SLED Opportunity · NEW MEXICO · CITY OF GALLUP
AI Summary
City of Gallup seeks bids for installation of FAA-certified AWOS-III P/T at Gallup Municipal Airport. Scope includes site prep, tower and sensor installation, electrical and communications work, testing, and decommissioning existing system. Project duration is 30 days; airport remains operational during construction.
The City of Gallup will install a new FAA-certified Automated Weather Observing System (AWOS-III P/T) at Gallup Municipal Airport under Schedule I – Install AWOS III PT. The project includes all labor, materials, equipment, coordination, and incidentals necessary to fully install, integrate, test, and commission the AWOS system in accordance with the Contract Documents. Upon successful installation and commissioning, the existing ASOS system will be decommissioned in coordination with the appropriate agencies.
Gallup Municipal Airport is upgrading its weather observation system to enhance aviation safety, ensure long-term reliability, and maintain compliance with current FAA standards. The new AWOS-III P/T system will provide automated real-time weather data, including precipitation type reporting, and will integrate into the National Airspace System.
All work will be performed in accordance with FAA standards, applicable federal and state regulations, and the approved Construction Safety and Phasing Plan (CSPP). The AWOS equipment will be furnished by the Sponsor for installation by the Contractor.
The following revisions, additions and/or clarifications shall form a part of the proposal documents and each offeror shall indicate with their proposal the receipt of this numbered amendment. Revisions, additions, and/or clarifications are as follows:
Proposal submission deadline has been EXTENDED to April 7, 2026 at 2:00 pm local time.
Please use the See What Changed link to view all the changes made by this addendum.
Project Description
This project includes the Installation of a new Automated Weather Observing System (AWOS) III P/T. Work will include the removal of the existing Automated Surface Observing System (ASOS), installation of the new system, and electrical work. The project location is set south of Runway 6-24 and north of Mendoza Rd.
Contractor Progress Meetings
The location and time of the daily progress meetings will be determined during the pre-construction meeting. A continual review of the Contractor’s adherence to the CSPP will be made by the Engineer and airport personnel and will be discussed at each meeting. The Contractor will be notified and required to immediately correct any deficiencies that may occur. These meetings will also address weekly construction issues, administrative issues, and any coordination required with the FAA or Sponsor.
Scope or Schedule Changes
Any proposed changes to the CSPP shall be pre-coordinated with the Engineer and Sponsor prior to implementation of the change. All parties involved will need to evaluate the impact(s) of the change and will determine what measures will need to be taken to maintain a safe construction site. Changes in the scope or duration of the project may necessitate revisions to the CSPP.
FAA Air Traffic Organization Coordination
It is not anticipated that any shutdown or alteration to FAA facilities will be required for this project.
PHASING (SECTION 2.6)
The construction sequence for this project shall consist of one (1) phase. All construction work listed on the CSPP, and all bid items, shall be completed in the allotted thirty (30) calendar days. The Gallup Municipal Airport will remain OPEN for the duration of the project.
When the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be defined as follows:
| Paragraph Number | Term | Definition |
| 10-01 | AASHTO | The American Association of State Highway and Transportation Officials. |
| 10-02 | Access Road | The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public roadway. |
| 10-03 | Advertisement | A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. |
| 10-04 | Airport | Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; airport buildings and facilities located in any of these areas, and a heliport. |
| 10-05 | Airport Improvement Program (AIP) | A grant-in-aid program, administered by the Federal Aviation Administration (FAA). |
| 10-06 | Air Operations Area (AOA) | The term air operations area (AOA) 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 | Apron | Area where aircraft are parked, unloaded or loaded, fueled and/or serviced. |
| 10-08 | ASTM International (ASTM) | Formerly known as the American Society for Testing and Materials (ASTM). |
| 10-09 | Award | The Owner’s notice to the successful bidder of the acceptance of the submitted bid. |
| 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. |
| 10-11 | 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 | Certificate of Analysis (COA) | The COA is the manufacturer’s Certificate of Compliance (COC) including all applicable test results required by the specifications. |
| 10-14 | Certificate of Compliance (COC) | The manufacturer’s certification stating that materials or assemblies furnished fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer’s authorized representative. |
| 10-15 | Change Order | A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for work within the scope of the contract and necessary to complete the project. |
| 10-16 | Contract | A written agreement between the Owner and the Contractor that establishes the obligations of the parties including but not limited to performance of work, furnishing of labor, equipment and materials and the basis of payment.
|
| 10-17 | Contract Item (Pay Item) | A specific unit of work for which a price is provided in the contract. |
| 10-18 | 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. |
| 10-19 | 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. |
| 10-20 | Contractors Quality Control (QC) Facilities | The Contractor’s QC facilities in accordance with the Contractor Quality Control Program (CQCP). |
| 10-21 | Contractor Quality Control Program (CQCP) | Details the methods and procedures that will be taken to assure that all materials and completed construction required by the contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. |
| 10-22 | Control Strip | A demonstration by the Contractor that the materials, equipment, and construction processes results in a product meeting the requirements of the specification. |
| 10-23 | Construction Safety and Phasing Plan (CSPP) | The overall plan for safety and phasing of a construction project developed by the airport operator, or developed by the airport operator’s consultant and approved by the airport operator. It is included in the invitation for bids and becomes part of the project specifications. |
| 10-24 | Drainage System | The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. |
| 10-25 | Engineer | The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering, inspection, and/or observation of the contract work and acting directly or through an authorized representative. |
| 10-26 | Equipment | All machinery, together with the necessary supplies for upkeep and maintenance; and all tools and apparatus necessary for the proper construction and acceptable completion of the work. |
| 10-27 | 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 Owner’s Engineer or Resident Project Representative (RPR) to be necessary to complete the work within the intended scope of the contract as previously modified. |
| 10-28 | FAA | The Federal Aviation Administration. When used to designate a person, FAA shall mean the Administrator or their duly authorized representative. |
| 10-29 | Federal Specifications | The federal specifications and standards, commercial item descriptions, and supplements, amendments, and indices prepared and issued by the General Services Administration. |
| 10-30 | Force Account |
|
| 10-31 | Intention of Terms | Whenever, in these specifications or on the plans, the words “directed,” “required,” “permitted,” “ordered,” “designated,” “prescribed,” or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer and/or Resident Project Representative (RPR) is intended; and similarly, the words “approved,” “acceptable,” “satisfactory,” or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer and/or RPR, subject in each case to the final determination of the Owner.
|
| 10-32 | 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. |
| 10-33 | 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% of the total amount of the award contract. All other items shall be considered minor contract items. |
| 10-34 | Materials | Any substance specified for use in the construction of the contract work. |
| 10-35 | Modification of Standards (MOS) | Any deviation from standard specifications applicable to material and construction methods in accordance with FAA Order 5300.1. |
| 10-36 | Notice to Proceed (NTP) | 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. |
| 10-37 | Owner | The term “Owner” shall mean the party of the first part or the contracting agency signatory to the contract. Where the term “Owner” is capitalized in this document, it shall mean airport Sponsor only. The Owner for this project is City of Gallup. |
| 10-38 | Passenger Facility Charge (PFC) | Per 14 Code of Federal Regulations (CFR) Part 158 and 49 United States Code (USC) § 40117, a PFC is a charge imposed by a public agency on passengers enplaned at a commercial service airport it controls. |
| 10-39 | Pavement Structure | The combined surface course, base course(s), and subbase course(s), if any, considered as a single unit. |
| 10-40 | Pavement Bond | The approved form of security furnished by the Contractor and their own surety as a guaranty that the Contractor will pay in full all bills and accounts for materials and labor used in the construction of the work. |
| 10-41 | Performance Bond | The approved form of security furnished by the Contractor and their own surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. |
| 10-42 | 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. Plans may also be referred to as 'contract drawings. |
| 10-43 | Project | The agreed scope of work for accomplishing specific airport development with respect to a particular airport. |
| 10-44 | 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. |
| 10-45 | Proposal Guaranty | The security furnished with a proposal to guarantee that the bidder will enter into a contract if their own proposal is accepted by the Owner. |
| 10-46 | Quality Assurance (QA) | Owner’s responsibility to assure that construction work completed complies with specifications for payment. |
| 10-47 | Quality Control (QC) | Contractor’s responsibility to control material(s) and construction processes to complete construction in accordance with project specifications. |
| 10-48 | Quality Assurance (QA) Inspector | An authorized representative of the Engineer and/or Resident Project Representative (RPR) assigned to make all necessary inspections, observations, tests, and/or observation of tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. |
| 10-49 | Quality Assurance (QA) Laboratory | The official quality assurance testing laboratories of the Owner or such other laboratories as may be designated by the Engineer or RPR. May also be referred to as Engineer’s, Owner’s, or QA Laboratory. |
| 10-50 | Resident Project Representative (RPR) | The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for all necessary inspections, observations, tests, and/or observations of tests of the contract work performed or being performed, or of the materials furnished or being furnished by the Contractor, and acting directly or through an authorized representative. |
| 10-51 | Runway | The area on the airport prepared for the landing and takeoff of aircraft. |
| 10-52 | Runway Safety Area (RSA) | A defined surface surrounding the runway prepared or suitable for reducing the risk of damage to aircraft. See the Construction Safety and Phasing Plan (CSPP) for limits of the RSA. |
| 10-53 | Safety Plan Compliance Document (SPCD) | Details how the Contractor will comply with the CSPP. |
| 10-54 | 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. |
| 10-55 | Sponsor | A Sponsor is defined in 49 USC § 47102(24) as a public agency that submits to the FAA for an AIP grant; or a private Owner of a public-use airport that submits to the FAA an application for an AIP grant for the airport. |
| 10-56 | Structures | Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. |
| 10-57 | Subgrade | The soil that forms the pavement foundation. |
| 10-58 | Superintendent | The Contractor’s executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the RPR, and who shall supervise and direct the construction. |
| 10-59 | Supplemental Agreement | A written agreement between the Contractor and the Owner that establishes the basis of payment and contract time adjustment, if any, for the work affected by the supplemental agreement. A supplemental agreement is required if: (1) in scope work would increase or decrease the total amount of the awarded contract by more than 25%: (2) in scope work would increase or decrease the total of any major contract item by more than 25%; (3) work that is not within the scope of the originally awarded contract; or (4) adding or deleting of a major contract item. |
| 10-60 | Surety | The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. |
| 10-61 | Taxilane | A taxiway designed for low speed movement of aircraft between aircraft parking areas and terminal areas. |
| 10-62 | Taxiway | 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, aircraft parking areas, and terminal areas. |
| 10-63 | Taxiway/Taxilane Safety Area (TSA) | A defined surface alongside the taxiway prepared or suitable for reducing the risk of damage to an aircraft. See the construction safety and phasing plan (CSPP) for limits of the TSA. |
| 10-64 | 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. |
| 10-65 | 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 six (6) hours toward completion of the contract. When work is suspended for causes beyond the Contractor’s control, it will not be counted as a working day. Saturdays, Sundays and holidays on which the Contractor’s forces engage in regular work will be considered as working days. |
| 10-66 | Owner Defined Terms | None. |
Enter Content Here
The City of Gallup will install a new FAA-certified Automated Weather Observing System (AWOS-III P/T) at Gallup Municipal Airport under Schedule I – Install AWOS III PT. The project includes all labor, materials, equipment, coordination, and incidentals necessary to fully install, integrate, test, and commission the AWOS system in accordance with the Contract Documents. Upon successful installation and commissioning, the existing ASOS system will be decommissioned in coordination with the appropriate agencies.
Notice is hereby given that the City of Gallup, New Mexico will receive sealed bids for Gallup Municipal Airport - Schedule I - Install AWOS III PT - NMDOT No. GUP-24-03 until the hour of 2:00 pm, local time, on Tuesday, April 7, 2026 at the office of the Procurement Manager at City Hall, via the City's eProcurement Portal. Bids will be opened, read and tabulated at that time. No bids will be received or considered if received after the time stated above.
The City of Gallup will install a new FAA-certified Automated Weather Observing System (AWOS-III P/T) at Gallup Municipal Airport under Schedule I – Install AWOS III PT. The project includes all labor, materials, equipment, coordination, and incidentals necessary to fully install, integrate, test, and commission the AWOS system in accordance with the Contract Documents. Upon successful installation and commissioning, the existing ASOS system will be decommissioned in coordination with the appropriate agencies.
Plans, Specifications, and Bidding Documents may be examined at the office of the Purchasing Director located at 110 West Aztec, Gallup, NM 87301, phone number (505) 863-1334. Additional information regarding this bid may also be viewed at https://procurement.opengov.com/portal/gallupnm/projects/239763.
Plans, Specifications and Bidding Documents may be obtained from Armstrong Consultants Inc. 2201 Buena Vista Drive Southeast, Suite 204, Albuquerque, NM 87106, (505)702-0030, upon deposit of $150.00, all of which will be refunded upon return of the documents within ten (10) days after bid opening.
Each bid must be accompanied by a Certified Check or Cashier's Check in an amount not less than five (5) percent of the total bid made payable to City of Gallup, or by a Bid Bond in like amount executed by a Surety Company.
The Bidder must supply all the information required by the proposal forms and specifications and he/she must bid on all items of every schedule. The City of Gallup reserves the right to waive any informality in, or to reject any or all portions of, the various bid items. No proposal may be withdrawn for a period of one-hundred twenty (120) days from the opening thereof.
The proposed contract is subject to: Buy American Preference (Title 49 USC § 50101, Executive Order 14005, Pub. L. No. 117-58, and BABA), Civil Rights Title VI Assurance (49 USC § 47123 and FAA Order 1400-11), the Davis Bacon Act (40 USC §§ 3141-3144, 3146, and 3147), as amended; Debarment and Suspension restrictions (2 CFR Part 180), the provisions of Department of Transportation Regulations 49 CFR Part 26 (Disadvantaged Business Enterprise Participation), Lobby Federal Employee restrictions (21 USC § 1352), and Procurement of Recovered Materials requirements (Section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247) ; );.
Minimum wage rates as established by the Secretary of Labor and State of New Mexico are applicable to all schedules awarded for this project.
The proposed contract is under and subject to the following federal provision(s):
Affirmative Action Requirement
Buy American Preference
Civil Rights – Title VI Assurance
Debarment and Suspension
Federal Fair Labor Standards Act (Federal Minimum Wage)
Trade Restriction Certification
Procurement of Recovered Materials
Dated: 6th of March, 2026
By: /S/ By: Marc DePauli, Mayor
Gallup Sun Publishing Date: Friday-March 6, 2026 Albuquerque Journal Publishing Date: Sunday-March 8, 2026
The meaning and intent of the following terms or words, as used in the specifications or other contract documents, shall be interpreted as follows:
OWNER: PARTY OF THE FIRST PART, whether an individual, partnership, corporation, municipality, or division of State or Federal Government, acting through its legally authorized officials.
ENGINEER: The Engineer in charge for the Owner.
CONTRACTOR: PARTY OF THE SECOND PART, whether an individual, partnership, or corporation entering into contract for performance of the work covered by this contract and authorized agents or legal representatives.
CONTRACT DOCUMENTS: Shall be considered to include the following:
Information for Bidders
Proposal
Contract
Performance Bond
Payment Bond
General Conditions
Special Conditions
Technical Specifications
Drawings
Addenda/Amendments if applicable
DATE OF CONTRACT: Shall mean the date upon which the successful bidder's proposal is accepted by the Owner.
DAY: Unless specifically defined elsewhere in the documents, shall mean a calendar day.
THE WORK: Shall mean the work to be done and the equipment, supplies and materials to be furnished under this contract.
PLANS AND DRAWINGS: The approved plans, working drawings or exact reproduction, showing location, character and extent of the work to be done.
CHANGE ORDER: A supplementary document to the contract, setting forth the description and value of the changes, increases or decreases in the work ordered by the Owner and agreed to by the Contractor.
INTERPRETATION OF TERMS: Whenever the words "as ordered", "as directed", "as required", "as permitted", "as allowed", or words or phrases of like import are used, it shall be understood the order, direction, requirement, permission or allowance of the Owner and Engineer is intended: similarly, the words "approved", "acceptable", "satisfactory", "suitable" or words of like effect and import shall mean approved, reasonable, acceptable, satisfactory or suitable in the judgment or opinion of the Owner and the Engineer.
OR EQUAL: Whenever a material or article required is specified or shown on the plans by using the name of the proprietary product or of a particular manufacturer of vendor, any material or article which will perform adequately and duties imposed by the general design, will be considered equal and satisfactory, provided the material or article so proposed is of equal substance and function in the Owner's and Engineer's opinion.
FIRST CLASS: The highest quality as defined by consensus in the field which work is in reference to.
If any conflict is found between the Special Conditions and other portions of these specifications, the Special Conditions shall govern.
PROPOSAL REQUIREMENTS AND CONDITIONS
20-01 ADVERTISEMENT (NOTICE TO BIDDERS). See Invitation for Bids.
20-02 QUALIFICATION OF BIDDERS. Each bidder shall submit evidence of competency and evidence of financial responsibility to perform the work to the Owner at the time of bid opening.
Evidence of competency, unless otherwise specified, shall consist of statements covering the bidder’s past experience on similar work, and a list of equipment and a list of key personnel that would be available for the work.
Each bidder shall furnish the Owner with satisfactory evidence of their financial responsibility. 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 bidder’s last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether their financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder’s financial responsibility has changed, the bidder shall qualify the public accountant’s statement or report to reflect the bidder’s true financial condition at the time such qualified statement or report is submitted to the Owner.
Unless otherwise specified, a bidder may submit evidence that they are prequalified with the State Highway Division and are on the current “bidder’s list” of the state in which the proposed work is located. Evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports specified above.
20-03 CONTENTS OF PROPOSAL FORMS. The Owner's proposal forms state the location and description of the proposed construction; the place, date, and time of opening of the proposals; and the estimated quantities of the various items of work to be performed and materials to be furnished for which unit bid prices are asked. The proposal form states the time in which the work must be completed, and the amount of the proposal guaranty that must accompany the proposal. The Owner will accept only those Proposals properly executed on physical forms or electronic forms provided by the Owner. Bidder actions that may cause the Owner to deem a proposal irregular are given in paragraph 20-09 Irregular proposals.
Mobilization is limited to ten percent (10%) of the total project cost per schedule, as bid, with mobilization included into the total.
A non-mandatory prebid conference will be held for this project to discuss at a minimum, the following items, the following items: material requirements; submittals; Quality Control/Quality Assurance requirements; the construction safety and phasing plan including airport access and staging areas; and unique airfield paving construction requirements.
20-04 ISSUANCE OF PROPOSAL FORMS. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder if the bidder is 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. Documented record of Contractor default under previous contracts with the Owner.
d. Documented record of unsatisfactory work on previous contracts with the Owner.
20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly, or by implication, agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as provided in Section 40, paragraph 40-02, Alteration of Work and Quantities, 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. Bidders shall satisfy themselves to the character, quality, and quantities of work to be performed, materials to be furnished, and to the requirements of the proposed contract. The submission of the proposal shall be prima facie evidence that the bidder has made such examination and is satisfied to the conditions to be encountered in performing the work and the requirements of the proposed contract, plans, and specifications.
20-07 PREPARATION OF PROPOSAL. The bidder shall submit their proposal on the forms furnished by the Owner. All blank spaces in the proposal forms, unless explicitly stated otherwise, 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 which they propose for 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 correctly sign the proposal in ink. If the proposal is made by an individual, their 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 where 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 their authority to do so and that the signature is binding upon the firm or corporation.
20-08 RESPONSIVE AND RESPONSIBLE BIDDER. A responsive bid conforms to all significant terms and conditions contained in the Owner’s invitation for bid. It is the Owner’s responsibility to decide if the exceptions taken by a bidder to the solicitation are material or not and the extent of deviation it is willing to accept.
A responsible bidder has the ability to perform successfully under the terms and conditions of a proposed procurement, as defined in 2 CFR § 200.318(h). This includes such matters as Contractor integrity, compliance with public policy, record of past performance, and financial and technical resources.
20-09 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons:
a. If the proposal is on a form other than that furnished by the Owner, or if the Owner’s form is altered, or if any part of the proposal form is detached.
b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous.
c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price.
d. If the proposal contains unit prices that are obviously unbalanced.
e. If the proposal is not accompanied by the proposal guaranty specified by the Owner.
f. If the applicable Disadvantaged Business Enterprise information is incomplete.
The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts.
20-10 BID GUARANTEE. Each separate proposal shall be accompanied by a bid bond, certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such bond, check, or collateral, shall be made payable to the Owner.
20-11 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 or as modified by Addendum before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened.
20-12 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 by email 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.
20-13 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.
20-14 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons:
a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name.
b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder.
c. If the bidder is considered to be in “default” for any reason specified in paragraph 20-04, Issuance of Proposal Forms, of this section.
20-15 DISCREPANCIES AND OMISSIONS. A Bidder who discovers discrepancies or omissions with the project bid documents shall immediately notify the Owner’s Engineer of the matter. A bidder that has doubt as to the true meaning of a project requirement may submit to the Owner’s Engineer a written request for interpretation no later than seven (7) days prior to bid opening.
Any interpretation of the project bid documents by the Owner’s Engineer will be by written addendum issued by the Owner. The Owner will not consider any instructions, clarifications or interpretations of the bidding documents in any manner other than written addendum.
The construction sequence for this project shall consist of one (1) phase. All construction work listed on the CSPP, and all bid items, shall be completed in the allotted thirty (30) calendar days. The Gallup Municipal Airport will remain OPEN for the duration of the project.
Phasing Elements
Schedule I
Schedule I consists of removal of the existing ASOS system and installing the provided AWOS III P/T system. Runway 6-24, Taxiway A, all the connecting taxiways, and the terminal apron will remain open for the duration of the project. This project shall be completed in one (1) phase.
The proposed duration for Schedule I is 30 calendar days.
Construction Safety Drawings
The phasing for this project is visually depicted in the CSPP Drawings attached in Appendix A. The CSPP drawings include the work areas, locations of low-profile barricades, location of the construction staging area, haul routes, and access gate.
Detailed Specifications
Service Requirements
Delivery Requirements
By adhering to this Scope of Work, the Contractor will ensure the successful installation and commissioning of the AWOS-III P/T system at Gallup Municipal Airport, enhancing the airport's weather monitoring capabilities and overall operational efficiency.
The Owner reserves the Any interpretation of the documents by Owner will be made by addendum issued by the Engineer.
DESCRIPTION.
This item of work shall consist of, but is not limited to, work and operations necessary for the movement of personnel, equipment, material and supplies to and from the project site for work on the project, except as provided in the contract as separate pay items.
MOBILIZATION LIMIT. Mobilization shall be limited to 10 percent of the total project cost, per schedule, as bid, with mobilization included in the total.
POSTED NOTICES. Prior to commencement of construction activities, the Contractor must post the following documents in a prominent and accessible place where they may be easily viewed by all employees of the prime Contractor and by all employees of subcontractors engaged by the prime Contractor: Equal Employment Opportunity (EEO) Poster “Equal Employment Opportunity is the Law” in accordance with the Office of Federal Contract Compliance Programs Executive Order 11246, as amended; New Mexico Public Works Wage Decision and Prevailing Wage Rates Poster; and/or Davis Bacon Wage Poster (WH 1321) - DOL “Notice to All Employees” Poster; and Applicable Davis-Bacon Wage Rate Determination. These notices must remain posted until final acceptance of the work by the Owner.
ENGINEER/RPR FIELD OFFICE. An Engineer/RPR field office is not required.
METHOD OF MEASUREMENT
BASIS OF MEASUREMENT AND PAYMENT.
Based upon the contract lump sum price for “Mobilization” partial payments will be allowed as follows:
With first pay request, 25%.
When 25% or more of the original contract is earned, an additional 25%.
When 50% or more of the original contract is earned, an additional 40%.
After Final Inspection, Staging area clean-up and delivery of all Project Closeout materials as required by Section 90, paragraph 90-11, Contractor Final Project Documentation, the final 10%.
BASIS OF PAYMENT
Payment will be made under:
Item C-105 Mobilization – per lump sum
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.
Office of Federal Contract Compliance Programs (OFCCP) Executive Order 11246, as amended
EEOC-P/E-1 – Equal Employment Opportunity is the Law Poster
United States Department of Labor, Wage and Hour Division (WHD) WH 1321 – Employee Rights under the Davis-Bacon Act Poster
All bids must be submitted ELECTRONICALLY via OpenGov at: https://procurement.opengov.com/portal/gallupnm prior to the time specified for the bid opening. The system will NOT accept bids submitted after the due date and time. Bid proposals must be submitted using the bid document forms furnished by the City of Gallup. Bid proposals will be opened electronically in the Purchasing Department via virtual means. All bid proposals shall be completed by a responsible and authorized person for the bidding firm. Failure to do so may result in disqualification of their respective bid.
Bids will be accepted until 2:00 pm local time on Tuesday, April 7, 2026 via the City's eProcurement Portal.
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 bid 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 Section 20, paragraph 20-09, Irregular Proposals.
b. If the bidder is disqualified for any of the reasons specified Section 20, paragraph 20-14, Disqualification of Bidders.
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 120 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein.
If the Owner elects to proceed with an award of contract, the Owner will make award to the responsible bidder whose bid, conforming with all the material terms and conditions of the bid documents, is the lowest in price.
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 paragraph 30-07 Approval of Contract.
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 specified in the paragraph 30-01, Consideration of Proposals. Proposal guaranties of the two lowest bidders will be retained by the Owner until such time as an award is made, at which time, the unsuccessful bidder’s proposal guaranty will be returned. The successful bidder’s proposal guaranty will be returned as soon as the Owner receives the contract bonds as specified in paragraph 30-05, Requirements of Contract Bonds.
30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract, the successful bidder shall furnish the Owner with a surety bond or bonds that have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor’s performance of the work. The surety and the form of the bond or bonds shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract.
30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return the signed contract to the Owner, along with the fully executed surety bond or bonds specified in paragraph 30-05, Requirements of Contract Bonds, of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder.
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 period specified in paragraph 30-06, Execution of Contract, of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidated damages to the Owner.
Table 1: Airport Operations Affected by Construction
Operational Requirement | Normal | Phase I |
Runway 6 Approach Visibility Minimums | 1-Mile | No Change |
Runway 24 Approach Visibility Minimums | 1-Mile | No Change |
Runway 6-24 | 7,315’ x 100’ ADG B-II | Open |
Taxiway A | TDG 2 | Open |
Connecting Taxiways | TDG 2 | Open |
Terminal Apron | ADG B-II | Open |
Table 2: Runway Safety Dimensions
Runway | Runway Dimensions | Aircraft Approach Category | Airplane Design Group | RSA Dimensions | OFA Dimensions | OFZ Dimensions |
6-24 | Length: 7,315’ Width: 100’ | B | II | Length: 7,915’ Width: 150’ | Length: 7,915’ Width: 500’ | Length: 7,715’ Width: 400’ |
Mitigation of Effects
Refer to CSPP drawings and Table 1: Airport Operations Affected by Construction. Project phasing has been established so that aircraft may utilize the runway, taxiways and terminal aprons during construction of this project.
NAVIGATION AIDS (NAVAIDS) PROTECTION (SECTION 2.8)
No NAVAIDS will be impacted by construction.
It is understood and agreed that the Contractor has, by careful examination, satisfied himself/herself as to the nature and location of the work, the conformation of the ground, the character of the equipment and facilities needed preliminary to and during the performance of the work, the general local conditions, and all other matters which can in any way affect an agent or employee of the Owner, either before or after the execution of the contract in the time and in the manner prescribed.
EXCAVATION, SUBGRADE, AND EMBANKMENT
152-1.1 This item covers excavation, disposal, placement, and compaction of all materials within the limits of the work required to construct safety areas, runways, taxiways, aprons, and intermediate areas as well as other areas for drainage, building construction, parking, or other purposes in accordance with these specifications and in conformity to the dimensions and typical sections shown on the plans.
152-1.2 CLASSIFICATION. All material excavated shall be classified as defined below:
a. Unclassified excavation. Unclassified excavation shall consist of the excavation and disposal of all material, regardless of its nature or classification.
152-1.3 UNSUITABLE EXCAVATION. Unsuitable material shall be disposed in designated waste areas as shown on the plans. Materials containing vegetable or organic matter, such as muck, peat, organic silt, or sod shall be considered unsuitable for use in embankment construction. Material suitable for topsoil may be used on the embankment slope when approved by the RPR.
CONSTRUCTION METHODS
152-2.1 GENERAL. Before beginning excavation, grading, and embankment operations in any area, the area shall be cleared or cleared and grubbed.
The suitability of material to be placed in embankments shall be subject to approval by the RPR. All unsuitable material shall be disposed of in waste areas as shown on the plans. All waste areas shall be graded to allow positive drainage of the area and adjacent areas. The surface elevation of waste areas shall be specified on the plans or approved by the RPR.
When the Contractor’s excavating operations encounter artifacts of historical or archaeological significance, the operations shall be temporarily discontinued and the RPR notified per Section 70, paragraph 70-20. At the direction of the RPR, the Contractor shall excavate the site in such a manner as to preserve the artifacts encountered and allow for their removal. Such excavation will be paid for as extra work.
Areas outside the limits of the pavement areas where the top layer of soil has become compacted by hauling or other Contractor activities shall be scarified and disked to a depth of 4 inches, to loosen and pulverize the soil. Stones or rock fragments larger than 4 inches in their greatest dimension will not be permitted in the top 6 inches of the subgrade.
If it is necessary to interrupt existing surface drainage, sewers or under-drainage, conduits, utilities, or similar underground structures, the Contractor shall be responsible for and shall take all necessary precautions to preserve them or provide temporary services. When such facilities are encountered, the Contractor shall notify the RPR, who shall arrange for their removal if necessary. The Contractor, at their own expense, shall satisfactorily repair or pay the cost of all damage to such facilities or structures that may result from any of the Contractor’s operations during the period of the contract.
Blasting. Blasting shall not be allowed.
152-2.2 EXCAVATION. No excavation shall be started until the work has been staked out by the Contractor and the RPR has obtained from the Contractor, the survey notes of the elevations and measurements of the ground surface. The Contractor and RPR shall agree that the original ground lines shown on the original topographic mapping are accurate or agree to any adjustments made to the original ground lines.
All areas to be excavated shall be stripped of vegetation and topsoil. Topsoil shall be stockpiled for future use in areas designated on the plans or by the RPR. All suitable excavated material shall be used in the formation of embankment, subgrade, or other purposes as shown on the plans. All unsuitable material shall be disposed of as shown on the plans.
The grade shall be maintained so that the surface is well drained at all times.
When the volume of the excavation exceeds that required to construct the embankments to the grades as indicated on the plans, the excess shall be used to grade the areas of ultimate development or disposed as directed by the RPR. When the volume of excavation is not sufficient for constructing the embankments to the grades indicated, the deficiency shall be obtained from borrow areas.
Selective grading. When selective grading is indicated on the plans, the more suitable material designated by the RPR shall be used in constructing the embankment or in capping the pavement subgrade. If, at the time of excavation, it is not possible to place this material in its final location, it shall be stockpiled in approved areas until it can be placed. The more suitable material shall then be placed and compacted as specified. Selective grading shall be considered incidental to the work involved. The cost of stockpiling and placing the material shall be included in the various pay items of work involved.
