Loading...
HomeMy WebLinkAbout680347.tiffAUTHORIZE CHAIRMAN TO SIGN F.A.A. PROJECT NUMBER 9 - 05- 011 - 05 INSTALLATION OF AIRPORT LIGHTING: WHEREAS, a contract has been submitted by Reynolds Electrical and Engineering Company, for the installation of Airport Lighting at the Weld County Municipal Airport, F. A. A. Project No. 9-05-011-5, said contract being submitted in accordance with the Drawings, Specifications and other Contract Documents prepared by Miner and Miner Consulting Engineers, Inc. WHEREAS, after due consideration the Board believes it to be to the best interests of the County to sign said contract. NOW, THEREFORE, BE IT RESOLVED, that the Board of County Commissioners Weld County, Colorado sign the aforementioned contract, attached and made a part of this resolution. The above and foregoing resolution was, on motion duly made and seconded, adopted by the following vote: DATED: JULY 10, 1968 MB: 35 Page Li' ('oco5 OF 'T �� BOARD OF C U TY COMMISSIONERS WELD COUNTY, COLORADO 680347 INSTALLATION OF AIRPORT LIGHTING WELD COUNTY MUNICIPAL AIRPORT F.A.A. PROJECT NO. 9-05-011-05 GREELEY WELD COUNTY, COLORADO MINER AND MINER, CONSULTING ENGINEERS, INC. GREELEY, COLORADO TABLE OF CON TENT S PAGE INVITATION FOR BIDS 1 INSTRUCTIONS TO BIDDERS 2 SUPPLEMENTAL INSTRUCTIONS TO BIDDERS 5 BIDDER'S PROPOSAL . 6 STATEMENT OF QUALIFICATIONS 17 PROPOSAL GUARANTY 18 CONTRACT 20 CONTRACTOR'S BOND 23 NOTICE OF AWARD 26 NOTICE TO PROCEED 27 SPECIAL PROVISIONS . 28 SPECIFICATION FOR THE INSTALLATION OF MATERIALS AND EQUIPMENT 38 DRAWINGS (Separately Bound) Drawing No. D 14422 Sheet 1 Title Sheet D 14421 Sheet 2 Airport Layout Plan D 14420 Sheet 3 Electrical Facilities D 14419 Sheet 4 Runway Lighting Details D 14418 Sheet 5 Lighting and Miscellaneous Details D 14417 Sheet 6 Equipment Vault Details D 14515 Sheet 7 Miscellaneous Details INVITATION FOR BIDS Sealed proposals for the construction, including furnishing all necessary materials, labor and equipment, for the installation of an airport lighting system located at Weld County Municipal Airport, Greeley, Colo. (hereinafter called the "Project") will be received by the Owner on or before 4:00 o'clock P M. April 26 , 19 68 , at its office located at City Complex, Office of the Finance Director, Greeley, Colorado at which time and place the proposals will be publicly opened and read. The Plans and Specifications together with all other necessary forms and documents for bidders may be secured from the Engineer, Miner and Miner, Consulting Engineers, Inc. at the Engineer's office at 910 - 27th Avenue, Greeley, Colorado . The Plans and Specifications may be examined at the office of the Engineer and at the office of the Owner. A Bidder who has not already completed a construction contract for FAA approved projects shall file the Bidder's Qualifications, with the Engineer, on forms supplied by the Engineer, at least 48 hours in advance of the scheduled bid opening. The Bidder shall include the completed form "Statement of Qualifications" with its proposal. Minimum wage rates, as established by the Secretary of Labor, are applicable to this project. The proposed contract is under and subject to Executive Order 11246 of September 24, 1965, and to the equal opportunity clause and the Bidder (Proposer) must supply all the information required by the bid or proposal form. CITY OF GREELEY AND WELD COUNTY, COLORADO (JOINT) By _ DateV P, /q,r resident - Weld Co my Mifnicipa Airport Board 1 INSTRUCTIONS TO BIDDERS 1. Proposals and all supporting instruments must be submitted on the forms furnished by the Owner and must be delivered in a sealed envelope addressed to the Owner. The name and address of the Bidder, its license number, if a license is required by the State, and the date and hour of the opening of bids must appear on the envelope in which the Proposal is submitted. Proposals must be filled out in ink or be typewritten. No alterations or interlineations will be permitted, unless made before submission and unless initialed and dated. If, in submitting the Proposal, the Bidder makes any change in the form of the Proposal furnished by the Owner, the Owner and the Administrator may evaluate the effect of such change as they see fit or they may exclude the Proposal from consideration in determining the award of the contract. 2. Prior to the submission of the Proposal, the Bidder shall make and shall be deemed to have made a careful examination of the site of the work and of the Plans and Specifications, forms of Proposal and Acceptance, and Contractor's Bond, and shall become informed as to the location and nature of the proposed construction, the transportation facilities, the kind and character of soil and terrain to be encountered, the kind of facilities required before and during the construction of the work, general local con- ditions and all other matters that may affect the cost and the time of com- pletion of the work. Bidders will be required to comply with all applicable statutes and regulations. 3. Each Proposal must be accompanied by a bid bond or a certified check on a bank that is a member of the Federal Deposit Insurance Corporation, pay- able to the order of the Owner, in an amount equal to five per cent (5%) of the maximum bid price. Each bidder agrees, provided its proposal is one of the three low proposals, that, by filing its Proposal together with such Bid Bond or check in consideration of the Owner's receiving and considering such Proposal, said Proposal shall be firm and binding upon each such Bidder and such Bid Bond or check shall be held by the Owner until a Proposal is accepted and a satisfactory Contractor's Bond is furnished by the successful Bidder and such acceptance has been approved by the Administrator, or for a period not to exceed sixty (60) days from the date hereinbefore set for the opening of Proposals whichever period shall be the shorter. If such Proposal is not one of three low Proposals, the Bid Bond or check will be returned in each instance within a period of thirty (30) days to the Bidder furnishing same. 2 4. The successful Bidder will be required to execute seven (7) copies of the contract and to furnish a Contractor's Bond in the form attached here- to with sureties listed by the United States Treasury Department as Acceptable Sureties, in a penal sum not less than the total contract price. Should the successful Bidder fail or refuse to execute such copies of the contract and to furnish a Contractor's Bond satisfactory to the Owner within ten (10) days after written notification of the award of the Contract by the Owner, the Bid- der will be considered to have abandoned the Proposal and the amount of the certified check or other security delivered with the Proposal shall thereupon be due and owing to the Owner as liquidated damages for such failure or re- fusal and the Owner may thereupon award the Contract to any other Bidder. The term "Successful Bidder" shall be deemed to include any Bidder whose Proposal is accepted after another Bidder has previously refused or has been unable to execute the Contract or to furnish a satisfactory Contractor's Bond. 5. The Contract, when executed, shall be deemed to include the entire agreement between the parties thereto, and the Bidder shall not claim any mod- ification thereof resulting from any representation or promise made at any time by any officer, agent, or employee of the Owner or by any other person. 6. The Owner reserves the right to waive minor irregularities or minor errors in any Proposal, if it appears to the Owner that such irregularities or errors were made through inadvertence. so waived must be corrected on the Proposal in which they occur prior to the execution of any Contract which may be awarded thereon. Any such irregularities or errors 7. The Owner reserves the right to reject any or all Proposals. The attention of Bidders is specially called to the desirability of a proper balance between prices for labor and materials and between the total prices for the respective Assembly Units. Lack of such balance may be considered as a reason for rejecting a Proposal. Quantities shown for items with a linear foot unit of measure are approximate and payment will be made for the amount actually provided. 