of which the annexed is a printed copy, has been regularly published in said Newspaper once each week for 1 week(s), successively, commencing on the 10th day of Mav.2007. <:-C~~~ ~\CQ ~~,-oQ( \) Principal Clerk Sworn to before rne this 2007 /5 day of 0f}c~ fY t1 r.~W I!IJwt o CHRISTI~ VOllNSKI NOTARY PUBLIC-STATE Of NEW YORK No. 01-V061 05050 Qualified In Suffolk County Commission Expires February 28, 2008 LEGAL NonCE NonCE TO BIDDERS NOTICE IS HEREBY GIVEN that in accordance with the provisions of Section 103 of the General Municipal Law, sealed bids are being sought and requested for the construction of the Airfield Lighting project at the Eliza~ beth Airport, Fishers Island, Southold, New York. Sealed bids for the construction of Airfield Lighting Contract will be re- ceived at the Ferry District Office, PO Box H, flshers Island, NY 06390 until 10:00 lUll. local rim.. Ma\l 18. 2007 and there, at said office, at said time, publicly opened and read aloud. The contract documents., may be ob- tained from the Southold Town Clerk's office, PO Box 1179, 53095 Main Road, Southold, New York lUJ71 of t,he Fisl]- and all bids and waive any and all infor- malities in any bid should it be deemed in the best interest of the Town of South- old to do so. All bids must be signed and sealed in envelopes plainly marked "Bid on Elizabeth Field Airport Li2ht- in2." and submitted to the Town Clerk. The bid price shall not include any tax, federal, state, or local, from which the Town of Soulhold is exempt. This invitation to bid is not an offer and shall in no way bind the Town of Southold to award a contract for per- formance of the project. The Town of Southold reserves the right to waive any informality, and to reject any or all bids, and to retain bids for 45 days from the date of receipt. The CONTRACTOR SHALL NOT withdraw his bid during this period. Dated: May 7,2007 ELlZABElli A. NEVILLE SOlITHOLD TOWN CLERK 8359-1 T SIlO . .~(_"J: Board Meeting of May 8, 2007 Town of South old - Letter RESOLUTION 2007-451 ADOPTED Item # 27 DOC ID: 2870 THIS IS TO CERTIFY THAT THE FOLLOWING RESOLUTION NO. 2007-451 WAS ADOPTED AT THE REGULAR MEETING OF THE SOUTHOLD TOWN BOARD ON MAY 8, 2007: RESOLVED that the Town Board of the Town of Southold hereby authorizes and directs the Town Clerk to advertise for bids for the airport liehtine for Elizabeth Field Airport, on Fishers Island. ~Q~J~. Elizabeth A. Neville South old Town Clerk RESULT: ADOPTED [UNANIMOUS] MOVER: Thomas H. Wickham, Councilman SECONDER: Daniel C. Ross, Councilman AYES: Evans, Wickham, Ross, Edwards, Russell, Krupski Jr. Generated May 14,2007 Page 41