Undercutting. Rock, shale, hardpan, loose rock, boulders, or other material unsatisfactory for safety areas, subgrades, roads, shoulders, or any areas intended for turf shall be excavated to a minimum depth of 12 inches below the subgrade or to the depth specified by the RPR. Muck, peat, matted roots, or other yielding material, unsatisfactory for subgrade foundation, shall be removed to the depth specified. Unsuitable materials shall be off the airport. The cost is incidental to this item. No payment will be made separately or directly for excavated material. Excavation shall be considered necessary and incidental to the work of this Contract. The excavated area shall be backfilled with suitable material obtained from the grading operations or borrow areas and compacted to specified densities. The necessary backfill will constitute a part of the embankment. Where rock cuts are made, backfill with select material. Any pockets created in the rock surface shall be drained in accordance with the details shown on the plans.
Over-break. Over-break, including slides, is that portion of any material displaced or loosened beyond the finished work as planned or authorized by the RPR. All over-break shall be graded or removed by the Contractor and disposed of as authorized by the RPR. The RPR shall determine if the displacement of such material was unavoidable and their own decision shall be final. Payment will not be made for the removal and disposal of over-break that the RPR determines as avoidable. Unavoidable over-break will be classified as “Unclassified Excavation.”
Removal of utilities. The removal of existing structures and utilities required to permit the orderly progress of work will be accomplished by the Contractor as indicated on the plans. All existing foundations shall be excavated at least 2 feet below the top of subgrade or as indicated on the plans, and the material disposed of as directed by the RPR. All foundations thus excavated shall be backfilled with suitable material and compacted as specified for embankment or as shown on the plans.
152-2.3 BORROW EXCAVATION. Borrow areas are not required.
152-2.4 DRAINAGE EXCAVATION. Drainage excavation shall consist of excavating drainage ditches including intercepting, inlet, or outlet ditches; or other types as shown on the plans. The work shall be performed in sequence with the other construction. Ditches shall be constructed prior to starting adjacent excavation operations. All satisfactory material shall be placed in embankment fills; unsuitable material shall be placed in designated waste areas or as directed by the RPR. All necessary work shall be performed true to final line, elevation, and cross-section. The Contractor shall maintain ditches constructed on the project to the required cross-section and shall keep them free of debris or obstructions until the project is accepted.
152-2.5 PREPARATION OF CUT AREAS OR AREAS WHERE EXISTING PAVEMENT HAS BEEN REMOVED. In those areas on which a subbase or base course is to be placed, the top 6-inches of subgrade shall be compacted to not less than 100 % of maximum density for non-cohesive soils, and 95% of maximum density for cohesive soils as determined by ASTM D698. As used in this specification, "non-cohesive" shall mean those soils having a plasticity index (PI) of less than 3 as determined by ASTM D4318.
152-2.6 PREPARATION OF EMBANKMENT AREA. No placement of embankment material shall be started until the work has been staked out by the Contractor and the RPR has obtained from the Contractor the survey notes of the elevations and measurements of the existing ground surface. The Contractor and RPR shall agree that the original ground lines shown on original topographic mapping are accurate or agree to any adjustments made to the original ground lines.
All sod and vegetative matter shall be removed from the surface upon which the embankment is to be placed. The cleared surface shall be broken up by plowing or scarifying to a minimum depth of 6 inches and shall then be compacted per paragraph 152-2.10.
Sloped surfaces steeper than one (1) vertical to four (4) horizontal shall be plowed, stepped, benched, or broken up so that the fill material will bond with the existing material. When the subgrade is part fill and part excavation or natural ground, the excavated or natural ground portion shall be scarified to a depth of 12-inches and compacted as specified for the adjacent fill.
No direct payment shall be made for the work performed under this section. The necessary clearing and grubbing and the quantity of excavation removed will be paid for under the respective items of work.
152-2.7 CONTROL STRIP. The first half-day of construction of subgrade and/or embankment shall be considered as a control strip for the Contractor to demonstrate, in the presence of the RPR, that the materials, equipment, and construction processes meet the requirements of this specification. The sequence and manner of rolling necessary to obtain specified density requirements shall be determined. The maximum compacted thickness may be increased to a maximum of 12-inches upon the Contractor’s demonstration that approved equipment and operations will uniformly compact the lift to the specified density. The RPR must witness this demonstration and approve the lift thickness prior to full production.
Control strips that do not meet specification requirements shall be reworked, re-compacted, or removed and replaced at the Contractor’s expense. Full operations shall not begin until the control strip has been accepted by the RPR. The Contractor shall use the same equipment, materials, and construction methods for the remainder of construction, unless adjustments made by the Contractor are approved in advance by the RPR.
152-2.8 FORMATION OF EMBANKMENTS. The material shall be constructed in lifts as established in the control strip, but not less than 6-inches nor more than 12-inches of compacted thickness.
When more than one lift is required to establish the layer thickness shown on the plans, the construction procedure described here shall apply to each lift. No lift shall be covered by subsequent lifts until tests verify that compaction requirements have been met. The Contractor shall rework, re-compact and retest any material placed which does not meet the specifications.
The lifts shall be placed, to produce a soil structure as shown on the typical cross-section or as directed by the RPR. Materials such as brush, hedge, roots, stumps, grass and other organic matter, shall not be incorporated or buried in the embankment.
Earthwork operations shall be suspended at any time when satisfactory results cannot be obtained due to rain, freezing, or other unsatisfactory weather conditions in the field. Frozen material shall not be placed in the embankment nor shall embankment be placed upon frozen material. Material shall not be placed on surfaces that are muddy, frozen, or contain frost. The Contractor shall drag, blade, or slope the embankment to provide surface drainage at all times.
The material in each lift shall be within ±2% of optimum moisture content before rolling to obtain the prescribed compaction. The material shall be moistened or aerated as necessary to achieve a uniform moisture content throughout the lift. Natural drying may be accelerated by blending in dry material or manipulation alone to increase the rate of evaporation.
The Contractor shall make the necessary corrections and adjustments in methods, materials or moisture content to achieve the specified embankment density.
The Contractor will take samples of excavated materials which will be used in embankment for testing to develop a Moisture-Density Relations of Soils Report (Proctor) in accordance with ASTM D698. A new Proctor shall be developed for each soil type based on visual classification.
Density tests will be taken by the RPR for every 100 square yards of compacted embankment for each lift which is required to be compacted, or other appropriate frequencies as determined by the RPR.
If the material has greater than 30% retained on the 3/4-inch sieve, follow AASHTO T-180 Annex Correction of maximum dry density and optimum moisture for oversized particles.
Rolling operations shall be continued until the embankment is compacted to not less than 100% of maximum density for non-cohesive soils, and 95% of maximum density for cohesive soils as determined by ASTM D698. Under all areas to be paved, the embankments shall be compacted to a depth of 8-inches and to a density of not less than 95% of the maximum density as determined by ASTM D698. As used in this specification, "non-cohesive" shall mean those soils having a plasticity index (PI) of less than 3 as determined by ASTM D4318.
On all areas outside of the pavement areas, no compaction will be required on the top 4-inches.
The in-place field density shall be determined in accordance with ASTM 6938 using Procedure A, the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938. The Contractor’s laboratory shall perform all density tests in the RPR’s presence and provide the test results upon completion to the RPR for acceptance. If the specified density is not attained, the area represented by the test or as designated by the RPR shall be reworked and/or re-compacted and additional random tests made. This procedure shall be followed until the specified density is reached.
Compaction areas shall be kept separate, and no lift shall be covered by another lift until the proper density is obtained.
During construction of the embankment, the Contractor shall route all construction equipment evenly over the entire width of the embankment as each lift is placed. Lift placement shall begin in the deepest portion of the embankment fill. As placement progresses, the lifts shall be constructed approximately parallel to the finished pavement grade line.
When rock, concrete pavement, asphalt pavement, and other embankment material are excavated at approximately the same time as the subgrade, the material shall be incorporated into the outer portion of the embankment and the subgrade material shall be incorporated under the future paved areas. Stones, fragmentary rock, and recycled pavement larger than 4-inches in their greatest dimensions will not be allowed in the top 12-inches of the subgrade. Rockfill shall be brought up in lifts as specified or as directed by the RPR and the finer material shall be used to fill the voids forming a dense, compact mass. Rock, cement concrete pavement, asphalt pavement, and other embankment material shall not be disposed of except at places and in the manner designated on the plans or by the RPR.
When the excavated material consists predominantly of rock fragments of such size that the material cannot be placed in lifts of the prescribed thickness without crushing, pulverizing or further breaking down the pieces, such material may be placed in the embankment as directed in lifts not exceeding 2-feet in thickness. Each lift shall be leveled and smoothed with suitable equipment by distribution of spalls and finer fragments of rock. The lift shall not be constructed above an elevation 4-feet below the finished subgrade.
There will be no separate measurement of payment for compacted embankment. All costs incidental to placing in lifts, compacting, discing, watering, mixing, sloping, and other operations necessary for construction of embankments will be included in the contract price for excavation, borrow, or other items.
152-2.9 PROOF ROLLING. Not Applicable
152-2.10 COMPACTION REQUIREMENTS. The subgrade under areas to be paved shall be compacted to a depth of 12-inches and to a density of not less than 100 % of the maximum dry density as determined by ASTM D698. The subgrade in areas outside the limits of the pavement areas shall be compacted to a depth of 12-inches and to a density of not less than 95 % of the maximum density as determined by ASTM D698.
The material to be compacted shall be within ±2% of optimum moisture content before being rolled to obtain the prescribed compaction (except for expansive soils). When the material has greater than 30 % retained on the 3/4-inch sieve, follow the methods in ASTM D698. Tests for moisture content and compaction will be taken at a minimum of 100 S.Y. of subgrade. All quality assurance testing shall be done by the Contractor’s laboratory in the presence of the RPR, and density test results shall be furnished upon completion to the RPR for acceptance determination.
The in-place field density shall be determined in accordance with ASTM D6938 using Procedure A, the direct transmission method, and ASTM D6938 shall be used to determine the moisture content of the material. The machine shall be calibrated in accordance with ASTM D6938 within 12-months prior to its use on this contract. The gage shall be field standardized daily.
Maximum density refers to maximum dry density at optimum moisture content unless otherwise specified.
If the specified density is not attained, the entire lot shall be reworked and/or re-compacted and additional random tests made. This procedure shall be followed until the specified density is reached.
All cut-and-fill slopes shall be uniformly dressed to the slope, cross-section, and alignment shown on the plans or as directed by the RPR and the finished subgrade shall be maintained.
152-2.11 FINISHING AND PROTECTION OF SUBGRADE. Finishing and protection of the subgrade is incidental to this item. Grading and compacting of the subgrade shall be performed so that it will drain readily. All low areas, holes or depressions in the subgrade shall be brought to grade. Scarifying, blading, rolling and other methods shall be performed to provide a thoroughly compacted subgrade shaped to the lines and grades shown on the plans. All ruts or rough places that develop in the completed subgrade shall be graded, re-compacted, and retested. The Contractor shall protect the subgrade from damage and limit hauling over the finished subgrade to only traffic essential for construction purposes.
The Contractor shall maintain the completed course in satisfactory condition throughout placement of subsequent layers. No subbase, base, or surface course shall be placed on the subgrade until the subgrade has been accepted by the RPR.
152-2.12 HAUL. All hauling will be considered a necessary and incidental part of the work. The Contractor shall include the cost in the contract unit price for the pay of items of work involved. No payment will be made separately or directly for hauling on any part of the work.
The Contractor's equipment shall not cause damage to any excavated surface, compacted lift or to the subgrade as a result of hauling operations. Any damage caused as a result of the Contractor's hauling operations shall be repaired at the Contractor's expense.
The Contractor shall be responsible for providing, maintaining and removing any haul roads or routes within or outside of the work area, and shall return the affected areas to their former condition, unless otherwise authorized in writing by the Owner. No separate payment will be made for any work or materials associated with providing, maintaining and removing haul roads or routes.
152-2.13 SURFACE TOLERANCES. In those areas on which a subbase or base course is to be placed, the surface shall be tested for smoothness and accuracy of grade and crown. Any portion lacking the required smoothness or failing in accuracy of grade or crown shall be scarified to a depth of at least 3 inches, reshaped and re-compacted to grade until the required smoothness and accuracy are obtained and approved by the RPR. The Contractor shall perform all final smoothness and grade checks in the presence of the RPR. Any deviation in surface tolerances shall be corrected by the Contractor at the Contractor’s expense.
Smoothness. The finished surface shall not vary more than (+/-) 1/2-inch when tested with a 12-foot straightedge applied parallel with and at right angles to the centerline. The straightedge shall be moved continuously forward at half the length of the 12-foot straightedge for the full length of each line on a 50-foot grid.
Grade. The grade and crown shall be measured on a 50-foot grid and shall be within (+/-) 0.05-feet of the specified grade.
On safety areas, turfed areas and other designated areas within the grading limits where no subbase or base is to placed, grade shall not vary more than 0.10-feet from specified grade. Any deviation in excess of this amount shall be corrected by loosening, adding or removing materials, and reshaping.
152-2.14 TOPSOIL. When topsoil is specified or required as shown on the plans or under Item T-905, it shall be salvaged from stripping or other grading operations. The topsoil shall meet the requirements of Item T-905. If, at the time of excavation or stripping, the topsoil cannot be placed in its final section of finished construction, the material shall be stockpiled at approved locations. Stockpiles shall be located as shown on the plans and the approved CSPP and shall not be placed on areas that subsequently will require any excavation or embankment fill. If, in the judgment of the RPR, it is practical to place the salvaged topsoil at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further re-handling.
METHOD OF MEASUREMENT
152-3.1 No measurement of the plan excavation or embankment quantity shall be made. Excavation or embankments of material shall be considered necessary and incidental to the work of this Contract
BASIS OF PAYMENT
152-4.1 There will be no separate payment for haul of any excavation or embankment materials or for placement and compaction of any material. All costs incidental to clearing and grubbing, hauling, embankments construction, processing and compaction of subgrade under areas to be paved, disposal of unsuitable materials and other necessary operations for construction of excavations or embankments shall be considered necessary and incidental to the work of this Contract.
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.
American Association of State Highway and Transportation Officials (AASHTO)
AASHTO T-180 Standard Method of Test for Moisture-Density Relations of Soils Using a 4.54-kg (10-lb) Rammer and a 457-mm (18-in.) Drop
ASTM International (ASTM)
ASTM D698 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3)
ASTM D1556 Standard Test Method for Density and Unit Weight of Soil in Place by the Sand-Cone Method
ASTM D1557 Standard Test Methods for Laboratory Compaction Characteristics of Soil Using Modified Effort (56,000 ft-lbf/ft3)
ASTM D6938 Standard Test Methods for In-Place Density and Water Content of Soil and Soil-Aggregate by Nuclear Methods (Shallow Depth)
Advisory Circulars (AC)
AC 150/5370-2 Operational Safety on Airports During Construction Software Software
FAARFIELD – FAA Rigid and Flexible Iterative Elastic Layered Design
U.S. Department of Transportation
FAA RD-76-66 Design and Construction of Airport Pavements on Expansive Soils
The project drawings are hereby made a part of the contract documents. If conflict occurs between specifications and drawings, then the project drawings shall govern.
Plans, Specifications, and Bidding Documents may be examined at the office of the Purchasing Director, located at 110 West Aztec; Gallup, NM 87301, phone number (505) 863-1334 additional information regarding this bid may also be viewed at https://procurement.opengov.com/portal/gallupnm. Plans, Specifications and Bidding Documents may be obtained from Armstrong Consultants Inc., located at TBD upon deposit of $150.00, all of which will be refunded upon return of the documents within ten (10) days after bid opening.
The Engineer shall have general supervision of the work as the representative of the Owner. Engineer shall have authority to direct the programming of the construction in so far as the proper execution of the contract is affected and to the extent that the forces of labor may be increased or decreased by his/her order to insure the execution of the contract in the time and in the manner prescribed.
All work performed under this contract shall be done in a first-class workmanship manner and done to the satisfaction of the Engineer. The Engineer shall in all cases determine the amount, quality, acceptability and fitness of the several kinds of work and material herein specified. Engineer shall decide all questions which may arise as to the fulfillment of the terms of the contract by the Contractor, or as to the intent or purpose of the contract.
The Engineer shall, within a reasonable time after presentation, make decisions in writing on claims arising between the principals of the contract and shall make interpretations of the Plans and Specifications. Such decisions and interpretations shall be regarded as final.
UNDERGROUND POWER CABLE FOR AIRPORTS DESCRIPTION
108-1.1 This item shall consist of furnishing and installing power cables that are direct buried and furnishing and/or installing power cables within conduit or duct banks per these specifications at the locations shown on the plans. It includes excavation and backfill of trench for direct-buried cables only. Also included are the installation of counterpoise wires, ground wires, ground rods and connections, cable splicing, cable marking, cable testing, and all incidentals necessary to place the cable in operating condition as a completed unit to the satisfaction of the RPR. This item shall not include the installation of duct banks or conduit, trenching and backfilling for duct banks or conduit, or furnishing or installation of cable for FAA owned/operated facilities.
EQUIPMENT AND MATERIALS
108-2.1 GENERAL
Airport lighting equipment and materials covered by advisory circulars (AC) shall be approved under the Airport Lighting Equipment Certification Program per AC 150/5345-53, current version.
All other equipment and materials covered by other referenced specifications shall be subject to acceptance through manufacturer’s certification of compliance with the applicable specification, when requested by the RPR.
Manufacturer’s certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications. Materials supplied and/or installed that do not comply with these specifications shall be removed (when directed by the RPR) and replaced with materials that comply with these specifications at the Contractor’s cost.
All materials and equipment used to construct this item shall be submitted to the RPR for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete any non-pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in the project that may accrue directly or indirectly from late submissions or resubmissions of submittals.
The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with the plans and specifications. The Contractor’s submittals shall be electronically submitted in pdf format. The RPR reserves the right to reject any and all equipment, materials, or procedures that do not meet the system design and the standards and codes, specified in this document.
All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for at least twelve (12) months from the date of final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner’s discretion, with no additional cost to the Owner. The Contractor shall maintain a minimum insulation resistance in accordance with paragraph 108-3.10e with isolation transformers connected in new circuits and new segments of existing circuits through the end of the contract warranty period when tested in accordance with AC 150/5340-26, Maintenance Airport Visual Aid Facilities, paragraph 5.1.3.1, Insulation Resistance Test.
108-2.2 CABLE. Underground cable for airfield lighting facilities (runway and taxiway lights and signs) shall conform to the requirements of AC 150/5345-7, Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits latest edition. Conductors for use on 6.6 ampere primary airfield lighting series circuits shall be single conductor, seven strand, No. 8 American wire gauge (AWG), L-824 Type C, 5,000 volts, non-shielded, with cross-linked polyethylene insulation. Conductors for use on 20 ampere primary airfield lighting series circuits shall be single conductor, seven strand, #6 AWG, L-824 Type C, 5,000 volts, non-shielded, with cross-linked polyethylene insulation. L-824 conductors for use on the L-830 secondary of airfield lighting series circuits shall be sized in accordance with the manufacturer’s recommendations. All other conductors shall comply with FAA and National Electric Code (NEC) requirements. Conductor sizes noted above shall not apply to leads furnished by manufacturers on airfield lighting transformers and fixtures.
Wire for electrical circuits up to 600 volts shall comply with Specification L-824 and/or Commercial Item Description A-A-59544A and shall be type THWN-2, 75°C for installation in conduit and RHW-2, 75°C for direct burial installations. Conductors for parallel (voltage) circuits shall be type and size and installed in accordance with NFPA-70, National Electrical Code.
Unless noted otherwise, all 600-volt and less non-airfield lighting conductor sizes are based on a 75°C, THWN-2, 600-volt insulation, copper conductors, not more than three single insulated conductors, in raceway, in free air. The conduit/duct sizes are based on the use of THWN-2, 600-volt insulated conductors. The Contractor shall make the necessary increase in conduit/duct sizes for other types of wire insulation. In no case shall the conduit/duct size be reduced. The minimum power circuit wire size shall be No. 12 AWG.
Conductor sizes may have been adjusted due to voltage drop or other engineering considerations. Equipment provided by the Contractor shall be capable of accepting the quantity and sizes of conductors shown in the Contract Documents. All conductors, pigtails, cable step-down adapters, cable step-up adapters, terminal blocks and splicing materials necessary to complete the cable termination/splice shall be considered incidental to the respective pay items provided.
Cable type, size, number of conductors, strand and service voltage shall be as specified in the Contract Document.
108-2.3 BARE COPPER WIRE (COUNTERPOISE, BARE COPPER WIRE GROUND AND GROUND RODS). Wire for counterpoise or ground installations for airfield lighting systems shall be No. 6 AWG bare solid copper wire for counterpoise and/or No. 6 AWG insulated stranded for grounding bond wire per ASTM B3 and ASTM B8, and shall be bare copper wire. For voltage powered circuits, the equipment grounding conductor shall comply with NEC Article 250.
Ground rods shall be copper or copper-clad steel. The ground rods shall be of the length and diameter specified on the plans, but in no case be less than 8-feet long and 5/8-inch in diameter.
108-2.4 CABLE CONNECTIONS. In-line connections or splices of underground primary cables shall be of the type called for on the plans, and shall be one of the types listed below. No separate payment will be made for cable connections.
The cast splice. A cast splice, employing a plastic mold and using epoxy resin equivalent to that manufactured by 3MTM Company, “Scotchcast” Kit No. 82-B, or an approved equivalent, used for potting the splice is acceptable.
The field-attached plug-in splice. Field attached plug-in splices shall be installed as shown on the plans. The Contractor shall determine the outside diameter of the cable to be spliced and furnish appropriately sized connector kits and/or adapters. Tape or heat shrink tubing with integral sealant shall be in accordance with the manufacturer’s requirements. Primary Connector Kits manufactured by Amerace, "Super Kit", Integro "Complete Kit", or approved equal is acceptable.
The factory-molded plug-in splice. Specification for L-823 Connectors, Factory-Molded to Individual Conductors, is acceptable.
The taped or heat-shrink splice. Taped splices employing field-applied rubber, or synthetic rubber tape covered with plastic tape is acceptable. The rubber tape should meet the requirements of ASTM D4388 and the plastic tape should comply with Military Specification MIL-I-24391 or Commercial Item Description A-A-55809. Heat shrinkable tubing shall be heavy-wall, self-sealing tubing rated for the voltage of the wire being spliced and suitable for direct-buried installations. The tubing shall be factory coated with a thermoplastic adhesive-sealant that will adhere to the insulation of the wire being spliced forming a moisture- and dirt-proof seal. Additionally, heat shrinkable tubing for multi-conductor cables, shielded cables, and armored cables shall be factory kits that are designed for the application. Heat shrinkable tubing and tubing kits shall be manufactured by Tyco Electronics/ Raychem Corporation, Energy Division, or approved equivalent.
In all the above cases, connections of cable conductors shall be made using crimp connectors using a crimping tool designed to make a complete crimp before the tool can be removed. All L-823/L-824 splices and terminations shall be made per the manufacturer’s recommendations and listings.
All connections of counterpoise, grounding conductors and ground rods shall be made by the exothermic process or approved equivalent, except that a light base ground clamp connector shall be used for attachment to the light base. All exothermic connections shall be made per the manufacturer’s recommendations and listings.
108-2.5 SPLICER QUALIFICATIONS. Every airfield lighting cable splicer shall be qualified in making airport cable splices and terminations on cables rated at or above 5,000 volts AC. The Contractor shall submit to the RPR proof of the qualifications of each proposed cable splicer for the airport cable type and voltage level to be worked on. Cable splicing/terminating personnel shall have a minimum of three (3) years continuous experience in terminating/splicing medium voltage cable.
108-2.6 CONCRETE. Concrete shall be proportioned, placed, and cured per New Mexico DOT Standard Specifications, Section 509, 4,000 psi Class AA Concrete.
108-2.7 FLOWABLE BACKFILL. Flowable material used to backfill trenches for power cable trenches shall conform to the requirements of Item P-153, Controlled Low Strength Material.
108-2.8 CABLE IDENTIFICATION TAGS. Cable identification tags shall be made from a non-corrosive material with the circuit identification stamped or etched onto the tag. The tags shall be of the type as detailed on the plans.
108-2.9 TAPE. Electrical tapes shall be ScotchTM Electrical Tapes –ScotchTM 88 (1-1/2 inch wide) and ScotchTM 130C® linerless rubber splicing tape (2-inch wide), as manufactured by the Minnesota Mining and Manufacturing Company (3MTM), or an approved equivalent.
108-2.10 ELECTRICAL COATING. Electrical coating shall be Scotchkote™ as manufactured by 3MTM, or an approved equivalent.
108-2.11 EXISTING CIRCUITS. Whenever the scope of work requires connection to an existing circuit, the existing circuit’s insulation resistance shall be tested, in the presence of the RPR. The test shall be performed per this item and prior to any activity that will affect the respective circuit. The Contractor shall record the results on forms acceptable to the RPR. When the work affecting the circuit is complete, the circuit’s insulation resistance shall be checked again, in the presence of the RPR. The Contractor shall record the results on forms acceptable to the RPR. The second reading shall be equal to or greater than the first reading or the Contractor shall make the necessary repairs to the existing circuit to bring the second reading above the first reading. All repair costs including a complete replacement of the L-823 connectors, L-830 transformers and L-824 cable, if necessary, shall be borne by the Contractor. All test results shall be submitted in the Operation and Maintenance (O&M) Manual.
108-2.12 DETECTABLE WARNING TAPE. Plastic, detectable, American Public Works Association (APWA) Red (electrical power lines, cables, conduit and lighting cable) with continuous legend tape shall be polyethylene film with a metalized foil core and shall be 3-6 inches wide. Detectable tape is incidental to the respective bid item. Detectable warning tape for communication cables shall be orange. Detectable warning tape color code shall comply with the APWA Uniform Color Code.
CONSTRUCTION METHODS
108-3.1 GENERAL. The Contractor shall install the specified cable at the approximate locations indicated on the plans. Unless otherwise shown on the plans, all cable required to cross under pavements expected to carry aircraft loads shall be installed in concrete encased duct banks. Cable shall be run without splices, from fixture to fixture.
Cable connections between lights will be permitted only at the light locations for connecting the underground cable to the primary leads of the individual isolation transformers. The Contractor shall be responsible for providing cable in continuous lengths for home runs or other long cable runs without connections unless otherwise authorized in writing by the RPR or shown on the plans.
In addition to connectors being installed at individual isolation transformers, L-823 cable connectors for maintenance and test points shall be installed at locations shown on the plans. Cable circuit identification markers shall be installed on both sides of the L-823 connectors installed and on both sides of slack loops where a future connector would be installed.
Provide not less than 3-feet of cable slack on each side of all connections, isolation transformers, light units, and at points where cable is connected to field equipment. Where provisions must be made for testing or for future above grade connections, provide enough slack to allow the cable to be extended at least one foot vertically above the top of the access structure. This requirement also applies where primary cable passes through empty light bases, junction boxes, and access structures to allow for future connections, or as designated by the RPR.
Primary airfield lighting cables installed shall have cable circuit identification markers attached on both sides of each L-823 connector and on each airport lighting cable entering or leaving cable access points, such as manholes, hand holes, pull boxes, junction boxes, etc. Markers shall be of sufficient length for imprinting the cable circuit identification legend on one line, using letters not less than 1/4-inch in size. The cable circuit identification shall match the circuits noted on the construction plans.
108-3.2 INSTALLATION IN DUCT BANKS OR CONDUITS. This item includes the installation of the cable in duct banks or conduit per the following paragraphs. The maximum number and voltage ratings of cables installed in each single duct or conduit, and the current-carrying capacity of each cable shall be per the latest version of the National Electric Code, or the code of the local agency or authority having jurisdiction.
The Contractor shall make no connections or splices of any kind in cables installed in conduits or duct banks.
Unless otherwise designated in the plans, where ducts are in tiers, use the lowest ducts to receive the cable first, with spare ducts left in the upper levels. Check duct routes prior to construction to obtain assurance that the shortest routes are selected and that any potential interference is avoided.
Duct banks or conduits shall be installed as a separate item per Item L-110, Airport Underground Electrical Duct Banks and Conduit. The Contractor shall run a mandrel through duct banks or conduit prior to installation of cable to ensure that the duct bank or conduit is open, continuous and clear of debris. The mandrel size shall be compatible with the conduit size. The Contractor shall swab out all conduits/ducts and clean light bases, manholes, etc., interiors immediately prior to pulling cable. Once cleaned and swabbed, the light bases and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, light bases, manholes, etc., is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be re-cleaned at the Contractor’s expense. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the RPR of any blockage in the existing ducts.
The cable shall be installed in a manner that prevents harmful stretching of the conductor, damage to the insulation, or damage to the outer protective covering. The ends of all cables shall be sealed with moisture-seal tape providing moisture-tight mechanical protection with minimum bulk, or alternately, heat shrinkable tubing before pulling into the conduit and it shall be left sealed until connections are made. Where more than one cable is to be installed in a conduit, all cable shall be pulled in the conduit at the same time. The pulling of a cable through duct banks or conduits may be accomplished by hand winch or power winch with the use of cable grips or pulling eyes. Maximum pulling tensions shall not exceed the cable manufacturer’s recommendations. A non-hardening cable-pulling lubricant recommended for the type of cable being installed shall be used where required.
The Contractor shall submit the recommended pulling tension values to the RPR prior to any cable installation. If required by the RPR, pulling tension values for cable pulls shall be monitored by a dynamometer in the presence of the RPR. Cable pull tensions shall be recorded by the Contractor and reviewed by the RPR. Cables exceeding the maximum allowable pulling tension values shall be removed and replaced by the Contractor at the Contractor’s expense.
The manufacturer’s minimum bend radius or NEC requirements (whichever is more restrictive) shall apply. Cable installation, handling and storage shall be per manufacturer’s recommendations. During cold weather, particular attention shall be paid to the manufacturer’s minimum installation temperature. Cable shall not be installed when the temperature is at or below the manufacturer’s minimum installation temperature. At the Contractor’s option, the Contractor may submit a plan, for review by the RPR, for heated storage of the cable and maintenance of an acceptable cable temperature during installation when temperatures are below the manufacturer’s minimum cable installation temperature.
Cable shall not be dragged across base can or manhole edges, pavement or earth. When cable must be coiled, lay cable out on a canvas tarp or use other appropriate means to prevent abrasion to the cable jacket.
108-3.3 INSTALLATION OF DIRECT-BURIED CABLE IN TRENCHES. Unless otherwise specified, the Contractor shall not use a cable plow for installing the cable. Cable shall be unreeled uniformly in place alongside or in the trench and shall be carefully placed along the bottom of the trench. The cable shall not be unreeled and pulled into the trench from one end. Slack cable sufficient to provide strain relief shall be placed in the trench in a series of S curves. Sharp bends or kinks in the cable shall not be permitted.