8. Where the unit prices in the Proposal are separated into three columns designated as "Labor," "Material," and "Labor and Materials," and where a discrepancy appears between the sum shown in the "Labor and Materials" column and the correct addition of the sums appearing in the "Labor" column and the "Materials" column, the correct addition of the sums appearing in the "Labor" column and the "Materials" column shall control. 3 9. Minimum wages as determined by the Secretary of Labor, and included in the specifications, are applicable to this project. 10. The Owner represents: (a) Title to the property on which the Project is to be constructed has been obtained. (b) All funds necessary for prompt payment for the construction of the Project will be available. If the Owner shall fail to comply with any of the undertakings con- tained in the foregoing representations or if any of such representations shall be incorrect, the successful Bidder will be entitled to extension of time of completion for a period equal to the delay, if any, caused by the failure of the Owner to comply with such undertakings or by any such incorrect repre- sentations; provided the successful Bidder shall have promptly notified the Owner in writing of its desire to extend the time of completion in accord- ance with the foregoing, and provided further that such extension, if any, of the time of completion shall be the sole remedy of the successful Bidder for the Owner's failure to comply with any of the foregoing representations. 4 SUPPLEMENTAL INSTRUCTIONS TO BIDDER The Weld County Municipal Airport is located approximately five miles east of the City of Greeley, Colorado. The existing facilities are presently in use. There is no commercial airline traffic; however, interruptions to air traffic must be kept to a minimum and must, at all times, be coordinated with the airport management and the Federal Aviation Agency. The existing runway lighting system is obsolete and has reached the end of its useful life. The existing runway and threshold lights will be removed and returned to the warehouse of the Owner. All underground cables will be disconnected and abandoned in place, except that cables in existing under- ground ducts shall be removed. The existing constant current regulator and associated controls will be removed and returned to the warehouse of the Owner. The existing airport beacon is presently mounted on a hanger roof. The Owner will arrange to purchase an unassembled, used, 51 foot, lattice -steel type airport beacon tower through the Public Utilities Commission. The Con- tractor shall have the responsibility for transporting the tower from Cheyenne, Wyoming, to the jobsite and for reconditioning and erecting the tower. A new airport beacon and associated controls will then be furnished and installed in accordance with the plans and specifications. The existing lighted wind cone will not be replaced. However, the under- ground power circuit to the wind cone will be replaced as indicated in the plans and specifications. The underground primary electrical supply cables and 37Z-kva, pad -mounted transformer will be supplied and installed by others and is not a part of this proposal. 5 ,1tiJEPIS Pke P(_SAL City of Greeley anu Weld Herel;:a`'Lor calico she ' Corrado (joint) knowiedges that it is liar ,_... t e n ovi_,i of r .. .umerits, local conditions the laws, statutes, codes, :der propu._ labor, materials, tools, and equip- ,ry .s,truct the Poe; r -gown as "Installation of Airport he Weld County p rt, F.A.A. Project No. 9 -0h -Oil -05" Plans, Spec. -.. ....,s, and iirawi:ngs attached hereto msoe a part heFeol. He hido if its proposal is accepted by �mncr witsi poriu: of th if-_er ,.:he specified date for re - ✓r., ps :ip rooriate boxes. _k e construction of the he 2orice of Award. all combtc.. s 'odlowing statement by checking the Bidder (Prod ser participated in a previous contract `,ect to toe equal opportini, cia..se prescribed by Executive Order 10925 dated Marcn 6, 1961 or Executive order 11114 dated June 22, 1961, or Executive i:roer 11246 dated Jep•ember .1, 1965. The Fidder ',Proposer; Has (4;' has nut / submitted compliance reports in connection with any such contract as required by applicable instructions. If the Bidder (Proposer) has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports as required by applicable instructions, -.e Bidder (Proposer) shall submit a compliance report on Standard Form 100 "Employer Information Report EEO -1" with the bid or proposal. The Bidder understands and agrees that the rates set forth in Minimum Wage Kate Decision No. AH-7,74, included in the bpeciai Provisions, snail de- _ termine the minimum hourly wage rates permissible under this Contract. 6 The Bidder agrees to commence work on the Project within 10 days after receipt of the Notice to Proceed and to complete the work within 30 working days after receipt of the Notice to Proceed. The Bidder has carefully checked the bid items and quantities against the Plans and Specifications and accepts the items and quantities as being sub- stantially correct both as to classification and amount. The Bidder under- stands that the quantities called for in this Proposal are approximate, and that the total number of units upon which payment will be made shall be as set forth in the final inventory. The Bidder proposes to construct the Project for the sum or sums based upon the labor and material prices as shown on the Bid Schedule. The total cost of the base bid for Schedule A under this proposal is $ 3C,461.96 The total cost of the base bid for Schedule B under this proposal is $ 580.75 7 MATERIAL SPECIFICATIONS AND UNIT DESCRIPTION WELD COUNTY MUNICIPAL AIRPORT ASSEMBLY UNIT UNIT NO. MEASURE NAME AND DESCRIPTION OF ASSEMBLY UNIT SCHEDULE A Al Linear Foot TRENCH - 6 inches wide by 21 inches deep. Unit includes backfilling of excavated material. A2 Linear Foot TRENCH - 10 inches wide by 21 inches deep. Unit includes backfilling of excavated material. A3 Cubic Yard SELECTED BACKFILL MATERIAL - Furnish and install two 3 -inch layers of sand containing no mineral aggregate or foreign materials that would be retained on a 1/4 - inch sieve. 81 Linear Foot CABLE - Furnish and install l/c, 48 AWG, Type B non - shielded series lighting cable conforming to FAA _ Spec. L824. Unit includes furnishing and installation of cable connectors as required, installation of cable markers, and placing cable in trench in accordance with Standard Specification Item L-108. Cl Each RUNWAY MARKER LIGHT - Furnish and install stake -mounted, FAA Spec. L802 runway marker lighting assembly with clear lens as indicated in the plans and specifications. Unit includes lamp and FAA Spec. L-833 series insula- ting transformer. C2 Each RUNWAY MARKER LIGHT - Furnish and install FAA Spec. L-802 runway marker lighting fixture with clear lens, equipped with FAA Spec. L-809 airport light base and transformer housing, as indicated in the plans. Unit includes lamp and FAA Spec. L-833 series insulating transformer. C3 Each THRESHOLD MARKER LIGHT - Furnish and install stake - mounted, FAA Spec. L-802 threshold marker lighting assembly equipped with green lens as indicated in the plans. Unit includes lamp and FAA Spec. L-833 series insulating transformer. 