Loading...
HomeMy WebLinkAbout036-96 Winchester Regional Airport - Construct T-Hanger Taxiways & T-Hangers - Backfile (2)SITE PLAN CHECKLIST The checklist below indicates all the information that needs to be submitted as part of the site plan application. All required information must be submitted prior to the final approval of any site plan. The Department of Planning and Development will review the application to ensure that it is complete. If any portion is not included or complete, the site plan application will not be accepted and returned to the applicant(s). Site Plan Package 1. One set of approved comment sheets are required from the following review agencies prior to final site plan approval. It is recommended that applicants contact the Department of Planning and Development to determine which review agencies are relevant to their site plan application. IZo Iqe_,/ -o�- ti�lal9��L - OK- IZ%6 �96� Virginia Department of Transportation (VDOT) Frederick County Sanitation Authority Department of Planning and Development Inspections Department Frederick County Engineer (Public Works) Frederick County Fire Marshal Department of Parks and Recreation 2. One copy of the Site Plan application 3. Five Copies of the Final Site Plan for approval 4. One reproducible copy of the Site Plan (if required) 5. A 35mm slide of the Site Plan (if required) County Health Department City of Winchester Town of Stephens City Town of Middletown Airport Authority Soil & Water Conservation District X • k4 � as 9& �� �.�•�,;�. �, l�• 9.9�0 ,Q ct�ipc�ue.(� �iiilntt�. a COUNTY of FREDERICK Department of Planning and Development 540/665-5651 FAX: 540/678-0682 December 9, 1996 Winchester Regional Airport Attn: Mr. Granville Amos, Executive Director 491 Airport Road Winchester, VA 22602 P_ M1• • , e • . • Dear Mr. Amos: The Frederick County Planning Department administratively approved Site Plan #036-96 for the Winchester Regional Airport on December 6, 1996. The approved site plan calls for the construction of a six unit T-hangar that is 9,450 square feet, a twelve unit T-hangar that is 13,770 square feet, the expansion of the existing taxiway that will be comprised of concrete and asphalt, and all appropriate erosion and sedimentation control measures. It should be noted that the two T-hangars are approved at this time for future expansion as indicated on this site plan. I have provided you with two copies of the approved site plan for your records and for use by the general contractor. Please ensure that the general contractor contacts this office to schedule an on -site inspection once all improvements are complete. Please contact me if I may answer any questions regarding this letter. Sincerely, L� � , bt\ Evan A. Wyatt, Deputy Director EAW enclosure cc: W. Harrington, Smith, Jr., Shawnee District Supervisor T. Roy Jennings, Frederick County Real Estate Garland Miller, Economic Development Commission Joe C. Wilder, Engineering Technician John C. Longnaker, P.E., Delta Airport Consultants, Inc. 107 North Kent Street - Winchester, Virginia 22601-5000 Addk ._ 1. Project Title: Construct T-Hangar Taxiways and T-Hangars 2. Location of Property Winchester Regional Airport (street address) 491 Airport Road Winchester, Virginia 3. Property Owner: Winchester Regional Airport Authority Address: 491 Airport Road Winchester, Virginia 22602 Mr. Granville Amos, Executive Director Telephone: (540) • 662-5786 4, Applicant/Agent Same as #5 Address Telephone: 5. Designer: Delta Airport Consultants, Inc. Address: 7333 Whitepine Road Richmond, Virginia 23237 Telephone: (Rn4) 279-8901 Contact: John C . Longnaker, , P . E . 6 • • 6. Is this an original or revised site plan? 7a. Total acreage of parcel to be developed 7b. Total acreage of parcel. 8. a) b) C) d) e) 0 9) Property Information: Property Identification Number: Current Zoning: Present Use: Proposed Use: Adjoining Property Use(s) Adjoining Property Identification Number(s) Magisterial District(s) Original x Revised 3 Acres 472 Acres 64-A-79 _AP1; RA; M-1 Vac -ant T-Hangars T,i ght: Tnd ustri a 1 I have read the material included in this package and understand what is required by the Frederick County Planning.Department. I also understand that all required material will be complete prior to the submission of my site plan. Signature: �z Date: 7 SITE PLAN CHECKLIST The checklist below indicates all the information that needs to be submitted as part of the site plan application. All required information must be submitted prior to the final approval of any site plan. The Department of Planning and Development will review the application to ensure that it is complete. If any portion is not included or complete, the site plan application will not be accepted and returned to the applicant(s). Site Plan Package x 1. One set of approved comment sheets are required from the following review agencies prior to final site plan approval. It is recommended that applicants contact the Department of Planning and Development to determine which review agencies are relevant to their site plan application. Virginia Department of Transportation (VDOT) Frederick County Sanitation Authority _ x Department of Planning and Development X Inspections Department X Frederick County Engineer (Public Works) X Frederick County Fire Marshal Department of Parks and Recreation x 2. One copy of the Site Plan application x 3. Five Copies of the Final Site Plan for approval N/A 4. One reproducible copy of the Site Plan (if required) N/A 5. A 35mm slide of the Site Plan (if required) County Health Department City of Winchester Town of Stephens City Town of Middletown Airport Authority Soil & Water Conservation District 8 Site Plan Information Checklist The following information must be included on your site plan. If your site plan is incomplete or is missing information, it will not be reviewed and returned to you for revisions. Administrative Information Y N X 1. Name of proposed development. X 2. Name, address, and phone number of owner. X 3. Name, address, and phone number of developer. _ X 4. Name, address, and phone number of designer. Pending final plans 5. Certificate of surveyor, engineer, or architect. X 6. Date plan prepared and date of revisions. N/A 7. A listing of all conditions placed on the site as a result of a conditional use permit or conditional zoning approval. X 8. A space labeled "Approved by the Zoning Administrator' for the approval signature and date of approval. NZ 9. A description of setbacks or conditions placed on the site as a result of a variance approval. (Reference the variance application number.) General Site Information Y N X X _X X X 10. 11. 12. 13. 14. 15. NZ 16. Interior to Parcel Location map (scale 1:2000) Magisterial District Scale of site plan (not to exceed 1:50) North Arrow Zoning of site Use, zoning, and Property Identification Number (PIN#) of all adjoining properties. This includes properties located across right-of-ways, streams, and railroad tracks. Surveyed boundaries for all lots and parcels. 9 • • General Site (con't) Y N X 17. Acreage of all lots included in the plan. N/A 18. The location and dimensions of all required setbacks and yard areas. X 19. The location and type of all dwelling units. N/A 20. Location and description of all recreation facilities. N/A 21. Location of sidewalks and pedestrian ways. N/ 22. Location and area of common open space. N/A 23. The location, height, and dimensions of all signs. N/A 24. Location, height, and specifications of outdoor lighting fixtures. X 25. Location and nature of outdoor storage areas. N/A 26. Location of outdoor trash receptacles and dimensions of structure (fencing, etc.) required to enclose receptacles. Building Information Y N X 27. The height of all buildings and structures. x _.. 28. Location of all buildings, structures and uses. x 29. The proposed use of each building, structure and area. X 30. Ground floor area and total floor area of all buildings with FAR calculations for commercial and industrial zoning districts. Roads Y N X 31. Name and number of existing and planned streets on and adjoining the site. X 32. Location of existing and planned streets on and adjoining the site. _X 33. Posted speed limit of existing adjacent roads. X 34. Location and dimensions of all proposed entrances from public right-of-ways. • • x Utilities Y x N/A x Parking Y N W 35. Location of all entrances on adjoining roads within 200 feet of the proposed or existing entrance. 36. Dimensions, boundaries, width, pavement, and construction of planned roads. 37. Location of all utilities, including sewer and water lines with the size of lines, mains, and laterals. 38. Location and width of all easements, including access, utility, and drainage easements. 39. Location and nature of fire lanes, fire hydrants, and all other facilities necessary to meet Fire Code requirements. N/A 40. Calculations describing the required number of parking and loading spaces. M L 41. Location and dimensions of all parking and loading spaces, driveways, parking aisles, curbing and other features to be used. N/A 42. Location and dimerision of all disabled parking spaces and ramps. Natural Features Y N x 43. Existing and finished contour lines. x 44. Location of steep slopes, woodlands, floodplains, wetlands, sinkholes, and other environmental features. 45. Location of streams and drainage ways. I • 0 Landscaping Y N N/A 46. Landscaping plan describing location and types of plants to be used. N/A 47. Location of required buffers and screening with cross sections or profiles. Erosion and Sediment Control Y N Previous Submittal on file with County 48. M 49 A stormwater management plan with run off calculations and location and description of facilities to be used. Soil erosion and sedimentation control plan describing the location and methods to be used to minimize erosion and sedimentation during development. 12 • �T J1AC I;� _ • tia , COMMONWEALTH of VIRQINIA DEPARTMENT OF TRANSPORTATION EDINBURG RESIDENCY DAVID R. GEHR 14031 OLD VALLEY PIKE COMMISSIONER P.O. BOX 278 EDINBURG, VA 22824-0278 October 11, 1996 Mr. Grandville Amos, Exec. Director Winchester Regional Airport 491 Airport Road Winchester, VA 22602 Dear Mr. Amos: Ref: Second Temp WILLIAM H. BUSHMAN, P.E. RESIDENT ENGINEER TELE (540)984-5600 FAX (540) 984.5607 Constr. Entrance Route 645 Frederick County We have reviewed the existing driveway to be used for a second temporary construction entrance to your proposed soil disposal site on Route 645. Due to the lack of site distance at your proposed location we will not be able to issue a temporary construction entrance. We recommend a location approximately across from the first speedway entrance. We will be happy to meet with your contractor to identify an acceptable location. Should you have any questions, please feel free to call. Sincerely, Steven A. Melnikoff /✓ Hwy. Permits & Subdivision Specialist Senior SAM/rf xc: Mr. R. B. Childress Mr. Kris Tierney Mr. Keith Steele Mr. Dave Ervin w/ Lantz Construction WE KEEP VIRGINIA MOVING 1 10 E Request For Site Plan Comments Department of Plannina and Development Mail to: Department of Planning and Development Atten: County Planner P.O. Box 601 Winchester, VA 22604 (703) 665 - 5651 Hand deliver to: s R JUC 1996 DfPT C�,V E ,� r� AND DEV PLANOF NING; ELOPM fNT 107 N. Kent Street GE' Fourth Floor Winchester, VA (703) 665-5651 Please fill out the information as accurately as possible in order to assist the agency with their review. Please attach two copies of your site plan with this sheet. Applicant's name: Delta Airport Consultants, Inc. Address: 7333 Whitepine Road Richmond, Virginia 23237 Phone number: (804) 275-8301 Name of development and/or description of the request: Construct T-Hangar Taxiways and T-Hangars Location of development: Winchester Regional Airport 491 Airport Road Winchester, Virginia 22602 Planning and Development's Comments: P._kx,a ,�.�-���o Planning and Development use only Date received ?` Date revision received Incof �; fete Incomplete Date reviewed Date reviewed fz./,2./9& Signature and Date_a 1r�,3.t S gnature and Date (revision) 12ELTA AIRPORT CONSULTANTS, INC_ engineers - planners Richmond November 26, 1996 Mr. Evan Wyatt Frederick County Planning Dept. 107 N. Kent St. Winchester, VA 22601-5000 Dear Mr. Wyatt: Charlotte RE: County Review Comments Construct T-Hangar Taxiway & T-Hangars Winchester Regional Airport Winchester, Virginia Delta Project No. VA 9550 Enclosed please find five sets of Sheets I through 5 including new Sheet 2A for the referenced project. Formal comments have been received from the County of Frederick Departments of: Planning and Development, Engineering, and Inspections. Copies of the comments are attached. Based on our recent conversations, it our understanding that comments will not be received from the County Fire Marshall. Comments received were incorporated into the accompanying plans as follows: Department of Planning and Development Comments: • Comment 1: Plans and Specifications have been sealed. • Comment 2: Note has been added to Sheet I as requested. • Comment 3: Zoning classification revised on Sheet 2. • Comment 4: Revisions to the Vicinity Map have been made. • Comment 5: Building set backs have been added to Sheet 4. • Comment 6: New Sheet 2A has been added to the plans to provide this information. 7333 Whitepine Road Telephone (804) 275-8301 Richmond. Virginia 23237 Fax (804) 275-8371 • i Mr. Evan Wyatt November 26, 1996 Page Two Engineering Department: • The note related to land disturbance has been added to Sheet 1. Inspections Department • Comments were addressed in September 13, 1996 letter (attached) to Mr. Trenery. Your attention is also directed to Notes 3 and 7 of Sheet 5 which specifically address fire walls and ADA accessibility. Delta appreciates your efforts on this project. Should you have any questions, please call. Sincerely,CD- "I k of n C. Longnaker, P.E. JCL: kgp cc: Granville Amos, Executive Director VA 9550 C080 w/encl. DELTA A/RPORT CONSULTANTS, /NC. engineers - planners Richmond July 12, 1996 Mr. Evan Wyatt, Planner Frederick County Planning Dept. 9 Court Square Winchester, Virginia 22601 RE: Original Site Plan Review Submittal T-Hangar Taxiway/Site Preparation Winchester Regional Airport Winchester, Virginia Delta Project No. VA 9550 Dear Mr. Wyatt: Charlotte Enclosed please find the original Site Application Package and two (2) sets of Sheets 1 through 6 (which includes the site plan) for the referenced project. I was unable to find information on property identification numbers therefore, I have also enclosed a copy of the Airport's latest Exhibit "A". As we discussed during our July 11, 1996 telephone conversation, I am also sending this package by copy of this letter to the following agencies: Frederick County Inspections Department Frederick County Engineering Frederick County Fire Marshall The proposed buildings for this project are to be designed by the Contractor, taking advantage of pre-engineered building manufacturers that specialize in T-Hangar Construction. As such, I have also included a copy of the technical performance specification for the buildings. 7333 Whitepine Road Telephone (804) 275-8301 Richmond. Virginia 23237 Fax (804) 275-8371 • P Mr. Evan Wyatt July 12, 1996 Page Two The appropriate application fee will be forwarded under a separate cover by the Winchester Regional Airport Authority. Should you have any questions, please call. Sincerely, elin. Longnake , P. E. JCL: kgp Enclosures cc: Granville Amos, Executive Director w/encl., no plans or specs Frederick County Inspections Dept. w/encl., 1 set of sheets 1-6, and spec Frederick County Engineering Dept. w/encl., 2 sets of sheets 1-6, and spec Frederick County Fire Marshall w/encl., 2 sets of sheets 1-6, and spec VA 9550 C032 REUD S F- P 2 3 199F 0 `� COUNTY of FREDERICK Department of Planning and Development 540/665-5651 FAX: 540/ 678-0682 September 20, 1996 Delta Airport Consultants, Inc. Attn: John C. Longnaker, P.E. 7333 Whitepine Road Richmond, VA 23237 • I' It •�• ���� fit''Mere•o ' Dim •�li Dear Mr. Longnaker: I have had an opportunity to review the above referenced plan submitted by your firm. Please incorporate the following comments onto the final version of this plan: o " _1*1 1) Please provide your Professional Engineer Seal with the appropriate signature and date. c•� S^� i 2) Please provide a note under the Zoning Administrator Approval Block that reads: "Site Development Plan shall be valid for five (5) years from date of approval." rnJ sOaFTz, 3) Please revise the zoning classification of the property to read RA. c•� s+ei-r + 4) Please revise the Vicinity Map to change the route number of BufJlick Road to read 776 and the name of Victory Lane to read Victory Road. c-A s,� 4 5) Please provide the building setback information for the proposed structures. This can be incorporated onto Sheet 4 of 14. �r W 6) Please provide a copy of Sheet 3A from Job No: VA 9302 dated July 1993. This sheet provides a good description of the adjoining property information as well as boundary survey information. This sheet was utilized by your firm during the review of the previous site development plan for the Winchester Regional Airport. Please provide our department with approved review agency comment sheets from the Building official, the Fire Marshal, and the County Engineer and five copies of the final site plan that address the comments in this letter. Once I have received this information, I will recommend final approval of this plan. Sincerely, Evan A. Wyatt, iPlaer II EAW/Enclosure 107 North Kent Street • Winchester, Virginia 22601-5000 • COUNTY of FREDERICK Department of Planning and Development 5401665-5651 FAY: 540/ 678-0682 September 20, 1996 Delta Airport Consultants, Inc. Attn: John C. Longnaker, P.E. 7333 Whitepine Road Richmond, VA 23237 RE: Winchester Regional Airport T-Hanger Addition Site Development Plan Review Dear Mr. Longnaker: I have had an opportunity to review the above referenced plan submitted by your firm. Please incorporate the following comments onto the final version of this plan: 1) Please provide your Professional Engineer Seal with the appropriate signature and date. 2) Please provide a note under the Zoning Administrator Approval Block that reads: "Site Development Plan shall be valid for five (5) years from date of approval." 3) Please revise the zoning classification of the property to read RA. 4) Please revise the Vicinity Map to change the route number of Bufflick Road to read 776 and the name of Victory Lane to read Victory Road. 5) Please provide the building setback information for the proposed structures. This can be incorporated onto Sheet 4 of 14. 6) Please provide a copy of Sheet 3A from Job No: VA 9302 dated July 1993. This sheet provides a good description of the adjoining property information as well as boundary survey information. This sheet was utilized by your firm during the review of the previous site development plan for the Winchester Regional Airport. Please provide our department with approved review agency comment sheets from the Building official, the Fire Marshal, and the County Engineer and five copies of the final site plan that address the comments in this letter. Once I have received this information, I will recommend final approval of this plan. Sincerely, Lai �• Evan A. Wyatt, Pla ner II EAW/Enclosure 107 North kem titrect %N hichester, N ir(inia 11601-4001) WINc,cGjj R— Rmiop*-, Atizebe-T T- � (.Cx- c,J S -rE R— Q ti O'a si- SITE PLAN CHECKLIST The checklist below indicates all the information that needs to be submitted as part of the site plan application. All required information must be submitted prior to the final approval of any site plan. The Department of Planning and Development will review the application to ensure that it is complete. If any portion is not included or complete, the site plan application will not be accepted and returned to the applicant(s). Site Plan Package 1. One set of approved comment sheets are required from the following review agencies prior to final site plan approval. It is recommended that applicants contact the Department of Planning and Development to determine which review agencies are relevant to their site plan application. Virginia Department of Transportation (VDOT) Frederick County Sanitation Authority / Development Department of Planning and Inspections Department Frederick County Engineer (Public Works) Fire Marshal V Frederick County Department of Parks and Recreation 2. One copy of the Site Plan application 3. Five Copies of the Final Site Plan for approval 4. One reproducible copy of the Site Plan (if required) 5. A 35mm slide of the Site Plan (if required) County Health Department City of Winchester Town of Stephens City Town of Middletown Airport Authority Soil & Water Conservation District Is Site Plan Information Checklist The following information must be included on your site plan. If your site plan is incomplete or is missing information, it will not be reviewed and returned to you for revisions. Administrative Information Y N 1 . Name of proposed development. 2. Name, address, and phone number of owner. 3. Name, address, and phone number of developer. 4. Name, address, and phone number of designer. y© Certificate of surveyor, engineer, or architect. 6. Date plan prepared and date of revisions. � 7. A listing of all conditions placed on the site as a result of a conditional use permit or conditional zoning approval. UA space labeled "Approved by the Zoning Administrator" for the approval signature and date of approval. A 0 0 HOr— NLA 9. A description of setbacks or conditions placed on the site as a result of a variance approval. (Reference the variance application number.) General Site Information Y N J OO Location map (scale 1:2000) 11. Magisterial District 12. Scale of site plan (not to exceed 1:50) 13. North Arrow 14. Zoning of site Use, zoning, and Property Identification Number (PIN#) of all adjoining properties. This includes properties located across right-of-ways, streams, and railroad tracks. V Surveyed boundaries for all lots and parcels. paovi oC coFy of s"ELI- 3A joo No . VA 41-502 . DA-E t Jury 1193 9 • • General Site (con't Y N 17. Acreage of all lots included in the plan. 0The location and dimensions of all required setbacks and yard areas. P"viPC oK s►k-¢- 4 of 1/}. 19. The location and type of all dwelling units. 20. Location and description of all recreation facilities. 21. Location of sidewalks and pedestrian ways. 22. Location and area of common open space. 'Tin 23. The location, height, and dimensions of all signs. N/A 24. Location, height, and specifications of outdoor lighting fixtures. n dA 25. Location and nature of outdoor storage areas. _E�A 26. Location of outdoor trash receptacles and dimensions of structure (fencing, etc.) required to enclose receptacles. Buildina Information Y N 27. The height of all buildings and structures. 28. Location of all buildings, structures and uses. 29. The proposed use of each building, structure and area. 30. Ground floor area and total floor area of all buildings with FAR calculations for commercial and industrial zoning districts. Roads Y N 31. Name and number of existing and planned streets on and adjoining the site. 32. Location of existing and planned streets on and adjoining the site. 0 33. Posted speed limit of existing adjacent roads. m1A 34. Location and dimensions of all proposed entrances from public right-of-ways. • • ►41A 35. Location of all entrances on adjoining roads within 200 feet of the proposed or existing entrance. n) 36. Dimensions, boundaries, width, pavement, and construction of planned roads. Utilities Y N 4A 37. Location of all utilities, including sewer and water lines with the size of lines, mains, and laterals. 38. Location and width of all easements, including access, utility, and drainage easements. 39 Location and nature of fire lanes, fire hydrants, and all other facilities necessary to meet Fire Code requirements. Td BE RPP2.6vED ay ftC2E MOWS►Htt. Parkin Y N N A 40. Calculations describing the required number of parking and loading spaces. 4 41. Location and dimensions of all parking and loading spaces, driveways, parking aisles, curbing and other features to be used. !r, 42. Location and dimension of all disabled parking spaces and ramps. Natural Features Y N 43. Existing and finished contour lines. NLA 44. Location of steep slopes, woodlands, floodplains, wetlands, sinkholes, and other environmental features. AIA 45. Location of streams and drainage ways. Landscaping Y N AJA 46. Landscaping plan describing location and types of plants to be used. � 47. Location of required buffers and screening with cross sections or profiles. Erosion and Sediment Control Y N 48. A stormwater management plan with run off calculations and location and description of facilities to be used. 4 Soil erosion and sedimentation control plan describing the location and methods to be used to minimize erosion and sedimentation during development. "To B E hfeeov e-D 15Y CW NX" I E►.� i N�C� 12 • • FAx TRANSMISSION FREDERICK COUNTY PLANNING DEPARTMENT 107 NORTH KENT STREET WINCHESTER, VA 22601 (540) 665-565 1 FAX: (540) 678-0682 To: John C. Longnaker Date: September 20, 1996 Fax #: (804) 275-8371 Pages: 2, including this cover sheet. From: Evan A. Wyatt Subject: Winchester Regional Airport T- Hanger Addition Site Development Plan • • ulul� ► `7 John: Our department will mail the original letter and the site plan checklist to your attention today. Please contact me if you have any questions. e • Request For Site Plan Comments ` ' /-) <1 Frederick County Inspections Department ,970 Mail to: Frederick County Inspections Dept. Atten: Building Official P.O. Box 601 Winchester, VA 22604 (703) 665 - 5650 Hand deliver to: 107 N. Kent Street Fourth Floor Winchester, VA (703) 665-5650 Please fill out the information as accurately as possible in order to assist the agency with their review. Please attach one copy of your site plan with this sheet. Applicant's name: Delta Airport Consultants, In(-. Address: 7333 Whi tepi nP Road Richmond, Virginia 23237 Phone number: (804) 275-8301 Name of development and/or description of the request: Construct T-Hangar Taxiways and T-Hangars Location of development: Winchester Regional Airport 491 Airport Road Inspections Department's Comments: See comments on the back of this page. Inspections Dept. use only^ Date received Date revision recr..ivc.,d cat- /ate Signature and C:a;e_ Si nature and Date prevision) _ t :> r . Date apprcveq Inspection's Departrnent 0cmTients: Building shall comply with Virginia Uniform Statewide Building Code and Section 311, Use Group S (Storage) of the BOC'A National Building Code/1993. Other codes that apply are title 24 Code of Federal Regulation, Part 36 Nondiscrimination on the Basis of Disability by Public Accommodations and in Commercial Facilities. Note: BOCA Table 313.1.2 for minimum rating of firewall. No ADA Parking or access shown to building. A42 WAt-L- - s� C1I;31y(, �-nz. �OELTA0 A/RPORT CONSULTANTS, /A. engineers - planners Richmond Charlotte September 13, 1996 Mr. John S. Trenery, Chief Frederick County Inspections Department P. O. Box 601 Winchester, Virginia 22604 RE: SEP 9 FREDERICK CO. 3INEERING & INSPECT!ONS Response to Frederick County Inspections Department Comments Construct T-Hangar Taxiway & T-Hangars Winchester Regional Airport Winchester, Virginia Delta Project No. VA 9550 Dear Mr. Trenery: Thank you for your review, comment and approval of the referenced project. In response to you comments, we offer the following: 1. Two (2) hour fire walls will be installed for every 12,000 square feet in accordance with BOCA Section 311 for a Group "S" facility. 2. As the building specifications are developed to meet a minimum performance criteria, the plan view of the buildings is schematic in nature. Section 108-2.6 specifically indicates that one large and two small hangars shall be ADA accessible. 3. Parking in general for a facility such as this is not provided as the users tend to park their cars inside of the hangar storage units. Should you have any additional questions, please call. Sincerely, 4"Q,�--�� '�74 .4— Jo C. Longnaker, P.E. JCL:var cc: Mr. Granville Amos, Executive Director WRA Mr. Evan Wyatt, County Planner Mr. David Ervin, Lantz Construction VA 9550 C 054 73331b'hitepine Road Telephone (8O.4)275-8301 Richmond. Vir_inia 2323- Fay ti)U) 27�-83-1 Request For Site Plan Comments Frederick County Engineering Department Mail to: Hand deliver to: Frederick County Engineering Dept. 107 N. Kent Street Atten: Director of Engineering Fourth Floor P.O. Box 601 Winchester, VA Winchester, VA 22604 (703) 665-5643 (703) 665 - 5643 Please fill out the information as accurately as possible in order to assist the agency with their review. Please attach two copies of your site plan with this sheet. Applicant' s name: Delta Airport Consultants, Inc. Address: 7333 Whitepine Road Richmond, Virginia 23237 Phone number. (804) 275-8301 Name of development and/or description of the request: _Construct T-Hangar Taxiways and T-Hangars Location of development: Winchester Regional Airport 491 Ai Wort Road Winchester, Virginia 22602 Engineering I I , II 1 n i'k i- n tgineernflept��use �rtiy� Yf "?�?2 i „ ism M��i.°�6' � y�i. '.,f .... Date tsCvet€ ;� '< ��-°<E?8t� Levis. art re rived Qate appEavey' ' i1QiTIF7ISte %' k 2v�w (ar> E1C07iietE' y��.� t��t �,',x•^,,���'�to°\\Z. ,i+. •*y`>3"� �LIGt,�acwti:�Moe [3 ,wHw���k\2 >Ye�` �' S'' taiti'ce nd:laEe 1t"CC--1'tflf �fgE'�aii3i'E end Oate treY�StDn� EPE'LTA A//4PORT CONSULTANTS, 11 engineers - planners Richmond October 15, 1996 Mr. H. Edward Strawsnyder Frederick County Engineering and Inspections Dept. 9 N. Loudoun St., 2nd floor Winchester, VA 22601 RE: County Review Comments Construct T-Hangar Taxiway & T-Hangars Winchester Regional Airport Winchester, Virginia Delta Project No. VA 9550 Dear Mr. Strawsnyder: ( 'h:if k ) t t C The purpose of this letter is to check on the status of the Frederick County Engineering Department review of the referenced project. Our original submittal was sent to Mr. Evan Wyatt on July 12, 1996 with the County of Engineer "cc'd" on the submittal. Your attention to this matter is greatly appreciated. Sincerely, JoIJ C. Longnaker, P JCL:var � cc: Evan Wyatt, Frederick County Planning Dept. �• o va VA 9550 C 066 7333 Whitepine Road Telephone (804) 275-8301 Richmond, Virginia 23237 Fax (804) 275-8371 COUNTY OF FREDERICK, VIRGINIA FIRE MARSHAL'S OFFICE LAND DEVELOPMENT COMMENTS G}'7, 9��, n DEC 1996 r� o RECEIVED �- DEFT. OF PLANNING -3; N AND DEVELOPMENT Control No.0809960272 Date Received 071596 Date Reviewed 080996 Applicant Delta Airport Consultants, Inc. Address 7333 Whitepine Road Richmond, Virginia 23237 Project Name T-Hangars and Taxiways Phone No. 804-275-8301 Type of ApplicationSite Plan Current Zoning API 1st Due Fire Co. 18 1st Due Rescue Co. 18 Election DistrictShawnee Tax I.D. No. RECOMMENDATIONS Automatic Sprinkler SystemXX Residential Sprinkler System Automatic Fire Alarm SystenKX Other REQUIREMENTS Emergency Vehicle Access Adequate Inadequate Not Identified Fire Lanes Required Yes XX No Comments Posted Fire Lanes required at all hydrants and siamese locations. Also fire lanes are needed to ensure access to buildings at all times. Roadway/Aisleway Widths Adequate XX Inadequate Not Identified Special Hazards Noted Yes No XX Comments Hydrant Locations Adequate XX Inadequate Not Identified Siamese Location Adequate Inadequate Not Identified XX Additional Comments Attached? Yes No XX Plan Approval Recommended? Yes XX No Signatur Title,,% u Note- As future buildings are planned for the Regional Airport, additional hydrants must be considered on site. I've spoken with the Airport manager about placement of gates around future fencing and buildings as well. E ELTAD AIRPORT CONSULTANTS, INC. engineers - planners Richnwnd Charlotte October 15, 1996 Mr. Douglas Kiracofe Fire Marshall Frederick County Fire Marshall's Office 107 North Kent Street, 1st Floor Winchester, Virginia 22604 RE: County Review Comments Construct T-Hangar Taxiway & T-Hangars Winchester Regional Airport Winchester, Virginia Delta Project No. VA 9550 Dear Mr. Kiracofe: The purpose of this letter is to check on the status of the Frederick County Fire Marshall's review of the referenced project. Our original submittal was sent to Mr. Evan Wyatt on July 12, 1996 with the County of Engineer "cc'd" on the submittal. Your attention to this matter is greatly appreciated. Sincerely, Au-QJ 'tt N C. Longnaker, .E. JCL: var cc: Evan Wyatt, Frederick County Planning Dept. VA 9550 C 067 t .40�Gti p 7333 Whitepine Road Telephone (804) 275-8301 Richmond, Virginia 23237 Fax (804) 275-8371 0 4d Q FROM: TO: Enclosures: ADDENDUM NO. ONE (1) Glideslope/MALSR Winchester Regional Airport Winchester, Virginia Non-AIP Delta Project No. VA 96005 August 20, 1996 Delta Airport Consultants, Inc. 7333 Whitepine Road Richmond, Virginia 23237 ALL BIDDERS OF RECORD eye°Op°• act ALTN OF`� Q V J HN CA IVAKER 0 NO.0 995 w� (1) Pre -bid Meeting Attendance (2) Pre -bid Outline (3) Addendum No. 1 Questions and Answers (4) Addendum No. 1 Drawing (Power/Control Enclosure) (5) Addendum No. 1 Drawing (L-823 Connector) This Addendum is hereby made a part of the contract documents and the specifications of the above named project. All other requirements of the original specification shall remain in effect in their respective order. Acknowledge receipt of this Addendum by inserting its number and date in the proposal form. PLANS SHEET 4 OF 19 Incorporate attached detail as appropriate. SHEETS 4, 5, 6 AND 7 OF 19 CHANGE Note 3 (Sheet 4,5,6) and Note 13 (Sheet 7) to read: All wire 600V Type C except THWN for No. 14 and No. 2 and larger. 