Where cables must cross over each other, a minimum of 3-inches vertical displacement shall be provided with the topmost cable depth at or below the minimum required depth below finished grade.
a. Trenching. Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored. Trenches for cables may be excavated manually or with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of surface is disturbed. Graders shall not be used to excavate the trench with their blades. The bottom surface of trenches shall be essentially smooth and free from coarse aggregate. Unless otherwise specified, cable trenches shall be excavated to a minimum depth of 18 inches below finished grade per NEC Table 300.5, except as follows:
When off the airport or crossing under a roadway or driveway, the minimum depth shall be 36-inches unless otherwise specified.
Minimum cable depth when crossing under a railroad track, shall be 42-inches unless otherwise specified.
The Contractor shall excavate all cable trenches to a width not less than 6-inches. Unless otherwise specified on the plans, all cables in the same location and running in the same general direction shall be installed in the same trench.
When rock is encountered, the rock shall be removed to a depth of at least 3-inches below the required cable depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch sieve. Flowable backfill material may alternatively be used.
Duct bank or conduit markers temporarily removed for trench excavations shall be replaced as required.
It is the Contractor’s responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables cross proposed installations, the Contractor shall ensure that these cables are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows:
Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred.
Trenching, etc., in cable areas shall then proceed, with approval of the RPR, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable.
In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair or replacement.
b. Backfilling. After the cable has been installed, the trench shall be backfilled. The first layer of backfill in the trench shall encompass all cables; be 3-inches deep, loose measurement; and shall be either earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch sieve. This layer shall not be compacted. The second layer shall be 5-inches deep, loose measurement, and shall contain no particles that would be retained on a one inch sieve. The remaining third and subsequent layers of backfill shall not exceed 8-inches of loose measurement and be excavated or imported material and shall not contain stone or aggregate larger than 4-inches maximum diameter.
The second and subsequent layers shall be thoroughly tamped and compacted to at least the density of the adjacent material. If the cable is to be installed in locations or areas where other compaction requirements are specified (under pavements, embankments, etc.) the backfill compaction shall be to a minimum of 100 percent of ASTM D698.
Trenches shall not contain pools of water during backfilling operations. The trench shall be completely backfilled and tamped level with the adjacent surface, except that when turf is to be established over the trench, the backfilling shall be stopped at an appropriate depth consistent with the type of turfing operation to be accommodated. A proper allowance for settlement shall also be provided. Any excess excavated material shall be removed and disposed of per the plans and specifications.
Underground electrical warning (caution) tape shall be installed in the trench above all direct-buried cable. Contractor shall submit a sample of the proposed warning tape for acceptance by the RPR. If not shown on the plans, the warning tape shall be located 6-inches above the direct-buried cable or the counterpoise wire if present. A 3-6 inch wide polyethylene film detectable tape, with a metalized foil core, shall be installed above all direct buried cable or counterpoise. The tape shall be of the color and have a continuous legend as indicated on the plans. The tape shall be installed 8 inches minimum below finished grade.
c. Restoration. Following restoration of all trenching near airport movement surfaces, the Contractor shall visually inspect the area for foreign object debris (FOD) and remove any that is found. Where soil and sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by work shall be restored to its original condition. The restoration shall be as shown on the plans. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. When trenching is through paved areas, restoration shall be equal to existing conditions. If the cable is to be installed in locations or areas where other compaction requirements are specified (under pavements, embankments, etc.) the backfill compaction shall be to a minimum of 100 percent of ASTM D698. Restoration shall be considered incidental to the pay item of which it is a component part.
108-3.4 CABLE MARKERS FOR DIRECT-BURIED CABLE. The location of direct buried circuits shall be marked by a concrete slab marker, 2-feet square and 4-6 inch thick, extending approximately one inch above the surface. Each cable run from a line of lights and signs to the equipment vault shall be marked at approximately every 200-feet along the cable run, with an additional marker at each change of direction of cable run. All other direct-buried cable shall be marked in the same manner. Cable markers shall be installed directly above the cable. The Contractor shall impress the word “CABLE” and directional arrows on each cable marking slab. The letters shall be approximately 4-inches high and 3 inches wide, with width of stroke 1/2-inch and 1/4-inch deep. Stencils shall be used for cable marker lettering; no hand lettering shall be permitted.
At the location of each underground cable connection/splice, except at lighting units, or isolation transformers, a concrete marker slab shall be installed to mark the location of the connection/splice. The Contractor shall impress the word “SPLICE” on each slab. The Contractor also shall impress additional circuit identification symbols on each slab as directed by the RPR. All cable markers and splice markers shall be painted international orange. Paint shall be specifically manufactured for uncured exterior concrete. After placement, all cable or splice markers shall be given one coat of high-visibility aviation orange paint as approved by the RPR. Furnishing and installation of cable markers is incidental to the respective cable pay item.
108-3.5 SPLICING. Connections of the type shown on the plans shall be made by experienced personnel regularly engaged in this type of work and shall be made as follows:
Cast splices. These shall be made by using crimp connectors for jointing conductors. Molds shall be assembled, and the compound shall be mixed and poured per the manufacturer’s instructions and to the satisfaction of the RPR.
Field-attached plug-in splices. These shall be assembled per the manufacturer’s instructions. These splices shall be made by plugging directly into mating connectors. The joint where the connectors come together shall be finished by one of the following methods: (1) wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches on each side of the joint (2) Covered with heat shrinkable tubing with integral sealant extending at least 1-1/2 inches on each side of the joint or (3) On connector kits equipped with water seal flap; roll-over water seal flap to sealing position on mating connector.
Factory-molded plug-in splices. These shall be made by plugging directly into mating connectors. The joint where the connectors come together shall be finished by one of the following methods: (1) Wrapped with at least one layer of rubber or synthetic rubber tape and one layer of plastic tape, one-half lapped, extending at least 1-1/2 inches on each side of the joint. (2) Covered with heat shrinkable tubing with integral sealant extending at least 1-1/2 inches on each side of the joint. or (3) On connector kits so equipped with water seal flap; roll-over water seal flap to sealing position on mating connector.
Taped or heat-shrink splices. A taped splice shall be made in the following manner:
Bring the cables to their final position and cut so that the conductors will butt. Remove insulation and jacket allowing for bare conductor of proper length to fit compression sleeve connector with 1/4-inch of bare conductor on each side of the connector. Prior to splicing, the two ends of the cable insulation shall be penciled using a tool designed specifically for this purpose and for cable size and type. Do not use emery paper on splicing operation since it contains metallic particles. The copper conductors shall be thoroughly cleaned. Join the conductors by inserting them equidistant into the compression connection sleeve. Crimp conductors firmly in place with crimping tool that requires a complete crimp before tool can be removed. Test the crimped connection by pulling on the cable. Scrape the insulation to assure that the entire surface over which the tape will be applied (plus 3-inches on each end) is clean. After scraping, wipe the entire area with a clean lint-free cloth. Do not use solvents.
Apply high-voltage rubber tape one-half lapped over bare conductor. This tape should be tensioned as recommended by the manufacturer. Voids in the connector area may be eliminated by highly elongating the tape, stretching it just short of its breaking point. The manufacturer's recommendation for stretching tape during splicing shall be followed. Always attempt to exactly half-lap to produce a uniform buildup. Continue buildup to 1-1/2 times cable diameter over the body of the splice with ends tapered a distance of approximately one inch over the original jacket. Cover rubber tape with two layers of vinyl pressure-sensitive tape one-half lapped. Do not use glyptol or lacquer over vinyl tape as they react as solvents to the tape. No further cable covering or splice boxes are required.
Heat shrinkable tubing shall be installed following manufacturer’s instructions. Direct flame heating shall not be permitted unless recommended by the manufacturer. Cable surfaces within the limits of the heat-shrink application shall be clean and free of contaminates prior to application.
Assembly. Surfaces of equipment or conductors being terminated or connected shall be prepared in accordance with industry standard practice and manufacturer’s recommendations. All surfaces to be connected shall be thoroughly cleaned to remove all dirt, grease, oxides, nonconductive films, or other foreign material. Paints and other nonconductive coatings shall be removed to expose base metal. Clean all surfaces at least 1/4-inch beyond all sides of the larger bonded area on all mating surfaces. Use a joint compound suitable for the materials used in the connection. Repair painted/coated surface to original condition after completing the connection.
108-3.6 BARE COUNTERPOISE WIRE INSTALLATION FOR LIGHTNING PROTECTION AND GROUNDING. If shown on the plans or included in the job specifications, bare solid No. 6 AWG copper counterpoise wire shall be installed for lightning protection of the underground cables. The RPR shall select one of two methods of lightning protection for the airfield lighting circuit based upon sound engineering practice and lightning strike density.
Equipotential. – The counterpoise size is as shown on the plans. The equipotential method is applicable to all airfield lighting systems; i.e. runway, taxiway, apron – touchdown zone, centerline, edge, threshold and approach lighting systems. The equipotential method is also successfully applied to provide lightning protection for power, signal and communication systems. The light bases, counterpoise, etc. – all components - are bonded together and bonded to the vault power system ground loop/electrode.
Counterpoise wire shall be installed in the same trench for the entire length of buried cable, conduits and duct banks that are installed to contain airfield cables. The counterpoise is centered over the cable/conduit/duct to be protected.
The counterpoise conductor shall be installed no less than 8 inches minimum or 12 inches maximum above the raceway or cable to be protected, except as permitted below:
The minimum counterpoise conductor height above the raceway or cable to be protected shall be permitted to be adjusted subject to coordination with the airfield lighting and pavement designs.
The counterpoise conductor height above the protected raceway(s) or cable(s) shall be calculated to ensure that the raceway or cable is within a 45-degree area of protection, (45 degrees on each side of vertical creating a 90 degree angle).
The counterpoise conductor shall be bonded to each metallic light base, mounting stake, and metallic airfield lighting component.
All metallic airfield lighting components in the field circuit on the output side of the constant current regulator (CCR) or other power source shall be bonded to the airfield lighting counterpoise system.
All components rise and fall at the same potential; with no potential difference, no damaging arcing and no damaging current flow.
See AC 150/5340-30, Design and Installation Details for Airport Visual Aids and NFPA 780, Standard for the Installation of Lightning Protection Systems, Chapter 11, for a detailed description of the Equipotential Method of lightning protection.
Reference FAA STD-019E, Lightning and Surge Protection, Grounding Bonding and Shielding Requirements for Facilities and Electronic Equipment, Part 4.1.1.7.
Isolation – Not Applicable.
Common Installation requirements. When a metallic light base is used, the grounding electrode shall be bonded to the metallic light base or mounting stake with a No. 6 AWG bare, annealed or soft drawn, solid copper conductor.
When a nonmetallic light base is used, the grounding electrode shall be bonded to the metallic light fixture or metallic base plate with a No. 6 AWG bare, annealed or soft drawn, solid copper conductor.
Grounding electrodes may be rods, ground dissipation plates, radials, or other electrodes listed in the NFPA 70 (NEC) or NFPA 780.
Where raceway is installed by the directional bore, jack and bore, or other drilling method, the counterpoise conductor shall be permitted to be installed concurrently with the directional bore, jack and bore, or other drilling method raceway, external to the raceway or sleeve.
The counterpoise wire shall also be exothermically welded to ground rods installed as shown on the plans but not more than 500-feet apart around the entire circuit. The counterpoise system shall be continuous and terminate at the transformer vault or at the power source. It shall be securely attached to the vault or equipment external ground ring or other made electrode-grounding system. The connections shall be made as shown on the plans and in the specifications.
Where an existing airfield lighting system is being extended or modified, the new counterpoise conductors shall be interconnected to existing counterpoise conductors at each intersection of the new and existing airfield lighting counterpoise systems.
Parallel Voltage Systems. Provide grounding and bonding in accordance with NFPA 70, National Electrical Code.
108-3.7 COUNTERPOISE INSTALLATION ABOVE MULTIPLE CONDUITS AND DUCT BANKS. Counterpoise wires shall be installed above multiple conduits/duct banks for airfield lighting cables, with the intent being to provide a complete area of protection over the airfield lighting cables. When multiple conduits and/or duct banks for airfield cable are installed in the same trench, the number and location of counterpoise wires above the conduits shall be adequate to provide a complete area of protection measured 45 degrees each side of vertical.
Where duct banks pass under pavement to be constructed in the project, the counterpoise shall be placed above the duct bank. Reference details on the construction plans.
108-3.8 COUNTERPOISE INSTALLATION AT EXISTING DUCT BANKS. When airfield lighting cables are indicated on the plans to be routed through existing duct banks, the new counterpoise wiring shall be terminated at ground rods at each end of the existing duct bank where the cables being protected enter and exit the duct bank. The new counterpoise conductor shall be bonded to the existing counterpoise system.
108-3.9 EXOTHERMIC BONDING. Bonding of counterpoise wire shall be by the exothermic welding process or equivalent method accepted by the RPR. Only personnel experienced in and regularly engaged in this type of work shall make these connections.
Contractor shall demonstrate to the satisfaction of the RPR, the welding kits, materials and procedures to be used for welded connections prior to any installations in the field. The installations shall comply with the manufacturer’s recommendations and the following:
All slag shall be removed from welds.
Using an exothermic weld to bond the counterpoise to a lug on a galvanized light base is not recommended unless the base has been specially modified. Consult the manufacturer’s installation directions for proper methods of bonding copper wire to the light base. See AC 150/5340-30 for galvanized light base exception.
If called for in the plans, all buried copper and weld material at weld connections shall be thoroughly coated with 6 mm of 3MTM ScotchkoteTM, or approved equivalent, or coated with coal tar Bitumastic® material to prevent surface exposure to corrosive soil or moisture.
108-3.10 TESTING. The Contractor shall furnish all necessary equipment and appliances for testing the airport electrical systems and underground cable circuits before and after installation. The Contractor shall perform all tests in the presence of the RPR. The Contractor shall demonstrate the electrical characteristics to the satisfaction of the RPR. All costs for testing are incidental to the respective item being tested. For phased projects, the tests must be completed by phase. The Contractor must maintain the test results throughout the entire project as well as during the warranty period that meet the following:
Earth resistance testing methods shall be submitted to the RPR for approval. Earth resistance testing results shall be recorded on an approved form and testing shall be performed in the presence of the RPR. All such testing shall be at the sole expense of the Contractor.
Should the counterpoise or ground grid conductors be damaged or suspected of being damaged by construction activities the Contractor shall test the conductors for continuity with a low resistance ohmmeter. The conductors shall be isolated such that no parallel path exists and tested for continuity. The RPR shall approve of the test method selected. All such testing shall be at the sole expense of the Contractor.
After installation, the Contractor shall test and demonstrate to the satisfaction of the RPR the following:
That all affected lighting power and control circuits (existing and new) are continuous and free from short circuits.
That all affected circuits (existing and new) are free from unspecified grounds.
That the insulation resistance to ground of all new non-grounded high voltage series circuits or cable segments is not less than 50 megohms. Verify continuity of all series airfield lighting circuits prior to energization.
That the insulation resistance to ground of all new non-grounded conductors of new multiple circuits or circuit segments is not less than 100 megohms.
That all affected circuits (existing and new) are properly connected per applicable wiring diagrams.
That all affected circuits (existing and new) are operable. Tests shall be conducted that include operating each control not less than 10 times and the continuous operation of each lighting and power circuit for not less than 1/2 hour.
That the impedance to ground of each ground rod does not exceed 25 ohms prior to establishing connections to other ground electrodes. The fall-of-potential ground impedance test shall be used, as described by American National Standards Institute/Institute of Electrical and Electronic Engineers (ANSI/IEEE) Standard 81, to verify this requirement. As an alternate, clamp-on style ground impedance test meters may be used to satisfy the impedance testing requirement. Test equipment and its calibration sheets shall be submitted for review and approval by the RPR prior to performing the testing.
Two copies of tabulated results of all cable tests performed shall be supplied by the Contractor to the RPR. Where connecting new cable to existing cable, insulation resistance tests shall be performed on the new cable prior to connection to the existing circuit.
There are no approved “repair” procedures for items that have failed testing other than complete replacement.
METHOD OF MEASUREMENT
108-4.1 Trenching shall be measured by the linear feet of trench, including the excavation, backfill, and restoration, completed, measured as excavated, and accepted as satisfactory. When specified, separate measurement shall be made for trenches of various specified widths.
108-4.2 Cable or counterpoise wire installed in trench, duct bank or conduit shall be measured by the number of linear feet installed and grounding connectors, and trench marking tape ready for operation, and accepted as satisfactory. Separate measurement shall be made for each cable or counterpoise wire installed in trench, duct bank or conduit. The measurement for this item shall include additional quantities required for slack.
108-4.3 No separate payment will be made for ground rods.
BASIS OF PAYMENT
108-5.1 Payment will be made at the contract unit price for trenching, cable and bare counterpoise wire installed in trench (direct-buried), or cable and equipment ground installed in duct bank or conduit, in place by the Contractor and accepted by the RPR. This price shall be full compensation for furnishing all materials and for all preparation and installation of these materials, and for all labor, equipment, tools, and incidentals, including ground rods and ground connectors and trench marking tape, necessary to complete this item.
Payment will be made under:
Item L-108a Trenching - per linear foot
Item L-108b No. 1/0 THWN CU Cable, Installed in Conduit - per liner foot
Item L-108c No. 6 AWG, Solid, Bare Copper Counterpoise Wire, Installed, Above the Duct Bank or Conduit, Including Connections/Terminations - per linear foot
Item L-108d No. 6 Ground CU Cable, Installed in Conduit - per linear foot.
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.
Advisory Circulars (AC)
AC 150/5340-26 Maintenance of Airport Visual Aid Facilities
AC 150/5340-30 Design and Installation Details for Airport Visual Aids
AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits
AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors
AC 150/5345-53 Airport Lighting Equipment Certification Program Commercial Item Description
A-A-59544A Cable and Wire, Electrical (Power, Fixed Installation)
A-A-55809 Insulation Tape, Electrical, Pressure-Sensitive Adhesive, Plastic
ASTM International (ASTM)
ASTM B3 Standard Specification for Soft or Annealed Copper Wire
ASTM B8 Standard Specification for Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft
ASTM B33 Standard Specification for Tin-Coated Soft or Annealed Copper Wire for Electrical Purposes
ASTM D4388 Standard Specification for Nonmetallic Semi-Conducting and Electrically Insulating Rubber Tapes
Mil Spec
MIL-PRF-23586F Performance Specification: Sealing Compound (with Accelerator), Silicone Rubber, Electrical
MIL-I-24391 Insulation Tape, Electrical, Plastic, Pressure Sensitive National Fire Protection Association (NFPA)
NFPA-70 National Electrical Code (NEC)
NFPA-780 Standard for the Installation of Lightning Protection Systems
American National Standards Institute (ANSI)/Institute of Electrical and Electronics Engineers (IEEE)
ANSI/IEEE STD 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System
Federal Aviation Administration Standard
FAA STD-019E Lightning and Surge Protection, Grounding Bonding and Shielding Requirements for Facilities and Electronic Equipment
SCOPE OF WORK
40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract.
40-02 ALTERATION OF WORK AND QUANTITIES. The Owner reserves the right to make such changes in quantities and work as may be necessary or desirable to complete, in a satisfactory manner, the original intended work. Unless otherwise specified in the Contract, the Owner’s Engineer or RPR shall be and is hereby authorized to make, in writing, such in-scope alterations in the work and variation of quantities as may be necessary to complete the work, provided such action does not represent a significant change in the character of the work.
For purpose of this section, a significant change in character of work means: any change that is outside the current contract scope of work; any change (increase or decrease) in the total contract cost by more than 25%; or any change in the total cost of a major contract item by more than 25%.
Work alterations and quantity variances that do not meet the definition of significant change in character of work shall not invalidate the contract nor release the surety. Contractor agrees to accept payment for such work alterations and quantity variances in accordance with Section 90, paragraph 90-03, Compensation for Altered Quantities.
Should the value of altered work or quantity variance meet the criteria for significant change in character of work, such altered work and quantity variance shall be covered by a supplemental agreement. Supplemental agreements also require consent of the Contractor’s surety and separate performance and payment bonds. 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 Owner, the Owner’s Engineer or the RPR may provide written notice to the Contractor to omit from the work any contract item that does not meet the definition of major contract item. 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 non-performed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with Section 90, paragraph 90-04, Payment for Omitted Items.
40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, Owner may issue a Change Order to cover the necessary extra work. Change orders for 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 RPR’s opinion, is necessary for completion of the extra work.
When determined by the RPR to be in the Owner’s best interest, the RPR may order the Contractor to proceed with extra work as provided in Section 90, paragraph 90-05, Payment for Extra Work. 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 defined in Section 10, paragraph 10-59, Supplemental Agreement.
If extra work is essential to maintaining the project critical path, RPR may order the Contractor to commence the extra work under a Time and Material contract method. Once sufficient detail is available to establish the level of effort necessary for the extra work, the Owner shall initiate a change order or supplemental agreement to cover the extra work.
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. The Contractor shall maintain traffic in the manner detailed in the Construction Safety and Phasing Plan (CSPP).
a. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas (AOAs) of the airport with respect to their own operations and the operations of all subcontractors as specified in Section 80, paragraph 80-04, Limitation of Operations. 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 Section 70, paragraph 70-15, Contractor’s Responsibility for Utility Service and Facilities of Others.
b. With respect to their own operations and the operations of all 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 in accordance with the construction safety and phasing plan (CSPP) and the safety plan compliance document (SPCD).
c. When the contract requires the maintenance of an existing road, street, or highway during the Contractor’s performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep the road, street, or highway open to all traffic and shall provide maintenance as may be required to accommodate traffic. The Contractor, at their expense, shall be responsible for the repair to equal or better than preconstruction conditions of any damage caused by the Contractor’s equipment and personnel. The Contractor shall furnish, erect, and maintain barricades, warning signs, flag person, and other traffic control devices in reasonable conformity with the Manual on Uniform Traffic Control Devices (MUTCD) (http://mutcd.fhwa.dot.gov/), unless otherwise specified. 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.
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 Resident Project Representative (RPR) shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the RPR in accordance with the provisions of the contract.
Except as provided in Section 40, paragraph 40-07, Rights in and Use of Materials Found in the Work, 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 used in the work as otherwise provided for in the contract and shall remain the property of the Owner when so used 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 embankment, the Contractor may at their own option either:
a. Use such material in another contract item, providing such use is approved by the RPR 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 RPR; or
c. Use such material for the Contractor’s 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., the Contractor shall request the RPR’s approval in advance of such use.
Should the RPR 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 their 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 use of such material used in the work or removed from the site.
Should the RPR 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 their own exercise of option a., b., or c.
The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications.
40-08 FINAL CLEANUP. 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. The Contractor 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 the property Owner.
No NAVAIDS will be impacted by construction.
If clarification is needed on any part of the Instructions to Bidders or Scope of Work, Bidders shall submit questions via the City's eProcurement Portal Q&A section: eProcurement Portal
Questions must be submitted before 5:00 pm on Monday, March 23, 2026.
The Contractor shall, at all times, exercise reasonable precautions for the safety of employees on the work, bystanders or observers of the project, engineering personnel, inspectors and shall comply with all applicable provisions of the State and Municipal Safety Laws and Building Construction Codes. The Contractor shall be solely responsible for safety on the project.
AIRPORT UNDERGROUND ELECTRICAL DUCT
BANKS AND CONDUITS DESCRIPTION
110-1.1 This item shall consist of underground electrical conduits and duct banks (single or multiple conduits encased in concrete or buried in sand) installed per this specification at the locations and per the dimensions, designs, and details shown on the plans. This item shall include furnishing and installing of all underground electrical duct banks and individual and multiple underground conduits and removal of existing duct banks. It shall also include all turfing trenching, backfilling, removal, and restoration of any paved or turfed areas; concrete encasement, mandrelling, pulling lines, duct markers, plugging of conduits, and the testing of the installation as a completed system ready for installation of cables per the plans and specifications. This item shall also include furnishing and installing conduits and all incidentals for providing positive drainage of the system. Verification of existing ducts is incidental to the pay items provided in this specification.
EQUIPMENT AND MATERIALS
110-2.1 GENERAL
All equipment and materials covered by referenced specifications shall be subject to acceptance through manufacturer’s certification of compliance with the applicable specification when requested by the RPR.
Manufacturer’s certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications and acceptable to the RPR. Materials supplied and/or installed that do not comply with these specifications shall be removed, when directed by the RPR and replaced with materials, that comply with these specifications, at the Contractor’s cost.
All materials and equipment used to construct this item shall be submitted to the RPR for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete non-pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment for which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in project that accrue directly or indirectly from late submissions or resubmissions of submittals.
The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with the plans and specifications. The Contractor’s submittals shall be electronically submitted in pdf format, tabbed by specification section. The RPR reserves the right to reject any and all equipment, materials or procedures that do not meet the system design and the standards and codes specified in this document.
All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner’s discretion, with no additional cost to the Owner.
110-2.2 STEEL CONDUIT. Rigid galvanized steel (RGS) conduit and fittings shall be hot dipped galvanized inside and out and conform to the requirements of Underwriters Laboratories Standards 6, 514B, and 1242. All RGS conduits or RGS elbows installed below grade, in concrete, permanently wet locations or other similar environments shall be painted with a 10-mil thick coat of asphaltum sealer or shall have a factory-bonded polyvinyl chloride (PVC) cover. Any exposed galvanizing or steel shall be coated with 10 mils of asphaltum sealer. When using PVC coated RGS conduit, care shall be exercised not to damage the factory PVC coating. Damaged PVC coating shall be repaired per the manufacturer's written instructions. In lieu of PVC coated RGS, corrosion wrap tape shall be permitted to be used where RGS is in contact with direct earth.”
110-2.3 PLASTIC CONDUIT. Plastic conduit and fittings-shall conform to the following requirements:
UL 514B covers W-C-1094-Conduit fittings all types, classes 1 thru 3 and 6 thru 10.
UL 514C covers W-C-1094- all types, Class 5 junction box and cover in plastic (PVC).
UL 651 covers W-C-1094-Rigid PVC Conduit, types I and II, Class 4.
UL 651A covers W-C-1094-Rigid PVC Conduit and high-density polyethylene (HDPE) Conduit type III and Class 4.
Underwriters Laboratories Standards UL-651 and Article 352 of the current National Electrical Code shall be one of the following, as shown on the plans:
Type I–Schedule 40 and Schedule 80 PVC suitable for underground use either direct-buried or encased in concrete.
Type II–Schedule 40 PVC suitable for either above ground or underground use.
Type III – Schedule 80 PVC suitable for either above ground or underground use either direct-buried or encased in concrete.
Type III –HDPE pipe, minimum standard dimensional ratio (SDR) 11, suitable for placement with directional boring under pavement.
The type of solvent cement shall be as recommended by the conduit/fitting manufacturer.
110-2.4 SPLIT CONDUIT. Split conduit shall be pre-manufactured for the intended purpose and shall be made of steel or plastic.
110-2.5 CONDUIT SPACERS. Conduit spacers shall be prefabricated interlocking units manufactured for the intended purpose. They shall be of double wall construction made of high-grade, high-density polyethylene complete with interlocking cap and base pads. They shall be designed to accept No. 4 reinforcing bars installed vertically.
110-2.6 CONCRETE. Concrete shall be proportioned, placed, and cured per New Mexico DOT Standard Specifications, Section 509, 4,000 psi Class AA Concrete.
110-2.7 PRECAST CONCRETE STRUCTURES. Precast concrete structures shall be furnished by a plant meeting National Precast Concrete Association Plant Certification Program or another RPR approved third party certification program. Precast concrete structures shall conform to ASTM C478.
110-2.8 FLOWABLE BACKFILL. Flowable material used to back fill conduit and duct bank trenches shall conform to the requirements of Item P-153, Controlled Low Strength Material.
110-2.9 DETECTABLE WARNING TAPE. Plastic, detectable, American Public Works Association (APWA) red (electrical power lines, cables, conduit and lighting cable), orange (telephone/fiber optic cabling) with continuous legend magnetic tape shall be polyethylene film with a metallized foil core and shall be 3-6 inches wide. Detectable tape is incidental to the respective bid item.
SYSTEM TYPE | TAPE COLOR |
POWER OR COMMUNICATION DUCT BANK/CONDUIT | RED |
CONSTRUCTION METHODS
110-3.1 GENERAL. The Contractor shall install underground duct banks and conduits at the approximate locations indicated on the plans. The RPR shall indicate specific locations as the work progresses, if required to differ from the plans. Duct banks and conduits shall be of the size, material, and type indicated on the plans or specifications. Where no size is indicated on the plans or in the specifications, conduits shall be not less than 2-inches inside diameter or comply with the National Electrical Code based on cable to be installed, whichever is larger. All duct bank and conduit lines shall be laid so as to grade toward access points and duct or conduit ends for drainage. Unless shown otherwise on the plans, grades shall be at least 3-inches per 100 feet. On runs where it is not practicable to maintain the grade all one way, the duct bank and conduit lines shall be graded from the center in both directions toward access points or conduit ends, with a drain into the storm drainage system. Pockets or traps where moisture may accumulate shall be avoided. Under pavement, the top of the duct bank shall not be less than 18-inches below the subgrade; in other locations, the top of the duct bank or underground conduit shall not be less than 18-inches below finished grade.
The Contractor shall mandrel each individual conduit whether the conduit is direct-buried or part of a duct bank. An iron-shod mandrel, not more than 1/4-inch smaller than the bore of the conduit shall be pulled or pushed through each conduit. The mandrel shall have a leather or rubber gasket slightly larger than the conduit hole.
The Contractor shall swab out all conduits/ducts and clean base can, manhole, pull boxes, etc., interiors immediately prior to pulling cable. Once cleaned and swabbed the light bases, manholes, pull boxes, etc., and all accessible points of entry to the duct/conduit system shall be kept closed except when installing cables. Cleaning of ducts, base cans, manholes, etc., is incidental to the pay item of the item being cleaned. All raceway systems left open, after initial cleaning, for any reason shall be recleaned at the Contractor’s expense. All accessible points shall be kept closed when not installing cable. The Contractor shall verify existing ducts proposed for use in this project as clear and open. The Contractor shall notify the RPR of any blockage in the existing ducts.
For pulling the permanent wiring, each individual conduit, whether the conduit is direct-buried or part of a duct bank, shall be provided with a 200-pound test polypropylene pull rope. The ends shall be secured and sufficient length shall be left in access points to prevent it from slipping back into the conduit. Where spare conduits are installed, as indicated on the plans, the open ends shall be plugged with removable tapered plugs, designed for this purpose.
All conduits shall be securely fastened in place during construction and shall be plugged to prevent contaminants from entering the conduits. Any conduit section having a defective joint shall not be installed. Ducts shall be supported and spaced apart using approved spacers at intervals not to exceed 5 feet.
Unless otherwise shown on the plans, concrete encased duct banks shall be used when crossing under pavements expected to carry aircraft loads, such as runways, taxiways, taxilanes, ramps and aprons. When under paved shoulders and other paved areas, conduit and duct banks shall be encased using flowable fill for protection.