8 Schedule A - Continued ASSEMBLY UNIT UNIT NO. MEASURE NAME AND DESCRIPTION OF ASSEMBLY UNIT C4 Each C5 Each THRESHOLD MARKER LIGHT - Furnish and install stake - mounted, FAA Spec. L-802 threshold marker lighting assembly equipped with 180° obscured and 180° green lens as indicated in the plans. Unit includes lamp and FAA Spec. L-833 series insulating transformer. RUNWAY MARKER LIGHT - Furnish and install stake -mounted, FAA Spec. L-802 runway marker lighting assembly, equipped with 180° clear and 180° red lens, as indicated in the plans. Unit includes lamp and FAA Spec. L-833 series insulating transformer. C6 Each RUNWAY END MARKER LIGHT - Furnish and install stake - mounted FAA Spec. L-802 runway end marker lighting assembly equipped with 180° red and 180° green lens, as indicated in the plans. Unit includes lamp and series insulating transformer. C7 Each DISPLACED THRESHOLD MARKER LIGHT - Furnish and install stake -mounted, FAA Spec. L-802 displaced threshold marker lighting assembly, equipped with 180° clear and 180° green lens, as indicated in the plans. Unit includes lamp and series insulating transformer. SERIES INSULATING TRANSFORMER - Furnish, install, and connect FAA Spec. L-833 series insulating transformer for existing stake -mounted, lighted taxi guidance signs. Unit includes relocation of sign, if required, and re- moval of existing insulating transformer. D1 Linear Foot UNDERGROUND DUCT - Furnish and install underground duct consisting of two 3 -inch bituminous fiber duct, en- cased in concrete as indicated in the plans. Unit includes excavation, placing of conduit, concreting, backfill and duct markers, installed in accordance with Standard Specification Item L-110. C8 Each 9 Schedule A - Continued ASSEMBLY UNIT UNIT NO. MEASURE NAME AND DESCRIPTION OF ASSEMBLY UNIT El Each Fl Each EQUIPMENT VAULT - Furnish and install 8' x 12' prefabri- cated, insulated steel house - Armco LS -1N or equal, as indicated in the plans. Unit includes excavation for and installation of concrete foundation, ground rods, ground conductor, and all galvanized rigid steel conduits stubbed out of vault in accordance with Stand- ard Specification Item L-109 and as indicated in the plans. CONSTANT CURRENT REGULATOR - Furnish and install FAA Spec. L-812, 72 -kw, constant current regulator, input voltage 240 volt, 60 cycle, ac; output 4.8/5.6/6.6 amperes. F2 Each CONTROL PANEL - Furnish and install FAA Spec. L-821 control panel, size 1, Type F, mounted in EMCOR #FR 55A console turret, with medium intensity brightness con- trol switches, SPST on -off toggle switches, and three position off -high -low toggle switches arranged as detailed in the plans. Unit includes wall mounting bracket, if required, and ground connection. F3 Each CIRCUIT BREAKER PANELBOARD - Furnish and install single- phase, 3 -wire, 120/240 -volt, surface -mounted circuit breaker panelboard rated for 600 volt ac; 7500 A.I.C. ac; equipped with branch circuit breakers as detailed on the plans and 100 -ampere, 2 -pole, 240 -volt main breaker - Square D NA1B-18-3AB or equal. F4 Each MAGNETIC CONTACTOR - Furnish and install 2 -pole, 240 - volt ac, 18 -ampere, normally -open when deenergized mag- netic contactor with NEMA 1 general purpose enclosure, equipped for 120 -volt ac remote control - Square D Class 8502, Type BG-1 or equal. 10 Schedule A - Continued ASSEMBLY UNIT UNIT NO. MEASURE NAME AND DESCRIPTION OF ASSEMBLY UNIT F5 Each CONTROL SWITCH - Furnish and install 120 -volt SPST toggle switch (Photo By -Pass) Hubbell #1221 or equal as indicated in the plans and specifications. Unit includes outlet box and switch cover. F6 Each F7 Lot F8 Each TERMINAL CABINET - Furnish and install 12" x 18" x 6" deep terminal cabinet with hinged cover, constructed of 14 gage steel, equipped with 12 -point terminal block (Square D Class 9080, type CA -12 or equal) and provision for top entry with two 2 -inch conduits and one 3 -inch bottom exit. EQUIPMENT VAULT RACEWAYS AND WIRING - Furnish and install conduits, wireways, fittings, cable, wire, connectors, light fixtures, light switches, convenience outlets, ground connections, and mounting plyboard panels re- quired to complete the airport lighting system as indicated in the plans and specifications. Conduit shall be rigid steel, galvanized, as per Federal Specification WW -C -581C. Wire shall be per Federal Specification J -C-129, Type THW, 600 volt. PHOTO ELECTRIC CONTROL SWITCH - Furnish and install aviation type Crouse -Hinds PEC-4 #51711 or equal photoelectric control switch, as indicated in the plans and specifications. G1 Each AIRPORT BEACON TOWER - Install Owner -furnished 51 -foot, lattice -steel -type beacon tower. Unit includes trans- portation of knocked -down tower from Cheyenne, Wyoming, to site; straightening of steel members if required; painting; foundations, erection, lightning rod, down conductor and ground rod. The tower installation shall be in accordance with Item L-103 of the Standard Specifications for Construction of Airports and with the plans and specifications. 11 Schedule A - Continued ASSEMBLY UNIT UNIT NO. MEASURE G2 Each G3 Lot RI Lot R2 Lot R3 Lot SCHEDULE B H1 Each NAME AND DESCRIPTION OF ASSEMBLY UNIT AIRPORT BEACON - Furnish and install 36 inch, double -end rotating beacon designed to meet CAA Spec. 291 and to conform to Standard Specification Item L-101. Unit includes furnishing and installing weatherproof cab- inet- Crouse Hinds WPB /444239 or equal, two each FAA Spec. L-810 single lamp obstruction marker lamps with 116 watt clear bulb, and all conduit, conduit fit- tings, hardware, and wiring necessary to complete the installation of the airport beacon in accordance with the plans and specifications. CABLE - Furnish and install Type RWH, 1/0 AWG cable with neoprene jacket for main power entrance from meter pedestal to main circuit breaker. Remove and return to warehouse all existing runway and threshold lighting fixtures. Remove and return to warehouse existing constant current transformer and controls. Remove and return to warehouse existing airport beacon installation. TAXIWAY MARKER REFLECTORS - Furnish and install post - mounted, double -face, blue taxiway marker reflectors in accordance with (reflectors may be Division of United Creek, Michigan). the plans and specifications purchased from United Sales Co., Elevator Co., P. O. Box 221, Battle 12 BID SCHEDULE Q W EXTENSION U O O \O 0 492.00 I 0 N .D O in •-a 4,192.50 I 00 CT O as 0. N 696.45 .D 'D C) CO V V V N N C) V V N CN C') 483.66 I 161.22 c0 N CO V N O O in .--1 a0 N V C)0 I- O Q) N in in 'O N if) •+ O .O 03 C)0 \C) 267.91 70.98 I 8.57 I C'') V O` V N in N r- N I 13.47 63.14 I 63.14 UNIT PRICE TOTA L in c0 O � V 0 (T In . -I .-1 0.215 I N at) N 139.29 .-1 \D O CO .--Il \O 0 CO .--1 \O C) CX) .--I \0 C.) CO -1 'D CU CO co M � V C') \O If) !807.84 526.55 C) vO CO CX) .O 267.91 35.49 8.57 (n V CT V r -- Cn N !� N I I I Q o O' N CO N N C7) C*) N ao N N N C O N N (N co N CN (N ao N CV (N 03 :\I 'N .-I r CX) --I V coo U N I- C0 V CO O In --4 In O --+ V N CO CO CT If) CO rn CO (7' O\ in 21.26 446.27 MATERIAL I In C) O •--I V U ON in -4-4 1+ .-i O CT CO U) N in U 57.79 57.79 57.79 0\ C- I'' tf-') CT 1 - I-� IC) N 'D N N 0\ N V 2459.12 LU O in N .--I O L V �O CO•-- 0 0) N 1 in 'D N co If) NCO N r-1 N i"1 • O N C) _ -- __i- 49.67 REQllIRED O 0 r .--1 r1 0 N r ri 0 — 0 O •-4 QO M in .0 V V .O N 'O 0 O --I •--+ --C �I N r. H r-1 ASSEMBLY I UNIT NO. ITEM UNIT Trench and backfill Linear Foot_ Trench and backfill Linear Foot Selected backfill Cubic Yard 1/c 48. 5-kv Cable I Linear Foot! Runway marker light, stake - mounted Each - Runway marker light, base - mounted Each Threshold marker light Each Threshold marker light Each__ - U co W Runway end marker light Each Thresholo marker light 1 Each U co i1] la D7 E H 0 Vr N C F+ C1 C ••-+ +-' N --+ •H u a i k a v) I ur,oeraround ouct - 2-3" Linear Foot U co LEI L-812 constant current regulator I Each _ L-821 control pane' I Each Circuit breaker panelboard Each Magnetic contactor Each SPST control switch 1 Each Terminal cabinet I Each _ Equipment, vault, raceways and wiring Lot Photoelectric control switch Each +' C a .-+ --4 U N co E ( C _ cC +� r-i _) co +' C a rE a a C ua —4 N CO Q •--1 CO •--I U N U CO 0 V 0 11) () \C 0 co U •--I C) .--1 LU r-1 11. N IL CO u, V U IC) U. VD U. N 11, F8 N CT • C) CO In N Total This Page a, a) 0 U, EXTENSION 2,051.17 TT 1` OD LC) CO CV CO rn 0% CO 251.50 35.93 1143.72 143.72 143.72 JNIT PRICE TOTAL 2051.17 N a0 i) co N CO O\ a' a) 251.50 35.93 LABOR 1415.46 LC) co v N co 38.32 251.50 35.93 MATERIAL N ,r) co 2484.39 Co .0 � Lr) NO. REQUIRED .-4 .-4 r, .I .-I .--1 I-^ 1-I z a C U ro w -C U (0 W i1 0 .-1 4-, 0 .-1 4' 0 .