BP-045 ORL Taxiways F & G Rehabilitation Contract ...

416
PROJECT MANUAL INCLUDING DIVISION DANG I g ([U ~ (~f ~ PU VOLUME 1 OF 2, r „-) ( (ALG-I1) FOR POi Ivl6 RY ~ I QI I BP-045, ORL TAXIWAYS F & G REHABILITATION CONTRACT DOCUMENTS FAA AIP NO. 3-12-0058-34-2021 FDOT FM Number 444878 ORLANDO EXECUTIVE AIRPORT 365 Rickenbacker Drive Orlando, Florida 32803 GREATER ORLANDO AVIATION AUTHORITY

Transcript of BP-045 ORL Taxiways F & G Rehabilitation Contract ...

PROJECT MANUALINCLUDING DIVISION DANG I g ([U ~

(~f ~ PU

VOLUME 1 OF 2, r „-) ( (ALG-I1)

FOR POi Ivl6 RY ~ I QI I

BP-045, ORL TAXIWAYS F & G REHABILITATION

CONTRACT DOCUMENTS

FAA AIP NO. 3-12-0058-34-2021FDOT FM Number 444878

ORLANDO EXECUTIVE AIRPORT365 Rickenbacker DriveOrlando, Florida 32803

GREATER ORLANDO AVIATION AUTHORITY

February 23, 2021 ADDENDUM NO. 1 BP-045

COMPANIES

GREATER ORLANDO=: AVIATION AUTHORITY

ADDENDUM NO. 1 — FEBRUARY 23 2021

TO THE CONTRACT DOCUMENTSFOR THE CONSTRUCTION OF

BP-045, TAXIWAYS F & G REHABILITATIONDATED MARCH 1, 2021

AT

ORLANDO EXECUTIVE AIRPORT365 Rickenbacker DriveOrlando, Florida 32803

Note: The bidder shall acknowledge receipt of this addendum on the Bid Form,Page 00 41 13 — 2, in the space provided.

f iprojecttl94 - goaatl94016001 - bp045 tw f and gtdesigntdeliverables (pdfjt04 as advertised docstaddendum no. 01'ibp 045 orltaxtways f & g rehabihtation addendum no. 01.docx

February 23, 2021 ADDENDUM NO. 1 BP-045

TO ALL HOLDER OF CONTRACT DOCUMENTS:

Your attention is directed to the following interpretations of changes in and additions tothe Contract Documents for the construction of the BP-045, Taxiways F & GRehabilitation Contract at the Orlando Executive Airport, Orlando, Florida. ThisAddendum is part of the Contract Documents in accordance with the provisions ofGeneral Provision 20-20, Addenda — Changes While Bidding.

GENERAL:

DELIVERY AND OPENING OF BIDS

In an effort to maintain social distancing during the COVID-19 pandemic, the followinghas been changed:

DELIVERY OF BIDS: There is no change to the due date, time, or location for the deliveryof bids. A map has been posted with directions to the delivery location. See attachmentno. 01.

OPENING OF BIDS: The opening of bids will commence at 2:00 p.m. Eastern Time onMarch 30, 2021 in the Alpha/Bravo conferences rooms, Orlando International Airport,Conference Room Building, 11344 Terminal C Service Road, Orlando, FL 32824. A maphas been posted with directions to the conference room location. See attachment no. 02.

END OF ADDENDUM NO. 1

C&S ENGINEERS, INC.Douglas R. Saunders, P.E.

Department Manager

f:iprojectil94 - goaail94016001 - bp045 tw f and g'idesignideliverables (pdf)t04 as advertised docsiaddendum no. 01ibp 045 orl

taxiways f 8, g rehabihtatton addendum no. 01 docx

P

I'.

ll

II

u

JJ

IJ

u

IJ

LI

March 8, 2021 ADDENDUM NO. 2 BP-045

GREATER ORLANDO~=— AVIATION AUTHORITY

ADDENDUM NO. 2 — MARCH 8 2021

TO THE CONTRACT DOCUMENTSFOR THE CONSTRUCTION OF

BP-045, TAXIWAYS F & G REHABILITATIONDATED MARCH 1, 2021

AT

ORLANDO EXECUTIVE AIRPORT365 Rickenbacker DriveOrlando, Florida 32803

Note: The bidder shall acknowledge receipt of this addendum on the Bid Form,Page 00 41 13 — 2, in the space provided.

f iproject'il94 - goaai194016001 - bp045 tw f and g'idesignideliverables (pdfj'\04 as advertised docs'iaddendum no. 02ibp 045 orltaxiways f & g rehabihtation addendum no. 02.docx

March 8, 2021 ADDENDUM NO. 2 BP-045

TO ALL HOLDER OF CONTRACT DOCUMENTS:

Your attention is directed to the following interpretations of changes in and additions tothe Contract Documents for the construction of the BP-045, Taxiways F & GRehabilitation Contract at the Orlando Executive Airport, Orlando, Florida. ThisAddendum is part of the Contract Documents in accordance with the provisions ofGeneral Provision 20-20, Addenda — Changes While Bidding.

GENERAL:

SITE VISIT

All Centers for Disease Control and Prevention (CDC), Orange County and City ofOrlando guidelines shall be followed including but not limited to staying 6-feet apart andwearing a mask.

There will be two site visits available for this project. The contractor that wishes to attenda site visit must email Doug Saunders at dsaunders cscos.corn with the number ofattendees from each firm and also which site visit they will be attending. A valid U.S.driver's license, government issued Photo ID or passport is required for identification andto allow escorted access to the airfield. NO WEAPONS of ANY KIND are permitted.Without proper identification, bidder will not be allowed to be escorted on the airfield. Also,depending on the number of vehicles I personnel for the site visit, there may need to beseparate tours at the times below.

Site Visit No. 01The first site visit will occur immediately after the scheduled pre-bid meeting onWednesday, March 10, 2021.

Site Visit No. 02A second site visit will occur at 9:30 am on Thursday, March 11, 2021.

Location to meet for Site VisitThere are two sketches located below for the location to meet.

f iprojecfil94 — goaail94016001 - bp046 tw f and g'idesignideliverables (pdf)t04 as advertised docstaddendum no. 02ibp 045 orltaxiways f & g rehabilitation addendum no. 02.docx

March 8, 2021 ADDENDUM NO. 2 BP-045

~ '+"r,4

seined 6I

44 dc I«&4

«v'

I

dk

I

I

Landing 'k

.wa 94

I,

l~".e

OSGJOANN

Crafts

I

US'Cuatnma

I.''9.*el 6 Fde

I ~

4.'and GnlJl'tp

6. I

«hm «w I I«I.

I

Park

I at}) II. I,I aids

I') ''";1'm«ddhd

Na 3»

I f«4462 .",- tG'oohgle

LOCATION TO MEET FOR d

SITE VISIT

.& r~

I tf II':

I W hinetdn at

I

AeroI

LOCATION TO MEET FORSITE VISIT

)

, i

I4- -P-

9I

Oo

I

Nanndadt Odaldld

Orlando, IL 32ae323 642622, el 343323

ll4 SSII

f iprojectil94 - goaa'il94016001 - bp045 tw f and gidesignideliverables (pdf)104 as advertised docsiaddendum no. 02ibp 045 orltaxtways f & g rehabibtalion addendum no. 02.docx

March 8, 2021 ADDENDUM NO. 2 BP-045

END OF ADDENDUM NO. 2

C8S ENGINEERS, INC.Douglas R. Saunders, P.E.

Department Manager

f:iproiect'il94 - goaail94016001 - bp045 tw f and g'idesignideliverables (pdf)104 as advertised docs'iaddendum no. 02'ibp 045 orl

taxiways f & g rehabihtation addendum no. 02 docx

Il

II

II

U

LI

L'l

LI

L

Li

L

March 23, 2021 ADDENDUM NO. 3 BP-045

GREATER ORLANDOAVIATION AUTHORITY~=

ADDENDUM NO. 3 — MARCH 23 2021

TO THE CONTRACT DOCUMENTSFOR THE CONSTRUCTION OF

BP-045, TAXIWAYS F & G REHABILITATIONDATED MARCH 1, 2021

AT

ORLANDO EXECUTIVE AIRPORT365 Rickenbacker DriveOrlando, Florida 32803

Note: The bidder shall acknowledge receipt of this addendum on the Bid Form,Page 00 41 13 — 2, in the space provided.

f.iprojecti194 - goaail94016001 - bp045 tw f and g'idesignideliverables (pdf)104 as advertised docs'iaddendum no. 03'ibp 045 orltaxiways f & g rehabilitation addendum no. 03.docx

March 23, 2021 ADDENDUM NO. 3 BP-045

TO ALL HOLDER OF CONTRACT DOCUMENTS:

Your attention is directed to the following interpretations of changes in and additions tothe Contract Documents for the construction of the BP-045, Taxiways F & GRehabilitation Contract at the Orlando Executive Airport, Orlando, Florida. ThisAddendum is part of the Contract Documents in accordance with the provisions ofGeneral Provision 20-20, Addenda — Changes While Bidding.

ON THE CONTRACT DRAWINGS:

DELETE the following Sheets in their entirety and SUBSTITUTE THEREFOREtheattached sheets:

a. C-60.0.4Added additional paint removal for Phase 2.

b. C-60.0.5i. Added additional paint removal for Phase 2.

c. C-60.0.6i. Added additional paint removal for Phase 2.

d. E-2.0.1i. Modified the callout for the conduit in pavement.

e. E-7.0.1i. Modified RGSC and ground rod callout.

E-7.0.2i. Modified ground rod callout.

QUESTIONS:

Question No. 01What is the start date for construction?

Answer: The notice to proceed to begin administrative paperwork will be aroundMid-November 2021 with a construction start in Mid-January 2022

Question No. 02What is the estimated value for this project?

Answer: The Engineer's Opinion of Construction Cost of the project is $2.9 million.

Question No. 03Will the Airport provide a water source and supply the water at no cost to the contractornear the construction area?

Answer: Contractor shall coordinate with and pay OUC for a water meter servicefor getting the water from an existing fire hydrant near the job site.

f iprolecttl94- goaail94016001 - bp045 tw f and g'idesigntdeliverables (pdflt04 as advertised docs'iaddendum no. 03'ibp 045 orl

taxiways f 8 g rehabibtation addendum no. 03.docx

March 23, 2021 ADDENDUM NO. 3 BP-045

Question No. 04Please specify the level of removal for the pavement markings.

~ It is understood that the edge line markings will be relocated so a 100% removalis anticipated for these. Correct?

~ What about the other taxiway centerlines and message sign boxes identified forremoval?

Answer: Marking removal or surface preparation per FAA P-620 shall remove90% of the marking if it will be repainted in the exact location and shall remove95% to 100% of the marking if it is obsolete.

Question No. 05

Will grounding be required on the temporary fence?

Answer: No.

Question No. 06

On the plans, it indicates that the Taxiway Edge Light Bases are to be precast. Are thereany other items that require precast?

Answer: There is no requirement for precast but the dimensions and detailing shallbe followed.

Question No. 07

Can you clarify ground rod requirements for duct banks, Junction Cans, and Light Bases?The specs indicate sectional '/4" x 10'round rods for underground cable and one piece5/8" X 8'or Junction Structures. Sheet E-7.0.2 detail A4 states that the counterpoisewire shall be connected to a 5/8" X 8'round rod is required every 500'nd at duct bankends and cable crossings. Sheet E-7.0.2 detail D4 states two '/4" X 10'round rods arerequired per junction can plaza. Sheet E-7.0.1 detail D4 states that intervals notexceeding 1,000', connect the counterpoise wire to a '/4" X 10'ong Ground Rod. Thereis no ground rod size indicated on the edge light detail.

Answer: All ground rods shall be a minimum of 5/8" x 8'ong. Contractor shallinstall additional length of ground rods or number of ground rods to meet therequired resistance of 5 ohms.

Question No. 08

Sheet E-7.0.1 detail B2 and A2 indicate a 2" RGS conduit from the sign to the junctioncan, then from the junction can out. Is this correct?

Answer: PVC conduit is acceptable. The liquid-tight flexible conduit is only neededif adjusting for grade is required.

f iproiectil94- goaai194016001 - bp045 tw f and g'idesign'ideliverables (pdf)'i04 as advertised docs'iaddendum no. 03'ibp 045 orltaxiways f & g rehabilitation addendum no. 03.docx

March 23, 2021 ADDENDUM NO. 3 BP-045

Question No. 09

Can you verify the type of conduit for the above ground conduit? Plans say use RGS if

subject to damage however, specs seem to indicate RGS only.

Answer: As stated, a 2-inch conduit is required for temporary jumpers. RGS isrequired in areas subject to damage.

Question No. 10

Will there be any temporary taxiway lighting/reflector requirement for the aircraft utilizingthe closed runway for taxiing? Also, will we be required to vacate the area for taxiingaircraft or is it anticipated that there will be enough wingtip clearance?

Answer: No temporary lighting or reflectors will be required. Aircraft will be underATCT when in this area and adequate clearance is available.

Question No. 11

The Phasing Table, D4 on sheet C-60.0.0 lists for Work Area F that the work "generallyincludes site demolition, earthwork, construction of portions of taxiways, paving, lightingand signage." We do not see any taxiway construction or paving in this work area. Pleaseconfirm.

Answer: Depending on the exact location of barricades, a small portion of taxiwaymay be constructed. This area is mainly drainage, markings and electrical.

Question No. 12

On sheet C-60.0.9 several references to details indicated in the callouts and notes do notproperly match the details on sheet C-61.0.1.

Answer: Our team does not see the discrepancies noted above. See responsesto answers below that should clarify your question.

Question No. 13

Sheet C-60.0.9 shows a proposed underground electric line crossing Taxiway K at theintersection with Taxiway A. Note 815 indicates that there will be a temporary cable atthis location. Is there an existing conduit under the taxiway intersection to run this cablethrough?

Answer: Taxiway K is closed in this area when the jumper is required. A conduitcan be used.

f:tprojec0194 - goaa'il94016001 - bp045 tw f and g'idesignldeliverables (pdfjt04 as advertised docs'iaddendum no. 03'tbp 045 orl

taxiways f 6 g rehabibtation addendum no. 03.docx

March 23, 2021 ADDENDUM NO. 3 BP-045

Question No. 14

Sheet C-60.0.9 shows a proposed underground electric line crossing Taxiway K at theintersection with Taxiway A. Note 815 indicates that there will be a temporary cable atthis location. If there is not an existing conduit under the taxiway intersection at thislocation, should the contractor install the conduit via a directional bore, or via an opentrench (with a resulting asphalt patch)?

Answer: Taxiway K is closed in this area when the jumper is required. A conduitcan be used.

Question No. 15

Sheet C-60.0.9 shows a proposed underground electric line crossing Taxiway K at theintersection with Taxiway A. Note 815 indicates that there will be a temporary cable atthis location. Is the temporary cable crossing the taxiway to be installed using detail A2on sheet C-61.0.1?

Answer: Taxiway A is closed in this area when the jumper is required. A conduitcan be used.

Question No. 16

Sheet C-60.0.9 shows a proposed temporary airfield cable for existing R 13-31 circuit(identifier 823), and a reference to Note 5. Note 5 indicates that this cable is in conduitalong the surface or temporary cable in pavement. Is the cable saw kerf detail A2 onsheet C-61.0.1 to be used for the cable crossing taxiway K1?

Answer: Taxiway K1 is being constructed during this phase and Taxiway F isclosed. This cable can be in a conduit on the edge of the runway.

Question No. 17

As an option, can asphalt base be used in lieu of limerock base material at work areas B,C and E? If so, what would the allowable thickness be?

Answer: No this option will not be entertained.

Question No. 18

Can existing limerock material be reused as limerock base in the new cross sections?

Answer: No this option will not be entertained.

f:iprolecttl94 — goaail94016001 - bp045 tw f and g'idesign'ideliverables (pdfl'\04 as adverlised docs'iaddendum no. 03ibp 045 orltaxiways f 8 g rehabihtation addendum no. 03.docx

March 23, 2021 ADDENDUM NO. 3 BP-045

Question No. 19

Where on property is the stripping's stockpile?

Answer: All spoils are disposed off site except for the millings. Spoils shall beplaced on haul road for Phase 1 and the remaining of spoils placed per Sheet C-1.0.1 for milling spoil location.

Question No. 20

On sheet C-60.0.1, note 810 calls for the removal of the taxiway centerline markings forTaxiways G, F and K into the project. In Phase 1, Taxiways F and K are still active. Shouldthe centerline markings be left in place on these two taxiways until Phase 2 when theyare closed?

Answer: Correct. The markings should only be removed when called for on theplans to the phase being constructed. See revised contract drawings.

Question No. 21

On sheet E-2.0.1. note 101 refers to conduit trenching detail C5 on E-7.0.2. There is nodetail C5 on that page. Please provide clarification.

Answer: See B4 on E-7.0.2 and see revised contract drawing.

Question No. 22

On sheet CD-3.0.1, note 200 shows the areas of Taxiways G and F that are to be removedby cold-milling. Referring to note 2 on sheet CD-3.0.2 the limerock base shall only beremoved when necessary for grading or pavement construction. Looking at the limerockbase that is currently in place (6.5") vs. the proposed typical section (9" limerock basecourse), it appears that after the cold milling to remove the asphalt, all of the existing basecourse and approximately 4" of the underlying embankment material will need to beremoved to accommodate the proposed typical section. Please confirm.

Answer: Per detail A4/CD-3.0.2 any material required to be removed beyond thebituminous asphalt such as existing limerock base course or underlyingembankment material shall be measured and paid per Item P-152, UnclassifiedExcavation.

Question No. 23

What is the quantity of topsoil currently stockpiled on airport property?

Answer: There is no current quantity of topsoil on airport for this contract.

f.tprojectt194- goaai194016001 - bp045 tw f and gidesignideiiverables (pdfj'i04 as advertised docstaddendum no. 03'ibp 045 orl

taxtways f 6 g rehabilitation addendum no. 03.docx

March 23, 2021 ADDENDUM NO. 3 BP-045

END OF ADDENDUM NO. 3

C&S ENGINEERS, INC.Douglas R. Saunders, P.E.