All conduits within concrete encasement of the duct banks shall terminate with female ends for ease in current and future use. Install factory plugs in all unused ends. Do not cover the ends or plugs with concrete.
Where turf is well established and the sod can be removed, it shall be carefully stripped and properly stored.
Trenches for conduits and duct banks may be excavated manually or with mechanical trenching equipment unless in pavement, in which case they shall be excavated with mechanical trenching equipment. Walls of trenches shall be essentially vertical so that a minimum of shoulder surface is disturbed. Blades of graders shall not be used to excavate the trench.
When rock is encountered, the rock shall be removed to a depth of at least 3-inches below the required conduit or duct bank depth and it shall be replaced with bedding material of earth or sand containing no mineral aggregate particles that would be retained on a 1/4-inch sieve. Flowable backfill may alternatively be used.
Underground electrical warning (Caution) tape shall be installed in the trench above all underground duct banks and conduits in unpaved areas. Contractor shall submit a sample of the proposed warning tape for approval by the RPR. If not shown on the plans, the warning tape shall be located 6-inches above the duct/conduit or the counterpoise wire if present.
Joints in plastic conduit shall be prepared per the manufacturer’s recommendations for the particular type of conduit. Plastic conduit shall be prepared by application of a plastic cleaner and brushing a plastic solvent on the outside of the conduit ends and on the inside of the couplings. The conduit fitting shall then be slipped together with a quick one-quarter turn twist to set the joint tightly. Where more than one conduit is placed in a single trench, or in duct banks, joints in the conduit shall be staggered a minimum of 2 feet.
Changes in direction of runs exceeding 10 degrees, either vertical or horizontal, shall be accomplished using manufactured sweep bends.
Whether or not specifically indicated on the drawings, where the soil encountered at established duct bank grade is an unsuitable material, as determined by the RPR, the unsuitable material shall be removed per Item P-152 and replaced with suitable material. Additional duct bank supports shall be installed, as approved by the RPR.
All excavation shall be unclassified and shall be considered incidental to Item L-110. Dewatering necessary for duct installation, and erosion per federal, state, and local requirements is incidental to Item L-110.
Unless otherwise specified, excavated materials that are deemed by the RPR to be unsuitable for use in backfill or embankments shall be removed and disposed of offsite.
Any excess excavation shall be filled with suitable material approved by the RPR and compacted per Item P-152.
It is the Contractor’s responsibility to locate existing utilities within the work area prior to excavation. Where existing active cables) cross proposed installations, the Contractor shall ensure that these cables are adequately protected. Where crossings are unavoidable, no splices will be allowed in the existing cables, except as specified on the plans. Installation of new cable where such crossings must occur shall proceed as follows:
Existing cables shall be located manually. Unearthed cables shall be inspected to assure absolutely no damage has occurred
Trenching, etc., in cable areas shall then proceed with approval of the RPR, with care taken to minimize possible damage or disruption of existing cable, including careful backfilling in area of cable.
In the event that any previously identified cable is damaged during the course of construction, the Contractor shall be responsible for the complete repair.
110-3.2 DUCT BANKS. Unless otherwise shown in the plans, duct banks shall be installed so that the top of the concrete envelope is not less than 18-inches below the bottom of the base or stabilized base course layers where installed under runways, taxiways, aprons, or other paved areas, and not less than 18-inches (0.5 m) below finished grade where installed in unpaved areas.
Unless otherwise shown on the plans, duct banks under paved areas shall extend at least 3-feet beyond the edges of the pavement or 3-feet beyond any under drains that may be installed alongside the paved area. Trenches for duct banks shall be opened the complete length before concrete is placed so that if any obstructions are encountered, provisions can be made to avoid them. Unless otherwise shown on the plans, all duct banks shall be placed on a layer of concrete not less than 3-inches thick prior to its initial set. The Contractor shall space the conduits not less than 3-inches apart (measured from outside wall to outside wall). All such multiple conduits shall be placed using conduit spacers applicable to the type of conduit. As the conduit laying progresses, concrete shall be placed around and on top of the conduits not less than 3-inches thick unless otherwise shown on the plans. All conduits shall terminate with female ends for ease of access in current and future use. Install factory plugs in all unused ends. Do not cover the ends or plugs with concrete.
Conduits forming the duct bank shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6-inches to anchor the assembly into the earth prior to placing the concrete encasement. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5-foot intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the RPR for review prior to use.
When specified, the Contractor shall reinforce the bottom side and top of encasements with steel reinforcing mesh or fabric or other approved metal reinforcement. When directed, the Contractor shall supply additional supports where the ground is soft and boggy, where ducts cross under roadways, or where shown on the plans. Under such conditions, the complete duct structure shall be supported on reinforced concrete footings, piers, or piles located at approximately 5-foot intervals.
All pavement surfaces that are to have ducts installed therein shall be neatly saw cut to form a vertical face. All excavation shall be included in the contract with price for the duct.
Install a plastic, detectable, color as noted, 3 to 6 inches wide tape, 8-inches minimum below grade above all underground conduit or duct lines not installed under pavement. Utilize the 3-inch wide tape only forsingle conduit runs. Utilize the 6-inch wide tape for multiple conduits and duct banks. For duct banks equal to or greater than 24-inches in width, utilize more than one tape for sufficient coverage and identification of the duct bank as required.
When existing cables are to be placed in split duct, encased in concrete, the cable shall be carefully located and exposed by hand tools. Prior to being placed in duct, the RPR shall be notified so that he may inspect the cable and determine that it is in good condition. Where required, split duct shall be installed as shown on the drawings or as required by the RPR.
110-3.3 CONDUITS WITHOUT CONCRETE ENCASEMENT. Trenches for single-conduit lines shall be not less than 6-inches nor more than 12-inches wide. The trench for 2 or more conduits installed at the same level shall be proportionately wider. Trench bottoms for conduits without concrete encasement shall be made to conform accurately to grade so as to provide uniform support for the conduit along its entire length.
Unless otherwise shown on the plans, a layer of fine earth material, at least 4-inches thick (loose measurement) shall be placed in the bottom of the trench as bedding for the conduit. The bedding material shall consist of soft dirt, sand or other fine fill, and it shall contain no particles that would be retained on a 1/4-inch sieve. The bedding material shall be tamped until firm. Flowable backfill may alternatively be used.
Unless otherwise shown on plans, conduits shall be installed so that the tops of all conduits within the Airport’s secured area where trespassing is prohibited are at least 18-inches below the finished grade. Conduits outside the Airport’s secured area shall be installed so that the tops of the conduits are at least 24-inches below the finished grade per National Electric Code (NEC), Table 300.5.
When two or more individual conduits intended to carry conductors of equivalent voltage insulation rating are installed in the same trench without concrete encasement, they shall be spaced not less than 3-inches apart (measured from outside wall to outside wall) in a horizontal direction and not less than 6-inches apart in a vertical direction. Where two or more individual conduits intended to carry conductors of differing voltage insulation rating are installed in the same trench without concrete encasement, they shall be placed not less than 3-inches apart (measured from outside wall to outside wall) in a horizontal direction and lot less than 6-inches apart in a vertical direction.
Trenches shall be opened the complete length between normal termination points before conduit is installed so that if any unforeseen obstructions are encountered, proper provisions can be made to avoid them.
Conduits shall be installed using conduit spacers. No. 4 reinforcing bars shall be driven vertically into the soil a minimum of 6-inches to anchor the assembly into the earth while backfilling. For this purpose, the spacers shall be fastened down with locking collars attached to the vertical bars. Spacers shall be installed at 5-foot intervals. Spacers shall be in the proper sizes and configurations to fit the conduits. Locking collars and spacers shall be submitted to the RPR for review prior to use.
110-3.4 MARKERS. The location of each end and of each change of direction of conduits and duct banks shall be marked by a concrete slab marker 2-feet square and 4 - 6 inches thick extending approximately one (1)-inch above the surface. The markers shall also be located directly above the ends of all conduits or duct banks, except where they terminate in a junction/access structure or building. Each cable or duct run from a line of lights and signs to the equipment vault must be marked at approximately every 20- feet along the cable or duct run, with an additional marker at each change of direction of cable or duct run.
The Contractor shall impress the word “DUCT” or “CONDUIT” on each marker slab. Impression of letters shall be done in a manner, approved by the RPR, for a neat, professional appearance. All letters and words must be neatly stenciled. After placement, all markers shall be given one coat of high-visibility orange paint, as approved by the RPR. The Contractor shall also impress on the slab the number and size of conduits beneath the marker along with all other necessary information as determined by the RPR. The letters shall be 4-inches high and 3-inches wide with width of stroke 1/2-inch and 1/4-inch deep or as large as the available space permits. Furnishing and installation of duct markers is incidental to the respective duct pay item.
110-3.5 BACKFILLING FOR CONDUITS. For conduits, 8-inches of sand, soft earth, or other fine fill (loose measurement) shall be placed around the conduits ducts and carefully tamped around and over them with hand tampers. The remaining trench shall then be backfilled and compacted per Item P-152 except that material used for back fill shall be select material not larger than 4-inches in diameter.
Flowable backfill may alternatively be used with prior RPR approval. Trenches shall not contain pools of water during back filling operations.
The trench shall be completely backfilled and tamped level with the adjacent surface; except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement.
Any excess excavated material shall be removed and disposed of per instructions issued by the RPR.
110-3.6 BACKFILLING FOR DUCT BANKS. After the concrete has cured, the remaining trench shall be backfilled and compacted per Item P-152 “Excavation and Embankment” except that the material used for backfill shall be select material not larger than 4-inches in diameter. In addition to the requirements of Item P-152, where duct banks are installed under pavement, one moisture/density test per lift shall be made for each 250 linear feet of duct bank or one work period’s construction, whichever is less.
Flowable backfill may alternatively be used with prior RPR approval. Trenches shall not contain pools of water during backfilling operations.
The trench shall be completely backfilled and tamped level with the adjacent surface; except that, where sod is to be placed over the trench, the backfilling shall be stopped at a depth equal to the thickness of the sod to be used, with proper allowance for settlement.
Any excess excavated material shall be removed and disposed of per instructions issued by the RPR.
110-3.7 RESTORATION. Where sod has been removed, it shall be replaced as soon as possible after the backfilling is completed. All areas disturbed by the work shall be restored to its original condition. The restoration shall be as shown on the plans. The Contractor shall be held responsible for maintaining all disturbed surfaces and replacements until final acceptance. All restoration shall be considered incidental to the respective L-110 pay item. Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly visually inspect the area for foreign object debris (FOD), and remove any such FOD that is found. This FOD inspection and removal shall be considered incidental to the pay item of which it is a component part.
110-3.8 OWNERSHIP OF REMOVED CABLE. Contractor shall take possession or dispose of any cable removed from the project.
METHOD OF MEASUREMENT
110-4.1 Underground conduits and duct banks shall be measured by the linear feet of conduits and duct banks installed, including encasement, locator tape, trenching and backfill with designated material, and restoration, and for drain lines, the termination at the drainage structure, all measured in place, completed, and accepted. Separate measurement shall be made for the various types and sizes.
BASIS OF PAYMENT
110-5.1 Payment will be made at the contract unit price per linear foot for each type and size of conduit and duct bank completed and accepted, including trench and backfill with the designated material, and, for drain lines, the termination at the drainage structure. This price shall be full compensation for removal and disposal of existing duct banks and conduits as shown on the plans, furnishing all materials and for all preparation, assembly, and installation of these materials, and for all labor, equipment, tools, and incidentals, necessary to complete this item per the provisions and intent of the plans and specifications.
Payment will be made under:
Item L-110 Non-encased Electrical Conduit, 2-inch PVC - per linear foot
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.
Advisory Circular (AC)
AC 150/5340-30 Design and Installation Details for Airport Visual Aids
AC 150/5345-53 Airport Lighting Equipment Certification Program
ASTM International (ASTM)
ASTM A615 Standard Specification for Deformed and Plain Carbon-Steel Bars for Concrete Reinforcement
National Fire Protection Association (NFPA) NFPA-70
National Electrical Code (NEC)
Underwriters Laboratories (UL)
UL Standard 6 Electrical Rigid Metal Conduit - Steel UL Standard 514B Conduit, Tubing, and Cable Fittings
UL Standard 514C Nonmetallic Outlet Boxes, Flush-Device Boxes, and Covers
UL Standard 1242 Electrical Intermediate Metal Conduit Steel
UL Standard 651 Schedule 40, 80, Type EB and A Rigid PVC Conduit and Fittings
UL Standard 651A Type EB and A Rigid PVC Conduit and HDPE Conduit
Use of explosives is not permitted on this project.
CONTROL OF WORK
50-01 AUTHORITY OF THE RESIDENT PROJECT REPRESENTATIVE (RPR). The RPR has final authority regarding the interpretation of project specification requirements. The RPR shall determine acceptability of the quality of materials furnished, method of performance of work performed, and the manner and rate of performance of the work. The RPR does not have the authority to accept work that does not conform to specification requirements.
50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross-sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans, or specifications.
If the RPR 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 their opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, the RPR will advise the Owner of their determination that the affected work be accepted and remain in place. The RPR will document the determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. Changes in the contract price must be covered by contract change order or supplemental agreement as applicable.
If the RPR finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the RPR’s written orders.
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 RPR’s responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor’s execution of the work, when, in the RPR’s opinion, such compliance is essential to provide an acceptable finished portion of the work.
The term “reasonably close conformity” is also intended to provide the RPR with the authority, after consultation with the Sponsor and FAA, to use sound engineering judgment in their determinations to accept work that is not in strict conformity but will provide a finished product equal to or better than that required by the requirements of the contract, plans and specifications.
The RPR will not be responsible for the Contractor’s means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto.
50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. If electronic files are provided and used on the project and there is a conflict between the electronic files and hard copy plans, the hard copy plans shall govern. 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 advisory circulars (ACs); contract general provisions shall govern over plans, cited standards for materials or testing, and cited ACs; plans shall govern over cited standards for materials or testing and cited ACs. If any paragraph contained in the Special Provisions conflicts with General Provisions or Technical Specifications, the Special Provisions shall govern.
From time to time, discrepancies within cited testing standards occur due to the timing of the change, edits, and/or replacement of the standards. If the Contractor discovers any apparent discrepancy within standard test methods, the Contractor shall immediately ask the RPR for an interpretation and decision, and such decision shall be final.
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, Contractor shall immediately notify the Owner or the designated representative in writing requesting their written interpretation and decision.
50-04 LIST OF SPECIAL PROVISIONS. See Special Provisions section of these Contract Documents.
50-05 COOPERATION OF CONTRACTOR. The Contractor shall be supplied with an electronic PDF of the plans and specifications. The Contractor shall have available on the construction site at all times one (1) hardcopy each of the plans and specifications. Additional hard 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 shall cooperate with the RPR and their inspectors and with other Contractors in every way possible. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as their 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 RPR or their authorized representative.
50-06 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 the work not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed.
Each Contractor involved shall assume all liability, financial or otherwise, in connection with their own contract and shall protect and hold harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced because of the presence and operations of other Contractors working within the limits of the same project.
The Contractor shall arrange their work and shall place and dispose of the materials being used to not interfere with the operations of the other Contractors within the limits of the same project. The Contractor shall join their work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others.
50-07 CONSTRUCTION LAYOUT AND STAKES. The Engineer/RPR shall establish necessary horizontal and vertical control. The establishment of Survey Control and/or re-establishment of survey control shall be by a State Licensed Land Surveyor. Contractor is responsible for preserving integrity of horizontal and vertical controls established by Engineer/RPR. In the case of negligence on the part of the Contractor or their employees, resulting in the destruction of any horizontal and vertical control, the resulting costs will be deducted as a liquidated damage against the Contractor.
Prior to performing the initial control survey, submit a methodology statement to the Engineer for their review, complete with survey equipment to be utilized and with information as to the accuracy of the equipment.
Prior to the start of construction, the Contractor will check all control points for horizontal and vertical accuracy and certify in writing to the RPR that the Contractor concurs with survey control established for the project. All lines, grades and measurements from control points necessary for the proper execution and control of the work on this project will be provided to the RPR. The Contractor is responsible to establish all layout required for the construction of the project.
Copies of survey notes will be provided to the RPR for each area of construction and for each placement of material as specified to allow the RPR to make periodic checks for conformance with plan grades, alignments and grade tolerances required by the applicable material specifications. Surveys will be provided to the RPR prior to commencing work items that cover or disturb the survey staking. Survey(s) and notes shall be provided in the following format(s): as agreed upon in the pre-construction meeting.
Laser, GPS, String line, or other automatic control shall be checked with temporary control as necessary. In the case of error, on the part of the Contractor, their surveyor, employees or subcontractors, resulting in established grades, alignment or grade tolerances that do not concur with those specified or shown on the plans, the Contractor is solely responsible for correction, removal, replacement and all associated costs at no additional cost to the Owner.
No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses. The cost shall be included in the price of the bid for the various items of the Contract.
50-08 AUTHORITY AND DUTIES OF QUALITY ASSURANCE (QA) INSPECTORS. QA inspectors shall be authorized to inspect all work done and all material furnished. Such QA inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. QA inspectors are not authorized to revoke, alter, or waive any provision of the contract. QA inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor.
QA Inspectors are authorized to notify the Contractor or their 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 RPR for a decision.
50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection. The RPR 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 RPR 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.
Provide advance written notice to the RPR of work the Contractor plans to perform each week and each day. Any work done or materials used without written notice and allowing opportunity for inspection by the RPR may be ordered removed and replaced at the Contractor’s expense.
Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the Owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract and shall in no way interfere with the rights of the parties to this contract.
50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the RPR as provided in paragraph 50-02, Conformity with Plans and Specifications.
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 Section 70, paragraph 70-14, Contractor’s Responsibility for Work.
No removal work made under the provision of this paragraph shall be done without lines and grades having been established by the RPR. Work done contrary to the instructions of the RPR, work done beyond the lines shown on the plans or as established by the RPR, except as herein specified, or any extra work done without authority, will be considered 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 with any order of the RPR made under the provisions of this subsection, the RPR will have authority to cause unacceptable work to be remedied or removed and replaced; and unauthorized work to be removed and recover the resulting costs as a liquidated damage against the Contractor.
50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage that may result from the moving of material or equipment.
The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be 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, at their own expense, shall be responsible for the repair to equal or better than preconstruction conditions of any damage caused by the Contractor’s equipment and personnel.
50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. 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 paragraph 50-12, Maintenance during Construction, the RPR 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 RPR’s notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner shall be recovered as a liquidated damage against the Contractor.
50-14 PARTIAL ACCEPTANCE. If at any time during the execution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, the Contractor may request the RPR to make a final inspection of that unit. If the RPR finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, the RPR may accept it as being complete, 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 RPR and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be complete in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The RPR shall notify the Contractor in writing of final acceptance as of the date of the final inspection.
If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the RPR will notify the Contractor, and the Contractor shall correct the unsatisfactory work. 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 an event, the RPR 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 for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, the Contractor shall notify the RPR in writing of their intention to claim such additional compensation before the Contractor begins the work on which the Contractor bases the claim. If such notification is not given or the RPR 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 RPR 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 a written claim to the RPR 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.
Location of Stockpiled Construction Materials
All stockpiled materials shall be in the contractor’s staging area shown on the CSPP Drawings in Appendix A. The Contractor shall implement best practices for wildlife mitigation and foreign object debris control while on the airport and within the contractor’s staging area.
Vehicle and Pedestrian Operations
Construction site parking and construction equipment parking will be in the designated contractor’s staging area shown on the CSPP Drawings in Appendix A. No equipment or material shall be parked or stored in any active runway or taxiway safety area or object free area. A flag and flashing beacon is always required for all construction vehicles in accordance with AC 150/5210-5D. Pedestrians and personal vehicles will not be allowed to leave the staging area.
The Contractor’s movement shall be restricted to the predetermined haul route and within the work area. Gate(s) may be opened only for authorized vehicles required for Contractor operations and passengers in any authorized vehicles shall be the responsibility of the Contractor. The Contractor shall be responsible for maintaining the haul route at all times, including watering to minimize dust and FOD in the AOA. The Contractor shall be required to promptly repair any damage caused by the movement of equipment on any of the haul roads at the direction of the Engineer. After completion of the project, the Contractor shall be required to regrade any unpaved portions of the haul road and to reseed the area with local native grasses to match the existing conditions of the area. The performance of any work as specified by this provision, including watering, maintenance, and repair of the haul roads, shall not be measured and paid for directly, but shall be considered as necessary and incidental to the work.
The Contractor or their subcontractor shall not commence work under this contract until their subcontractors have obtained the insurance required under this paragraph, and certificates of insurance coverage have been filed with and approved by the Owner. All Certificates of Insurance required herein shall state that ten (10) days written notice will be given to the Owner before the policy is cancelled or changed. Extent of insurance carried and minimum coverage shall be as follows:
Worker's Compensation Insurance: The Contractor shall obtain and keep in force during the life of the contract, Worker's Compensation Insurance covering all their employees engaged in work under this contract; and if any portion of the work is sublet, the subcontractor shall carry similar coverage for all of their employees engaged in the project. Worker's Compensation Insurance shall provide coverage for not less than the following amounts or greater where required by law:
| Workers' Compensation: | Statutory |
| Employer's Liability | $1,000,000 |
Comprehensive General Liability Insurance: The Contractor and his/her subcontractor shall obtain and maintain in effect during the life of the contract, Comprehensive General Liability Insurance including premise/operations; explosion, collapse and underground property damage; products/completed operations, broad form contractual independent contractors, broad form property damage and personal injury liabilities:
| Bodily Injury | $1,000,000 each occurrence |
| $1,000,000 annual aggregate |
| Property Damage | $1,000,000 each occurrence |
| $1,000,000 annual aggregate |
Personal Injury, with
| Employment exclusion deleted | $1,000,000 annual aggregate |
Comprehensive Automobile Liability Insurance: The Contractor and his/her subcontractors shall obtain and maintain in effect during the life of the contract comprehensive automobile liability insurance including all owned (private and others) hired and non-owned vehicles:
| Bodily Injury | $1,000,000 each person |
| $1,000,000 each accident |
| Property Damage | $1,000,000 each occurrence |
Specifications, as included in this bid and the plans, are intended to indicate the requirements of the City of Gallup and give an accurate description of minimum standards acceptable. All items equal or equivalent to these requirements and standards will be considered, except where otherwise noted. All materials used and incorporated into this project shall be new unless otherwise agreed upon.
ELECTRICAL MANHOLES AND JUNCTION STRUCTURES DESCRIPTION
115-1.1 This item shall consist of electrical manholes and junction structures (hand holes, pull boxes, junction cans, etc.) installed per this specification, at the indicated locations and conforming to the lines, grades and dimensions shown on the plans or as required by the RPR. This item shall include the installation of each electrical manhole and/or junction structures with all associated excavation, backfilling, sheeting and bracing, concrete, reinforcing steel, ladders, appurtenances, testing, dewatering and restoration of surfaces to the satisfaction of the RPR.
EQUIPMENT AND MATERIALS
115-2.1 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 RPR.
Manufacturer’s certifications shall not relieve the Contractor of the responsibility to provide materials per these specifications. Materials supplied and/or installed that do not comply with these specifications shall be removed (when indicated by the RPR) and replaced with materials that comply with these specifications at the Contractor’s cost.
All materials and equipment used to construct this item shall be submitted to the RPR for approval prior to ordering the equipment. Submittals consisting of marked catalog sheets or shop drawings shall be provided. Submittal data shall be presented in a clear, precise and thorough manner. Original catalog sheets are preferred. Photocopies are acceptable provided they are as good a quality as the original. Clearly and boldly mark each copy to identify products or models applicable to this project. Indicate all optional equipment and delete any non-pertinent data. Submittals for components of electrical equipment and systems shall identify the equipment to which they apply on each submittal sheet. Markings shall be made bold and clear with arrows or circles (highlighting is not acceptable). The Contractor is solely responsible for delays in the project that may accrue directly or indirectly from late submissions or resubmissions of submittals.
The data submitted shall be sufficient, in the opinion of the RPR, to determine compliance with the plans and specifications. The Contractor’s submittals shall be electronically submitted in pdf format, tabbed by specification section. The RPR reserves the right to reject any and all equipment, materials or procedures that do not meet the system design and the standards and codes specified in this document.
All equipment and materials furnished and installed under this section shall be guaranteed against defects in materials and workmanship for a period of at least twelve (12) months from the date of final acceptance by the Owner. The defective materials and/or equipment shall be repaired or replaced, at the Owner’s discretion, with no additional cost to the Owner.
115-2.2 CONCRETE STRUCTURES. Concrete shall be proportioned, placed, and cured per New Mexico DOT Standard Specifications, Section 509, 4,000 psi Class AA Concrete.
115-2.3 PRECAST CONCRETE STRUCTURES. Precast concrete structures shall be furnished by a plant meeting National Precast Concrete Association Plant Certification Program or another engineer approved third party certification program. Provide precast concrete structures where shown on the plans.
Precast concrete structures shall be an approved standard design of the manufacturer. Precast units shall have mortar or bitumastic sealer placed between all joints to make them watertight. The structure shall be designed to withstand 12,500 lb. aircraft loads, unless otherwise shown on the plans. Openings or knockouts shall be provided in the structure as detailed on the plans.
Threaded inserts and pulling eyes shall be cast in as shown on the plans.
If the Contractor chooses to propose a different structural design, signed and sealed shop drawings, design calculations, and other information requested by the RPR shall be submitted by the Contractor to allow for a full evaluation by the RPR. The RPR shall review per the process defined in the General Provisions.
115-2.4 JUNCTION BOXES. Junction boxes shall be L-867 Class 1 (non-load bearing) or L-868 Class 1 (load bearing) airport light bases that are encased in concrete. The light bases shall have a L-894 blank cover, gasket, and stainless steel hardware. All bolts, studs, nuts, lock washers, and other similar fasteners used for the light fixture assemblies must be fabricated from 316L (equivalent to EN 1.4404), 18-8, 410, or 416 stainless steel. If 18-8, 410, or 416 stainless steel is utilized it shall be passivated and be free from any discoloration. Covers shall be 3/8-inch thickness for L-867 and 3/4-inch thickness for L-868. All junction boxes shall be provided with both internal and external ground lugs.
115-2.5 MORTAR. The mortar shall be composed of one part of cement and two parts of mortar sand, by volume. The cement shall be per the requirements in ASTM C150, Type I. The sand shall be per the requirements in ASTM C144. Hydrated lime may be added to the mixture of sand and cement in an amount not to exceed 15% of the weight of cement used. The hydrated lime shall meet the requirements of ASTM C206. Water shall be potable, reasonably clean and free of oil, salt, acid, alkali, sugar, vegetable, or other substances injurious to the finished product.
115-2.6 CONCRETE. All concrete used in structures shall conform to the requirements of Item P-610, Concrete for Miscellaneous Structures.
115-2.7 FRAMES AND COVERS. The frames shall conform to one of the following requirements:
ASTM A48 Gray iron castings
ASTM A47 Malleable iron castings
ASTM A27 Steel castings
ASTM A283, Grade D Structural steel for grates and frames
ASTM A536 Ductile iron castings
ASTM A897 Austempered ductile iron castings
All castings specified shall withstand a maximum tire pressure of 50 psi and maximum load of 12,500 lbs.
All castings or structural steel units shall conform to the dimensions shown on the plans and shall be designed to support the loadings specified.
Each frame and cover unit shall be provided with fastening members to prevent it from being dislodged by traffic, but which will allow easy removal for access to the structure.
All castings shall be thoroughly cleaned. After fabrication, structural steel units shall be galvanized to meet the requirements of ASTM A123.
Each cover shall have the word “ELECTRIC” or other approved designation cast on it. Each frame and cover shall be as shown on the plans or approved equivalent. No cable notches are required.
Each manhole shall be provided with a “DANGER -- PERMIT-REQUIRED CONFINED SPACE, DO NOT ENTER” safety warning sign as detailed in the Contract Documents and in accordance with OSHA 1910.146 (c)(2).
115-2.8 LADDERS. Ladders, if specified, shall be galvanized steel or as shown on the plans.
115-2.9 REINFORCING STEEL. All reinforcing steel shall be deformed bars of new billet steel meeting the requirements of ASTM A615, Grade 60.
115-2.10 BEDDING/SPECIAL BACKFILL. Bedding or special backfill shall be as shown on the plans.
115-2.11 FLOWABLE BACKFILL. Flowable material used to backfill shall conform to the requirements of Item P-153, Controlled Low Strength Material.
115-2.12 CABLE TRAYS. Cable trays shall be of galvanized steel. Cable trays shall be located as shown on the plans.
115-2.13 PLASTIC CONDUIT. Plastic conduit shall comply with Item L-110, Airport Underground Electrical Duct Banks and Conduits.
115-2.14 CONDUIT TERMINATORS. Conduit terminators shall be pre-manufactured for the specific purpose and sized as required or as shown on the plans.
115-2.15 PULLING-IN IRONS. Pulling-in irons shall be manufactured with 7/8-inch diameter hot-dipped galvanized steel or stress-relieved carbon steel roping designed for concrete applications (7 strand, 1/2-inch diameter with an ultimate strength of 270,000 psi). Where stress-relieved carbon steel roping is used, a rustproof sleeve shall be installed at the hooking point and all exposed surfaces shall be encapsulated with a polyester coating to prevent corrosion.
115-2.16 GROUND RODS. Ground rods shall be one piece, copper or copper clad steel. The ground rods shall be of the length and diameter specified on the plans, but in no case shall they be less than 8-feet long nor less than 5/8-inch in diameter.
CONSTRUCTION METHODS
115-3.1 UNCLASSIFIED EXCAVATION. It is the Contractor’s responsibility to locate existing utilities within the work area prior to excavation. Damage to utility lines, through lack of care in excavating, shall be repaired or replaced to the satisfaction of the RPR without additional expense to the Owner.
The Contractor shall perform excavation for structures and structure footings to the lines and grades or elevations shown on the plans or as staked by the RPR. The excavation shall be of sufficient size to permit the placing of the full width and length of the structure or structure footings shown.
All excavation shall be unclassified and shall be considered incidental to Item L-115. Dewatering necessary for structure installation and erosion per federal, state, and local requirements is incidental to Item L-115.
Boulders, logs and all other objectionable material encountered in excavation shall be removed. All rock and other hard foundation material shall be cleaned of all loose material and cut to a firm surface either level, stepped or serrated, as indicated by the RPR. All seams, crevices, disintegrated rock and thin strata shall be removed. When concrete is to rest on a surface other than rock, special care shall be taken not to disturb the bottom of the excavation. Excavation to final grade shall not be made until just before the concrete or reinforcing is to be placed.
The Contractor shall provide all bracing, sheeting and shoring necessary to implement and protect the excavation and the structure as required for safety or conformance to governing laws. The cost of bracing, sheeting and shoring shall be included in the unit price bid for the structure.
Unless otherwise provided, bracing, sheeting and shoring involved in the construction of this item shall be removed by the Contractor after the completion of the structure. Removal shall be affected in a manner that will not disturb or mar finished masonry. The cost of removal shall be included in the unit price bid for the structure.