-1 Lot H H Z Airport beacon tower C 0 0 Co 1y o L Q Q a Removal - existing runway and threshold lights Removal - existing constant cur- rent transformer 8 controls Removal - existing airport beacon MI O Ell H (n M CO z eT "1 r1 0 N 0 CO 0 CX . N m CG v 0 Cr) Q rn Co n. N •r7 H Co 4, 0 H 25,030.92 Total From Previous Page 0 H BID SCHEDULE EXTENSION 580. 75 UNIT PRICE I r TOTAL In 0 tfl CC 2a 0 MATERIAL 2.05 a w • a: to 0 H .-1 Z.. o CY U i-4 CC H Each H Z n ASSEMBLY tINTT NO. UNIT Tariwav marker reflectors s i H Y in co tn 0 H .) O H 15 In submitting ti._, bid, it is understood that th. .,wner has reserved the right. to reject any and ai_ bids. A Bid Bond executed for the amount of is attached and made a part of this Proposal. i nr: (v,J:; e Reynolds Electrical 87 Engineering Co. , Inc. By, bate April 26, 1968 Official Address: P, O. Box 9323 - 1260 South Inca St. Denver, Colorado 80209 16 STATEMENT OF QUALIFICATIONS imilar Fr_�=� t:. completed Name of Project Approach Lighting 'forth -South Runway .h-tterson County : liv nr t Jct•It'rson County p3to e Address ,;.mp;ieted Stapleton Airfield Denve-r. Cobs) 1962 Stapleton .\ i rfiel d Denver, Colo, 1962 Broomfield, C n its Broomfield, Colo, 196D 1963 Type of Improvements fighting unway Lighting Lighting Lighting Value of Contract $ 50 000.00 400, 000. 00 40, 000.00 45, 000. 00 similar Project,, ':rider Contract «ame of Project. Jet erson County A irport Address Broomfield, C:nln Date Completed In Progress Type of improvements Value of Contract Taxiway Lighting 57, 000. 00 Proposed Construction Equipment to be Used on Project Name Make Size Condition Name Make Size Condition Note: Similar Projects Completed,. Value of Contract are approximate amounts. Our records were lost in the Denver flood in .x965. 17 P1 P(. AL G;A+:ANfY i`:NOr: ALL MEN by 7:':I E i i. ;:li..", I , It we, the undersigned, REYNOLDS ELECTRICAL N.1 ENGINEERING COMPANY, INC. , 1'. t'. Box 9323, Denver, Colorado 80209 principal and THE WESTiLRM t0SYAi171 AND SURETY COMPANY, a Kansas corporation, or "ort Scott, Kansas, a , ,; f.; F.:., helo and firmly bound unto City Ct ..Le(le'• r:i: r+el'.; County, i. ..lj . .. : erein te.r called the "Owner," sum of Five Percent of Total Amount Bid dollars 5% 1 for p:.:;rlli:l. which sum, well and truly to be made, wE, .erei;y totntly ::rid severally , o rselve', our >ieirs, executors, aamir:is- r t-. ;oe , s jct'e':,sors, and assigns. :E cu:ld : ti on o f tL a ati:o i.: 4'. !s s':ch 'h : t whereas me Pr? ':r i p:i t :uL;mitted to the Owner a cert:;:, postal, attached Hereto ar.o hereby made part iereof, co enter into a co::' a:in writing, for improvements t.o Weld ;,:iity >•+�.:I:icipal Airport. NO , THEitEri,iti::, :f -id Pr•:posi,1 ::sail b€ re,:.'c: eu, ur in ttie alternate, f said Proposal shall be :sc ept.di and the Principal shall execute and deliver a contract in i orm ::.t Agreei;:: nr_ attached heretu aria shall execute ao deliver ::_;ontract. Bono and Payment Bona in the Forms attached hereto (.:11 properly completed in accordance wi+h said Proposal), this obligation shall he voiu. uu.erwise the same shall remain in force and t:ect; itbei::g expressly uhue: st.000 ario agreed that the liability of the Surety for any o::o all default of the Prir.c.:pal :iereunder shall t.e he amount of this obligation as herein stated. the Surety, for value received. hereby stipulates and agrees that the obligation of said Surety ano its ior:d sh :l be in no way impaired or affected an extension of the time witriin whicn tare Owner may accept such Proposal; and said Surety does hereby waive no'ice of any such extension. 18 WITNESS 't`' '-ZEOF, the above -bonded part.ieF we executed this ...::;.;_.~lent ander their several 26th day of :'% 68 and corporate seal of each x.p..,rdt.e party being e:'-) if f l> (:ri r =:r e p-reent s duly sinned by its p:.rsaa;l' t ..,.,:r:.y of its: governing body. itr2s�: REYNOLDS ELECTRICAL AND ENGINEERING COI PANY, !_Nr. PRINCIPAL • t • t . By TIME WESTERN CASUALTY AND SURETY COMPANY SURETY A:T: By • /1 Al TUR (Thomas H. MacEiwee) A 19 The Westei . Casualty and Sr ety Company HOME OFFICE —FORT SCOTT, KANSAS MEN BY THESE PRESENTS: That THE';NES :FM [AMrALTY AND SURETY COMPANY, of Fort Scott. Kansas, a corporation S a ..ng its principal offlcp n' I F ,. 'rt Kansas, pursuant to the following Bylaw, which was adopted by the n ov on December 2. la53,... RESIDENT OFFICERS AND ATTUR F 1S -I i O .T res ]ear ce .ins,:tents reader add tfel c. n ;he ''ire an -h. h aior) nature, and to aft !'e so comer at .n n tore to reieave cons;dute :idol appoint eesident, any vice president or the secretary shall have power and I tlsneys-rn-fact and to give such appointees full power and au- .. --.n. bonds. recogn i zancesl contracts of indemnity and other under- :, of the corporation. The president. any vice president or the : any such. appointee? Thomas H. MacElwee, of the City of Denver, State of Colorado, nd Attorneysl-m-Fact to make, exec and deliver for and on its behalf, as Surety. and as its act and deed: Any and all bonds and undertakings. e,Pi :Rion of Such bonds or undertakings in pursuance of these :resents, shall be as binding upon said Company, as fully and amply. .s and purposes, as if they had been duly executed and ofnnwledge^, by the regularly elected officers of the Company at its offices in SUte of Kansas, in their own proper persons. t .,Ile Reso:ution .vas adopted at the Annual Meeting of the Bo arn; of Directors of The Western Casualty and Surety Company, held on - lay of May. 1965: "RESOLVED. That the signatures of officers of the Company and the seal of the Company maybe affixed by facsimile to any Power of Attorney ekes ::'ed in accordance ,nth Section 27 of the Company Bylaws; and that any such Power of Attorney bearing such facsimile signatures and tar Simlie seal shall be valid and binding upon the Company with respect to any hold. undertaking or contract of suretyship to which it is attached." All authoeto hereby conferred Shall remain in full force and effect unul terminated by the Company. IN WITNESS WHEREOF, THE WESTERN CASUALTY AND SURETY COMPANY has caused these presents to be signed by its Vice -President, and is Corporate seal to be hereunto affixed this .. 11th day of. .May ,19 65 STATE OF KANSAS ss COUNTY OF BOURBON On this 11th day of __ __ May A. D., 19 65 THE WESTERN /CASUALTY AND SWRETY COMPANY By Vice President before the subscriber, a Notary Public in the State of Kansas in KH. Mead, Vice President and for the County of Bourbon, duly commissioned and qualified, came .. of THE WESTERN CASUALTY ANO SURETY COMPANY, of Fort Scott, Kansas to me personally known to be the individual and officer described in, and who exe- culed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposeth and saith, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the corporate seal of said Company, and the said corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company. and that Bylaw, Section 27, adopted by the Stockholders of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my official seal at the City of Fort Scott, the day and year first above illen. January 15, 1972 My canmiiss.on expires........ a,x-414' Notary Public. E. C. Gordon, Jr. Assistant Secretary of THE WESTERN CASUALTY AND SURETY COMPANY, do nereby certify that the above and foregoing is a true and correct copy of a power of attorney executed by said THE WESTERN CASUALTY AND SURETY COMPANY, which is still in full force and effect. IN WITNESS WHEREOF. I have signed this certificate at Fort Scott, Kansas, this26th..________...... day of April __. 