Department Manager

f.iprojecli194 — goaai194016001 - bp045 tw f and g'idesignideliverables (pdf)'i04 as advertised docs'iaddendum no. 03ibp 045 orltaxiways f & g rehabihtation addendum no. 03.docx

~~~lslo~ o

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

DIVISION 0 — FEDERAL VERSIONTABLE OF CONTENTS

DIV 0

00 11 13GP 10GP 20

PROCUREMENT AND CONTRACTING REQUIREMENTS

ADVERTISEMENT FOR BIDS-fDEFINITION OF TERMSBID REQUIREMENTS AND CONDITIONS Instructions to Bidders20-0120-0220-0320-0420-0520-0620-0?20-0820-0920-1 020-1120-1220-1320-1420-1520-1620-1720-1820-1920-2020-2120-2220-2320-2420-2520-2620-2720-2820-2920-30

20-31

20-3220-3320-34

Advertisement Notice to BiddersQualification of BiddersTime of Com letionLi uidated Dama esCom utation of TimeContents of Bid DocumentsIssuance of Bid FormsInter retation of Estimated Bid Quantities for Unit Price ContractsExamination of Plans, S ecifications and SitePre aration of Bid

Res onsive and Res onsible BidderIrre ular BidsBid SecuritDelive and Recei t of BidsWithdrawal or Revision of BidsPublic 0 enin of BidsDis uglification of BiddersDiscre ancies and OmissionsObli ation of BiddersAddenda — Chan es While BiddinRe uired l.icensesPower of Attorne and Countersi natureInsurance Re uirementsFlorida Sales, Other Taxes and PermitsNotice and Service ThereofPublic Entit Crimes Act and Owner's Debarment ListBid ChecklistDisadvanta ed Business Enter rise DBE Partici ation Pro ramE ual 0 ortunit Re ort StatementCertification Regarding Debarment, Suspension, Ineligibility and VoluntaryExclusion 2 CFR Part1200 and 2 CFR art 180Certification Regarding Foreign Trade Restrictions (49 CFR Part 30) TradeRestriction Certification 49 CFR Part 30Bu American CertificationNon-Se re ated FacilitiesCertification Re ardin Use of Contract Funds for Lobb in 49 CFR 20

GP 30 AWARD AND EXECUTION OF CONTRACT30-0130-0230-0330-0430-05

Consideration of BidsAward of ContractCancellation of AwardReturn of Bid SecuritRe uirements of Contract Bonds

C&S Engineers, Inc. GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

DIV 0 PROCUREMENT AND CONTRACTING REQUIREMENTS (cont.)

30-0630-0730-0830-0930-10

30-1130-12

Execution of ContractA roval of ContractFailure to Execute ContractAllowancesOwnership and Use of Designer's Drawings, Specifications and OtherDocumentsStandard FormsInformation and Services Re uired of the Owner

GP 40 SCOPE OF WORK40-0140-0240-0340-0440-0540-0640-0740-0840-0940-1040-1140-1240-1340-1440-1540-1640-1740-1840-19

Intent of ContractAir ort La out Plan Chan e Re uestAlteration of Work and QuantitiesProcedures for Chan es in the WorkOmitted ItemsExtra WorkMaintenance of TrafficRemoval of Existin StructuresRi hts ln and Use of Materials Found in the WorkCleanin U

Final Cleanin U

WarrantTaxesGovernin LawSuccessors and Assi nsWritten NoticeRi hts and RemediesInterestRe resentations and Warranties

GP 50 CONTROL OF WORK50-0150-0250-0350-0450-0550-0650-0750-0850-0950-1050-1150-1250-1350-1450-1550-1650-1750-18

Authorit of the Desi nerRole of the Owner's Authorized Re resentative OARConformit with Plans and S ecificationsList of S ecial ProvisionsSubmittals — Sho Drawin s, Product Data and Sam lesCoordination of Contract, Plans and S ecificationsReview of Contract and Field Conditions b ContractorMaintenance of Documents, Sam les and As-Built Drawin s at the SiteAccess to WorkCoo eration of ContractorCoo eration Between ContractorsConstruction La out and StakesAuthorit and Duties of Qualit Assurance QA Ins ectorsIns ection of the WorkRemoval of Unacce table and Unauthorized WorkCorrection of WorkAcce tance of Nonconformin WorkOwner's Ri ht to Sto the Work

C&S Engineers, Inc. GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F& 6 REHABII ITATION

DIV 0 PROCUREMENT AND CONTRACTING REQUIREMENTS (cont.)50-2050-2150-2250-2350-2450-2550-2650-2750-2850-29

Load RestrictionsMaintenance Durin ConstructionFailure to Maintain the WorkPartial Acce tanceSubstantial Com letionFinal Acce tanceClaims for Ad'ustment and Dis utesProcedures for Submittin Claims and Dis utesMulti le Contracts with Contractor SetoffOwner's Audit Ri hts

GP 60 F MATERIALSCONTROL 0

GP 70

60-0160-0260-0360-0460-0560-0660-0760-08LEGAL REG70-0170-0270-0370-0470-0570-0670-0770-0870-0970-1070-1170-1270-1370-1470-15TO-1670-1770-18TO-19TO-2070-2170-2270-23

70-2570-26

Source of Su I and Qualit Re uirementsSam les, Tests and Cited S ecificationsCertification of Com lienee/Anal sis COC/COAPlant ins ectionOwner's Authorized Re resentative Field OfficeStora e of MaterialsUnacce table MaterialsOwner Furnished MaterialsULATIONS AND RESPONSIBILITY TO PUBLICLaws to be ObservedFAA Re uired ProvisionsPermits, Licenses and TaxesPatented Devices, Materials and ProcessesRestoration of Surfaces Disturbed b OthersFederal Aid Partici ationSanita, Health and Safet ProvisionsPublic Convenience and SafetConstruction Safet and Phasin Plan CSPPUse of Ex losivesProtection and Restoration of Pro ert and Landsca eIndemnificationThird Part Beneficia Clause0 enin Sections of the Work to TrafficContractor's Res onsibilit for WorkContractor's Res onsibilit for Utilit Service and Facilities of OthersFAA Facilities and Cable RunsNAVAIDS and Other Si nalsFurnishin Ri hts-of-WaPersonal Liabilit of Public OfficialsNo Waiver of Le al Ri htsEnvironmental ProtectionArchaeolo ical and Historical Findin sProtection of Persons and Pro ertInsuranceConfidentiality

C&S Engineers, Inc. GOAA October 2020Federal Version

ORI ANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F& G REHABILITATION

DIV 0 PROCUREMENT AND CONTRACTING REQUIREMENTS (cont.)

70-2770-2870-29

Public RecordsWhistle Blower Re ortin LineE-verif

GP 80 EXECUTION AND PROGRESSao-o180-0280-0380-0480-0580-0680-0780-0880-0980-1080-1180-1280-1380-1480-15

Sublettin of ContractSubcontractual RelationsNotice to Proceed NTPExecution and Pro ressLimitation of 0 erations0 erational Safet on Air ort Durin ConstructionCharacter of Workers, Methods and E ui mentTem ora Sus ension of the WorkDetermination and Extension of Contract TimeDela to ContractorFailure to Com lete on TimeDefault and Termination of ContractTermination for ConvenienceTermination for National Emer enciesWork Area, Stora e Area and Se uence of 0 erations

GP 90 MEASUREMENT AND PAYMENT90-0190-0290-0390-0490-05

Measurement of QuantitiesSco e of Pa mentTotal Contract PriceSchedule of ValuesA lication and Certificate of Pa ment

90-0790-0890-0990-1 090-1190-12

Decisions to Withhold CertificationContinued Performance Pendin Pa mentCom ensation for Altered QuantitiesPa ment for Omitted ItemsPa ment for Extra and Force Account WorkSubcontractor Pa ments

90-1490-1590-16

Acce tance and Final Pa mentConstruction WarrantContractor Final Pro'ect Documentation

SP-1

00 31 11

00 41 1300 41 13.16

00 43 1300 45 1300 45 4900 52 1300 61 1300 61 13.13

SPECIAL PROVISIONS 1 - FEDERAL CONSTRUCTION CONTRACT CI AUSES ATAIRPORT FACILITIES

PROJECT DIRECTORYBID FORM-f SINGLE-PRIME CONTRACTEXHIBIT D - SCHEDULE OF DBE SUBCONTRACTOR PARTICIPATIONOF TOTAL BID PRICE -f

BID SECURITY FORM -fBIDDER'S QUALIFICATIONSCERTIFICATE AS TO CORPORATE PRINCIPALCONTRACT FORM-1 STIPULATED SUM SINGLE-PRIME CONTRACTPERFORMANCE AND PAYMENT BOND COVER SHEET-fPERFORMANCE BOND FORM-f

lvC&S Engineers, Inc. GOAA October 2020

Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

00 61 13.16 PAYMENT BOND FORM-f00 61 13.1900 62 16

DIV 0

00 62 76.19PROCUREM

PERFORMANCE AND PAYMENT BOND CERTIFICATION FORM-tCERTIFICATE OF INSURANCE FORM-f

ENT AND CONTRACTING REQUIREMENTS (cont.}PARTIAL RELEASE FOR REDUCTION OF RETAINAGE

00 62 9300 65 19.2900 65 19.3300 73 0000 73 19.1300 73 83.1300 73 83.1900 73 93

00 73 93.01

CONSTRUCTION ADMINISTRATION FORMSFINAL RELEASE FORM-$SUBCONTRACTOR FINAL RELEASE FORMSUPPLEMENTARY CONDITIONS -f

HAZARDOUS MATERIALSDISPUTE REVIEW BOARDDISPUTE REVIEW BOARD THREE PARTY AGREEMENTSPECIAL CONDITIONS REGARDING CONSTRUCTION AT AIRPORTFACILITIESSECURITY AND BADGING AT AIRPORTS

C&S Engineers, inc. GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

THIS PAGE INTENTIONALLY LEFT BLANK

C&S Engineers, Inc.Vl

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

ADVERTISEMENT FOR BIDSSECTION 00 11 13

GREATER ORLANDO AVIATION AUTHORITYADVERTISEMENT FOR BIDS

The Greater Orlando Aviation Authority, hereinafter called "Owner," hereby requests sealed bids for "BP-00045, TAXIWAYS F&G REHABILITATION (Project), at ORLANDO EXECUTIVE AIRPORT."

The scope of work for this project consists of the Rehabilitation of Taxiways F and G, which includes paving,lighting, markings and signage. It will also contain the demolition of approximately 400 feet of Taxiway F,situated diagonally between Runway 13-31 and its parallel Taxiway K and, as a result, the construction ofa new Taxiway K1. Taxiway K1 will be approximately 300 feet long, between Runway 13-31 and its parallelTaxiway K. Construction work will include mill and overlay for the taxiway pavement and improvements fortaxiway markings, lighting and signage. Updates to the Airport I ighting Control and Monitoring System andelectrical vault are also included.

Sealed bids will be received in the Project Controls Office, Greater Orlando Aviation Authority,11312 Terminal C Service Road, Bldg. 16, Orlando, FL 32824, up to 2:00 p.m., local time, March 30,2021. Refer to directions and map on page 00 11 13 — 4 of this section.

The opening of bids will commence at 2:00 p.m. Eastern Time on March 30, 2021 in the Alpha/Bravoconferences rooms, Orlando International Airport, Conference Room Building, 11344 Terminal CService Road, Bldg. 4, Orlando, FL 32824. Refer to directions and map on page 00 11 13 — 5 of thissection.

On and after March 01, 2021, Bid Documents will be electronically available and may be obtained bycontacting Douglas R. Saunders, P.E., Senior Project Manager, Phone: (407) 422-1118; Email:[email protected]. A complete examination and understanding of the drawings and specificationscontained in the Bid Documents is necessary in order for the Bidder to properly submit a Bid. The BidDocuments also include a detailed set of Instructions to Bidders. All Bids shall be prepared in accordancewith the Instructions to Bidders. The failure to comply with any requirement contained in the Bid Documentsmay result in the rejection of the Bid as non-responsive or a finding that the Bidder is not qualified for thisProject.

The time of completion for this Work is anticipated to be 135 calendar days to achieve SubstantialCompletion; exact time requirements are defined in the Instructions to Bidders.

A Pre-Bid Conference will be conducted at the Orlando Executive Airport, 365 Rickenbacker Drive,Orlando, Florida on March 10, 2021 at 2:00pm, local time. The Pre-Bid Conference is the primaryopportunity that Bidders will have to address with the Owner questions about the Project, the ContractDocuments, and the Owner's security requirements.

Any bidders interested in visiting the site will be required to register in advance, on or before March 10,2021, by contacting Douglas R. Saunders, P.E., Department Manger, Phone: Desk (407) 422-1118; Email:[email protected]. A Site Visit will be scheduled accordingly based on the interest of the bidders andwill be issued in the form of an Addendum. A valid U.S. driver's license, government issued Photo ID orpassport is required for identification and to allow escorted access to the airfield. NO WEAPONS of ANYKIND are permitted. Without proper identification bidder will not be allowed to be escorted on the airfield.

A Bid Security in the amount of ten percent (10'/o) of the sum of the Total Bid Price will be required for thisProject. Exact Bid Guarantee period requirements are defined in the Instructions to Bidders.

CKS Engineers, Inc.00 11 13-1

GOAA October 2020Federal Version

ORLANDO EXECLITIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

ADVERTISEMENT FOR BIDSSECTION 00 11 13

The Authority, in accordance with the provisions of Title Vl of the Civil Rights Act of 1964 (78 Stat. 252, 42U.S.C. Q 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensurethat any contract entered into pursuant to this advertisement, disadvantaged business enterprises will beafforded full and fair opportunity to submit bids in response to this invitation and will not be discriminatedagainst on the grounds of race, color, or national origin in consideration for an award.

IMPORTANT NOTICES

All Bidders are hereby notified that they must comply with: 1) the Disadvantaged Business Enterprise (DBE)requirements of 49 CFR Part 26, as referenced in the Owner's Disadvantaged Business EnterpriseParticipation Program and Affirmative Action requirements; 2) the Buy American requirements imposed by 49USC Q 50101; 3) the minimum prevailing wage rates established by the Secretary of the U.S. Department ofLabor (Davis Bacon requirements); 4) Certification Regarding Lobbying Pursuant to 49 CFR Part 20 forContracts, Grants, Loans, and Cooperative Agreements; 5) Certification Regarding Debarment, Suspension,Ineligibility And Voluntary Exclusion (2 CFR Part 1200 2 CFR Part 180, and the Owner's Policy Section 130 04);6) Certification Regarding Foreign Trade Restriction; 7) the Standard Title Vl Assurances andNondiscrimination Provisions; 8) the Foreign Trade Restriction Certification (49 USC $50104 and 49 CFR part30); and, 9) the procurement of recovered materials pursuant to the Solid Waste Disposal Act, as amended bythe Resource Conservation and Recovery Act, and the regulatory provisions of 40 CFR Part 247.

The Owner, in accordance with the provisions of Title Vl of the Civil Rights Act of 1964 (78 Stat, 252, 42 USC2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that anycontract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full

and fair opportunity to submit bids in response to this invitation and will not be discriminated against on thegrounds of race, color, or national origin in consideration for an award.

The requirements of 49 CFR part 26 apply to this Contract. It is the policy of the Owner to practicenondiscrimination based on race, color, sex or national origin in the award or performance of this Contract.The Owner encourages participation by all firms qualifying under this solicitation regardless of businesssize or ownership.

NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TOENSURE EQUAL EMPLOYMENT OPPORTUNITY

1. The Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal EqualEmployment Opportunity Construction Contract Specifications" set forth herein.

2. The goals and timetables for minority and female participation, expressed in percentage terms for theContractor's aggregate work force in each trade on all construction work in the covered area are as follows:

Timetables:

Goals for minority participation for each trade:

Goals for female participation in each trade:

15.5'/0

6.9'/0

These goals are applicable to all the Contractor's construction work (whether or not it is federal or federallyassisted) performed in the covered area. If the Contractor performs construction work in a geographical

C&S Engineers, Inc.0011 13-2

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

ADVERTISEMENT FOR BIDSSECTION 00 11 13

area located outside of the covered area, it shall apply the goals established for such geographical areawhere the work is actually performed. With regard to this second area, the Contractor also is subject to thegoals for both its federally involved and non-federally involved construction.

The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall bebased on its implementation of the Equal Opportunity Clause, specific affirmative action obligations requiredby the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minorityand female employment and training must be substantially uniform throughout the length of the Contract,and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenlyon each of its projects. The transfer of minority or female employees or trainees fromcontractor-to-contractor or from project-to-project, for the sole purpose of meeting the Contractor's goals,shall be a violation of the Contract, the Executive Order, and the regulations in 41 CFR Part 60-4.Compliance with the goals will be measured against the total work hours performed.

3. The Contractor shall provide written notification to the Director, Office of Federal Contract ComplianceProgram (OFCCP), within ten (10) working days of award of any construction subcontract in excess of TenThousand Dollars ($ 10,000.00) at any tier of construction work under the Contract resulting from thissolicitation. The notification shall list the name, address, and telephone number of the Subcontractor;employer identification number of the Subcontractor; estimated dollar amount of the subcontract; estimatedstarting and completion dates of the subcontract; and the geographical area in which the subcontract is tobe performed.

4. As used in this notice and in the Contract resulting from this solicitation, the "covered area" is Orlando,Florida SMSA*.

'Orange, Osceola, and Seminole Counties, Florida.

The Owner's award of this Contract is conditioned upon the Bidder satisfying the good faith effortrequirements of 49 CFR j)26.53. The DBE requirements are set forth in General Provisions Section 20-26of this Solicitation.

The OBE Participation Goal for this Contract is 12%.

M. Carson Good, ChairmanGreater Orlando Aviation Authority

C&S Engineers, Inc.00 11 13-3

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

ADVERTISEMENT FOR BIDSSECTION 00 11 13

BP-00045 DELIVERY OF BIDS

Project Controls Office11312 Terminal C Service Road, Odando, FL 32824

DIRECTIONS

FRDM THE SES:

Tradeport Dr south to aoggy Creek Rd. Ltake left.

t" light (Richard E lohnson alvd) make left.

nmke left at stop sign (wdey Drive).

Make first right through fence gate(large WARNING Ngn).

First right into complex.

FROM THE ety:

Soggy cheek Road North

s light (Richard E fofmson atvd) make right.

F.take left at stop sifn (vyiley Drive).

Make first Night through fence gate(large wa RNING sign).

Fust right into complex.

au drhng is End on nght safe. auilding is and on right side.

0ve

4 m,.'

Irp, i',

l«24

~4)4

C&S Engineers, Inc.0011 13-4

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXI)NAYS F&G REHABILITATION

ADVERTISEMENT FOR BIDSSECTION 00 11 13

BP-00045 BID OPENING

Conference Rooms fklphs/Bravo11344 Terminal C Service Road, Orlando, FL 32824

DIRECTIONS

CROM THE 5Eat

Tradeport nr south to Boggy creek Rd. Make left.

1" light (Richard E lohrlson sled) make left.

Blake left at stop sign (wiley prise).

hi eke first r~t through fence gate(large wARfrlns sign).

first fight ulle Csalplia.

suildrng is ath on left side.

CROM THE ~ 1st

soggy creek Road Honh

su Bght (Richard E Arhnum sl «0 make righc

stake left at stop dgn (wder oriiu).

stake first right thrmgh fence gate(large WARrnnn sign).

rim right into «omplex.

suildug is ath on 'len ndn

u

foui(uolurr Ssii Gooplc

C&S Engineers, Inc.00 11 13-5

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00046, TAXIWAYS F&G REHABILITATION

ADVERTISEMENT FOR BIDSSECTION 00 11 13

THIS PAGE INTENTIONALLY LEFT BLANK

C&S Engineers, Inc.00 11 13 - 6

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

DEFINITION OF TERMSSECTION GP 10

PART I — GENERAL PROVISIONS

SECTION 10 DEFINITION OF TERMS

Whenever the following terms are used in these specifications, in the Contract, or in any documents orother instruments pertaining to construction where these specifications govern, the intent and meaning shallbe interpreted as follows:

10-01 AASHTO. The American Association of State Highway and Transportation Officials (AASHTO), thesuccessor association to AASHO.

10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereonconnecting the airport to a public roadway.

10.03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to beperformed and materials to be furnished.

10-04 AIRPORT Airport means an area of land or water which is used or intended to be used for thelanding and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or otherairport facilities or rights of way; airport buildings and facilities located in any of these areas. and a heliport.

10-05 AIRPORT IMPROVEMENT PROGRAM (AIP). A grant-in-aid program, administered by the FederalAviation Administration (FAA).

10-06 AIR OPERATIONS AREA (AOA). The term air operations area (AOA) shall mean any area of theairport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An airoperation area shall include such paved or unpaved areas that are used or intended to be used for theunobstructed movement of aircraft in addition to its associated runway, taxiway, or apron.

10-07 APRON. Area where aircraft are parked, unloaded or loaded, fueled and/or serviced.

10-08 ASTM. Formerly known as the American Society for Testing and Materials (ASTM).

10-09 AWARD. The Owner's notice to the successful Bidder of the acceptance of the submitted Bid.

10-10 BID. The written offer of the Bidder (when submitted on the approved Bid form) to perform thecontemplated Work and furnish the necessary materialsin accordance with the provisions of the plans andspecifications. The bid consists of lhe Bid Form, Bid Security, Exhibits, schedules and other documentsrequired to be submitted by a Bidderin accordance with the Instructions to Bidders.

10-11 BID DOCUMENTS. The Bid Documents consist of the documents provided to the bidders uponwhich the Bid is to be based, including the Advertisement, Bid forms, Project Manual, Drawings,Specifications, written Instructions to Bidders, Invitation to Bid, Addenda, and the documents, reports andinformation referenced in such Bid Documents.

10-12 BID SECURITY. The bid security furnished with a Bid to guarantee that the Bidder will submit aresponsive Bid, will not withdraw its Bid fora period time designatedin GP20 after the time and date fixedfor the opening of Bids, and that if the Bidderis provided with a Notice of Intent to Award the Contract, itwill enter into the Contract, will supply evidence of the authority of the person executing the Contract andthe Bonds to do so; and will submit the required Payment and Performance Bonds and Certificates ofInsurance, and all other required documents required by the Contract.Rev. October 2020 AC 150/5370-10H 12/21/2018C&S Engineers, Inc.

General Provisions-1

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

DEFINITION OF TERMSSECTION GP 10

10-1013 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a dulyauthorized representative, who submits a Bid prepeeal-for the work contemplated.

10-1414 BUILDING AREA. An area on the Airport to be used, considered, or intended to be used forairport buildings or other airport facilities or rights-of-way together with all airport buildings and facilitieslocated thereon.

10-4215 CALENDAR DAY. Every day shown on the calendar.

10-4&16 CERTIFICATE OF ANALYSIS (COA) The COA is the manufacturer*s Certificate ofCompliance (COC j including all applicable test results required by the specifications.

10~CERTIFICATE OF COMPLIANCE (COC) The manufacturer's certification stating thatmaterials or assemblies furnished fully comply with the requirements of the Contract. The certificate shallbe signed by the manufacturer's authorized representative.

10-18 CLAIM. A Claim is a demand or assertion by the Owner or Contractor seeking, as a matter of n'ghl,

adj uslmenl orinlerprelation of Contract terms, payment of money, extension of time or other relief with respectlo the terms of the Contract. A Claim also includes other disputes and malters in question between the Ownerand Contractor arising out of or relating to the Contract. Claims must be made by written notice and quantifiedpursuanl to Section 50. Daily reports,job coordination meeting minutes and Requests for Change Orders donol conslilute written notice of a Claim.

10-19 CONFORMED CONTRACT DOCUMENTS: For ease of administration of the Contract, the Owner mayelect to have the Designer conform the Contract Documents. Conformed Contract Documents consist of theBid Documents which are revised to incorporate information contained within the Addenda. if the ContractDocuments have been conformed, lhe Contractoris responsible for verifying that the Addenda are accuratelyincorporated into lhe Conformed Conlract Documents before relying on them for purposes of construction.Conformed Contract Documents are for convenience and do not supersede the information contained withinthe Contract Documents.

10~20 CONTRACT.

The phrase Contract may be used as an abbreviation forContract Documents, which together form the Contract for Construction.

10-21 CONTRACT DOCUMENTS: The Contract Documents consist of the executed Contract betweenthe Owner and Contractor, the Bid Documents, the Bid, and Contractissued after execution of the Contract.

10-tZ22 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in thecontract.

10-4023 CI4ANQE ORDER CONTRACT MODIFICATION.

prejeat: A Contract Modificalion is (1) a Change Order, (2) a Construction Change Directive, or (3) a FieldChange Order.

Rev. October 2020C&S Engineers, Inc.

General Provisions-2

AC 150/5370-10H 12/21/2018

ORI ANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

DEFINITION OF TERMSSECTION GP 10

10-4824 CONTRACT TIME. The number of calendar days er-working-days, stated in the prepes4 BidDocumenls, allowed for completion of the Contract for Substantial Completion of lhe Work, includingauthorized time extensions. If a calendar date of completion is stated in the prepesal Bid Documents, inlieu of a number of calendar erwerking days, the Work, or specific component of the Work as definedinthe Contract Documents, shall be completed by that date.

10-4825 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for theacceptable peiforinance of the work contracted and for the payment of all legal debts pertaining to the workwho acts directly or through lawful agents or employees to complete the contract work.

10-2026 CONTRACTORS QUALITY CONTROL (QC) FACILITIES. The Contractor's QC facilities inaccordance with the Contractor Quality Control Program (CQCP).

10~27 CONTRACTOR QUALITY CONTROL PROGRAM (CQCP). Details the methods andprocedures that will be taken to assure that all materials and completed construction required by theContract conform to Contract plans, technical specifications, the Contracl, and other requirements, whethermanufactured by the Contractor, or procured from subcontractors or vendors.

104226 CONTROL STRIP. A demonstration by the Contractor that the materials, equipment, andconstruction processes results in a product meeting the requirements of the specification.

104829 CONSTRUCTION~ SAFETY AND PHASING PLAN (CQSPP). The overall plan forsafety and phasing of a construction project developed by the airport operator or Owner, or developed bythe airport operator's consultant and approved by the airport operator or Owner. It is included in theInvitation fer to Bid and becomes part of the PProject sSpecificafions.

104530 DESlGNER ENGINEER.

The Designer is the person orentity lawfully licensed in Florida to provide architectural or engineering services identified as such in theContract Documents and is referred lo throughout the Contract Documents as if singular in number. Theterm "Designer" means the Designer or the Designer's authorized representative.

104431 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface orsubsurface waters are collected and conducted from the airport area.

10-2832 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance;and all tools and apparatus necessary for the proper construction and acceptable completion of the work.

10-2733 EXTRA WORK. An item of work not provided for in the awarded Ceontract as previously modifiedby Change Order or Contract Modification, but which is found by the Qwnei-'e

OAR to be necessary to complete the Work within theintended scope of the Contract as previously modified.

10-2834 FAA. The Federal Aviation Administration. When used to designate a person, FAA shall meanthe Administrator or their duly authorized representative.

10-2835 FEDERAL SPECIFICATIONS. The federal specifications and standards, commercial itemdescriptions, and supplements, amendments, and indices prepared and issued by the General ServicesAdministration.

Rev. October 2020C&S Engineers, Inc.

General Provisions-3

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

DEFINITION OF TERMSSECTION GP 10

10-36 FINAL COMPLETION. Final Completionis the date when final acceptance of the Work in accordancewith the Contract Documents is achieved and all other Contract requirements have been fully performed,including the delivery of all required close-out documentation.

103037 FORCE ACCOUNT. (a) Contract Force Account - A method of payment that addresses extrawork performed by the Contractor on a time and material basis. (b) Owner Force Account- Work performedfor the project by the Owner's employees.

10-38 GENERAL PROVISIONS. Whenever, in the Specifications or on lhe Plans, the words "GeneralCondilion", "Special Conditions", "Special Provisions", it shall be understood that the intent and meaningshall be interpreted to be the same and refer to the General Provisions GP-10 to GP-120.

10~39 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words "directed,""required," "permitted," "ordered," "designated," "prescribed," or words of like import are used, it shall beunderstood that the direction, requirement, permission, order, designation, or prescription of the EngineerOwner and/or ' 'AR is intended; and similarly, the words "approved,""acceptable," "satisfactory," or words of like import, shall mean approved by, or acceptable to, or satisfactoryto the Designer Eegiaeer Owner and/or RPR OAR, subject in each case to the final determination of theOwner.