After each excavation is completed, the Contractor shall notify the RPR. Structures shall be placed after the RPR has approved the depth of the excavation and the suitability of the foundation material.
Prior to installation the Contractor shall provide a minimum of 6 inches of sand, or a material approved by the RPR as a suitable base to receive the structure. The base material shall be compacted and graded level and at proper elevation to receive the structure in proper relation to the conduit grade or ground cover requirements, as indicated on the plans.
115-3.2 CONCRETE STRUCTURES. Concrete structures shall be built on prepared foundations conforming to the dimensions and form indicated on the plans. The concrete and construction methods shall conform to the requirements specified in the New Mexico DOT Standard Specifications, Section 509, 4,000 psi Class AA Concrete. Any reinforcement required shall be placed as indicated on the plans and shall be approved by the RPR before the concrete is placed.
115-3.3 PRECAST UNIT INSTALLATIONS. Precast units shall be installed plumb and true. Joints shall be made watertight by use of sealant at each tongue-and-groove joint and at roof of manhole. Excess sealant shall be removed and severe surface projections on exterior of neck shall be removed.
115-3.4 PLACEMENT AND TREATMENT OF CASTINGS, FRAMES AND FITTINGS. All castings, frames and fittings shall be placed in the positions indicated on the Plans or as indicated by the RPR and shall be set true to line and to correct elevation. If frames or fittings are to be set in concrete or cement mortar, all anchors or bolts shall be in place and position before the concrete or mortar is placed. The unit shall not be disturbed until the mortar or concrete has set.
Field connections shall be made with bolts, unless indicated otherwise. Welding will not be permitted unless shown otherwise on the approved shop drawings and written approval is granted by the casting manufacturer. Erection equipment shall be suitable and safe for the workman. Errors in shop fabrication or deformation resulting from handling and transportation that prevent the proper assembly and fitting of parts shall be reported immediately to the RPR and approval of the method of correction shall be obtained. Approved corrections shall be made at Contractor’s expense.
Anchor bolts and anchors shall be properly located and built into connection work. Bolts and anchors shall be preset by the use of templates or such other methods as may be required to locate the anchors and anchor bolts accurately.
Pulling-in irons shall be located opposite all conduit entrances into structures to provide a strong, convenient attachment for pulling-in blocks when installing cables. Pulling-in irons shall be set directly into the concrete walls of the structure.
115-3.5 INSTALLATION OF LADDERS. Ladders shall be installed such that they may be removed if necessary. Mounting brackets shall be supplied top and bottom and shall be cast in place during fabrication of the structure or drilled and grouted in place after erection of the structure.
115-3.6 REMOVAL OF SHEETING AND BRACING. In general, all sheeting and bracing used to support the sides of trenches or other open excavations shall be withdrawn as the trenches or other open excavations are being refilled. That portion of the sheeting extending below the top of a structure shall be withdrawn, unless otherwise directed, before more than 6 inches of material is placed above the top of the structure and before any bracing is removed. Voids left by the sheeting shall be carefully refilled with selected material and rammed tight with tools especially adapted for the purpose or otherwise as may be approved.
The RPR may direct the Contractor to delay the removal of sheeting and bracing if, in his judgment, the installed work has not attained the necessary strength to permit placing of backfill.
115-3.7 BACKFILLING. After a structure has been completed, the area around it shall be backfilled in horizontal layers not to exceed 6 inches in thickness measured after compaction to the density requirements in Item P-152. Each layer shall be deposited all around the structure to approximately the same elevation. The top of the fill shall meet the elevation shown on the plans or as indicated by the RPR.
Backfill shall not be placed against any structure until approval is given by the RPR. In the case of concrete, such approval shall not be given until tests made by the laboratory under supervision of the RPR establish that the concrete has attained sufficient strength to provide a factor of safety against damage or strain in withstanding any pressure created by the backfill or the methods used in placing it.
Where required, the RPR may direct the Contractor to add, at his own expense, sufficient water during compaction to assure a complete consolidation of the backfill. The Contractor shall be responsible for all damage or injury done to conduits, duct banks, structures, property or persons due to improper placing or compacting of backfill.
115-3.8 CONNECTION OF DUCT BANKS. To relieve stress of joint between concrete-encased duct banks and structure walls, reinforcement rods shall be placed in the structure wall and shall be formed and tied into duct bank reinforcement at the time the duct bank is installed.
115-3.9 GROUNDING. A ground rod shall be installed in the floor of all concrete structures so that the top of rod extends 6-inches above the floor. The ground rod shall be installed within one foot of a corner of the concrete structure. Ground rods shall be installed prior to casting the bottom slab. Where the soil condition does not permit driving the ground rod into the earth without damage to the ground rod, the Contractor shall drill a 4-inch diameter hole into the earth to receive the ground rod. The hole around the ground rod shall be filled throughout its length, below slab, with Portland cement grout. Ground rods shall be installed in precast bottom slab of structures by drilling a hole through bottom slab and installing the ground rod. Bottom slab penetration shall be sealed watertight with Portland cement grout around the ground rod.
A grounding bus of 4/0 bare stranded copper shall be exothermically bonded to the ground rod and loop the concrete structure walls. The ground bus shall be a minimum of one foot above the floor of the structure and separate from other cables. No. 2 American wire gauge (AWG) bare copper pigtails shall bond the grounding bus to all cable trays and other metal hardware within the concrete structure. Connections to the grounding bus shall be exothermic. If an exothermic weld is not possible, connections to the grounding bus shall be made by using connectors approved for direct burial in soil or concrete per UL 467. Hardware connections may be mechanical, using a lug designed for that purpose.
115-3.10 CLEANUP AND REPAIR. After erection of all galvanized items, damaged areas shall be repaired by applying a liquid cold-galvanizing compound per MIL-P-21035. Surfaces shall be prepared and compound applied per the manufacturer’s recommendations.
Prior to acceptance, the entire structure shall be cleaned of all dirt and debris.
115-3.11 RESTORATION. After the backfill is completed, the Contractor shall dispose of all surplus material, dirt and rubbish from the site. The Contractor shall restore all disturbed areas equivalent to or better than their original condition. All sodding, grading and restoration shall be considered incidental to the respective Item L-115 pay item.
The Contractor shall grade around structures as required to provide positive drainage away from the structure.
Areas with special surface treatment, such as roads, sidewalks, or other paved areas shall have backfill compacted to match surrounding areas, and surfaces shall be repaired using materials comparable to original materials.
Following restoration of all trenching near airport movement surfaces, the Contractor shall thoroughly visually inspect the area for foreign object debris (FOD) and remove any such FOD that is found. This FOD inspection and removal shall be considered incidental to the pay item of which it is a component part.
After all work is completed, the Contractor shall remove all tools and other equipment, leaving the entire site free, clear and in good condition.
115-3.12 INSPECTION. Prior to final approval, the electrical structures shall be thoroughly inspected for conformance with the plans and this specification. Any indication of defects in materials or workmanship shall be further investigated and corrected. The earth resistance to ground of each ground rod shall not exceed 25 ohms. Each ground rod shall be tested using the fall-of-potential ground impedance test per American National Standards Institute / Institute of Electrical and Electronic Engineers (ANSI/IEEE) Standard 81. This test shall be performed prior to establishing connections to other ground electrodes.
115-3.13 MANHOLE ELEVATION ADJUSTMENTS. The Contractor shall adjust the tops of existing manholes in areas designated in the Contract Documents to the new elevations shown. The Contractor shall be responsible for determining the exact height adjustment required to raise or lower the top of each manhole to the new elevations. The existing top elevation of each manhole to be adjusted shall be determined in the field and subtracted/added from the proposed top elevation.
The Contractor shall remove/extend the existing top section or ring and cover on the manhole structure or manhole access. The Contractor shall install precast concrete sections or grade rings of the required dimensions to adjust the manhole top to the new proposed elevation or shall cut the existing manhole walls to shorten the existing structure, as required by final grades. The Contractor shall reinstall the manhole top section or ring and cover on top and check the new top elevation.
The Contractor shall construct a concrete slab around the top of adjusted structures located in graded areas that are not to be paved. The concrete slab shall conform to the dimensions shown on the plans.
115-3.14 DUCT EXTENSION TO EXISTING DUCTS. Where existing concrete encased ducts are to be extended, the duct extension shall be concrete encased plastic conduit. The fittings to connect the ducts together shall be standard manufactured connectors designed and approved for the purpose. The duct extensions shall be installed according to the concrete encased duct detail and as shown on the plans.
METHOD OF MEASUREMENT
115-4.1 Electrical manholes and junction structures shall be considered incidental and no separate measurement shall be made.
BASIS OF PAYMENT
115-5.1 The accepted quantity of electrical manholes and junction structures shall be considered incidental and no separate measurement shall be made.
REFERENCES
The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.
American National Standards Institute / Insulated Cable Engineers Association (ANSI/ICEA)
ANSI/IEEE STD 81 IEEE Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System
Advisory Circular (AC)
AC 150/5345-7 Specification for L-824 Underground Electrical Cable for Airport Lighting Circuits
AC 150/5345-26 Specification for L-823 Plug and Receptacle, Cable Connectors
AC 150/5345-42 Specification for Airport Light Bases, Transformer Housings, Junction Boxes, and Accessories
AC 150/5340-30 Design and Installation Details for Airport Visual Aids AC 150/5345-53
Airport Lighting Equipment Certification Program
Commercial Item Description (CID)
A-A 59544 Cable and Wire, Electrical (Power, Fixed Installation) ASTM International (ASTM)0.25
FAA Engineering Brief (EB)
EB #83 In Pavement Light Fixture Bolts
Mil Spec
MIL-P-21035 Paint High Zinc Dust Content, Galvanizing Repair National Fire Protection Association (NFPA)
NFPA-70 National Electrical Code (NEC)
CONTROL OF MATERIALS
60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used in 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 documentation to the RPR as to the origin, composition, and manufacture of all materials to be used in the work. Documentation shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials.
At the RPR’s option, materials may be approved at the source of supply before delivery. 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 meets the requirements of the specifications; and is listed in AC 150/5345-53, Airport Lighting Equipment Certification Program and Addendum, that is in effect on the date of advertisement.
60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. All materials used in the work shall be inspected, tested by the Contractor's laboratory, and approved by the RPR before incorporation in the work unless otherwise designated. Any work in which untested materials are used without approval or written permission of the RPR 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 RPR, shall be removed at the Contractor’s expense.
Unless otherwise designated, quality assurance tests will be made by and at the expense of the Contractor in accordance with the cited standard methods of ASTM, American Association of State Highway and Transportation Officials (AASHTO), Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids.
The testing organizations performing on-site quality assurance field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel. Unless otherwise designated, samples for quality assurance will be taken by a qualified representative of the Contractor. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work.
The Contractor shall employ a testing organization to perform all required Quality Control and Acceptance tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. The Engineer will determine if such persons are qualified. A legible, handwritten copy of all test data shall be provided to the RPR DAILY, along with electronic reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report to the RPR showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests.
60-03 CERTIFICATION OF COMPLIANCE/ANALYSIS (COC/COA). The RPR may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer’s COC 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. The COA is the manufacturer’s COC and includes all applicable test results.
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 approved by the RPR.
When a material or assembly is specified by “brand name or equal” and the Contractor elects to furnish the specified “or equal,” the Contractor shall be required to furnish the manufacturer’s certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to:
a. Conformance to the specified performance, testing, quality or dimensional requirements; and,
b. Suitability of the material or assembly for the use intended in the contract work.
The RPR shall be the sole judge as to whether the proposed “or equal” is suitable for use in the work.
The RPR reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance.
60-04 PLANT INSPECTION. The RPR or their 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 acceptance of the material or assembly.
Should the RPR conduct plant inspections, the following conditions shall exist:
a. The RPR shall have the cooperation and assistance of the Contractor and the producer with whom the Contractor has contracted for materials.
b. The RPR 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 RPR, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Place office or working space in a convenient location with respect to the plant.
It is understood and agreed that the Owner shall have the right to retest any material that has been tested and approved at the source of supply after it has been delivered to the site. The RPR 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/RESIDENT PROJECT REPRESENTATIVE (RPR) FIELD OFFICE. An Engineer/RPR field office is not required.
60-06 STORAGE OF MATERIALS. Materials shall be stored 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 to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the RPR. 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 and/or CSPP, the storage of materials and the location of the Contractor’s plant and parked equipment or vehicles shall be as directed by the RPR. 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 RPR a copy of the property Owner’s permission.
All storage sites on private or airport property shall be restored to their original condition by the Contractor at their 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 RPR.
Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the RPR 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, if any, to be furnished by the Owner. Owner-furnished materials shall be made available to the Contractor at the location specified.
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 that may occur during the Contractor’s handling, storage, or use of such Owner-furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor’s handling, storage, or use of Owner-furnished materials.
The Contractor hereby expressly binds themselves to defend, indemnify and save harmless the Owner, their agents and employees, from all suits and actions of every nature and description brought against them, on account of the construction of this work or by reason of any act of omissions, or malfeasance of the Contractor, their employees or agents, or any subcontractor or their agents or employees. The Contractor's responsibility under this paragraph applies equally to injuries to the Contractor's employees, sub-contractor employees, and bystanders. The Contractor is responsible for protection of life and property from harm, damage and injury.
The quantities set forth in the Bid Proposal are estimated quantities required to complete the work shown on the drawings. Payment will be made for the actual work performed. The Owner reserves the right to increase or decrease quantities by any reasonable amount as required to complete the work and as best serves the Owner’s interest.
In general, the Contractor must carefully control and continuously remove waste or excess material that might attract wildlife. Should the Contractor encounter any wildlife on the airfield, they should notify the Sponsor immediately and contact the Sponsor for further guidance regarding any issues or questions regarding wildlife on the airport.
Trash
The Contractor is responsible for completing a daily inspection of the construction site, including the contractor’s staging area, for any trash or objects that might attract wildlife. All trash found shall be disposed of properly.
Standing Water
Standing water can attract wildlife which is a hazard at an airport. The Contractor is responsible to complete a daily inspection of the construction site for any standing water. At the discretion of the Engineer, the Contractor shall promptly mitigate any standing water issues.
Tall Grass and Seeds
The Contractor will be required to establish a uniform stand of grass on all disturbed areas resulting from construction activities. The airport maintenance personnel shall be responsible for mowing the airfield outside the construction limits. The Contractor shall be responsible for mowing maintenance within the construction limits.
Poorly Maintained Fencing and Gates
The Contractor shall take care to maintain security during construction. They shall be required to maintain all fence and gate security to the satisfaction of the Sponsor and Engineer for the duration of construction.
Due the airport being subject to 49 CFR Part 1542, Airport Security, even during construction, the Airport must meet standards for access control, movement of ground vehicles, and identification of construction contractor and tenant personnel.
Disruption of Existing Wildlife Habitat
No existing wildlife habitat will be impacted by the construction activities associated with this project.
The City of Gallup has no preference for any brand of equipment, kind of material, or type of process and will consider all proposals for use of other materials or equipment, if they are, in fact, equal to that specified. The City will be the sole judge as to whether materials, equipment, or process offered is, in fact, equal to that specified.
Bidders have examined their proposed work, by personal and/or professional investigation or by any means they deem necessary or desirable, as to location of and conditions affecting proposed work and resulting costs thereof.
LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC
70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. The Contractor 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 their 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 the Contractor or the Contractor’s employees.
70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful execution 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, the Contractor shall provide for such use by suitable legal agreement with the Patentee or Owner. The Contractor and the surety shall indemnify and hold 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 execution or after the completion of the work.
70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the Owner, such authorized work (by others) must be shown on the plans and is indicated as follows: None.
Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the RPR.
Should the Owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such Owners by arranging and performing the work in this contract to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the RPR, 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 PARTICIPATION. The United States Government has agreed to reimburse the Owner for some portion of the contract costs. The contract work is subject to the inspection and approval of duly authorized representatives of the FAA Administrator. No requirement of this contract shall be construed as making the United States 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’s worksite and facilities shall comply with applicable federal, state, and local requirements for health, safety and sanitary provisions.
Representatives of the Owner or the Engineer are not responsible during site visits or as a result of observations or inspections of the Contractor's work in progress for any safety precautions or programs incident to the Work of the Contractor or for any failure of the Contractor to comply with laws, rules, regulations, ordinances, codes or orders applicable to safety precautions or programs.
70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control their operations and those of their 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 their own operations and those of their own subcontractors and all suppliers in accordance with Section 40, paragraph 40-05, Maintenance of Traffic, and shall limit such operations for the convenience and safety of the traveling public as specified in Section 80, paragraph 80-04, Limitation of Operations.
The Contractor shall remove or control debris and rubbish resulting from its work operations at frequent intervals, and upon the order of the RPR. If the RPR determines the existence of Contractor debris in the work site represents a hazard to airport operations and the Contractor is unable to respond in a prompt and reasonable manner, the RPR reserves the right to assign the task of debris removal to a third party and recover the resulting costs as a liquidated damage against the Contractor.
70-08 CONSTRUCTION SAFETY AND PHASING PLAN (CSPP). The Contractor shall complete the work in accordance with the approved Construction Safety and Phasing Plan (CSPP) developed in accordance with AC 150/5370-2, Operational Safety on Airports During Construction. The CSPP plan sheet can be found on the last sheet of the project plans.
70-09 USE OF EXPLOSIVES. The use of explosives is not permitted on this project.
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/RPR 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 execution of the work, resulting from any act, omission, neglect, or misconduct in manner or method of executing the work, or at any time due to defective work or materials, and said responsibility shall not be released until the project has been completed and accepted.
When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the non-execution thereof by the Contractor, the Contractor shall restore, at their 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 the Contractor shall make good such damage or injury in an acceptable manner.
70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and hold harmless the Engineer/RPR and the Owner and their officers, agents, 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 their own contract considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, their own surety may be held until such suits, actions, or claims for injuries or damages 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 or she 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 for 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. If it is 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 must be specified below and indicated on the approved Construction Safety and Phasing Plan (CSPP) and the project plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified.
Upon completion of any portion of work listed above, such portion shall be accepted by the Owner in accordance with Section 50, paragraph 50-14, Partial Acceptance.
No portion of the work may be opened by the Contractor until directed by the Owner in writing. Should it become necessary to open a portion of the work to traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the RPR, 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 their expense.
The Contractor shall make their own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work.
The Contractor must conform to safety standards contained AC 150/5370-2 and the approved CSPP.
Contractor shall refer to the plans, specifications, and the approved CSPP to identify barricade requirements, temporary and/or permanent markings, airfield lighting, guidance signs and other safety requirements prior to opening up sections of work to traffic.
70-14 CONTRACTOR’S RESPONSIBILITY FOR WORK. Until the RPR’s final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with Section 50, paragraph 50-14, Partial Acceptance, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non-execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities.
If the work is suspended for any cause whatsoever, the Contractor, at their own expense, 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 their own 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, seeding, and sodding furnished under the 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 paragraph 70-04, Restoration of Surfaces Disturbed by Others, 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 their operations to prevent the unscheduled interruption of such utility services and facilities.
To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and/or in the contract documents a one-call utility location phone number is indicated on the Plans (where one is known to exist).
It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of the 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 their plan of operations. Such notification shall be in writing addressed to “The Person to Contact” as provided in this paragraph and paragraph 70-04, Restoration of Surfaces Disturbed By Others. A copy of each notification shall be given to the RPR.
In addition to the general written notification provided, it shall be the responsibility of the Contractor to keep such individual Owners advised of changes in their plan of operations that would affect such Owners.
Prior to beginning the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such Owner of their 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 RPR.
The Contractor’s failure to give the two days’ notice shall be cause for the Owner to suspend the Contractor’s operations in the general vicinity of a utility service or facility.
Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use hand excavation methods within 3 feet of such outside limits at such points as may be required to ensure protection from damage due to the Contractor’s operations.
Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, the Contractor shall immediately notify the proper authority and the RPR 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 RPR 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 their operations whether due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or their own 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 by this contract, there shall be no liability upon the Engineer, RPR, their authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner.
70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or their surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill their 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. The Contractor shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, asphalts, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter.
70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior.
Should the Contractor encounter, during their operations, any building, part of a building, structure, or object that is incongruous with its surroundings, the Contractor shall immediately cease operations in that location and notify the RPR. The RPR will immediately investigate the Contractor’s finding, and the Owner will direct the Contractor to either resume operations or to suspend operations as directed.
Should the Owner order suspension of the Contractor’s operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract change order or supplemental agreement as provided in Section 40, paragraph 40-04, Extra Work, and Section 90, paragraph 90-05, Payment for Extra Work. If appropriate, the contract change order or supplemental agreement shall include an extension of contract time in accordance with Section 80, paragraph 80-07, Determination and Extension of Contract Time.
70-21 INSURANCE REQUIREMENTS. See insurance requirements in Article 31 of the Agreement.
A pre-construction meeting shall be held within fifteen (15) calendar days of receipt of contract documents.
A Notice to Proceed will be issued within seven (7) days after the pre-construction meeting.
Contractor must also furnish as part of the contract documents the Notice of “Intent to Pay Prevailing Wages” for themselves and all subcontractors that have been approved by the Department of Workforce Solutions prior to an issuance of the Notice to Proceed.
The Owner reserves the The Contractor will be required to carry insurance coverage as specified in General Conditions. Certificate of Insurance shall be provided and name the City of Gallup as a certificate holder.
The Contractor shall keep the project area free from loose or blowable debris at all times. This work shall be considered subsidiary to other items in the contract. All pavements used by the Contractor shall be kept free of debris and thoroughly cleaned by the Contractor.
DESCRIPTION
126-1.1 This item shall consist of installing an FAA-approved Level III PT Automated Weather Observation System (AWOS). The system shall be installed at the specified location and in accordance with the dimensions and details shown in the Plans, FAA Order No. 6560.20C, and Federal Standard for Sighting Meteorological Sensors at Airports, FCM-54-1994. This item shall include the installation of provided AWOS equipment, materials, services including completing necessary application to the FCC to obtain any necessary licenses and frequencies. The licensing includes obtaining a license for the VHF Transmitter. It also includes incidentals necessary to place the system in operation as a completed unit to the satisfaction of the Engineer and ready for commissioning by the Federal Aviation Administration.
EQUIPMENT AND MATERIALS
126-2.1 General.
A The Automated Weather Observing System (AWOS) shall be supplied by the City for installation on this project. The AWOS and other equipment and materials covered by FAA Specifications shall have the approval of the Federal Aviation Administration, Washington, D.C., 20591, as listed in Advisory Circular 150/5345-53D, or current edition at time of Bid Opening. The State Purchasing Agreement is attached to this project manual for reference.
B. All other equipment and materials covered by other referenced Specifications shall be subject to acceptance through the Manufacturer's certification of compliance with the applicable Specifications.
C. Installation of the AWOS systems shall meet FAA and manufacturer requirements and as directed in the project documents. The following sections provide additional information and installation clarification for individual systems as needed.
126-2.2 AWOS System. The Automated Weather Observation System (AWOS) will be an AllWeather manufactured AWOS III PT system in accordance with FAA AC 150/5220-16E and shall be sited in accordance with FAA Order JO 6560.20C (or latest edition).
126-2.3 General Performance Standards.
A. Input Power. AWOS equipment shall operate from a 120/240V AC (± 10 percent), 60Hz ac (± 5 Hz), 3-wire single phase service. The AWOS enclosure shall be mounted to the AWOS tower in accordance with the Manufacturer's Specifications.
B. Power Outage. The AWOS system will return to normal operation without human intervention after a power outage. When power is restored, the system shall not output erroneous data and all weather parameters should achieve normal indications or should indicate missing within 30 minutes. The system shall have the capability of operating from a one hour Uninterruptible Power Supply (UPS).
126-2.4 WEATHER SENSORS. The AWOS sensor listed below shall be procured and installed in place of the owner provided sensor. The provided sensor shall be FAA certified and compatible with the owner provided AllWeather system.
Wind data, e.g., speed, direction (Ultrasonic Sensor Sensor)
126-2.5 AWOS Data Processor. The AWOS data processor shall be able to perform the following functions: data acceptance, data reduction, data processing and product dissemination (digital and voice). The processor should have the ability to provide a computer generated voice weather observation to a ground-to-air radio, e.g., VOR, NDB, VHF discrete, etc., for transmission to pilots.
Performance Standards.
Data Reduction. The processor shall be able to perform the following tasks:
Periodically check reference or calibration points within the system to monitor system operations.
The processor shall be able to set upper and lower limits on the sensor output which correspond to the normal operating limits of the sensor or to the real-world limits of the site. This is a gross error check that should prevent reporting the presence of clouds below ground level, negative windspeed, etc.
Weather Algorithms. The data processor shall be able to implement FAA algorithms to generate the elements of the weather observation. An observation shall be generated each minute at a minimum.
System Output. Using the most recent one minute observations of current weather information the system shall be able to generate the following outputs:
Computer-generated voice transmitted to pilots over radio.
Telephone port for a dial-up service and software updates.
Output port for video display.
Input/output ports for up to 8 remote display terminals
Output to the national weather network.
Remote Maintenance Monitoring (RMM). The system shall include a secure dial-up or Ethernet input/output port that provides the FAA authorized maintenance technician, holding verification authority, with remote access to locally archived and real-time operational weather reports and maintenance data.
Real Time Clock. The system shall report date and time. This information will be used in system displays, computer-generated voice output, etc. The day shall be expressed in Gregorian Calendar. Hours and minutes shall be indicated numerically from 0000 to 2359. The clock function shall be accurate to within 15 seconds a month. The clock shall be backed with a battery which will operate the clock for a minimum of 30 days. The system shall be delivered with the clock set to Universal Time Constant (UTC).
Power Outage. The system shall return to normal operation without human intervention after a power outage. The system shall not output erroneous data when power is restored.
Data Archiving. The processor shall retain 1-year worth of weather reports and system maintenance activity and have download capability for use by accident investigators. The interval between archived reports shall be 5 minutes or less.
A method shall be provided for the retrieval of archive reports, and the operator shall be able to suspend the updates or archived weather reports to freeze the data until retrieval may be accomplished. In the event of power loss, the archive data shall be retained indefinitely within the processor hard disk.
System Constants. The following system constants should be either permanently installed in the processor at the factory or protected from unauthorized or accidental modification so that they may not be changed after initial adjustment at the site without proper authorization from the factory.
Elevation of the pressure sensors (MSL).
Magnetic variation of the installation site to the nearest degree.
AWOS facility identification.
Constants required to convert pressure to altimeter setting.
System configuration parameters (sensors, peripherals, interface, port assignments, etc.).
126-2.6 Operator Terminal (OT). The optional OT, if provided, shall include a video display terminal and keyboard, a microphone and speaker that permits the manual addition of a voice message to the end of the computer generated voice message Notice to Airmen (NOTAM) and a printer, if requested. The OT, if optioned, shall be installed in the airport’s terminal building at a location coordinated with the airport manager. The Contractor will be responsible for coordinating with the local telephone company to get a dedicated telephone number for the AWOS. The Sponsor will pay any fees associated with this new telephone line. If a telephone line is not possible a “cellular” transceiver will be necessary
Department Performance Standards.
1. Telephone Hook-up. The telephone hook-up shall provide an audio output on an assigned dial-up telephone number. The telephone line maybe “cellular” if no land line services are available. The phone line shall be terminated at the ACU / DCP location.
2. Remote Maintenance Monitoring. Remote maintenance monitoring shall be accomplished over the voice line or by internet connection or as technology permits.
126-2.7 Voice Subsystem. The voice subsystem shall provide high quality computer-generated speech for output of the AWOS observation. A high-level error checking scheme shall be incorporate to prevent erroneous outputs. The voice subsystem shall also provide the speech for the local ground-air radio broadcast and for telephone dial-up users.
The voice subsystem shall have the capability for the addition of up to two manually input voice messages (ninety seconds each). These messages will be voiced at the end of the computer-generated voice message. The programming of the manual input voice messages shall be accomplished using a microphone. Security access code shall prevent unauthorized use. The system shall automatically play back the recorded message and allow the user to reprogram, delete or accept messages.
Performance Standards. The voice subsystem shall have the following features:
The voice output shall be a balanced, low-impedance driver providing a minimum of one milliwatt of power into a 600 ohm line. The output amplitude shall be adjustable to a nominal 0 dBm output (dBm is the measured power level in decibels).
The voice message shall be output continuously with approximately a 5-second delay between the completion of one message and the beginning of the next.
If the voice message is in the process of output when the new AWOS observation is received, the output message shall be completed without interruption. Voice transmission of the new AWOS observation shall begin upon completion of the next delay time.
The quality, i.e., clarity and phrasing, of the automated speech shall provide clear reception when broadcasting using telephone and ground-air radio transmitters.
The format and sequence of the voice message shall be in accordance with FAA order 7110.10, Flight Services Handbook. When any weather parameter is reported missing due to a disabled or inoperative sensor, as determined by internal AWOS checks, the voice report shall be “(parameter) missing”, e.g., “wind speed missing”, “cloud height missing”, etc. The UTC time of the observation will be given after the location identification.
If a valid data update of certified sensor data is not received prior to the start of the next voice transmission, the last valid data set received shall be used to compose the voice message. Failure to receive an update of certified sensor data for more than 5 minutes shall result in the termination of the voice output and the generation of a failure message. In this event, the AWOS shall output the message “(station identification) automated weather observation system temporarily inoperative”.
The system shall contain an automatic telephone-answering device that will permit user access to the voice message via the public telephone system. The incoming call shall be answered prior to completion of the second ring, and the radio signal in progress at the time the call is received shall be placed on line. The voice subsystem shall automatically disconnect when the weather observation has been completely transmitted twice.
126-2.8 VHF Transmitter. The AWOS voice output will be broadcast via a FCC licensed VHF transmitter. The transmitter operates in the 118–136 MHz band. The contractor is responsible for obtaining the required FCC licensing for the VHF transmitter. The transmitter shall broadcast from the AWOS ACU / DCP “stand alone” H frame on an omni-directional antenna and must have an FCC type acceptance. If the Optional Operator Terminal (OT) is used, the VHF transmitter will be located near the OT at a location coordinated with the airport manager.
The Contractor shall be responsible for all coordination needed to secure FCC licensing for the VHF Transmitter.
126-2.9 Generation of the NAVAID Identifier by the AWOS. When the AWOS message is broadcast over a NAVAID, the AWOS shall be designed to provide both the NAVAID tone identifier and the AWOS weather data over the NAVAID frequency.
126-2.10 Equipment Enclosure. AWOS components not designed for outdoor use shall be located in an indoor area at the AWOS site and in accordance with manufacturer and FAA guidelines. Components used outdoors that are not weatherproof shall be located in a weatherproof enclosure. All outdoor enclosures will be aluminum NEMA 4 enclosures. All outdoor hardware is to be stainless steel.
126-2.11 AWOS Data Link. If the optional Operating Terminal is provided, AWOS system shall utilize either a UHF data link or shielded twisted pair cable for transmitting AWOS data to the operator terminal. The Contractor shall be responsible for all coordination needed to secure FCC licensing for the UHF Data Link.
126-2.12 Tower.