19 ba FORM CS 5890 K./ I C t 'FAL Assistant Secretary. \` CONTRACT THIS CONTRACT, made as of the 10 day of .Aµ1Y 1946 by and between the City of Greeley and Weld County, Colorado (Joint) hereinafter called the Owner, and , hereinafter called the Con- tractor WITNESSETH, That whereas the Owner intends to contract for the Instal- lation of Airport Lighting at the Weld County Municipal Airport, F.A.A. Project No. 9-05-011-5 hereinafter called the Project, in accordance with the Drawings, Specifications and other Contract Documents prepared by Miner and Miner. Consulting Engineers, Inc. NOW, THEREFORE, The Owner and Contractor for the considerations hereinafter set forth, agree as follows: 1. The Contractor agrees to furnish all the necessary labor, materials, equipment, tools and services necessary to perform and complete in a workman- like manner all work required for the construction of the Project, in strict compliance with the Contract Documents herein mentioned, which are hereby made a part of the Contract, including the following Addenda: Addendum No. Dated 1 North 29■ 19W 2. Payments are to be made to the Contractor in accordance with and subject to the provisions embodied in Section 80 of the Standard Specifica- tions for Construction of Airports. 3. Work under this Contract shall commence within ten (10) days of the date set by the Engineer in the Notice to Proceed and shall be completed ready for use within the time limit set forth in the Proposal except as such time limit may be modified under the provisions of Section 70 of the Standard Specifications for Construction of Airports. 20 4. This Contract consists of the following component parts, all of which are as fully a part of this Contract as if herein set out verbatim, or, if not attached, as if hereto attached. Proposal Contract (This Instrument) Performance, Payment, and Maintenance Bond F.A.A. Standard Specifications for Construction of Airports, dated June 1959, including Supplement No. 2 to the June 1959 edition (dated 1964) and all subsequent Revisions and Supplements thereof Special Provisions Technical Specifications, including all Addenda (Nos. 1 to inclusive) Construction Plans Shop and Working Drawings submitted by Contractor and approved by Engineer 5. All work under this Contract shall be performed in accordance with current labor and equal employment opportunity requirements as set forth in Section 90 of Supplement No. 2 (dated 1964) to the Standard Specifications for Construction of Airports dated June 1959, and in accordance with the minimum wage rates as determined by the Secretary of Labor and contained in the Special Provisions of the Specifications. Paragraph (4) (IV) at the bottom of Page 3 and Paragraph (16) on Pages 7 and 8 of Supplement 2 of the Standard Specifica- tions for Construction of Airports are superceded as set forth under the Contract Requirements Section of the SPECIAL PROVISIONS of the specifications. 6. The Contractor agrees to accept as his full and only compensation for the performance of all of the work required under this Contract such sum or sums of money as may be proper in accordance with the price or prices set forth in the BIDDERS PROPOSAL attached hereto and made a part hereof covering all items. The total estimated cost thereof to be: Schedule A $ 00,461.96 Schedule B $ 580.75 21 IN WITNESS WHEREOF, the parties have caused this instrument to be executed the day first above written. CITY OF GREELEY, COLORADO By, Title Attest Title WELD COUNTY, COLORADO Title Chairman of t6P R„nnJ Attest a/1ft-J. Title (SEAL) VC=te cam/ (SEAL) S �ys a -t -A2 Depuiy County Clerk REYNOLDS ELECTRICAL & ENGINEERING CO., INC. CONTRACTOR By Title . C. rnarr Manager, Central Division ***2m* Witness Title Rosemary FraY,klin BOARD OF WELD COUNTY MUNICIPAL AIRPORT By 4 SIDENT :::::$1By/ �. row %% SE ET RY 22 CONTRACTOR'S BOND 1. Know all men that we, REYNOLDS ELECTRICAL AID ENCINEERINS COMB'AWT, TIC, as Principal, and THE WESTERN CASUALTY AND sum: COMPANY as Surety, are held and firmly bound unto City of Creasy and Wald County. Colorado (Joint) (hereinafter called the "Owner") and unto all persons, firms and corporations who or which may furnish materials for or perform labor on a Project known as Installation of Airport Lighting, Weld County Municipal Airport FAA Project No. 9-05-011-05 and to their suc- cessors and assigns, in the penal sum of Thirty-0as Thauraud. Forty -Tic And 71/ 100 dollars ($ 31.042.71 ) as hereinafter set forth and for the payment of which sum well and truly to be made we bind ourselves, our executors, administrators, successors and assigns jointly and severally by these presents. Said Project is described in a cer- tain construction contract (hereinafter call d the "Construction Contract") be- tween the Owner and the Principal, dated /0 , 19 68 . 2. The condition of this obligation is such that if the principal shall well and truly perform and fulfill all the undertakings, covenants, terms, con- ditions, and agreements of the Construction Contract and any amendments thereto, whether such amendments are for additions, decreases, or changes in materials, their quantity, kind or price, labor costs, mileage, routing or any other pur- pose whatsoever, and whether such amendments are made with or without notice to the Surety, and shall fully indemnify and save harmless the Owner from all costs and damages which they, or either of them, shall suffer or incur by reason or any failure so to do, and shall fully reimbuse and repay the Owner for all outlay and expense which they, shall incur in making good any such failure of performance on the part of the Principal, and shall promptly make payment to all persons working on or supplying labor or materials for use in the construction of the Project contemplated in the Construction Contract and any amendments thereto, in respect of such labor or materials furnished and used therein, to the full extent thereof, and in respect of such labor or materials furnished but not so used to the extent of the quantities estimated in the Construction Contract and any amendments thereto to be required for the construction of the Project, and shall well and truly reimbuse the Owner as its interest may appear, for any excess in cost of construction of said Project over the cost of such construction as provided in the Construction Contract and any amendements thereto occasioned by any default of the Principal under the Construction Contract and any amendements thereto, then this obligation shall be null and void, but otherwise shall remain in full force and effect. 23 3. It is expressly agreed that this bond shall be deemed amended auto- matically and immediately, without formal and separate amendments hereto, upon any amendment to the Construction Contract, so as to bind the Principal and the Surety to the full and faithful performance of the Construction Contract as so amended, provided only that the total amount of all increases in the cost of construction shall not exceed 20 per cent of the amount of the maximum price set forth in the Construction Contract. The term "Amendment," wherever used in this bond, and whether referring to this bond, the Construction Contract shall include any alteration, addition, extension, modification, amendment, recission, waiver, release or annulment, of any character whatsoever. 4. It is expressly agreed that any amendment which may be made by agree- ment or otherwise between the Principal and the Owner in the terms, provisions, covenants and conditions of the obligations of the Principal under the Con- struction Contract, or the failure or refusal of the Owner to take any action, proceeding or step to enforce any remedy or exercise any right under the Con- struction Contract, or the taking of any action, proceeding or step by the Owner, acting in good faith upon the belief that the same is permitted by the provisions of the Construction Contract shall not in any way release the Principal and the Surety, or either of them, or their respective executors, administrators, successors or assigns, from liability hereunder. The Surety hereby acknowledges receipt of notice of any amendment, indulgence or fore- bearance, made, granted or permitted. 5. This bond is made for the benefit of all persons, firms, and cor- porations who or which may furnish any materials or perform any labor for or on account of the construction to be performed under the Construction Contract and any amendments thereto, and they and each of them, are hereby made obligees hereunder with the same force and effect as if their names were written herein as such, and they and each of them may sue hereon. 