1 VA 96005 CO29.AD1 9 ADDENDUM NO. ONE (1) SHEET 14 OF 19 REVISE' Note 4 under "L-848 MALSR STEADY BURNING LIGHT AND LOW IMPACT RESISTANT STRUCTURE" to: 4. Mechanical lowering devises for towers shall be installed per manufacturer's recommendations/requirements. These devices shall be incidental to the MALSR. SHEET 18 OF 19 ADD attached "L-823 Connector Detail" SPECIFICATIONS 1. SECTION 70. REPLACE reference to Potomac Edison in Paragraph 70-04 with: Allegheny Power (540) 722-5804. 2. SECTION 80. CLARIFY that the provisions of Paragraph 80-07 also apply to internal calendar day mile stones. However, extensions on internal mile stones are exclusive to extensions for the overall contract time (i.e. an extension on an internal mile stone does not automatically extend the overall contract time). 3. REPLACE Paragraph 109-2.1 (b) with the following: (b) Starting on the south side of Airport Road at a suitable position close to the power pole where connection will be made to the utility company's service, install pull boxes and underground conduit as needed beneath Airport Road to the location of the power and control enclosure. Install utility provided meter on pressure treated wood post or as required by the utility. From the enclosure, install panelboards, control panels, feeders, devices, switches, wireways, floor trench, conduits and all connecting conduit and wire, all as indicated, herein specified, or required to make the system complete. Two electrical systems shall be provided and installed as shown on the plans and described in these specifications: — (1) The glideslope electrical systems shall consist of the mini -power package in the glideslope building, the #2 AWG, 600V cable from the main power distribution panel to the mini -power package in the glideslope building, and the 2" PVC conduit from the handhold near the runway threshold to the glideslope building. 2 VA 96005 CO29.AD1 0 • ADDENDUM NO. ONE (1) (2) The MALSR electrical system consists of the remainder of all required components to be installed by the Contractor that provide electrical power to the components of the MALSR system. DELETE paragraph 109-2.1 (f), change (g) to (f). 3 VA 96005 CO29.AD1 PREBID MEETING ATTENDANCE PROJECT: Remove ODALs-Runway 32; Install Glideslope Runway 32; Install MALSR Runway 32 AIRPORT: Winchester Regional Airport DATE: August 19 1996 NAME REPRESENTING PHONE NO. 2 Page 7 VA 96005 CO28. PBo 0 0 PREBID OUTLINE REMOVE ODAL'S RUNWAY 32 INSTALL MALSR RUNWAY 32 INSTALL GLIDE SLOPE RUNWAY 32 WINCHESTER REGIONAL AIRPORT WINCHESTER, VIRGINIA VDOA PROJECT NO. FE0059-13 DELTA PROJECT NO. VA 96005 Prebid Meeting: August 19, 1996; 11:00 A.M. Winchester Regional Airport Note: Pass out attendance list. 1. Scope of Project/ Description Remove Existing ODALs on Runway 32 and salvage to Owner. Provide and install MALSR Runway 32 Provide and install glideslope building and antenna foundation Plans and Specifications are available at: Delta Airport Consultants, Inc. 7333 Whitepine Road Richmond, Virginia 23236 2. Contract Time: 90 Calendar'Days 3. Liquidated Damages: $500.00 Per Calendar Day 4. Bid Opening: September 5, 1996; 2:00 P. M. 5. Funding: 100% State 100% Owner - Glide Slope Power 6. All work will be performed per Specifications. 7. Specifications Section 10 Major Item - Any item listed in the proposal where the total cost is equal to or greater than 20% of the total amount of the awarded contract. Minor Item - All other items. Page 1 VA 96005 c028. PBo Section 20 Proposal Ouantities are estimates of quantities for comparison of bids only. Written words are required in the proposal. (Unless otherwise approved by Owner in a written addendum). Addendums shall be acknowledged in the proposal by number and date. At least one (1) addendum will be issued. Bid Bond, Certified Check of 5% of bid price must be submitted with your proposal. Prime Contractor is required to complete 51% of all work. Section 30 Contract to be awarded within 60 calendar days. Comprehensive General Liability Insurance & Automobile Liability Insurance Section 30-09. Contract Bonds shall include 100% Performance and Labor and Material Payment. These bonds shall remain in force for one year from final acceptance. Section 40 Owner reserves the right to make changes to quantities as required to complete the work in an acceptable manner. Total Contract Cost or any major contract item cost may not change by more than 25% of Awarded Contract. (In excess of this will be covered by Supplemental Agreement). Section 50 Contractor is responsible for all staking, layout and preservation. Engineer will furnish benchmarks for both vertical and horizontal control. (Describe benchmark locations). _ Other Contractors on the Airport. Section 60 Shop Drawings - 6 copies to the Engineer for review and approval. 3 copies will be returned to the Contractor, marked appropriately for his or her use. Page 2 VA 96005 CO28. PBO Section 70 70-04 has Facilities and Utilities Contacts Section 80 CPM Progress Schedule is required at the Pre -Construction Conference. REF SP-9 Contract time in calendar days includes weekends, holidays and non -working days. Timely completion is essential to the Owner. Section 90 Partial Payments may be made monthly. 10% retainage will be withheld. Escrow Account may be established for withheld funds. Refer bidders to Section 90-08 Payment of Withheld Funds. Process for Pay Request/Advance. Section 100 Quality Control Program. Requirements for Quality Control Personnel - Specific Education and Experience. Guidelines for establishing and documenting Quality Control Testing. The requirements of this section will be strictly enforced. Section 130 Safety Spec Training Closed Runway and Taxiway Markers are required. Flags and/or lights are required on all vehicles. Ground radio capable of 2-way communications with frequency 122.7 MHz is required. Page 3 VA 96005 c028. PBo Special Provisions (Note: Project specific markup as required) SP-1 Non-AIP Insurance the Owner and the Engineer shall be named as additional insured in all certificates of insurance required. The Contractor shall provide an allowance for the cost and will be reimbursed for the actual cost. Any additional cost above the allowance shall be at the Contractor's expense. SP-3 Pavement Loading - Protect existing pavements from damage. Damaged pavements shall be repaired at Contractor's expense. SP-5 Aircraft Operations - Is the owners intent to minimize interference with aircraft operations. The Contractor shall coordinate his/her activities while working near the aircraft operational area, so as to create minimal interference with aircraft operations. Dust control. FOD control. SP-6 Record Drawings - Contractor shall maintain a set for the Engineer. This is in addition to the RPR's set. SP-7 Final Inspections - at the completion of the project with the FAA, State, Owner and Engineer. SP-10 Construction Flags - Each truck and equipment shall have a warning flag attached to it for daytime use. Any trucks and or equipment operating in or parked in the AOA at night shall have a flashing yellow light. SP-16 Traffic Control'Plan - Coordinate with VDOT. P-100 Mobilization Lump Sum Basis with formulas for limitations. P-156 Sediment and Erosion Control M-103 Closed Markers Closed RW & TW markers per each. No separate measurement for relocation or reinstallation. M-104 Traffic Drums Traffic Drums per each. No separate measurement for relocation or reinstallation. M-107 Aviation Barricades Per linear foot. Spaces between barricades are not measured for payment. 5' spacing is appropriate. Page 4 VA 96005 c028.PBo M-124 Glideslope Equipment The building and foundations are to be contractor provided and installed. The glideslope equipment, including antenna are supplied. Appendix contains ASI's installation guide -from their manual. This also lists what is and isn't supplied. P-619 Paint Removal Per square foot. Must not damage pavement. Reserve the right to do a test strip. P-620 Runway and Taxiway Painting Per square foot. Latex paint. No glass beads. Explain permanent and temporary marking rates and their respective payments. Manufacturer's recommended temperature limitations for placement. T-901 Seeding Incidental. Contractor is responsible for establishing a good stand of grass of uniform color and density. If irrigation or mowing is required prior to good stand of grass Contractor is responsible. T-908 Mulching Incidental. L-108 Installation of Underground Cable Cable trench, Cable, Counterpoise. Counterpoise connections must be an exothermal connection (cadweld). L-109 MALSR/Glideslope Electrical Equipment Utility service including coordination for meter. Airport to pay fees. L-110 Airport Underground Electrical Duct 2 and 4 inch conduit - per foot. Separate measurement will be made for trench, counterpoise, and each conduit installed in trench. Page 5 VA 96005 c028. PBo L-125 Installation of MALSR In accordance with FAA AC 150/5340-14B "Economy Approach Lighting Aids" and Order 6050.2A - "Visual Guidance Lighting Systems". Salvage ODALs. Temporary displaced threshold. Housekeeping Pad. L-127 Electrical Manholes and Handholes VDOT R-309 Aggregate Base Course VDOT 21-A - Under asphalt concrete and used as access road surface. Compaction under VDOT 21A is 95% of ASTM D-698 (Standard Proctor). R-315 Asphalt Concrete VDOT SM-2A - Used for first sections of road off of runway and taxiway. R-507 Fence Two VDOT Gates. 8. Plans Sheet 2: General Notes and Security Notes. Sheet 3: Review key Phasing Plan and Notes. Sheets 4-6: Plans and Profiles. Sheets 7-8; 14-15: MALSR information. Sheets 9-13: Glideslope information: Some schematic in nature. Install per ASI requirements. Building alternates can be _ submitted. Prime Contractor shall have Superintendent on site at all times work is in progress. Prime is responsible for all subcontractors. Sheets 16-17: Remarking of Runway. Threshold marking is configuration B. Page 6 VA 96005 CO28. PBo 0 3. W ADDENDUM NO. ONE (1) QUESTIONS & ANSWERS QUESTION: Will any additional compensation be made for adverse field conditions such as excavation and/or trenching through rock? ANSWER: No. All bidders should examine the site and satisfy themselves as to the field conditions before submitting their bid. QUESTION: Is the Contractor responsible for construction layout and staking? ANSWER: Yes. In accordance with Section 50-06 "Construction Layout and Stakes-", the Engineer shall furnish the Contractor with horizontal and vertical control only in the form of bench marks, and the Contractor must furnish all additional stakes for the layout and construction of the work and preserving all stakes and benchmarks through the duration of the project. QUESTION: Will the Contractor be responsible for acceptance testing? ANSWER: No. The Owner will provide the personnel to complete the required acceptance testing. However, the Contractor will be responsible for his own quality control testing. Acceptance testing will not be performed as a quality check for the Contractor. Any failed acceptance test shall be billed to the Contractor. Reference is directed to Section 100 for the Contractor's Quality Control Requirements. QUESTION: Can a Contractor perform his own geotechnical investigation? ANSWER: Yes. The Contractor shall contact and coordinate with the Owner prior to mobilizing to perform any geotechnical investigation. The Contractors are encouraged to perform these additional investigations. 1 VA 96005 CO29.AD1 ADDENDUM NO. ONE (1) 5. QUESTION: May the Contractor use pre -cast Electrical Duct? ANSWER: No. Cast in -place concrete encased duct must be used on this project. 6. QUESTION: Is the Contractor responsible for repair to utilities in service which are damaged by the Contractor's men or equipment? ANSWER: Yes. 7. QUESTION: Do the taxiway lights remain on during nighttime work period? ANSWER: Yes, if the taxiway is open. MITLs on closed sections of taxiway shall be de - energized or obscured. 8. QUESTION: May a high compression ground connection be used in lieu of a Cadweld connection? ANSWER: No. Only exothermic ground connections shall be utilized. 9. QUESTION: Will any electrical equipment be reused? ANSWER: Yes, the existing threshold lights and other equipment as indicated on the plans. 10. QUESTION: Do all items installed with the MALSR/glideslope electrical service require painting? ANSWER: No. Only installed items without protective — coatings or manufacturer applied finishes shall be painted in accordance with Section L-109-18.1 "Painting". 2 VA 96005 CO29.AD1 0 • ADDENDUM NO. ONE (1) 11. QUESTION: Are the DBE (Disadvantaged Business Enterprise) percent participation figures goals or requirements? ANSWER: The DBE percent participation figures are goals which the Contractor shall make a good faith effort to obtain. The Contractor will be required to submit evidence of good faith effort with the proposal. The Owner encourages the Contractor to utilize DBE subcontractors wherever practical. 12. QUESTION: Will Davis Bacon wage rates be required on this project? ANSWER: No. 13. QUESTION: Will the Traffic Control Plan (i.e., flagmen, temporary signage, etc.) be measured for payment? ANSWER: No. The Traffic Control Plan will not be measured for payment. 14. QUESTION: When will the project notice -to -proceed be issued? ANSWER: Upon successful completion of the DOAV grant, construction contract and project submittals, the notice -to -proceed will be issued. 15. QUESTION: Will the Contractor be required to pay for an additional inspector during nighttime shifts? ANSWER: No. The Owner shall provide all resident project representative services. 3 VA 96005 CO29.AD1 • • ADDENDUM NO. ONE (1) 16. QUESTION: What permits are required to commence construction? ANSWER: The permits required shall be procured by the Contractor prior to the implementation of construction. The Contractor shall coordinate which permits are required with the City of Norfolk. 17. QUESTION: Are there any equipment height restrictions? ANSWER: Yes. Equipment shall conform to the heights and distances specified in Section 130 "Airport Safety Requirements During Construction". Any equipment or objects penetrating the Part 77 imaginary surfaces shall be coordinated in advance with the Engineer. Obstructions penetrating the Part 77 surfaces shall be marked and/or lighted in accordance with FAA guidelines. 18. QUESTION: What is the schedule for awarding the . contract? ANSWER: It is anticipated that the contract will be awarded within sixty (60) days of opening bids. 19. QUESTION: Will 10 percent retainage be required? ANSWER: Yes. The FAA 10 percent retainage policy outlined in Section 90-06 "Partial Payments" will apply on this project. 20. QUESTION: Do the contract documents allow for any adjustment in contract time due to unusually adverse weather conditions? ANSWER: Yes. As outlined in Section 80-07 "Determination and Extension of Contract Time", there are provisions in the contract documents for adjustment in contract time due to unusually adverse weather conditions. 4 VA 96005 CO29.AD1 21. QUESTION: ANSWER: 22. QUESTION: ADDENDUM NO. ONE (1) Will the Contractor be required to reseed areas of the project which yield a sparse cover from initial seeding? Yes. The Contractor will be responsible for obtaining a "good stand of grass with regard to color and density". No additional compensation will be made for overseeding. How will payment be made for work completed before the construction notice -to -proceed? ANSWER: Payment can only be made for stored materials prior to the construction notice - to -proceed. Specifications section 90-07, "PAYMENT FOR MATERIALS ON HAND" addresses the requirements for receiving payment for stored materials. No payment will be made for design and submittal time. 23. QUESTION: Do all of the demolished structures need to be hauled off -site by the Contractor? ANSWER: Yes, unless the Contractor wishes to crush the structures as follows and place them in the embankment/waste area: 1. Maximum particle size is 2' when placed in deep fills 4' or more below final grade to be provided with this project. 2. Maximum particle size is 8" when placed between 1' and 4' below final grade -to be provided with this project. 24. QUESTION: Who certifies DBE Contractors? ANSWER: The U. S. Department of Labor and the State Department of Transportation have lists of current DBE Contractors. On a case by case basis, the Owner can certify a DBE Contractor for work on this project only, as defined in Appendix A of 49 CFR Part 23, Regulations of the Office of the Secretary of Transportation. 5 VA 96005 CO29.AD1 • ADDENDUM NO. ONE (1) 25. QUESTION: Can bond forms from Surety companies be used in lieu of documents in specifications? ANSWER: Yes, as long as they "say" the same thing. 26. QUESTION: Do the bid item prices have to be written out long hand on the proposal? ANSWER: The proposal shall be completed in accordance with Section 20-07 "Preparation of Proposal". The bidder shall state the price (written in ink or typed) both in words and numerals. 27. QUESTION: Are the elevations on the profiles field surveyed or estimated. ANSWER: The elevations shown on the plans were field surveyed in the Spring of 1996. However, it is the contractor's responsibility to verify all information and inform the engineer of any discrepancies. 28. QUESTION: ANSWER: 29. QUESTION: ANSWER: 30. QUESTION: Will the airport have storage available for the salvaged ODAL's and for the MALSR equipment? Limited space will be available at the Airport for storage of these two items. Do the MASLR towers have to be fiber glass or aluminum? Either material is acceptable as long as the towers meet FAA specifications. Does the contractor have to maintain the ODAL's during construction? ANSWER: It is desirable to maintain the ODAL's as long as possible. However, temporary measures to maintain the ODAL's will not be required. The approach to Runway 32 does not have the "credit" published for having ODAL's in place. 6 VA 96005 CO29.AD1 r jn 'f' y v 7) 4' X 4" VDOT 21 A GRAVEL PLRIMETER POWER AND CONT ENCLOSURE (SEE STA. 73+50, 330' 1 1 POWER POLE (APPROX. LOCATION) ® HANDHOLE (APPROX. LOCATION) CONTRACTOR TO INSTALL ALL CONDUIT, HAND HOLES METER POLES/BASES, AND OTHER ITEMS NECESSARY TO PERMIT POTOMAC EDISON TO PROVIDE POWER TO POWER AND CONTROL ENCLOSURE. PAYMENT FOR THIS WORK SHALL BE CONSIDERED PART OF ITEM L109 MALSR ELECTRICAL SYSTEM. CONTRACTOR TO PT�OVIDE ALL COORDINATION NECESSARY - WITH POTOMAC EDISON. AIRPORT-VIUCE PAY ALL SERVICE CONNECTION"FEES. - CONTRACTO ' TOSTALL UNDER AIRPORT ROAD, 4 INCH P �C i�6M BY EITHER CUT AND COVER OR BORF...COORDINATI� WITH VDOT AS PART OF THE TRAFFIO__CONTROL. PLAN. i 9605ADD1.DWG 8X1150 ADDENDUM NO. 1 WINCHESTER REGIONAL AIRPORT WINCHESTER, VIRGINIA DELTA 8HM7 1 AIRPORT oaysurnwrs, ,W- 1 Richmond, Vrginio Chortotte, North Carolina OF DRAWN BY: CIT 8CALE: 1 50' 1 CHECKED BY: JCL DATE AUGUST 1996 • ,� �� � 1996 of �CEI ANC o P AV �O ITEM M-108 T-HANGAR (kee""3_, SENT DESCRIPTION 108-1.1 This item shall consist of furnishing all equipment, materials, utility services, labor, and incidentals necessary to supply and erect two (2) multi -unit T-Hangar buildings. The buildings shall conform to the building foot print space available as shown on the contract plans. The Contractor shall furnish the Engineer with a set of plans for the building sealed and signed by a Virginia Registered Professional Engineer. These plans shall have as minimum standards the items contained herein. The T-Hangar buildings shall be sized to accommodate the following: • Six (6) "large" T-Hangars constructed in a standard configuration and able to accommodate large twin engine aircraft. At a minimum the clear door opening shall be forty-seven (47) feet, six (6) inches wide, fourteen (14) feet high; a total depth of forty-two (42) feet; a wing depth of twenty-one (21) feet; and a tail width of twenty- four (24) feet. The end units of the large T-Hangars shall be squared -off as shown on the plans to provide a clean neat line. • Twelve (12) "small" T-Hangars constructed in a nested configuration able to accommodate single and light twin engine aircraft. At a minimum, the clear door opening shall be forty-one (41) feet, six (6) inches wide, twelve (12) feet height; a total depth of thirty-three (33) feet; a wing span depth of eighteen (18) feet; and a tail width of twenty-one (21) feet. • As schematically presented on the plans, the northern end units shall not have interior walls installed. The interior columns that typically are required for this type of construction may be installed. A garage style roll -up door and pedestrian door shall be installed as shown on the plans. The southern unit shall have interior walls installed as shown on the plans. The residual area created by these walls shall be accessed through a garage style roll -up door and pedestrian door at the general locations as shown on the plans. M-108-1 X. EQUIPMENT AND MATERIALS 108-2.1 GENERAL. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when so requested by the Engineer. The Contractor shall install the approved T-Hangar at the specified location as shown on the contract plans. When items are required to be painted or repainted it shall be of the color approved by the Engineer. 108-2.2 DIMENSIONS. Each T-Hangar unit shall have the minimum dimensions as stated in Section 108-1.1 for "small T-Hangars" and "large T-Hangars". The roof shall be of low profile with a slope of one inch of rise for each twelve (12) inches of horizontal run. 108-2.3 BUILDING FOUNDATIONS. The Contractor shall include in his bid proposal, all costs for providing an engineered foundation plan for the pre-engineered metal building proposed and installation of all required foundation work such as, but not limited to, excavation, concrete work, forms, anchor bolts, hairpins or other thrust devices, etc. The foundation shall rest on controlled fill with an allowable soil bearing pressure of 3000 PSF. The minimum size column footing shall be 310" square x 110" deep. The bearing surface of the column footing shall be a minimum of thirty-six (36") below finished grade. Thickened slab foundations will only be accepted if approved by Frederick County Building Inspections. The successful bidder shall furnish the Engineer a contract foundation plan completely dimensioned and detailed in all aspects including foundation elevations and design loads to accommodate the proposed metal building and related work. Upon request the Contractor shall furnish the Engineer with design calculations. The foundation plan and details submitted thus is subject to acceptance by the Engineer. Any resubmittals, redesign and/or revised foundation work required shall be at the Contractor's expense. 108.2.4 BUILDING FLOOR. The building floor shall be a designed portland cement concrete slab placed on 4 inches of AASHTO No. 57 stone with a 6 mil. vapor barrier placed between the stone and slab. The floor shall slope to provide positive drainage towards each door opening. This slab can either be an M-108-2 integral part of the building foundation or a "floating" slab. In either case, plans and design calculations signed and sealed by a professional engineer registered in the State of Virginia shall be submitted. 108-2.5 FRAMING. A -frame extensions for doors shall not be permitted. All units shall be of the same design. Interior roof bays shall be supported by steel tapered girders and columns, or cold rolled steel sections. Rafters shall consist of plates welded to form tapered sections. End roof and wall bays shall be supported by a load bearing column and beam frame. 108-2.6 DESIGN CODES. Frames and other welded members shall be designed in accordance with the requirements of the American Institute of Steel Construction "Specifications for the Design, Fabrication and Direction of Structural Steel for Buildings", Eighth Edition. All welding shall conform to the requirements of the American Welding Society. All welders shall be certified for the type of weld performed. Light gauge cold -formed members shall be designed in accordance with the requirements of American Iron and Steel Institute "Specifications for the Design of Light Gauge Cold -Formed Steel Structural Members", 1968 Edition. The building shall be designed in accordance with the latest requirements of the Americans with Disabilities Act - Accessibility Guidelines for Buildings and Facilities. At a minimum one (1) large hangar Unit 1 small unit and one (1) additional small unit shall be designed to accommodate individuals with disabilities (a total of 3 handicap units). The building shall be designed and constructed in accordance with the latest edition of the Basic Building Code - Building Officials and Code Administrators International, Inc. (BOCA). 108-2.7 DESIGN LOADS. The building shall be designed to withstand the dead load of the structure plus snow loads applicable to the area. In addition, the building shall be designed to withstand a live load of thirty pounds per square foot and wind loads of twenty-five pounds per square foot. 108-2.8 MATERIALS. Flange materials for built up sections shall be fabricated from material having a minimum yield stress M-108-3 of 50,000 psi. Structural steel members (rolled or built up section) shall be fabricated from material having a minimum yield stress of 36,000 psi and conform to ASTM A 36. All light gauge cold -formed structural members shall be fabricated from steel having a minimum yield stress of 50,000 psi. High tensile bolts shall conform to the requirements of The American Society for Testing and Materials Specification A-325- 71a. Bolts shall be electrogalvanized plated followed by supplementary standard shop paint. Machine bolts shall conform to the requirements of The American Society for Testing and Materials Specification A-307-68. Bolts shall be electrogalvanized plated. Galvanized steel shall conform to the requirements of The American Society for Testing and Materials Specification A-525- 71. The class of zinc coating shall be 1.25 ounces per square foot. Diagonal brace rods shall be fabricated from steel conforming to the requirements of The American Society for Testing and Materials Specification A-36-70a. All diagonal cable shall be fabricated from galvanized 7 wire strand extra high strength grade with a minimum guaranteed proof load. 108-2.9 WALL AND ROOF COVERINGS. The configuration of the architecturally designed panel shall be approved by the Engineer. Wall panels shall be pre -painted on both sides (See Section 108-2.11). Roof panels shall be Galvalumed on both sides. Standard material thickness shall be 26 gauge minimum. Wall panels shall have a minimum end lap of four inches. Roof panels shall have a minimum end lap of six (6) inches. End laps shall occur only over a purlin or girt. The ridge of the building shall be made weather tight by the use of deformed ridge panels. The ridge panels shall have the same standard rib configuration as the roof panel. Auxiliary ribs may be added in the center of the ridge panel to aid in the forming process. Gable ends of the building shall be made weather tight by use of a rake trim. The trim shall provide an architecturally pleasing appearance and shall be prepainted. At the eave, the rake trim shall be closed at the end with a plastic closure conforming in cross section and color to the rake trim. M-108-4 The corner trim shall be a 90 degree formed trim to match color of end wall panels. Standard mastic shall be preformed bead type meeting or exceeding Military Specification MIL-C-18969, Type 2, Grade B. At roof side laps, a permanently pliable three sixteenths inch bead of mastic shall be placed in the mastic groove of the under lapping rib in a bead of constant cross section to insure continuous contact of the mastic with the upper and lower panels. At roof end laps two, three sixteenths inch permanently pliable mastic shall be applied one inch on center as shown on the plans. Standard finish for wall covering shall be colors as selected by the Engineer from the manufacturer's standard color. Base angle shall be 18 gauge material prepainted. Base angle for side wall shall be 14 gauge minimum cold -formed angles fabricated from unpainted steel and prime painted. 108-2.10 FASTENERS. Standard roof fasteners shall be a No. 14 by three quarter inch self tapping bolt. The No. 14 fastener shall be stainless steel to a minimum thickness of 0.0010 inch. Washers shall be five -eights inch O.D. stainless steel with elastomer sealer. Fastener shall have a type "AB" point, three eights inch hexagonal head. Fasteners shall be installed in the flat of the panel at a spacing of one foot on center except at end laps and terminal ends where the spacing shall be a nominal six inches on center. Optional roof fasteners shall be a No. 12 by one inch self drilling self tapping bolt. The No. 12 fastener shall be stainless steel to a minimum thickness of 0.0010 inch. Washers shall be five eighths inch O.D. stainless steel with elastomer sealer. Fastener shall have fixe sixteenths hexagonal head. Fasteners shall be installed in the flat of the panel at a spacing of one foot on center except at end laps and terminal ends, where the spacing shall be a nominal six inches on center. Roof side lap fasteners shall be a No. 10 by five eighths inch self tapping bolt. The No. 10 shall be stainless steel to a minimum thickness of 0.0010 inch. Washer shall be one half inch O.D. stainless steel with elastomer sealer. Fastener shall have type "A" point, five sixteenths inch hexagonal head. Fasteners shall be installed at one third points between purlins. M-108-5 Standard fasteners for colored walls shall be a No. 14 by three quarter inch self tapping bolt, with heads and washers colored to match wall color. The No. 14 fastener shall be zinc plated to a minimum thickness of 0.0010 inch with a clear chromatic dip post treatment. Washers shall be five eighths inch O.D. plated steel with elastomer sealer. Fastener shall have a type "AB" point, three eighths inch hexagonal head, and shall be manufactured from material meeting AISI No. C-1018. The fastener shall be installed in the flat of the panel at a spacing of one foot on center. Standard fastener for galvanized walls shall be a No. 14 by three quarter inch self tapping bolt. The No. 14 fastener shall be zinc plated to a minimum thickness of 0.0010 inch with a clear chromatic dip post treatment. Washers shall be five eighths inch O.D. plated steel with elastomer sealer. Fastener shall have type "AB" point, three eighths inch hexagonal head, and shall be manufactured from material meeting AISI No. C-1018. The fastener shall be installed in the flat of the panel at a spacing of one foot on center. Optional wall fasteners for color walls shall be a No. 12 by one inch self drilling self tapping bolt, with heads and washers colored to match wall color. The No. 12 fastener shall be zinc plated to a minimum thickness of 0.0010 inch with a clear chromatic dip post treatment. Washers shall be five eighths inch O.D. plated steel with elastomer sealer. Fasteners shall have five sixteenths inch hexagonal head and shall be manufactured from steel meeting AISI No. C-1022. The fastener shall be installed in the flat of the panel at a spacing of one foot on center. Optional wall fasteners for galvanized walls shall be a No. 12 by one inch self drilling self tapping bolt. The No. 12 fastener shall be zinc plated to a minimum thickness of 0.0010 inch with clear chromatic dip post treatment. Washers shall be five eighths inch O.D. plated steel with elastomer sealer. Fastener shall have five sixteenths inch hexagonal head and shall be manufactured from material meeting AISI No. C-1022. The fastener shall be installed in the flat of the panel at a spacing of one foot on center. Wall panel side lap fasteners shall be blind rivets, colored to match panel color. Fasteners shall be spaced at one third points between girts. 108-2.11 PAINT/FINISH. All steel surfaces of the structural framework shall be cleaned conforming to the requirements of Steel Structures Painting Council Specification SSPC-SP-2, and M-108-6 0 • one shop coat of rust inhibiting zinc primer shall be applied. The paint shall be comparable to the performance requirements of Federal Specification TT-P-636D, and MIL-P-8585A. The primer coat thickness shall be 2.5 mil average. After erection of the structural framework, all burned and damaged areas shall be thoroughly cleaned and touched up with the same finish coat. The metal exterior color should match the adjacent building as close as possible. The contract shall provide color chips for approval prior to applying any finish cost to the exterior. The metal exterior shall be given a pretreatment prior to finishing consisting of cleaning and chemical reaction to an inorganic coating on the metal surface. After proper cleaning and preparation, a zinc chromate pigmented bond coat shall be applied to the exterior side at a thickness no less than 0.15 mil (dried and cured). The final color coat shall be a siliconized polyester color applied at a thickness of 1.0 mil. Other exterior finishes will be accepted. Independent of the finish, the manufacturer shall warrant the coating will not blister, peel, crack or chip or experience rust through for a period of 20 years. 