Any reference to a specific requirement of a numbered paragraph of the Ceontract specifications or a citedstandard shall be interpreted to include all general requirements of the entire section, specification item, orcited standard that may be pertinent to such specific reference.

The intent of the Contract is to include all information necessary for the proper execution and completionofthe Work by the Contractor. The Contract Documents are complementary, and wliatis required by oneportion shall be as binding asif required by all. Performance by the Contractor shall be required only to theextent consistent with the Contract Documents and reasonably inferable as being necessary to producethe intended results. The Drawings indicate arrangements and results to be accompiished and theContractor shall provide such necessary fastenings and accessories. If a conflict exists between theContract Documents, ihe Order of Precedence provision contained in Section 50 shall apply.

Organization of the Specifications into divisions, sections and articles, and arrangement of Drawings orPlans shall not control the Contractor in dividing the Work among Subcontractors or in establishing theextent of Work to be performed by any trade.

103240 LIGHTING. A system of fixtures providing or controlling the light sources used on or near theairport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights,and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, takingoff from, or taxiing on the airport surface.

10-41 LIQUIDATED DAMAGES: Liquidated Damages are those damages identifiedin the GP-20 thai theOwner may assess against the Contractor orits Surety for tardy Substantial or Final Completion of the Workand for the Contractor's failure to achieve any other milestone date identified in the Contract Documents.

10-42 LUMP SUM CONTRACT. Based on single Bid amount including all allowances to complete theentire Work of the Project.

10-3343 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listedin the prepeeelBid, the total cost of which is equal to or greater than 20'4 of the total amount of the awardeContract. All other items shall be considered minor contract items.

10-3444 MATERIALS. Any substance specified for use in the construction of the Ceontract VWvork.

Rev. October 2020C&S Engineers, Inc.

General Provisions-4

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

DEFINITION OF TERMSSECTION GP 10

10-8845 NOTICE TO PROCEED (NTP). A written notice to the Contractor to begin the actual CeontractWwork on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on whichthe contract time begins.

108746 OWNER. The term "Owner" shall mean the party of the first part or the contracting agencysignatory to the Ceontract. Where the term "Owner" is capitalized in this document, it shall mean airportSponsor only. The Owner for this project is the Greater Orlando Aviation Authority.

10-47 OWNER'S AUTHORIZED REPRESENTATIVE (OAR). The OAR is the i ndi viduai, partnership, firm,or corporation duiy authorized by lhe Owner to perform the OAR's responsibilities of the ContractDocuments and will perform necessaryinspections, observations, tests, and/or observations of tests of theContract Work performed or being performed, or of the materials furnished or being furnished by theContractor.

10~48 PASSENGER FACILITY CHARGE (PFC) Per 14 Code of Federal Regulations (CFR) Part 158and 49 United States Code (USC) I) 40117, a PFC is a charge imposed by a public agency on passengersenplaned at a commercial service airport it controls.

10M49 PAVEMENT STRUCTURE. The combined surface course, base course(s), and subbasecourse(s), if any, considered as a single unit.

10M50 PAYMENT BOND. The approved form of security furnished by the Contractor and their ownsurety as a guaranty that the Contractor will pay in full ail bills and accounts for materials-and, labor orsupplies used directly or indirectly in the construction of the Work.

10~51 PERFORMANCE BOND. The approved form of security furnished by the Contractor and theirown surety as a guaranty that the Contractor will complete the work in accordance with the terms of theCeontract, including all applicable warranties.

10~52 PLANS. The official drawings or exact reproductions which show the location, character,dimensions and details of the airport and the work to be done and which are to be considered as a part ofthe Ceontract, supplementary to the specifications. Plans may also be referred to as 'CeontractDdrawings'nd

include all graphic and pictorial portions of the Contract Documents, wherever located, showing theWork, generally including elevations, sections, details, schedules and diagrams.

10~53 PROJECT. The agreed scope of work for accomplishing specific airport development with respectto a particular airport and is the total construction of which the Work performed under the ContractDocuments may be the whole or a part and which may include construction by ihe Owner or by separatecontractors.

See Bid

See BID SECURITY

10-54 PROJECT IYIANVALi The Project Manual consists of one or more volumes of bound documentsassembled for the Work which mayinclude the bidding requirements, sample forms, Conditions of the Contractand Specifications.

AC 150i5370-10H 12/21/2018

General Provisions-5

10~55 QUALITY ASSURANCE (QA). Owner's responsibility to assure that construction Work completedcomplies with specifications for payment.Rev. October 2020C&S Engineers, Inc.

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

DEFINITION OF TERMSSECTION GP 10

10~56 QUALiTY CONTROL (QC). Contractor's responsibility to control material(s) and constructionprocesses to complete construction in accordance with project specifications and the Contract.

10~57 QUALITY ASSURANCE INSPECTOR (QA). An authorized representative of the Designerandlor Resident-Pre)eat Owner's Authorized Representative (OAR) RPR) assigned to make all

necessary inspections, observations, tests, and/or observation of tests of the Work performed or beingperformed, or of the materials furnished or being furnished by the Contractor.

10~58 QUALITY ASSURANCE LABORATORY (QA). The official quality assurance testing laboratoriesof the Owner or such other laboratories as may be designated by the Designer rigineer or RPR OAR.May also be referred to as Designer'sEegiaeer-'s, Owner's, or QA Laboratory.

10-59 RECORD DOCUMENTS: The Record Documents consist of those documents assembled by theDesigner at the conclusion of the Contractor's performance of construction or service. Record Documentsare developed from as-built drawings, as-built specifications and any other documents required to besubmitted by the Contractor for closing out the Project. The Record Documents shall accurately documentthe Mlork as constructed, including all Contract Modifications and Changes.

10~60 RESiDENT PROJECT REPRESENTATIVE (RPR). See OAR.

104461 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft.

10~62 RUNWAY SAFETY AREA (RSA). A defined surface surrounding the runway prepared or suitablefor reducing the risk of damage to aircraft. See the construction safety and phasing plan (CSPP) for limitsof the RSA.

10-5863 SAFETY PLAN COMPLIANCE DOCUMENT (SPCD). Details how the Contractor will complywith the CSPP.

10-5464 SPECIFICATIONS. A part of the Contract containing the written directions and requirements forcompleting the Contract Work, including requirements for materials, equipment, construction systems,standards and workmanship, and performance of related services. Standards for specifying materials ortesting which are cited in the Contract specifications by reference shall have the same force and effect asif included in the Contract physically.

10-5555 SPONSOR. A Sponsor is defined in 49 USC (j 47102(24) as a public agency that submits to theFAA for an AIP grant; or a private Owner of a public-use airport that submits to the FAA an application foran AIP grant for the airport. See definition above of "Owner."

10~66 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls,cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes,lighting fixtures and bases; transformers; navigational aids; buildings; vaults; and, other manmade featuresof the airport that may be encountered in the work and not otherwise classified herein.

10-5767 SUBGRADE. The soil that forms the pavement foundation.

10-68 SUBSTANTIAL COMPLETION. Substantial Completion is lhe date when the Work, or designatedportion thereof, is deemed by the OAR and Designer to be sufficiently complete in accordance with therequirements of the Contract Documents, agreed to by the Owner, andincludes but is not limited to compliancewith the requirements of Section 50 and Section 01 78 00, having been fulfilled.

Rev. October 2020 AC 150/5370-10H 12/21/2018C&S Engineers, Inc.

General Provisions-6

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8G REHABILITATION

DEFINITION OF TERMSSECTION GP 10

10-6669 SUPERINTENDENT. The Contractor's executive representative who is present on the Workduring progress, authorized to receive and fulfill instructions from the RPR Owner andlor OAR, and whoshall supervise and direct the construction.

10-6670

Get-itreet/tern-. See CONTRACT MODIFICATION

10~71 SURETY. The corporation, partnership, or individual, other than the Contractor, executingpayment or performance bonds that are furnished to the Owner by the Contractor.

104f472 TAXILANE. A Ttaxiway designed for low speed movement of aircraft between aircraft parkingareas and terminal areas.

10~73 TAXIWAY. The portion of the air operations area (AOA) of an airport that has been designatedby competent airport authority for movement of aircraft to and from the airport's runways, aircraft parkingareas, and terminal areas.

10-74 UNIT PRICE CONTRACT. Based on specific units of Work for which unit prices are provided in theBid Form and totaled to provide the Bid amount. Unless otherwise specified in the Contract Documents,payment on a Unit Price Contract will be made on the basis of actual quantities of Work performed at theUnit Price defined in the Contract.

104/475 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary orconvenient to the Contractor's performance of all duties and obligations imposed by the Contract, plans,and specifications, whether completed or partially completed and includes all services provided or to beprovided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or partof the Pro/'ect and may refer to all or a portion of the labor, materials, tools, equipment, and incidentalsnecessary or convenient to the Contractor's performance of a/I duties and obligations imposed by theContract Documents, plans, and specifications. The terms "Work" and "work" may be interchangeable andshall have the same meaning throughout the Contract Documents.

10-6676 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sundayon which the normal working forces of the Contractor may proceed with regular work as set forth in GPSection 80. . When Work is suspended for causesbeyond the Contractor's control, it will not be counted as a working day. Saturdays, Sundays and holidayson which the Contractor's forces engage in regular work will be considered as working days.

END OF SECTION 10

Rev. October 2020C&S Engineers, inc.

General Provisions-7

AC 150/5370-1QH 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

DEFINITION OF TERMSSECTION GP 10

THIS PAGE INTENTIONALLY LEFT BLANK

Rev. October 2020C&S Engineers, Inc.

General Provisions-8

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABII ITATION

BID REQUIREMENTS AND CONDITIONSINSTRUCTIONS TO BIDDERS

SECTION GP 20

SECTION 20 BID REQUIREMENTS AND CONDITIONS — INSTRUCTIONS TO BIDDERS

20-01 ADVERTISEMENT (Notice to Bidders).Refer to Section 00 11 13 — ADVERTISEMENT FOR BIDS of the Project Manual for the advertisementrelating to this Project.

20-02 QUALIFICATION OF BIDDERS.Each bidder shall submit evidence of competency and evidence of financial responsibility to perform thework to the Owner at the time of bid opening.

Evidence of competency, unless otherwise specified in the advertisement or the Bid Documents, shallconsist of statements covering the bidder's past experience on similar work, and a list of equipment and alist of key personnel that would be available for the work.

The Bidderis required to have successfully completed, within the last five years, similar work as specifiedin the Bidder's Qualifications Specifications Section 00 45 13 (if required by the Bid Documents). If theBidder intends to subcontract any portion of the project components that are specified in the Bidder'sQuaiifications Specifications Section 00 45 13, the Bidder shall designate the subcontractor's priorexperience in Section 00 45 13. Failure to complete Section 00 45 13, or the failure fo demonstrate therequired minimum experience, may cause the Bidder to be considered not qualified or the Bid to beconsidered non-responsive and the Bid rejected,

The Owner reserves the right to request any additional supporting documents deemed necessary after theBid opening regarding the Bidder's previous work experience, and the Bidder shall provide such informationwithin 48 hours of such request.

In addition, if required by the Bid Documents, each bidder shall furnish the Owner satisfactory evidence oftheir financial responsibility. Evidence of financial responsibility, unless otherwise specified, shall consist ofa confidential statement or report of the bidder's financial resources and liabilities as of the last calendaryear or the bidder's last fiscal year. Such statements or reports shall be certified by a public accountant. Atthe time of submitting such financial statements or reports, the bidder shall further certify whether theirfinancial responsibility is approximately the same as stated or reported by the public accountant. If thebidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement orreport to reflect the bidder's true financial condition at the time such qualified statement or report issubmitted to the Owner.

Unless otherwise specified, a bidder may submit evidence that he is pre-qualified with the State-l4lghwayFlorida Department of Transportation (FDOT) and are is on the current "bidder's list" of the state

in which the for the proposed Work-'eeateit. Evidence of' ' Florida Department of

Transportation (FDOT) prequalification may be submitted as evidence of financial responsibility in lieu ofthe certified statements or reports specified above.

20-03 TIME OF COMPLETIONThe time of completionis of the essence of the Contract and each Bidder if delivered an executed Contract,shall proceed with the Workin accordance with the approved schedule and within the Contract Time periodspecified in the Contract. In the event of failure to complete the Work within the time specified, the Ownermay assess damages as provided by law or the Contract, unless an appropriate extension of time has beengrantedin writing. This time period is inclusive of a sixty (60) calendar day submittal period during whichno work will be performed at thejob site unless authorized by the Owner or OAR.

Rev. October 2020 AC 150I5370-10H 12/21/2018C&S Engineers, Inc.

General Provisions-9

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

BID REQUIREMENTS AND CONDITIONS/NSTRUCTIONS TO BIDDERS

SECTION GP 20

The time of completion for this Work, as used throughout the Contract, is 135 calendar days to achieveSubstantial Completion, commencing from theissuance of the Notice to Proceed.

Final Completion shall be achieved within 45 calendar days from the date ofActual Substantial Completion.

20-04 LIQUIDA TED DAMAGESThe Owner and Contractor acknowledge and agree that time is of the essence in the completion of theWork. The Owner and the Contractor acknowledge and agree that the amount of damages for delay in theperformance and completion of the Work is impossible to determine as of the date of execution of theContract and will be difficult, if not impossible to quantify with any reasonable certainty. Therefore, Ownerand Contractor acknowledge and agree that if a milestone date identified in Ihe Contract Documents,including Substantial Completion or Final Completion and milestone dates identified in the ContractDocuments are not achieved within the established time frame, as adjusted by Contract Modifications, ifany, the Contractor and the Contractor"s surety shall be liable to the Owner for Liquidated Damages forsuch delay, not as a penalty but as compensation to the Owner for its damages incurred due to such delay,as follows: three thousand three hundred and 00/100 Dollars ($3,300) per calendar day for each and everyconsecutive calendar day elapsing belween the date fixed for Substantial Completion of the Work and thedate Subslanlial Completion is actually achieved and if specified in the Contract Documents, everyconsecutive calendar day elapsing between the date fixed for a defined milestone and the date that themilestone is actually achieved; and one thousand six hundred fifty and 00/100 Dollars ($ 1,650/ per calendarday for each and every consecutive calendar day beyond the calendar days fixed for Final Completion oflhe Work and the date Final Completion is actually achieved.

In the event the Contractor fails lo perform any other covenant or condilion of this Contract relating to theWork, the Contractor shall become liable lo the Owner for any actual damages which the Owner maysustain as a result of such failure on the part of the Contractor. The Owner's receipt of payment for suchLiquidated Damages does not preclude the Owner from pursuing any otherrights or remedies available toit under the Contracl or Florida law.20-03 COMPUTATION OF TIME.

20-05 COMPUTA TION OF TIMEUnless otherwise specifiedin the Bid Documents, the term "days" shall refer to calendar days. When anyobligation or deadline is measured by the number of days and the deadline date falis on a lega/ holiday orweekend when the Owner's office is closed, the obligation will be allowed to be completed on the nextbusiness day without penalty.

20-066 CONTENTS OF PRQPQSAL FQRMS BID DOCUMENTSThe Owner's prepense terms Bid Documents state the location and description of the proposed construction;the place, date, and time of opening of the prepeeale-Bids; and, for a Unit Price Contract, the estimatedquantities of the various items of w Work to be performed and materials to be furnished for which unit bidprices are asked. The prepeeal4erm Bid Documents states the time in which the Work must be completed,and the amount of the prepeeet-guaranty Bid Security that must accompany the Bid. prepeeal-. The Ownerwill accept only those~ Bids properly executed on physical forms ereleetreaie4erme provided bythe Owner. Bidder actions that may cause the Owner to deem a prepeeeI Bid irregular are given inparagraph 20-12 IRREGULAR~ BIDS.

Bids shall be submitted on a copy of the attached Bid Documents. All blank spacesin the Bid Form shallbe completed legibly and correctly in ink. The Bidder shall specify the Total Bid Price for the entire Workdescribed in the Contract Documents. No modifications to the Bid Documents shall be permitted,unless made pursuant to an Addendum.

Rev. October 2020C&S Engineers, Inc.

General Provisions-10

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 6 REHABILITATION

BID REQUIREMENTS AND CONDITIONSINSTRUCT/Oh/S TO BIDDERS

SECTION GP 20

The Project Plans or Drawings, Speci/ications, and other documents designated in the Bid Documenls shallbe considered a part of the Bid whether attached or not. The Drawings and other Contract Documents setforth, among other factors, the location and description of the Work Io be performed under this Contract,the quantity of Work for which Bids are invited, the time in which the Work must be completed, and theamount of the BI d Security.

20-047 ISSUANCE OF PRQPQSAL BID FORMSThe Owner reserves the right to refuse to issue a prepes4 Bid form to a prospective bidder if the bidder isin default for any of the following reasons:

a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited,or otherwise included, in the prepesai B/d as a requirement for bidding.

b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts inforce with the Owner at the time the Owner issues the ~ Adver/isemen/ to a prospectivebidder.

c. Documented record of Contractor default under previous contracts with the Owner.

d. Documented record of unsatisfactory work on previous contracts with the Owner.

20-008 INTERPRETATION OF ESTIMATED $%QPQSAL BID QUANTITIES FOR UNIT PRICECONTRACTS.For Unit Price Contracts, an estimate of quantities of work to be done and materials to be furnished underthese specifications is given in the~ Bid Documents, lt is the result of careful calculations and isbelieved to be correct. It is given only as a basis for comparison of pepesa/s bids and the award of thecontract. The Owner does not expressly, or by implication, agree that the actual quantities involved willcorrespond exactly therewith; nor shall the bidder plead misunderstanding or deception because of suchestimates of quantities, or of the character, location, or other conditions pertaining to the work, Payment tothe Contractor wiii be made only for the actual quantities of work performed or materials furnished at theunit prices defined in the Bid in accordance with the plans and specifications. It is understood that thequantities may be increased or decreased as provided in the Section 40, paragraph 40-03 ALTERATIONOF WORK AND QUANTITIES, without in any way invalidating the unit bid prices defined in the Bid.

20-089 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE.The Bidder is entreated required to carefully examine the site of the proposed Work, the prepeeal BidDocuments, Plans, Specifications, and Contract Documents fera-is. Bidders shall satisfy themselves to thecharacter, quality, and quantities of Work to be performed, materials to be furnished, and to therequirements of the proposed Contract. The submission of a prepesal Bid shall be prima facie evidencethat the Bidder has made such examination and is satisfied as to the conditions to be encountered inperforming the Work and as to the requirements of the proposed Contract, Plans, and Specifications. A sitevisit will be conducted either fol/owing the Pre-Bid Conference or at a time specified during the periodallowed for bidding,

Boring logs and other records of subsurface investigations and tests are may be available for inspection ofBidders. It is understood and agreed that such subsurface information, whether included in the plans,specifications, or otherwise made available to the Bidder, was obtained and is intended for the Owner'sdesign and estimating purposes only. Such information has been made available for the convenience ofall Bidders. It is further understood and agreed that each Bidder is solely responsible for all assumptions,

Rev. October 2020C&S Engineers, inc.

General Provisions-11

AC 150/53TO-1QH 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F& G REHABILITATION

BID REQUIREMENTS AND CONDITIONSINSTRUCTIOhIS TO BIDDERS

SECTION GP 20

deductions, or conclusions which he may make or obtain from his/her examination of the boring logs andother records of subsudace investigations and tests that are-may be furnished by the Owner.

The Owner disc/aims a/I responsibility whatsoever with respect to the sufficiency or accuracy of test boringsmade, or of the logs of test borings, or of otherinvestigations or records of subsurface conditions (includingbut not limited to, underground utility locations, or of the interpretations made thereof), and there is nowarranty or guaranty, expressed or implied, that the conditions indicated by such test borings, logs,investigations, records, orinformation are representative of conditions existing throughout the Work site, orany part thereof, or that unforeseen developments may not occur.

20-0710 PREPARATION OF PRQPQSAL BID.The Bidder shall submit his/her Bid on the forms furnished by the Owner. All blank spaces in the prepeaalBid forms must be correctly filled in where indicated for each and every item for which a quantity isgiven. The Bidder shall state the price (written in ink or typed) both in words and numerals for which heproposes to do each pay item furnished in the prepesal-Bid. In case of conflict between words andnumerals, the words, unless obviously incorrect, shall govern.

No modifications to the Bid Documents shall be permitted, unless made pursuant to an addendum. Bidsmust be submitted on an exact reproduction of the Bid forms provided.

The Bidder shall correctly sign the proposal in ink. If the~ Bid is made by an individual, their nameand post office address must be shown. If made by a partnership, the name and post office address of eachmember of the partnership must be shown. If made by a corporation, the person signing the proposal shallgive the name of the state where the corporation was chartered and the name, titles, and business addressof the president, secretary, and the treasurer. Anyone signing a proposal Bid as an agent shall file evidenceof their authority to do so and that the signature is binding upon the firm or corporation

If the Bidderis a corporation that wasincorporated outside of the State of Florida, the Bidder shall providewith its Bid a current Certificate of Good Standing issued by its state ofincorporation, demonstrating thatthe corporation is in good standing. The Certificate must be dated within thirty days prior to the date of Bidopening.

If the Bidder is a joint venture, then the Bidder shall provide with the Bid, a copy of: I) the Joint VentureAgreement; 2) Statements of Authority (as sel outin the Florida Administrative Code, Rule 6164-15.002),giving the licensed Contractor full authority to conduct the contracting business of thejoint venture; and, 3)documentation of approval from the Construction Industry Licensing Board of Items 1 and 2 above, ifapplicable.

204Nff 1 RESPONSIVE AND RESPONSIBLE BIDDER.A responsive Bid conforms to all significant terms and conditions contained in the Owner's Invitation fer toBid. It is the Owner*s responsibility to decide if the exceptions taken by a Bidder to the Bid Documents arematerial or not and the extent of deviation it is willing to accept.

20-0012 IRREGULAR PRQPQSALS BIDS.~ Bids eha/I may be considered irregular for, including, but not limited to, the following reasons:

a. If the prepeeat Bid is on a form other than that furnished by the Owner, or if the Owner's form isaltered, or if any part of the prepeaal Bid form is detached.

Rev. October 2020C&S Engineers, Inc.

General Provisions-12

AC 150/5370-10H t 2/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

BID REQUIREMENTS AND CONDITIONSINSTRUCTIONS TO BIDDERS

SECTION GP 20

b. If there are unauthorized additions, conditions, limitations, or exceptions lo the Bid Documents orConiracl Documents or any unauthorized conditional or alternate pay items, or irregularities of anykind which make the prepeeai Bid incomplete, indefinite, or otherwise ambiguous.

c. If the refieseI Bid does not contain a unit price for each pay item listed in the prepeseI Bid. except

d. If the prepeeaI- Bid contains unit prices that are obviously unbalanced.

e. If the prepesai Bid is not accompanied by the prepeeai Bid Security specified by the Owner.

f. If the applicable Disadvantaged Business Enterprise information is incomplete.

The Owner reserves the right to reject er-dewagrede any irregular prepes@ Bid and the right to waivetechnicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinancespertaining to the letting of construction contracts.

20-4013 BID QVARA/4TEB SECURITY.Each separate prepeeat Bid shall be accompanied by a bid-ben/I Bid Securily in the form of a eerfigedcashier's check made payable lo the Owner ore Bid Bondin the form containedin the Contract Documents,duly executed by the Bidder as Principal and a Surety thereon a surety company fulfilling the qualificationsand Power of Attorney requirements described in GP 30. Cash will not be accepted as a Bid Security.

The Bid Security shall bein an amount nol less than ten percent (10%) ofthe amount of the Tola/ Bid Price.The Bid Security shall guarantee that the Bidder will nol withdrew the Bid for a period of 180 days after lhetime and dale fixed for the opening of Bids. If lhe Bidder improperly withdraws its Bid or if the Bidderreceives a Notice of Intenl to Award the Contract, and fails lo execute and deliver to the Owner any of thecontract Documents within ten (10) days after the date of the Notice of Intent lo Award, the owner shall beentitled to the full amount of the Bid Security, not as a penalty, bui in liquidation of and compensation fordamages. A Notice of Intent to Award may then be provided to the next lowest, qualified, responsible Bidderwhose Bid is responsive lo the Invitation to Bid.

20-4014 DELIVERY-QF-AND RECEIPT OF BIDS txRQPQSALBids shal/ be hand delivered or mailed Io the exact p/ace specifiedin the Invitation to Bid. Bids must besubmittedin sealed envelopes and labeled with the name of the Bidder, the Bidder's address, the time anddate fixed for the opening of Bids and plainly marked as follows: "BID PACKAGE NO. BP-00045,TAX/WAYS F&G REHABILITATION, ORLANDO EXECUTIVE AIRPORT." Bids received alter that timewill nol be considered and will be returned unopened. Bids transmitted by facsimile or electronic mail arenon-respons/ve and will nol be considered.

20-1415 WITHDRAWAL OR REVISION OF PRQPQSALS-. BIDSA bidder may withdraw or revise (by withdrawal of one~ bid and submission of another) a~bid provided that the bidder's request for withdrawal is received by the Owner in writing er-by-te/egreaibefore the time specified for opening bids. Revised eepesale bids must be received at the place specifiedin the advertisement before the time specified for opening ail bids. If the Bidderimproperly withdrawsitsBid, the Owner may seek recourse against the Bid Security as sel forth in the Bid Security Section.