24 In witness whereof, the undersigned have caused this instrument to be ex- ecuted and their respective corporate seals to be affixed attested by their duly authorized representatives this day of 19 �. REYNOLDS ELECTRICAL AND Els<INEERIL CI ANTLSZICa PRINCIPAL -Ptt-eett- Witness: By /J. C. Pharr Manager. Central Division SFiRBTARY (Rosemary Franklin) THE WESTEos CASUALTY AND SURETY cams! (SEAL) // SURETY kttest: Witness: \ tfeR2TARY (Lois Webster) By .rLC . yL (Katherine Sy r(f) 9 - RESIDENT AGENT OF SURETY 0. D. IfcCsllus4) Ilanspr, Stanch Office 958 Insurance imbues luildiu. Demmer. Cslsra%s S8202 (The Contractor's Bond must be signed with the full name of the Contractor. If the Contractor is a partnership the Contractor's Bond must be signed in the partnership name by each partner. If the Contractor is a corporation the Contractor's Bond must be signed in the corporate name by a duly author- ized officer and the corporate seal affixed and attested by the Secretary of the corporation. A typewritten copy of all such names and signatures shall be appended.) (The Contractor's Bond must be accompanied by a power of attorney authorizing execution on behalf of the Surety and, in jurisdictions so requiring, should be countersigned by a duly authorized resident agency of the Surety.) 25 POWER OF ATTORNEY The Western Casualty and Surety Company HOME OFFICE — FORT SCOTT, KANSAS KNOW ALL MEN BY THESE PRESENTS: That THE WESTERN CASUALTY AND SURETY COMPANY, of Fort Scott, Kansas, a corporation of the State of Kansas, having its principal office in the city of Fort Scott, Kansas, pursuant to the following By -Law, which was adopted by the Stockholders of the said Company.on December 2, 1953, to -wit: "Section 27. RESIDENT OFFICERS AND ATTORNEYS -IN -FACT. The president, anyvicepresidentorthe secretary shall have power and authority to appoint resident vice presidents, resident assistant secretaries and attorneys -in -fact, and to give such ap- pointees full power and authority to make, execute and deliver in the name and on behalf of the corporation, bonds, recognizances, contracts of indemnity and other undertakings and writings of obligatory nature, and to affix thereto the corporate seal of the corpo- ration. The president, any vice president or the secretary shall also have power at any time to remove and revoke the authority of any such appointee." does hereby nominate, constitute and appoint Katherine Byers, of the City of Denver, State of Colorado. its true and lawful agent(s) and Attorney(s)-in-Fact, to make, execute, seal and deliver for and on its behalf, as Surety, and as its act and deed: Any and all bonds and undertakings. And the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Company, as fully and amply, to all intents and purposes, as if they hod been duly executed and acknowledged by the regularly elected officers of the Company at its offices in Fort Scott, State of Kansas, in their own proper persons. All authority hereby conferred shall remain in full force and effect until terminated by the Company. IN WITNESS WHEREOF, THE WESTERN CASUALTY AND SURETY COMPANY has caused these presents to be signed by its Vice -President, and its corporate seal to be hereunto affixed this 2nd day of April 19 63 STATE OF KANSAS COUNTY OF BOURBON SS THE WESTERN ASU TY AND SURETY COMPANY By. Vice President On this 2nd day of Apr.i.l A. D., 19 63., before the subscriber, a Notary Public in the State of Kansas in and for the County of Bourbon duly commissioned and qualified, came K. H. Mead, Vice President of THE WESTERN CASUALTY AND SURETY COMPANY, of Fort Scott, Kansas to me personally known to be the individual and offi- cer described in, and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposeth and saith, that he is the officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the corporate seal of said Company, and the said corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Company, and that By -Law, Section 27, adopted by the Stockholders of said Company, referred to in the preceding instrument, is now in force. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed by official seal at the City of Fort Scott, the day and year first above written. My commission expires January 15, 1968 414,a-tA-1,4/ Notary Public. E. C. Gordon, Jr. ,Assistant Secretory of THE WESTERN CASUALTY AND SURETY COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a power of attorney executed by said THE WESTERN CASUALTY AND SURETY COMPANY, which is still in full force and effect. IN WITNESS WHEREOF, I have signed this certificate at Fort Scott, Kansas, this day of 19 68 FORM FS 5876 �- - Assistant Secretary. NOTICE OF AWARD Date To Revnolas Electrical & Engineering Co., Inc. E. Li. box 9323 uenver, Colorado 80209 Gentlemen: You are hereby notified that your proposal for the Installation of Airport Lighting, Weld County Municipal Airport, FAA Project No. 9-05-011-05, sub- mitted on April 26 , 196: for the base bid amount of $ 31,042.71 has been accepted by the Owner. Under separate cover we are forwarding seven copies of the contract for your signature. Under the provisions of the contract you must provide an acceptable Contractor's Bond, accompanied by the Power of Attorney of the bonding agent for the full amount of the base bid. Please arrange to re- turn six signed copies of the Contract with Contractor's Bond and Power of Attorney to this office within ten (10) days of the above date. Materials and equipment to be installed under the Project may be placed on order as soon as a list, in accordance with Paragraph 14 of the SPECIAL PRO- VISIONS, has been submitted to and approved by the Engineer and the Adminis- trator. You are reminded that no work on the Project may be initiated prior to the receipt of a Notice to Proceed. CITY OF GREELEY AND WELD COUNTY, COLORADO (JOINT) President Board of the Weld County Municipal Airport By ecretary 26 NOTICE TO PROCEED On receipt of this Notice to Proceed the Contractor is authorized to begin work on the Project known as "Installation of Airport Lighting, Weld County Municipal Airport, FAA Projpnct No. 9-05-011-05" in accord - /4' /ff.' ance with the signed contract dated Under the provisions of the contract you are obligated to complete the Project within 30 working days after the above date. CITY OF GREELEY ANDWELD COUNTY, COLORADO (JOINT) Al, By /'��G [L- President Board of the Weld County Municipal Airport 27 INDEX TO SPECIAL PROVISIONS PARAGRAPH PAGE 1 Contract Requirements 28 2 Statement of Qualifications and Financial Statement 30 3 Contractor's Bond 30 4 Insurance 30 5 Preference in Employment of Colorado Labor 31 6 Guarantee of Workmanship and Materials 31 7 Liquidated Damages 31 8 Sales Tax Records 31 9 Work and Storage Areas 31 10 Construction Sign 31 11 Determination of Minimum Wage Rates 32 12 Specifications 32 13 Changes in Construction 32 14 Material Lists 32 15 Selected Backfill 32 SPECIAL PROVISIONS 1. Contract Requirements. Paragraph (4)(IV) appearing at the bottom of page 3 of Supplement No. 2 (1964) to Standard Specifications for the Construc- tion of Airports (1959 edition) is changed to read as follows: "If the Contractor does not make payments to a trustee or other person, he may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing benefits under a plan or program of a type expressly listed in the wage determination decision of the Secretary of Labor which is a part of this contract: Provided, however, the Secretary of Labor has found, upon the written request of the Contractor, that the applicable standards of the Davis - Bacon Act have been met. The Secretary of Labor may require the Con- tractor to set aside in a separate account assets for the meeting of obligations under the plan or program." Paragraph (16) on pages 7 and 8 of Supplement No. 2 is changed to read as follows: "During the performance of this contract, the Contractor agrees as fol- lows: "(1) The Contractor will not discriminate against any employee or ap- plicant for employment because of race, creed, color, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, creed, color, or national origin. Such action shall in- clude, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the pro- visions of this nondiscrimination clause. "(2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all quali- fied applicants will receive consideration for employment without regard to race, creed, color, or national origin. 