10$-2.12 ELECTRIC BI-FOLD DOORS Electric bi-fold doors for "small T-hangars" shall be sized to match the T-hangar provided with a minimum clear opening of 12' 0" x 41' 611. Electric bi- fold doors for "large T-Hangars" shall be sized to match the hangar provided with a minimum clear opening of 14' x 47' 611. The doors shall conform to specifications of those bi-fold doors manufactured by Wilson Industrial Doors, Inc., P.E. Box 372, Elkhorn, Wisconsin 53121, Fulfab, Inc. or Erect -A -Tube, Inc. or an approved equivalent. Each bi-fold door shall have a 3' 0" x 6' 8" (min.) passage service door with cylinder type lock set. The passage door locks shall be keyed different, but shall have a master key to fit all doors. 108-2.13 GARAGE STYLE ROLL -UP DOORS. Roll -up style "garage doors" constructed of similar materials and of comparable quality as the proposed bi-fold doors shall be installed at the general locations shown on the plans. These doors shall have electronic openers capable of being activated through remote control. Each roll -up door shall be set to separate remote frequencies enabling the doors to be operated independently. The Contractor shall supply two (2) remote controls for each roll -up door. When open, these doors shall provide a twelve (12) foot wide by twelve foot (12) high opening. In addition, three ( 3 ) foot wide x six ( 6 ) foot eight ( 8 ) inch high passage doors shall be provided to provide access and satisfy local fire code regulations. At a minimum, two passage doors shall be M-108-7 provided. These passage doors shall be keyed different from the other passage doors, but shall also be keyed for the master key. 108-2.14 LOCK SETS. All doors are to be keyed. Keyed doors shall be furnished with a cylindrical lock conforming to Federal Specification FF-H-106a, Series 160 with a U.S. 10 finish and full mortised hinges conforming to Federal Specification No. T2127 with U.S. Prime finish. Each set shall be keyed different from other doors, but shall also be keyed for the motor key. 108-2.15 WALL PARTITIONS. Interior wall partitions between T-hangar units shall be full length, full height partitions so that access from one hangar unit to the next or to the residual area is restricted. Partition sheets shall be 26 gauge (minimum) galvanized steel in pressed rib form. The Contractor shall take into consideration the need to provide fire walls as required by local fire regulations. At a minimum, the Contractor shall place a one (1) hour rated firewall every 12,000 square feet. 108-2.16 ROOF VENTILATORS. Roof ventilators shall be of the continuous type with a throat diameter of six (6) inches minimum. Ventilator shall consist of ten (10) foot section. Ventilators shall be spaced forty feet six inches (40'6") maximum center -to -center. One ventilator shall be installed at the residual end unit. Ventilators shall be installed with preformed closure strips and permanently pliable mastic. Finish shall be galvanized both sides or pre -painted on both sides to match exterior wall panels. 108-2.17 ELECTRICAL EQUIPMENT/POWER SUPPLY All work shall be completed in strict accordance with all rules and regulations of the 1996 National Electrical Code and all other appropriate State and Local electrical codes. Where various codes conflict, the most restrictive code shall apply. (A) PANELBOARDS The panelboards shall be of the deadfront, automatic circuit breaker type utilizing breakers having equivalent frame sizes to accommodate the design loads for the facility. Additional capacity shall be provided for future expansion of six (6) units adjacent to the large units and four (4) units adjacent to the small units. In addition, each obstruction light should be placed on its own circuit. All breakers shall be of the quick make, quick break type as manufactured by General Electric, Square D, Cutler - Hammer, or equivalent. M-108-8 The breakers shall be trip free, with inverse time characteristics secure through the use of a thermal element supplemented by a magnetic trip. Automatic tripping on overload of short circuit shall be clearly indicated by operating handle assuming a mid -position between the "ON" and "OFF" position. All two and three pole breakers shall be common trip. Circuit breakers of 100 amp frame size and smaller shall have non -interchangeable trips; larger frame size circuit breakers shall have interchangeable trips. All single pole breakers in the branch circuit panelboards shall be arranged and connected to the main bus so that on single phase, three (3) wire panels and two (2) adjacent breaker poles are connected to Phase A & B respectively, and the same relationship of phase sequence shall be maintained. The main phase bus shall be clearly marked and the phase to which each single pole breaker is connected is to be indicated, with the markings to be on or near the terminal plates and not on any parts which are removed for wiring the panel. The mounting pans on which the breakers, bus, etc., are mounted shall be rigid construction. Rigidity is to be obtained by bending the sides of the pans along the entire length to form an angle or channel or by welding any angle to the pan along the entire length. A flat bottom pan will not be acceptable. Panelboard construction shall be such that all breakers are supported and secured at both line and load ends. Also it shall be possible for any breaker to be removed from the front without disturbing adjacent units or removing supplementary insulation. Bus bars shall be securely fastened to bases and shall not depend upon breakers for support. Cabinet boxes shall be fabricated from hot dip galvanized sheet steel of a thickness to meet UL requirements but in no case less than 12 gauge. Boxes shall be provided with angle support for panel assembly, and the panel mounting shall be such that the assembly can be conveniently and positively adjusted for alignment and for front and back position without being removed from the cabinet. Cabinets shall be 5 X " minimum deep or of a size to provide gutter space meeting code requirements but in no case less than four (4) inches on all sides. Panel fronts shall be of cold rolled steel in accordance with gauges required by UL except in no case shall sheet steel less than 12 gauge be used. Trim shall be provided with angle support to engage flange of box and shall be fastened to M-108-9 box by means of clamps which indicate their position from the front. The use of screws engaging holes in the box flange for fastening trim will not be acceptable. Doors shall be fastened to trim by flush concealed hinges and equipped with a flush type chromium plated, combination catch and lock. Two (2) milled type keys shall be provided with each panel, and all locks shall be keyed alike. Trim shall be equipped with a neat directory frame secured to the inside of the door. Trim shall be properly cleaned and finished with one rust inhibiting priming coat and a finish coat of light gray enamel, ANSI No. 61. All main and branch circuit busing shall be copper designed for a current density of not more than 1,000 amperes per square inch and with contact surfaces not more than 200 amperes per square inch. All main bus and back pans shall be designed so that branch circuit breakers may be changed or added without additional machining, drilling or tapping. All line bolts or screws passing through supports shall be countersunk and the heads covered by bakelite plugs or pitch to provide insulation at this point without depending on the insulating sheet behind the panel. All copper connections shall be made with bolts or screws secured with lock washers. Construction of the panelboards shall be such that the bus will not be exposed when the trim is removed. The bus compartment between breakers shall be covered with flush bakelite sections, each section covering not more than two breaker spaces and secured by concealed screws. Any space above or below the braker assembly shall be protected by heavy steel or molded cover section to match the rest of the panel front. The panelboards shall bear the UL label and, if requested by the Engineer, a sample panel shall be submitted for examination prior to approval. The characteristics of the main and branch breakers, lugs, special features, etc., of the panelboards shall not be less than at 22,000 RMS amperes symmetrical at 120/240 volts. The panelboards shall be equipped with ground bars. M-108-10 (B) POWER SUPPLY Power to the site is currently not available on site. The Contractor shall coordinate with Potomac Edison for service from either Airport Road or from a transformer located just east of the site. Although the plans indicate power should be provided by the Contractor from the transformer east of the site, the final source location shall be determined through coordination by the Contractor with the local electrical company and as approved by the engineer. Only underground service will be acceptable. The Contractor shall coordinate all in station with Potomac Edison. 108.2.18 DESIGNATION OF CIRCUITS AND EQUIPMENT (a) Circuit designations in the panelboards shall consist of neatly typewritten cards placed under clear plexiglas in the directory holder of each panelboard. These cards shall indicate the nature and locations of loads served by each circuit. (b) Each item number and/or circuit number in the panelboards and control panels, including switches, pilot lights, and control devices located thereon, shall be properly identified by means of laminated black and white bakelit nameplates. (c) All feeders at panelboards, pull boxes and terminal points shall be properly identified by means of appropriate wire markers. Remote control wiring shall be identified at point of origin, pull boxes, junction boxes and at the remote control points by means of appropriate wire markers. These wire markers shall be numbered by all temperature self -sticking, vinyl cloth markers as manufactured by the W . H . Brady Co., Ideal, Thomas and Betts, or equivalent. 108.2.19 BRANCH CIRCUITS The branch circuit wiring shall be designed to utilize the advantages of multi -wire distribution. The number of conductors in each run of conduit shall be determined by the functional design requirements and code requirements shall govern. 108.2.20 FEEDERS (a) Furnish and install all conduit and cable type feeders. Feeders shall be of the sizes by code. M-108-11 (b) All feeders, insofar, as practical, shall have conductors run continuous, without splices, between terminal points on each end of run. (c) Vertical risers shall have cable supports of the proper design, equal to O.Z., Type "M", where required by the NEC. 108.2.21 CONDUIT (a) All interior wiring shall be installed in electrical metallic tubing with compression fittings. Threaded rigid metal conduit shall be hot dip galvanized and all conduit shall be Republic, Pittsburgh, Triangle or Youngstown. (b) Conduit installed in unexcavated areas of the building shall be hot dip galvanized rigid conduit with threaded couplings. (c) Exposed runs of conduit shall be properly grouped and installed parallel with wall, ceiling and floor lines being suitably supported by clamps, hangers, etc. Exposed conduits shall not be installed on the floor. (d) Conduit shall be installed as a complete system without conductors and shall be continuous from outlet and from fitting to fitting, being mechanically and electrically connected to all boxes, fittings, wireways, etc., and shall be properly grounded. (e) Conduit shall be sized to equal or exceed the minimum requirements of the NEC. Branch circuit home runs shall not be less than %" in size. (f) All conduits passing through walls, footings or beams below grade shall be grouted around conduit to assure water tightness. 108.22 HANGARS AND SUPPORTS (a) All required hangers, supports, clamps, sleeves, etc., required for the installation of the electrical work are included as a part of the work of the Section. (b) All horizontal runs of conduit shall be properly grouped and hung to true alignment using substantial and appropriate hangers, clamps, etc., equal to Kindorf or Unitstrut. Hanger and support locations M-108-12 shall be coordinated with work of other trades to avoid conflicts. Hangers and supports shall be placed at intervals not exceeding the spacing recommended by the NECA. 108.2.23 WIRE AND CABLE (a) Low Voltage - 600 Volt Class: (1) Furnish and install all wire and cable of AWG sizes as required for the complete installation, in accordance with the applicable provisions of the NEC. (2) All wire and cable shall be insulated for 600 volts and shall be single conductor conforming to the requirements hereinafter set forth, equal to Anaconda, General Cable, General Electric, Phelps Dodge, Triange or Okonote All conductors No. 8 and larger shall be multiple stranded. (3) All conductors shall be copper. (4) All feeder and branch circuit wiring shall be Type THWN/THHN except where ambient temperature conditions require the use of insulations having a higher temperature rating. (5) Wire sizes shall be shown on the Contractor supplied drawings with minimum sizes in accordance with NEC. (6) Conductors shall be continuous with splices made only in junction boxes, and in pull boxes only as required to meet certain conditions. (7) Each coil of wire shall be delivered to the job in its original package bearing the UL label. Wire shall be marked with size and type every two (2) feet. The neutral and each phase wire shall be furnished with different color insulation in sizes up to and including No. 6 AWG. Sizes No. 4 and larger may be provided in black if identified by a series of two or more colored bands completely encircling the conductors, located at or near each terminal point in all junction boxes and at all other points in all junction boxes and at all other points so designated by the inspecting authority. Colored M-108-13 bands shall not be less than 1/ inch nor more than two (2) conductor diameters in width, whichever is greater. The same color shall be used for each phase wire throughout the system for all three (3) phase and feeder circuits. (8) Conductors No. 10 and 12 AWG shall be connected with preinsulated spring connector encased in a steel shell and rated at not less than 105 deg. C. The connector shall have an insulated vinyl cap with a minimum 3/8 inch skirt to cover the bare wires. (9) Splices and taps in conductors No. 8 AWG and larger shall be made with solderless connectors, as manufactured by Burndy or Thomas and Betts. 108-2.24 JUNCTION BOXES (a) The junction boxes shall be of one piece type construction of a type and size applicable as required by the NEC. Boxes shall be Appleton, Steel City, or approved equal. (b) The junction boxes shall be of a type and size applicable for the intended use. Only steel or cast iron boxes will be permitted. Covers for use with these boxes shall have cadmium plated finish and shall be of the rounded edge design with openings to suit devices. Where the general arrangement and number of conduits prohibit the use of a single box, additional boxes shall be used as junction boxes and they shall be of the same general design as the outlet boxes. Such boxes shall be Crouse -Hinds, Appleton, Pyle - National or approved equal. 108-2.25 INDIVIDUAL POWER SUPPLY AND LIGHTING (a) An FAA obstruction light placed on the northern end of each hangar in accordance with Specification Item L-119. A separate breaker shall be provided for each light. (b) Each hangar unit shall have as a minimum one ground fault interrupter duplex receptacle, 125V; 20 Amps. This outlet shall be located in the proximity of the overhead door operator. M-108-14 Each T-Hangar Unit shall have lighting installed to provide enough illumination in accordance with Illumination Engineering Society or local codes. All lighting fixtures shall have low -temperature ballasts installed (0 degrees F.) Power for each door motor operator shall be provided in each T-Hangar Unit. This shall include all conduit, wire boxes, fuses and switches, plus all wiring not provided b the door manufacturer. Each door shall be controlled by a push button station located immediately inside the pedestrian access door. For hangars designed to accommodate handicap access, the push bottom panel can be located on a post outside of the hangar door secured by a key lock. Exterior push button panels shall be designed for exterior conditions and protected from weather elements. (c) It is intended that the hangars will be expanded in the future. Space is available adjacent to the large hangar units for an additional six (6) small nested units. Space is available adjacent to the small hangar units for four (4) additional small units. Capacity shall be incorporated into the ,building electrical system to provide for the anticipated expansion. CONSTRUCTION METHODS 108-3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of the work in first class condition, shown on the approved plans and specified herein. 108-3.2 EQUIPMENT. All equipment necessary and required for the proper construction of the T-hangar units shall be on the project, in first class working condition, and reviewed by the Engineer before construction is permitted to start. The Contractor shall provide appropriate hoisting equipment to handle the unloading and placing of materials in its final position without damage to the materials or the adjacent pavements. The Contractor's attention is directed to the special provisions which discusses pavement loadings. 108-3.3 CLEANING AND RESTORATION OF SITE. The Contractor shall dispose of all surplus materials, dirt and rubbish from the site. The Contractor shall restore all disturbed areas to M-108-15 their original condition or to the satisfaction of the Engineer. After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear, and in good condition. METHOD OF MEASUREMENT 108-4.1 The quantity to be paid for under this item shall be per lump sum for each T-hangar item installed as a completed unit in place, accepted, and ready for operation. 108-4.2 T-HANGAR MATERIALS. The Contractor shall furnish and deliver to Winchester Regional Airport the materials for complete T-hangar building in accordance with the design, dimensions, and details as shown on the approved plans as submitted by the Contractor and the specifications contained herein. All incidental hardware necessary for the complete erection shall be included. The T-hangar. materials shall be stored in the location approved by the Airport Owner. Payment for stored materials will be in accordance with Section 90-03, Payment for Materials On Hand. 108-4.3 UNIT T-HANGAR ERECTION. The Contractor shall complete the turn key erection of the materials delivered to the site for each complete T-hangar building in accordance with the design, dimensions, and details as shown on the approved plans as submitted by the Contractor and the specifications contained herein. The T-hangar Erection shall include all repairs, adjustments, modifications, incidentals and clear -up required to complete the T-hangar as specified to the satisfaction of the Airport Owner. 108-4.4 T-HANGAR FOUNDATIONS. The Contractor shall furnish and install all the required T-hangar Building Foundations in accordance with the design, dimensions and details as shown on the approved plans as submitted by the Contractor and 'the specifications contained herein. The T-hangar Foundations shall includeall repairs and clean-up to the existing facilities and structures required due to the installation of the foundations to the satisfaction of the Airport Owner. Included in the foundation is all excavation necessary to install the foundations, floor slabs, dispose of waste material from the excavation, reinforcement concrete, and other necessities to complete the foundation and floor slabs. 108-4.5 T-HANGAR ELECTRICAL. The Contractor shall furnish and install the T-hangar electrical distribution system in accordance with the Plans and Specifications. M-108-16 • 0 BASIS OF PAYMENT 108-5.1 The accepted quantity for T-Hangar materials shall be paid for at the contract unit price per lump sum for each building based on hangar unit size delivered. This price shall be full compensation for all steel, bolts, siding, roofing, manufacturing, delivering, unloading, properly storing, and other necessities to have the materials on site. 108-5.2 The accepted quantity for T-Hangar erection shall be paid for at the contract unit price per lump sum for each building based on hangar unit size erected. This price shall be full compensation for unpacking, erecting, welding/connecting, installing roof, siding, interior walls, doors, and other necessities to each building erected on the foundations. 108-5.3 The accepted quantity for T-Hangar foundations shall be paid for at the contract unit price per lump sum for each building based on hangar unit size completed. This price shall be full compensation for excavation, subgrade compaction, stone, vapor barrier, concrete, reinforcement, and other necessities to complete the foundations and floor slabs. 108-5.4 The accepted quantity for T-Hangar electrical shall be paid for at the contract unit price per lump sum for each building based on hangar unit size. This price shall be full compensation for supplying, installing, coordinating, and other necessities to provide power to and throughout each building. Payment will be made under: Item M-108-5.1 T-hangar Materials (building size) -- Per Lump Sum Item M-108-5.2 T-hangar Erection (building size) -- Per Lump Sum Item M-108-5.3 T-hangar Foundation (building size) -- Per Lump Sum Item M-108-5.4 T-hangar Electrical (building size) -- Per Lump Sum TESTING AND MATERIAL REQUIREMENT M-108-17 0 • TEST ASTM A-325-71A ASTM A-307-68 ASTM A-525-71 ASTM A36-70A AISI No. C-1018 AISI No. C-1022 NBS-PS 15-69 SSPC-SP-2-63 1/ FF-H-106A SERIES 160 No. T2127 TT-P-6360 2/ MIL-P-8585A MIL-C-18969 NOTE: Others as required by referenced specification. 1/ Federal Specification 2/ Military Specification END OF ITEM M-108 M-108-18 • • �,� 13141 6 cb /Ij co 1996 ITEM M-108 T-HANGARooc�/VFW � f yE�OP,y NTC DESCRIPTION 108-1.1 This item shall consist of furnishing all equipment, materials, utility services, labor, and incidentals necessary to supply and erect two (2) multi -unit T-Hangar buildings. The buildings shall conform to the building foot print space available as shown on the contract plans. The Contractor shall furnish the Engineer with a set of plans for the building sealed and signed by a Virginia Registered Professional Engineer. These plans shall have as minimum standards the items contained herein. The T-Hangar buildings shall be sized to accommodate the following: • Six (6) "large" T-Hangars constructed in a standard configuration and able to accommodate large twin engine aircraft. At a minimum the clear door opening shall be forty-seven (47) feet, six (6) inches wide, fourteen (14) feet high; a total depth of forty-two (42) feet; a wing depth of twenty-one (21) feet; and a tail width of twenty- four (24) feet. The end units of the large T-Hangars shall be squared -off as shown on the plans to provide a clean neat line. • Twelve (12) "small" T-Hangars constructed in a nested configuration able to accommodate single and light twin engine aircraft. At a minimum, the clear door opening shall be forty-one (41) feet, six (6) inches wide, twelve (12) feet height; a total depth of thirty-three (33) feet; a wing span depth of eighteen (18) feet; and a tail width of twenty-one (21) feet. • As schematically presented on the plans, the northern end units shall not have interior walls installed. The interior columns that typically are required for this type of construction may be installed. A garage style roll -up door and pedestrian door shall be installed as shown on the plans. The southern unit shall have interior walls installed as shown on the plans. The residual area created by these walls shall be accessed through a garage style roll -up door and pedestrian door at the general locations as shown on the plans. M-108-1 'NiJYX >> :Q$:<<>«<' N.0 pit: EQUIPMENT AND MATERIALS 108-2.1 GENERAL. All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer's certification of compliance with the applicable specification when so requested by the Engineer. The Contractor shall install the approved T-Hangar at the specified location as shown on the contract plans. When items are required to be painted or repainted it shall be of the color approved by the Engineer. 108-2.2 DIMENSIONS. Each T-Hangar unit shall have the minimum dimensions as stated in Section 108-1.1 for "small T-Hangars" and "large T-Hangars". The roof shall be of low profile with a slope of one inch of rise for each twelve (12) inches of horizontal run. 108-2.3 BUILDING FOUNDATIONS. The Contractor shall include in his bid proposal, all costs for providing an engineered foundation plan for the pre-engineered metal building proposed and installation of all required foundation work such as, but not limited to, excavation, concrete work, forms, anchor bolts, hairpins or other thrust devices, etc. The foundation shall rest on controlled fill with an allowable soil bearing pressure of 3000 PSF. The minimum size column footing shall be 310" square x 110" deep. The bearing surface of the column footing shall be a minimum of thirty-six (36") below finished grade. Thickened slab foundations will only be accepted if approved by Frederick County Building Inspections. The successful bidder shall furnish the Engineer a contract foundation plan completely dimensioned and detailed in all aspects including foundation elevations and design loads to accommodate the proposed metal building and related work. Upon request the Contractor shall furnish the Engineer with design calculations. The foundation plan and details submitted thus is subject to acceptance by the Engineer. Any resubmittals, redesign and/or revised foundation work required shall be at the Contractor's expense. 108.2.4 BUILDING FLOOR. The building floor shall be a designed portland cement concrete slab placed on 4 inches of AASHTO No. 57 stone with a 6 mil. vapor barrier placed between the stone and slab. The floor shall slope to provide positive drainage towards each door opening. This slab can either be an M-108-2 integral part of the building foundation or a "floating" slab. In either case, plans and design calculations signed and sealed by a professional engineer registered in the State of Virginia shall be submitted. 108-2.5 FRAMING. A -frame extensions for doors shall not be permitted. All units shall be of the same design. Interior roof bays shall be supported by steel tapered girders and columns, or cold rolled steel sections. Rafters shall consist of plates welded to form tapered sections. End roof and wall bays shall be supported by a load bearing column and beam frame. 108-2.6 DESIGN CODES. Frames and other welded members shall be designed in accordance with the requirements of the American Institute of Steel Construction "Specifications for the Design, Fabrication and Direction of Structural Steel for Buildings", Eighth Edition. All welding shall conform to the requirements of the American Welding Society. All welders shall be certified for the type of weld performed. Light gauge cold -formed members shall be designed in accordance with the requirements of American Iron and Steel Institute "Specifications for the Design of Light Gauge Cold -Formed Steel Structural Members", 1968 Edition. The building shall be designed in accordance with the latest requirements of the Americans with Disabilities Act - Accessibility Guidelines for Buildings and Facilities. At a minimum one (1) large hangar Unit 1 small unit and one (1) additional small unit shall be designed to accommodate individuals with disabilities (a total of 3 handicap units). The building shall be designed and constructed in accordance with the latest edition of the Basic Building Code - Building Officials and Code Administrators International, Inc. (BOCA). 108-2.7 DESIGN LOADS. The building shall be designed to withstand the dead load of the structure plus snow loads applicable to the area. In addition, the building shall be designed to withstand a live load of thirty pounds per square foot and wind loads of twenty-five pounds per square foot. 108-2.8 MATERIALS. Flange materials for built up sections shall be fabricated from material having a minimum yield stress M-108-3 of 50,000 psi. Structural steel members (rolled or built up section) shall be fabricated from material having a minimum yield stress of 36,000 psi and conform to ASTM A 36. All light gauge cold -formed structural members shall be fabricated from steel having a minimum yield stress of 50,000 psi. High tensile bolts shall conform to the requirements of The American Society for Testing and Materials Specification A-325- 71a. Bolts shall be electrogalvanized plated followed by supplementary standard shop paint. Machine bolts shall conform to the requirements of The American Society for Testing and Materials Specification A-307-68. Bolts shall be electrogalvanized plated. Galvanized steel shall conform to the requirements of The American Society for Testing and Materials Specification A-525- 71. The class of zinc coating shall be 1.25 ounces per square foot. Diagonal brace rods shall be fabricated from steel conforming to the requirements of The American Society for Testing and Materials Specification A-36-70a. All diagonal cable shall be fabricated from galvanized 7 wire strand extra high strength grade with a minimum guaranteed proof load. 108-2.9 WALL AND ROOF COVERINGS. The configuration of the architecturally designed panel shall be approved by the Engineer. Wall panels shall be pre -painted on both sides (See Section 108-2.11). Roof panels shall be Galvalumed on both sides. Standard material thickness shall be 26 gauge minimum. Wall panels shall have a minimum end lap of four inches. Roof panels shall have a minimum end lap of six (6) inches. End laps shall occur only over a purlin or girt. The ridge of the building shall be made weather tight by the use of deformed ridge panels. The ridge panels shall have the same standard rib configuration as the roof panel. Auxiliary ribs may be added in the center of the ridge panel to aid in the forming process. Gable ends of the building shall be made weather tight by use of a rake trim. The trim shall provide an architecturally pleasing appearance and shall be prepainted. At the eave, the rake trim shall be closed at the end with a plastic closure conforming in cross section and color to the rake trim. M-108-4 :: ........... The corner trim shall be a 90 degree formed trim to match color of end wall panels. Standard mastic shall be preformed bead type meeting or exceeding Military Specification MIL-C-18969, Type 2, Grade B. At roof side laps, a permanently pliable three sixteenths inch bead of mastic shall be placed in the mastic groove of the under lapping rib in a bead of constant cross section to insure continuous contact of the mastic with the upper and lower panels. At roof end laps two, three sixteenths inch permanently pliable mastic shall be applied one inch on center as shown on the plans. Standard finish for wall covering shall be colors as selected by the Engineer from the manufacturer's standard color. Base angle shall be 18 gauge material prepainted. Base angle for side wall shall be 14 gauge minimum cold -formed angles fabricated from unpainted steel and prime painted. 108-2.10 FASTENERS. Standard roof fasteners shall be a No. 14 by three quarter inch self tapping bolt. The No. 14 fastener shall be stainless steel to a minimum thickness of 0.0010 inch. Washers shall be five -eights inch O.D. stainless steel with elastomer sealer. Fastener shall have a type "AB" point, three eights inch hexagonal head. Fasteners shall be installed in the flat of the panel at a spacing of one foot on center except at end laps and terminal ends where the spacing shall be a nominal six inches on center. Optional roof fasteners shall be a No. 12 by one inch self drilling self tapping bolt. The No. 12 fastener shall be stainless steel to a minimum thickness of 0.0010 inch. Washers shall be five eighths inch O.D. stainless steel with elastomer sealer. Fastener shall have fixe sixteenths hexagonal head. Fasteners shall be installed in the flat of the panel at a spacing of one foot on center except at end laps and terminal ends, where the spacing shall be a nominal six inches on center. Roof side lap fasteners shall be a No. ]_0 by five eighths inch self tapping bolt. The No. 10 shall be stainless steel to a minimum thickness of 0.0010 inch. Washer shall be one half inch O.D. stainless steel with elastomer sealer. Fastener shall have type "A" point, five sixteenths inch hexagonal head. Fasteners shall be installed at one third points between purlins. M-108-5 Standard fasteners for colored walls shall be a No. 14 by three quarter inch self tapping bolt, with heads and washers colored to match wall color. The No. 14 fastener shall be zinc plated to a minimum thickness of 0.0010 inch with a clear chromatic dip post treatment. Washers shall be five eighths inch O.D. plated steel with elastomer sealer. Fastener shall have a type "AB" point, three eighths inch hexagonal head, and shall be manufactured from material meeting AISI No. C-1018. The fastener shall be installed in the flat of the panel at a spacing of one foot on center. Standard fastener for galvanized walls shall be a No. 14 by three quarter inch self tapping bolt. The No. 14 fastener shall be zinc plated to a minimum thickness of 0.0010 inch with a clear chromatic dip post treatment. Washers shall be five eighths inch O.D. plated steel with elastomer sealer. Fastener shall have type "AB" point, three eighths inch hexagonal head, and shall be manufactured from material meeting AISI No. C-1018. The fastener shall be installed in the flat of the panel at a spacing of one foot on center. Optional wall fasteners for color walls shall be a No. 12 by one inch self drilling self tapping bolt, with heads and washers colored to match wall color. The No. 12 fastener shall be zinc plated to a minimum thickness of 0.0010 inch with a clear chromatic dip post treatment. Washers shall be five eighths inch O.D. plated steel with elastomer sealer. Fasteners shall have five sixteenths inch hexagonal head and shall be manufactured from steel meeting AISI No. C-1022. The fastener shall be installed in the flat of the panel at a spacing of one foot on center. Optional wall fasteners for galvanized walls shall be a No. 12 by one inch self drilling self tapping bolt. The No. 12 fastener shall be zinc plated to a minimum thickness of 0.0010 inch with clear chromatic dip post treatment. Washers shall be five eighths inch O.D. plated steel with elastomer sealer. Fastener shall have five sixteenths inch hexagonal head and shall be manufactured from material meeting AISI No. C-1022. The fastener shall be installed in the flat of the panel at a spacing of one foot on center. Wall panel side lap fasteners shall be blind rivets, colored to match panel color. Fasteners shall be spaced at one third points between girts. 