Rev. October 2020C&S Engineers, Inc.

General Provisions-13

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

BID REQUIREMENTS AND CONDITIONSINSTRUCTIONS TO BIDDERS

SECTION GP 20

204216 PUBLIC OPENING OF PRQPQSALB. BIDS~ Bids shall be opened, and read, publicly at the time and place specified in the advertisementInvitation to Bid. Bidders, their authorized agents, and other interested persons are invited to attend.~ Bids that have been withdrawn (by written er-4elegrephie request) or received after the timespecified for opening bids shall be returned to the bidder unopened.

20-4817 DISQUALIFICATION OF BIDDERS.A bidder shall be considered disqualified for any of the following reasons:

a. Submitting more than one prepesat Bid from the same individual, partnership, firm, or corporationunder the same or different name.

b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualifiedas bidders for any future work of the Owner until any such participating bidder has been reinstatedby the Owner as a qualified bidder.

c. If the Bidderis committed by contract to work„which, in the Owner'sjudgment and sole discretion,might hinder or prevent the prompt completion of the Work under this Contract if awarded fo theBidder;

d. If the Bidder is behind on the approved completion schedule for any existing contracts with theOwner, in liligation with the Owner or having defaulted on a previous contract with the Owner;

e. If the Bidder has performed poor, negligent or defective work for Owner or any other party on priorprojects, which, in the Owner'sjudgment and sole discretion, raises doubts as to ihe Bidder's abilityio properly perform the Work;

f, Appearance of the Bidder on the Department of General Services'Excluded Parties List;

g. Not possessing the required licenses, registrations or certificaiions to perform the Work; orh Any other reason required by applicable law or regulation.

20-4818 DISCREPANCIES AND OMISSIONS ' 'A Bidder who discovers

discrepancies or omissions with the project Bid Documents shall immediately natify the Owner Engineer ofthe matter. A bidder that has doubt as to the true meaning of a project requirement may submit to theOwner Qwner-'s-Erigineer- a written request for interpretation no later than nine (9) days prior to bid opening.

Any interpretation of the project Bid Documents by the Qwaer-'s-Ertgtneer Designer will be by writtenaddendum issued by the Owner or Designer. The Owner will not consider any instructions, clarifications orinterpretations of the Bid Documents in any manner other than written addendum.

20-19 OBLIGATION OF BIDDERSThe Bidder must inform itself fully of the construction, labor and security conditions under which the Workis fo be performed. The Bidder shall not be relieved ofiis obligation to furnish a/I material, equipment, labor,and services necessary io carry out the provisions of the Contract Documents and to complete thecontemplated Work for the consideration set forth in iis Bid by reason of having failed to inform itself withrespect to those matters.

20-20 ADDENDA — CHANGES WHILE BIDDINGAny ques/lans or requests forinterpretation of the drawings, specifications or other Contract Documents orcorrection of any apparent ambiguity, inconsistency or error therein, shall be in writing, addressed to C&SEngineers, fnc., Attn. Douglas R. Saunders, P.E., 605 East Robinson Street, Suite 210, Orlando, Florida32801, Phone: (407) 422-1118, Email: [email protected], and must be received at least nine (9)calendar days prior to the date fixed for the receipt of Bids.

Rev. October 2020C&S Engineers, Inc.

General Provisions-14

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

BID REQUIREMENTS AND CONDITIONSINSTRUCTIONS TO BIDDERS

SECTION GP 20

All interpretations, corrections and supplemental instructions will bein the form of written Addenda to theContract Documents which, ifissued, may be by Electronic mail (e-mail), registered mail, transmitted byfacsimile, or hand delivered, to all prospective Bidders (at the respective addresses provided to C8SEngineers, Inc. at the lime the Bidder received the Bid Documents) not later than five (5) calendar daysprior to the date fixed for the receipt of Bids.

All Addenda shall become part of the Contract Documents. Only the interpretation or correction issuedina wrilten Addendum shall be binding, and prospective Bidders are warned that no other source or form ofcommunication is authorized to give information concerning, or to explain, interpret, or modify the BidDocuments.

If the Bidder fails to acknowledge receipt of any such Addendum in the space providedin ihe Bid Form, itsBid will nevertheless be construed as though the Addendum had been received and acknowledged, andthe submission ofits Bid will constitute acknowledgement ofthe receipl of the same.

20-21 REQUIRED LICENSESEach Bid shall include a copy of all necessary licenses, registrations or certifications that are required toperform the Work. As a minimum qualification for building (vertical) construction, Bidder shall possess thenecessary ticense(s) and be certified in accordance with Chapter 489, Florida Statutes.

When a General Contractor's license is requiredit shalt be of the General Contracting type definedin FloridaStatutes Section 489. '/05(3)(a).

20-22 POWER OF ATTORNEY AND COUNTERSIGNATUREAttorneys-in-fact who sign Bid Bonds, Performance Bonds and Payment Bonds, must file with such Bondsa certified copy of their power-of-attorney to sign the bonds. AII bonds must bo counlersigned by an agentappointed by the Surety and licensed by the State of Florida, with Power of Attorney attached.

2023 INSURANCE REQUIREMENTS The selected Bidder will be required to provideinsuranceinside theAircraft Operaiions Area as lisled belowin accordance with the GP-70.

T e of Polic Limits

Commercial and Contractual General Liability:Maximum Deductible or Selfinsured Retention:

Automobile Liabiiity:Maximum Deductible or Selfinsured Retention:

Workers CompensationAndEmployers'iability

$5,000,000$ 100, 000

$5, 000, 000$ 100,000

Statutory Limit

$500,000 each accident$500,000 disease-policy limit$500,000 disease-each employee

Pollution Liability Coverage:Maximum Deductible or Selfinsured Retention:

$3,000,000, each e/a/re Occurrence$ 100, 000

Deductibles may be exceededin the Owner's sole discretion, provided the insureris required to payclaims from first doilar at 100M of value without a requirement that insured party pay its deductible

Rev. October 2020C&S Engineers, Inc.

General Provisions-15

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

BID REQUIREMENTS AND CONDITIONSINSTRUCTIONS TO BIDDERS

SECTION GP 20

prior to that time. An deductible or self-insurance retention shee/d must be indicated on theCertificate of Insurance.

20-24 FLORIDA SALES, OTHER TAXES AND PERMITSThe Bidder is responsible for paying to the appropriate governmental entity all applicable taxes. Anyapplicable tax legal/y enacted when the bids are received shall be included in the Total Bid Price by theBidder, whether or not yet effeclive or merely scheduled to go into effect.

20-25 NOTICE AND SERVICE THEREOFAll notices given by the Owner, OAR or the Designer, under the provisions of the Conlract Documents,shall be in writing and delivery may be by either of the following methods:

a. By delivery of the notice to the Bidder or to any officer of the Bidderif Bidderis a corporation, or toany agent of the Bidder.

b. By mailing /lie notice by United States mail to the address of the Bidder shown on the Bid.

Notices given by the Owner, OAR or ihe Designer shall be effective upon mailing, if mailed

20-26 PUBLIC ENTITY CRIMES ACT AND OYYNER'S DEBARMENT LISTBy signing the Bid Form, &the Bidder represents Ihatitis not precluded from submitting a bid under Section287.133(2)(a), which provides as follows: "A person or affiliate who has been placed on the convictedvendor list following a conviction for a public entity crime may not submit a bid, proposal or reply on acontract to provide any goods or services to a public entity, may not submit a bid, proposal or reply on acontracl with a public entity for the construction or repair of a public building or public work, may not submitbids on leases of real property to a public entity, may not be awarded or perform work as a contractor,supplier, subcontractor, or consultant under a contract with any public entity, and may not transact businesswith any public entity in excess of the threshold amount set forth in Florida Statutes s.287.017, forCATEGORY TI/YO for a period of thirty-six (36) months from the date of being placed on the convictedvendor list."

Further, any entity or individual placed on the Owner's Debarment List pursuant to the Owner Policy,Section 130.04, may not submit a response to any letter of intent, leVer of interest, statement ofqualifications, quote, proposal, or bid as a contraclor, supplier, subcontractor, consultant orindividual, ofany tier, for any goods or services or contracts and may not provide any goods or services to the Owner,on behalf of the Owner, or on the Owner's property, regardless of whether there is a contractual relationshipwith the Owner. The Owner will disqualify any submission, bid or proposal that includes a person or entityon the Owner's Debarment List. You may request a copy of the Owner's Debarment List for your review atthe following email:debarmentlist oaa.or .

Rev. October 2020C&S Engineers, Inc.

General Provisions-16

AC 150/5370-10H 12/21/2018

ORLANDO EXECLITIVE AIRPORTBP-00045, TAXIWAYS FBG REHABILITATION

BID REQUIREMENTS AND CONDITIONSINSTRUCTIONS TO BIDDERS

SECTION GP 20

20-27 BID CHECKLISTAs a courtesy to all Bidders, the following checklist has been created to remind Bidders of certainrequirements for submitting a Bid. To reduce the chance of your Bid being rejected, please confirm thatyou have properly completed or complied with the following:

a. BID DELIVERY

o Envelope sealed, labeled and addressed as specified in General Provisions Section 20—BID REQUIREMENTS AND CONDITIONS

a Delivered to exacl specified location by bid deadline

b. 00 41 13 - BID FORM

o Acknowledge addenda on page 2, if anyo Modifications made pursuant to Addenda only — No other modificaiions allowedo Properiy executed signature block (including address, SSN or Federal ID ¹)o If Bidder is a foreign corporation, submit Certificate of Good Standingo If Bidder is a joint venture, see specific requirementso Confirm that there are no mathematical errors

c, 00 43 13 - BID SECURITY (or Cashier's Check)

a In proper amount (10% of Total Bid Price)a If Bid Bond;

n On Proper Formo Blanks completed and datedo Executed by principal, surety, and witnesseso Countersignature executedo Power-of-Attorney attached to Bond for Surety and Florida agento Surety properly rated and authorized to transact businessin Florida

d. DBE Exhibits (All Exhibits are required. If a formis not applicable, indicate IV/A on the form,)

o 00 41 13.15 — Exhibit D — Schedule of DBE Subcontractor Participation of Total Bid Price— TO BE SIGNED BY THE BIDDER

o SUBMIT COPY OF GOOD-FAITH EFFORT, if required by the Owner's Policies.

e. Joint Venture agreement, If applicable

f. 00 45 13- BIDDER'S QUALIFICATIONS — if required

o Qualifications experience (list all appropriate project experience)c Qualifications supplement (provide all requestedinformation)

g. SUBMIT COPY OF ALL REQUIRED LICENSES

h. 00 45 49- CERTIFICATE AS TO CORPORATE PRINCIPAL, if Bidderis a corporation

*'+WARNING***This checklist may not represent all of the information required to be submitted with each Bid. Itisintended oniy to assist Bidders with compliance with the Instructions to Bidders and to help reducethe possibility of Bid irregularities.

Rev. October 2020C8 S Engineers, Inc.

General Provisions-17

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

BID REQUIREMENTS AND CONDITIONSINSTRUCTIONS TO BIDDERS

SECTION GP 20

FEDERAL BIDDING REQUIREMENTS:

20-28 DISADVANTAGED BUSINESS ENTERPRISE (DBE) PARTICIPATION PROGRAMPursuant lo regulations promulgated by the U.S. Department of Transportation, the Owner has adopted a"Disadvantaged Business Enterprise (DBE) Participation Program for Federally and State of Florida FundedContracts."

The Owner's award of this contract is condilioned upon the Bidder satisfying the good faith effortrequirements of 49 CFR t)26. 53.

The Policies, Forms and certified DBE Directory are available on-line at the Owner's web site:http: //www.orlandoairports.nel/small business/index.htm

If a DBE participation contract goal has been established for this Solicitation, all Bidders shall complete andsubmit the schedule of DBE subcontractor participation, Exhibit C to these Documents, with the Bid, as acondition of bid responsiveness, and include the following information:(1) The names and addresses of the DBE firms that will participate in the Contract;(2) A description of the work that each DBE firm will perform;(3) The dollar amount of the participation of each DBE firm listed under (1)(4) Written statement from Bidder that attests their commitment to use the DBE firm(s) listed under (1) tomeet the Owner's project goal; and5) If Bidder cannot meet the advertised project DBE goal, evidence of good faith efforts undertaken by theBidder as described in appendix A to 49 CFR part 26.

The successful Bidder must provide written confirmation of participation from each of the DBE firms theBidder lists in Exhibit C within 5 days of receiving the Owner's notice of award or with the Bid Documentsas a condition of Bidder responsibility.

Questions concerning the DBE program can be addressed to the Owner's Office of Small BusinessDevelopment, Attn. Mr. George Morning, Direclor, Greater Orlando Aviation Authority, Oriando InternationalAirport, One Airport Blvd., Orlando, FL 32827; phone number (407) 825-7130, E-mailgeorge. morning@goaa. org.

The Owner resenres the right to require compliance with its MI/I/BE and/or LDB Programs in the eventfederal fundingis not used for the Contract.

20-29 EQUAL OPPORTUNITY REPORT STATEMENTEach Bidder shall complete the Equal Opportunity Report Statement that is includedin the Bid Form.

20-30 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY ANDVOLUNTARY EXCLUSION (2 CFR PART 1200 AND 2 CFR PART 180)By submitting a Bid under this Advertisement, the Bidder certifies that neither it nor its principals arepresently debarred or suspended by any Federal department or agency from participation in thistransaction.

Rev. October 2020C&S Engineers, Inc.

General Provisions-18

AC 150I5370-10H 12I21I2018

ORI ANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

BID REQUIREMENTS AND CONDITIONSINSTRUCTIONS TO BIDDERS

SECTION GP 20

20-31 CERTIFICATION REGARDING FOREIGN TRADE RESTRICTIONS (49 CFR PART 30)TRADE RESTRICTION CERTIFICATION (49 CFR PART 30)By submission of aa Bid effer, the Bidder Offerer-a certifies that with respect to the Selieitetiea Advertisementand any resultant Contract, the Bidder Qfferer:

a. is not owned or controlled by one or more citizens of a foreign country included in the list ofcountries that discriminate against U.S. firms as published by the Office of the United States TradeRepresentative {U.S.T.R.);

b. has not knowingly entered into any contract or subcontract for this project with a person that isa citizen or national of a foreign country included on the list of countries that discriminate against U.S. firmsas published by the U.S.T.R; and

c. has not entered into any subcontract for any product to be used on the Federal on the projectthat is produced in a foreign country included on the list of countries that discriminate against U.S. firmspublished by the U.S.T.R.

This certification concerns a matter within the jurisdiction of an agency of the United States of America andthe making of a false, fictitious, or fraudulent certification may render the maker subject to prosecutionunder Title 18, United States Code, Section 1001.

The Offerer/Contractor must provide immediate written notice to the Owner if the Gfferer/Contractor learnsthat its certification or that of a subcontractor was erroneous when submitted or has become erroneous byreason of changed circumstances. The Contractor must require subcontractors provide immediate writtennotice to the Contractor if at any time it learns that its certification was erroneous by reason of changedcircumstances.

Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49CFR 30.17, no contract shall be awarded to a Bidder an-Offerer or subcontractor:

(1) who is owned or controlled by one or more citizens or nationale of a foreign country included onthe list of countries that discriminate against U.S. firms published by the U.S.T.R, or

(2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreigncountry on such U.S.T.R. list or

(3) who incorporates in the public works project any product of a foreign country on such U.S.T.R.list;

Nothing contained in the foregoing shall be construed to require establishment of a system of records inorder to render, in good faith, the certification required by this provision, The knowledge and information ofa contractor is not required to exceed that which is normally possessed by a prudent person in the ordinarycourse of business dealings.

The Gfferer Contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporatethis provision for certification without modification in in all lower tier subcontracts. The Ceontractor may relyon the certification of a prospective subcontractor that it is not a firm from a foreign country included on thelist of countries that discriminate against U.S. firms as published by U.S.T.R, unless the Contractor Offererhas knowledge that the certification is erroneous.

This certification is a material representation of fact upon which reliance was placed when making an award.If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification,the Federal Aviation Administration may direct through the Owner cancellation of the contract or subcontractfor default at no cost to the Owner or the FAA.

20-32 BUY AlyIERICAN CERTIFICATIONEach Bidder sha/I complete the Buy American Certification that is included with the Bld Form.

Rev. October 2020CBS Engineers, Inc.

General Provisions-19

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTWE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

BID REQUIREMENTS AND CONDITIONSINSTRUCTIONS TO BIDDERS

SECTION GP 20

20-33 NON-SEGREGA TED FACILITIESThe Bidder's signature on the Bid Form constitutesits Certification of Bidder Regarding Equal EmploymentOpportunity — Non-Segregated Facilities and that:.

(a) The Contractor agrees that it does not and will not maintain or provide for its employees any segregatedfacilities at any of its establishments, and that it does not and will not permit its employees to perform theirservices at any location under its control where segregated facilities are maintained. TheContractor agrees that a breach of this clause is a violation of the Equal Opportunity clause in this contract.

(b) "Segregated facilities," as used in this clause, means any waiting rooms, work areas, rest rooms andwash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressingareas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housingfacilities provided for employees, that are segregated by explicit directive or are in fact segregated on thebasis of race, color, religion, sex, or national origin because of written or oral policies or employee custom.The term does not include separate or single-user rest rooms or necessary dressing or sleeping areasprovided to assure privacy between the sexes.

(c) The Contractor shall include this clause in every subcontract and purchase order that is subject to theEqual Employment Opportunity clause of this Ceontract.

20-34 CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (49 CFR 20)The Bidder~ certifies by signing and submitting this Bid, er~esal-, to the best of his or herknowledge and belief, that:

(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder erOfferer, to any person for influencing or attempting to influence an officer or employee of an agency, aMember of Congress, an officer or employee of Congress, or an employee of a Member of Congress in

connection with the awarding of any Federal contract, the making of any Federal grant, the making of anyFederal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal,amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person forintluencing or attempting to influence an officer or employee of any agency, a Member of Congress, anofficer or employee of Congress, or an employee of a Member of Congress in connection with this Federalcontract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.

(3) The undersigned shall require that the language of this certification be included in the award documentsfor all sub-awards at alf tiers (including subcontracts, sub-grants, and contracts under grants, loans, andcooperative agreements) and that all sub-recipients shall certify and disclose accordingly,

This certification is a material representation of fact upon which reliance was placed when this transactionwas made or entered into, Submission of this certification is a prerequisite for making or entering into thistransaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the requiredcertification shall be subject to a civil penalty of not less than $ 10,000 and not more than $100,000 for eachsuch failure.

END OF SECTION 20

Rev. October 2020C&S Engineers, Inc.

General Provisions-20

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

AWARD AND EXECUTIONSECTION GP 30

SECTION 30 AWARD AND EXECUTION OF CONTRACT

30-01 CONSIDERATION OF PRQtaQSALS BIDS.After the repeeals Bids are publicly opened and read, they will be compared on the basis of theeumraatlen

the Total Bi d Price as included in Section 00 41 13. In determining the apparent low bid, lhe Owner reservesthe right to correct, in all bids, obvious mathematical errors within the Total Bid Price, the unit priceextensions, page totals or any combination thereof, if applicable. If a bidder's prepesal Bid contains adiscrepancy between unit bid prices written in numbers, the unit price written in words shall govern.

Until the award of a contract is made, the Owner reserves the right to reject a bidder's prepeeat bid for anyof the following reasons:

a. If the prepesal Bid is irregular as specified in Section 20,. paragraph 20-0912 IRREGULAR~SALS BIDS.b. If the bidder is disqualified for any of the reasons specified Section 20, paragraph 20-1417,

DISQUALIFICATION OF BIDDERS.

In addition, until the award of a contract is made, the Owner reserves the right to reject any or all~bids, waive irregularities or technicalities, if such waiver is in the best interest of the Owner and is inconformance with applicable state and local laws or regulations pertaining to the letting of constructioncontracts; advertise for new~ bids; or proceed with the Work otherwise. All such actions shallpromote the Owner's best interests.

30-02 AWARD OF CONTRACT.The A Notice of Intent to Award ef-a the Contract, if it is to be awarded, shall be made within 60~

, the Bid Guarantee Period specifiedin Section 20,unless otherwise specified herein.

If the Owner elects to proceed with an award of contract, the Owner will make award to the responsiblebidder whose Bid, conforming with all the material terms and conditions of the Bid Documents, is the lowestin price..

Bidders are hereby informed that the award of this Contract may be contingent upon Owner's receipt ofgrant funding. The Owner reserves the right not lo proceed with the award of the Contract For any reason,including, bul nol limited lo, if the lowest Total Bid Price exceeds the Owner's estimates or budget or fundingis othenvise unavailable. The Owner shall have the right lo rescind ils Notice of Intent lo Award withoutliability, except for the return of the Bid Security to the Bidder, at any time before the Contract Documentshave been fully executed by all parties and delivered to the Conlractor.

The Owner also reserves the right lo take into consideration the Bidder's Qualifications and pastperformance with the Owner or any other entityin determining if the Bidder is responsible and qualified.

30-03 CANCELLATION OF AWARD.The Owner reserves the right to cancel the award without liability to the bidder, except return of prepesalBid Security, at any time before a contract has been fully executed by all parties and is approved by theOwner in accordance with paragraph 30-07 APPROVAL OF CONTRACT.

Rev. October 2020C&S Engineers, Inc.

General Provisions-21

AC 15015370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8G REHABILITATION

AWARD AND EXECUTIONSECTION GP 30

30-04 RETURN OF PRQPQSAL BID QVARAI4TY SECURITY.All prepeesl Bid gusrsatlee Securities, except those of the twe three lowest bidders, will be returnedImmediately within ten (10) days after the Owner has made a comparison of Bids as specified in theparagraph 30-01, CONSIDERATION OF PRQPQSALS BIDS. Prspeset Bid guersatiee Securities of thetws three lowest bidders will be retained by the Owner until such time as an award is made, at which time,the unsuccessful bidder's prspeeaI Bid~ Security will be returned within seven (7) days. Thesuccessful bidder's prepseat Bid guaranty Security will be returned as soon as the Owner receives theContracts bonds as specified in paragraph 30-05, REQUIREMENTS OF CONTRACT BONDS.

30-05 REQUIREMENTS OF CONTRACT BONDS.At the time of the execution of the Ceontract, the successful bidder shall furnish the Owner a surety bondor bonds that have been fully executed by the bidder and the surety guaranteeing the performance of thework and the payment of all legal debts that may be incurred by reason of the Contractor's performance ofthe Wwork.

Contractors are hereby informed that as a public entity, ths Owner's propertyis not sub/'ect to theConstruction Lien Law containedin Chapter 713, Florida Statutes.

A Performance Bond and a Payment Bond satisfactory to the Owner, each in an initial amount of not lessthan the Total Contract Price, will be required from the successful Bidder for, among other, the followingpurposes; a) to guarantee faithful performance of the requirements of the Contract Documents, includingall applicable warranties; b) to guarantee the paymont of all labor, materials, or supplies used directly orindirectly in the prosecution of the Work provided for in the Contract; and c) to comply fully with therequirements of Florida law,

The Penal Sum of the Performance Bond and the Payment Bond shall be increased or decreasedautomatically during the course of the Work in the event that Contract Modifications or addenda increaseor decrease the Total Contract Price so that the Penal Sum of each bond she/i be in an amount equal tothe Total Contract Price Sum at the completion of the Work.

The Bonds shall be written through a licensed Florida agency on behalf of a surety company licensed to dobusinessin Florida meeting the following requirements:

a. For Contracts in which the Total Contract Price exceeds $ 100,000, the Surety must be rated noless than "B+" as to management and no less than "Vl" as to strength and for Contractsin whichthe Total Contract Price exceeds $ 1,000,000, the Surety must be rated no less than "A-" as tomanagement and no less than "V/II" as to strength, by the latest edition of Best's insurance Guide,published by A.M. Best Company, Post Office Box 1107, Summit, New Jersey 08901.

b. The Surety Company executing the bonds shall be on the current list of the U.S. TreasuryDepartment as being approved by and for writing bonds for Federal pro/'acts in an amount not lessthan the Penal Sum of the bonds provided to Owner.

c. Bonding Limit — Any One Risk: The bonding limil of the Surety shall not exceed five percent (5%)of the policyholder surplus (capital and surplus) as listed by the aforementioned Best's InsuranceGuide.

d. The Contractor shall, before commencing with the Work, record a copy of the Performance andPayment Bonds in the Orange County clerk's office pursuant to Florida Statute 255.05. Upon

Rev. October 2020C&S Engineers, Inc.

General Provisions-22

AC 150/53?0-10H 12/21/2018

ORLANDO EXECLITIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

AWARD AND EXECUTIONSECTION GP 30

request of any person or entity appearing to be a polential beneficiary of bonds covering paymentof obligations arising under the Contract, the Contractor shall promptiy furnish a copy of theapplicable bond or shall permit a copy to be made.

If the Surety on any bond furnished by the Contractoris declared bankrupt or becomesinsolvent orits rightto do businessis terminated or suspendedin any state orit ceases to meet the requirements defined above,or any such bondis otherwise void or defective for any reason, the Contractor shall within ten (10j daysthereafter substitute Performance and Payment Bonds from a different Surety, pursuant lo the ContractDocuments. The Owner may at its sole discretion suspend all Work pursuant to GP80-12 pendingConlractor procuring substitute bonds.

30-06 EXECUTION OF CONTRACT.

Unless all Bids are ref'ected, a Notice ofIntent to Award the Contract will be issued to the apparent successful Bidder. The IVotice of Inlent to Awardis not a commitment, but a procedure to enable the Bidder to assemble and deliver to the Owner theContract Documents. The Bidder who receives a IVotice of Intent to Award lhe Contract shall, within ten(10) days of the date of Notice of Intent to Award, execute and deliver to the Owner all of the requiredContract Documents, including, but not limited to the following:

a, the Contract Agreementin the form containedin the Bid Documents,

b, the Bond Cover Sheet, Performance Bond and Payment Bond in the form contained in the BidDocumonls, each for not less then the Total Contract Price,

c. the Power of Attorney,

