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