108-2.11 PAINT/FINISH. All steel surfaces of the structural framework shall be cleaned conforming to the requirements of Steel Structures Painting Council Specification SSPC-SP-2, and M-108-6 one shop coat of rust inhibiting zinc primer shall be applied. The paint shall be comparable to the performance requirements of Federal Specification TT-P-636D, and MIL-P-8585A. The primer coat thickness shall be 2.5 mil average. After erection of the structural framework, all burned and damaged areas shall be thoroughly cleaned and touched up with the same finish coat. The metal exterior color should match the adjacent building as close as possible. The contract shall provide color chips for approval prior to applying any finish cost to the exterior. The metal exterior shall be given a pretreatment prior to finishing consisting of cleaning and chemical reaction to an inorganic coating on the metal surface. After proper cleaning and preparation, a zinc chromate pigmented bond coat shall be applied to the exterior side at a thickness no less than 0.15 mil (dried and cured). The final color coat shall be a siliconized polyester color applied at a thickness of 1.0 mil. Other exterior finishes will be accepted. Independent of the finish, the manufacturer shall warrant the coating will not blister, peel, crack or chip or experience rust through for a period of 20 years. 10$-2.12 ELECTRIC BI-FOLD DOORS Electric bi-fold doors for "small T-hangars" shall be sized to match the T-hangar provided with a minimum clear opening of 12' 0" x 41' 611. Electric bi- fold doors for "large T-Hangars" shall be sized to match the hangar provided with a minimum clear opening of 14' x 47' 611. The doors shall conform to specifications of those bi-fold doors manufactured by Wilson Industrial Doors, Inc., P.E. Box 372, Elkhorn, Wisconsin 53121, Fulfab, Inc. or Erect -A -Tube, Inc. or an approved equivalent. Each bi-fold door shall have a 3' 0" x 6' 8" (min.) passage service door with cylinder type lock set. The passage door locks shall be keyed different, but shall have a master key to fit all doors. 108-2.13 GARAGE STYLE ROLL -UP DOORS. Roll -up style "garage doors" constructed of similar materials and of comparable quality as the proposed bi-fold doors shall be installed at the general locations shown on the plans. These doors shall have electronic openers capable of being activated through remote control. Each roll -up door shall be set to separate remote frequencies enabling the doors to be operated independently. The Contractor shall supply two (2) remote controls for each roll -up door. When open, these doors shall provide a twelve (12) foot wide by twelve foot (12) high opening. In addition, three (3) foot wide x six (6) foot eight (8) inch high passage doors shall be provided to provide access and satisfy local fire code regulations. At a minimum, two passage doors shall be M-108-7 provided. These passage doors shall be keyed different from the other passage doors, but shall also be keyed for the master key. 108-2.14 LOCK SETS. All doors are to be keyed. Keyed doors shall be furnished with a cylindrical lock conforming to Federal Specification FF-H-106a, Series 160 with a U.S. 10 finish and full mortised hinges conforming to Federal Specification No. T2127 with U.S. Prime finish. Each set shall be keyed different from other doors, but shall also be keyed for the motor key. 108-2.15 WALL PARTITIONS. Interior wall partitions between T-hangar units shall be full length, full height partitions so that access from one hangar unit to the next or to the residual area is restricted. Partition sheets shall be 26 gauge (minimum) galvanized steel in pressed rib form. The Contractor shall take into consideration the need to provide fire walls as required by local fire regulations. At a minimum, the Contractor shall place a one (1) hour rated firewall every 12,000 square feet. 108-2.16 ROOF VENTILATORS. Roof ventilators shall be of the continuous type with a throat diameter of six (6) inches minimum. Ventilator shall consist of ten (10) foot section. Ventilators shall be spaced forty feet six inches (4016") maximum center -to -center. One ventilator shall be installed at the residual end unit. Ventilators shall be installed with preformed closure strips and permanently pliable mastic. Finish shall be galvanized both sides or pre -painted on both sides to match exterior wall panels. 108-2.17 ELECTRICAL EQUIPMENT/POWER SUPPLY All work shall be completed in strict accordance with all rules and regulations of the 1996 National Electrical Code and all other appropriate State and Local electrical codes. Where various codes conflict, the most restrictive code shall apply. (A) PANELBOARDS The panelboards shall be of the deadfront, automatic circuit breaker type utilizing breakers having equivalent frame sizes to accommodate the design loads for the facility. Additional capacity shall be provided for future expansion of six (6) units adjacent to the large units and four (4) units adjacent to the small units. In addition, each obstruction light should be placed on its own circuit. All breakers shall be of the quick make, quick break type as manufactured by General Electric, Square D, Cutler - Hammer, or equivalent. : lu � • • The breakers shall be trip free, with inverse time characteristics secure through the use of a thermal element supplemented by a magnetic trip. Automatic tripping on overload of short circuit shall be clearly indicated by operating handle assuming a mid -position between the "ON" and "OFF" position. All two and three pole breakers shall be common trip. Circuit breakers of 100 amp frame size and smaller shall have non -interchangeable trips; larger frame size circuit breakers shall have interchangeable trips. All single pole breakers in the branch circuit panelboards shall be arranged and connected to the main bus so that on single phase, three (3) wire panels and two (2) adjacent breaker poles are connected to Phase A & B respectively, and the same relationship of phase sequence shall be maintained. The main phase bus shall be clearly marked and the phase to which each single pole breaker is connected is to be indicated, with the markings to be on or near the terminal plates and not on any parts which are removed for wiring the panel. The mounting pans on which the breakers, bus, etc., are mounted shall be rigid construction. Rigidity is to be obtained by bending the sides of the pans along the entire length to form an angle or channel or by welding any angle to the pan along the entire length. A flat bottom pan will not be acceptable. Panelboard construction shall be such that all breakers are supported and secured at both line and load ends. Also it shall be possible for any breaker to be removed from the front without disturbing adjacent units or removing supplementary insulation. Bus bars shall be securely fastened to bases and shall not depend upon breakers for support. Cabinet boxes shall be fabricated from hot dip galvanized sheet steel of a thickness to meet UL requirements but in no case less than 12 gauge. Boxes shall be provided with angle support for panel assembly, and the panel mounting shall be such that the assembly can be conveniently and positively adjusted for alignment and for front and back position without being removed from the cabinet. Cabinets shall be 5 X " minimum deep or of a size to provide gutter space meeting code requirements but in no case less than four (4) inches on all sides. Panel fronts shall be of cold rolled steel in accordance with gauges required by UL except in no case shall sheet steel less than 12 gauge be used. Trim shall be provided with angle support to engage flange of box and shall be fastened to M-108-9 box by means of clamps which indicate their position from the front. The use of screws engaging holes in the box flange for fastening trim will not be acceptable. Doors shall be fastened to trim by flush concealed hinges and equipped with a flush type chromium plated, combination catch and lock. Two (2) milled type keys shall be provided with each panel, and all locks shall be keyed alike. Trim shall be equipped with a neat directory frame secured to the inside of the door. Trim shall be properly cleaned and finished with one rust inhibiting priming coat and a finish coat of light gray enamel, ANSI No. 61. All main and branch circuit busing shall be copper designed for a current density of not more than 1,000 amperes per square inch and with contact surfaces not more than 200 amperes per square inch. All main bus and back pans shall be designed so that branch circuit breakers may be changed or added without additional machining, drilling or tapping. All line bolts or screws passing through supports shall be countersunk and the heads covered by bakelite plugs or pitch to provide insulation at this point without depending on the insulating sheet behind the panel. All copper connections shall be made with bolts or screws secured with lock washers. Construction of the panelboards shall be such that the bus will not be exposed when the trim is removed. The bus compartment between breakers shall be covered with flush bakelite sections, each section covering not more than two breaker spaces and secured by concealed screws. Any space above or below the braker assembly shall be protected by heavy steel or molded cover section to match the rest of the panel front. The panelboards shall bear the UL label and, if requested by the Engineer, a sample panel shall be submitted for examination prior to approval. The characteristics of the main and branch breakers, lugs, special features, etc., of the panelboards shall not be less than at 22,000 RMS amperes symmetrical at 120/240 volts. The panelboards shall be equipped with ground bars. M-108-10 (B) POWER SUPPLY Power to the site is currently not available on site. The Contractor shall coordinate with Potomac Edison for service from either Airport Road or from a transformer located just east of the site. Although the plans indicate power should be provided by the Contractor from the transformer east of the site, the final source location shall be determined through coordination by the Contractor with the local electrical company and as approved by the engineer. Only underground service will be acceptable. The Contractor shall coordinate all in station with Potomac Edison. 108.2.18 DESIGNATION OF CIRCUITS AND EQUIPMENT (a) Circuit designations in the panelboards shall consist of neatly typewritten cards placed under clear plexiglas in the directory holder of each panelboard. These cards shall indicate the nature and locations of loads served by each circuit. (b) Each item number and/or circuit number in the panelboards and control panels, including switches, pilot lights, and control devices located thereon, shall be properly identified by means of laminated black and white bakelit nameplates. (c) All feeders at panelboards, pull boxes and terminal points shall be properly identified by means of appropriate wire markers. Remote control wiring shall be identified at point of origin, pull boxes, junction boxes and at the remote control points by means of appropriate wire markers. These wire markers shall be numbered by all temperature self -sticking, vinyl cloth markers as manufactured by the W. H. Brady Co., Ideal, Thomas and Betts, or equivalent. 108.2.19 BRANCH CIRCUITS The branch circuit wiring shall be designed to utilize the advantages of multi -wire distribution. The number of conductors in each run of conduit shall be determined by the functional design requirements and code requirements shall govern. 108.2.20 FEEDERS (a) Furnish and install all conduit and cable type feeders. Feeders shall be of the sizes by code. M-108-11 (b) All feeders, insofar, as practical, shall have conductors run continuous, without splices, between terminal points on each end of run. (c) Vertical risers shall have cable supports of the proper design, equal to O.Z., Type "M", where required by the NEC. 108.2.21 CONDUIT (a) All interior wiring shall be installed in electrical metallic tubing with compression fittings. Threaded rigid metal conduit shall be hot dip galvanized and all conduit shall be Republic, Pittsburgh, Triangle or Youngstown. (b) Conduit installed in unexcavated areas of the building shall be hot dip galvanized rigid conduit with threaded couplings. (c) Exposed runs of conduit shall be properly grouped and installed parallel with wall, ceiling and floor lines being suitably supported by clamps, hangers, etc. Exposed conduits shall not be installed on the floor. (d) Conduit shall be installed as a complete system without conductors and shall be continuous from outlet and from fitting to fitting, being mechanically and electrically connected to all boxes, fittings, wireways, etc., and shall be properly grounded. (e) Conduit shall be sized to equal or exceed the minimum requirements of the NEC. Branch circuit home runs shall not be less than %I' in size. (f) All conduits passing through walls, footings or beams below grade shall be grouted around conduit to assure water tightness. 108.22 HANGARS AND SUPPORTS (a) All required hangers, supports, clamps, sleeves, etc., required for the installation of the electrical work are included as a part of the work of the Section. (b) All horizontal runs of conduit shall be properly grouped and hung to true alignment using substantial and appropriate hangers, clamps, etc., equal to Kindorf or Unitstrut. Hanger and support locations M-108-12 shall be coordinated with work of other trades to avoid conflicts. Hangers and supports shall be placed at intervals not exceeding the spacing recommended by the NECA. 108.2.23 WIRE AND CABLE (a) Low Voltage - 600 Volt Class: (1) Furnish and install all wire and cable of AWG sizes as required for the complete installation, in accordance with the applicable provisions of the NEC. (2) All wire and cable shall be insulated for 600 volts and shall be single conductor conforming to the requirements hereinafter set forth, equal to Anaconda, General Cable, General Electric, Phelps Dodge, Triange or Okonote All conductors No. 8 and larger shall be multiple stranded. (3) All conductors shall be copper. (4) All feeder and branch circuit wiring shall be Type THWN/THHN except where ambient temperature conditions require the use of insulations having a higher temperature rating. (5) Wire sizes shall be shown on the Contractor supplied drawings with minimum sizes in accordance with NEC. (6) Conductors shall be continuous with splices made only in junction boxes, and in pull boxes only as required to meet certain conditions. (7) Each coil of wire shall be delivered to the job in its original package bearing the UL label. Wire shall be marked with size and type every two (2) feet. The neutral and each phase wire shall be furnished with different color insulation in sizes up to and including No. 6 AWG. Sizes No. 4 and larger may be provided in black if identified by a series of two or more colored bands completely encircling the conductors, located at or near each terminal point in all junction boxes and at all other points in all junction boxes and at all other points so designated by the inspecting authority. Colored M-108-13 bands shall not be less than 1/ inch nor more than two (2) conductor diameters in width, whichever is greater. The same color shall be used for each phase wire throughout the system for all three (3) phase and feeder circuits. (8) Conductors No. 10 and 12 AWG shall be connected with preinsulated spring connector encased in a steel shell and rated at not less than 105 deg. C. The connector shall have an insulated vinyl cap with a minimum 3/8 inch skirt to cover the bare wires. (9) Splices and taps in conductors No. 8 AWG and larger shall be made with solderless connectors, as manufactured by Burndy or Thomas and Betts. 108-2.24 JUNCTION BOXES (a) The junction boxes shall be of one piece type construction of a type and size applicable as required by the NEC. Boxes shall be Appleton, Steel City, or approved equal. (b) The junction boxes shall be of a type and size applicable for the intended use. Only steel or cast iron boxes will be permitted. Covers for use with these boxes shall have cadmium plated finish and shall be of the rounded edge design with openings to suit devices. Where the general arrangement and number of conduits prohibit the use of a single box, additional boxes shall be used as junction boxes and they shall be of the same general design as the outlet boxes. Such boxes shall be Crouse -Hinds, Appleton, Pyle - National or approved equal. 108-2.25 INDIVIDUAL POWER SUPPLY AND LIGHTING (a) An FAA obstruction light placed on the northern end of each hangar in accordance with Specification Item L-119. A separate breaker shall be provided for each light. (b) Each hangar unit shall have as a minimum one ground fault interrupter duplex receptacle, 125V; 20 Amps. This outlet shall be located in the proximity of the overhead door operator. M-108-14 Each T-Hangar Unit shall have lighting installed to provide enough illumination in accordance with Illumination Engineering Society or local codes. All lighting fixtures shall have low -temperature ballasts installed (0 degrees F.) Power for each door motor operator shall be provided in each T-Hangar Unit. This shall include all conduit, wire boxes, fuses and switches, plus all wiring not provided b the door manufacturer. Each door shall be controlled by a push button station located immediately inside the pedestrian access door. For hangars designed to accommodate handicap access, the push bottom panel can be located on a post outside of the hangar door secured by a key lock. Exterior push button panels shall be designed for exterior conditions and protected from weather elements. (c) It is intended that the hangars will be expanded in the future. Space is available adjacent to the large hangar units for an additional six (6) small nested units. Space is available adjacent to the small hangar units for four (4) additional small units. Capacity shall be incorporated into the .building electrical system to provide for the anticipated expansion. CONSTRUCTION METHODS 108-3.1 GENERAL. The Contractor shall furnish all labor, materials, and services necessary for, and incidental to, the completion of the work in first class condition, shown on the approved plans and specified herein. 108-3.2 EQUIPMENT. All equipment necessary and required for the proper construction of the T-hangar units shall be on the project, in first class working condition, and reviewed by the Engineer before construction is permitted to start. The Contractor shall provide appropriate hoisting equipment to handle the unloading and placing of materials in its final position without damage to the materials or the adjacent pavements. The Contractor's attention is directed to the special provisions which discusses pavement loadings. 108-3.3 CLEANING AND RESTORATION OF SITE. The Contractor shall dispose of all surplus materials, dirt and rubbish from the site. The Contractor shall restore all disturbed areas to M-108-15 their original condition or to the satisfaction of the Engineer. After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear, and in good condition. METHOD OF MEASUREMENT 108-4.1 The quantity to be paid for under this item shall be per lump sum for each T-hangar item installed as a completed unit in place, accepted, and ready for operation. 108-4.2 T-HANGAR MATERIALS. The Contractor shall furnish and deliver to Winchester Regional Airport the materials for complete T-hangar building in accordance with the design, dimensions, and details as shown on the approved plans as submitted by the Contractor and the specifications contained herein. All incidental hardware necessary for the complete erection shall be included. The T-hangar. materials shall be stored in the location approved by the Airport Owner. Payment for stored materials will be in accordance with Section 90-03, Payment for Materials On Hand. 108-4.3 UNIT T-HANGAR ERECTION. The Contractor shall complete the turn key erection of the materials delivered to the site for each complete T-hangar building in accordance with the design, dimensions, and details as shown on the approved plans as submitted by the Contractor and the specifications contained herein. The T-hangar Erection shall include all repairs, adjustments, modifications, incidentals and clear -up required to complete the T-hangar as specified to the satisfaction of the Airport Owner. 108-4.4 T-HANGAR FOUNDATIONS. The Contractor shall furnish and install all the required T-hangar Building Foundations in accordance with the design, dimensions and details as shown on the approved plans as submitted by the Contractor and 'the specifications contained herein. The T-hangar Foundations shall include all repairs and clean-up to the existing facilities and structures required due to the installation of the foundations to the satisfaction of the Airport Owner. Included in the foundation is all excavation necessary to install the foundations, floor slabs, dispose of waste material from the excavation, reinforcement concrete, and other necessities to complete the foundation and floor slabs. 108-4.5 T-HANGAR ELECTRICAL. The Contractor shall furnish and install the T-hangar electrical distribution system in accordance with the Plans and Specifications. M-108-16 BASIS OF PAYMENT 108-5.1 The accepted quantity for T-Hangar materials shall be paid for at the contract unit price per lump sum for each building based on hangar unit size delivered. This price shall be full compensation for all steel, bolts, siding, roofing, manufacturing, delivering, unloading, properly storing, and other necessities to have the materials on site. 108-5.2 The accepted quantity for T-Hangar erection shall be paid for at the contract unit price per lump sum for each building based on hangar unit size erected. This price shall be full compensation for unpacking, erecting, welding/connecting, installing roof, siding, interior walls, doors, and other necessities to each building erected on the foundations. 108-5.3 The accepted quantity for T-Hangar foundations shall be paid for at the contract unit price per lump sum for each building based on hangar unit size completed. This price shall be full compensation for excavation, subgrade compaction, stone, vapor barrier, concrete, reinforcement, and other necessities to complete the foundations and floor slabs. 108-5.4 The accepted quantity for T-Hangar electrical shall be paid for at the contract unit price per lump sum for each building based on hangar unit size. This price shall be full compensation for supplying, installing, coordinating, and other necessities to provide power to and throughout each building. Payment will be made under: Item M-108-5.1 T-hangar Materials (building size) -- Per Lump Sum Item M-108-5.2 T-hangar Erection (building size) -- Per Lump Sum Item M-108-5.3 T-hangar Foundation (building size) -- Per Lump Sum Item M-108-5.4 T-hangar Electrical (building size) -- Per Lump Sum TESTING AND MATERIAL REQUIREMENT M-108-17 TEST ASTM A-325-71A ASTM A-307-68 ASTM A-525-71 ASTM A36-70A AISI No. C-1018 AISI No. C-1022 NBS-PS 15-69 SSPC-SP-2-63 1/ FF-H-106A SERIES 160 No. T2127 TT-P-6360 2/ MIL-P-8585A MIL-C-18969 NOTE: Others as required by referenced specification. 1/ Federal Specification 2/ Military Specification END OF ITEM M-108 M-108-18 .,-4 PHONE CALL !a. M . I lJ DATE TIME_P.M M PHONED OF •' RETURNED PHONE a �p o YOUR CALL AREA CI )[It Mimi 1( �E iFNStUN 11�' PLEASE CALL SAGE bIX /.wlAWdY WILL CALL AGAIN ` CAME TO SEE YOU q/ WANTS TO / b SEE YOU ;IGNED SECOND NATUM" 10R COUNTY OF FREDERICK, VIRGINIA DEPARTMENT OF INSPECTIONS Caller Time Called Phone No. Time Requested Received By PERMIT HOLDER NAME RT. NO. Lot No. SEC. No. STREET NAME DIRECTIONS PERMIT FOR: _ Type of Inspection Residential Footers Slab Water Sewer Rough Plumbing _ Groundworks Other: Time In: Time Out: Results: Approved Comments: DISTRICT l v- Setbacks: FR Draintile Service Rough Electric Rough Mechanical Gas Piping/Test Temperature Weather _ Date Called Date Requested Date of Inspection SUBDIVISION_ Commercial Rejected Gas Fire -up Framing Final Final Building Final Plumbing BUILDING NO. PLUMBING NO. ELECTRICAL NO. MECHANICAL NO. SIGN NO. _ L Cut in No Final Electrical Final Mechanical Site Plan Fire Marshall Special/Complaint • Signature Date OELTA AIRPORT COMSULTANTS, INC. engineers -planners Richmond Charlotte February 28, 1997 Mr. Evan Wyatt Frederick County Planning Dept. 107 N. Kent St. Winchester, VA 22601-5000 RE: As -Bid Plans and Specifications Install Perimeter Fence Winchester Regional Airport Winchester, Virginia Non-AIP Delta Project No. VA 97021 Dear Mr. Wyatt: For your information and use, please find enclosed As -Bid Set Number 12 for the above referenced project. By copy of this letter, a set of the As -Bid plans and specifications are being forwarded to the Engineering and Inspections Department and to the Fire Marshall's office. Two notes were added to the General Notes to address Mr. Kiracofe's review comments from his letter dated February 11, 1997. If you should have any questions regarding this matter, please do not hesitate to contact our office. SRH:var Enclosures cc: Ed Strawsnyder, Engineering and Inspections Doug Kiracofe, Fire Marshall Granville Amos, Executive Director VA 97021 C 012 w/encl (Set No. 13) w/encl (Set No. 14) w/o encl 7333 Whitepine Road Telephone (804) 275-8301 Richmond. Virginia 23237 Fax (804) 275-8371 Homepage: http://www.deltaairport.com E-mail: delta@deltaairport.com WINCHESTER N,HR021997 REGIONAL AS BID AIRPORT SE' No��?_ Specifications & Contract Documents For. INSTALL PERIMETER FENCE DOAV PROJECT NO. CS-0059-PENDING DELTA PROJECT NO. VA 97021 For The WINCHESTER REGIONAL AIRPORT AUTHORITY WINCHESTER, VIRGINIA JAN VARY 1997 t,TH OF G � f� o C, f0KENNETH W. BRAMMER yNO. 12995� Z�Zt� �i we o �w ti is 4,ONAL ��G Zl�DELTA AIRPORT CONSULTANTS, INC. 7333 Whitepine Road Richmond, VA 23237 PROPOSAL Name of Bidder For Install Perimeter Fence At Winchester Regional Airport Winchester, Virginia SUBMITTED TO Winchester Regional Airport Authority DOAV Project No. CS-0059-Pending DELTA PROJECT NO. VA 97021 In compliance with our Invitation for Bids, the undersigned hereby propose to furnish the materials and labor and to perform the work for the completion of items listed in the Schedule below in strict accordance with the Invitation for Bids, Plans, General and Special Provisions, Construction Details, Specifications and all other contract documents for the consideration of the prices quoted in the following schedule of bid items, and agrees, upon receipt of written notice of award, that it will execute a contract in accordance with the bid as accepted and give the required contract bonds with good and sufficient surety, within fifteen (15) calendar days after receipt of notice of formal award of contract and presentation of the prescribed forms. It is agreed that the undersigned has informed itself fully in regard to all conditions pertaining to the place where the work is to be done; that it has examined the plans and specifications for the work and contractual documents thereto, and has read all the special provisions furnished prior to the opening of bids, and that it has satisfied itself relative to the work to be performed. It is agreed that the description under each item, being 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 bidders obligations as described in the specifications, and any details not P-1 14 PROPOSAL specifically mentioned, but evidently included in the contract shall be compensated for in the item which most logically includes it. It is understood that this proposal is submitted for the purpose of obtaining the work included in subject project at the Winchester Regional Airport. Said work includes the following general items: 1. Install Perimeter Fence Said work is described in the project contract documents which also include the place, date, and time of opening proposals. It is understood that separate contracts on individual schedules of work may be awarded, when included in the bid documents. It is understood that wages not less than the minimum rates or wages, as predetermined for this project by the Secretary of Labor, were used in the preparation of this proposal. It is understood that all workmanship and materials under all items of work are guaranteed for one year from the date of final acceptance. It is understood that the Owner reserves the right to accept or reject any or all bids and waive informalities. It is understood that the quantities of work to be done are approximate only and are intended principally to serve as a guide in evaluation of proposals, with the right reserved by the Owner to delete minor bid items. The undersigned agrees, that if awarded the contract, it will commence the work not later than ten (10) days from receipt of the Notice to Proceed and that it will complete the work within the time stipulated in this proposal. It is understood that for each calendar day that any work remains incomplete after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME) the sum of two hundred fifty dollars ($250.00) as liquidated damages will be deducted from any money due or to become due to the Contractor or its Surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in its contract. WD t PROPOSAL Enclosed is security as required, consisting o check, or bid bond) the Winchester Regional Airport Authority, f (cash, certified payable to in the amount of This amount equals 5 percent of the total amount bid submitted by the Contractor. It is understood that this project is funded by federal, state, and local monies and the Contractor shall be subject to all laws and regulations applicable to recipients of such funds. The Contractor shall be a licensed Contractor registered with the Commonwealth of Virginia, shall list its registration number at the end of the proposal in the designated location and shall enclosed a copy of its licensing certificate. P-3 PROPOSAL AIP PROJECT NO. Non-AIP DELTA PROJECT NO. VA 97021 DATE: Item No. Approx. Quantity Item With Unit Price Written In Words Unit Prices In Figures Extended Total Dollars Cents Dollars Cents 1 P-100 1 LS MOBILIZATION PER LUMP SUM 2 P-151 1 LS CLEARING AND GRUBBING PER LUMP SUM 3 P-151 5 EA ISOLATED TREE REMOVAL, 2112' TO 5' BUTT DIAMETER PER EACH 4 P-151 1 LS MISCELLANEOUS DEMOLITION PER LUMP SUM 5 P-156 1 LS EROSION AND SEDIMENT CONTROL PER LUMP SUM 6 P-156 500 LF SILT FENCE PER LINEAR FOOT 7 F-162 10,500 LF CHAIN LINK FENCE PER LINEAR FOOT 8 F-162 25 LF CHAIN LINK FENCE THROUGH WETLANDS PER LINEAR FOOT P-4 AIP PROJECT NO. DELTA PROJECT NO. Non-AIP VA 97021 PROPOSAL DATE: Item No. Approx. Quantity Item With Unit Price Written In Words Unit Prices In Figures Extended Total Dollars Cents Dollars Cents 9 F-162 1 EA 24' DRIVEWAY GATE (AUTOMATIC) PER EACH 10 F-162 1 EA 24' DRIVEWAY GATE (SLIDE) PER EACH 11 F-162 2 EA 14' DRIVEWAY GATE (SLIDE) PER EACH 12 F-162 5 EA 12' DRIVEWAY GATE (SWING) PER EACH 13 T-901 1 LS SEEDING PER LUMP SUM 14 T-908 1 LS MULCHING PER LUMP SUM 15 R-507 13,000 LF FENCE, ST'D FE-W1, W/METAL POSTS PER LINEAR FOOT 16 R-507 800 LF FENCE, ST'D FE-W1, WETLANDS W/METAL POSTS, THROUGH PER LINEAR FOOT P-5 PROPOSAL AIP PROJECT NO. Non-AIP DELTA PROJECT NO. VA 97021 DATE: Item No. Approx. Quantity Item With Unit Price Written In Words Unit Prices In Figures Extended Total Dollars Cents Dollars Cents 17 R-507 4 EA 12' DRIVEWAY GATE, ST'D FE-G PER EACH 18 R-507 1 EA TYPE I WATER GATE, ST'D FE-4 PER EACH 19 R-507 1 EA TYPE II WATER GATE, ST'D FE-4 PER EACH 20 R-701 55 EA AIRPORT PROPERTY SIGNS PER EACH TOTAL BID AMOUNT $ CONTRACT TIME: 120 CALENDAR DAYS irnnTnATFn nAMArPc• A95n /CAIFNDAR DAY SP-1 No. PROPOSAL CONTRACTOR'S CERTIFICATION OF NONSEGREGATED FACILITIES The construction contractor certifies that it does not maintain or provide, for its employees, any segregated facilities at any of its establishments and that it does not permit employees to perform services at any location, under its control, where segregated facilities are maintained. The construction contractor certifies that it will not maintain or provide, for its employees, segregated facilities at any of its establishments and that it will not permit its employees to perform services at any location, under its control, where segregated facilities are maintained. The construction contractor agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting room, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit 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 construction contractor agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the equal opportunity clause and that it will retain such certifications in its files. The information above is true and complete to the best of my knowledge. Name and Title (please type) Signature Date NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001 P-7 PROPOSAL Virginia CERTIFICATION OF NON -COLLUSION My signature certifies that the accompanying bid is not the result of or affected by, any act of collusion with another person or company engaged in the same line of business or commerce, or any act of fraud punishable under Title 18.2, Chapter 12, Article 1.1 of the Code of Virginia, 1950, as amended. Furthermore, I understand that fraudulent and collusive bidding is a crime under the Virginia Governmental Frauds Act, the Virginia Government Bid Rigging Act, the Virginia Antitrust Act, and Federal Law and can result in fines, prison sentences, and civil damage awards. I agree to abide by all conditions of this bid and certify that I am authorized to sign this bid for the bidder. NAME OF BIDDER ADDRESS SIGNATURE NAME (TYPE OR PRINT) OFFICIAL TITLE DATE TELEPHONE NO. Area 2 E PROPOSAL The undersigned hereby acknowledges the receipt of the following Addenda to the Contract Documents. Addendum No. One Issued (DATE) Addendum No. Two Issued (DATE) Addendum No. Three Issued (DATE) Addendum No. Four Issued (DATE) Addendum No. Five Issued (DATE) Name of Bidder Signature Name & Title of Signing Official Business Address: Telephone: CONTRACTORS LICENSE NO: **END OF PROPOSAL** Rev. 7/89 BID BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE as Principal, hereinafter called the Principal, and a corporation duly organized under the laws of the State of Virginia as Surety, hereinafter called the Surety, are held and firmly bound unto Winchester Regional Airport Authority as Obligee, hereinafter called the Obligee, in the sum of Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for Install Perimeter Fence. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the principal to enter such Contract and give such bond or bonds, if the principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation Rev. 7/89 a BID BOND shall be null and void, otherwise to remain in full force and effect. Signed and sealed this day of (Witness) (Witness) 19 (Principal) (Seal) (Title) (Surety) (Seal) F*.Y'.MVo (Title) M y CONTRACT SPECIFICATIONS For Install Perimeter Fence At Winchester Regional Airport Winchester, Virginia Non-AIP Delta Project No. VA 97021 TABLE OF CONTENTS Invitation to Bid i thru ii Prebid Meeting iii SECTION PAGE NUMBERS PART I - GENERAL PROVISIONS 10 Definition of Terms 10-1 thru 10-7 20 Proposal Requirements & Conditions 20-1 thru 20-5 30 Award and Execution of Contract 30-1 thru 30-5 40 Scope of Work 40-1 thru 40-5 50 Control of Work 50-1 thru 50-7 60 Control of Materials 60-1 thru 60-6 70 Legal Relations and Responsibility 70-1 thru 70-10 To Public 80 Prosecution and Progress 80-1 thru 80-9 90 Measurement and -Payment 90-1 thru 90-9 130 Airport Safety Requirements 130-1 thru 130-9 During Construction CONTRACT FORMS Proposal --- Attached P-1 thru P-9 Bid Bond --- Attached BB-1 thru BB-2 Contract C-1 thru C-3 Performance Bond PB-1 thru PB-3 Labor and Material Payment Bond LMPB-1 thru LMPB-3 Warranty of Construction WC-1 Lien and Claims Release LCR-1 SPECIAL PROVISIONS SP Special Provisions SP-1 thru SP-4 ITEM PAGE NUMBERS PART II - EARTHWORK P-100 Mobilization P-100-1 thru P-100-2 P-151 Clearing and Grubbing P-151-1 thru P-151-4 P-156VA Temporary Air and Water Pollution, Soil Erosion, and Siltation Control P-156-1 thru P-156-7 PART VIII - FENCING F-162 Chain -Link Fences F-162-1 thru F-162-8 PART X - TURFING T-901 Seeding T-901-1 thru T-901-7 T-908 Mulching T-908-1 thru T-908-3 PART XII - ROADWAY R-507 Fence and Gates R-507-1 thru R-507-2 R-701 Airport Property Signs R-701-1 l INVITATION TO BID FOR Install Perimeter Fence AT Winchester Regional Airport Winchester, Virginia Sealed bids for furnishing all labor, materials, and equipment and performing all work for the above items will be received by the Winchester Regional Airport Authority until 2:00 P. M. local time, April 2, 1997 then publicly opened and read aloud, in the Conference Room at Winchester Regional Airport, 491 Airport Road, Winchester, Virginia. The successful bidder must comply with provisions set out in this contract including Equal Employment Opportunity, and Department of Labor Requirements. Plans, Specifications, and other Contract Documents are open to the public at the Executive Director's Office, Winchester Regional Airport, 491 Airport Road, Winchester, Virginia 22606. Copies may be secured from Delta Airport Consultants, Inc., 7333 Whitepine Road, Richmond, Virginia 23237. A written request should be submitted, accompanied by a check for $30.00 to cover the cost of postage and handling. NO REFUNDS WILL BE GRANTED. Bids must be accompanied by a certified check or a bid bond in the amount of not less than 5 percent of the total amount bid. A Contract Performance Bond and a Contract Payment Bond each equal to 100 percent of the Contract Price will be required for the successful Contractor. No bid may be withdrawn for a period of sixty (60) calendar days after the date of receiving bids. A Pre -Bid meeting has been scheduled for 1:00 P. M., March 12, 1997 in the Conference Room at Winchester Regional Airport, 491 Airport Road, Winchester, Virginia. The successful bidder shall commence work with adequate force and equipment on a date to be specified in a written order of the Owner and shall complete work within the time prescribed in the contract documents. Proposals shall be placed in a sealed envelope addressed to the Executive Director, Winchester Regional Airport Authority, 491 Airport Road, Winchester, Virginia 22606, and labeled in lower left-hand corner: Install Perimeter Fence i � I � I 1 � I 1 � I 1 The Winchester Regional Airport Authority reserves the right to reject any or all bids, to waive informalities, and to re -advertise. Mr. Granville Amos Executive Director Winchester Regional Airport Authority ii 1 WINCHESTER REGIONAL AIRPORT INSTALL PERIMETER FENCE PRE -BID MEETING DATE: March 12, 1997 TIME: 1:00 P.M. Local Time LOCATION: Conference Room Winchester Regional Airport 491 Airport Road Winchester, Virginia All bidders are requested to attend to discuss the proposed construction and the plans and specifications. All potential bidders are strongly urged to attend. DELTA PROJECT NO. VA 97021 DOAV PROJECT NO.CS-0059-Pending iii i 1 1 PART I - GENERAL PROVISIONS 1 1 1 1 SECTION 10 - DEFINITION OF TERMS DIVISION I GENERAL PROVISIONS Whenever the following terms are used in these specifications, in the contract, in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-04 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-05 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-06 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. - 10-07 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft, and includes its buildings and facilities, if any. ..' :. :.: .::: ' ..:>::>::: ;;;>::: :;;:<..::...:.. ::.;;>. :" fit::.;:;:. , >;;:: .. `:.;;. Z• . Gs5 2 .a:..��rr.�d.::::�t�:.:::.�.n.:.:::���s.:::: �, �e�i�na7'airports ................................................:. 10-08 ASTM. The American Society for Testing and Materials. 10-09 AWARD. The acceptance, by the owner, of the successful bidder's proposal. 10-10 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-1 7/92 1 I � SECTION 10 - DEFINITION OF TERMS 10-11 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. 10-12 CALENDAR DAY. Every day shown on the calendar. 10-13 CHANGE ORDER. A written order to the Contractor 10-14 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans, and any addenda issued to bidders. 10-15 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-16 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. 10-17 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. 10-18 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-19 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the owner (sponsor) to be responsible for engineering supervision of the contract work and .............................. acting directly or throuqh an authorized representative. !7�;E'-.ft. E'x? [l I � [l Ej 17 I 1 I I I � 10-2 7/92 j � I � 1 1 I �i I 1 I i SECTION 10 - DEFINITION OF TERMS 10-20 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. 10-21 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. 10-22 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, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-25 FINAL ACCEPTANCE. The work has been totally completed in the opinion of the Owner in accordance with the Contract Documents based on a final inspection by the Owner, Engineer, and Contractor. 10 INSPECTOR. au >: ze:d:Z2:.::::.:>>».:a2:::> <<e e. who is assigned to the project site or any part thereof: ............................... 10-28 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed," "required," "permitted," "ordered," "designated," "prescribed," or words of the like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words "approved," "acceptable," "satisfactory," or words of like import, shall mean approved by, or 10-3 7/92 SECTION 10 - DEFINITION OF TERMS 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. 10-29 LABORATORY. The official testing laboratories of the owner or such other laboratories as may be designated by the Engineer. 10-30 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-31 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. 10-32 MATERIALS. Any substance specified for use in the construction of the contract work. 10-34 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. 10-35 OWNER (SPONSOR). The term Owner shall mean the party of the first part or the contracting agency signatory to the contract. For AIP contracts, the term Sponsor shall have the same meaningas the term Ow the winches � ..:: Regi nai . 10-4 7/92 i 11 i 1 I n I 1 i 1 A L 11 I 1 1 1 SECTION 10 - DEFINITION OF TERMS 10-36 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-37 PAYMENT BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-38 PERFORMANCE BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-39 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. 10-40 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-41 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. 10-42 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his/her proposal is accepted by the Owner. 10-43 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-45 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. 10-46 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical 10-5 7/92 I I � SECTION 10 - DEFINITION OF TERMS 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. 10-48 SUBGRADE. The soil which forms the pavement foundation. 10-50 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. 10-51 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the owner covering: (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. 10-52 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds which are furnished to the owner by the Contractor. 10-53 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. 10-54 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. 10-55 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 10-6 7/92 1' 1 i 1 1 1 I 1 I 1 1 1 1 SECTION 10 - DEFINITION OF TERMS 6 hours toward completion of the contract. Unless work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. END OF SECTION 10 10-7 7/92 SECTION 20 - PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (Notice to Bidders). I 20-02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the Owner satisfactory evidence of his/her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the Owner satisfactory evidence of his/her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the Contractor's last fiscal year. Such statements or reports I shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his/her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect his/her (bidder's) true financial condition at the time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State Highway Division and is on the current "bidder's list" of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore specified. Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner no later than ?sc datfo 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. 20-1 7/92 1 SECTION 20 - PROPOSAL REQUIREMENTS AND CONDITIONS 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 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be 1 and materials to be S i furnished under these specifications c ifications is the result of careful calculat*oris and"is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. 20 06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans, specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection by bidders. It is understood and agreed that such subsurface information, whether included in 20-2 7/92 t I r L [J I 1 I 11 SECTION 20 - PROPOSAL REQUIREMENTS AND CONDITIONS the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the Owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from his/her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner. 20-07 PREPARATION OF PROPOSAL. The bidder shall submit his/her proposal on the forms furnished by the Owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals for which he proposes to do each pay item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. The bidder shall sign his/her proposal correctly and in ink. If the proposal is made by an individual, his/her name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his/her authority to do so and that the signature is binding upon the firm or corporation. 20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind which make the proposal incomplete, indefinite, or otherwise ambiguous. 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. 20-3 7/92 I 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement before the time specified for opening all bids. Proposals received after the 0 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 tproposal one an from the same h 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. 20-4 7/92 1 11 SECTION 20 - PROPOSAL REQUIREMENTS AND CONDITIONS 0. If the bidder is considered to be in "default" for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section. END OF SECTION 20 r� 7/92 A ISECTION 30 - AWARD AND EXECUTION OF CONTRACT 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the Owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the Owner's best interests. 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within .0 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner totverer<:::o award Thal l sae made unta I tine I7C32�V bae 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 30-1 7/94 SECTION 30 - AWARD AND EXECUTION OF CONTRACT will be returned. The successful bidder's proposal guaranty will be returned as soon as the Owner receives the contract bond as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract, the successful bidder shall furnish the Owner a surety bond or bonds which have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be Eff Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. 30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the Owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is recommended. 30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract to the Contractor shall constitute the Owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of 3 0-2 7/94 SECTION 30 - AWARD AND EXECUTION OF CONTRACT the proposal guaranty, not as a penalty, but as liquidation of damages to the Owner. 30-3 7/94 SECTION 30 - AWARD AND EXECUTION OF CONTRACT 30-4 7/94 ISECTION 40 - SCOPE OF WORK 1 1 1 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The Owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations which do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations which are for work within the general scope of the contract shall be covered by "Change Orders" issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the Owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the Owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. 40-03 OMITTED ITEMS. The Engineer may, in the Owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to 40-1 7/92 0 1 SECTION 40 - SCOPE OF WORK 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. When determined by the Engineer to be in the Owner's best interest, he may order the Contractor to proceed with extra work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of extra work that is not covered by written agreement (change order or supplemental agreement) shall be 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. 40-2 7/92 II I L-1 7j u I SECTION 40 - SCOPE OF WORK 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 Contractors performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish, erect, and maintain barricades, warning signs, flagmen, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. 40-3 7/92 r SECTION 40 - SCOPE OF WORK Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the Owner when so utilized in the work. 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for his/her own temporary construction on site; or, d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a, b, or c, he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a, b, or c, the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a, the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his/her exercise of option a, b, or c. 40-4 7/92 1 I � rJ E Ll 1 1 1 I � L� I SECTION 40 - SCOPE OF WORK 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.....:::.'...::,.;.:::tits...: ..%. <....;:.;;:::::.::;.;::.;:.;:.;::.:: END OF SECTION 40 40-5 7/92 I u J, I LJ� SECTION 50 - CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. He shall decide all questions which may arise as to the interpretation of the specifications or plans relating to the work, the fulfillment of the contract on the part of the Contractor, and the rights of different Contractors on the project. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his/her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, he will advise the Owner of his/her determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the Owner a basis of acceptance which will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with theCh1X1G`'>s ac1'f Engineer's written orders. :............................ For the purpose of this subsection, the term "reasonably close conformity" shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's right to insist on strict compliance with the requirements of the contract, plans, and 50-1 7/92 17 SECTION 50 - CONTROL OF WORK specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term "reasonably close conformity" is also intended to provide the Engineer with the authority to use good engineering judgment in his/her determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in 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: 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with two copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The Engineer shall allocate the work and designate the sequence of construction in case of controversy between contractors. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his/her authorized representative. 50-2 7/92 P SECTION 50 - CONTROL OF WORK 50-05 COOPERATION BETWEEN CONTRACTORS. The Owner reserves the ' right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate wit h each other k.ritarii e z ......................xx ......................................... 'i[:::;;'::<t:::2>:1.:'t:x:.>::a+...,.::n.r.+.,ti:•.Q:.::.4 ryli-F`:i:.�: ry �. �.. a:^rYr ri ::7.""...;.. rbih N�'F:::i::r.'+'!'':::C_"�'V.'.7t�':... ........................................,..............................:..............................................................:::............................... Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays,'or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that ' of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES. The Engineer shall furnish the Contractor with horizontal and vertical control only in the form of bench marks, and the Contractor must furnish all ::...:....:. additional stakes for the layout and construction of the work.1 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or ' mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will product results which conform to all other requirements of the contract. ' 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed 50-3 7/92 1 SECTION 50 - CONTROL OF WORK 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 his/her 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 inspection by an authorized representative of the Owner may be:.1ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work which does not conform to the requirements of the contract, plans, 50-4 7/92 I [i F, SECTION 50 - CONTROL OF WORK and specifications will be considered unacceptable, unless ' otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the Owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage which may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense. F-- !, LJ 50-5 7/92 F SECTION 50 - CONTROL OF WORK 1 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 Engineer may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, he may request the Engineer to make final 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 t7 shall notify the Contractor in writing of final acceptance as of"tYie date 50-6 7/92 1 I �1 F'� 11 SECTION 50 - CONTROL OF,WORR of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing of his/her intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within 10 calendar days, submit his/her written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. END OF SECTION 50 50-7 7/92 I n L 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) 150/5345-1, Approved Airport Equipment, that is in effect on the date of advertisement; and, b. Produced by the manufacturer qualified (by FAA) to produce such specified and listed equipment. 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of AASHTO or ASTM which are current on the date of advertisement for bids will be made by and at the expense of the Owner. Samples will be taken by a qualified representative of the Owner. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/her request. 60-1 8/96 I 1 SECTION 60 - CONTROL OF MATERIALS 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish the specified "brand name," the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: I �� I � u 11 a. Conformance to the specified performance, testing, quality or dimensional requirements; and, ' b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an "or equal" material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed "or equal" is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION. The Engineer or his/her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be , inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. 60-2 8/96 1 1 I SECTION 60 - CONTROL OF MATERIALS Should the Engineer conduct plant inspections, the following ' conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted for materials. b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. ' c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. ' It is understood and agreed that the Owner shall have the right to retest any material which has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 ENGINEER'S FIELD OFFICE AND LABORATORY. When specified and provided for as a contract item, the Contractor shall furnish a building for the exclusive use of the Engineer as a field office and field testing laboratory. The building shall be furnished and maintained by the Contractor as specified herein and shall become property of the Contractor when the contract work is completed. 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the Owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property Owner's permission. 60-3 8/96 SECTION 60 - CONTROL OF MATERIALS All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/her entire expense, except as otherwise agreed to (in writing) by the Owner or lessee of the property. 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. No rejected material or assembly, the defects of which have been corrected by the Contractor, shall be returned to the site of the work until such time as the Engineer has approved its use in the work. 60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified herein (if any) to be furnished by the Owner. Owner -furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner -furnished materials shall be included in the unit price bid for the contract item in which such Owner -furnished material is used. After any Owner -furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies which may occur during the Contractor's handling, storage, or use of such Owner - furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner -furnished materials. 60-4 8/96 1 n �� I � I � I SECTION 60 - CONTROL OF MATERIALS 60-5 8/96 I � SECTION 60 - CONTROL OF MATERIALS END OF SECTION 60 .1 . 8/96 1 ISECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees -of bodies or tribunals ' having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, ' order, or decree, whether by himself or his/her employees. ' 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, taxes, 't1 ab c:s and give all notices necessary and incidental to the due aricl lawful prosecution of the work. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the 1 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.'W" :�t,��}-lp�;j���.. �y��� pkr,�e�, the Contractor shall not permit any ...ihdivi:diia�l, firm; or' ...orporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. ;3:Q�<:;r�r:::n�Yter::��2s'.<E>wI1TGlZ`':7ti�:Y?>b.�'::::>G17x;E'.G ::::::.::::....* .......,...:::.:::.................................._........... 70-1 7/92 I � SECTION 70 FACILITY OR UTILITY - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC Airport Lighting Sanitary Sewer, Frederick County Sanitation Authority Shenandoah Gas Co. Potomac Edison C & P Telephone Miss Utility FACILITIES AND UTILITIES PERSON TO CONTACT (NAME AND TITLE) Granville Amos Executive Director John Whitacre John Popovich or Kimberly Hickerson John Rostock Engineering Office TELEPHONE (540) 662-5786 (540) 665-5690 (540) 869-1111 (800) 654-3317 (540) 662-9980 (800) 552-7001 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 work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed in this subsection. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's (Sponsor's) request to the FAA. In consideration of the United States Government's (FAA's) agreement with the Owner, the Owner has included provisions in this contract pursuant to the requirements of the Airport Improvement Act of 1982, as amended by the Airport and Airway Safety and Capacity Expansion Act of 1987, and the Rules and Regulations of the FAA that pertain to the work. As required by the Act, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, FAA, and is further subject to those provisions of 70-2 7/92 I � it 1 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC the rules and regulations that are cited in the contract, plans, or specifications. No requirement of the Act, the rules and regulations implementing ' the Act, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such ' accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. ' Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings ' or under conditions which are unsanitary, hazardous, or dangerous to his/her health or safety. 1� 70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified 70-3 7/92 I 1 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office). When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340-1, "Marking of Paved Areas on Airports". The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and his/her parked construction equipment that may be hazardous to the operation of emergency fire -rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370- 2C, "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 which requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer. Open -flame type lights shall not be permitted within the air operations areas of the airport. 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from 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 I �� 1 1 Ll 70-4 7/92 1 ' SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC shall be provided satisfactory to the Engineer and, in general, not ' closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy. t The Contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of his/her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or ' within 1,000 feet (300 m) of the airport property. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location ' and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the nonexecution thereof by the Contractor, he shall restore, at his/her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer and the Owner and their ' officers, and employees from all suits, actions, or claims of any character brought because of any injuries or damage received or sustained by any person, persons, or property on account of the ' operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work, or because of any act or omission, neglect, or misconduct of said Contractor; or ' because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the "Workmen's Compensation Act", or any ' other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his/her contract as may be considered 1 70-5 7/92 [I SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC necessary by the Owner for such purpose may be retained for the use ' of the Owner or, in case no money is due, his/her surety may be held until such suit or suits, action or actions, claim or claims for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the Owner, except ' that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. ' 70-12 THIRD PARTY BENEFICIARY 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 Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his/her own estimate of the difficulties involved in arranging work to permit such beneficial ..his/her occupancy by the Owner. Upon compl'etiori of ariy portion of"'tlie work""t'....... atisfy "the Ph-&-9irig shown on the plans, such portion may be accepted by the Owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section ' 50, if such Work is to be used. No portion of the work may be opened by the Contractor for public ' use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, ' in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work ' so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the ' Contractor at his/her expense. The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under the conditions ' 70-6 7/92 1 V� H SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC herein described and shall not claim .any added compensation by reason of delay or increased cost due to opening a portion of the contract work. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the nonexecution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof... If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his/her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable• growing condition all living material in newly established planting, seedings, and soddings furnished under his/her contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the Owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control his/her operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans. 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 ' 70-7 7/92 H SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC I 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 herein above provided shall be cause for the Engineer to suspend the Contractor's operations in the general vicinity of a utility service or facility. ' Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be ' required to use excavation methods acceptable to the Engineer within 3 feet (90 cm) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the 70-8 7/92 ' a F, 1 11 I SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The contract Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. 70-16 FURNISHING RIGHTS -OF -WAY. The Owner will be responsible for furnishing all rights -of -way upon which the work is to be constructed in advance of the Contractor's operations. 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 estopped from recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the Owner's rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-9 7/92 1 SECTION 70 - LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC I 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his/her operations, any building, part of a building, structure, or object which is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Engineer order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension" of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 1 0 70-10 7/92 1 r SECTION 80 - PROSECUTION AND PROGRESS Rev. 7/96 80-01 SUBLETTING OF CONTRACT. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when �I work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the ze' ....:............ Il:? Engineer. �I Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. 80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the .0;wr e in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 8 hours in advance of the time actual construction operations will begin. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the er s approval '�t:»<<:�h:e::>:::::>:F:�'�:cax�;��;��::q'�;;�oT�»'>:»�:.::;�;�:��;::;��;::: The Engine pp ........................ ..:.. .:..................... ... ..... .:.. ........... Contractor's progress schedule, when' approved bji'"tlie Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-04 LIMITATION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/her subcontractors and 1 80-1 t SECTION 80 - PROSECUTION AND PROGRESS Rev. 7/96 all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport. When the work requires the Contractor to conduct his/her operations within an AIR OPERATIONS AREA of the airport, the work shall be coordinated with airport management (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AIR OPERATIONS AREA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AIR OPERATIONS AREA of the airport on an intermittent basis (intermittent opening and closing of the AIR OPERATIONS AREA), the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are provided. The following AIR OPERATIONS AREA (AOA) cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: 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. i 1 H 1 11 1 I 1 1 I j t 1 1 I MI � I SECTION 80 - PROSECUTION-AND,PROGRESS Rev. 7/96 All equipment which is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 80-06 TEMPORARY SUSPENSION OF THE WORK. The Engineer shall have the authority to suspend the work wholly, or in part, for such period or periods as he may dE weather, or such other conditions the prosecution of the work, or necessary, due to unsuitable are considered unfavorable for such time as is necessary due to the failure on the part of the Contractor to ca: given or perform any or all provisions -of the contr ry out orders In the event that the Contractor is ordered by the Engineer, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Contractor, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction not 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. of calendar or working days allowed for completion shall be stated in the proposal and contract and shall the CONTRACT TIME. Should the contract t Contractor's control, 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 1 SECTION 80 - PROSECUTION AND PROGRESS Rev. 7/96 days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base his/her weekly statement of contract time charged on the following considerations: (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the normal work force employed on such principal item. Should the normal work force be on a double -shift, 12 hours shall be used. Should the normal work force be on a triple - shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Engineer for reasons not the fault of the Contractor, shall not be charged against the contract time. (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 j. contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. in (5) The Contractor will be allowed 1 week which to file a written protest setting forth his/her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same 80-5 Oil SECTION 80 — PROSECUTION AND PROGRESS Rev. 7/96 proportion as the extended contract total amount of the actually completed quantities bears to the extended contract total amount of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice -to -proceed and including all ..................................... Saturdays , Sundays , holidays , and non -work days . 'T1L7s v 1 SECTION 80 - PROSECUTION AND PROGRESS Rev. 7/96 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 the change order or supplemental agreement. Charges against the contract time will cease as of the date substaxztxally comp3et� as 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 his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in his/her contract. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the i � SECTION 80 - PROSECUTION AND PROGRESS Rev. 7/96 date to which the time for completion may have been extended, will in no way operate as a waiver on the part of the Owner of any of its rights under the contract. 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his/her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the "Notice to,Proceed," or b. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or C. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the prosecution of the work, or 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 carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The Owner may appropriate or use any �I I � 11 I I I I ri I I ir-1 I 1 SECTION 80 - PROSECUTION AND PROGRESS Rev. 7/96 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 f Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive,Order of the President with respect to the prosecution of war or in the interest of national defense. 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 the work and that are not incorporated in the work shall, at option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerning any just claim arising out of the work performed. END OF SECTION 80 80-9 I' L SECTION 90 - MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave -outs) having an area of 9 square feet (0.8 square meter) or less. Unless otherwise N 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. :. ::t ln...: or:<...O.C;:.>c7..;:;::W.,t:sx':lT?.;>;t��? In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. The term "ton" will mean the short ton consisting of 2,000 pounds (907 kilograms) avoirdupois. All materials which are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designated by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material be paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of 11 90-1 7/92 SECTION 90 - MEASUREMENT AND PAYMENT 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 (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) 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 (liter) or ton (kilogram). When measured by volume, such volumes will be measured at 60 F (15 C) or will be corrected to the volume at 60 F (15 C) using ASTM D 1250 for asphalts or ASTM D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. Cement will be measured by the ton (kilogram) or hundredweight (kilogram). Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term "lump sum" when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, "lump sum" work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force 90-2 7/92 Cl SECTION 90 - MEASUREMENT AND PAYMENT account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one -tenth of 1 percent of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). 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 (23 kilogram) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales "overweighing" (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighing -accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent. In the event inspection reveals the scales have been "underweighing" (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and 90-3 7/92 SECTION 90 - MEASUREMENT AND PAYMENT 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 manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the "Basis of Payment" subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner. 90-4 7/92 1 1 i 11 I ri 1 1 SECTION 90 - MEASUREMENT AND PAYMENT 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 and the amount of such costs. 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. a. Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance•is herein provided. b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. C. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. 90-5 7/92 SECTION 90 - MEASUREMENT AND PAYMENT (3) Quantities of materials, prices, and extensions. (4) Transportation of materials. (5) Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accompanied and supported by a receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. 90-06 PARTIAL PAYMENTS. Partial payments will be made at least once each month as the work progresses. Said payments will be based upon estimates prepared by the Engineer of the value of the work performed and materials complete in place in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due the Contractor since the last estimate amounts to less than five hundred dollars. From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (90 percent) of the amount payable, less all previous payments, shall be certified for payment. When not less than 95 percent of the work has been completed the Engineer may, at his/her discretion and with the consent of the surety, prepare an estimate from which will be retained an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and 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 19 . 7/92 1 1 jSECTION 90 - MEASUREMENT AND PAYMENT 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. 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. d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at anytime prior to use in the work. It is understood and agreed that the transfer of title and the Owners payment for such stored or stockpiled materials shall in no way relieve the Contractor of his/her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or 90-7 7/92 1 SECTION 90 - MEASUREMENT AND PAYMENT perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, he/she may request that the Owner accept (in lieu of the 10 percent retainage on partial payments described in' the subsection titled PARTIAL PAYMENTS of this section) the Contractor's deposits in escrow under the following conditions. a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the 10 percent retainage that would otherwise be withheld from partial payment. C. The Contractor shall enter into an escrow agreement satisfactory to the Owner. d. The Contractor shall obtain the written consent of the surety to such agreement. 90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the• Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous 90-8 7/92 1 1 1 I I r r i 1 C �. SECTION 90 - MEASUREMENT AND PAYMENT 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. 1 1 1 1 I J 1 If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. END OF SECTION 90 90-9 7/92 1 1 1 Ll F A 1 I 1 [_1 Q 1. GENERAL SAFETY REQUIREMENTS During performance of this contract, the Airport runways, taxiways, and aircraft parking aprons shall remain in use by aircraft to the maximum extent possible. Aircraft use of areas near the Contractor's work will be controlled to minimize disturbance to the Contractor's operation. The Contractor shall not allow employees, subcontractors, suppliers, or any other unauthorized person to enter or remain in any airport area which would be hazardous to persons or to aircraft operations. All work which is too close to an active runway, taxiway or apron to be performed under operational conditions shall be performed when the runway, taxiway or apron is not in use. such work shall not be accomplished without prior permission from the Engineer. Construction and Facilities Maintenance Contractors shall: a. be aware of the following types of safety problems and/or hazards: (1) Trenches, holes, or excavations on or adjacent to any open runway or in safety areas. (2) Unmarked/unlighted holes or excavation in any apron, open taxiway, open taxilane, or related safety area. (3) Mounds or piles of earth, construction materials, temporary structures, or other objects in vicinity of any open runway, taxiway, taxilane, or in a related safety, approach, or departure area. (4) Pavement drop-offs or pavement -turf lips (either permanent or temporary) which could cause, if crossed at normal operating speeds, damage to aircraft that normally use the airport. (The normal maximum is 1 1/2 inches for either.) (5) Vehicles or equipment (whether operating or idle) on any open runway, taxiway, taxilane, 130-1 or in any related safety, approach, or departure area. (6) Vehicles, equipment, excavations, stockpiles, or other materials which could degrade or otherwise interfere with electronic signals from radios or electronic navigational aids. (7) Unmarked utility, navaid, weather service, runway lighting, or other power or signal cables that, could be damaged during construction. (8) Objects (whether marked or flagged or not) or activities anywhere on or in the vicinity of the airport which could be distracting, confusing, or alarming to pilots during aircraft operations. (9) Unflagged/unlighted low visibility items (such as tall cranes, drills, and the like) anywhere in the vicinity of active runways, or in any approach or departure area. (10) Misleading or malfunctioning obstruction lights. (11) Unlighted/unmarked obstructions in the approach to any open runway. (12) Inadequate approach/departure surfaces (needed to assure adequate landing/takeoff clearance over obstructions or work or storage areas). (13) Inadequate, confusing, or misleading (to user pilots) marking/lighting of runways, taxiways, taxilanes (including displaced or relocated thresholds). (14) Water, snow, dirt, debris, or other transient accumulation which temporarily obscures pavement marking, pavement edges, or derogates visibility of runway/taxiway marking or lighting, or of construction and maintenance areas. 130-2 i :......« (15) Inadequate or improper methods of marking, barricading, and lighting of temporarily closed portions of airport operations area. (16 ) Trash or other materials with foreign object damage (FOD) potential, whether on runways, taxiways, or aprons, or in related safety areas. (17) Inadequate fencing or other marking to separate construction or maintenance areas from open aircraft operating areas. (18) Failure to control vehicle, human, and large animal access to, and nonessential nonaeronautical activities in, open aircraft operating areas. (19) Failure to maintain radio communication between construction/maintenance vehicles and air traffic control tower or other on - field communications facility, e.g., FAA Flight Service Station (FSS) or unicom radio. (20) Construction activities or materials which could hamper crash -fire -rescue (CFR) vehicle access from CFR stations to all parts of the runway/taxiway system, to runway approach and departure areas, and to aircraft parking locations. (21) Bird attractants such as edibles (food scraps, etc.) or other miscellaneous garbage, other trash, grass/crop seeding, or ponded water on airport. b. conduct activities so as not to violate any safety standards herein; C. inspect all construction and storage areas as often as necessary to be aware of conditions, and d. promptly take all steps needed to prevent/remedy any unsafe or potentially unsafe conditions/activities discovered. 130-3 Before actual commencement of construction activity, Contractor shall through airport management give notice using the Notice to Airmen (NOTAM system) of proposed time and date of commencement of construction in such areas. Upon completion of work and return of all such areas to standard conditions, Contractor shall through airport management issue notice (using the NOTAM system) of completion of construction. 2. TRENCHES, EXCAVATIONS AND STOCKPILED MATERIAL Open trenches or excavations exceeding 6" in depth and 6" in width or stockpiled material will not be permitted within the limits of restricted 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. 3. CONSTRUCTION IN PROXIMITY TO RUNWAYS a. Construction activity will not be permitted within 300 feet of Runway 14-32 nor within 1,000 feet of each runway threshold. 4. TAXIWAY/TAXILANE EDGES If an appropriate construction/maintenance NOTAM has been issued, construction/maintenance activities are permissible up to pavement edge of active taxiways/taxilanes provided: a. adequate wingtip/propeller/engine pod clearance exists at all points along taxiway/taxilane, and b. construction/maintenance areas are adequately marked and lighted for visibility to user pilots. If such clearance is not available, but aircraft could with guidance pass through, construction/maintenance is still permissible up to pavement edges provided wing walkers/aircraft directors are used to guide aircraft through. Otherwise the taxiway/taxilane must be closed for construction/maintenance. 130-4 :...:o .: :>...:x..rr 5. CONSTRUCTION AREA MARRING Flaglines, traffic cones, flashers, and/or signs shall be used as necessary. a. To clearly separate all construction/maintenance from other parts of air operations area, b. To identify isolated hazards, such as open manholes, excavations, areas under repair, stockpiled material, waste areas, etc., and C. To identify FAA, airport, and National Weather Service facilities, cables, power lines, ILS critical and other sensitive areas. All barricades, temporary markers, f lagline supports, and other objects placed/left in safety area of any open runway, taxiway, or taxilane shall be: a. as low as feasible b. of low mass C. easily collapsible if impacted by an aircraft or component thereof d. weighted down or attached to surface to reduce chance of movement by prop wash/jet blast/wing vortex or other wind currents, and e. if affixed to the surface, frangible at ground level. 6. OTHER MARRING AND LIGHTING Objects (whether fixed or mobile) above runway elevation within the distances set out in Table 1 below or that penetrate the applicable runway approach surface described in FAR Part 77.25, Par. (d), may be hazardous to aircraft operations. Construction/maintenance-related objects such as stockpiled materials or equipment within these distances may need airspacing and shall be marked with orange and white flags or paint and, if nearest runway is used at night, be well illuminated and/or obstruction lighted. 130-5 � I TABLE 1 RUNWAY CATEGORY 1. Utility a. Visual Runway b. Nonprecision Instrument Runway 2. Larger Than Utility a. Visual Runway b. Nonprecision Instrument Runway with visibility minimums (for instrument landings) of over 3/4 mile C. Nonprecision Instrument Runway with visibility minimums (for instrument landings) of 3/4 mile or less 3. Precision Instrument 7. MOTORIZED VEHICLES DISTANCE FROM RUNWAY CENTERLINE 125 feet plus 7 times object height 250 feet plus 7 times object height 250 feet plus 7 times object height 250 feet plus 7 times object height 500 feet plus 7 times object height 500 feet plus 7 times object height a. When any vehicle other than those approved for use in the aircraft movement area and runway approach area is required to travel over any portion of that area, it shall be escorted by a vehicle properly identified to operate in the area and be provided with a flag on a 130-6 I V2:'E"''....7ik»'a'.:::::.::: staff attached to the vehicle. A flag or escort vehicle is not required for vehicles which have been painted, marked and lighted for routine use on aircraft movement areas. Any vehicle operating on the movement area during the hours of darkness should be equipped with a flashing dome -type light, the color to be in accordance with local and/or state codes. b. Vehicular traffic crossing active movement areas must be controlled either by two-way radio with the control tower, by escort, flagman, signal light or the means appropriate for the particular airport. The clearance should be confirmed by the driver's personal observations that no aircraft is approaching his position. C. Employee parking shall be as shown on the plans. d. Vehicular and Pedestrian Control. Vehicles operated in the air operations area of an airport shall comply with the Airport Owner's rules and regulations for vehicle marking and operation. Vehicles operated on open runways or in their safety areas should be marked with orange and white flags or flashing yellow beacons during daylight hours. During hours of darkness or low visibility daylight hours, they shall be marked with at least flashing yellow beacons. See AC 150/5210-5, Painting, Marking and Lighting Vehicles used on Airports. Vehicles on open runways or taxiways shall maintain radio contact (or be accompanied by a person in contact) with on -airport Air Traffic Control Tower, FAA Flight Service Station (FSS), or UNICOM, if any, as directed by airport management. Vehicles and pedestrian access routes used for airport construction and maintenance shall be controlled to prevent any unauthorized entry of persons or vehicles. Vehicle parking areas for the Contractor's employees shall be designated in advance to minimize vehicle traffic in open aircraft movement areas. e. Construction Site Access and Haul Roads. Access to the job site shall be as shown on the plans. 130-7 8. NAVIGATIONAL AIDS The Contractor shall not conduct any construction activity within the navigational aids (i.e., ILS components, VOR, ASR, ATCT) restricted areas shown on the plans without prior approval from the local FAA Airway Facilities Sector through the Engineer. 9. LIMITATION ON CONSTRUCTION a. Open -flame welding or torch -cutting operations should be prohibited unless adequate fire and safety precautions are provided and have been approved by the Airport Owner (or Sponsor) . All vehicles are to be parked and serviced behind the building restriction line and/or in an area designated by the airport operator. b. Open trenches, excavations and stockpiled material at the construction site shall be prominently marked with red flags and lighted by light units (acceptable to the Airport Owner or operator and the FAA) during hours of restricted visibility and/or darkness. Under no circumstances are flare pots to be used for airport lighting. C. Stockpiled material shall be constrained in a manner to prevent movement resulting from aircraft blast or wind conditions. Material should not be stored near aircraft turning areas. 10. MARRING AND LIGHTING OF CLOSED HAZARDOUS AREAS ON AIRPORTS When areas on airports are closed or present hazards due to construction activities, they should be marked and lighted according to paragraph 10 of AC 150/5340-1, Marking of Paved Areas on Airports, current edition. 11. RADIO COMMUNICATIONS Radio communications are not required. 130-8 U . ......... _:: ........... ........ ............ 1::::::::::::::::::::::::::::::::::::::::::::::::::::::::::& ' "'i 'P. .' :: 12. DEBRIS Waste and loose material capable of causing damage to aircraft landing gears, propellers or being ingested in jet engines, shall not be placed on active aircraft movement areas. Material tracked on these areas shall be removed continuously during the work project. IEND OF SECTION 130 I t I I I I 1 130-9 I 1 1 1 i 1 1 1 1 1 1 1 1 1 1 CONTRACT .ors f 1 1 fl 1 PROPOSAL IName of Bidder For Install Perimeter Fence At Winchester Regional Airport Winchester, Virginia SUBMITTED TO Winchester Regional Airport Authority DOAV Project No. CS-0059-Pending DELTA PROJECT NO. VA 97021 In compliance with our Invitation for Bids, the undersigned hereby propose to furnish the materials and labor and to perform 1 the work for the completion of items listed in the Schedule below in strict accordance with the Invitation for Bids, Plans, General and Special Provisions, Construction Details, Specifications and all other contract documents for the consideration of the prices quoted in the following schedule of bid items, and agrees, upon receipt of written notice of award, that it will execute a contract in accordance with the bid as accepted and give the required contract bonds with good and sufficient surety, within fifteen (15) calendar days after receipt of notice of formal award of contract and presentation of the prescribed forms. It is agreed that the undersigned has informed itself fully in regard to all conditions pertaining to the place where the work is to be done; that it has examined the plans and specifications for the work and contractual documents thereto, and has read all the special provisions furnished prior to the opening of bids, and that it has satisfied itself relative to the work to be performed. It is agreed that the description under each item, being 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 bidders obligations as described in the specifications, and any details not �1 P-1 �11 PROPOSAL Specifically mentioned, but evidently included in the contract shall be compensated for in the item which most logically includes it. It is understood that this proposal is submitted for the purpose of obtaining the work included in subject project at the Winchester Regional Airport. Said work includes the following general items: 1. Install Perimeter Fence Said work is described in the project contract documents which also include the place, date, and time of opening proposals. It is understood that separate contracts on individual schedules of work may be awarded, when included in the bid documents. It is understood that wages not less than the minimum rates or wages, as predetermined for this project by the Secretary of Labor, were used in the preparation of this proposal. It is understood that all workmanship and materials under all items of work are guaranteed for one year from the date of final acceptance. It is understood that the Owner reserves the right to accept or reject any or all bids and waive informalities. It is understood that the quantities of work to be done are approximate only and are intended principally to serve as a guide in evaluation of proposals, with the right reserved by the Owner to delete minor bid items. The undersigned agrees, that if awarded the contract, it will commence the work not later than ten (10) days from receipt of the Notice to Proceed and that it will complete the work within the time stipulated in this proposal. It is understood that for each calendar day that any work remains incomplete after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME) the sum of two hundred fifty dollars ($250.00) as liquidated damages will be deducted from any money due or to become due to the Contractor or its Surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in its Icontract. I P-2 r� J �� I � I � I � I � I 1 I I u I 1 r] PROPOSAL Enclosed is security as required, consisting of (cash, certified check, or bid bond) payable to the Winchester Regional Airport Authority, in the amount of This amount equals 5 percent of the total amount bid submitted by the Contractor. It is understood that this project is funded by federal, state, and local monies and the Contractor shall be subject to all laws and regulations applicable to recipients of such funds. The Contractor shall be a licensed Contractor registered with the Commonwealth of Virginia, shall list its registration number at the end of the proposal in the designated location and shall enclosed a copy of its licensing certificate. P-3 PROPOSAL AIP PROJECT 10. Non-AIP DATE: DELTA PROJECT NO. VA 97021 Item Approx. Item With Unit Price Unit Prices Extended No. Quantity Written In Words In Figures Total Dollars Cents Dollars Cents 1 P-100 1 LS MOBILIZATION PER LUMP SUM 2 1 LS CLEARING AND GRUBBING P-151 PER LUMP SUM 3 5 EA ISOLATED TREE REMOVAL, 21h' TO 5' BUTT DIAMETER P-151 PER EACH 4 1 LS MISCELLANEOUS DEMOLITION P-151 PER LUMP SUM 5 P-156 1 LS EROSION AND SEDIMENT CONTROL PER LUMP SUM 6 500 LF SILT FENCE P-156 PER LINEAR FOOT 7 10,500 LF CHAIN LINK FENCE F-162 PER LINEAR FOOT 8 25 LF CHAIN LINK FENCE THROUGH WETLANDS F-162 PER LINEAR FOOT P-4 L, 1 F, u n PROPOSAL AIP PROJECT NO. Non-AIP DELTA PROJECT NO. VA 97021 DATE: Item No. Approx. Quantity Item With Unit Price Written In Words Unit Prices In Figures Extended Total Dollars Cents Dollars Cents 9 F-162 1 EA 24' DRIVEWAY GATE (AUTOMATIC) PER EACH 10 F-162 1 EA 24' DRIVEWAY GATE (SLIDE) PER EACH 11 F-162 2 EA 14' DRIVEWAY GATE (SLIDE) PER EACH 12 F-162 5 EA 12' DRIVEWAY GATE (SWING) PER EACH 13 T-901 1 LS SEEDING PER LUMP SUM 14 T-908 1 LS MULCHING PER LUMP SUM 15 R-507 13,000 LF FENCE, ST'D FE-W1, W/METAL POSTS PER LINEAR FOOT 16 R-507 800 LF FENCE, ST'D FE-W1, WETLANDS W/METAL POSTS, THROUGH PER LINEAR FOOT P-5 PROPOSAL AIP PROJECT NO. Non-AIP DELTA PROJECT NO. VA 97021 DATE: Item No. Approx. Quantity Item With Unit Price Written In Words Unit Prices In Figures Extended Total Dollars Cents Dollars Cents 17 R-507 4 EA 12, DRIVEWAY GATE, ST'D FE-G PER EACH 18 R-507 1 EA TYPE I WATER GATE, ST'D FE-4 PER EACH 19 R-507 1 EA TYPE II WATER GATE, ST'D FE-4 PER EACH 20 R-701 55 EA AIRPORT PROPERTY SIGNS PER EACH CONTRACT TIME: 120 CALENDAR DAYS LIQUIDATED DAMAGES: $250 /CALENDAR DAY SP-1 Non-AIP Insurance Allowance TOTAL BID AMOUNT $ $ PROPOSAL CONTRACTOR'S CERTIFICATION OF NONSEGREGATED FACILITIES The construction contractor certifies that it does not maintain or provide, for its employees, any segregated facilities at any of its establishments and that it does not permit employees to perform services at any location, under its control, where segregated facilities are maintained. The construction contractor certifies that it will not maintain or provide, for its employees, segregated facilities at any of its establishments and that it will not permit its employees to perform services at any location, under its control, where segregated facilities are maintained. The construction contractor agrees that a breach of this certification is a violation of the equal opportunity clause in this contract. As used in this certification, the term "segregated facilities" means any waiting room, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit 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 construction contractor agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it 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 it will retain such certifications in its files. The information above is true and complete to the best of my knowledge. Name and Title Signature please type) Date NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001 P-7 11 PROPOSAL Virginia CERTIFICATION OF NON -COLLUSION My signature certifies that the accompanying bid is not the result of or affected by, any act of collusion with another person or company engaged in the same line of business or commerce, or any act of fraud punishable under Title 18.2, Chapter 12, Article 1.1 of the Code of Virginia, 1950, as amended. Furthermore, I understand that fraudulent and collusive bidding is a crime under the Virginia Governmental Frauds Act, the Virginia Government Bid Rigging Act, the Virginia Antitrust Act, and Federal Law and can result in fines, prison sentences, and civil damage awards. I agree to abide by all conditions of this bid and certify that I am authorized to sign this bid for the bidder. NAME OF BIDDER ADDRESS SIGNATURE NAME (TYPE OR PRINT) OFFICIAL TITLE DATE TELEPHONE NO. Area Code "REGISTERED VIRGINIA CONTRACTOR" NO. ��3 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 PROPOSAL The undersigned hereby acknowledges the receipt of the following Addenda to the Contract Documents. Addendum No. One Issued Addendum No. Two Issued Addendum No. Three Issued Addendum No. Four Issued Addendum No. Five Issued Name of Bidder Signature Name & Title of Signing Official Business Address: Telephone: CONTRACTOR'S LICENSE NO: **END OF PROPOSAL** (DATE) (DATE) (DATE) (DATE) (DATE) IRev. 7/89 1 BID BOND KNOW ALL MEN BY THESE PRESENTS, THAT WE as Principal, hereinafter called the Principal, and ' a corporation duly organized under the laws of the State of Virginia as surety, hereinafter called the Surety, are held and firmly bound unto Winchester Regional Airport Authority as Obligee, hereinafter called the Obligee, in the sum of ' Dollars ($ ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the principal has submitted a bid for Install Perimeter Fence. NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the principal to enter such Contract and ' give such bond or bonds, if the principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for ' which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation BB-1 Rev. 7/89 BID BOND shall be null and void, otherwise to remain in full force and effect. Signed and sealed this day of 19_. (Principal) (Witness) (Surety) (Witness) (Title) (Title) (Seal) (Seal) CONTRACT ITHIS AGREEMENT made and entered into this day of ' , 1997, by and between Winchester Regional Airport Authority (Party of the First Part, hereinafter called the Owner) and (Party of the Second Part, hereinafter called the Contractor). WITNESSETH: That the said Contractor has agreed and by these presents does agree with the said Owner, for the consideration herein mentioned in his/her proposal and under the penalty expressed in Bonds, hereto attached, to furnish all equipment, ' tools, material, skill and labor of every description necessary to carry out and complete in good, firm, substantial, and workmanlike manner, the work specified in strict conformity with the Drawings, and the Specifications hereinafter set forth. The work covered by this Agreement includes all work shown on the plans and specifications and listed in the attached Proposal, for Install Perimeter Fence. The Contractor shall commence the work with adequate force and equipment on a date to be specified in a written order of the Owner and shall complete the work within one hundred twenty (120)calendar days from and including said date. The Contractor shall fully guarantee his/her workmanship and materials furnished for a period of one year following the date of final acceptance of the work. The performance and payment bonds shall remain in full force for this one year period. ' Owner and Contractor recognize that time is of the essence of this Agreement and that Owner will suffer financial loss if the work is not completed within the time specified in the above paragraph, plus any written extensions thereof allowed in accordance with the specifications. They also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty) Contractor shall pay Owner two hundred ' fifty dollars ($250.00) for each calendar day that expires after the time specified for Substantial Completion until the work is substantially complete. C-1 I I� P CONTRACT The Owner shall pay and the Contractor shall prices stipulated in the Contractorfs Proposal full compensation for everything furnished Contractor (Estimated Total receive the unit hereto attached as and done by the $ ), based on the quantities completed in an acceptable manner, which sum shall be paid in the manner and terms specified in the Contract Documents, but, before issuance of certificates of payments if the Contractor shall not have submitted evidence satisfactory to the Owner that all payrolls, materials, bills, and other indebtedness connected with the work have been paid, the Owner may withhold, in addition to the retained percentages such amount or amounts as may be necessary to pay just claims for labor and services rendered and materials in and about the work, and such amount or amounts withheld or retained may be applied by the Owner to the payment of such just claim. It is further mutually agreed between the parties hereto that if, at any time after the execution of this agreement and the surety bond hereto attached for its faithful performance, the first party shall deem the surety or sureties upon such bonds to be unsatisfactory, or if, for any reason, such bonds cease to be adequate to cover the performance of the work, the second party shall at its expense, within five days after the receipt of notice from the first party so to furnish an additional bond or bonds in such form and amount, and with surety or sureties as shall be satisfactory to the first party. In such event, no further payment to the second party shall be deemed to be due under this agreement until such new or additional security for the faithful performance of the work shall be furnished in a manner and form satisfactory to the first party. The Executive Director of the Winchester Regional Airport Authority was authorized to sign this agreement on behalf of said Authority by resolution of said Authority adopted on the day of 1997. C-2 CONTRACT IN WITNESS WHEREOF, the parties hereto have executed this agreement in quadruplicate, the day of 1997. ATTEST: CONTRACTOR: ATTEST: Executed in Quadruplicate IM C-3 Owner Address Signature Name Title Contractor Address Signature Name Title (SEAL) Approved As To Form (Owner's Attorney) PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, that Principal, hereinafter called Contractor, and REV: 06/90 as a corporation duly organized under the laws of the State of Virginia, as Surety, hereinafter called Surety, are held and firmly bound unto the Winchester Regional Airport Authority, as Obligee, hereinafter called Owner, in the amount of Dollars ($ ), for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Contractor has by written agreement dated 1997, entered into a contract with Owner for Construction of certain airport improvements and other associated items at the Winchester Regional Airport in accordance with Plans and Specifications prepared by Delta Airport Consultants, Inc., 7333 Whitepine Road, Richmond, Virginia 23237, which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly and faithfully perform said Contract, then his/her obligation shall be null and void; otherwise it shall remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever the Contractor shall be, and declared by Owner to be in default under the Contract, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: (1) Complete the Contract in accordance with its terms and conditions, or PB-1 f! 1 PERFORMANCE BOND REV: 06/90 (2) Obtain a bid or bids for completing the Contract in accordance with its terms and conditions, and upon determination by Surety of the lowest responsible bidder, or, if the Owner elects, upon determination by the Owner and the Surety jointly of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and made available as work progresses (even though there should be a default or a succession of defaults under the contract or contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion less the balance of the contract price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the contract price", as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Contract and any amendments thereto, less the amount properly paid by owner to Contractor. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Owner named herein or the heirs, executors, administrators or successors of the Owner. PERFORMANCE BOND Signed and sealed this day of Principal Surety Signature Signature Name Name Title Title Seal By: Seal By: Title Title (SEAL) (SEAL) REV: 06/90 19 I 1 LABOR AND MATERIAL PAYMENT BOND REV: 8/87 100% OF THE CONTRACT AMOUNT KNOW ALL MEN BY THESE PRESENTS: that as Principal, hereinafter called Contractor, and, as Surety, hereinafter called Surety, are held and firmly bound unto the Winchester Regional Airport Authority, as Obligees, hereinafter called Owner, respectively, for the use and benefit of claimants as hereinbelow defined, in the amount of payment whereof Contractor executors, administrators, severally, firmly by these Dollars ($ and Surety bind themselves, successors and assigns, presents. ), for the their heirs, jointly and WHEREAS, Contractor has by written agreements dated , 1997, entered into a contract with Owner for Install Perimeter Fence, and other associated items at the Winchester Regional Airport in accordance with Drawings and Specifications prepared by Delta Airport Consultants, Inc., 7333 Whitepine Road, Richmond, Virginia 23237, which contract is by reference made a part hereof, and is hereinafter referred to as the Contract. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that, if Contractor shall promptly make payment to all claimants as hereinafter defined, for all labor and material, then this obligation shall be void; otherwise it shall remain in full force and effect, subject, however, to the following conditions: 1. A claimant is defined as one having a direct contract with the Contractor or with a Subcontractor of the Contractor for labor, material, or both, used or reasonably required for use in the performance of the Contract, labor, and material being construed to include that part of water, gas, power, light, heat, oil, gasoline, telephone service or rental of equipment directly applicable to the Contract. 2. The above named Contractor and Surety hereby jointly and severally agree with the Agent that every claimant as herein defined, who has not been paid in full before the expiration of period of ninety (90) days after the date on which the last of such claimant's work or labor was done or performed, or materials were furnished by such claimant, may sue on this bond for the use of such claimant, prosecute the suit to final judgement for such �l sum or sums as may be justly due claimant, and have 4 execution thereon. The Agent or Owner shall not be LMPB-1 1 LABOR AND MATERIAL PAYMENT BOND REV: 8/87 liable for the Payment of any costs or expenses of any such suit. 3. No suit or action shall be commenced hereunder by any 1 claimant: (a) Unless claimant other than one having a direct contract with the Contractor shall have given written notice to any two of the following: The Contractor, the Agent, or the Surety above named, within ninety (90) days after such claimant did or performed the last of the work or labor, or furnished the last of the materials for which said claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials were furnished, or for whom the work or labor was done or performed. Such notice shall be served by mailing the same by registered mail or certified mail, postage prepaid, in an envelope addressed to the Contractor, Owner or Surety, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the is located, state in which the aforesaid project save that such service need not be made by a public officer. (b) After the expiration of one (1) year following the date on which Contractor ceased work on said Contract, it being understood, however, that if any limitation embodied on this bond is prohibited by any law controlling the construction hereof such limitation shall be deemed to be amended so as to equal to the minimum period of limitation permitted by such law. (c) Other than in a state court of competent jurisdiction in and for the county or other political subdivision of the state in which the project, or any part thereof, is situated, or in the United States District Court for the district in which the project, or any part thereof, is situated, and not elsewhere. LMPB-2 n it LABOR AND MATERIAL PAYMENT BOND REV: 8/87 4. The amount of this bond shall be reduced by and to the extent of any payment or payments made in good faith hereunder, inclusive of the payment by Surety of mechanics' lien which may be filed of record against said improvement, whether or not claim for the amount of such lien be presented under and against this bond. Signed and sealed this day of 19 Principal Surety Signature Signature Name Name Title Title Seal By: Seal By: Title Title (SEAL) (SEAL) LMPB-3 Install Perimeter Fence Winchester Regional Airport Winchester, Virginia Delta Project No. VA 97021 (Contractor, Address) hereby guarantees that all labor and material furnished and work performed under the above Contract are in accordance with the contract drawings and specifications and authorized alterations and additions thereto, and that all of the work under the Contract is free from faulty materials and improper workmanship, and guaranteed against injury from proper and usual wear, and agreeing (and we do hereby so agree) that should any defect develop during the contract guarantee period, as hereinafter defined, due to improper materials, workmanship or arrangement, we will, upon written notice, replace or re -execute such defective work, together with any other work affected in making good such defects, at the convenience of, and without expense to the Owner for a period of Ione year from final acceptance. Contractor Subscribed and sworn before me in the Commonwealth of Virginia, this day of , 1997. Notary Public My Commission expires WC-1 u L Install Perimeter Fence Winchester Regional Airport Winchester, Virginia Delta Project No. VA 97021 (Contractor, Address) hereby certifies that the work for the above project has been completed in accordance with the Contract Documents, and that all previous progress payments received from the Owner on account of work performed under the Contract referred to has been applied by the undersigned to discharge in full all obligations of the undersigned incurred in connection with the work covered by prior requisitions for payment under said Contract and that all materials and equipment covered by the final requisition for payment are free and clear of all liens, claims, security interests and encumbrances. All persons, firms and partnerships who have furnished labor and/or material to date on said project have been paid. Contractor Subscribed and sworn before me in the Commonwealth of Virginia, this day of Notary Public My Commission expires . 1997. LCR-1 I SPECIAL PROVISIONS SP-1 NON-AIP INSURANCE �i The Contractor shall specify the Owner and the Engineer as named additional insured in all insurance required under the provisions of Section 30-09 "Insurance". The Contractor shall provide an allowance for the cost, if any, for providing this additional insurance. If the Owner elects to be a named additional insured as described above, the Contractor shall be reimbursed for the actual cost to provide 11SP-1 Non-AIP Insurance" up to the allowance amount. Any additional cost above the allowance shall be at the Contractor's expense. SP-2 CONFLICT WITH OTHER CONTROLS 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. The CONTRACTOR shall be responsible for assuring compliance to the extent that construction practices, construction operations, and construction work are involved. SP-3 PAVEMENT LOADING The existing airport pavements are designed for aircraft on single and dual gear configurations. The CONTRACTOR shall preserve and/or protect existing and new pavements from damage due to construction operations. Existing pavements which are damaged shall be replaced or repaved at the CONTRACTOR'S expense. The CONTRACTOR shall take immediate action to alleviate the problem. SP-4 COMMUNICATIONS The CONTRACTOR shall keep the resident project representative apprised of his/her scheduled construction activities in order rto allow proper notification of the airport manager and airport operators. As a minimum, weekly meetings to discuss construction progress and location should be anticipated. SP-5 AIRCRAFT OPERATIONS It is the intent of the OWNER to minimize interference with aircraft operations. The CONTRACTOR shall coordinate his/her activities while working near the aircraft operational area, so as to create minimal interference with aircraft operations. Before starting his/her operations at any location on the airport, the CONTRACTOR shall assure proper safety precautions and separations in accordance with the Plans and Section 130 of ' the General Provisions and referenced FAA Advisory Circular. i SP-1 SP-6 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS The following statements concerning FAA cables and FAA NAVAID equipment shall apply to this project. (a) The local FAA Airway Facilities Sector Field Office (AFSFO) personnel, will, upon notification, mark all FAA cables in the vicinity of construction once, prior to the start of work. The CONTRACTOR shall be responsible for any damage to cables within three feet of the marked cable route. Should he/she damage any cables he/she shall immediately take all steps necessary for the repair of the cable. If the repair necessitates any work on the part of the local FAA personnel, the CONTRACTOR will be billed for all costs incurred. (b) The CONTRACTOR shall minimize, as much as possible, locations where haul routes will cross earth buried FAA cable. At such crossing points, the cable must be protected with steel boiler -plate or a similar structural device. (c) At times when either threshold is displaced or equipment is operating in an ILS clear zone, that respective ILS must be taken off the air. Also, when equipment is operating between a localizer antenna and its associated landing threshold, that localizer must be taken off the air. The work must be closely coordinated with the local AFSFO to eliminate unnecessary shutdowns. SP-7 RECORD DRAWINGS The CONTRACTOR shall maintain during the work one set of marked prints showing any modifications between the original plans and final "as -constructed" conditions. The CONTRACTOR shall provide the marked set of drawings to the ENGINEER at the final inspection. SP-8 FINAL INSPECTIONS The Engineer will attend a final inspection and if necessary, one follow-up final inspection of the completed work and the completed punch list items, respectively. These inspections will be scheduled when the Contractor indicates that the work is complete and ready for final inspection or that the punch list is totally complete and the final inspection can be made. If the Engineer is required to conduct more than two (2) final inspections outlined above, the charges for the Engineer's services associated with such additional inspections shall be deducted by the Owner from the Contractor's final payment for the project. SP-2 : SP-9 EXISTING AIRFIELD LIGHT FIXTURES The Contractor shall protect existing lighting fixtures from damage during construction by his operations. An inventory of existing fixtures shall be taken before construction begins and the Contractor shall be responsible for the cost of replacement of any fixtures damaged by his operations. SP-10 PROJECT SCHEDULE The Contractor shall bring to the Preconstruction Conference a detailed progress plan for the project. The plan shall be a bar chart or other format to include production rates per work period and time for mobilization and demobilization each day. once the Contractor's plan is approved, any deviations must also receive the Engineer's approval. The Contractor shall review the project schedule with the Engineer and/or Resident Project Representative prior to submittal of the monthly Contractor Pay Request. Any update deemed necessary by the Engineer or the Contractor shall be incorporated and the revised schedule submitted with the pay request. The Pay Request will not be processed unless an accurate up-to-date schedule is on file with the Engineer. SP-11 CONTRACT TIME EXTENSIONS The Contractor shall be responsible for providing justification and documentation for proposed time extensions. The Contractor shall submit the justification and documentation along with a copy of the original and updated project schedules to the Engineer for review. SP-12 CONSTRUCTION FLAGS The Contractor shall furnish aircraft warning flags, in aeronautical areas, colored orange and white, three feet (31) by three feet (31) in a checkerboard pattern for equipment and flagmen use. Flags on equipment shall be mounted on a staff not less than eight feet (81) in length. Each truck or other piece of equipment of the Contractors shall have a warning flag attached to it, in a vertical and clearly visible position. SP-13 TESTING GE NERAL The Contractor shall inform the Engineer when work in progress or an area will be subject to or has been prepared for testing. A testing laboratory shall be used on the project and will be under the direction of the Engineer. Timely communication between the Contractor and the Engineer will be required to schedule needed SP-3 1 testing. Major testing to be done during construction is listed, as a minimum, for each bid item in these specifications. The Engineer may vary the frequency to satisfy compliance with the specified requirements. The testing laboratory will not be used by the Contractor for control purposes and failing tests will result in assessment against the Contractor for the proportionate percentage of failures on that day. The Contractor is encouraged to provide the quality control testing which he deems necessary. SP-14 MATERIALS TESTING The Contractor shall provide actual test results and/or certifications for all materials incorporated into the work to assure his/her compliance with the contract specifications. Current ASTM, AASHTO, and/or federal specifications on the date of advertisement for bids shall be used. The latest edition of other referenced specifications, handbooks or documents shall be used. Prior to installing, placing, or incorporating any materials into the work, the Contractor shall provide four (4) copies of the materials tests and/or certifications required by the specifications to the Engineer. The Testing/Certification submittals required by the specifications shall be provided by the Contractor to the Engineer at the Contractor's expense. The required submittals shall be all tests and certifications required by the specifications. SP-15 DUST CONTROL The Contractor is advised that aircraft maintenance operations are conducted adjacent to the project. Special attention to dust control will be required during the course of the project. The use of water shall be anticipated. The Engineer reserves the right to halt work or hauling in non -conforming areas, if corrective actions are not promptly taken by the Contractor to control dust. SP-16 CONSTRUCTION THROUGH WETLANDS All construction activity (clearing, post excavation, fence installation, etc.) within the wetland limits shown on the plans shall be by non -mechanical means. No tire or track equipment or vehicles are permitted within these areas. All work shall be completed manually within the wetland areas. Stumps shall be cut to ground level and left in place. The Contractor shall be responsible for any wetland violations caused by his operations. END OF SPECIAL PROVISIONS SP-4 J , I � I Is � I Fl PART II - EARTHWORK PJ DESCRIPTION 100-1.1 This work shall consist of the performance of construction preparatory operations, including the movement of personnel and equipment to the project site, payment of performance and payment bond and other insurance premiums and for the establishment of the Contractor's offices, buildings, and other facilities necessary to begin work on a substantial phase of the contract. METHOD OF MEASUREMENT 100-2.1 Payment for mobilization will be made on a lump sum basis wherein no measurement will be made. BASIS OF PAYMENT 100-3.1 This item will be paid for at the contract lump sum price, which price shall be full compensation for performing the work specified and the furnishing of all materials, labor, tools, equipment and incidentals necessary to mobilize and subsequently demobilize the construction preparatory operations. Payment for this item will be made in two or more installments. The first payment of 50 percent of the lump or price, will be made on the first estimate following partial mobilization and the initiation of construction work. The second installment will be made on the next estimate following the completion of substantial mobilization including the erection of all contractor's offices and buildings. The completion of the erection of materials processing plants, if any, will not be required as a condition to the release of the final payment. In the event the original contract lump sum bid price exceeds the limit stated hereinafter, the excess will be included on the semi- final estimate. Total Original Contract Maximum Lump Sum Bid Amount, Including Allowed for Mobilization Mobilization To and More Than Includingi $ 0 $ 200,000 10 percent of total contract amount $ 200,000 $ 1,000,000 $20,000 plus 7.5% (total contract minus $200,000) ' $1,000,000 $ More $80,000 plus 5% (contract minus $1,000,000) P-100-1 No additional payment will be made for demobilization and remobilization due to shutdowns, suspensions of the work or for other mobilization activities. Payment will be made under: Item P-100-3.1 Mobilization -- per lump sum END OF ITEM P-100 P-100-2 CONSTRUCTION METHODS 151-2.1 GENERAL. The clearing and grubbing shall be done at a satisfactory distance in advance of the grading operations. >:.. All spoil materials removed i . by clearing .and ..grubbing shall be dis osed of b � ..... .:::;::< n:::::;Cf s; 1'#: d< it . :, or by removal to fs disposal areas':"". As far as practicable, waste concrete and masonry shall be placed on slopes of embankments or channels. When embankments are constructed of such material, this material shall be placed in accordance with requirements for formation of embankments. Any broken concrete or masonry which cannot be used in construction, and all other materials not considered suitable for use elsewhere, shall be disposed of by the Contractor. In no case shall any discarded materials be left in windrows or piles adjacent to or within the airport limits. The manner and location of disposal of materials shall be subject to the approval of the Engineer and shall not create an unsightly or objectionable view. When the Contractor is required to locate a disposal area outside the airport property limits at his/her own expense, he shall obtain and file with the Engineer, permission in writing from the property owner for the use of private property for this purpose. IP-151-1 1 ITEM P-151 CLEARING AND GRIIBBING Any blasting necessary shall be done at the Contractor's responsibility, and the utmost care shall be taken not to endanger life or property. The removal of existingstructures d utilities e an ili required to permit � orderlyprogress of work shall be accomplished b '` P g P Y unless otherwise shown on the plans. Whenever aelepfiorie or telegraph pole, pipeline, conduit, sewer, roadway, or other utility is encountered and must be removed or relocated the Contractor hall des:cbed.....r�.....the 151-2.2 CLEARING AND GRIIBBING. In areas designated to be cleared and grubbed, all stumps, roots, buried logs, brush, grass, and other unsatisfactory materials shall be removed. tares, .... ...... ......::..:...:.:.. tap roots and other projections over 1 a inches 3 7:::m:.m ::::in ......."d ameter shall be"�:a�ay.........At...the<'rt's;:: optin.::::stuios :..anl :raat.s.:mav Any buildings and miscellaneous structures that are shown on the plans to be removed shall be demolished or removed, and all materials therefrom shall be disposed of either by burning or otherwise removed from the site. The remaining or existing foundations, wells, cesspools, and all like structures shall be destroyed by breaking out or breaking down the materials of which the foundations, wells, cesspools, etc., are built to a depth at least 2 feet (60 cm) below the existing surrounding ground. Any broken concrete, blocks, or other objectionable material which cannot be used in backfill shall be removed and disposed of. The holes or openings shall be backfilled with acceptable material and properly compacted.acdried _bareiitents shape dens%Yed>»s€ 1 u I 1 1 1 1 1 1 P-151-2 I I I I I I I I I ITEM P-151 CLEARING AND GRUBBING METHOD OF MEASUREMENT 151-3.1 The quantities of clearing and grubbing asshownby the o-­ limits on the plans or as ordered by the Engineer t ............................................... 151-3.2 When isolated trees are designated for clearing !a the quantities of trees, as determined in accordance witji ranges anges of butt diameter size, measured at a point 18 inches (45 cm) above the ground level at the tree, shall be paid for according to the schedule of sizes as follows: The number of trees: i.F:09 2 i to 5 . . ...... feet (75 to 150 cm), butt diameter BASIS OF PAYMENT 5,1-4.1 Payment shall be made at the contract for .. ... ... .. .. ... .. clearing and grubbing This price shall be ful'!:':::'*"'c'o'm'p'e"n's'dtldh for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. 151-4.2 Payment shall be made at the contract unit price for clearing isolated trees. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item. P-151-3 I ITEM P-151 CLEARING AND GRUBBING Payment will be made under: .............................. Item P-151-4.1 Clearing and Grubbing -- per 1?ysf END OF ITEM P-151 P-151-4 DESCRIPTION P-156-VA 156-1.1 This item shall consist of temporary control measures as shown on the plans or as ordered by the Engineer during the life of the contract to control water pollution, soil erosion, and siltation through the use of berms, dikes, dams, sediment basins, fiber mats, gravel, mulches, grasses, slope drains, and other erosion control devices or methods. ' The temporary erosion control measures contained herein shall be coordinated with the permanent erosion control measures specified as part of this contract to the extent practical to assure economical, effective, and continuous erosion control throughout the construction period. Temporary control may include work outside the construction limits 7 such as borrow pit operations, equipment and material storage sites, waste areas, and temporary plant sites. MATERIALS 156-2.1 GRASS. Grass which will not compete with the grasses sown later for permanent cover shall be a quick -growing species (such as rye grass, Italian rye grass, or cereal grasses) suitable to the area providing a temporary cover. Temporary seeding plant material shall be in accordance with the Virginia Erosion and Sediment Control Handbook, Third Edition, dated 1992. 156-2.2 MULCHES. Mulches may be hay, straw, fiber mats, netting, bark, wood chips, or other suitable material reasonably clean and free of noxious weeds and deleterious materials. 156-2.3 FERTILIZER. Fertilizer shall be a standard commercial grade and shall conform to all Federal and state regulations and to the standards of the Association of Official Agricultural Chemists. 156-2.4 SLOPE DRAINS. Slope drains may be constructed of pipe, fiber mats, rubble, portland cement concrete, bituminous concrete, or other materials that will adequately control erosion. 156-2.5 OTHER. All other materials shall meet commercial grade standards and shall meet the requirements of the Virginia Erosion and Sediment Control Handbook or shall be approved by the Engineer before being incorporated into the project. IP-156-1 I � CONSTRUCTION REQUIREMENTS 156-3.1 GENERAL. In the event of conflict between these requirements and pollution control laws, rules, or regulations of other Federal, state, or local agencies, the more restrictive laws, rules, or regulations shall apply. 156-3.2 AIR QUALITY. The Contractor shall be responsible for obtaining all necessary burning and air quality permits. I 1 1. The Contractor shall minimize all burning on the • project. 2. No tires, oils, asphalt, paint, or coated metals are permitted in combustible waste piles. 3. Burning will not be permitted within 1,000 feet of a fuel farm, residential or built-up area nor within 100 feet of any standing timber or flammable growth. 4. Burning shall not be permitted unl.ess the prevailing wind is away from a nearby town or built-up areas. 5. Burning shall not be permitted during a local air inversion or other climatic condition as would result in a pall of smoke over a nearby town or built-up area. 6. Burning shall not be permitted when the danger of brush or forest fires is made known by state, local, or federal officials. 7. The size and number of fires shall be restricted to avoid the danger of brush or forest fires. Burning shall be done under the surveillance of a watchman, who shall have adequate fire -fighting equipment and tools readily available. At no time shall burning be left unattended. 8. The Contractor shall adhere to accepted techniques for control of dust and other air pollutants. 156-3.3 EROSION AND SEDIMENT CONTROL. Soil erosion and sediment control measures shall be in accordance with the Virginia Erosion and Sediment Control Handbook (VESCH), Third Edition, dated 1992. The erosion and sediment control measures shown on the plans are considered minimal steps and additional erosion and sediment control measures may be required, depending upon the final construction phasing proposal by the Contractor. P-156-2 I r7 156-3.4 STABILIZATION OF DENUDED AREAS AND SOIL STOCKPILES. a. Permanent or temporary soil stabilization must be applied to denuded areas within seven (7) days after final grade is reached on any portion of the site. Soil stabilization refers to measures which protect soil from the erosive forces of raindrop impact and flowing water. Applicable practices include vegetative establishment, mulching, and the early application of gravel base on areas to be paved. Soil stabilization measures should be selected to be appropriate for the time of year, site condition and estimated duration of use. b. Soil stockpiles must be stabilized or protected with sediment trapping measures to prevent soil loss. 156-3.5 ESTABLISHMENT OF PERMANENT VEGETATION. A permanent vegetative cover shall be established on denuded areas not otherwise permanently stabilized. Permanent vegetation shall not be considered established until a ground cover is achieved which, in the opinion of the Engineer, is mature enough to control soil erosion satisfactorily and to survive severe weather conditions. 156-3.6 PROTECTION OF ADJACENT PROPERTIES. Properties adjacent to the site of a land disturbance shall be protected from sediment deposition. This may be accomplished preserving a well -vegetated buffer strip around the lower perimeter of the land disturbance, by installing perimeter controls such as sediment barriers, filters or dikes, or sediment basins, or by a combination of such measures. Vegetated buffer strips may be used alone only where runoff in sheet flow is expected. Buffer strips should be at least 20 feet in width. If at any time it is found that a vegetated buffer strip alone is ineffective in stopping sediment movement onto adjacent property, additional perimeter controls must be provided. 156-3.7 TIMING AND STABILIZATION OF SEDIMENT TRAPPING MEASURES. Sediment basins and traps, perimeter dikes, sediment barriers and other measures intended to trap sediment on -site must be constructed as a first step in grading and be made functional before upslope land disturbance takes place. Earthen structures such as dams, dikes, and diversions must be seeded and mulched within seven (7) days of installation. P-156-3 1 156-3.8 SEDIMENT BASINS. Stormwater runoff from drainage areas with three (3) acres or greater of disturbed area must pass through a SEDIMENT BASIN (ref: VESCH, Std. and Spec. 3.14) or other suitable sediment trapping facility with equivalent or greater storage capacity. The Plan Approving Authority may require sediment basins or traps for smaller disturbed areas where deemed necessary. The sediment basin requirement may also be waived, by variance, if the Plan Approving Authority agrees that site conditions do not warrant its construction. 