28 "(3) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice, to be provided by the agency con- tracting officer, advising the labor union or workers' representative of the contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. "(4) The Contractor will comply with all provisions of Executive Order No. 11246 of Sept. 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. "(5) The Contractor will furnish all information and reports required by Executive Order No. 11246 of September 24, 1965, and by the rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the con- tracting agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. "(6) In the event of the Contractor's noncompliance with the nondis- crimination clauses of this contract or with any of such rules, regula- tions, or orders, this contract may be cancelled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts in accordance with procedures authorized in Executive Order No. 11246 of Sept. 24, 1965, and such other sanctions may be imposed and remedies involved as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. "(7) The Contractor will include the provisions of Paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of Sept. 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Con- tractor will take such action with respect to any subcontract or purchase order as the contracting agency may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the contracting agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States." 29 2. Statement of Qualifications and Financial Statement. Each Bidder shall submit with his completed Proposal, and on the forms furnished there- with, the information required under Section 20-11, Competency of Bidders, page 8 of the Standard Specifications for Construction of Airports. The requirements that this information shall be submitted prior to the specified date for opening of bids shall be waived, providing that the Bidder has pre- viously participated in an F.A.A. approved contract. 3. Contractor's Bond. Paragraph 30-04 and 30-05 page 10 Section 30 of the Standard Specifications for Construction of Airports shall be deleted and replaced with the following: "The successful Bidder shall deposit with the Owner a performance, payment, and maintenance bond, on the attached form, for an amount equal to 100 per cent of the awarded contract. Said bond shall be executed by a company licensed to do business in Colorado and the Surety shall be acceptable to the Owner. The Contractor's Bond shall be accompanied by a power of attorney authorizing execution on behalf of the Surety and, in jurisdic- tions so requiring, shall be countersigned by a duly authorized resident agent of the Surety. The executed Contractor's Bond and Power of Attorney shall accompany the signed copies of the Contract." 4. Insurance. The Contractor shall pay for and maintain during the life of this contract adequate Workmen's Compensation, Public Liability, Automobile, and Property Damage Insurance. The Contractor is charged with the responsibility for adequate and proper coverage for all his subcontract operations. The Contractor shall furnish evidence to the Owner that the fol- lowing minimum requirements are satisfied: (a) Workman's compensation insurance covering all employees in statu- tory limits who perform any of the obligations assumed by the Contractor under the Project. (b) Public liability insurance of not less than $100,000 for bodily injury, including accidental death, to any one person and not less than $300,000 for each accident during the life of the Project. (c) Automobile liability insurance on all self-propelled vehicles used by the Contractor in connection with the Project, whether owned, non - owned, or hired, in an amount not less than $100,000 for each person and $300,000 for each accident. 30 (d) Property damage insurance of not less than $20,000 for each claim and not less than $50,000 aggregate during the life of the Project. 5. Preference in Employment of Colorado Labor. The requirements of Sections 80-21-1 and 80-21-2, Colorado Revised Statutes, 1953 shall be met by the Contractor. 6. Guarantee of Workmanship and Materials. The Contractor shall guar- antee the replacement of defective workmanship and materials for a period of not less than one year after final acceptance of the Project. 7. Liquidated Damages. In accordance with paragraph 70-07, page 27 of the Standard Specifications for Construction of Airports, liquidated dam- ages in the amount of $50.00 for each working day that any part of the Project remains incomplete after the specified completion date. 8. Sales Tax Records. Prior to the payment of the final estimate, the Contractor shall submit to the Owner an itemized tabulation, certified to be true, for all purchases on which state sales taxes were paid. 9. Work and Storage Areas. The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No operational runway shall be crossed, entered, or obstructed without proper clearance from the Engineer. The Contractor shall immediately clear all runways or taxiways of personnel, materials and equipment upon notification or direction from the Engineer. Due to continuous air traffic in the work areas, the Contractor shall plan and coordinate his work with the Engineer in such a manner as to insure safety and a minimum of hindrance to flight operations. The Contractor will, in all cases, give sufficient notice to the Engineer and the nearest FAA Communications Station before working near or closing any runway or landing strip so that there is time to issue the necessary NOTAMS. All Contractor equipment must be stored a minimum of 300 feet from the centerline of the runway at night time. The storage area shall be at a location designated by the Engineer. 10. Construction Sign. The Contractor shall construct and erect, as a non-payment item, one Project sign, as shown in the plans, at the location designated by the Engineer. 31 11. Determination of Minimum Wage Rates. Minimum wage rates for personnel employed for the construction of this contract shall comply with the provisions of the attached Minimum Wage Rate Decision. 12. Specifications. Construction under the Project shall conform to the following: (a) Standard Specifications for Construction of Airports dated June 1959 as amended by Supplement No. 2 to June 1959 Edition, except as sup- plemented, modified or revised by the Special Provisions. (b) Latest revision of the National Electric Code. (c) Material Specifications, Special Provisions, and Plans included in or attached to the Contract. 13. Changes in Construction. The Owner, acting through the Engineer, may from time to time during the progress of the construction of the Project, make such changes, additions to or subtractions from the Plans and Specifica- tions as conditions may warrant; provided, however, if substantial change in the construction to be done shall require an extension of time, a reasonable extension will be granted on receipt of a written request therefore from the Contractor to the Owner within ten days after any such change is made, and provided further, that if the cost to the Contractor is increased or de- creased by any such change, the contract price shall be increased or de- creased accordingly. 14. Material Lists. Prior to the requisitioning of any materials or equipment to be installed in the Project, the Contractor shall submit, in triplicate, a detailed list of the materials and equipment to be purchased to the Engineer for approval. Said lists shall contain specific amounts, item designations, and the names and catalog numbers of the manufacturers. No materials or equipment shall be ordered without the prior approval of the Engineer and the Administrator. 