A. A nominal 30 foot tall metal tilt-up type tower will be provided. The tower and foundation shall be designed to withstand a wind speed of the greater of 85 knots or the wind speed specified in TIA/EIA Standard 222-F. Adequate means shall be provided to prevent the tower from tipping over center or lowering in an unexpected direction. Provision shall be made for tamperproof locking the tower securely in place for normal operation. Adequate means shall be provided for safely lowering the tower with a single man operation. Any special equipment necessary to accomplish the raising and lowering of the tower shall be furnished. Weatherproof instructions for operation of the tilting mechanism shall be permanently affixed to the tower along with all necessary safety warnings. All AWOS equipment shall be reachable and serviceable in the tilt-down mode. The tower shall be designed with adjustable ballast to allow fine-tuning of the balance adjustment. The complete tower installation, including any projecting antennae, may not exceed 33 feet in overall height. The tower shall conform to all AWOS equipment Manufacturer’s and FAA Specifications.
The tower shall be lighted with an LED dual obstruction light L-810 fixture placed within five feet of the top of the tower. The two lamps on the L-810 should be wired in parallel on a dedicated circuit. The standards for the L-810 fixtures may be found in latest edition of AC 150/5345-43, Specification for Obstruction Lighting Equipment.
126-2.13 Transient and Lightning Protection. AWOS equipment shall be protected against damage or operational upset due to lightning-induced surges on all sensor input lines, sensor supply lines and incoming power and data communication lines. Equipment (including electrical circuits and fiber optics modems) and personnel shall be protected from lightning surges and voltages, from power line transients and charges and from other electromagnetic fields and charges. Lightning protection systems shall be designed and installed in accordance with the Lighting Protection Code, NFPA 780, and manufacturer's recommendations for all equipment structures. An AWOS site ground system shall encircle the tower and “H” frame, a separate bonded ground wire maybe necessary to ground the thunderstorm sensor. All ground wires shall be bare copper and be thermally bonded to driven ground rods as specified by and following the AWOS manufacturer recommendations.
126-2.14 NADIN/WMSCR Interface. The AWOS shall be capable of interfacing to the equipment of a vendor that is approved to download information through the National Airspace Data Interchange Network (NADIN) and into the Weather Message Switching Center Replacement (WMSCR). The Contractor shall provide for initial NADIN connection of no less than 1 year. The service agreement shall be transferred to the sponsor upon completion of the final inspection.
126-2.15 Test Equipment. The Contractor shall supply the Owner with the necessary test equipment to maintain the AWOS weather sensors according to the manufacturer's FAA approved maintenance plan. This test equipment includes all standards as specified in the AWOS manufacturer's Operations and Maintenance Manual.
126-2.16 Spare Components. The Contractor shall provide the Owner with the manufacturer’s minimum recommended spare components necessary to restore the AWOS to service following a malfunction.
126-2.17 Maintenance Agreement. The Contractor shall provide a 1 year maintenance agreement that begins on the date of FAA commissioning. The maintenance agreement shall include all required inspections as defined by the AWOS manufacturer and all service required to restore the AWOS to service following a malfunction.
CONSTRUCTION METHODS
126-3.1 General. The installation and testing of the equipment shall be completed in accordance with the national electric code, local electric code, AWOS equipment Manufacturer's and FAA’s guidelines. The Manufacturer shall have a representative available and present for the checkout and commissioning of the system.
METHOD OF MEASUREMENT
126-4.1 The Contractor shall install the AWOS conduit runs, splice bases, power and control cable including phone line, AWOS sensor tower, all sensor foundations, peripheral equipment, test equipment and other incidentals shown on the Plans for a turnkey installation. No separate measurement will be made for the remaining items necessary to complete the AWOS power and control system. The AWOS system equipment installed by the Contractor shall be measured as a Lump Sum, complete in-place unit ready for operation, properly installed and accepted by the Engineer.
BASIS OF PAYMENT
126-5.1 Payment will be made at the Contract Lump Sum Price for the complete AWOS system, power and control system installed in-place by the Contractor and accepted by the Owner. This price shall be full compensation for furnishing all materials and preparation, assembly and installation of these materials, labor, equipment tools and incidentals necessary to complete this item. The manufacturer shall provide a representative during the FAA on-site inspection and commissioning process.
Payment will be made under:
Item L–126 Install Provided AWOS III PT - per lump sum
At the preconstruction meeting, the Contractor shall discuss the fueling operation for all equipment on site. The Contractor must be prepared to expeditiously contain spills resulting from fuel or hydraulic fluid leaks. Any spills that occur on site shall be brought to the attention of the Sponsor immediately. The Contractor shall also notify the Sponsor of all remedial work required and follow appropriate methods for cleaning up the contaminate site. The Contractor shall also make sure the Sponsor is in attendance to witness the cleanup and provide written documentation to the Sponsor stating the remedial work is complete and regulation requirements are met.
Spill prevention and response procedures for airports include regular visual inspections, adopting good housekeeping practices, and reducing/reusing process materials to minimize production of waste on site. The Contractor should maintain a Material Safety Data Sheets (MSDS) sheets for such materials on the airport site and provide it to the Sponsor upon request. MSDS are required for all hazardous materials. The Contractor shall be responsible for any costs and/or mitigation associated with any spills and/or leaks. If applicable, the Contractor will also be required to verify that NPDES permits requirements are met.
The location, size and depth of existing buried utility lines shown on the drawings are based on information available from the Owners of the utilities, but some locations are not accurately known. The Contractor shall make a diligent effort to locate all existing utilities in the construction area and to protect them from damage as a result of his/her construction activity. Any utility damaged through the Contractors negligence and failure to use due caution in carrying out his/her work shall be repaired at his/her cost to the utility(ies) owners satisfaction.
Bidders will promptly notify the City of Gallup of any ambiguity, inconsistency or error they may discover upon examination of the project documents or the site and local conditions.
It is mutually understood and agreed by and between the parties of this contract, in the execution of the same that time is of the essence of the contract. In the event that the Contractor shall fail to complete the work to be performed under this contract by and at the completion time stated in the proposal, the Contractor shall pay unto the Owner as and for the liquidated damages, and not as a penalty, the sum of money specified in the Special Conditions for each and every calendar day that the Contractor shall be in default. Extensions of time granted by the Owner in accordance with the provisions of below Paragraph titled: "DELAYS AND EXTENSIONS OF TIME" shall not operate to the contrary, unless such extensions granted by the Owner specifically provide for the waiving of liquidated damages during and over such period of time extension.
Liquidated damages will be waived for and during the extent of any delay caused by the inability of the Contractor to obtain materials or equipment by reason of Federal Embargoes, priority order or other restrictions imposed by the United States government, provided that adequate evidence is presented by the Contractor to prove such delay and to enable the Owner to determine with exactness the extent and duration of such delay for each item of material and equipment involved.
The Owner shall have the right to deduct said liquidated damages from any monies in his/her hands, otherwise due, or to become due to said contractors, or to claim for and recover compensation for damages for non-performance of this contract at the time stipulated herein and provided for.
EXECUTION AND PROGRESS
80-01 SUBLETTING OF CONTRACT. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Resident Project Representative (RPR).
The Contractor shall perform, with his organization, an amount of work equal to at least 25 percent of the total contract cost.
Should the Contractor elect to assign their 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.
The Contractor shall provide copies of all subcontracts to the RPR 14 days prior to being utilized on the project. As a minimum, the information shall include the following:
Subcontractor's legal company name.
Subcontractor's legal company address, including County name.
Principal contact person's name, telephone and fax number.
Complete narrative description, and dollar value of the work to be performed by the subcontractor.
Copies of required insurance certificates in accordance with the specifications.
Minority/ non-minority status.
80-02 NOTICE TO PROCEED (NTP). The Owners notice to proceed will state the date on which contract time commences. The Contractor is expected to commence project operations within three (3) days of the NTP date. The Contractor shall notify the RPR at least 24 hours in advance of the time contract operations begins. The Contractor shall not commence any actual operations prior to the date on which the notice to proceed is issued by the Owner.
80-03 EXECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit their coordinated construction schedule showing all work activities for the RPR’s review and acceptance at least 10 days prior to the start of work. The Contractor’s progress schedule, once accepted by the RPR, will represent the Contractor's baseline plan to accomplish the project in accordance with the terms and conditions of the Contract. The RPR will compare actual Contractor progress against the baseline schedule to determine that status of the Contractor's performance. 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 RPR’s request, submit a revised schedule for completion of the work within the contract time and modify their operations to provide additional materials, equipment, and labor necessary to meet the revised schedule. Should the execution of the work be discontinued for any reason, the Contractor shall notify the RPR at least 24 hours in advance of resuming operations.
The Contractor shall not commence any actual construction prior to the date on which the NTP is issued by the Owner.
The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract.
80-04 LIMITATION OF OPERATIONS. The Contractor shall control their operations and the operations of their subcontractors and all suppliers to provide for the free and unobstructed movement of aircraft in the air operations areas (AOA) of the airport.
When the work requires the Contractor to conduct their operations within an AOA of the airport, the work shall be coordinated with airport operations (through the RPR) at least 48 hours prior to commencement of such work. The Contractor shall not close an AOA until so authorized by the RPR and until the necessary temporary marking, signage and associated lighting is in place as provided in Section 70, paragraph 70-08, Construction Safety and Phasing Plan (CSPP).
When the contract work requires the Contractor to work within an AOA of the airport on an intermittent basis (intermittent opening and closing of the AOA), the Contractor shall maintain constant communications as specified; immediately obey all instructions to vacate the AOA; and immediately obey all instructions to resume work in such AOA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor’s operations in the AOA until satisfactory conditions are provided. The areas of the AOA identified in the Construction Safety Phasing Plan (CSPP) and as listed below, 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:
No AOA closures are required for this project.
The Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction and the approved CSPP.
80-04.1 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. All Contractors’ operations shall be conducted in accordance with the approved project Construction Safety and Phasing Plan (CSPP) and the Safety Plan Compliance Document (SPCD) and the provisions set forth within the current version of AC 150/5370-2, Operational Safety on Airports During Construction. The CSPP included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a SPCD that details how it proposes to comply with the requirements presented within the CSPP.
The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity. The Contractor shall conduct routine checks to assure compliance with the safety plan measures.
The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the CSPP and SPCD and that they implement and maintain all necessary measures.
No deviation or modifications may be made to the approved CSPP and SPCD unless approved in writing by the Owner. The necessary coordination actions to review Contractor proposed modifications to an approved CSPP or approved SPCD can require a significant amount of time.
80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications.
All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily.
Any person employed by the Contractor or by any subcontractor who violates any operational regulations or operational safety requirements and, in the opinion of the RPR, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the RPR, be removed immediately by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the RPR.
Should the Contractor fail to remove such person or persons or fail to furnish suitable and sufficient personnel for the proper execution of the work, the RPR may suspend the work by written notice until compliance with such orders.
All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to meet the requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall not cause injury to previously completed work, adjacent property, or existing airport facilities due to 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 otherwise authorized by the RPR. If the Contractor desires to use a method or type of equipment other than specified in the contract, the Contractor may request authority from the RPR 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 RPR 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 RPR 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 paragraph.
80-06 TEMPORARY SUSPENSION OF THE WORK. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods the Owner may deem necessary, due to unsuitable weather, or other conditions considered unfavorable for the execution of the work, or for such time necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract.
In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the written order to suspend work to the effective date of the written order to resume the work. Claims for such compensation shall be filed with the RPR within the time period stated in the RPR’s order to resume work. The Contractor shall submit with their own claim information substantiating the amount shown on the claim. The RPR 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 or for any other delay provided for in the contract, plans, or specifications.
If it becomes necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. The Contractor shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport.
80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar days shall be stated in the proposal and contract and shall be known as the Contract Time.
If the contract time requires extension for reasons beyond the Contractor’s control, it shall be adjusted as follows:
80-07.1 CONTRACT TIME BASED ON CALENDAR DAYS. 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-workdays. All calendar days elapsing between the effective dates of the Owner’s orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded.
At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance.
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 paragraph 80-07, Determination and Extension of Contract Time) the sum specified in the contract and proposal as liquidated damages (LD) will be deducted from any money due or to become due the Contractor or their own surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in their contract.
Schedule | Liquidated Damages Cost | Allowed Construction Time |
I | $1,900 Per Calendar Day | 30 Calendar Days |
The Owner has established a maximum contract performance time as defined in Article 28, Contract Time of the Agreement. Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the Owner of any of its rights under the contract.
80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of their 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 and/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 execution 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 the Contractor 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 Owner consider the Contractor in default of the contract for any reason above, the Owner 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 RPR 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 execution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof or use such other methods as in the opinion of the RPR 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 execution of war or in the interest of national defense.
When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered.
Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor.
Acceptable materials obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the RPR.
Termination of the contract or a portion thereof shall neither relieve the Contractor of their responsibilities for the completed work nor shall it relieve their surety of its obligation for and concerning any just claim arising out of the work performed.
80-11 WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS. The Contractor shall obtain approval from the RPR prior to beginning any work in all areas of the airport. No operating runway, taxiway, or air operations area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate work in accordance with the approved CSPP and SPCD.
DESCRIPTION
S-2-1.1 This Work consists of the removal and disposal of existing ASOS system, concrete foundations, pipes, duct banks, light poles, and any other obstructions that are not designated or permitted to remain. It shall also include salvaging, stockpiling and loading salvageable materials, sandblasting, plugging structures, cleaning culverts, and sawing and cutting to facilitate controlled breaking and removal of concrete and asphalt to a neat line. Except in areas to be excavated, the resulting trenches, holes, and pits shall be backfilled.
Materials removed and not designated to be salvaged or incorporated into the Work shall become the property of the Contractor and shall be disposed of off the Airport property in accordance with all local, State, and Federal legal requirements.
GENERAL
S-2-2.1 The Contractor shall raze, remove, and dispose of all structures and obstructions which are identified on the Project, except utilities, structures and obstructions removed under other Contractual Agreements.
Cavities left by structure removal shall be filled to the level of the surrounding ground with suitable material and, if within the construction limits, shall be compacted in accordance with Section P-152.
Operations used to remove existing structures or obstructions, which may damage new construction, shall be completed prior to placing the new Work.
Where portions of structures are to be removed, the portions designated to remain shall be prepared to fit the new construction and shall be protected from damage. All damage to structures designated to remain in place shall be repaired at the Contractor’s expense. Method of repair shall be approved by the Engineer.
Removed materials, not designated to be salvaged, shall be hauled off Airport property and properly disposed of by the Contractor.
SALVAGEABLE MATERIAL
S-2-3.1 All salvageable material designated in the Contract to be relocated or remain the property of the Airport shall be removed without damage, in sections or pieces which may be readily transported, and shall be stockpiled by the Contractor at specified locations within the Project limits. The Contractor shall safeguard salvageable materials and shall be responsible for the expense of repairing or replacing damaged or missing material until it is incorporated into the Work.
PORTIONS OF STRUCTURES
S-2-4.1 Unless otherwise directed, the substructures of existing structures shall be removed to 1 foot below natural ground surface. Where such portions of existing structures lie wholly or in part within the limits of a new structure, they shall be removed as necessary to accommodate the construction of the proposed structure
Reinforcing steel projecting from the structure, designated to remain, shall be cleaned and aligned to the new construction. Required dowels shall be securely grouted with approved grout. When concrete is removed, all exposed reinforcing steel designated to remain in place shall be cleaned by sandblasting to sound steel free of oil, dirt, concrete fragments or laitance, loose rust scale, and other coatings that would destroy or inhibit the bond with the new concrete.
Adequate measures shall be taken by the Contractor to protect the steel from contamination or corrosion. Reinforcing steel, contaminated as a result of the Contractor's failure to provide adequate protection, shall be re-sandblasted at the Contractor's expense with no allowance for Contract Time Extension.
A protective device shall be placed between the sandblasting operations and the traveling public.
METHOD OF MEASUREMENT
S-2-7.1 The Contract provides for payment for the removal of specific items on a unit basis and measurement will be by the unit completed and accepted.
BASIS OF PAYMENT
S-2-8.1 The accepted quantities will be paid for at the Contract Unit Price for each of the pay items listed below. Payment shall be full compensation for sawing, removing, disposal, excavation and subsequent backfill, and salvage of materials removed, their custody, preservation, storage, and disposal as provided herein. All other items removed in order to construct various items of Work shall be considered incidental to and included in the cost of the related pay item.
Payment will be made under:
Item S-2 Remove Existing ASOS System - per lump sum
The Bidder must agree to commence work on a date to be specified in a written “Notice to Proceed” issued by the Engineer and to fully complete the project within Number of Calendar Days for Thirty (30) calendar days thereafter, including weather delays.
The acceptance by the Contractor of the last payment shall operate as, and be a release to, the Owner and every officer and agent thereof, from all claims and liability to the Contractor for anything done or furnished for, or relating to the work, or for any act of neglect of the Owner, or any person relating to or affecting the work.
Water for construction shall be potable water and may be taken from the City of Gallup East Pump Station located immediately north of Interstate 40 and approximately 1/2 mile east of Ford Drive in the City of Gallup. Water for sewer line testing may be effluent water taken from the City of Gallup Wastewater Treatment Plant (WWTP) located on the west side of Gallup on Sweet Water Place. Potable water shall be hauled in clean, potable water tankers. Contractor to provide all materials, fittings and equipment required to facilitate pipeline testing. Contractor shall coordinate with the City Water and Sanitation Department, as required to access potable water. The Contractor shall also coordinate with the WWTP facilities Contractor, as required to access effluent water. Alternate sources of potable water, if required, shall be identified and coordinated by the Contractor.
DESCRIPTION
S-6-1.1 This item shall consist of furnishing and applying water required in the compaction of embankments, subgrades, subbases, base courses, for dust control, and for other purposes in accordance with the requirements of these Specifications or as directed by the Engineer.
CONSTRUCTION METHODS
S-6-2.1 Water, when required, shall be applied at the locations, in the amounts, and during the hours, including nights, as directed by the Engineer. An adequate water supply shall be provided by the Contractor. The equipment used for watering shall be of ample capacity and of such design as to assure uniform application of water in the amounts directed by the Engineer.
METHOD OF MEASUREMENT
S-6-3.1 No measurement shall be made of water on any part of the Work. If any material is prewetted prior to weighing, the weight of the water shall be deducted from the scale weight.
BASIS OF PAYMENT
S-6-4.1 No payment shall be made separately or directly for water on any part of the Work. Water shall be considered a necessary and incidental part of the Work and the Contractor shall include its cost in the Contract Unit Price for the pay items of Work involved.
MEASUREMENT AND PAYMENT
90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the RPR, or their authorized representatives, using United States Customary Units of Measurement.
The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice.
Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave-outs) having an area of 9 square feet or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the RPR.
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.
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.
When requested by the Contractor and approved by the RPR in writing, material specified to be measured by the cubic yard may be weighed, and such weights will be converted to cubic yards for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the RPR and shall be agreed to by the Contractor before such method of measurement of pay quantities is used.
Measurement and Payment Terms
Term | Description |
Excavation and Embankment Volume | In computing volumes of excavation, the average end area method will be used unless otherwise specified. |
Measurement and Proportion by Weight | The term “ton” will mean the short ton consisting of 2,000 pounds avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, independently certified scales by competent, qualified personnel at locations designated by the RPR. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the RPR directs, and each truck shall bear a plainly legible identification mark. |
Measurement by Volume | Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable for the materials hauled, 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. |
Asphalt Material | Asphalt materials will be measured by the gallon or ton. When measured by volume, such volumes will be measured at 60°F or will be corrected to the volume at 60°F using ASTM D1250 for asphalts. 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 asphalt material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When asphalt materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, will be used for computing quantities. |
Cement | Cement will be measured by the ton or hundredweight. |
Structure | Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. |
Timber | Timber will be measured by the thousand feet board measure (MFBM) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. |
Plates and Sheets | 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 inch. |
Miscellaneous Items | When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gauge, 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 | Scales must be tested for accuracy and serviced before use. 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. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales shall be accurate within 0.5% of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the RPR 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 0.1% of the nominal rated capacity of the scale, but not less than one pound. The use of spring balances will not be permitted. In the event inspection reveals the scales have been “overweighing” (indicating more than correct weight) they will be immediately adjusted. All materials received subsequent to the last previous correct weighting-accuracy test will be reduced by the percentage of error in excess of 0.5%. In the event inspection reveals the scales have been under-weighing (indicating less than correct weight), they shall be immediately adjusted. No additional payment to the Contractor will be allowed for materials previously weighed and recorded. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the RPR can safely and conveniently view them. Scale installations shall have available ten standard 50-pound weights for testing the weighing equipment or suitable weights and devices for other approved equipment. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. |
Rental Equipment | 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 in connection with extra work will be measured as agreed in the change order or supplemental agreement authorizing such work as provided in paragraph 90-05 Payment for Extra Work. |
Pay Quantities | 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 RPR. 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 execution thereof, subject to the provisions of Section 70, paragraph 70-18, No Waiver of Legal Rights.
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 Section 40, paragraph 40-02, Alteration of Work and Quantities, 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 their own unbalanced allocation of overhead and profit among the contract items, or from any other cause.
90-04 PAYMENT FOR OMITTED ITEMS. As specified in Section 40, paragraph 40-03, Omitted Items, the RPR shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner.
Should the RPR 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 RPR’s order to omit or non-perform such contract item.
Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the RPR’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 RPR’s order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs.
90-05 PAYMENT FOR EXTRA WORK. Extra work, performed in accordance with Section 40, paragraph 40-04, Extra Work, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work.
90-06 PARTIAL PAYMENTS. Partial payments will be made to the Contractor at least once each month as the work progresses. Said payments will be based upon estimates, prepared by the RPR, of the value of the work performed and materials complete and 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 paragraph 90-07, Payment for Materials on Hand. No partial payment will be made when the amount due to the Contractor since the last estimate amounts to less than five hundred dollars.
a. From the total of the amount determined to be payable on a partial payment, five (5) percent of such total amount will be deducted and retained by the Owner for protection of the Owner’s interests. Unless otherwise instructed by the Owner, the amount retained by the Owner will be in effect until the final payment is made except as follows:
(1) Contractor may request release of retainage on work that has been partially accepted by the Owner in accordance with Section 50-14. Contractor must provide a certified invoice to the RPR that supports the value of retainage held by the Owner for partially accepted work.
(2) In lieu of retainage, the Contractor may exercise at its option the establishment of an escrow account per paragraph 90-08.
b. The Contractor is required to pay all subcontractors for satisfactory performance of their contracts no later than seven (7) days after the Contractor has received a partial payment. Contractor must provide the Owner evidence of prompt and full payment of retainage held by the prime Contractor to the subcontractor within seven (7) days after the subcontractor’s work is satisfactorily completed. A subcontractor’s work is satisfactorily completed when all the tasks called for in the subcontract have been accomplished and documented as required by the Owner. When the Owner has made an incremental acceptance of a portion of a prime contract, the work of a subcontractor covered by that acceptance is deemed to be satisfactorily completed.
c. When at least 95% of the work has been completed to the satisfaction of the RPR, the RPR shall, at the Owner’s discretion and with the consent of the surety, prepare estimates of both the contract value and the cost of the remaining work to be done. The Owner may retain an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor.
It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the RPR 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 paragraph 90-09, Acceptance and Final Payment.
The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim.
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 RPR at or on an approved site.
b. The Contractor has furnished the RPR with acceptable evidence of the quantity and quality of such stored or stockpiled materials.
c. The Contractor has furnished the RPR 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 stored or stockpiled.
e. The Contractor has furnished the Owner evidence that the material stored or stockpiled is insured against loss by damage to or disappearance of such materials at any time prior to use in the work.
It is understood and agreed that the transfer of title and the Owner’s payment for such stored or stockpiled materials shall in no way relieve the Contractor of their responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications.
In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used.
No partial payment will be made for stored or stockpiled living or perishable plant materials.
The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this paragraph.
90-08 PAYMENT OF WITHHELD FUNDS. At the Contractor’s option, if an Owner withholds retainage in accordance with the methods described in paragraph 90-06 Partial Payments, the Contractor may request that the Owner deposit the retainage into an escrow account. The Owner’s deposit of retainage into an escrow account is subject to 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 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 Section 50, paragraph 50-15, Final Acceptance, the RPR will prepare the final estimate of the items of work actually performed. The Contractor shall approve the RPR’s final estimate or advise the RPR of the Contractor’s 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 RPR 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 RPR’s final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the RPR’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 Section 50, paragraph 50-16, Claims for Adjustment and Disputes.
After the Contractor has approved, or approved under protest, the RPR’s final estimate, and after the RPR’s receipt of the project closeout documentation required in paragraph 90-11, Contractor Final Project Documentation, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment.
If the Contractor has filed a claim for additional compensation under the provisions of Section 50, paragraph 50-16, Claims for Adjustments and Disputes, or under the provisions of this paragraph, 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.
90-10 CONSTRUCTION WARRANTY.
a. In addition to any other warranties in this contract, the Contractor warrants that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, workmanship, or design furnished, or performed by the Contractor or any subcontractor or supplier at any tier.
b. This warranty shall continue for a period of one year from the date of final acceptance of the work, except as noted. If the Owner takes possession of any part of the work before final acceptance, this warranty shall continue for a period of one year from the date the Owner takes possession. However, this will not relieve the Contractor from corrective items required by the final acceptance of the project work. Light Emitting Diode emitting diode (LED) light fixtures with the exception of obstruction lighting, must be warranted by the manufacturer for a minimum of four (4) years after date of installation inclusive of all electronics.
c. The Contractor shall remedy at the Contractor’s expense any failure to conform, or any defect. In addition, the Contractor shall remedy at the Contractor’s expense any damage to Owner real or personal property, when that damage is the result of the Contractor’s failure to conform to contract requirements; or any defect of equipment, material, workmanship, or design furnished by the Contractor.
d. The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause. The Contractor’s warranty with respect to work repaired or replaced will run for one year from the date of repair or replacement.
e. The Owner will notify the Contractor, in writing, within seven (7) days after the discovery of any failure, defect, or damage.
f. If the Contractor fails to remedy any failure, defect, or damage within 14 days after receipt of notice, the Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor’s expense.
g. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, the Contractor shall: (1) Obtain all warranties that would be given in normal commercial practice; (2) Require all warranties to be executed, in writing, for the benefit of the Owner, as directed by the Owner, and (3) Enforce all warranties for the benefit of the Owner.
h. This warranty shall not limit the Owner’s rights with respect to latent defects, gross mistakes, or fraud.
90-11 CONTRACTOR FINAL PROJECT DOCUMENTATION. Approval of final payment to the Contractor is contingent upon completion and submittal of the items listed below. The final payment will not be approved until the RPR approves the Contractor’s final submittal. The Contractor shall:
a. Provide two (2) copies of all manufacturers’ warranties specified for materials, equipment, and installations.
b. Provide weekly payroll records (not previously received) from the General Contractor and all subcontractors.
c. Complete final cleanup in accordance with Section 40, paragraph 40-08, Final Cleanup.
d. Complete all punch list items identified during the Final Inspection.
e. Provide complete release of all claims for labor and material arising out of the Contract.
f. Provide a certified statement signed by the subcontractors, indicating actual amounts paid, monthly and final, to the Disadvantaged Business Enterprise (DBE) subcontractors and/or suppliers associated with the project.
g. When applicable per state requirements, return copies of sales tax completion forms.
h. Manufacturer's certifications for all items incorporated in the work.
i. All required record drawings, as-built drawings or as-constructed drawings.
j. Project Operation and Maintenance (O&M) Manual(s).
k. Security for Construction Warranty.
l. Equipment commissioning documentation submitted, if required.
Maintenance of a List of Responsible Representatives / Points of Contact
The Contractor shall provide cell phone numbers for the following points of contact to the Sponsor and Engineer prior to the start of construction and post them on a bulletin board in the contractor’s staging area.
Project Superintendent
24-Hour Contact
Safety Officer
Quality Control Officer
Job Site Environmental Officer
List of Subcontractors with Points of Contact
Any other key points of contact for the project
The following contact information for the Sponsor, Engineer, and local emergency services shall be shared with the Contractor prior to the start of construction.
Robert Hamblen, GUP Airport Manager (505) 863-1290
Eric Rivera, Lochner Design Lead (505) 366-4451
Airport Fire Substation, (505) 863-9296
Notices to Airmen
Only the Airport may initiate or cancel NOTAMs on airport conditions and is the only entity that can close or open a runway. The Contractor must coordinate the issuance, maintenance, and cancellation of NOTAMs with the Engineer and Sponsor .
No closures will be permitted without the applicable Notices to Airmen (NOTAM) in place for each specific closure. The Contractor shall notify the Engineer at least 72 hours prior to any activities within the Airport Operations Area (AOA) so they can coordinate to issue the NOTAM. The Contractor shall notify the Engineer and Sponsor immediately of any changes to the schedule or scope of the project that would require a modification to the NOTAMs.
Emergency Notification Procedures
In the event of an emergency, the Contractor shall first call 911, then immediately notify the Engineer and Sponsor. The Contractor must coordinate after hours contact procedures with the Airport prior to start of construction.
The address for emergency response to the site is:
2111 West Historic Highway 66, Gallup, NM 87301
Access via haul route off Mendoza Rd., through existing gate, south of Airport.
Coordinate with Airport Rescue and Fire Fighting (ARFF) Personnel
This project shall not require any deactivation of water lines or fire hydrants, rerouting or blocking of any emergency access routes, or the use of any hazardous material on the airfield that would require coordination with ARFF personnel or emergency services. If coordination with ARFF personnel is required, the Contractor shall notify the Engineer and Sponsor, and include them in any coordination with ARFF personnel.
Notification to the FAA
Part 77: Any person proposing construction or alteration of objects that affect navigable airspace, as defined in Part 77, must notify the FAA. This includes construction equipment, stockpiles, and proposed parking areas for this equipment. FAA Form 7460-1, Notice of Proposed Construction or Alteration will be submitted to the appropriate FAA Airports Regional or District Office to analyze the clearance and provide guidance for the use of the crane on the Airport.
NAVAIDS: For emergency notifications regarding both airport owned and FAA owned NAVAIDs, the airport shall contact 1-866-432-2622. For planned NAVAID shutdowns, the Airport shall submit a Strategic Event Notification (SEN) form to the FAA. A review period of 45 days is required between the submission of the SEN and the NAVAID shutdown.
The Bidder must agree to commence work on a date to be specified in a written Notice to Proceed issued by the Engineer and to fully complete the project within Thirty (30) days thereafter. The bidder must agree, also to pay as liquidated damages, the sum of One Thousand Nine Hundred Dollars and Zero Cents ($1,900.00) for each consecutive day thereafter as provided in the General Conditions.
All materials used and all work done shall at all times be subject to the inspection, tests and approval of the Engineer and his authorized representatives.
The Contractor shall furnish samples for testing purposes of any material required by the Engineer and any information required concerning the nature or source of any material which he proposes to use. Detailed requirements concerning the making of laboratory tests and the payment therefore are included in the Detailed Specifications.