d. the Performance and Payment Bond Certification Form, evidencing lhe auihority of the personexecuting the Bonds,

e. the Certificate of insurance evidencing the requiredinsurance coverage,

f. the Statement of Agent or Broker,

g. the required DBE data and submittals, and

h. the Preliminary Schedule.

The above documents must be furnished, executed and delivered to the Owner before the Contract will beexecuted by the Owner. The Contract shall not be deemed awarded and shall not be binding upon theOwner untiiit has been executed by the Owner and a copy of the fully executed Contract Documents isdelivered to the Contractor.

30-07 APPROVAL OF CONTRACT.Upon receipt of the eContract and contract bond or bonds that have been executed by the successfulbidder, the Owner shall complete the execution of the eContract in accordance with local laws orordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed Ceontractto the Contractor shall constitute the Owner's approval to be bound by the successful bBidder's~Bid and the terms of the eContract.

Rev. October 2020C&S Engineers, Inc.

General Provisions-23

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

AWARD AND EXECUTIONSECTION GP 30

30-08 FAILURE TO EXECUTE CONTRACT.Failure of the successful bidder to execute the Contract and furnish an acceptable surety bond or bondswithin ten (10)calendar days after the date of the Notice of Intent to Award shall be just cause for cancellation of theeAward end forfeiture of the prepes4 Bid Security, not as a penalty, but as liquidation of damages to theOwner. In such event, a Notice of Intent to Award the Contract may be provided lo the next lowest, qualifiedBidder whose Bidis responsive to the Advertisement.

30-09 ALLOWANCESThe Contractor shall includein the Total Contract Price all allowances statedin the Contract. /Iems coveredby allowances shall be supplied for such amounts and by such persons or entities as the Owner may direct.

Unless otherwise provided in the Contract Documents:

a. materials and equipment under an allowance shall be selected by the Owner within the time framesrequired by lhe current accepted schedule;;

b. allowances shall cover the cost to the Contractor of materials, supplies and equipment deliveredat the site and all required taxes, plus mark-up in accordance with GP-40, less applicable tradedi scounts;

c, whenever aliowances are used, the remaining allowance amount, and the Total Contract Priceshall be adjusted accordingly by a Contract Modification. The amount of the ContractModiTication shall be calculatedin accordance with GP-40 and shall reflect the differencebetween actual costs and the allowance amount and be supported by appropriate subslantiatingdata.

30-10 OWNERSHIP AND USE OF DESIGNER'S DRAWINGS, SPECIFICATIONS AND OTHERDOCUMENTSAII Drawings, Specifications and other documents prepared by the Designer are and shall remain theproperty of the Owner and the Owner shall retain all common law, statutory and other reserved rights withrespect thereto. They shall not be used on any other project without the prior written consent of the Owner,and the Contractor shall take such action as may be necessary to prevent their use on any other project orfor additions to the Project oulside the scope of the Work by any Subcontractor or material and equipmentSupplier. The Contractor, Subcontractors, and material and equipment Suppliers are granted a limitedlicense to use and reproduce applicable portions of the Drawings, Specifications and other documentsprepared by the Designer appropriate to and for use in the execution of their Work under the ContractDocuments. Submittals or distributions necessary to meet official regulatory requiremenls or for otherpurposes relating to completion of the Project are not to be construed as a publication in derogation of/heOwner's copyright or other reserved rights.

30-11 STANDARD FORMSThe following forms shall be utilized in the execution of the Work:

1. REQUEST FOR INFORMATION (RFI): A RFI shall be utilized in the field to present any questions orinterpretations requested by the Contractor. The OAR shall, upon receipt, secure a response from anappropriate soun:e. The OAR will provide the Contractor with a written response to the RFI withreasonable promptness to avoid or minimize delayin the progress of the Work.

Rev. October 2020C&S Engineers, Inc.

General Provisions-24

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

AWARD AND EXECUTIONSECTION GP 30

2. REQUEST FOR CHANGE ORDER (RCO): A RCO shall be utilized by the Contractor to formally presentany request for monetary, time, or contractual adjustmenl. The RCO shall provide justification forentitlement to the change and shall be substantiated in accordance with GP40. A RCOis not notice of aClaim.

3. DESIGAIER'S SUPPLEMENTAL INSTRUCTION (DSI): A DSI shall be utiilzed by the Designer to provideclarifications or supplemental information to the Contractor. The intent of the DSI is for the Designer toclarify and supplement the existing requirements of the Contract. A DSI may not modify the scope ofWork.

4. BULLETIN: A Bulletin shall be utilized by the OAR to indicate proposed modifications to lhe drawings orspecifications. Upon receipt of a Bulletin, the Contractor shall submit a delai led breakdown ofcosts (addsor deducts), if any, in the form of a Request for Change Order (RCO) for review by the Owner and OAR.

5. CHANGE ORDER (CO): A CO shall be utilized to formalize modifications to the Contract that are agreedto by the Owner and Contractor in accordance with GP-40.

6. CONSTRUCTION CHANGE DIRECTIVE(CCD): A CCD shall be utilizedin the absence ofan agreementon a CO to express a written order by the Owner directing a change in the Work in accordance with GP-40.

7. FIELD CHANGE ORDER (FCO): A FCO may be utilized forimmediate direction and authorization toproceed with Changesin the Work in accordance with GP-40.

8. JOB MEMORANDUM (JM): A JM shall be utilized by the OAR to communicatein writing to the Contractoreither a deficiency in the Work or other action required of the Contractor. The Contractor shall provide awritten response lo the OAR with reasonable promptness.

30-12 INFORMATION AND SERVICES REQUIRED OF THE OWNERThe Owner shall furnish the Contractor with the name of the person or firm who shall be the OAR for thepurpose of all communication required between the Owner and lhe Contractor.

The Owner shall nol be responsible for furnishing surveys or other information as to lhe physicalcharacteristics of or utility locations for the Project sile.

Ttie Owner shall secure and pay for any easements, transportation and sewer benefit fees, Orlando UtilitiesCommission charges for electrical transformer and primary service costs and water serviceinspection fees,and threshold inspections associated with the Work. The Contractor shall secure and pay for ail otherpermits, inspections, fees and notices, as set forth more particularly in GP-70.

END OF SECTION 30

Rev. October 2020C&S Engineers, Inc.

General Provisions-25

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F/tG REHABILITATION

AWARD AND EXECUTIONSECTION GP 30

THIS PAGE INTENTIONALLY LEFT BLANK

Rev. October 2020C&S Engineers, Inc.

General Provisions-26

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

SCOPE OF WORKSECTION GP 40

SECTION 40 SCOPE OF WORK

40-01 INTENT OF CONTRACT.The intent of the Ceontract is to provide for construction and completion, in every detail, of the workdescribed. It is further intended that the Contractor shall

provide and pay for a/I labor, services, materials, equipment, tools, constructionequipment and machinery, water, heat, utilities, transportation, and all other facilities and servicesnecessary for proper execution and completion of the Work, whether temporary or permanent and whetheror not incorporated or to be incorporated in the Work. The Contractor shall not be entitled, under anycircumstances, to any increased cost of doing business, including but nol limited to, increased costs ofmaterials, trucking, and fuel.

40-02 AIRPORT LAYOUT PLAN CHANGE REQUESTPrior lo the start of construction, the Contractor shall be required to review the FAA permit for the constructionequipment and machinery planned to be used at the Airport for the Project. If there is any modification required,an amendment shall be fiied to the FAA by the Contractor through the OAR. The review and approval processrequires a minimum of forty-tive (45) days. No construction equipment or machinery shall tie permitted on theAirport property until aRer the Airport Layout Change Request, including any modifications or amendmentsrequired for the Contractor's equipment, has been approved by the FAA. This constniction equipment andmachinery shall be marked and lightedin accordance with the FAA requirements or as shown and specifiedinthe Contract Documents.

40-033 ALTERATION OF WORK AND QUANTITIES.The Owner reserves the right to make such changes in quantities and Work as may be necessary ordesirable to complete, in a satisfactory manner, the original intended Work. Unless otherwise specified inthe Contract, the Designer shall submit a Bulletin to the OAR dofining the changein the Work Work andvariation of quantities, and the Owner shall process a Contract Modification to implement such change be

in the Work and variation of quantitiesas may be necessary to complete the Work.

For purpose of this section, a significant change in character of Work means: any change thai is outsidethe current contract scope of Work; any change (Increase or decrease) in the /Total Contract Pricesesl bymore than 25'/o, or any change in the total cost of a major Contract item by more than 25 A.

Work alterations and quantity variances that do not meet the definition of significant change in character ofWork shall not invalidate the Csontract nor release the surety. Contractor agrees to accept payment forsuch Work alterations and quantity variances in accordance with Section 90, paragraph 90-03,Compensation for Altered Quantities.

Sheukf 1 The value of altered Work or quantity varianceof such altered Work

'shall be covered by a Contract Modification supplemental

agreeraent.. If the Owner and the Contractor

are unable to agree on a Change Order ualtadjaetrneat that meets the criteria for significant change incharacter of Work for any Contract item th~qalres-a, the Owner reserves theright to terminate the Contract with respect to the item and make other arrangements for its completion.

Rev. October 2020CKS Engineers, Inc.

General Provisions-27

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

SCOPE OF WORKSECTION GP 40

40-04 PROCEDURES FOR CHANGES IN THE WORK1. IN GENERAL

Contract Modifications may be made by (1) Change Order ("CO"), (2) Construction ChangeDirective (*'CCD") or (3) Field Change Order ("FCO"). Both COs and CCDs must be approved bythe Owner's Construction Committee or the Greater Orlando Aviation Authority Board inaccordance with the Owner's Policies. A FCO may be issued by the Ownerin accordance with theOwner's Policies.

When there is an agreement between the Owner and Contractor to modify the Work, ContractPrice, Contract Time or other contract terms, a CO or FCO shall be signed by both the Contractorand the Owner.

When the Contractor and Owner do not agree to the terms of a proposed CO, the Owner mayuniiaterally issue a CCD. Once signed by the Owner, CCDs are made part of the Contract and theContractor has a contraclual obligation to complete the Work identified in the CCD.

Changes in the Work shall be performed in accordance with lhe applicable provisions of theContract Documents.

If the FCO, CO or CCD provides for an adjustment of the Total Contract Price, the amount of theadjustment shall be based upon one of the following methods which shall be selected by the Owner:

a. a lump sum properlyitemized and supported by sufficient substantiating data to permit evaluationwhich data shall include, at a minimum, copies of such books and records of the Contractor andits Subcontractors to verify actual material and equipment costs, labor costs, actual bondpremiums, other allowable costs as defined in GP-40, and any estimates, work sheets, quotes,proposals or other data used by the Contractorin estimating the value of the changed Work; or

b. unit prices statedin the Contract Documents or subsequently agreed upon; orc. in a manner otherwise agreed upon by the Owner and the Contractor; ord. in accordance with the Force Account provisions of GP-40.

If unit prices are included in the Contract Documents, the Owner may authorize by FCO, CO orCCD increases or decreasesin quantities of any Work item without any change in the applicableunit price, provided that the aggregate change does not increase or decrease the aggregatequantity of a Work Item by an amount greater than twenty-five percent (25%). If the aggregatequantity of a Work Item changes (eitherincreases or decreases) by more than twenty-five percent(25%), then the Owner and Contractor shall mutually agree upon an increase, decrease, or nochange in the unit price for the Work Item.

Contractor shall submit a Request for Change Order (RCO) to the OAR for all proposed ContractModifications. Each RCO must include a detailed breakdown of all proposed cost changes and therequired schedule analysis andinformation for proposed changesin Contract Time. The proposedContract Modifications in the RCO shall constitute a final proposed change, such that the Owner'sacceptance of the RCO will provide complete relief, compensation, and time for the ContractModification sought, without regard to whether the RCO contains estimates of relief such as, butnot limited to, "rough order of magnitude" amounts, approximate scheduies, or other documents orconditions. Moreover, when a Contract Modification references RCOs or any other documentssubmitted by the Conlractor, including backup documentation, such documents and references aresolely for lhe purposes of deciding the scope of the Work of the Contract Modification; noreservations, limitations, 'boilerplate,'r purported terms or conditions that may be contained insuch documents or references are included in the Contract Modification. A RCO is not notice of a

Rev. October 2020C&S Engineers, Inc.

General Provisions-28

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABII ITATION

SCOPE OF WORKSECTION GP 40

Claim. RCOs seeking relief for circumstances giving rise to a Claim must comply with therequirements of GP 50.

.8 Each RCO shailinclude the proposed equipment rates for major equipmenl owned or leased bythe Contractor or by its Subcontractors and the proposed labor rates, excluding burden, for all majortrades anticipated to be required on the Contract Modification, including those supplied bySubcontractors. This shall include written confirmation by the Contractor or Subcontractor whereapplicable, that ihe labor rates reflect actual compensation, excluding those ilems defined below tocomprise labor burden. If the Contractorintends to request a labor burden rale greater than allowedby the Contract Documents, the complete substantiation for this reques! must also be submittedwith the labor rates. The Contractor shall also provide, if requested by the OAR, actual payrollrecords to support the labor rates. After review and approval by the OAR, these approved laborand Contractor owned and leased equipment rates shall be used on subsequent change ordersrequiring work by these same trades and equipmenl. In the event ihat additional trades orequipment are required for Contract Modifications the Contractor shall provide the sameinformation defined above for these additional trades and equipmenl to the OAR lor approval.

.9 The RCO for a proposed change in contract cost must include a detailed breakdown of theallowable direct costs by Contractor, Subcontractors and Suppliers. The following allowable directcosts include direct labor, labor burden, equipment, material, sales taxes, additional bond costsand other costs further defined as follows:

a. Direct labor is ail the labor required to perform the Work. Unless allowed in GP-40, di'rect labordoes not include salaried employees on site, supervision (project manager, project engineer,supen'ntendent) and home office costs, all of which are compensated as part of Contractor's mark-up. Each RCO shall include a complete breakdown for proposed direct labor by position with theproposed number of work hours for each position.

b. Contractor's burden on direct labor costs shall be limited to a maximum of 42%6 of iabor costs forstraight lime and 30% for overtime, unless the Contractorjustifies to the satisfaction of the Ownerthat ihe Contractor's actual costs for suchitems exceed these limits. Labor burden items are thenet costs actually incurred by the Contractor for the following items: social security taxes (FICA);unemployment taxes (FUTA, SUTA); worker's compensation, medical and dental insurancepremiums; pension, 401k and other types of retirement benefits and profit sharing plans; and paidtime off, if applicable, For union labor, the burden rate shall be the actual amount defined by theunion agreement in effect when the change orderis negotiated. If the Contractor requests Owner'sconsideralion of a burden rate exceeding these limits, the Contractor shall submit completedocumentation ofits higher costs to the OAR for approval.

c. Equipment costs shall comply with the following:

(1) lf the equipment is owned or leased by the Contractor or Subcontractor (of any tier),Ihe equipment rates shall not be more than fifty percent (50Ão) of the properly adjustedrates indicated in the most recent Rental Rate Blue Book by Dataquest Inc. ("BlueBoo/i"), applicable to the date additionai work activity was approved, for the period ofactual use of such equipment. Maximum rates for equipment not listed in the Blue Bookshall be established by capacity comparisons to other listed equipment. No overtimecharges shall be made for equipment operating longer than 8 hours per day and onlydaily or prorated weekly or monthly rates per day shall be allowed depending on theactual rental period. The Contractor's equipmenl daily rates shail be based on 1/30thof the monthly rates, and hourly rates (not to exceed a total of 8 hours per day) shallbe based on 17176th of the monthly rate. Operating costs, if no/included in the BlueBook rates, shall be no greater than 15M of the rental rate for actual operating hours:

(2) For rental equipment, the Contractor shall provide copies of the rental agreement foreach item of equipment required for the work. Compensation wil/ be made for the

Rev. October 2020 AC 150/5370-10H 12/21/2018C8S Engineers, Inc.

General Provisions-29

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

SCOPE OF WORKSECTION GP 40

anticipated amount of time required for the work, rounded to the next iowest minimumrental duration (typically per day).

(3) No payment will be made for repairs or repair down time.

No payment wi// be made for the use of hand tools and other small equipment normally available atthe Project site, which are compensated by Contractor's mark-up.

d. Material cost shall correspond to actual quantities of materials required to complete the Work.Invoices, prorated to these actual quantities, including freight to sile, if not transported by truckspaid for otherwise, plus applicable sales tax, shall constitute the only reimbursable materialsexpenses. Material prices shall be consistent with or under values established by industry guidesrecording the lowest prices for Central Florida.

e. Actualincreasesinits performance and payment bond costs forthe Project, but oniy to the extentsupported by actual invoices which show the difference in cost resulting from the overall changein Total Contract Price. These additional costs are notincludedin change orders prior to the finalchange order for the Project, Contractor will be compensated for additional bonding costs suchas Subguard or other similar bonding services, or for bonding costs for any Subcontractor orSupplier of any tier, but not both.

f. Actualincreasesin the cost ofgeneral liabilityinsurance, but only to the extent supported by actualinvoices which show the difference in cost resulting from the overall change in Total ContractPrince. No payment will be made without this specific documentation.

g. Actualincreasesin permitting costs, but only to the extent supported by actual invoices or receiptsshowing the difference between the permitting costs for the for the Work prior to any ContractModifications and the final permitting cost after all Contract Modifications have been completed.

h. Transportation and living expenses for specialized personnel required to compiete the ContractModification that are based more than 50 miles from the Project site. Costs for transportation byprivate or rented vehicles shall not exceed the mileage costs established by the U.S. InternalRevenue Service. Public air and ground transportation costs must not exceed coach class faresdocumented by actual receipts. Living expenses (room and meals) shall not exceed the Per Diemrates established by the U,S General Services Administration for the locationin which the Work islocated.

i. In those cases where the Contract Documents allow for compensation related to the extension ofContract Time, the allowable costs are strictly limited to the following:

(1) Extended general conditions consisting of the cost for Contractor to maintain its siteoperations for the duration of the delay event,

(2) Demobilization and re-mobilization of equipment that is required for continuation of theWork after lhe delay event or reimbursement at the agreed equipment rates as definedabove, whichever results in the lowest cost,

(3) Additional direct costs, if any, as defined above,(4) Additional site supervision (project manager, project engineer, superintendent), direct

labor costs, but only for supervision of any additional work during the period of extendedcontract time. If no additional work is performed, compensation for site supervision will

not be allowed.(5) Acceleration costs, but onlyif agreed to in advance, in writing, by the Owner.

.10 RCOs that include a proposed adjustment of Contract Time shall comply with the following:

a. The Contractor's RCO for an adjustment of Conlract Time must be substantiated by an analysisof the critical path method schedules in use on the Project. For the delay event, the Contractormust utilize the accepted progress schedule with a data dateimmediately prior to the date that thealleged delay event occurred (or utilize the schedule update with a data date immediately prior tothe date that the alleged delay event occurred), and compare the project critical path to the critical

Rev. October 2020 AC 150/5370-10H 12/21/2018C&S Engineers, Inc.

General Provisions-30

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

SCOPE OF WORKSECTION GP 40

path of the accepted project schedule with a data dateimmediately after the date the alleged delayevent ended (or the schedule update with a progress schedule data date immediately after thedate the alleged delay event ended). The comparison of these two accepted project schedules, orschedule updates, must show that the project completion date was delayed by the delay eventand the number of days of delay caused by the delay event.

(1) If the analysis shows that a delay has occurred to the project completion date due tothe delay event, the Contractor must identify from this analysis the specific criticalactivities that have been delayed and the magnitude in calendar days of each delay.

(2) For all delays identified as described above, the Contractor must identify the activitiesthat the Contractor believes were delayed by the Owner and the reasons why itbelieves the Owner should be considered responsible for lhe delay. All other delaysidentified in the analysis will be considered the responsibility of the Contractor. TheContractor must also identify any delays that the Contractor believes are concurrenland describe how the Owner and the Contractor concurrently caused the delay.

(3) in addition to the requirements set forth above, if abnormal inclement weatherconditions are the basis for a request for an adjustmenl of Con/reel Time, such Claimshail be documented by National Weather Service data for Orlando internationalAirport (OIA) substantiating that weather conditions were abnormal for the period oftime as compared to the average weather conditions for OIA over the preceding ten(10) years and could not have been reasonably anticipated. For rainfall, fog orlemperature conditions the calendar month will be used as the period of time overwhich these effects are evaluated. Adjustments of Contract Time will not be allowedfor recorded rainfall„ fog or temperature conditions less than or equal to the monthlyten (10) year historical mean conditions. Significant rainfall accumulations, for ortemperature conditions recorded above the historical monthly mean may beconsidered as a basis for a day for day adjustment of time due to abnormalinclementweather. No compensation will be allowed for delays resulling from abnormalinclement weather. All Claims for adjustments of time based on weather must besubstantiated by showing the adverse effect on critical path construction activities.

b. /f the Contractoris delayed in performance of the Work by any act or omission of the Owner, OARor by any member, officer, employee, agent, servant, or representative of the Owner or OAR, orby any separate contractor or consultant engaged by the Owner or OAR, or by changes in theWork ordered by the Owner (as reflected in COs, CCDs, or FCOs], or by fire, or any unforeseencause which the Contractor lacked any ability to control or manage, all of which occurred withoutany responsibility, fault or negligence on the part of the Contractor and, in the opinion of the Owner,neither could have been anticipated nor avoided by the Contractor, then the Contract Time shallbe exlended for an appropriate period of time to compensate the Contractor for the delay, whichin no event shall exceed a day-for-day extension for the period ofproven actual delay to the criticalpath as described above; provided that the Contractor has complied with the notice requirementsof GP-50 and submitted full documentation supporting the request. Neither labor disputesinvolving the Contraclor, its Subcontractors or any other laborers or materialmen performing theWork, nor abnormal inclement weather conditions, shall be considered to be unforeseeable,unavoidable or unanticipated. An extension of the Contract Time shall be the Contractor's soleand exclusive remedy for any delay of any kind or nature, except to the extent the delays weresolely caused by (1) materiai acts or material omissions by the Owner or parties for whom theOwner bears responsibility constituting active interference or (2) concealed or unknown conditionsas sei forth in GP-50. For these delays, the Contractor is only entitled to the reasonable actualcosts that are caused directly and solely by the delay and allowed for Contract Modifications asset forth in GP-40. The Owner's exercise of any ofits rights or remedies, including, withoutlimitation, ordering changesin the Work, or suspending, rescheduling or ordering correction of the

Rev. October 2020C&S Engineers, Inc.

General Provisions-31

AC 150/5370-10H 12/21/2018

ORLANDO EXECLITIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

SCOPE OF WORKSECTION GP 40

Work, regardless of the extent or frequency of Owner's exercise of such n'ghts or remedies, shallnot be construed as active interference.

c. In no event, including circumstancesin which it is alleged or proven that Owner intentionallyinterfered with the Contractor's performance of the Work, shall the Contractor be entitled to recoverfrom the Owner, for itself or its Subcontractors, suppliers or other parties claiming a right ordamage by or through Contractor, any of the following items or damages arising out of or relatedto this Contract or the breach thereof:

(1) loss of profits or anticipated profits(2) inefficiency or loss of productivity(3) acceleration costs not specifically agreed to in advance, in writing, by the Owner(4) home office overhead(5) any cost thatis not specifically allowed by GP-40.(6) indirect, incidental, consequential or special damages, including but nol kmited to, loss

of bonding capacity, loss of bidding or loss of business or contracting opportunities orotherimpact costs.

Cost of Work Item

.11 The Contractor, on behalf of itself and its Subcontractors and Suppliers, represents that allallowable costs furnished by the Contractor to the Owner for any CO, CCD, FCO or Force AccountWork, shail be fair, reasonable, accurate, complete and current at the time of submission. In

addition to any other rights and remedies provided to the Owner by the Contracl Documents, theOwner shall have the right to adjust the Total Contract Price lo (1) exclude any amounts by whichthe Owner determines any CO, CCD, FCO or Force Account Work was increased due toinaccurateinformation and (2) recoverinterest on all excess amounts paid to the Contractor at the legal rateofinterest. The Contractor and its Subcontractors shall be required to include these provisions inany Subcontracts entered into for this Project.

.12 Mark-upis defined as the amount to be includedin the Contract Modification as the Contractor'soverhead and profit, and includes all compensation for all costs associated with general conditions,all home office costs, supervision (home office, project managers, project engineers andsuperintendents and all salaried employees of the Contractor that have been assigned to theProject), cost estimating services, consumables, small tools, layout, coordination, as-built drawingsand all other costs not specifically allowed in GP-40. No separate payment shat/ be allowed forany expense that is included in the mark-up.