15. Selected Backfill. If, in the opinions of the Engineer and the Administrator, the quality of excavated material from trenching meets the requirements for backfill material set forth in Paragraph 108-3.5, Backfillinq, of the Standard Specifications for Construction of Airports dated June 1959, the Engineer shall notify the Contractor, in writing, that the requirement for furnishing and installing selected backfill material (Bid Assembly Unit No. A4, Schedule A) is rescinded, and that the required depth for Assembly Unit Al is decreased from 21 inches minimum to 18 inches, and for Assembly Units A2 and 32 A3 from 21 inches minimum to 18 inches. Upon receipt of said notification, the Contractor shall proceed to backfill the trenches in the manner specified in Paragraph 108-3.5 and shall claim no compensation for Bid Assembly Unit No. A3 nor any additional compensation for backfilling. 33 o t i Ili .4 n A A A A I „arms; 11 In iffs%12 °1h IIII. II II II I I II IL I I 0. 9 0 cm52 °m�F a«. p - / E t m �' w d E N O a°i 0 0 0.h N u ,G W 0. d G M E .'f,,,6158 6« a i Z S P0.. E ' c a � e ` 9 " ~ F k r w ." c r cf. 1..'8V6; 0."1-11 0 CF C C N F Y O C s m .`r =�' o � u�y' a.o 'oi E' 0.9 m P u i yi.d+ays C uw F«� q T m •C u m mm T` C F y F d P m e m✓ m ;+ c o u y 0 r :c 3 .4 m d � " 3 T 0 Q a al mao5 o 1 °1W Ewp C din' op By direction of the Secretary of Labor, co 99 � 99 9 99999 9 999999999999 9999 i 1 i la I i.-,-;.1� d8 iazi .�- �$ g a m€ s a E. ias. fasa g^fag € sY:?g $ Ts ilx x x x aa"s9 6!� E: :1Imu lg",t. kr r kkk 00 m$a o.o"a$e maa .11.1-1�na.ta 1 dfO44444444 q 9 99 99 9%9999 o occc00000co eo oec00000 $o buSvaa:lJaac e e as ee 444J444444g I 000000 o00 ooc.c.oax! I aka gs nE 2 *ro._ 1 INa gas..��c �• F a 1 1~!11::6' !!! !! V 0.t MMM�YY 111 SPECIFICATIONS FOR THE INSTALLATION OF MATERIALS AND EQUIPMENT I. GENERAL A. Applicable Codes and Specifications 1. All materials and equipment shall be installed as shown in the Plans and Specifications and in accordance with the Standard Specifications for Construction of Airports as amended by Sup- plement No. 2 dated 1964, the latest edition of the National Electric Code, and applicable state and local codes. B. Coordination of Work 1. The Contractor shall at all times coordinate his work with the Airport Manager and the Engineer in a manner that will cause a minimum of interference with the normal operation of the Airport. 2. The Contractor shall at all times comply with the rules and reg- ulations for the operation of the Airport. C. Safety of Personnel 1. The Contractor shall diligently apply all recognized and es- tablished precautions to ensure the safety of his personnel and the safety of Airport personnel and facilities. D. Removal of Existing Facilities 1. The Contractor shall schedule his work in a manner such that minimum interruption to normal airport operation is experienced. Insofar as possible, new facilities, such as runway lighting shall be placed in operation prior to the removal of the existing fac- ilities. E. Workmanship 1. All work shall be accomplished in a neat, workmanlike manner, subject to the inspection and approval of the Engineer and the Administrator. All temporary connections, installations, and facilities shall be removed or replaced with permanent instal- lations prior to the completion of the Project. F. Cleanup 1. All unused materials and equipment, furnished by the Contractor, shall be removed from the premises of the Airport prior to the final acceptance of the Project. 38 2. Materials and equipment removed from the existing facilities shall be disposed of as indicated elsewhere in the Contract, or as directed by the Sponsor. 3. All debris, refuse, and waste shall be disposed of in a manner acceptable to the Engineer and the Administrator. G. Inspection and Testing 1. All work done on the Project shall be subject to frequent and periodic inspection by the Engineer and the Administrator. Any materials, apparatus, or equipment found to be defective or unsatisfactory shall be replaced by the Contractor at no cost to the Sponsor. 2. Insulated electrical materials and apparatus such as cable sections, series transformers, constantcurrent regulators, and control devices shall be inspected and tested in place, prior to connection and backfilling. An electrical potential of not less than 1000 volts d.c. shall be applied to each com- ponent, from conductor to conductor and conductor to ground. An insulation reading of less than 50 megohms shall be con- sidered inadequate and the defective component shall be re- placed at no cost to the Sponsor. 3. The completed installation shall be tested as directed by the Engineer and the Administrator, prior to energization. 4. The Contractor shall be responsible for furnishing any and all apparatus required for measuring voltage and amperage, for testing circuit continuity, and for testing insulation resistance. II. INSTALLATION OF MATERIALS AND EQUIPMENT A. General 1. All materials and equipment shall be installed as indicated in the Plans and Specifications and in accordance with the applic- able sections, as listed below, of the Standard Specifications for Construction of Airports as amended by Supplement 2 dated 1964. 39 B. Underground Cables 1. Trenching - Item L-108. 2. Installation of cables in trenches - Item L-108. 3. Installation of ducts and conduits - Item L-110. 4. Backfilling - Item L-108. 5. Connections - Item L-108. a. All connections in underground cable shall be of the field - attached, plug-in type, conforming to FAA Spec. L-823. b. No splices in the single conductor series lighting circuit between the constant current regulator and the series trans- formers of the first light fixtures; or between series transformers of the lighting fixtures or in the wind cone circuit shall be permitted. C. Prefabricated Metal Equipment Vault, Constant Current Transformer and Controls 1. The equipment vault, constant current transformer, and associated controls shall be installed as indicated in the Plans and Specifi- cations and in accordance with Item No. L-109. D. Medium Intensity Runway Lights With Base Mounting 1. Installation as indicated in the Plans and Specifications and in accordance with Item L-114. E. Medium Intensity Runway Lights With Stake Mounting 1. Installation as indicated in the Plans and Specifications and in accordance with Item L-116. F. Lighted Taxi Guidance Signs 1. The existing lighted taxi guidance signs shall be reinstalled as indicated in the Plans and Specifications and in accordance with Item L-120. New L-833 insulating transformers shall be furnished and installed. 40 G. Airport Beacon Tower 1. Installation as indicated in the Plans and Specifications and in accordance with Item L-103. H. Airport 36 -inch Rotating Beacon 1. The new 36 -inch rotating beacon shall be installed as indicated in the Plans and Specifications and in accordance with Item L-101. I. Taxi Strip Reflectors 1. Taxi strip reflectors (stake mounted) shall be located as in- dicated in the Plans and Specifications and shall be driven in place in the manner prescribed by the manufacturer. 41 WELD COUNTY MUNICIPAL AIRPORT GREELEY, COLORADO March 29, 1968 ADDENDUM NO. 1 TO CONSTRUCTION CONTRACT The following instructions, conditions and requirements amend the Bid Documents and supercede any other provision in conflict therewith. No bid will be con- sidered unless this addendum has been signed by the Bidder and is submitted with the Contractor's Proposal. 1. Refer to third sentence of paragraph 3 of the Supplemental Instructions to Bidder, page 5 of the Bid Document and amend tp read as follows: The Contractor shall have the responsibility for transporting the tower from Casper, Wyoming, to the jobsite and for reconditioning and erecting the tower. 2. Refer to second sentence of item Cl, Schedule A, page 11 of the Bid Document and amend to read as follows: Unit includes transportation of knocked -down tower from Casper, Wyoming, to site; straightening of steel members if required; painting, foundations, erection, lightning rod, down conductor and ground rod. REYNOLDS ELECTRICAL & ENGINEERING CO., INC. Bidder By Date MINER AND MINER, CONSULTING ENGINEERS, INC. John H. Chrlson, P.E. JHC:bc I . C. Pharr 772 4 /° 6 Hello