Inspectors may be appointed by the Engineer or the Owner, whose duty it shall be to see that the work is done properly and in accordance with the plans and specifications. Inspectors shall have authority, subject to the final decision of the Engineers, to condemn and reject any defective work or material and to suspend the work when the same is not being properly done.
Inspectors shall have no authority to permit any deviation from the plans and specifications except on written order from the Engineer. The Contractor will be liable for any deviation except on such written order.
All condemned work shall be promptly taken out and replaced by satisfactory work, and all condemned materials shall be promptly removed from the vicinity of the work. Should the Contractor fail or refuse to comply with instructions in this respect, the Owner may, upon certification by Engineer, withhold payment or proceed to terminate contracts as herein provided.
Any defective material or workmanship may be rejected by the Engineer at any time before the final acceptance of the work, even though the same have been previously overlooked and estimated for payment.
The Engineer and all duly authorized representatives shall at all times have the right to inspect the work for compliance with the plans and specifications. It shall be the responsibility of the Contractor to furnish reasonable facilities for the Engineers use in determining the progress and manner of the work, and in evaluating the quality of materials.
GRAVEL SITE PAD
DESCRIPTION
S-30-1.1 The Gravel Site Pad shall consist of grading a drivable surface and furnishing all materials, hauling, and placing aggregate base course on a compacted surface in accordance with the details shown on the project plans and as directed by the Engineer.
The contractor may propose the use of an aggregate mix that has been developed for a previous project. The contractor shall provide evidence that the type and source of supply, and the source and methods of producing mineral aggregate, have not changed since the formulation of the previous mix design. The contractor shall also provide current test results for all specified characteristics of the mineral aggregate proposed for use. The Engineer will determine if the previously used mix design is suitable for intended use. The Engineer will either approve or disapprove of the proposed mix design. Should the Engineer disapprove the use of the previously used mix design, the contractor shall prepare and submit a new mix design proposal in accordance with the requirements of these specifications.
A previously used aggregate mix design older than two years from the date it was formulated, sealed, signed, and dated shall not be allowed for use. Any previously used mix design that is older than one year, but less than two years, shall not be allowed for use unless the contractor provides verification testing results. Once approved for use on a project, a mix design may be used for the duration of the project.
MATERIALS
S-30-2.1 MINERAL AGGREGATE. Mineral aggregate shall conform to the 2019 Edition of the New Mexico Department of Transportation Standard Specifications for Highway and Bridge Construction, Section 303 Base Courses, Type I aggregate base course.
CONSTRUCTION REQUIREMENTS
S-30-3.1 GENERAL. The contractor shall provide appropriate equipment and techniques to achieve a drivable surface with sufficient compaction of native subgrade and aggregate base coarse to provide a stable road for vehicular access meeting the lift thicknesses and width detailed in the project plans.
ACCEPTANCE
S-30-4.1 ACCEPTANCE. The Gravel Site Pad will be accepted complete in place, if, in the judgement of the Engineer, the road reasonably conforms to the requirements specified herein. Areas that are not acceptable and is rejected shall be replaced to the satisfaction of the Engineer and at no expense to the Owner.
METHOD OF MEASUREMENT
S-30-5.1 The Gravel Site Pad will be measured by the square yard of compacted aggregate base course placed on grade with compacted subgrade.
BASIS OF PAYMENT
The accepted quantities of the Gravel Site Pad, measured as provided above, will be paid for at the contract unit price. The price shall be full compensation for furnishing all materials and for all operations, hauling and placing of these materials, and for all labor, equipment, tolls, and incidentals necessary to complete the item.
Payment will be made under:
S-30 Gravel Site Pad - per square yard
This solicitation is for a City of Gallup project and subject to the Public Works Statutes of the State of New Mexico (13-4-1 to 13-4-43 NMSA 1978); Construction Industries Licensing act (60-13-1 et seq. NMSA 1978); CID rules and regulations; applicable federal, state and local statutes and laws; and the City of Gallup Ordinances.
The Contractor will identify a Safety Officer who will be required to inspect on a daily basis, all barricades and flashers prior to work commencing and prior to leaving the work site. The Contractor will notify the Sponsor that all inspections have been completed. Inspection frequency can be increased based on the project and site conditions. At the project final inspection, the project site shall be clean and free of all debris related to the project construction.
Daily (Or More Frequent) Inspections
Inspections shall be conducted daily, or more frequently if deemed necessary by the Engineer to ensure conformance. The inspections shall be completed by the Contractor to the Engineer’s satisfaction.
Final Inspections
Final inspections shall be conducted prior to the opening of any airfield facilities. The final inspection should be completed with the Contractor, Sponsor and Engineer.
All waste materials from this project shall be disposed of in an environmentally acceptable manner. Private entities located near the City limits, accepts recyclable material. Bidders should make themselves aware of the location of these entities. The Contractor shall be responsible for locating acceptable sites for placing waste soil or rock.
The Contractor shall keep on the worksite, during its progress, a competent superintendent and any necessary assistants, all satisfactory to the Engineer. The superintendent shall represent the Contractor in their absence, and directions given to superintendent shall be as binding as if given to the Contractor directly.
The Contractor shall provide tools and equipment and the services of all workmen, mechanics, tradesmen and other employees necessary in the construction and execution of the work contemplated and outlined herein. The employees of the Contractor shall be competent and willing to perform satisfactorily the work required of them. Any employee who is disorderly, intemperate or incompetent or who neglects or refuses to perform their work in a satisfactory manner, shall upon request of the Engineer, be promptly discharged and shall not be re-employed except with the Engineer's consent.
It is called particularly to the Contractor's attention that only first-class workmanship will be acceptable.
The contractor shall have a license issued by the Construction Industries Division (CID) of the New Mexico Regulation and Licensing Department. The licenses shall be properly classified for the work to be performed under this contract and be in active status. All subcontractors shall also meet these criteria. Additionally, the Contractor shall at their own expense, procure all necessary licenses and permits of a temporary nature and shall give due and adequate notices to those in control of all properties which may be affected by this operation. Permits, licenses and easements for permanent structures or permanent changes in existing facilities, shall be provided by the Owner unless otherwise specified. The Contractor shall give all notices and comply with all laws, ordinances, rules and regulations bearing on the conduct of the work as drawn or specified. The City and Engineer will verify Contractor is properly licensed as required at: https://www.rld.nm.gov/construction-industries/
Enter Content Here
All utilities identified during the original survey are shown on the project plans. However, the Contractor shall be responsible for contacting appropriate utility locator services and attempt to locate the Sponsor’s and/or FAA’s underground cables prior to construction. Damage to underground utilities or cables by the Contractor will require replacement by the Contractor at no cost to the Sponsor and/or FAA. Any splicing or replacing of damaged cable shall meet current FAA specifications or relevant utility standards.
If essential utilities or underground infrastructure is damaged by the Contractor during construction operations, the Contractor shall repair the item as quickly as possible. The Contractor shall notify the Engineer about deactivated utilities, the Engineer will then notify the Sponsor about items impacting Emergency Personnel.
Bids will be considered only from firms who can provide evidence that they have established a satisfactory record of performance and integrity to insure they can execute the requirements as stated herein. The City may make such investigation it deems necessary to determine the ability of the bidder to perform the work. Any determination as to competency shall be made by appropriate City staff. Any proposal which is incomplete, irregular, or accompanied by an insufficient bond may be rejected. The City of Gallup also reserves the right to reject the proposal of a bidder who has previously failed to perform properly, including inferior materials, workmanship or attempts to use substandard equipment, excessive inspection caused to the project to insure good workmanship, poor construction methods, or failure to complete on time a contract of similar nature, or the proposal of a bidder who is not in a position to perform the work governed by the Contract.
The Contractor shall provide warning signs, barricades, night time flashers and other devices as required to adequately warn the public and protect the workmen involved for all work in adjacent streets. The Contractor will be responsible for setting up, revising and relocating while maintaining traffic control devices for the numerous construction sequences of the project. Daily requirements for minor changes for special situations shall be the responsibility of the Contractor. Private driveways must be kept open and the Contractor must make all necessary arrangements to allow access to residences and school.
The Contractor expressly covenants and agrees that in undertaking to complete the work and having made allowances for all of the ordinary delays and hindrances incident to such work whether growing out of delays in securing materials, workmen or otherwise. Should the Contractor, however, be delayed in the prosecution and completion of the work by reason of delayed shipment orders, or by any changes, additions or omissions therein ordered in writing by the Owner or by the abandonment of the work by men engaged hereon through no fault of the Contractor, or by embargoes, etc. which would effect the fabrication or delivery of materials and/or equipment to the work, or by delays caused by court proceedings, the Contractor shall have no claims for damages for any cause or delay, but he/she shall in such cases, be entitled to such extension of the time specified for the completion of the work as the Owner shall award in writing on account of such delays, provided however, that claim for such extension of time is made by the Contractor to the Owner in writing within one week from the time when any such alleged cause for delay shall occur.
Enter Content Here
Safety Violations
If at any point a safety violation is noted, all construction activities in the area will be immediately stopped. Before construction can begin again, the Contractor will provide a written statement demonstrating to the Sponsor that the construction can continue without violations to the safety procedures. The Contractor is not eligible for any compensation for time, labor, or materials when construction is stopped due to safety violations.
The Contractor is solely responsible for all recognized safety items relating to all aspects of construction activities and material supply logistics operations. Such activities include, but are not limited to, OSHA requirements, trench shoring, proper driver licensing, personal protective equipment, confined space activities, asphalt and concrete plant safety, etc. The Sponsor and the Engineer have no authority or burden of review or acceptance of any such safety items and practices. This requirement shall apply continuously and will not be limited to working hours.
Penalty for Moving and Non-Moving Violation of Airport CSPP
In addition to the suspension of work outlined in GP 80-04, a driver who causes an incursion into an open runway area will be prohibited from driving any vehicle in the AOA until the contractor demonstrates understanding of the cause of the violation. A written proposed change in construction operations ensuring the cause is remedied shall be submitted by the Contractor to the Sponsor and the change must be implemented to reinstate their AOA driving privileges. The second violation for the same driver will result in them and their immediate supervisor having their AOA driving privileges revoked for the duration of the project.
Violations that do not include driving violations but all other CSPP violations, such as the improper layout of barricades, construction traffic routing, or lack of communicating required events to Sponsor or Engineer will result in the suspension of work as outlined in GP 80-04. All construction items’ acceptance testing and measurement for payment shall cease at no cost to the project or Sponsor. Work may only resume after the violation is remedied.
Penalties are based on the Airport’s security policies and additional penalties may apply. The Contractor is responsible for any penalties that the Airport may distribute. The rules and procedures as set forth in this guide are enforceable by designated airport officials, law enforcement officials, and TSA officials. Violations of the procedures are considered as violations of the approved Airport Security Program.
The Contractor shall maintain the project site as orderly and secure as possible during construction. The amount of open trench at any time shall be held to a minimum, with backfill complete at the end of each work day. Streets and detour routes shall be maintained so as to be passable and safe. Access to businesses, residences, utilities, and public facilities shall be protected from the effects of storm runoff that may become greater due to construction activities. Gravel (base course) shall be placed as required for temporary or permanent access to businesses or residences. Brooming and dust suppression shall be carried out as required. The work site shall be secured at days’ end and to a greater extent on weekends. The Contractor shall provide local personnel, available on 24-hour call to check conditions and handle weekend emergencies in connection with the project. All streets and intersections shall be open to traffic each weekend. The Contractor shall protect shrubs, grass and decorative landscape to the extent possible. When removal of such is required for construction, replacement shall be with equal or better items. It is suggested that the Contractor’s construction sequences should be such that the amount of the project that could be damaged by runoff from summer rains at any one time, is held to a minimum. Water that collects in the work area from runoff or damaged utility lines shall be removed by pumping or providing drainage routes immediately.
Additional work shall be done as ordered in writing by the Owner, stating the location, character and amount of the work authorized. Additional work shall be subject to the same inspection and tests as though therein included.
Additions or deductions to quantities on items included in the proposal shall be adjusted as provided therefore.
Additional, omitted or changed work on which no unit price is provided shall be known as Unclassified Work, and compensation for the same shall be adjusted as follows:
To the cost under (C) there shall be added a fixed fee to be agreed upon but not to exceed fifteen percent (15%) unless stated otherwise in the Bid Proposal of the actual cost of the work. The fee shall be compensation to cover the cost of supervision, overhead, bond, profit and any other general expenses. To the charge for extra work under (C) the Contractor may add applicable Local and State Gross Receipts Taxes.
Changed work shall be adjusted as mentioned, considering separately the parts of work and material omitted and parts of work and material added. Prior to the issuance of a change order for unclassified work, the Contractor shall furnish the Owner with an itemized list of cost for the proposed unclassified work.
Unclassified work bills shall be rendered by the Contractor no later than fifteen (15) days after the completion of each assignment of additional work, and if found correct, will be recommended for approval by the Engineer and presented for payment with the next regular monthly estimate. An itemized statement of the cost of the work, together with such material and labor bills as may be required, shall be filled with all Unclassified Work bills.
Unclassified Work bills for work omitted from plans shall be estimated at the time omission of the work is authorized and the estimated cost therefore is deducted from subsequent monthly estimates.
If the Contractor claims compensation for additional work not ordered as aforesaid, or for damages sustained, Contractor shall make a written statement of claims for compensation of damages to the Engineer, which shall be in the hands of the Engineer within such time as will allow a full consideration of the basis for such claim, and in no case later than fifteen (15) days after the work has been completed or damages sustained. The Contractor shall furnish, if required, any accounts, bills, and vouchers relating thereto. Unless such claims are made as required they shall be considered forfeited and invalid.
The Owner reserves the right to contract with any person or firm other than the Contractor for any or all extra work. The Contractor's attention is especially called to the fact that they shall be entitled to no claim for damages for anticipated profits on any portion of the work that may be omitted.
The Contractor shall monitor any weather conditions, aircraft emergencies, unexpected emergencies, and other elements that may cause safety on the project to be jeopardized.
Two-way Radio Communication Procedures
The Contractor's superintendent shall be required to monitor transceiver radios tuned to the Gallup Municipal Airport’s Ground frequency 122.95 MHz at all times.
The Contractor shall supply aviation radios. Radios shall be used to obtain proper clearance for the movement of equipment, trucks, etc., within the movement area. Additionally, any unusual occurrences in the flight pattern of approaching or departing aircraft shall be acknowledged by all concerned so that operation of the airport and the construction work can proceed safely.
Required Escorts
Not applicable to this project.
Training Requirements of Vehicle Drivers
The Sponsor does not require an airport vehicle rules and regulations training course.
Maintenance of the Secured Area of the Airport
Airport operators and Contractors must take care to maintain security during construction when access points are created in the security fencing to permit the passage of construction vehicles or personnel.
A bid bond shall be submitted with the bid and made payable to the City of Gallup in the amount of five percent (5%) of the bid sum. Security shall be by a certified or cashier’s check or a bid bond prepared on a form acceptable to the City, issued by a Surety licensed to do business in the State where the project is located. The City will retain these securities until a contract has been entered into. The bidder shall file the surety bonds and enter into a contract for the work within 15 days after notice of award of the contract. Should the lowest bidder refuse to enter into a contract, the City will retain security as liquidated damages, not as a penalty. If the lowest bidder fails to enter into a contract, then the next lowest bidder will be considered as the lowest bidder.
Enter Content Here
Enter Content Here
Complete submittal data including shop drawings shall be furnished for approval on all materials and items to be supplied for the project. All calculations shall be included in the submittals. Traffic control plan for minor operations shall also be submitted to the New Mexico Department of Transportation (NMDOT) and Engineer for approval.
This project does not require any temporary runway and taxiway markings, lights, or signs. The Airport Manager, Airport Superintendent, and the Contractor’s Superintendent shall develop and oversee the lock-out/tag-out plan per 29 CFR Part 1910 Occupational Safety and Health Standards. There will be low profile barricades that will be used to delineate the construction site. The existing NAVAIDS will not be altered, obliterated, or shut down for this project. Approaches to Runway 6/24 will not be affected by this project. Should there be any issues with the NAVAIDS for the airport due to construction activity, the FAA Facilities shall be notified immediately at 866-432-2622.
Markings
All markings, barricades, and closure crosses shall be placed in accordance with the CSPP Plan Sheets in Attachments section.
No temporary painted markings are required for this project.
Lighting and Visual NAVAIDs
This project will not impact any existing or install new lighting or visual NAVAIDs.
Signs
Existing Signs
No existing signs will be altered or covered during this project.
Temporary Signs
No temporary signs will be installed on this project.
The Owner may at any time suspend the work, or any part thereof for a period not to exceed ninety (90) days by notice to the Contractor in writing. The work shall be resumed by the Contractor within ten (10) days after the date fixed in the written notice from the Owner to the Contractor to do so.
But if the work, or any part thereof, shall be stopped by the notice in writing aforesaid, and if the Owner does not give notice in writing to the Contractor to resume work at a date within ninety (90) days of the date fixed in the written notice to suspend, then the Contractor may abandon that portion of the work so suspended, and he will be entitled to the estimate and payments for all work done on the portions so abandoned.
Within fifteen (15) days from award of contract, the Contractor shall furnish to the City, the Surety Bonds as hereinafter described. The Bonds shall be executed substantially in the forms as contained herein and shall be referenced or attachment made to make the Contract Documents a part thereof. All provisions of the Bond shall be complete and in full accordance with statutory requirements. The Bonds shall be executed by the proper sureties through a company licensed and qualified to operate in the State and approved by the City. The Bonds shall be signed by an agent resident in the State, and the date of the Bonds shall be the date of execution of the contract. If any time during the continuance of the contract, the surety on the Contractor's bonds becomes irresponsible, the City shall have the right to require additional and sufficient sureties which the Contractor shall furnish to the satisfaction of the City within ten (10) days after notice to do so. In default thereof, the Contract may be suspended with all payments or money due to the Contractor; withheld and the Contract completed as hereinafter provided. The Contractor shall furnish a Performance Bond and a Payment Bond each in 100% of the Contract amount. The Performance Bond shall also provide for a one (1) year guarantee for materials and workmanship once the Contractor is considered substantially complete. Additional Bonds and Insurance: Prior to Delivery of the executed agreement by the City to Contractor, the City may require contractor to furnish such other bonds and such additional insurance, in such form and with such sureties or insurers, as the City may require. If such other bonds or such other insurances are specified by written instructions given prior to opening of bid, the premiums shall be paid by the Contractor; if subsequent thereto, they shall be paid by the City.
If the Contractor should neglect to perform the work properly or fail to perform any provision of this contract, the Owner may, without prejudice to any other remedy, make good such deficiencies and deduct the thereof from the payment then or thereafter due to the Contractor.
Enter Content Here
Enter Content Here
The Contractor and subcontractors shall utilize haul routes as shown on the CSPP Drawings including installing and maintaining any markings or signs required to delineate the haul route. All access route signs and markings shall meet FAA AC 150/5340-18H Standard for Airport Sign Systems and FAA AC 150/5340-1M Standards for Airport Markings requirements, including but not limited to frangible and height requirements.
All labor, work and materials done by the Contractor shall be warranted for a period of one (1) year.
It shall be the responsibility of the Contractor to formulate plans, implement plans, obtain permits, and file Notices of Intent and Notices of Termination in regard to Storm Water Pollution Prevention (SWPP). Work on this item shall be considered incidental to the project. Technical Specifications contained herein provides specific SWPP information for the Contractor in regard to the requirements that may apply to this item.
Bidders are advised that they must have or obtain a current City of Gallup Business License for the type of material or services required under this contract before work commences or a purchase order issued. Application available at the following: https://www.gallupnm.gov/151/Licenses-and-Permits
Enter Content Here
The hazard marking and lighting prevents pilots from entering areas closed to aircraft and prevents construction personnel from entering areas open to aircraft. The Contractor shall be responsible for clearly marking and defining the closed runways and taxiways by use of warning lights, barricades, flags and lighted runway closure crosses. The Contractor is required to properly mark and light any open manholes, open trenches, excavations, small areas under repair, stockpiled material, waste areas, and any other areas associated with construction. All hazard marking and lighting shall be maintained for the duration of construction.
Equipment
Low profile barricades with the MUTCD standard reflective orange and white marking with the 20” min x 20” min flags mounted on the center of the barricade will be used to delineate the construction site. The barricades shall also be required to have the flashing red caution lights. Lights shall be placed on the barricades and spaced at no more than 10 ft. The barricades shall be weighed against propwash and capable of withstanding up to 100 MPH wind forces.
Flashing red caution lights shall maintain such intensity so as to be readily identified from distances of at least 200 feet during darkness. Lights must be operated between sunset and sunrise and during periods of low visibility whenever the airport is open for operations. They may be operated by photocell, but this may require that the Contractor turn them on manually during daytime periods of low visibility. The Contractor shall have a 24-hour on call representative for emergency maintenance of airport hazard lighting and barricades. Solar powered lights are highly encouraged to minimize battery replacement.
WORK ZONE LIGHTING FOR NIGHTTIME CONSTRUCTION (SECTION 2.21)
Nighttime work is not anticipated for this project. The contractor is to contact the Sponsor and Engineer for approval and guidance should nighttime construction become necessary.
On or about the 25th day of each month, the Engineer will make an approximate estimate of the value of work done and unused materials delivered and stored on the site of the work during the previous calendar month. After each such estimate has been approved by the Owner, the Owner shall pay to the Contractor up to one hundred (100%) percent of the amount of the work completed less previous partial payments. Payments to the contractor will be made within 21 days of receipt of undisputed amount of any pay request based on work completed.
Testing for soil densities, concrete strength, and asphalt quality shall be performed by an approved independent testing lab and paid for by the Contractor. Payment for travel time to and from the site shall be the responsibility of the Contractor. Contractor will be reimbursed the approved invoice costs from independent labs.
Enter Content Here
The Owner may withhold or nullify the whole or a part of any certificate, on account of subsequently discovered evidence, to such extent any may be necessary to protect the Owner from loss on account of:
When the above grounds are removed, payment shall be made for amounts withheld because of them.
The following are the dimensions of the protection zone for the GALLUP MUNICIPAL AIRPORT.
TABLE 3 - PROTECTION ZONE DIMENSIONS | |
Runway 6-24 Safety Area (RSA) Width | 150 ft |
Runway 6-24 Object Free Area (ROFA) Width | 500 ft |
Taxiway Safety Area (TSA) Width | 79 ft |
Taxiway Object Free Area (TOFA) Width | 124 ft |
Obstacle Free Zone (OFZ) Width | 400 ft |
Runway and Taxiway Safety Area
The dimensions of the Runway Safety Area (RSA) and Taxiway Safety Area (TSA) can be found in Table 3 and in the CSPP Drawings. No construction may occur within the existing runway or taxiway safety area while the runway/taxiway remains open. No personnel, trucks, or equipment is permitted within an open safety area. Open trenches and excavations are not permitted within the safety areas. Prior to re-opening the runway or taxiway, any trenches must be backfilled or covered such that the cover can allow for safe operations of the heaviest aircraft. Soil erosion must be controlled to maintain RSA standards. The RSA must be cleared, graded, and have no potentially hazardous ruts, humps, depressions, or other surface variations. It must be capable under dry conditions of supporting snow removal equipment, ARFF equipment, and the occasional passage of aircraft without causing structural damage to the heaviest aircraft operating on the runway.
Runway Object Free Area
The dimensions of the Runway Object Free Area (ROFA) can be found in Table 3 and in the CSPP Drawings. Construction is allowed within the ROFA; however, equipment shall not be left in the ROFA when not in use. Construction personnel shall not enter active ROFAs unless required to complete work and if approved by the Airport. Stockpiling materials within the OFA is only permitted with an approved form 7460-01.
Taxiway Object Free Area
The dimensions of the Taxiway Object Free Area (TOFA) can be found in Table 3 and on the CSPP Drawings. No construction may occur within the TOFA while the taxiway is open for aircraft operations. Signs, embankments, and equipment within the TOFA must comply with the frangible requirements as stated in FAA AC 150/5220-23A, Frangible Connections. Construction personnel shall not enter active TOFAs unless required by the project phasing and approved by the Airport.
Obstacle Free Zone
Generally, personnel, materials, and equipment may not penetrate the Obstacle Free Zone (OFZ) while the runway is open. If it is necessary to enter the OFZ of an active runway, coordination with the FAA is required. The dimensions of the OFZ can be found in Table 3 and in the CSPP Drawings.
Runway Approach/Departure Surfaces
All personnel, materials, and/or equipment must remain clear of the applicable threshold sitting surfaces. Objects that do not penetrate these surfaces may still be obstructions to air navigation and may affect standard instrument approach procedures. Construction activity in a runway approach/departure area may result in the need to close a runway or displace the existing runway threshold. All work that is anticipated to be completed within this area shall be coordinated with the Airport and the Engineer.
A description of the work included in each bid item together with method of measurement and payment for each item is contained in the Special Conditions.
All forms provided by the City via download must be typewritten. Fill-in forms provided shall be rather used and filled in electronically. Any bid prices which are illegible or unreadable may be removed from consideration and found non-responsive.
The Contractor shall not be entitled to demand or receive payment for any portion of the work except in the manner and amount and in accordance with terms and provisions of this agreement. Payment of the final amount due under the contract shall release the Owner from all liability to the Contractor and their subcontractors and suppliers on the project; provided that such payment and acceptance shall not relieve the Owner or the Contractor from the duty of complying with all applicable State Statutes, Laws, Rules and Regulations.
As soon as the work has been substantially and satisfactorily completed, the Engineer will make a final estimate stating that the work provided for under this contract, has been completed and is accepted by Engineer under the terms and conditions thereof, with qualifications, if any, as stated and the balance found to be due. Required submittals to receive final payment include approved affidavit of wages paid from Department of Work Force Solution must be received by the Owner prior to final payment to be released, Certification of Labor Standards Compliance, Release of Liens, Written Consent of Surety, Manufacturers O&M Manuals, Final Pay Request and Change Order. Prior to filing of the final estimate, the Contractor shall file with the Engineer, a receipt in full from each manufacturer, subcontractor and dealer for all equipment and materials used on the work and a complete release on all liens which may have arisen from this contract. In lieu, thereof, the Contractor shall file statements showing balance due on all accounts.
The making and acceptance of the final payment shall not constitute a waiver of claims by the Owner for faulty work or materials appearing or discovered after final payment, or to relieve the Contractor of his obligations under provisions of the Contract Surety Bond.
The as-built drawings, final adjusting change order, and release of lien from surety, subcontractors, suppliers and property owners shall be provided to the Owner before final payment will be made.
Prior to preparation of the final pay estimate, the Contractor shall remove from the site of the work, all rubbish, unused material, temporary buildings, excess earth or pavement rubble, and shall leave the premises in good order and condition, subject to approval of the Owner.
Enter Content Here
Prohibitions
The use of open flame welding or torches is prohibited unless adequate fire safety precautions are provided and the Airport has approved their use. The use of explosives is not permitted on this project.
Restrictions
The following activities may be permitted but require prior approval by the Engineer and Airport:
Work on multiple project areas simultaneously (if indicated on the CSPP Drawings)
Nighttime construction with appropriate lighting
Temporary sign installation
Unplanned grade changes near NAVAIDs during construction
Use of equipment over 25 ft tall (including cranes)
Height and location of mobile asphalt or concrete plants
Construction operations shall only be allowed in weather conditions compliant with the project specifications. Construction activity may be suspended during specific airport operations. During which, the contract time will be stopped while the Contractor is not able to perform work.
13-4-13.1 NMSA 1978: Public works contracts; registration of contractors and subcontractors
A. Except as otherwise provided in this subsection, in order to submit a bid valued at more than sixty thousand dollars ($60,000) in order to respond to a request for proposals or to be considered for award of any portion of a public works project greater than sixty thousand dollars ($60,000) for a public works project that is subject to the Public Works Minimum Wage Act [13-4-10 NMSA 1978], the contractor, serving as a prime contractor or not, shall be registered with the labor and industrial division of the labor department. Bidding documents issued or released by a state agency or political subdivision of the state shall include a clear notification that each contractor, prime contractor or subcontractor is required to be registered pursuant to this subsection. The provisions of this section do not apply to vocational classes in public schools or public postsecondary educational institutions.
B. The State or any political subdivision of the State shall not accept a bid on a Public Works project subject to the Public Works Minimum Wage Act from a prime contractor that does not provide proof or required registration for itself.
C. Contractors and subcontractors may register with the division on a form provided by the division and in accordance with Labor Department rules. The division shall charge an annual registration fee of two hundred dollars ($200). The division shall issue to the applicant a Certificate of Registration within fifteen days after receiving from the applicant the completed registration form and the registration fee.
D. Registration fees collected by the division shall be deposited in the Labor Enforcement Fund.
13-4-14.1 NMSA 1978: Labor Enforcement fund; creation; use
The "Labor Enforcement Fund" is created in the State Treasury. The fund shall consist of contractor and subcontractor registration fees collected by the Labor and Industrial Division of the Labor Department and all investment and interest income from the fund. The fund shall be administered by the division and money in the fund is appropriated to the Division for Administration and Enforcement of the Public Works Minimum Wage Act [13-4-10 NMSA 1978]. Money in the fund shall not revert to the general fund at the end of a fiscal year.
13-4-14.2 NMSA 1978: Registration cancellation, revocation, suspension; injunctive relief.
The Director of the Labor and Industrial Division of the Labor Department may:
A. Cancel, revoke or suspend with conditions, including probation, the registration of any party required to be registered pursuant to the Public Works Minimum Wage Act [13-4-10 NMSA 1978] for failure to comply with the registration provisions or for good cause, subject to appeal pursuant to Section 13-4-15 NMSA 1978; and
B. Seek injunctive relief in District Court for failure to comply with the registration provisions of the Public Works Minimum Wage Act.
Upon award of the contract and prior to the Pre-Construction Meeting, the Contractor shall submit to the Owner a progress schedule satisfactory to the Owner, showing the Notice to Proceed date and completion of major subdivisions of the work. The Contractor must agree to start work on the date indicated in the Notice to Proceed and complete the work within the prescribed contract time, including monthly anticipated adverse weather days.
Monthly Anticipated Adverse Weather Delay Days Per Month Are Listed As Follows:
Jan. 6 Days
Feb. 4 Days
Mar. 3 Days
Apr. 2 Days
May 3 Days
June 3 Days
July 8 Days
Aug. 9 Days
Sept. 4 Days
Oct. 3 Days
Nov. 2 Days
Dec. 7 Days
Time Extensions for Unusually Severe Weather - Time extensions for unusually severe weather shall be considered provided the following conditions are present:
The weather experienced at the project site during the contract period must be found to be unusually severe, that is, more severe than the adverse weather anticipated for the project location during any given month.
The unusually severe weather must actually cause a delay to the completion of the project. The delay must be beyond the control and without fault or negligence of the Contractor. The following schedule of monthly anticipated adverse weather delays due to precipitation and temperature is based on National Oceanic and Atmospheric Administration (NOAA) data for the project location and will constitute the base line for monthly weather time evaluations. The Contractor’s progress schedule must reflect these anticipated adverse weather delays in all-weather dependent activities. Wind is not considered in the Monthly Anticipated Adverse Weather Calendar Day Schedule.