156-3.9 CUT AND FILL SLOPES. Cut and filled slopes must be designed and constructed in a manner which will minimize erosion. Consideration must be given to the length and steepness of the slope, the soil type, upslope drainage area, groundwater conditions and other applicable factors. Slopes which are found to be eroding excessively within one (1) year of construction must be provided with additional slope stabilizing measures until the problem is corrected. The following guidelines are provided to aid the Contractor in implementing the erosion and sediment control plan. a. Roughened soil surfaces are generally preferred to smooth surfaces on slopes. (ref: VESCH, SURFACE ROUGHENING, Std. & Spec. 3.29). b. DIVERSIONS (ref: VESCH, Std. & Spec. 3.09) should be constructed at the top of long steep slopes which have significant drainage areas above the slope. Diversions or terraces may also be used to reduce slope length. C. Concentrated stormwater should not be allowed to flow down cut or fill slopes unless contained within an adequate temporary or permanent channel, flume or slope drain structure. (ref: VESCH, Std. & Spec. 3.10, 3.12, 3.15 and 3.16). d. Wherever a slope face crosses a water seepage plane which endangers the stability of the slope, adequate drainage or other protection should be provided. (ref: VESCH, Std. & Spec. 3.22 & 3.23). 156-3.10 STABILIZATION OF WATERWAYS AND OUTLETS. All on -site stormwater conveyance channels shall be designed and constructed in accordance with the Virginia Erosion and Sediment Control Handbook, Third Edition, dated 1992 (ref: VESCH, Std. & Spec. 3.17). Stabilization adequate to prevent erosion must also be provided at the outlets of all pipe and paved channels. (ref: VESCH Std. & Spec. 3.18). P-156-4 I i I � 1 156-3.11 STORM DRAIN OUTLET PROTECTION. All storm drain outlets which are made operable during construction shall be protected in order to convey the flow of water to a stable existing downstream channel without causing erosion. (ref: VESCH, Std. & Spec. 3.19). 156-3.12 WORKING IN OR CROSSING WATERCOURSES. a. Construction vehicles should be kept out of watercourses to the extent possible. Where in -channel work is necessary, precautions must be taken to stabilize the work area during construction to minimize erosion. The channel (including bed and banks) must always be restabilized immediately after in -channel work is completed. (ref: VESCH, Std. & Spec. 3.22 and 3.23). b. Where a live (wet) watercourse must be crossed by construction vehicles regularly during construction, a TEMPORARY STREAM CROSSING must be provided (ref: VESCH, Std. & Spec. 3.24). 156-3.13 CONSTRUCTION ACCESS ROUTES. Wherever construction vehicle access routes intersect paved public roads, provisions must be made to minimize the transport of sediment (mud) by runoff or vehicle tracking onto the paved surface (ref. VESCH, Std. & Spec. 3.02 and 3.03). Where sediment is transported onto a public road surface, the roads shall be cleaned thoroughly at the end of each day. Sediment shall be removed from roads by shoveling or sweeping and be transported to a sediment controlled disposal area. Street washing shall be allowed only after sediment is removed in this manner. 156-3.14 DISPOSITION OF TEMPORARY MEASURES. All temporary erosion and sediment control measures shall be disposed of within 30 days after final site stabilization is achieved or after the temporary measures are no longer needed, unless otherwise authorized by the local program administrator. Trapped sediment and other disturbed soil areas resulting from the disposition of temporary measures shall be permanently stabilized to prevent further erosion and sedimentation. 156-3.15 MAINTENANCE. All temporary and permanent erosion and sediment control practices must be maintained and repaired as needed to assure continued performance of their intended function. 156-3.16 AUTHORITY OF ENGINEER. The Engineer has the authority to limit the surface area of erodible earth material exposed by clearing and grubbing, to limit the surface area of erodible earth material exposed by excavation, borrow and fill operations, and to IP-156-5 11 .i•�.:Q�X:��tt7.;.3' � 4?I�i>' <��#N.�»<SI �'X:!Z�T�C1;�:�,".:Q�ITRt? order the Contractor to provide immediate permanent or temporary pollution control measures to minimize contamination of adjacent streams or other watercourses, lakes, ponds, or other areas of water impoundment. 156-3.17 POLLUTANTS. Pollutants such as fuels, lubricants, bitumen, raw sewage, wash water from concrete mixing operations, and other harmful materials shall not be discharged into or near rivers, streams, and impoundments or into natural or manmade channels leading thereto. METHOD OF MEASUREMENT 156-4.1 Payment for temporary air and water pollution, soil erosion and sediment control will be made on a lump sum basis wherein no measurement will be made. Silt fence shall be measured by the linear foot. 156-4.2 Control work performed for protection of construction areas outside the construction limits, such as borrow and waste areas, haul roads, equipment and material storage sites, and temporary plant sites, will not be measured and paid for directly but shall be considered as a subsidiary obligation of the Contractor with costs included in the contract prices bid for the item to which they apply. 156-4.3 The erosion and sediment control. measures shown on the plans are considered minimal steps and additional erosion and sediment control measures may be required, due to the Contractor's sequence of work, method of construction, negligence, carelessness, or failure to install and properly maintain controls devices. No measurement for payment will be made for this additional work. 156-4.4 Separate measurement for payment will be made for regular seeding and regular mulching under their respective bid item. No measurement for payment will be made for temporary seeding or for mulching of temporary seeding, or other mulching for erosion control purposes. BASIS OF PAYMENT 156-5.1 Erosion and Sediment Control will be paid for at the contract lump sum price, which price shall be full compensation for it performing the work specified and furnishing all materials, labor, ■ tools, equipment and incidentals necessary to install, maintain, and remove temporary air and water pollution, soil erosion and sediment controls. P-156-6 I 156-5.2 Payment for silt fence will be made at the contract unit price per linear foot. The price shall be full compensation for furnishing all materials, and for all labor, equipment, tools, and incidentals necessary to complete this item. Payment will be made under: Item P-156-5.1 Erosion and Sediment Control --per lump sum Item P-156-5.2 Silt Fence -- per linear foot IEND OF ITEM P-156 1-1 U1 a P-156-7 1-1 1 1 1 1 1 i i 1 1 1 I 1 ITEM F-162 CHAIN -LINK FENCES DESCRIPTION 162-1.1 This item shall consist of furnishing and erecting a chain -link fences:>:::::::::::t:C:::>�t4:>>. in accordance with thesd"**specificat oris*" dhd"**the'`'"detd ls....sh�owri on the plans and in conformity with the lines and grades shown on the plans or established by the Engineer. MATERIALS 162-2.1 FABRIC. The fabric shall be woven with a 9-gauge galvanized steel wire in a 2-inch (50 mm) mesh and shall meet the requirements of ASTM A392, Class II. 162-2.2 BARBED WIRE. Barbed wire shall be 3-strand 12? gauge [galvanized or aluminized] wire with 4-point barbs. and shall conform to the requirements of=5'....A,,,..,SS....�? g y, 162-2.3 POSTS, RAILS AND BRACES. Posts, rails, and braces furnished for use in conjunction withE11{t steel fabric shall be of gZZzer steel, and those furnished for use in conjunction with'c fabric shall be PVC coated. F-162-1 �I ITEM F-162 CHAIN -LINK FENCES Line posts, rails, and braces shall be galvanized steel pipe conforming to the requirements of ASTM F1083. The dimensions of the posts, rails, and braces shall be in accordance with Tables I through VI of Fed. Spec. RR-F-191/3. 162-2.4 GATES. Gate frames shall consist of galvanized steel pipe and conform to the specifications for the same material under paragraph 162-2.3. The fabric shall be of the same type material as used in the fence. F-162-2 f 1 I 1 ITEM F-162 CHAIN -LINK FENCES 162-2.5 WIRE TIES AND TENSION WIRES. Wire fabric ties, wire ties, and tension wire for use in conjunction with a given type of fabric shall be of the same material identified with the fabric type. The tension wire shall be 7-gauge coiled spring wire coated similarly to the respective wire fabric being used. Wire fabric ties shall be hog rings, aluminum wire, or galvanized steel wire not less than 9 gauge. All material shall conform to Fed. Spec. RR-F-191/4. 162-2.6 MISCELLANEOUS FITTINGS AND HARDWARE. Miscellaneous steel fittings and hardware for use with rc steel fabric shall be .......:..:::..:: of commercial grade steel or better quality, wrought or cast as appropriate to the article, and sufficient in strength to provide a balanced design when used in conjunction with fabric posts, and wires of the quality specified herein. All steel fittings and hardware shall be protected with as coating applied in conformance with ASTM A 153. Barbed wire support arms shall withstand a load of 25 pounds (:113 kg) applied vertically to the outermost end of the arm. 162-2.7 CONCRETE. Concrete shall be of a commercial grade with a minimum 28-day compressive strength of 2500 psi (13 700 kPa). 162-2.8 MARKING. Each roll of fabric shall carry a tag showing the kind of base metal (steel, aluminum, or aluminum alloy number), kind of coating, the gage of the wire, the length of fencing in the roll, and the name of the manufacturer. Posts, wire, and other fittings shall be identified as to manufacturer, kind of base metal (steel, aluminum, or aluminum alloy number), and kind of coating. F-162-3 1 I ITEM F-162 CHAIN -LINK FENCES CONSTRUCTION METHODS 162-3.1 CLEARING FENCE LINE. All trees, brush, stumps, logs, and other debris which would interfere with the proper construction of the fence in the required location shall be removed ?;} ON on each side of the fence centerline before start ng'"'feri ing operations. 162-3.2 INSTALLING POSTS. All posts shall be set in concrete at the required dimension and depth and at the spacing shown on the plans. The concrete shall be thoroughly compacted around the posts by tamping or vibrating and shall have a smooth finish higher than the ground and sloped to drain away from the posts: All posts shall be set plumb and to the required grade and alignment. No materials shall be installed on the posts, nor shall the posts be disturbed in any manner within 7 days after the individual post footing is completed. EW 162-3.3 INSTALLING TOP RAILS. The top rail shall be continuous and shall pass through the post tops. The coupling used to join the top rail lengths shall allow for expansion. 162-3.4 INSTALLING BRACES. Horizontal brace rails, with diagonal truss rods and turnbuckles, shall be installed at all terminal posts. 162-3.5 INSTALLING FABRIC. The wire fabric shall be firmly attached to the posts and braced in the manner shown on the plans. All wire shall be stretched taut and shall be installed to the F-162-4 I �' 11 r� 1 I rl U 1 1 1 11 I 1 J ITEM F-162 CHAIN -LINK FENCES required elevations. The fence shall generally follow the contour of the ground, with the bottom of the fence fabric no less than 1 inch (25 mm) or more than 4 inches (100 mm) from the ground surface. Grading shall be performed where necessary to provide a neat appearance. At locations of small natural swales or drainage ditches and where it is not practical to have the fence conform to the general contour of the ground surface, longer posts may be used and multiple strands of barbed wire stretched thereon to span the opening below the fence. The vertical clearance between strands of barbed wire shall be 6 inches (150 mm) or less. F-162-5 payment by the the top of the ITEM F-162 CHAIN -LINK FENCES 162-3.7 ELECTRICAL GROUNDS. Electrical grounds shall be constructed where a power line passes over the fence, at 500-foot (150 m) intervals, <'c? The ground shall be installed directly below the point of"crossing. The ground shall be accomplished with a copperclad rod �3 feet (240 cm) long and a minimum of..Rig inch (15 mm) in diameter driven vertically until the top is 6 iricfies (150 mm) below the ground surface. A No. 6 solid copper conductor shall be to the rod and to the fence in such a manner that each-..... element of the fence is grounded. Installation of ground rods shall not constitute a pay item and shall be considered incidental to fence construction. 162-4.1 Chain -link linear foot (meter). fence from center to METHOD OF MEASUREMENT fence will be measured for Measurement will be along center of end hosts. excli. Gates will be measured as complete units,'((++FF' BASIS OF PAYMENT 162-5.1 Payment for chain -link fence will be made at the contract unit price per linear foot (meter). Payment for driveway or walkway gates will be made at the contract unit price for each gate. The price shall be full compensation for furnishing all materials, and for all preparation, erection, and installation of these materials, and for all labor equipment, tools, and incidentals necessary to complete the item. F-162-6 ITEM F-162 CHAIN -LINK FENCES Payment will be made under: Item F-162-5.1 Chain -Link Fence -- per linear foot (meter) MATERIAL REQUIREMENTS ASTM A 121 Zinc -Coated (Galvanized) Steel Barbed Wire ASTM A 123 Zinc (Hot Galvanized) Coatings on Products Fabricated from Rolled, Pressed, and Forged Steel Shapes, Plates, Bars, and Strip ASTM A 153 Zinc Coating (Hot -Dip) on Iron and Steel Hardware ASTM A 392 Zinc -Coated Steel Chain -Link Fence Fabric ASTM A 491 Aluminum -Coated Steel Chain -Link Fence Fabric ASTM A 569 Steel, Carbon (0.15 Maximum, Percent), Hot Rolled Sheet and Strip Commercial Quality ASTM A 570 Hot -Rolled Carbon Steel Sheet and Strip Structural Quality ASTM A 572 High -Strength Low -Alloy Columbium -Vanadium Steels of Structural Quality ASTM A 585 Aluminum -Coated Steel Barbed Wire ASTM B 221 Aluminum -Alloy Extruded Bars, Rods, Wire Shapes and Tubes ASTM F 668 Poly(vinyl chloride)(PVC)-Coated Steel Chain - Link Fence F-162-7 ITEM F-162 CHAIN -LINK FENCES ASTM F 1083 Pipe,Steel, Hot -Dipped Zinc -coated (galvanized) Welded, for Fence Structures ASTM F 1183 Aluminum Alloy Chain Link Fence Fabric ASTM F 1234 Protective Coatings on Steel Framework for Fences Fed. Spec. Fencing, Wire and Post, Metal (Chain -Link RR-F-191/3 Fence Posts, Top Rails and Braces) Fed. Spec. Fencing, Wire and Post, Metal (Chain -Link RR-F-191/4 Fence Accessories) END OF ITEM F-162 F-162-8 P ��j 1 ITEM T-901 SEEDING DESCRIPTION 901-1.1 This item shall consist of soil preparation, seeding, fertilizing and liming the areas shown on the plans or as directed by the Engineer in accordance with these specifications. MATERIALS 901-2.1 SEED. The species and application rates of grass, legume, and cover -crop seed furnished shall be those stipulated herein. Seed shall conform to the requirements of Fed. Spec. JJJ-S-181. Seed shall be furnished separately or in mixtures in standard containers with the seed name, lot number, net weight, percentages of purity and of germination and hard seed, and percentage of maximum weed seed content clearly marked for each kind of seed. The Contractor shall furnish the Engineer duplicate signed copies of a statement by the vendor certifying that each lot of seed has been tested by a recognized laboratory for seed testing within 6 months of date of delivery. This statement shall include: name and address of laboratory, date of test, lot number for each kind of seed, and the results of tests as to name, percentages of purity and of germination, and percentage of weed content for each kind of seed furnished, and, in case of a mixture, the proportions of each kind of seed. Seeds shall be applied as follows: - >afl Sp tb ...:.......... .:.:.;..: T-901-1 [J �1 ITEM T-901 SEEDING 901-2.2 LIME. Lime shall be ground limestone containing not less than 85% of total carbonates, and shall be ground to such fineness that 90% will pass through a No. 20 mesh sieve and 50% will pass through a No. 100 mesh sieve. Coarser material will be acceptable, providing the rates of application are increased to provide not less than the minimum quantities and depth specified in the special provisions on the basis of the two sieve requirements above. Dolomitic lime or a high magnesium lime shall contain at least 10% of magnesium oxide. Lime shall be applied at the rate of 150 lbs per 1,000 square feet. All liming materials shall conform to the requirements of ASTM C 602. 901-2.3 FERTILIZER. Fertilizer shall be standard commercial fertilizers supplied separately or in mixtures containing the percentages of total nitrogen, available phosphoric acid, and water-soluble potash. They shall be applied at the rate and to the depth specified herein, and shall meet the requirements of Fed. Spec. O-F-241 and applicable state laws. They shall be furnished in standard containers with name, weight, and guaranteed analysis of contents clearly marked thereon. No cyanamide compounds or hydrated lime shall be permitted in mixed fertilizers. The fertilizers may be supplied in one of the following forms: a. A dry, free -flowing fertilizer suitable for application by a common fertilizer spreader; b. A finely -ground fertilizer soluble in water, suitable for application by power sprayers; or C. A granular or pellet form suitable for application by blower equipment. Fertilizers shall be 10-20-10 commercial fertilizer and shall be spread at the rate of 10 lbs per 1000 square feet for the first application at planting and 15 lbs per 1000 square feet (second application) after six (6) weeks. 901-2.4 SOIL FOR REPAIRS. The soil for fill and topsoiling of areas to be repaired shall be at least of equal quality to that which exists in areas adjacent to the area to be repaired. The soil shall be relatively free from large stones, roots, stumps, or other materials that will interfere with subsequent sowing of seed, T-901-2 n 1 LJ Ll �1 Ll fl ITEM T-901 SEEDING compacting, and establishing turf, and shall be approved by the Engineer before being placed. ICONSTRUCTION METHODS ' 901-3.1 ADVANCE PREPARATION AND CLEANUP. After grading of areas has been completed and before applying fertilizer and ground limestone, areas to be seeded shall be raked or otherwise cleared of stones larger than two (2) inches (50 mm) in any diameter, sticks, stumps, and other debris which might interfere with sowing of seed, growth of grasses, or subsequent maintenance of grass -covered areas. If any damage by erosion or other causes has occurred after the completion of grading and before beginning the application of fertilizer and ground limestone, the Contractor shall repair such damage. This may include filling gullies, smoothing irregularities, and repairing other incidental damage. 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 f ive ( 5 ) inches (125 mm) as a result of grading operations and, if immediately prior to seeding, the top three (3) inches (75 mm) of soil is loose, friable, reasonably free from large clods, rocks, large roots, or other undesirable matter, and if shaped to the required grade. However, when the area to be seeded is sparsely sodded, weedy, barren and unworked, or packed and hard, any grass and weeds shall first be cut or otherwise satisfactorily disposed of, and the soil then scarified or otherwise loosened to a depth not less than five (5) inches (125 mm). Clods shall be broken and the top three (3) inches (75 mm) of soil shall be worked into a satisfactory seedbed by discing, or by use of cultipackers, rollers, drags, harrows, or other appropriate means. 901-3.2 DRY APPLICATION METHOD. a. Liming. Lime shall be applied separately and prior to the application of any fertilizer or seed and only on seedbeds which have previously been prepared as described above. The lime shall then be worked into the top three (3) inches (75 mm) of soil after which the seedbed shall again be properly graded and dressed to a smooth finish. b. Fertilizing. Following advance preparations and cleanup n fertilizer shall be uniformly spread at the rate which will provide not less than the minimum quantity stated in paragraph 901-2.3. T-901-3 r, ITEM T-901 SEEDING a. Seeding. Grass seed shall be sown at the rate specified in paragraph 901-2.1 immediately after fertilizing, and the fertilizer and seed shall be raked within the depth range stated in the special provisions. Seeds of legumes, either alone or in mixtures, shall be inoculated before mixing or sowing, in accordance with the instructions of the manufacturer of the inoculant. When seeding is required at other than the seasons shown on the plans or in the special provisions, a cover crop shall be sown by the same methods required for grass and legume seeding. d. Rolling. After the seed has been properly covered, the seedbed shall be immediately compacted by means of an approved lawnroller, weighing 40 to 65 pounds per foot (60 to 97 kg per meter) of width for clay soil (or any soil having a tendency to pack), and weighing 150 to 200 pounds per foot (223 to 298 kg per meter) of width for sandy or light soils. 901-3.3 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 in the special provisions. b. Spraying Equipment. The spraying equipment shall have a container or water tank equipped with a liquid level gauge calibrated to read in increments not larger than fifty (50) gallons (190 liters) 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 (380 liters) per minute at a pressure of 100 pounds per square inch (690 kPa). The pump shall be mounted in a line which will recirculate the mixture through the tank whenever it is not being sprayed from the nozzle. All pump passages and pipe lines shall be capable of providing clearance for 5/8 inch (15 mm) 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 T-901-4 I 1 ITEM T-901 SEEDING quick -acting, three-way control valve connecting the recirculating ' line to the nozzle pipe and mounted so that the nozzle operator can control and regulate the amount of flow of mixture delivered to the nozzle. At least three different types of nozzles shall be 1 supplied so that mixtures may be properly sprayed over distance varying from 20 to 100 feet (6 to 30 m). 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 fifty (50) feet (15 m) 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 (100 kg) of lime shall be added to and mixed with each 100 gallons (380 liters) of water. Seed and fertilizer shall be mixed together in the relative proportions specified, but not more than a total of 220 pounds (100 kg) of these combined solids shall be added to and mixed with each 100 gallons (380 liters) of water. All water used shall be obtained from fresh water sources and shall be free from injurious chemicals and other toxic substances harmful to plant life. Brackish water shall not be used at any time. The Contractor shall identify to the Engineer all sources of water at least 2 weeks prior to use. The Engineer may take samples of the water at the source or from the tank at any time and have a laboratory test the samples for chemical and saline content. The Contractor shall not use any water from any source which is disapproved by the Engineer following such tests. All mixtures shall be constantly agitated from the time they are mixed until they are finally applied to the seedbed. All such mixtures shall be used within two (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 three (3) inches (8 cm), after which the seedbed shall again be properly graded and dressed to a smooth finish. Mixtures of seed and fertilizer shall only be sprayed upon previously prepared seedbeds on which the lime, if required, shall already have been worked in. The mixtures shall be applied by means of a high-pressure spray which shall always be directed T-901-5 ITEM T-901 SEEDING upward into the air so that the mixtures will fall to the ground like rain in a uniform spray. Nozzles or sprays shall never be directed toward the ground in such a manner as might produce erosion or runoff. Particular care shall be exercised to insure that the application is made uniformly and at the prescribed rate and to guard against misses and overlapped areas. Proper predetermined quantities of the mixture in accordance with specifications shall be used to cover specified sections of known area. Checks on the rate and uniformity of application may be made by observing the degree of wetting of the ground or by distributing test sheets of paper or pans over the area at intervals and observing the quantity of material deposited thereon. On surfaces which are to be mulched as indicated by the plans or designated by the Engineer, seed and fertilizer applied by the spray method need not be raked into the soil or rolled. However, on surfaces on which mulch is not to be used, the raking and rolling operations will be required after the soil has dried. 901-3.4 MAINTENANCE OF SEEDED AREAS. The Contractor shall protect seeded areas against traffic or other use by warning signs or barricades, as approved by the Engineer. Surfaces gullied or otherwise damaged following seeding shall be repaired by regrading and reseeding as directed. The Contractor shall mow, water as directed, and otherwise maintain seeded areas in a satisfactory condition until final inspection and acceptance of the work. When either the dry or wet application method outlined above is used for work done out of season, it will be required that the Contractor establish a good stand of grass of uniform color and density to the satisfaction of the Engineer. If at the time when the contract has been otherwise completed it is not possible to make an adequate determination of the color, density, and uniformity of such stand of grass, payment for the unaccepted portions of the areas seeded out of season will be withheld until such time as these requirements have been met. METHOD OF MEASUREMENT T-901-6 1, ITEM T-901 SEEDING BASIS OF PAYMENT 901-5.1 Payment shall be made at the contract k7ti:>s4li price seecg.'n payment shall be full compensation for furnishing arid...p acing all material and for all labor, equipment, tools, and incidentals necessary to complete the work prescribed in this item. Payment will be made under: Item 901-5.1 Seeding --per MATERIAL REQUIREMENTS ASTM D 977 Emulsified Asphalt Fed. Spec. JJJ-S-181B Agricultural Seeds Fed. Spec. 0-F-241D Commercial Mixed Fertilizer END OF ITEM T-901 T-901-7 11 ITEM T-908 MULCHING 1 DESCRIPTION 908-1.1 This item shall consist of furnishing, hauling, placing, and securing mulch on surfaces indicated on the plans or designated by the Engineer. IMATERIALS 908-2.1 MULCH MATERIAL. Acceptable mulch shall be the materials ' listed below or any approved locally available material that is similar to those specified. Low grade, musty, spoiled, partially rotted hay, straw, or other materials unfit for animal consumption will be acceptable. Mulch materials, which contain matured seed of species which would volunteer and be detrimental to the proposed overseeding, or to surrounding farm land, will not be acceptable. Straw or other mulch material which is fresh and/or excessively brittle, or which is in such an advanced stage of decomposition as to smother or retard the planted grass, will not be acceptable. a. Hay. Hay shall be native hay, sudan grass hay, broomsedge hay, legume hay, or similar hay or grass clippings. ' b. Straw. Straw shall be the threshed plant residue of oats, wheat, barley, rye, or rice from which grain has been removed. C. Hay Mulch Containing Seed. Hay mulch shall be mature hay containing viable seed of native grasses or other desirable species stated in the special provisions or as approved by the Engineer. The hay shall be cut and handled so as to preserve the maximum quantity of viable seed. Hay mulch which cannot be hauled and spread immediately after cutting shall be placed in weather -resistant stacks or baled and stored in a dry location until used. d. Manufactured Mulch. Cellulose -fiber or wood -pulp mulch shall be products commercially available for use in spray applications. 908-2.2 INSPECTION. Within five (5) days after acceptance of the bid, the Engineer shall be notified of sources and quantities of ' mulch materials available and the Contractor shall furnish him with representative samples of the materials to be used. These samples may be used as standards with the approval of the Engineer and any ' materials brought on the site which do not meet these standards shall be rejected. IT-908-1 ITEM T-908 MULCHING CONSTRUCTION METHODS 908-3.1 MULCHING. Before spreading mulch, all large clods, stumps, stones, brush, roots, and other foreign material shall be removed from the area to be mulched. Mulch shall be applied immediately after seeding. The spreading of the mulch may be by hand methods, blower, or other mechanical methods, provided a uniform covering is obtained. Mulch material shall be furnished, hauled, and evenly applied on the area shown on the plans or designated by the Engineer. Straw or hay shall be spread over the surface to a uniform thickness at the rate of two (2) to three (3) tons per acre (1800-2700 kg per acre) to provide a loose depth of not less than lZ inches (37 cm) nor more than three (3) inches (75 mm). Other organic material shall be spread at the rate directed by the Engineer. Mulch may be blown on the slopes and the use of cutters in the equipment for this purpose will be permitted to the extent that at least 95 percent of the mulch in place on the slope shall be six (6) inches (150 mm) or more in length. When mulches applied by the blowing method are cut, the loose depth in place shall be not less than one (1) inch (25 mm) nor more than two (2) inches (50 mm). 908-3.2 SECURING MULCH. The mulch shall be held in place by light discing, a very thin covering of topsoil, small brush, pins, stakes, or wire mesh. 908-3.3 CARE AND REPAIR. a. The Contractor shall care for the mulched areas until final acceptance of the project. Such care shall consist of providing protection against traffic or other use by placing warning signs, as approved by the Engineer, and erecting any barricades that may be shown on the plans before or immediately after mulching has been completed on the designated areas. b. The Contractor shall be required to repair or replace any mulching that is defective or becomes damaged until the project is finally accepted. When, in the judgment of the Engineer, such defects or damages are the result of poor workmanship or failure to meet the requirements of the specifications, the cost of the necessary repairs or replacement shall be borne by the Contractor. However, once the Contractor has completed the mulching of any area in accordance with the provisions of the specifications and to the satisfaction of the Engineer, no additional work at his/her expense will be required, but subsequent repairs and replacements deemed necessary by the Engineer shall be made by the Contractor and will be paid for as additional or extra work. ITEM T-908 MULCHING BASIS OF PAYMENT 908-5.1 Payment will be made at the contract 1atfp;sif price for mulching. The price shall be full compensation 'for "furnishing all materials and for placing and anchoring the materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item T-908-5.1 Mulching --per uzru END OF ITEM T-908 T-908-3 I [I 1 f7 1 DESCRIPTION 507-1.1 This work shall consist of furnishing materials, fabricating and erecting wire fence with steel posts and gates as shown on the plans and described in these specifications. MATERIALS AND FABRICATION 507-2.1 The fence and gate materials and fabrication shall comply with VDOT, Road and Bridge Specifications, Section 507. CONSTRUCTION METHODS 507-3.1 The installation of fence and gates shall comply with VDOT, Road and Bridge Specifications, Section 507. METHOD OF MEASUREMENT 507-4.1 Fences, Class C (Steel Posts) shall be measured in place from outside to outside of end posts or corner posts and shall be the length of fence actually constructed, except for the space occupied by the gates. Separate measurement will be made for fence installed through wetlands. Gates shall be measured in units for each gate installed and accepted. BASIS OF PAYMENT 507-5.1 Payment shall be made at the contract unit price per linear foot (meter) for Class C wire fence. This price shall be full compensation for furnishing all materials and for all preparation, erection, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. 507-5.2 Payment will be made at the contract unit price per each for gates. This price shall be full compensation for furnishing all materials and for all preparation, erection, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Payment will be made under: Item R-507-5.1 Fence, St'd FE-W1, w/metal posts -- per Ilinear foot (meter) R-507-1 Item R-507-5.1 Item R-507-5.2 Item R-507-5.2 Fence, St'd FE-W1, w/metal posts, through wetlands -- per linear foot (meter) (Size) Driveway Gate, St'd FE-G -- per each (Type) Water Gate, St'd FE-4 -- per each END OF ITEM R-507 DESCRIPTION 701-1.1 This work shall consist of furnishing materials, fabricating and erecting signs as shown on the plans and ' described in these specifications. MATERIALS AND FABRICATION 701-2.1 The traffic sign materials and fabrication shall comply with VDOT, Road and Bridge Specifications, Section 701. CONSTRUCTION METHODS 701-3.1 The installation of traffic signs shall comply with VDOT, Road and Bridge Specifications, Section 701. METHOD OF MEASUREMENT 701-4.1 "Airport Property" signs shall be measured in units for each sign installed and accepted. ' BASIS OF PAYMENT 701-5.1 The accepted quantities of "Airport Property" signs will be paid for at the contract unit price per each, which price shall be full compensation for furnishing and installing panels, framing members, sign message and all other necessary accessories. The aforementioned prices shall be full compensation for all materials, tools, labor, equipment and incidentals necessary to ' complete the work. Payment will be made under: Item R-701-5.1 "Airport Property" Sign -- per each IEND OF ITEM R-701 ' R-701-1