.13 Unless otherwise agreed by the parties, the amount of mark-up shall be determined separately foreach work item and is calculated as a percentage of the costs that are specifically allowed in GP-40. The amount of mark-up shall not exceed the following percentages:

(A) (B) (C)Contractor's Contractor's Mark-up on First Tier Subcontractors'ark-up

on Work by Work Performed by Mark-up on All WorkContractor's SubcontractorsOwn Forces or Suppliers

$ 1 to $25,000

$25,001 to $500,000

$500, 001 and above

15o

12oro'096

10Yo

8%a

6%a

I5'2'OYo

a. h/o mark-up is allowed for workitems when the change in quantityis within the limits allowed byGP-40. If, pursuant to GP-40, itis necessary to revise the unit price, the mark-upinciudedin therevised unit price shall not exceed the limitsin the foregoing table.

Rev. October 2020CB,S Engineers, Inc.

General Provisions-32

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABII ITATION

SCOPE OF WORKSECTION GP 40

b. The mark-up payable to the Contractor for administration of Work performed by its own forcesshall not exceed the appropriate percentage in Column A. This mark-up does not apply to anySubcontractors or Suppliers of any tier.

c. The markup payable to the Contractor for administration of Work performed by Subcontractors orSuppliers shall not exceed the appropriate percentage in Column B. This mark-up shall be appliedone time oniy by the Contractor on the total value of work performed by all Subcontractors andSuppliers of any tier. Distribution of this markup to Subcontractors and Suppliers, regardless of(ier, is the responsibility of the Contractor.

d. The markup allowed for each first tier Subcontractor shall not exceed the appropriate percentagein Column C. This mark-up shall be applied one time only by each first tier Subcontractor on thetotal value of all work performed by the Subcontractor and all its lower tier subcontractors orsuppilers. The firsttier Subcontractoris responsible for distribution ofits mark-up among all lower-tier firms. No lower lier subcontractor is allowed to mark-up their own work since their mark-up isto be distributed by the first-tier Subcontractor.

e..For deductive changes, the amount of the credit shall be the net amount of the change plus amark-up to be negotiated between the Owner and the Contractor.

f. There shall be no mark-up allowed on the costofbonds, insurance, permitting, or transportationand living expenses.

2. CHANGE ORDERS (CO)

A COis a written contract modification signed by the Owner and Contractor stating their agreementupon all of the following:

a. a changein the Work or the Contract Documents; andb. the amount of the adjustmentin the Total Contract Price, if any; andc. the extent of the adjustmentin the Contract Time, if any.

.2 Provided the Contractor executes the CO, the Owner mayissue a CO Notice to Proceed in accordancewith the Owner's Policies. The CO Notice to Proceed authorizes the CO work pending the Owner'sexecution of the CO.

3. CONSTRUCTION CHANGE DIRECTIVES (CCDj

.1 A CCD is a written order prepared and signed by the Owner directing a change in the Work orstating a proposed basis for adjustment, if any, in the Total Contract Price or Contract Time, orboth. The Owner may, by CCD, without invalidating the Contract, order changesin the Work withinthe general scope of /he Contract which the Contractor is required to complete, consisting ofadditions, deletions or other revisions, the Total Contract Price or Contract Time being adjustedaccordingly.

.2 A CCD shall be usedin the absence of tolal agreement on the terms of a CO

If the CCD provides for an adjustment of the Total Contract Price, the amount of the adjustmentshall be based upon the Force Account provisions set forth below or the Owner's best estimate ofthe actual cost of the Work.

.3 Upon receipt of an Owner-executed CCD, the Contractor shall promptly proceed wilh the changeinvolved and advise the OARin writing of the Contractor's agreement or disagreement with themethod if any providedin the CCD for determining the proposed adjustment in the Total ContractPrice or Contract Time.

Rev. October 2020C&S Engineers, Inc.

General Provisions-33

AC 150/5370-10H 12/21/2018

ORLANDO EXECLITIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

SCOPE OF WORKSECTION GP 40

.4 The Owner shall pay the Contractor for the actual work performed by the Contractor on the basisof the CCDin accordance with Section 90 pending total agreement on the lerms of a CO to resolveall remaining disputes concerning adjustments of Total Contract Price and/or Contract Time relatedto the CCD work. Any payments or adjustment, madein the Owner's discretion, shail not constitutean admission by the Owner of liability for those payments or adj ustment and shall not constitute awaiver of any of lhe Owner's or Contractor's rights under the Contract Documents.

FIELD CHANGE ORDERS (FCO)

.1 A FCO may be issued in accordance with the Owner's Policies, and is a written contractmodification signed by the Owner and Conlractor stating their agreement upon all of the following:

a. A change in Ihe Work or the Contract Documents; andb. The method intended for and the estimated amount of the adjustmentin the Total Contract Price

and Contract Time, if any.

.2 A fully executed FCO authon'zes the Contractor to immediately proceed with the changed Work.FCOs shall be incorporated into the Contract by appropriate CO or CCD. For FCOs that includeNot to Exceed pricing andlor Force Account work„ the Contractor shall submit ali required finalpricing and documentation to the OAR within thirty (30) days from the completion of the FCO work.

FORCE ACCOLINT WORK

.1 Force Account Work shall only include the same costs as tliose allowed by GP-40 and shall bedocumented and verified jointly by the Contractor and the OAR. The Contractor bears theresponsibility lor obtaining daily approval of all allowable Force Account charges described below.The Contractor shell not be paid for any claims whatsoever arising from unapproved charges. TheContractor shall provide documentation requested by the OAR including but not iimited to:

a. Time sheets which shall be approved daily by the OAR (or authorized site representative,designated for this purpose) for the actual hours spent for manpower and equipment listed.

b. Labor cost accounting records that evidence the net direct cost of the Contractor's labor andforemen while directly performing the Force Account Work activity, but excluding any costsassociated with any of the Contractor's superintendents, project engineers, or project managers

c, Equipment cost accounting records that evidence the cost of rented equipment or the Contractor'sequipment for the Force Account Work activity.

d. Material cost accounting records that evidence the net costs of materials foe the Force AccountWork activity.

.2 Within seven (T) days of the completion of the Force Account Work, the Contractor shall compileand submit lo the OAR a Force Account Reconciliationthat contains the backup documentation foreach element of the Force Account Work. A Force Account Reconciliation shall set forth allimpactsassociated with the Force Account Work, and shall comply with GP-50. The Contractor's final mark-up for overhead and profit shall be determined according to the cumulative cost of the ForceAccount Work in accordance with GP-40.

.3 The Contractor specifically agrees that no other Claims whatsoever shall be asserted against theOwner for such Force Account Work. If the Project includes multiple changes that are to be paidby Force Account, each Force Account Reconciliationshall be documented and processedseparately.

Rev. October 2020C&S Engineers, Inc.

General Provisions-34

AC 150i53TO-10H 12/21/201B

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

SCOPE OF WORKSECTION GP 40

.4 Upon verification of the Force Account Reconciliation, the OAR will prepare a CO for the ForceAccount Work.

1. MINOR CHANGES IN THE WORK

.1 A minor changein the IVork may beissued by the OAR when thereis no cosl for the change andwhen no adjustmenl to the Contract Time will be made. A minor change may be issued as aDesigner's Supplemental Instruction (DSI), as a written response to a Request for information orin any other manner that the OAR deems appropriate.

40-095 OMITTED ITEMS.The Owner, ' may provide a Contrac! Modification writte~ttee-4e-4heContractor. to omit from the w Work any eContract item

. Such omission of Contract itemsshall not invalidate any other Contract provision or requirement.

Should a Contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall be paidfor all work performed toward completion of such item prior to the date of the order to omit suchitem, Payment for work performed shall be in accordance with Section 90, paragraph 90-04, PAYMENTFOR OMITTED ITEMS.

40-046 EXTRA WORK.Should acceptable completion of the Contract require the Contractor to perform an item of work not providedfor in the awarded Contract as previously modified by a Contract Modification change—erder—,er

Owner may issue a Contract Modification to cover the necessary Extra wWork.Change-or/fere Contract Modification for eExtra wWork shall contain agreed unit prices for performing theehangeerder Extra wWork in accordance with the requirements specified in the Contract Modification orderand shall contain any adjustment to the Contract Time that, in the Owner's opinion, is necessary forcompletion of the eExtra wWork.

When determined by the Owner to be in the Owner's best interest, the RfxROAR may order the Contractorto proceed with Extra wWork as provided in Section 90, paragraph 90-05, PAYMENT FOR EXTRA WORK.Extra wWork that is necessary for acceptable completion of the pProj ect, but is not within the general scopeof the Work covered by the original Contract, shall be covered by a Change Orderas defined in Section 10,

If extra tVork is essential to maintaining the pProject critical path, RPR Owner may direct the OAR to orderthe Contractor to commence the extra wWork under a

' Force Account method.Once sufficient detail is available to establish the level of effort necessary for the eExtra IVork, the Ownershall initiate a Conlracl Modification to cover the eExtra wWork.

Any claim whatsoever for payment of Extra Work that is not covered by a Contract Modification writtenshall be rejected by the Owner.

40-067 MAINTENANCE OF TRAFFIC.It is the explicit intention of the Contract that the safety of the public, aircraft, as well as the Contractor'sequipment and personnel, is the most important consideration. The Contractor shall maintain traffic in themanner detailed in the Construction Safety and Phasing Plan (CSPP).With respect to his/her own

Rev. October 2020CLS Engineers, Inc.

General Provisions-35

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

SCOPE OF WORKSECTION GP 40

operations and the operations of all his/her subcontractors, the Contractor shall provide marking, lighting,and other acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any workarea or condition that may be hazardous to the operation of aircraft, fire-rescue equipment, or maintenancevehicles at the airport.

a. It is understood and agreed that the Contractor shall provide for the free and unobstructedmovement of aircraft in the air operations areas (AOAs) of the airport with respect to their ownoperations and the operations of all subcontractors as specified in Section 80, paragraph 80-05,LIMITATION OF OPERATIONS. It is further understood and agreed that the Contractor shallprovide for the uninterrupted operation of visual and electronic signals (including power suppliesthereto} used in the guidance of aircraft while operating to, from, and upon the airport as specifiedin Section 70, paragraph 70-15, CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICEAND FACILITIES OF OTHERS.

b. With respect to their own operations and the operations of all subcontractors, the Contractor shallprovide marking, lighting, and other acceptable means of identifying personnel, equipment,vehicles, storage areas, and any work area or condition that may be hazardous to the operation ofaircraft, fire-rescue equipment, or maintenance vehicles at the airport in accordance with theconstruction safety and phasing plan (CSPP) and the safety plan compliance document (SPCD).

c. When the Contract requires the maintenance of an existing road, street, or highway during theContractor's performance of work that is otherwise provided for in the Contract, plans, andspecifications, the Contractor shall keep the road, street, or highway open to all traffic and shallprovide maintenance as may be required to accommodate traffic. The Contractor, at their expense,shall be responsible for the repair to equal or better than preconstruction conditions of any damagecaused by the Contractor's equipment and personnel. The Contractor shall furnish, erect, andmaintain barricades, warning signs, flag person, and other traffic control devices in reasonableconformity with the Manual on Uniform Traffic Control Devices (MUTCD)(htt://muted.thwa.dot. ov/), unless otherwise specified. The Contractor shall also construct andmaintain in a safe condition any temporary connections necessary for ingress to and egress fromabutting property or intersecting roads, streets or highways.

40-088 REMOVAL OF EXISTING STRUCTURES.All existing structures encountered within the established lines, grades, or grading sections shall beremoved by the Contractor, unless such existing structures are otherwise specified to be relocated, adjustedup or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removingsuch existing structures shall not be measured or paid for directly, but shall be included in the variouscontract items.

Should the Contractor encounter an existing structure (above or below ground) in the Work for which thedisposition is not indicated on the plans, the

' 'wner and OAR shallbe notified. Wr//ten dirac/ion from the Owner or OAR is required prior to Contractordisturbing such structure.The disposition of existing structures so encountered shall be immediately determined by the RPR OAR in

accordance with the provisions of the Contract.

Except as provided in Section 40, paragraph 40-09, RIGHTS IN AND USE OF MATERIALS FOUND IN

THE WORK, it is intended that all existing materials or structures that may be encountered (within the lines,grades, or grading sections established for completion of the Work) shall be used in the Work as otherwiseprovided for in the contract and shall remain the property of the Owner when so used in the Work.

Rev. October 2020C&S Engineers, Inc.

General Provisions-36

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

SCOPE OF WORKSECTION GP 40

40-079 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK.Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, orconcrete siabs within the established lines, grades, or grading sections, the use of which is intended by theterms of the Ceontract to be either-embankment, the Contractor may at their own option either:

a. Use such material in another contract item, providing such use is approved by the RPR Designerand is in conformance with the Contract specifications applicable to such use; or,

b. Remove such material from the site, upon written approval of the RPR Designer, or

c. Use such material for the Contractor's own temporary construction on site; or,

d. Use such material as intended by the terms of the Contract.

Should the Contractor wish to exercise option a., b., or c., he shall request the RpiR'e Designer's approvalin advance of such use.

Should the RPR Designer approve the Contractor's request to exercise option a., b., or c., the Contractorshall be paid for the excavation or removal of such material at the applicable Ceontract unit price. TheContractor shall replace, at their expense, such removed or excavated material with an agreed equalvolume of material that is acceptable for use in constructing embankment, backfills, or otherwise to theextent that such replacement material is needed to complete the Ceontract yiAvork. The Contractor shallnot be charged for use of such material so used in the Work or removed from the site.

Should the RPR Designer approve the Contractor's exercise of option a., the Contractor shall be paid, atthe applicable Ceontract unit price, for furnishing and installing such material in accordance withrequirements of the Ceontract item in which the material is used.

It is understood and agreed that the Contractor shall make no claim whatsoever for delays by reason oftheir own exercise of option a., b., or c.

The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structurewhich is located outside the lines, grades, or grading sections established for the Work, except where suchexcavation or removal is provided for in the eContract, plans, or specifications.

40-10 CLEANING UPThe Contractor, on a daily basis, shall keep the premises and surrounding area free from the accumulationof waste materials or rubbish caused by operations under the Contract. The Contractor shall not disposeof debris or waste material on the Owner's property orin waste containers (dumpsters) leased by the Ownerwithout prior approval of the Owner. If the Contractor fails to keep the site clean, then, following the Owner's48 hour written notice lo the Contractor, the Owner may take appropriate action to clean the site and chargesuch costs to the Contraclor.

40-0811 FINAL CLEANING UP.Upon completion of the work and before acceptance and final payment will be made, the Contractor shallremove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporarystructures, and stumps or portions of trees. The Contractor shall cut all brush and woods within the limitsindicated and shall leave the site in a neat and presentable condition. Material cleared from the site anddeposited on adjacent property will not be considered as having been disposed of satisfactorily, unless theContractor has obtained the written permission of such property owner.

Rev. October 2020C8 S Engineers, Inc.

General Provisions-37

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

SCOPE OF WORKSECTION GP 40

40-12 WARRANTYThe Contractor warrants to the Owner that materials and equipment furnished under the Contract will be ofgood quality and new unless otherwise required or permitted by the Contract Documents and that the Workwill conform to ihe requirements of the Contract Documents. Work not conforming to these requirements,including substitutions not properly authorized by lhe Owner, may be considered defective. If required bythe OAR or Owner, the Contractor shall furnish satisfactory evidence as to the kind and quality of materialsand equipment providedin the Work. Warranties required by the Contract Documents shall commence onthe Dale of Substantial Completion, unless otherwise provided in the Contract Documents. The Contractorshall deliver all required warranty documents before submitting the final application for payment. When thespeci fica!ions require that a warranty shall be for longer than one year, the Contractor shalt ensure that thewarranlyisissued directly to the Owner as the original purchaser warrantee. Any breach of the warrantieswill be a breach of this Contract.

40-13 TAXESThe Conlractor shall pay all sales, consumer, use or similar taxes for the Work or portions thereof providedby the Contractor, unless otherwise specifically provided in the Contracl Documents. The Contract Priceshall be equitably adjusted by Change Order for additional costs resulting from any changes in taxesenacted after the date the bids were received,

Contractor covenants and agrees that the Work is owned by the Greater Orlando Aviation Authority andneither Contractor nor any successors in interest shall, or have any right to, claim depreciation deductionsorinves!ment tax credits for federal income tax purposes wIth regard to the Work.

40-14 GOVERNING LAWThe Contract shall be governed by the laws of Florida.

40-15 SUCCESSORS AND ASSIGNSThe Contractor binds itself its successors, assigns and legal representatives to the Owner and the Owner'ssuccessors, assigns and legal representalives in respect io covenants, agreements and obligationscontainedin the Contract Documents. The Contractor shel/ not assign the Contract in whole orin partwithout written conseni of the Owner, which consent may be granted or withheld in the Owner's solediscretion.

Any transfer of this Contracl by merger, consolidation or liquidation or (unless the stock of the Contractoris traded on a national stock exchange or in a generally recognized over the counter securities market) anychange in ownership of or power to vote a majority of the outstanding voting stock or ownership interestsof the Contractor shall constitute an assignment of this Contract for the purposes of this Contract. In theevent the Contractor assigns or attempts to assign any right or obligation arising under this Contract withoutthe Owner's prior written consent, the Owner shall be entitled to terminate this Contract, /n the Owner's solediscretion.

40-16 WRITTEN NOTICEWritten noiice shall be deemed to have been duly served to the Ownerif deliveredin person, by electronicmail (e-mail), accompanied with a duplicate copy of the notice sent via regular mail within three (3) businessdays to those persons identified as representatives of the Owner and OAR, unless changed through anacceptable means of written notice. Any written notice shall be deemed duly served upon the earlier of thedate of receipt if sent via certified mail, or the date of transmission if sent via e-mail or delivered in person.

Rev. October 2020C&S Engineers, Inc.

General Provisions-38

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8G REHABILITATION

SCOPE OF WORKSECTION GP 40

Written notice shall be deemed to have been duly served to the Contractorif delivered in person, by certifiedmail, or by electronic mail (e-mail) accompanied with a duplicate copy of the notice sent via regular mailwithin three (3) business days to those persons identified as representatives of the Contractor in theContractor's Bid, or to those persons the OAR andlor Owner reasonably believes are the active ProgramManager or Project Executive (or similar) on the Project. Any written notice shall be deemed duly servedupon the earlier of the date of receiptif sent via certified mail, or the date of transmission if sent via e-mailor delivered in person.

40-17 RIGHTS AND REMEDIESDuties and obligations imposed by the Contract and rights and remedies available thereunder shall be inaddition to duties, obligations, rights and remedies otherwise imposed or available by law.

The invalidity or unenforceability of any portion or provision of this Contract shall in no way affect the validityor enforceability of any other portion or provision thereof Any invalid or unenforceable portion or provisionshall be deemed severed from this Contract and the balance of the Contract shall be construed andenforced as if the Contract did not contain such invalid or unenforceable portion or provision. in the eventany such portion or provision of this Contract is declared invalid, the Parties shall promptly negotiate ingood faith new provisions to eliminate suchinvalidity and to restore this Contracl as near as possible toitsoriginal intent and effect.

In order that the Parties to this Contract may fully exercise their rights and perform their obligationshereunder arising from the performance of the Work, any provisions of this Contract that are required toensure exercise of such rights or performance shall survive termination of this Contract regardless of thecause for such termination and regardless of whether such termination applies to all or only part of theContract. Without limitation, all audit provisions shall survive termination of this Contracl and allindemnification provisions shall survive the expiration of this Contract with respect to any acts or omissionsoccurring during the term of this Agreement and shall not be affected or reduced by any information withwhich the Owner has been provided or may otherwise obtain in the fulure. No provision of the ContractDocuments shall be construed to limit the Contractor's liability for, without limitations, defects (latent orpatent) in the Work, warranty claims, or to limit recourse to the Contractor's surety.

40-18 INTERES TAll interest due and payable by the Owner to the Contractor or by the Contractor to the Owner shall be atthe legal statutory rate ofinterest.

40-19 REPRESENTATIONS AND WARRANTIESThe Parties represent and acknowledge that they have been provided with the opportunity to discuss andreview the terms of th(s Contract with their respective attorneys before signing it and that they are freelyand voluntarily signing this Contract in exchange for the benefits provided herein. The Parties furtherrepresent and acknowledge that they have been provided a reasonable period of time within which to reviewthe terms of this Contracl Bidder acknowledges that any unauthorized additions, conditions, limilations, orexceptions to the Bid Documents or Contract Documents or any unauthorized conditional or a/tamale payitems may renderits Bid nonresponsive.

The Contractor and Owner represent and warrant to the other that (1) the execution and delivery of theContract and the performance of the acts and obligations to be performed by each of them have been dulyauthorized by all necessary corporate (or, if appropriate, partnership) resolutions or actions; and (2) theContract does not conflict with or violate any agreements to which either party is bound, or anyjudgment,decree or order of any couit against or affecting such party.

Rev. October 2020C8S Engineers, Inc.

General Provisions-39

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

SCOPE OF WORKSECTION GP 40

The Conlractor expressly warrants that no officer, employee, or agent of the Owner or of the Owner's Boardhas any interest, either indirectly or directly, in the business of the Contractor. The Contractor furtherwarrants that it has not employed or retained any company or person, other than a bona fide employeeworking solely for the Conlractor, to solicit or secure this Contract, and thatit has not paid or agreed to payany person, company, corporation, individual or firm, other than a bona fide employee working solely forthe Contractor, any fee, commission, percentage, gift or any other consideration contingent upon orresulting from the award or making of this Contract and that it has not agreed to employ or retain theservices of any firm or person in connection with performing the Work hereunder.

Pursuant to Section 287.133(2) (a), Florida Statutes, A person or affiliate who has been placed on iheconvi cted vendor list following a conviction for a public entity crime may not submit a bid, proposal or replyon a contract to provide any goods or services to a public entity, may not submi! a bid, proposal or reply ona contract with a public entity for the construction or repair of a public building or public work, may notsubmit bids on leases of real property to a public entity, may not be awarded or perform work as acontractor, supplier, subcontractor, or consultant under a contract with any public entity, and may nottransact business with any public entity in excess of the threshold amount set forth in Florida Statutess. 287.017, for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on theconvicted vendor list. The Contractor hereby represents thatit does not fall within the class of personsidentified in the previous sentence such that Contractor would be precluded from entering into this Contract.

END OF SECTION 40

Rev. October 2020C&S Engineers, Inc.

General Provisions-40

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

CONTROL OF WORKSECTION GP 50

SECTION 50 CONTROL OF WORK

50-01 A/JTHOR/TY OF THE DES/GNER

The Designer shall decide all questions which may arise as to the interpretation of the Specifications orPlans relating to the Work.

The Designer will visit the Project site at appropriateintervals to become generally familiar with the progressand quality of the Work and to determine in general if the Workis being performed in a manner such lhat whenthe Work is completedif will be in accordance with the Contract Documents. The Designer will not makeexhaustive or continuous on-site inspeclions to check quality or quanlily of the Work unless otherwise providedin the Contract Documents,

Based on the Designer's periodic site observations, the Designer may review the amounts approved by theOAR due the Contractor on each Application for Payment and will advise the Owner of any apparent issueswith the amount requested for payment or with the amount approved by the OAR for payment.

The Designer will review and take appropriate action upon the Contractor's Submittats that are defined inthe Contract Documents, but only for the limited purpose of checking for conformance wilh informationgiven and the design concept expressed in the Contract Documents. The Designer's action will be takenwith such reasonable promptness as to avoid or minimize delayin the Work orin the activities of the Owner,Contractor, or separate contractors, while allowing sufficient time to permit adequate review. Review ofsuch submiltals is not conducted for the purpose of determining the accuracy and completeness of otherdetails such as dimensions and quantities, or for substantiating instructions forinstallation or performanceof equipment or systems, al/ of which remain the responsibility of the Contractor as required by the ContractDocuments, The Designer's review of the Contractor's Submittals shall not relieve the Contractor of theobligations of the Contract Documents. The Designer's review shall not constitute approval of safelyprecautions or, unless otherwise specifically stated by the Designer, of any construction means, methods,techniques, sequences or procedures. The Designer's review of and action concerning a specificitem shallnotindicate review of and action concerning an assembly of which the itemis a component.