Actual adverse weather delay days must prevent work on critical activities for 50 percent or more of the Contractor’s scheduled work day. If the number of days anticipated above is exceeded, the Contractor will be given full consideration for equivalent fair-weather work days and issue a change order at the conclusion of the contract.
This material may be furnished from any suitable source chosen by the Contractor. The material shall be sandy in nature, friable with no clods or clay balls and exhibit minimal “pumping” characteristics when compacted at moisture content slightly below optimum. In addition, material shall meet the following general gradation requirements: Sieve Size Percent Passing ½” 100 No. 4 40-100 No. 200 less than 35 PI<12 Acceptable sources on past projects include the following locations: 1. Crusher fines from local aggregate companies 2. Puerco River from locations approved by the City Public Works Director. Locations will be in the vicinity of the area between Highway 491 overpass and the Allison Puerco crossing. 3. On site material meeting the requirements above.
Enter Content Here
Material shall be compacted to the designated percentage of Standard Proctor, or Modified Proctor as called for.
There shall be no discrimination because of race, creed, color, sex, national origin or political affiliation in the employment of persons qualified by training and experience for work carried out under this contract. A minimum wage schedule is bound in the documents and shall apply to all labor used in constructing the project. Each employee engaged in constructing the project shall be paid a wage not less than the minimum specified in the Minimum Wage Rate Schedule published by the New Mexico Department of Work Force Solutions or Davis-Bacon (whichever one is greater) and made a part of these contract documents. Compliance with minimum wage rates shall apply equally to all Contractors and subcontractors engaged on the project. The Contractor shall post at appropriate places on the job site, copies of the Minimum Wage Schedule made a part of the Contract Documents. It shall be the responsibility of the Contractor to furnish certified copies of payrolls to the Engineer AND to Frances Rodriguez, City of Gallup Purchasing Director (biweekly) and the New Mexico Department of Work Force Solutions when requested, or an interested party such as Contractors, contracting agencies, labor organizations and Contractor associations to ensure compliance with the New Mexico Public Work Minimum Wage Act and Davis-Bacon. Bidders are advised that all tiers of Contractors (including subcontractors) bidding more than $60,000 on a public works contract must be registered with the Labor and Industrial Division of the State of New Mexico Department of Work Force Solutions prior to submitting a bid per NMSA 13-4-13.1. For registration please use following link: https://www.dws.state.nm.us/public-works
Contractor shall prepare the project schedule, provide all submittals, NMDOT approved traffic control plans, work permit, contact all other utility companies (811) and coordinate with both the City of Gallup, Residents and businesses. Potholing of existing utilities at tie-ins and crossings to verify locations and depths shall be completed at the beginning of project to facilitate product parts lead times. Water and sewer service for all residents and businesses shall be maintained at all times.
All water, gas, electricity or other facilities required to complete the project shall be provided by the Contractor at his expense, unless specifically modified in other portions of the Contract Document.
Contractor shall not employ any subcontractor or other person or organization (including those who are to furnish the principal items of material or equipment), whether initially or as a substitute, against whom the City may have reasonable objection. A subcontractor or other person or organization identified in writing to the City by Contractor prior to the Notice of Award and not objected to in writing by the City prior to the Notice of Award will be deemed acceptable to the City. Acceptance of any subcontractor, other person, or organization by the City shall not constitute a waiver of any right of owner to reject defective work or work not in conformance with the contact documents. If the City, after due investigation, has reasonable objection to any subcontractor, other person or organization proposed by Contractor after the Notice of Award, the Contractor shall submit an acceptable substitute and the contract price shall be increased or decreased by the difference in cost occasioned by such substitution and an appropriate change order shall be issued. Contractor shall not be required to employ any subcontractor, other person or organization against whom he has reasonable objection. Contractor shall not, without the consent of the City, make any substitution for any subcontractor, other person or organization who has been accepted by the City.
The bidder shall list the subcontractors he/she proposes to use for all trades or items. If awarded the contract, the bidder shall use the firm listed. Changes or substitutions to this list must be approved by the Engineer. A list of subcontractors for this project must accompany the bid proposal submittal.
The listing threshold for subcontractors for this project is Five Thousand dollars ($5,000.00) and must be attached to the bid in compliance with 13-4-32 thru 13-4-43 NMSA 1978. The name and the city or county where each subcontractor is located shall also be listed. There shall be only one subcontractor listed for each classification. The general contractor shall not list themselves as the subcontractor unless he represents that he is licensed and can perform such work satisfactorily. If subcontractors change according to bid options/additive alternatives accepted, then list the subcontractors and the bid lots where they are to be used. The City reserves the right to disqualify subcontractors and suppliers in accordance with the conditions of the contract. Subcontracted work exceeding $125,000.00 must be bonded separately by the subcontractor. The Contractor shall, as soon as practicable after the signing of the contract, notify both the City and the Engineer in writing of the names of subcontractors proposed for the work and shall not employ anyone the City or the Engineer may, within a reasonable time, object to as incompetent or unfit. The Contractor agrees that they are fully responsible to the City for the acts and omissions of his/her subcontractors and/or persons either directly or indirectly employed by them, as he/she is for the acts and omissions of persons directly employed by him/her. The Contractor may be required to establish the reliability and responsibility of the proposed subcontractors or of any manufacturer to furnish and perform the work in accordance with the contract documents and completion schedule and may also be required to require performance and payment bonds of some or all subcontractors in conformance with Sec. 13-4-37 NMSA 1978. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the City. No officer, agent or employee of the City, including the Engineer, shall have any power or authority to bind the City or incur any obligation in its behalf to any subcontractor, material supplier, or other person in any manner whatsoever.
Typical intense rains and/or rapid snow melt will cause substantial runoff. Contractor shall take precaution as required to keep water (runoff) away from new concrete construction including subgrade and base course and utility trenches. Private and public property shall be protected from ponding and accompanying diversions that would cause damage.
Should completion of the work extend beyond the time allowed by the Contract Documents or supplements thereto, it is expressly understood that in addition to any other penalty or damage suffered by the Owner, the Engineering inspection cost, caused by virtue of the delay, may be charged to the Contractor and be deducted from monies due the Contractor. This cost is included in the liquid damages as specified in the special conditions.
Contractor shall prepare the project schedule, provide all submittals, New Mexico Department of Transportation (NMDOT) approved traffic control plans, work permit, contact all other utility companies such as (811) and coordinate with both the City of Gallup, Residents and businesses. Potholing of existing utilities at tie-ins and crossings to verify locations and depths shall be completed at the beginning of project to facilitate product parts lead times. Water and sewer service for all residents and businesses shall be maintained at all times.
In the event that any of the provisions of this contract are violated by the Contractor, or by any of his/her subcontractors, the Owner may serve written notice upon the Contractor and the surety of his/her intention to terminate the contract. Such notices are to contain the reasons for intention to terminate the contract and unless within ten (10) days after the serving of such notice upon the Contractor, such violation or delay shall cease and satisfactory arrangement of correction be made, the contract shall, upon the expiration of said ten (10) days, cease and terminate. In the event of any such termination, the Owner shall immediately serve notice thereof upon the Surety and the Contractor, and the Surety shall have the right to take over and perform the contract; provided, however, that if the Surety does not commence performance thereof within ten (10) days from the date of the mailing to such surety of notice of termination, the Owner may take over the work and prosecute the same to completion by contract or by force account for the account and at the expense of the Contractor. The Contractor and his/her Surety shall be liable to the Owner for any excess cost incurred by the Owner thereby, and in such event the Owner may take possession of and utilize in completing the work such materials, appliances and plant as may be on the site of the work and necessary therefore.
The Contractor shall provide personnel for handling emergencies and maintaining traffic control during weekends and holidays when the normal crews are not available. Personnel shall be readily accessible by phone on a 24-hour basis and shall be living in the City while on duty.
Access to business and residents shall be maintained at all times. Public Service Announcements (PSA's) shall be provided and coordinated the City and Engineer.
The Contractor shall be solely responsible for safety on the project however; the Owner will expect that all project operations proceed in a planned, safety conscious manner. The Contractor will be expected to use shoring, sloped ditch banks, moveable boxes of various combinations of these and other techniques per State and local requirements to achieve a safe project. Bidders should be thoroughly familiar with requirements of CFR 29 prior to bidding.
Upon written notice to Contractor, Owner, may without cause and without prejudice to any other right or remedy, elect to terminate the agreement. In such case, the Contractor shall be paid for all work executed and any reasonable expense sustained.
The Bidder should inform himself as to permits required, such as New Mexico Department of Transportation (NMDOT) Utility Work Permit, McKinley County Road Permit and/or City of Gallup Municipal Right-of-Way/Public Easement Work Permit. Contractor is responsible for obtaining all permits.
https://www.dot.nm.gov/business-support/permits/
https://www.co.mckinley.nm.us/164/Roads
https://www.gallupnm.gov/DocumentCenter/View/4503/R-O-W--Permit-Application--rev-June-2021
It is agreed that all royalties for patents or patent infringement claims, whether such patents are for processes or devices, that might be involved in the construction or use of the work, shall be included in the contract amount and the Contractor shall satisfy all demands that may be made at any time for such, be liable for any damages or claims for patent infringements; and, at their own expense, defend any and all suits or proceedings that may be instituted any time against the Purchaser for infringement or alleged infringement of any patent or patents involved in the work and in case of an award of damages, the said Contractor
All materials, supplies, equipment and soil to be incorporated into the work under this contract, shall be tested as specified in the technical specifications. Test results shall be furnished to the Engineer as soon as possible after completion of tests.
The Owner shall allow the Contractor to purchase certain items of materials and/or equipment in advance of the time required for the supply and/or installation of the said materials by the Contractor under his contract on the project indicated, and to submit requisitions to the Owner in payment therefor. In consideration of the provisions of the Contract and/or this agreement, it is mutually agreed and certified by the Contractor as follows: Cost of the material is in excess of $25,000.00 and that the amount requesting to be paid does not exceed 60% of the bid price for which that item is to be used. The Contractor and/or his supplier have agreed to and certify to the bill of sale for the listed materials and equipment and has provided the Engineer with the paid bill of sale or invoice for the materials and a fully executed Release of Liens for the material. The property so transferred has been designated by a tag or other appropriate written notice affixed thereto, stating: “Property of the City of Gallup.” Materials shall be stored in a fenced area with limited access to the City and the Contractor. In addition, the Contractor shall post a sign at the location clearly identifying, in large print, that the materials are “Property of the City of Gallup”. The said property must be properly stored in a warehouse or other appropriate place as approved by the Engineer. Material shall be stored off the ground on wooden pallets and covered to protect the material from weather. All property listed shall become the sole property of the City, but nothing in these provisions shall be construed as relieving the Contractor from sole responsibility for the care, custody and protection of the said property, or as a waiver of the right of the City to require fulfillment of all terms and conditions of the aforesaid contract between the parties. No payment, however, final or otherwise shall operate to relieve the Contractor or his sureties from any obligations under the aforesaid contract or the performance and payment bond issued to the City. The Contractor certifies that the material and/or equipment is fully insured for the total value thereof, against the perils of fire, theft, extended coverage, vandalism and malicious mischief. The City reserves the right to inspect the materials wherever stored, at its convenience, during normal working hours. The cost and expense, if any, involved in the storage and/or delivery to the construction site will be borne by the Contractor. The Contractor certifies that he has submitted and received approved shop drawings on the stored materials and/or equipment where and if required by the Contract Documents. The Contractor shall provide a materials breakdown describing the item to be stored, the Lot/item the materials is to be used, the quantity of the item(s) and the total value of the item(s). Payment for materials does not constitute approval or acceptance of the materials or work. If materials paid for are damaged, stolen, or proven to be unacceptable, the City has the right to recover the costs from the Contractor. The Department will not make payment for plant materials until they are planted or installed.
The Contractor shall submit to the Engineer for his/her approval, five (5) copies of all Manufacturer’s data and literature and shop and erection drawings for all material required for the work. Submittal data shall include the storm water pollution plan, construction schedule and traffic control plans. A submittal registry shall be provided to identify date of material submittal. Submittals shall be provided in a timely manner. Two (2) copies of submittal literature will be returned to the Contractor with the Engineer’s approval or disapproval noted thereon.
If any questions, responses to questions, and for any revisions to the solicitation as originally published, a formal written amendment will be issued and will be available via OpenGov portal. If the solicitation includes a contact person for technical information, offerors are cautioned that any oral or written representations made by this or any person that appear to change materially any portion of the solicitation shall not be relied upon unless subsequently ratified by a written amendment to this solicitation issued by the City of Gallup Purchasing Department. For a determination as to whether any representation made requires that an amendment be issued, contact the Purchasing Department.
The Contractor alone, shall be liable for the cost of taxes and shall protect the City against liability by reason of Municipal, State or Federal Laws or Regulations. Contracts solicited by competitive sealed bids shall require that the bid amount exclude the applicable state gross receipts taxes or applicable local option tax, but that the City shall be required to pay the applicable tax including any increase in the applicable tax becoming effective after the date the contract is entered into. The applicable gross receipt tax or applicable local option tax shall be shown as a separate amount on each billing or request for payment made under the contract.
Payment for materials stored will not be made on this project.
The plans and specifications for the work to be carried out under this contract are intended to include all components of the total job and to show all information and detail for completion of a workable facility, notwithstanding that each and every item of work may or may not be shown or detailed. It shall be the responsibility of the Contractor to complete the improvement and turn over to the Owner a good and workable facility.
A description of the work included in each bid item together with method of measurement and payment for items of work follow.
The City does not assume any responsibility, at any time, for the protection of or loss of materials from the time that contract operations have commenced until the final acceptance of the work by the project manager.
Collusion among bidders or an interest in more than one bid under a different name or firm shall be cause for rejection of bid(s).
The contractor shall keep the premises clean of all rubbish and debris generated by the work involved. All surplus material, rubbish, debris shall be disposed of by the contractor at the contractor’s expense. The City will not be responsible for theft or damage to the contractor’s property. It shall be the contractor’s responsibility to at all times maintain a safe working environment. All possible safety hazards to workers or the public shall be corrected immediately, and the premises left in a safe condition at the end of each work day.
The Contractor shall commence work on the date specified in the City's written Notice to Proceed and shall complete the work in its entirety within the time specified in the Contract Documents.
Contractor agrees that the prices bid proposal prices shall remain in effect for forty-five (45) days from the date of the bid opening and subject to acceptance by the Owner within that period. Time for acceptance may be extended with the mutual concurrence of the Contractor.
Typographical errors, errors in extending unit prices, arithmetic errors or errors clearly evident on the face of the bid document may be corrected in accordance with the procurement ordinance and procurement regulations. Discrepancies involving the incorrect extension of unit prices shall be resolved in favor of unit prices.
Each and every provision of law and clause required by law to be included in this contract shall be deemed to be included herein and the contract shall be read and enforced as though it were included herein. If through mistake or otherwise any such provision is not included or is not correctly included then upon the application of either party, the contract shall forthwith be physically amended to make such inclusion or correction. The City of Gallup does not discriminate on the basis of race, color, national origin, sex, religion, age or disability in the employment or the provision of services. Contractors shall be in compliance with all Federal, State and Local Laws and Ordinances regarding employment practices and the A.D.A. requirements.
The award, if made shall be made to the lowest responsible bidder based on base bid (excluding taxes), submitting a responsive bid that is most advantageous to the public. Except that if sufficient funds are available to fund alternative bids, the Owner may award the contract to the responsible bidder submitting the low combined bid within the funds available (base bid plus or minus alternates). Bidder must submit bids for all items – Base bid plus all alternates or their bid will be found non responsive.
The City reserves the right to reject any or all bids. Bids may be rejected for the following, among other reasons:
Bids containing any irregularities.
Unbalanced value of any items.
Reason for believing collusion exists among the bidders.
The bidder being interested in any litigation against the Owner.
The bidder being in arrears on or having defaulted on a previous contract; or within the past three years been formally debarred in the State of New Mexico or any other jurisdiction; or whose license has been suspended or revoked by the appropriate licensing authority.
Lack of responsibility as may be revealed by a financial statement, experience and equipment, questionnaires, etc.
Uncompleted work which in the judgment of the city will prevent or hinder the prompt completion of additional work if awarded.
The City reserves the right to reject any or all bids in whole or in part, to cancel the bid, to waive technicalities and to accept the proposal it deems to be in the best interest of the City.
State of New Mexico statutes shall apply. New Mexico grants a preference to those contractors who have been certified by the State of New Mexico Department of Taxation and Revenue as a Resident Contractor or a Resident Veteran Contractor at the time bids are opened, pursuant to 13-1-22 & 13-4-2 (NMSA 1978). The New Mexico Resident contractor’s preference or Resident Veteran contractor shall be the only preference that applies. Contractor must submit a copy of their New Mexico Resident Contractor’s Certificate or New Mexico Resident Veteran Contractors Certificate with their bid in order to be considered for the preference as per 13-1-22 (a) NMSA 1978.
The applicable State of New Mexico Resident contractor’s or Resident Veteran contractor’s preference will be factored into bid prices where applicable. However, the preferences are not cumulative, and bidders will only be entitled to receive one preference.
This is a notice to all New Mexico resident businesses, New Mexico resident veteran businesses and New Mexico contractors.
All resident businesses, resident veteran businesses and contractors must apply for a current certification issued by the Tax and Revenue Department.
Certificates issued prior to July 1, 2016 are deemed EXPIRED for purposes of claiming a preference, and therefore all businesses must reapply for certification.
Applications for in-state preference will NOT be processed through the State Purchasing Division. All resident businesses, resident veteran businesses and contractors must obtain a preference number & certificate with the New Mexico Department of Taxation & Revenue.
Your preference will only apply if a copy of a Certificate issued on or after July 1, 2016 accompanies your bid or proposal.
Certificates must be provided with each and every bid and proposal submission individually, even if the Certificate was previously provided to State Purchasing Division with a prior procurement. Certificates missing from procurement submissions will not benefit from the preference.
For additional information and application forms: Call Tax & Revenue Department at: 505-827-0926, 505-827-0949, 505- 827-0948) or Web link to: https://www.tax.newmexico.gov/businesses/in-state-veteranpreference-certification/
Any bidder or offeror who is aggrieved in connection with a solicitation or award of contract may protest to the City Purchasing Department. The protest must be submitted in writing within seven (7) days after knowledge of the facts or occurrences giving rise there to. Any protest based on this solicitation will be conclusively deemed waived if the offeror does NOT specifically raise and address the protest its bid proposal submitted to the City. All offerors will be conclusively deemed to have knowledge of the facts or occurrences giving rise to a protest respecting an award at the time a contract is awarded by the City to an offeror or offerors.
The procurement code imposes civil and criminal penalties for its violation. In addition, the New Mexico Criminal Statutes impose felony penalties for illegal bribes, gratuities, and kick-backs.
The bid, terms and conditions, and the Contract Documents shall be governed by the laws of the State of New Mexico, and in accordance with 57-28A-1 NMSA 1978.
Complete installation must meet Federal, State, and Local Laws, Codes and Regulations.
The successful Contractor must fully comply with all applicable Federal and State requirements pertaining to the work, employees used on the job and any special requirements pertaining to work procedures.
This project includes Disadvantaged Business Enterprises clauses. See Article 12 of the Sample Agreement Attachment A.
20.1 The Owner’s award of this contract is conditioned upon Bidder or Offeror satisfying the good faith effort requirements of 49 CFR § 26.53.
As a condition of responsiveness, the Bidder or Offeror must submit the following information with its proposal on the forms provided herein:
20.2 Good Faith Efforts. The following actions, by the Bidder, are generally considered a sign of good faith effort. This list is not exclusive or exhaustive but should be used as a guide in determining good faith effort.
20.3 Contract Goals. The Bidder shall Subcontract 4.05% of the dollar value of the total amount of a D.O.T.-assisted Contract to qualified DBE Contractors.
20.4 The requirements of 49 CFR part 26 apply to this contract. It is the policy of the City of Gallup to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. The Owner encourages participation by all firms qualifying under this solicitation regardless of business size or ownership.
This project includes Affirmation Action clauses. See Article 2 of the Sample Agreement Attachment A.
(Title 49 USC § 50101, Executive Order 14005, Ensuring the Future is Made in All of America by All of America’s Workers, Bipartisan Infrastructure Law (Pub. L. No. 117-58), Build America, Buy America (BABA))
This project includes Buy American Preference clauses. See Article 4 of the Sample Agreement Attachment A.
The Gallup Municipal Airport, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and no businesses will be discriminated against on the grounds of race, color, national origin (including limited English proficiency), creed, sex (including sexual orientation and gender identity), age, or disability in consideration for an award.
This project includes Federal Fair Labor Standards Act (Federal minimum Wage) clauses. See Article 16 of the Sample Agreement Attachment A.
Bidder agrees that: All labor, work and materials done by the Contractor shall be warranted for a period of one (1) year.
Please Attach Applicable Copy of your Certificate with response:
New Mexico Resident
New Mexico Veteran Resident
New Mexico Native American Resident
New Mexico Native American Veteran Resident
The undersigned Bidder, having examined the Plans, Specifications and other Contract Documents as designated and all Addenda thereto; having investigated the location of and conditions affecting the Proposed Work; and being acquainted with and fully understanding the extent and character of the Work covered by this Proposal and all factors and conditions affecting or which may be affected by the Work;
HEREBY PROPOSES, pursuant to the Invitation for Bids published Gallup Sun Publishing Date: Friday-March 6, 2026
Albuquerque Journal Publishing Date: Sunday-March 8, 2026, to furnish all required materials, tools, equipment and plant; to perform all necessary labor and superintendence; and to undertake and complete the Work required for Gallup Municipal Airport, Gallup Municipal Airport - Schedule I - Install AWOS III PT - NMDOT No. GUP-24-03, in Gallup, New Mexico, in full accordance with Plans, Specifications and Contract Documents hereto attached or by reference made a part thereof, at and for the following prices:
BID SCHEDULE
"Unit Prices" are to be handwritten or typed in both words and figures. In case of discrepancy, the amount shown in words will govern.
"Unit-Prices" bid shall not include 8.0625% New Mexico Gross Receipts Tax. This tax will be included in each payment to the Contractor. The Contractor is responsible for paying this Gross Receipts Tax to the State of New Mexico.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload with response
CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT
By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction.
CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT
The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a “covered transaction”, must verify each lower tier participant of a “covered transaction” under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by:
1. Checking the System for Award Management at website: http://www.sam.gov.
2. Collecting a certification statement similar to the Certificate of Offeror/Bidder Regarding Debarment, above.
3. Inserting a clause or condition in the covered transaction with the lower tier contract.
If the Federal Aviation Administration later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non-compliant participant.
Please download the below documents, complete, and upload.
I certify that this bid is genuine and is not in any way collusive or sham; that the bid is not with the intent to restrict or prohibit competition; that this firm has not revealed the contents of the bid to, or in any way colluded with, any other firm which may compete for the contract; and that no other firm which may compete for the contract has revealed the contents of a bid to, or in any way colluded with, this firm.
Please download the below documents, complete, and upload with response
Please download the below documents, complete, and upload with response
Contractor acknowledges that this project will require a Performance Bond at the time of award.
Contractor acknowledges that this project will require a Payment Bond at the time of award.
Do you have a conflict of interest or have been debarred/suspended as described below?:
If you answer yes you will be required to answer a follow up question.
CONFLICT OF INTEREST
As utilized herein, the term “Vendor” shall mean that entity submitting a proposal to City of Gallup in response to the above referenced bids/request for proposals. The authorized Person, Firm and/or Corporation states that to the best of his/her belief and knowledge: No employee or City Council member of the City of Gallup (or close relative), with the exception of the person(s) identified below, has a direct or indirect financial interest in the Vendor or in the proposed transaction. Vendor neither employs, nor is negotiating to employ, any City of Gallup employee, City Council member or close relative, with the exception of the person(s) identified below. Vendor did not participate, directly or indirectly, in the preparation of specifications upon which the quote or offer is made. If the Vendor is a New Mexico State Legislator or if a New Mexico State Legislator holds a controlling interest in Vendor, please identify the legislator: List below the name(s) of any City of Gallup employee, City Council member or close relative who now or within the preceding 12 months (1) works for the Vendor; (2) has an ownership interest in the Vendor (other than as an owner of less than 1% of Vendor’s stock, if Vendor is a publicly traded corporation); (3) is a partner, officer, director, trustee or consultant to the Vendor; (4) has received grant, travel, honoraria or other similar support from Vendor; or (5) has a right to receive royalties from the vendor.
DEBARMENT/SUSPENSION STATUS The Vendor certifies that it is not suspended, debarred or ineligible from entering into contracts with the Federal Government, or any State agency or local public body, or in receipt of a notice or proposed debarment from any Federal or State agency or local public body. The vendor agrees to provide immediate notice to City of Gallup’s Purchasing Department in the event of being suspended, debarred or declared ineligible by any department or agency of the Federal government, or any agency of local public body of the State of New Mexico, or upon receipt of a notice of proposed debarment that is received after the submission of the quote or offer but prior to the award of the purchase order or contract.
CERTIFICATION The undersigned hereby certifies that he/she has read the above CONFLICT OF INTEREST and DEBARMENT/SUSPENSION Status requirements and that he/she understands and will comply with these requirements. The undersigned further certifies that they have the authority to certify compliance for the vendor named and that the information contained in this document is true and accurate to the best of their knowledge.
Please provide details of the conflict of interest and/or Debarment/Suspension here:
The prospective contractor must disclose whether they, a family member or a representative of the prospective contractor has made a campaign contribution to an applicable public official of the City of Gallup or the State of New Mexico during the two years prior to the date on which the contractor submits a proposal or, in the case of a sole source or small purchase contract, the two years prior to the date the contractor signs the contract, if the aggregate total of contributions given by the prospective contractor, a family member or a representative of the prospective contractor to the public official exceeds two hundred and fifty dollars ($250) over the two year period.
THIS FORM MUST BE FILED BY ANY PROSPECTIVE CONTRACTOR WHETHER OR NOT THEY, THEIR FAMILY MEMBER, OR THEIR REPRESENTATIVE HAS MADE ANY CONTRIBUTIONS SUBJECT TO DISCLOSURE.
The following definitions apply:
“Applicable public official” means a person elected to an office or a person appointed to complete a term of an elected office, which has the authority to award or influence the award of the contract for which the prospective contractor is submitting a competitive sealed proposal or who has the authority to negotiate a sole source or small purchase contract that may be awarded without submission of a sealed competitive proposal.
“Campaign Contribution” means a gift, subscription, loan, advance or deposit of money or other thing of value, including the estimated value of an in-kind contribution, that is made to or received by an applicable public official or any person authorized to raise, collect or expend contributions on that official’s behalf for the purpose of electing the official to either statewide or local office. “Campaign Contribution” includes the payment of a debt incurred in an election campaign, but does not include the value of services provided without compensation or unreimbursed travel or other personal expenses of individuals who volunteer a portion or all of their time on behalf of a candidate or political committee, nor does it include the administrative or solicitation expenses of a political committee that are paid by an organization that sponsors the committee.
“Contract” means any agreement for the procurement of items of tangible personal property, services, professional services, or construction.
“Family member” means spouse, father, mother, child, father-in-law, mother-in-law, daughter-in-law or son-in-law.
“Pendency of the procurement process” means the time period commencing with the public notice of the request for proposals and ending with the award of the contract or the cancellation of the request for proposals.
“Person” means any corporation, partnership, individual, joint venture, association or any other private legal entity.
“Prospective contractor” means a person who is subject to the competitive sealed proposal process set forth in the Procurement Code or is not required to submit a competitive sealed proposal because that person qualifies for a sole source or a small purchase contract.
“Representative of a prospective contractor” means an officer or director of a 21 corporation, a member or manager of a limited liability corporation, a partner of a partnership or a trustee of a trust of the prospective contractor.
Please provide details
Contribution Made By:
Relation to Prospective Contractor:
Name of Applicable Public Official:
Date Contribution(s) Made:
Amount(s) of Contribution(s)
Nature of Contribution(s)
Purpose of Contribution(s)
--OR—
NO CONTRIBUTIONS IN THE AGGREGATE TOTAL OVER TWO HUNDRED FIFTY DOLLARS ($250) WERE MADE to an applicable public official by me, a family member or representative.
Please use this section to upload any and all project related documents i.e. Certificate of Insurance, NM CID Licenses, NM Workforce Solutions Certificate of Registration, City of Gallup Business License, NM Resident Contractor Certificate, Product information, etc.
Enter a brief one or two paragraph description or summary of the project, which shall include Project Location. (Typically the first paragraph of the SOW could suffice)
EXAMPLE: This project consists of installing approximately 7,100 linear feet of 16-inch CL350 ductile iron waterline as shown on the contract drawings. Work will include installation of 30” O.D. 0.375” wall steel casing with internal locking 16” CL350 ductile iron pipe by jack and bore under US-491, tie-in connections to existing 16-inch ductile iron waterlines, the installation of a 2-inch water service, and will include installation of 16-inch gate valves, combination air release valves, removal and replacement of existing water lines may be required to meet minimum bury and separation at crossings. Fittings as required to meet horizontal and vertical deflections. Erosion control devices including gabions, wire enclosed rip-rap and soil reinforcement mat installation will be required. Installation of import fill and grading will be required. Traffic control will be required. Work will include trenching, backfilling, compaction, material hauling, and material testing. Rock excavation will be required. Advertisement and notification of water shut-off(s) of all affected customers 48 hours prior to shut-off is included in this project.
This project is located North of Gallup, New Mexico within and adjacent to US-491 Right-of-Way between the intersections of US- 491 with 9th Street and North Chino Loop (County Road 7).
Location to pick up hard copy plans and specifications
Sample: 26th of June, 2024
Will bids be accepted only through the eProcurement Portal? (recommended)
Enter dollar amount ex: $250.00
Please enter date of advertisement. MM/DD/YYYY
Sample: Gallup Sun Publishing Date: Friday-June 28, 2024
Please enter the number of calendar days allowed for project completion (in written and numerical form) Your answer will populate the bold letters in the example below
EXAMPLE: The Bidder must agree to commence work on a date to be specified in a written “Notice to Proceed” issued by the Engineer and to fully complete the project within one hundred and eighty (180) calendar days thereafter, including weather delays.
Dollar amount per consecutive day project not completed after project completion date.
Shall be five thousand dollars ($5,000) or one-half of one percent of the architect's or engineer's estimate of the total project cost, including alternatives, whichever is greater.
Is this project subject to Gallup's General Conditions
Are Special Conditions required for this project?
Example:
All lines and grades for preliminary layout of the work will be established by the Owner’s representative (Engineer), but the Contractor shall provide such material and give such assistance as may be required. After the preliminary layout of the work has been accomplished, the Contractor shall, at their own expense, furnish all labor, materials and supplies for detail, layout and location of work and shall be responsible for constructing the work to the established lines and grades. The Contractor shall give notice to the Owner for lines and grades at least two (2) working days prior to the time he/she plans to commence work. The Contractor shall be responsible for protecting and preserving established line and grade controls.
The Engineer will provide the following construction staking:
(Value entered by default)
(Value entered by default)
Marc DePauli
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.