The Designer is the interpreter of the technical requirements and intent of the Contract Documents. TheDesigner, within a reasonable period of lime alter receipt of a written request therefore, shat/ render suchinterpretations in writing orin the form of drawings to the OAR for forwarding to the Contractor.

The Designer will conduct inspections with the OAR and Contractor to determine if the requirements forSubstantial Completion have been satisfied, to prepare the Designer's Substantial Completion punch list,to ensure the Designer's punch list work has been completed and to confirm the requirements for FinalCompletion have been satisfied. The OAR will receive and forward to the Designer for review writtenwarranties and related close-out documents required by the Contract Documents and assembled by theContractor.

The Designer will not have control over, charge of or be responsible for construction means, methods,techniques, or procedures, or for safety precautions and programsin connection with the Work. These areso/ely the Contractor's responsibility.

Rev. October 2020C&S Engineers, Inc.

General Provisions-41

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

CONTROL OF WORKSECTION GP 50

50-02 ROLE OF THE OWNER'S AUTHORIZED REPRESENTATIVE (OAR}The OAR shail provide administration of the Contract as described in the Contract Documents and shall beselected by the Owner. The specific person or entity which will perform the OAR's responsibilities shall beidentified by the Owner. The Owner may be the OAR and the Owner has authority to perForm any of theactions that the OAR may perform.

The OARis the party through whom a/I communications shall be transmitted to and from the Contractorunless otherwise provided in the Contract Documents. However, the Owner and Contractor are notprecluded from direct communications. The Contractor shall copy the OAR with all communicationsbetween the Owner and the ContractoriF such direct communication occurs. Communications by and withSubcontractors and material Suppliers shall be through the Contractor. The Contractor's communicationswith the Designer or with separate contractors shall be through the OAR.

The OAR will receive and process the Contractor's submiitals, including transmitting ihe Submittals to theDesigner and returning the Designer's comments or approvals to the Contractor with such reasonablepromptness as to avoid or minimize delay in the Work or the activities of the Owner, Contractor or separatecontractors, while allowing sufficient time for the Designer's review, but noi less than 14 days after receiptun!ess olheiwise specifiedin the Contract Documents. The OAR's processing and review of the Submittalsshall not relieve the Contractor of its obligations under the Contract Documents and shall not constituteapproval of safety precautions or any means, methods, techniques, sequences or procedures.

The OARis authorized to reject Work which does not conform to the Contract Documents. Whenever theOAR considers it necessary or advisable, the OAR is authorized to require additional inspection,exami nalion or testing of the Work, regardless of Ihe stage of completion or delivery of the Work. However,neither this authority oF the OAR nor a decision madein good faith either to exercise or not to exercise suchauthority shall give rise to a duty or responsibility of the OAR to the Contractor, Subcontractors, materialand equipment Suppliers, their agents or employees, or other persons performing portions of the Work.

The OAR will prepare or assist the Ownerin preparing Change Orders, Construction Change Directives,and Field Change Orders. The OAR may authorize minor changesin the Work as providedin these GeneralProvisions.

The OAR, in conjunction with the Designer and the Contractor, will conduct inspections to determine thedate or dates of Substantial Completion and the date of Final Completion, will receive and forward to theOwner, for the Owner's review and records, written warranties and other documents required by theContract Documents and assembled by the Contractor, and will execute a final Certification for Paymentupon the Contractor's compliance with the requirements of the Contract Documents. Receipt by the OARor Owner of warranties and other documents at variance with the requirements of the Contract Documentsshall not be deemed acceptance of a modification to the Contract Documents or a waiver of any requirementof the Contract documents.

The OAR will not have control over, charge of or be responsible for construction means, methods,techniques, or procedures, or for safety precautions and programs in connection with the Work. These areso/e/y the Contractor's responsibility. However, in the event the Contract Documents expressly require theContractor to use specific means, methods, techniques, or procedures, the Contractor shall perform theWorkin accordance with those express requirements.

The OAR does not have the authority to accept pavements that do not conform to FAA specificationrequirements.

Rev. October 2020C&S Engineers, Inc.

General Provisions-42

AC 150/5370-10H 12/21/2018

ORI ANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

CONTROL OF WORKSECTION GP 50

50-023 CONFORMITY WITH PLANS AND SPECIFICATIONS.All werk Work and ail materials furnished shall

'conform with to the lines,

grades, grading sections, cross sections, dimensions, material requirements, and testing requirements thatare specified (including specified tolerances) in the Contract, Plans or Specifications.

If the RPR OAR finds the materials furnished, Work performed, or the finished product do not withinreeeeeably-sleee eeaferrelty-with conform lo the Plans and Specifications, but that the portion of the Workaffected will, in their opinion, result in a finished product having a level of safety, economy, durability, andworkmanship acceptable to the Owner,~ they will advise the Owner of their determination that theaffected Work be accepted and remain in place. The RPR OAR will document the determination andrecommend to the Owner a basis of acceptance which will provide for an adjustment in the Contract Pricefor the affected portion of the Work. Changes in the Contract PPr/ce must be covered by a ContractModification.

If the RPR OAR finds the materials furnished, Work performed, or the finished product are riet-ie-reaeeaabtydo not conform lo the Plans and Specifications and have resulted in an unacceptable

finished product, the affected Work or materials shall be removed and replaced or otherwise corrected byand at the expense of the Contractor in accordance with the~ OAR's written orders.

Nothing in this section shall waive the Rife QAR's responsibility to insist onstrict compliance with the requirements of the Contract, Plans, and Specifications during the Contractor'sexecution of the Work, when, in the PRPa OAR's opinion, such compliance is essential to provide anacceptable finished portion of the Work.

Nothing in this section shallwaive the OAR*s wkh-the authority, after consultation with the Owner~ and FAA, to use goodengineering judgment in his/her determinations as to accept Work that is not in strict conformity, but willprovide a finished product equal to or better than that intended by the requirements of the Contract, Plansand Specifications.

The 'Contractorie shall be so/e/y responsl ble for/ls means, methods,

techniques, sequences, or procedures of construction er and the safety precautions incident thereto.

50-04 LIST OF SPECIAL PROVISIONS.Nol Applicable.

50-05 SUBMITTALS - SHOP DRAWINGS, PRODUCT DATA AND SAMPLESShop Drawings are drawings, diagrams, schedules and other data specially prepared for the Worlr by theConlrac/or or e Subcontractor, manufacturer, Supplier or distributor lo illustrate some portion of the Work.

Product Data are illustrations, standard schedules, performance charts, instructions, brochures, diagramsand other information furnished by the Conlraclor lo illustrate materials or equipment for some portion ofthe Work.

Samples are physical examples which illustrate materia/s, equipment or workmanship and establishstandards by which the Work will be accepted.

Rev. October 2020C&S Engineers, Inc.

General Provisions-43

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

CONTROL OF WORKSECTION GP 50

Shop Drawings, Product Data, Samples and similar submittals (all of which shall be referred to as"Submittais") are not changes to the Contract Documents, unless incorporated by a Contract Modification.The purpose of Submittals is to demonstrate for those portions of the Work for which Submittals arerequired, the mannerin which the Contractor proposes to conform to the Contract Documents.

Unless the Specifications provide otherwise, the Contractor shall review, approve and submit to the OAR,for review, all Submittals required by the Contract Documents with reasonable promptness and in suchsequence as to cause no delay in the Work orin the activities of the Owner or of separale contractors. TheContractor shall furnish the Submittals in the format and quantity required by the specifications. Byapproving and submitting Shop Drawings, Product Data, Samples and similar submlttals, the Contractorrepresents that the Contractor has determined and verified materials, field measurements and fieldconstruction critena related thereto, or will do so, and has checked and coordinated the informationcontained within such Submittals with the requirements of the Work and of the Contract Documents.Submi ttals that have not been approved by the Contractor shall be returned by the OAR to lhe Contractorwithout review.

The Contractor aha/i perform no portion of the Work nor purchase any materials requiring review ofSubmittals until the relevant Submittal has been reviewed and accepted in ihe manner set forth in theContract Documents. AII Work shail be performedin accordance wi th Submittals which have been reviewedand returned by the OARin accordance with lhe Contract Document. Review and return of the submittaldoes not constitute acceptance by the Owner of any modification to the Contract Documents See GP-50.When Submittals are not fully accepted through no fault of the Owner, the Contractor shall revise andresubmit Submittals at no additional cost to the Owner; no Contract Time extensions shall be allowed forrevisions and resubmission of Submittals.

If the Contractor proposes to deviate from the requirements of ttie Contract Documents, the Contractorshall separately submit, and identify prominently on the transmittal cover sheet(s) for the Submittal, allproposed deviations from the requirements of the Contract Documents. The Contractor shall providedetailedjustification for any deviation request. The Contractor's transmittal cover sheet(s) shall direct, inwriting, attention to the specific proposed deviations, and the Submittal shall contain all required date andsupporting documentation necessary for evaluation of the proposed deviation. The Owner will make allfinal determinations For acceptance of the proposed deviation. Any Submittal containing deviations notidentified as previously described shall be deemed rejected and require resubmission. When requesting adeviation, the Contractor shall also make the representations contained in the specifications. TheContractor's request for a deviation shall not entitle the Contractor to a time extension.

The Contractor shall direct specific attention, in writing, to any revision(s) on resubmitted Submittals, otherIhan those requested on previous Submi ttals.

Informational submittals identified in the Contract Documents do not require responsive action. When theContract Documents require the Contractor to submit professional certification of performance capabilitiesof materials, connections, assemblies, systems, equipment, or other aspects of the Work, the Owner shallbe entitled to rely upon the accuracy and completeness of such calculations and certifications.

Review or acceptance of Submittals or any related documents by Owner or OAR (or those at their direction)shall not in any way relieve the Contractor of the technical adequacy and accuracy of the Work, nor shall itbe construed as a waiver of any of the Contractor's obligations or liability that may arise under the Contractor out of performance of the Work.

Rev. October 2020C8S Engineers, Inc.

General Provisions-44

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

CONTROL OF WORKSECTION GP 50

When Shop Drawings, Product Data or Physical Samples are returned to the Contractor stampedREJECTED, NOT APPROVED, RETURNED FOR CORRECTIONS or olherwise not accepted through nofault of the Owner, the Contractor may be required to reimburse the Owner for its additional expensesincurred as a result of the Contractor's failure to comply with submittal requirements up to a maximum of:

Drawing Sheets- $400.00/Drawing SheetProduct Data - $ 100.00/Cut SheetPhysical Samples - $200.00/Sample

Such sums reflect the damages suffered by the Owner as a result of the Contraclorts deficient performance,the actual amount of which cannot be accurately determined as of the time this Contract is awarded, and notas a penalty. The foregoing amounls may be withheld (cumulatively) from lhe Contractor's Application forPayment each month, as applicable. At or before Final Completion, a deducli ve Contract Modihcation may beissued to the Contractor by the Owner to reflect afl such deductions. These damages shall be in addition to,and not in restriction of, the Owner's other rights and remedies arising from the Contract Documents or law.

50-086 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS.The Contract, plans, specifications, and all referenced standards cited are essential parts of the Contractrequirements. If electronic files are provided and used on the project and there is a conflict between theelectronic files and hard copy plans, the hard copy plans shall govern. A requirement occurring in one isas binding as though occurring in all. They are intended to be complementary and to describe and providefor a complete work. In case of discrepancy,

the order of precedence for theContract shall be as foflows:

1. Contract Modifications2. Executed Contract Agreement3, Bid Addenda4. Special Conditions5. Supplemental Conditions6, General ConditionsT. Specifications and Drawings. Drawings take precedence over Specifications as to

quantity and location. Specifications take precedence over Drawings as to quality ofmaterials and workmanship.

8. Cited standards for materials or testing and cited Advisory Circulars (ACs)9. Unit Price Schedules containedin the Contractor's Bid10. Instructions to Bidders and all portions thereof containing information required from the

Contractor11. Invitation to Bid12. Calculated dimensions13. Measurements by Scale

The more stringent requirements shall applyin the event any conflict cannot be resolved by applying theorder of precedence.

Rev. October 2Q20C&S Engineers, Inc.

General Provisions-45

AC 150/5370-1QH 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

CONTROL OF WORKSECTION GP 50

From time to time, discrepancies within cited testing standards occur due to the timing of the change, edits,and/or replacement of the standards. If the Contractor discovers any apparent discrepancy within standardtest methods, the Contractor shall immediately ask the R/aR OAR for an interpretation and decision, andsuch decision shall be final.

The Contractor shall not take advantage of any apparent error or omission on the plans or specifications.In the event the Contractor discovers any apparent error or discrepancy, Contractor shall immediately notifythe

'OAR in writing requesting their written interpretation and

decision. The Contractor shall obtain written clarification from the OAR before proceeding with any Workaffected by any confiicl, error, ambiguity, discrepancy, inconsistency or omission. In addition, if theContractor performs any construction activity which the Contractor knows or should have known containsan error, inconsistency or omission, the Contractor shall be responsible for such pedormance and shal/bear the cost for conection.

50-07 RE)flEW OF CONTRACT AND FIELD CONDITIONS By CONTRACTORThe Contractor acknowledges and declares that the Contract Documents are sufficient lo enable theContractor lo complete the Work as shown in the Contract Documenls or, if not specifically shown, Ioperform the activities which may be reasonably inferred as necessary for completion of the Work inaccordance with the requisite time frame, applicable laws, statutes, building codes, regulations, or asotherwise required by the Contract Documents.

The Contractor shall take field measurements, verify field conditions end carefully compare such fieldmeasurements and conditions and otherinformation known to the Contractor with the Contract Documentsbefore commencing activities. Errors, inconsislencies or omissions discovered shall be immediatelyreportedin writing to the OAR, and in no event later than seven (7) days after discovery by the Contractor.If the Contractor performs any construction activity which the Contractor knows or should have knowncontains an error, inconsistency or omission, the Contractor shall be responsible for such performance andshall bear the cost for correction.

The Contractor represents that it is familiar with the Project site and has received all inlormalion il needsconcerning the conditions ol'he Project site. The Contractor represents thatit has inspected the locationof the Work and has satisfieditselfas lo the location and condition thereof including, without limitation, thelocation and condilion of al/ structures, utilities, and surface and subsurface conditions. At no additionalcost lo the Owner, the Contractor shall undertake all furtherinvestigations and studies as may be necessaryor useful to determine the Iocalion and condition of structures, utilities, surface and subsurface conditions.The Contractor shall exercise special care in executing Workin proximity of known utiTities, improvements,and easements. The Contractor shall be solely responsible for the location of any existing utilities. Basedupon the foregoinginspections, understandings, agreements and acknowledgments, the Contractor agreesand acknowledges: (i) that the Total Contract Price isjust and reasonable compensation for all the Work,including all reasonably foreseen and foreseeable risks, hazards, and difficulties in connection therewith;(ii) that the Contract Time is adequate for the performance of lhe Work; and (iii) that the Work shall notresult in any unintended lateral or vertical movement of any existing slructure. The Contractor shall haveno claims whatsoever for concealed or unknown conditions except as describedin GP-50-28.

At the Owner's request, the Contractor shall make available to the Owner the results of any surface orsubsurface investigations of the site, test borings, analyses, studies or other tests conducted by or inpossession of the Contractor or any ofits agents.

The Contractor shall review the Contract Documents io determine the applicability of any and ail laws,ordinances, rules, regulations and lawful orders of public authorities that may govern the Work. TheContractor shall comply with all laws, ordinances, rules, regulations and lawful orders of public aulhorilies

Rev. October 2020C&S Engineers, Inc.

General Provisions-46

AC 150/5370-1QH 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

CONTROI OF WORKSECTION GP 50

governing the Work and shall give all notices requiredin connection therewith. /n addition, the Contractorshall not knowingly viotale any zoning or setback requirement or any provision of any recorded covenant.

The Contractor shall notify the Owner and OAR of any discrepancy or poienlial conflict between theContract Documents and any building codes or other law or regulations of which the Contractor hasknowledge of or should be reasonably able to determine and if the resolulion of the conflict actually impactsthe Total Contract Price or Contract Time, a Contract Modification shall beissued in accordance with GP-40. If the Contractor performs Work contrary to laws, statutes, ordinances, building codes, rules orregulations, the Contractor shall correct the Work and be responsible for all costs associated therewith.

Pursuant to Florida Statute 218.70, the "Public Bid Disclosure Act," the Owner gives notice Io ihe Contractorthat the Owner does no/ issue permits for the Work and accordingly there is no fee assessed by the Owner.However, the City of Orlando and other governmental entities may require fees for building and otherpermits for the Work. Except for the Owner's non-refundable deposit paid to lhe City of Orlando forcommercial permitting referenced in Section 00 41 13, the Contractor shall secure and pay for all requiredpermits that are necessary for the proper execution and completion of the Work, including, but not limitedto, ail applicable site permits, building permits, engineering, dewaiering, National Poliution DischargeElimination System (NPDES) stormwater management and all other permits required to complete the Work.In addition, except as defined under Owner's responsibilities in GP-60, the Contractor shall procure allrequired certificates of inspection, use, occupancy and completion.

50-08 MAINTENANCE OF DOCUMENTS, SAMPLES AND AS-BUILT DRAWINGS AT THE SITEThe Contractor shall maintain at the site all approved Shop Drawings, Product Data, Samples and otherrequired submiltals and make such documents available to the Owner, Designer and OAR.

The Contractor shall maintain at the site As-Built Documents comprised of one copy of the Drawings,Specifications, Addenda, Change Orders and other Modifications, in good order and marked currently toaccurately reflect all as-built conditions, including, but not limited to, all locations of utilities as actuallydetermined orinstalled and all changes to the Work. These As-Built Documents shall be available to theOwner, Designer and OAR at al/ times. AII As-Built Documents shall be delivered to the OAR for reviewand acceptance upon completion of the Work, signed by the Contractor to certify that they show completeand exact as-built conditions, stating dimensions, sizes, kinds of materials, and similar matters (including,but not limited to, piping and conduit locations). The Contraclor shall be held responsible for all damagesarising directly or indirectly out of the Contractor's failure lo maintain complete and accurate As-BuiltDocuments and otherinformalion.

The Contractor shall maintain at the Work site all permit Drawings in a manner so as to make themaccessible to governmental inspectors and other authorized agencies at all times. All final updated PermitDrawings shall be delivered to the OAR prior to Final Completion, unless another timeframe has beeneslablished by the OAR, in writing.

50-09 ACCESS TO WORKAt all times, the Contractor shall, at no additional cost, provide the Owner, OAR and Designer access to theWork subject to ihe safety rules and insurance requirements of the particular work area. This access shallinclude the Contractor's providing reasonable assistance; including, but not limited to, providing ladders,equipment and woikers to removelreplace heavy objects.

Rev. October 2020C&S Engineers, Inc.

General Provisions-47

AC 150i5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

CONTROL OF WORKSECTION GP 50

50-0810 COOPERATION OF CONTRACTOR.The Contractor shall be supplied with five4ar4aepies-er an electronic PDF of the plans and specifications.The Contractor shall have available on the construction site at all times one hardcopy each of the plans andspecifications.eeetafrepreduetlea-.

The Contractor shall give constant attention to the Work to facilitate the progress thereof, and shallcooperate with the RPR Designer, OAR and their inspectors and with other Contractors in every waypossible. The Conlractor shall have a competent Project Manager and Superintendent on the Work at all

times who is fully authorized as their agent on the Work. The Superintendent shall be capable of readingand thoroughly understanding the Plans and Specifications and shall receive and fulfill instructions from theRPFI-OAR or their authorized representative.

The Contractor shall supervise and direct a/I portions of the Work, using the Contractor's best skill andattention. The Contractor shall be solely responsible for and have control over construction means,methods, techniques, sequences and procedures and for coordinating a/I portions of the Work under theContract including coordination of the duties of all Subcontractors and Suppliers, unless the ContractDocuments give other specificinstructions concerning these matters.

The Contractor shall control its operations and those ofits Subcontractors and Suppliers to assure the leastinconvenience to the traveling public. Under all circumstances, safety shall be the most importantconsideration.

The Contractor shall be responsible to the Owner for acts and omissions of the Contractor's employees,Subcontractors and their agents and employees, and all other persons performing portions of the Work forwhich the Contractoris responsible.

The Contractor shali not be relieved of obligations to perform the Workin accordance with the Contracteither by activities or duties of the OARin the OAR's administration of the Contract, or by tests, inspections,or approvals required or performed by persons other than the Contractor.

The Contractor shall be responsible for inspection or examination of portions of Work already performedunder this Contract to determine that such portions are in proper condition to receive subsequent Work.The Contractor shall keep full detailed written records of a//inspection or examination efforts. These writtenrecords shall inciude dates, subject matter, persons present, results ofinspections or examinations andshall be made available to the Owner, if requested.

If any of the Work is required to be inspected or approved by the Contract Documents or by any laws,ordinances, rules, regulations or orders of public authorities, the Contractor shall cause such inspection orapproval to be performed. No test, inspection or examination performed or failed to be performed by theOwner, shall be a waiver of the enforcement of any of the Contractor's obligations.

The Contractoris fully responsible to provide a sufficient number of skilled workers, supervision, and projectmanagement personnel, to prosecute the Work and insure that the Work is completed within the ContractTime. Failure to fully staff the Project with skilled workers, supervision, or project management personnelshall be cause for termination of the Contractin accordance with GP80 or such other remedies as set forthin the Contract Documents. The Contractor assumes a/I risks of delays or extra costs which may beassociated with labor disputes involving the Contractor, its Subcontractors or Suppliers and in no eventshall the Contractor be entitled to additional compensation or an extension of Contract Time due to anysuch labor disputes.

Rev. October 2020C&S Engineers, Inc.

General Provisions-48

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXiWAYS F&G REHABILITATION

CONTROL OF WORKSECTION GP 50

50-0811 COOPERATION BETWEEN CONTRACTORS.The Owner reserves the right to contract for and perform other or additional work on or near the workcovered by this contract.

When separate contracts are let within the limits of any one project, each Contractor shall conduct the Worknot to interfere with or hinder the progress of completion of the Work being performed by otherContractors. Contractors working on the same project shall cooperate with each other as directed.

Each Contractor involved shall assume all liability, financial or otherwise, in connection with hisiher contractand shall protect and save harmless the Owner from any and all damages or claims that may arise becauseof inconvenience, delays, or loss experienced by him because of the presence and operations of otherContractors working within the limits of the same project.

The Contractor shall arrange their work and shall place and dispose of the materials being used to notinterfere with the operations of the other Contractors within the limits of the same project. The Contractorshall join their work with that of the others in an acceptable manner and shall perform it in proper sequenceto that of the others. The Contractor shall promptly afford the Owner and separate contractors reasonableopportunity for storage of their materials and equipment and performance of their activities and shallcoordinate the Contractor's construction and operations with theirs as required by the Contract.

If the proper execution of the Contractor's Work depends upon construction or operations by the Owner ora separate contractor, the Contractor shall, prior to proceeding with the affected portion of the Work,promptly report to the OAR, with a copy to the Owner, apparent discrepancies or defecls in such otherconstruction, if any, that would renderit unsuitable for such proper execution. Failure of the Conlractor toreport discrepancies or defects shall constitute an acknowledgment that the Owner's or separatecontractors'ompleted or partially completed construction is fit and proper to receive the Contractor's Work,except as to defects which are not discoverable at that time through the exercise of reasonable diligence.

The Contractor shall promptly remedy and repair damage caused by the Contractor to completed or partiallycompleted construction, including, without limitation, the Work, or to property of the Owner or separatecontractors. Such remedies and repairs shall be at the Contractor's sole expense.

Claims and other disputes and mattersin question between the Contractor and a separate contractor shellbe subject to the provisions of this Contract with respect to entitlement and recoverable costs. It a separatecontractorinitiates legal or any other proceedings against the Owner on account of any damage alleged tohave been solely caused by the Contractor, the Owner shall notify the Contractor, who shall defend andindemnify the Ownerin such proceedings solely atits own expense (including, without limitation,attorneys'ees

and costs), or at the Owner's option, pay all defense costs of the Owner including attorney's fees andcosts, and ii any judgment or award against the Owner arises /herefrom, the Contractor shall pay or salisfyit and shai/ reimburse the Owner for all attorneys'ees and court or other costs which the Owner hasincurred over and above those paid directly by the Contractor.

When separate conlracts are performed within overlapping limits of construction, or areas which mightresult in congestion or interference, each contractor shall conduct its work so as not lo interfere with orhinder the progress or completion of the work being performed by separate contractors.

Any difference or conflict which may arise belween the Contractor and separate contractors related to theWork shall be referred to the OAR for resolution, unless otherwise statedin the Contract Documents. If theWork of the Contractoris delayed because of any work, acts, or omissions of any separate contractor, thenonly an extension of Contract Time sufficient to compensate for the de/ay, as determined by the OAR, shallbe granted to the Contraclor as its so/e and exclusive remedy. In no event shall the extension of ContraclTime exceed the day-for-day period of delay experienced by the Contractor. The Contractor's entillemenl

Rev. October 2020C&S Engineers, Inc.

General Provisions-49

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

CONTROL OF WORKSECTION GP 50

to an extension of Contract Time for such delays shall be conditioned upon timely receipt by the OAR ofproper written notice from the Contractor of the cause of the delay, indicating what measures, if any, theContractor has employed to minimize the effect of the delay.

The Contractor shall be responsible for controlling all labor employed by il and its Subcontractors forperformance of the Work so as to avoid any disruption of or disharmony with other labor being used byseparate contractors now or hereafter working on the Owner's property. The Contractor further agrees thatthis provision will be includedin all ofits subcontracts.

The OAR shag provide for coordination of the activities of the Owner's own forces and of each separatecontractor with the Work of the Contractor, who shall cooperate with them. The Contractor shall participatewith other separate contractors and the Owner in reviewing related conslruclion schedules when directedto do so. The Contractor shall make any revisions to the Progress Schedule deemed necessary after a

joint review and mutual agreemenl. The Progress Schedules shall then be used by the Contractor, separatecontractors and the Owner until subsequently revised.

The OAR will be responsible for coordinating the Work of all contractors on the Project when the Projectinvolves more Ihan one contractor. The OAR and Owner have the right to make changesin the Contractor'ssequence of operationsifin theirjudgment and sole discretion changing Project conditions require changesin sequence. The Contractor shall modifyits sequence of operations and procedures, as required by theOAR and Owner.

The Contractor shall join Its Work with that of the others in an acceptable manner and shall perform it in

proper sequence to that of the others. The Contractor shall be responsible for cutting, fitting or patchingrequired to complete the Work or to makeits parts fit together properly. The Contractor shall not damagein whole orin part the Work, other Work of the Owner or of separate contractors by cutting, patching orotherwise altering such construclion, or by excavation. The Contractor shall not cut or otherwise alter suchconstruction by the Owner or a separate contractor except with written consent of the Owner and of suchseparate contractor; such consent shall not be unreasonably withheld. The Contractor shall notunreasonably withhoid from the Owner or a separate contractor the Contractor's consent lo cutting orotherwise altering the Work.

If a dispute arises among the Contractor, separate contractors and the Owner as to the responsibility undertheir respective contracts for maintaining the premises and surrounding area tree from waste materials,debris, and rubbish, the Owner may clean up and allocate the cost, in its sole discretion, among thoseresponsible..

50-0712 CONSTRUCTION LAYOUT AND STAKES.The Designer shall establish necessary horizontal and vertical control. The establishment of survey controland/or reestablishment of survey control shall be by a State Licensed Land Surveyor. Contractor isresponsible for preserving integrity of horizontal and vertical controls established by Designer. In case ofnegligence on the part of the Contractor or their employees, subcontractors, or anyone under theContractor's control, resulting in the destruction of any horizontal and vertical control, the resulting costswill be assessed ' against the Contractor. The Contractor will be requiredto furnish all lines, grades and measurements from the control points necessary for the proper prosecutionand control of the Work contracted for under these Specifications.

Prior to the start of construction, the Contractor will check all control points for horizontal and verticalaccuracy and certify in writing to the OAR that the Contractor concurs with survey control established forthe project. All lines, grades and measurements from control points necessary for the proper execution and

Rev. October 2020C&S Engineers, Inc.

General Provisions-50

AC 150/53TO-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABII ITATION

CONTROL OF WORKSECTION GP 50

control of the Work on this project will be provided to the OAR. The Contractor is responsible to establishall layout required for the construction of the project.

Copies of survey notes will be provided to the OAR for each area of construction and for each placementof material as specified to allow the OAR to make periodic checks for conformance with plan grades,alignments and grade tolerances required by the applicable material specifications. Surveys will be providedto the OAR prior to commencing work items that cover or disturb the survey staking. Survey(s) and notesshall be provided in DWG and PDF the4ettewirig formats.

Laser, GPS, String line, or other automatic control shall be checked with temporary control as necessary.In the case of error, on the part of the Contractor, their surveyor, employees or subcontractors, resulting inestablished grades, alignment or grade tolerances that do not concur with those specified or shown on theplans, the Contractor is solely responsible for correction, removal, replacement and all associated costs atno additional cost to the Owner.

No direct payment will be made, unless otherwise specified in Contract Documents, for this labor, materials,or other expenses. The cost shall be included in the price of the Bid for the various items of the Contract.

50M13 AUTHORITY AND DUTIES OF QUALITY ASSURANCE (QA) INSPECTORS.QA inspectors shall be authorized to inspect all Work done and all material furnished. Such QA inspectionmay extend to all or any part of the Work and to the preparation, fabrication, or manufacture of the materialsto be used. QA inspectors are not authorized to revoke, alter, or waive any provision of the Contract. QAinspectors are not authorized to issue instructions contrary to the plans and specifications or to act asforeman for the Contractor.

QA Inspectors are authorized to notify, through the OAR, the Contractor or their representatives of anyfailure of the Work or materials to conform to the requirements of the Contract, plans, or specifications andto reject such nonconforming materials in question until such issues can be referred to the OAR for adecision.

504F314 INSPECTION OF THE WORK.All materials and each part or detail of the Work shall be subject to inspection by the RPR OAR, Designerand Owner. The RPR OAR, Designer and Owner shall be allowed access to all parts of the Work and shallbe furnished with such information and assistance by the Contractor, at no additional cost, as is requiredto make a complete and detailed inspection. If requested at any time by the Owner, Designer or OAR, theContractor shall furnish satisfactory evidence as to the kind and quality of material and equipment providedin the Work.

The Contractor shall be responsible for coordinating and scheduling ail permitting agencies'ests andinspections. All required certificates ofinspection, use, occupancy and completion shall be delivered to theOwner by the Contractor in sufficient time for occupancy of the Project in accordance with the schedule forthe Work. All costs incurred in connection with obtaining any permit, license, test oi inspection, includingany required overtime in connection therewith, shall be included within the Total Contract Price,

If any of the Work is required to be inspected or approved by the Contract Documents or by any laws,ordinances, rules, regulations or orders of public authorities, the Contractor shall cause such inspection orapprovai to be performed. No test, inspection or examination performed or failed to be performed by theOwner, shali be a waiver of the enforcement of any of the Contractor's obligations.

Rev. October 2020CBS Engineers, inc.

General Provisions-51

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

CONTROL OF WORKSECTION GP 50

For the purpose of determining whether the Work is acceptable (as opposed to the Contraclor's quality controlactivities for which the Contractoris solely responsible) tests, inspections and approvals ofportions of the Workrequired by the Contract Documents or by laws, ordinances, rules, regulations or orders of public authoritieshavingjurisdiction shall be performed at appropriate times. The Contractor shall be responsible for coordinatingand scheduling aB permitting agencies'ests andinspections described GP-50. The Owner or OAR may makearrangements for any tests, examinations and inspections with such testing laboratories or entities and, exceptas providedin the GPs'. The Owner shall bear the costs of such tests, examinations and inspections thatthe Owner so arranges. The Contractor shall give the OAR timely notice of when each portion of the Workshall be ready and available for tests, examinations and inspections. AII materials and each part or detail ofthe Work shall be subject to inspection by the OAR. The OAR shall be allowed access to all parts of theWork and shall be furnished with such information and assistance by the Conlractor, at no addilional cost,as is required to make a complete and detailed inspection. If requested at any time by the Owner or OAR,the Contractor shaB furnish satisfactory evidence as to the kind and qualily of material and equipmentprovidedin ihe Work.

Any Work done or materials used without supervision orinspection by an authorized representative of theOwner may be ordered removed and replaced at the Contractor's expense unless the OAR failed to inspectafter having been given reasonable notice in writing that the Work was Io be pertormed.

Should the Work include relocation, adjustment, or any other modification to existing facilities, not theproperty of the Owner, authorized representatives of the owners of such facilities shali have the right toinspect such Work. Such inspection shall in no sense make any facility owner a party to the Contract, andshall in no wayinterfere with the rights of the parties to this Contract.

In the event the testing, examination andinspection, or approval procedure

pertormedunde the GPs'reveal

that the Work fails to meet the requirements of the Contract Documents, the Contractor shall bear aB costsarising from the failure, including, but not limited to, the costs to correct the Work and the costs of tests,examinations, inspections and services performed by the OAR, Designer and Owner in connection with suchtests, examfnations, inspections, or approval procedures necessary to establish that the Contractor's workconforms with the requirements of the Contract Documents.

Tests, inspections or approval procedures conducted pursuant to the Contract Documents shaB be pertormedto avoid unreasonable delay in the Work.

The Contractor shall give the OAR timely notice of when each portion of the Work shag be ready andavailable for tests, examinations and inspections. The Contractor shall be responsible for inspection orexamination of portions of Work already performed under this Contract to determine that such portions arein proper condition to receive subsequent Work. The Contractor shall keep full detailed written records ofall inspection or examination efforts. These written records shall include dates, subject matter, personspresent, results of inspections or examinations and shall be made available to the OAR or Owner, ifrequested.

Whenever the OAR considers it necessary or advisable, the OAR may require additional inspection,examination or testing of the Work, regardless of the stage of completion or deli very of the Work. However,neither this authority of the OAR nor a decision made in good faith either to exerctse or not to exercise suchauthority shaB give rise to a duty or responsibility of the OAR to the Contractor, Subcontractors, materialand equipment Suppk'ers, their agents or employees or other persons performing portions of the Work.

The OAR may make arrangements for any additional tests, examinations andinspections. The Owner shallbear the costs of such additional tests, examinations and inspections that the OAR so arranges provided,however, in ihe event the additional testing, examination and inspection, or approval procedure performedreveal that the Work fags to meet Ihe requirements of the Contract, the Contractor shall bear all costs arising

Rev. October 2020C&S Engineers, Inc.

General Provisions-52

AC 150I53TQ-1QH 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

CONTROL OF WORKSECTION GP 50

from the failure, including, bul not limited to, the costs of tests, examinations, inspections and servicesperformed by the OAR, Designer and Owner in connection with such tests, examinations, inspections, orapproval procedures deemed necessary by the OAR.

AII tests, inspeclions or approval procedures shall be performed to avoid unreasonable delay in the Work.

If the RPR OAR requests it, the Contractor, at any time before acceptance of the Work, shall remove oruncover such portions of the finished Work as may be directed. After examination, the Contractor shallrestore said portions of the Work to the standard required by the specifications. Should the Work thusexposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering ormaking good of the parts removed will be paid for as extra work; but should the Work so exposed orexamined prove unacceptable, the uncovering, or removing, and the replacing of the covering or makinggood of the parts removed will be at the Contractor's expense.

Provide advance written notice to the OAR RPR-of work the Contractor plans to perform each week andeach day. Any Work done or materials used without written notice and allowing opportunity for inspectionby the RPROAR may be ordered removed and replaced at the Contractor's expense.

Should the Contract Work include relocation, adjustment, or any other modification to existing facilities, notthe property of the (Contract) Owner, authorized representatives of the Owners of such facilities shall havethe right to inspect such Work. Such inspection shall in no sense make any facility owner a party to theContract, and shall in no way interfere with the rights of the parties to this Contract.

504015 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK.All work that does not conform to the requirements of the Ceontract, Pplans and Sspecifications will beconsidered unacceptable, unless otherwise determined acceptable by the RPR OAR as provided inparagraph 50-024, CONFORMITY WITH PLANS AND SPECIFICATIONS.

The Owner or OAR is authorized to reject Work which does nol conform to the Contract. UnacceptableWork, whether the result of poor workmanship, use of defective materials, damage through carelessness,or any other cause found to exist prior to the final acceptance of the Work, shall be removed immediatelyand replaced in an acceptable manner in accordance with the provisions of Section 70, paragraph 70-14,CONTRACTOR'S RESPONSIBILITY FOR WORK.

No~ work ' '

shall be done without lines and grades havingbeen established by the RPR Designer. Work done contrary to the instructions of the RPR OAR, workdone beyond the lines shown on the plans or as established by the RPR, OAR, except as herein specified,or any extra work done without authority, will be considered as unauthorized and will not be paid for underthe provisions of the contract. Work so done may be ordered removed or replaced at the Contractor'sexpense.

Upon failure on the part of the Contractor to comply with any order of the RPR OAR made under theprovisions of this subsection, the RfzR OAR will have authority to cause unacceptable work to be remediedor removed and replaced; and unauthorized work to be removed and to recover the resulting costs es-atiqukfatetf--damage will be assessed against the Contractor.

50-16 CORRECTION OE WORKThe Contractor shel/ promptly correct Work rejected by the OAR, Owner or any governmental authority thatfails to conform to the requirements of the Contract, whether observed before or after Subslanl/alCompletion and whether or not fabricated, insta/led or completed. The Contractor she/I bear a/I costs of

Rev. October 2020C8 S Engineers, Inc.

General Provisions-53

AC 150I5370-1 0H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

CONTROL OF WORKSECTION GP 50

correcting such rejected Work, including additional testing and inspections and compensation for the OAR'sand Designer's services and expenses incurred by the Owner.

If, within one year after the date of Substantial Completion of the Work or designated portion thereof, orafter the date for commencement of warranties or by terms of an applicable special warranty required bythe Contract Documents, any of the work is found to be not in accordance with the requirements of theContract Documents, the Contractor shall, at its cost, correct it promptly after receipt of written notice fromthe Owner or OAR to do so unless the Owner has previously given the Contractor a written acceptance ofthat specific condition. This period of one year shall be extended with respect to portions of Work firstperformed after Substantial Completion by the period of time between Substantial Completion and the FinalCompletion of the Work. The obligations under this paragraph shall survive acceptance of the Work underthe Contract and termination of the Contract. Even after the expiration of the one-year period, theContractor shall cooperate with the Owner to resolve anyissues that may arise with product warrantiesprovided under this Contract.

The Contractor shall remove from the site portions of the Work which are not in accordance with therequirements of the Contract and are neither corrected by the Contractor nor accepted by the Owner.

If the Contractor does not proceed with correction of such nonconforming Work within a reasonable timefixed by written notice from the OAR, the Owner may correct or remove such nonconforming Work and allcosts for such corrections or removals shail be assessed against the Contractor.

The Contractor shall bear the cost of correcting destroyed or damaged Work, whelher completed or partiallycompleted, of the Owner or separate contractors caused by the Contractor's performing correction orremoval of Work which is not in accordance with the requirements of the Contract.

Nothing contained in this subsection shall be construed to establish a pened of limitation with respect toother obligations which the Contractor might have under the Contract. Establishment of the time period ofone year as described above relates only to the specific obligation of the Contractor to correct the Work,and has no relationship to the time within which the obligation to comply with the Contract may be soughtto be enforced, nor to the time within which proceedings may be commenced to establish the Contractor'sliability and damages with respect to the Contractor's obligations other than specifically to correct the Work.Nor shall anything contained in this subsection be construed to limit any other remedies available to theOwner under the Contract or Florida law.

50-17 ACCEPTANCE OF NONCONFORMING WORKIf the Owner prefers to accept Work which is not in accordance with the requirements of the Contract

Documents, the Owner may do soinstead ofrequiringits removal and correction in which case the ContractPrice will be reduced in an equitable manner through a Contract Modification as determined by the OARwhether or not finai payment has been made.

50-18 OWNER'S RIGHT TO STOP THE WORKIf the Contractor fails to correct Work which is not in accordance with the requirements of the ContractDocuments or fails to carry out orders given, fails to carry out Work in accordance with the ConlractDocuments, or fails to perform any or all provisions of the Contract within seven I'7) days from the date ofthe OAR's written notice to the Contractor describing such failure, the Owner may order the Contractor tostop the Work, or any portion thereof, until the cause for such order has been eliminated, The right of theOwner to stop the Work shall not give rise to a duty on the part of the Owner to exercise this right for the

Rev. October 2020C&S Engineers, Inc.

General Provisions-54

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

CONTROl OF WORKSECTION GP 50

benefit of the Contractor or any other person orentity. This right shall bein addition to, and notin restrictionof, the Owner's other rights arising from the Contract Documents or law.

The Contractor shall not be entitled to recei ve any increase in the Contract Time or the Total Contract Pricefor work stopped or suspended by the Owner under GP-50 or for suspensions under GP-50 which areeither: (1) made at the request of the Contractor forits own convenience; (2) attributable to circumstancescaused by the Contractor or those for which the Contractoris responsible; (3) attributable to circumstanceswhich reasonably could have been anticipated or avoided by the Contractor; (4) attributable toinclementweather conditions usually experienced at the project site during the relevant time period (as definedin GP-40 attri butabie to circumstances otherwise anticipatedin the Contract Documents.

50-19 OWHERLS RIGHT TO CARRY OUT THE WORKIf the Contractor defaults or neglects to carry out the Workin accordance with lhe Contract Documents andfails wilhin a seven-day period after receipt of written notice from the Owner to commence and continuecorrection of such defaull or neglect with diligence and promptness, the Owner may, without prejudice toother remedies the Owner may have, commence and continue to carry out the Work or any portion thereof.In such case, an appropriate Change Order or Construction Change Directive shall be issued deductingfrom payments then or thereafter due the Contractor the cost of correcting such deficiencies, includingcompensation for the OAR's and Designer's additional services and for all other expenses made necessaryby such default, neglect or failure and all damages, costs, expenses or losses caused by such default,neglect or failure. Ifpayments then or thereafter due the Contractor are nol sufficient to cover such amountsowed to the Owner, the Contractor shall pay the difference to the Owner within thirty days after receiving ademand for payment pursuant to a Contract Modification, The right of the Owner to carry out the Workshall not give rise to any duly on the part of the Owner to exercise this right for the benefit of the Contractoror any other person or entity.

The Owner may carry out Ihe Work, in whole orin part, for such period of time as il may deem necessaryin its sole discretion, due to abnormal inclement weather, or any other circumstances which, in the Owner'sdiscretion, requires the Owner to immediately commence additional, substitute, or correclive Work. TheOwner she/i endeavor to give reasonably prompt notice under the circumstances (whether written or oral)to the Contractor of its intention to carry out the Work except in cases of emergencies, in which casereasonably prompt riotice under the circumstances after the fact is permitted. If the Work performed underthis Section arises out of or relates lo default, neglect, errors, or other causes attributable to Contractor,then an appropriate Contract Modification shall be issued deducting from payment then or thereafter dueto the Contractor the cost of such Work, including compensation for the OAR's and Designer's additionalservices and for all other expenses made necessary by the Contractor's default, neglect or failure, and alldamages, costs, expenses or losses caused by the Contractor's default, neglect or failure. If payments thenor thereafter due the Conlractor are not sufficient to cover such amounts owed to the Owner, the Contractorshali pay the difference to the Owner within thirty (30) days after receiving a demand for payment pursuantto a Contract Modification. The right of the Owner to carry out the Work shall not give rise lo any duty onthe part of the Owner to exercise this right for the benefit of the Contractor or any other person or entity.

50-4420 LOAD RESTRICTIONS.The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyondthe limits of the work. A special permit will nol relieve the Contractor of liability for damage that may resultfrom the moving of material or equipment.

The operation of equipment of such weight or so loaded as Io cause damage Io structures or Io any othertype of construction will nol be permitted. Hauling of materials over the base course or surface course

Rev. October 2020CSS Engineers, Inc.

General Provisions-55

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

CONTROL OF WORKSECTION GP 50

under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base,or structure before the expiration of the curing period. The Contractor, at their own expense, shall beresponsible for the repair to equal or better than preconstruction conditions of any damage caused by theContractor's equipment and personnel.

50-4221 MAINTENANCE DURING CONSTRUCTION.The Contractor shall maintain the Wwork during construction and until the Wwork is accepted. Maintenanceshall constitute continuous and effective work prosecuted day by day, with adequate equipment and forcesso that the Iryiwork is maintained in satisfactory condition at all times.

In the case of a contract for the placing of a course upon a course or subgrade previously constructed, theContractor shall maintain the previous course or subgrade during all construction operations.

Ail costs of maintenance work during construction and before the project Work is accepted shall be includedin the unit prices bid on the various Ceontract items, and the Contractor will not be paid an additional amountfor such work.

50-4822 FAILURE TO MAINTAIN THE WORK.Should the Contractor at any time fail to maintain the work as provided in paragraph 50-22, MAINTENANCEDURING CONSTRUCTION, the RPR OAR shall immediately notify the Contractor of such noncompliance.Such notification shall specify a reasonable time within which the Contractor shall be required to remedysuch unsatisfactory maintenance condition. The time specified will give due consideration to the exigencythat exists.

Should the Contractor fail to respond to the RPR-'e OAR's notification, the Owner may suspend any worknecessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigencythat exists. Any maintenance cost incurred by the Owner, shall be assessed reeevered-as-e-tiqukfateddamage against the Contractor.

50-4423 PARTIAL ACCEPTANCE.If at any time during the execution of the Project the Contractor substantially completes a usable unit orportion of the Work, the occupancy of which will benefit the Owner, the Contractor may request the Ownerto make final inspection of that unit. If the Owner finds upon inspection that the unit has been satisfactorilycompleted in compliance with the eContract, the Owner may accept it as being complete, and the Contractormay be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy bythe Owner shall not void or alter any provision of the Contract.

The Owner may occupy or use any comp/eted or partially completed portion of the Work at any stage and,if the Owner chooses such partial occupancy, the Contractor and Owner shall designate by an agreementthe conditions oi such partial occupancy, provided such occupancy or use is consented to by the Owner'sinsurer as required under GP-70 and authorized by public authorities havingjurisdiction over the Work.Such partial occupancy or use may commence whether or not the portion is Substantially Complete,provided the Owner and Contractor have accepted in writing the responsibilities assigned to each of themfor payments, retainageif any, security, maintenance, operations, cleaning and houseiieeping, heating andcooling, utilities, damage to the Work andinsurance, and have agreedin writing concerning lhe period forcorrection of the Work and commencement of warranties required by the Contract Documents. Evenif anagreement is reached as to partial occupancy or use, the parties shall still comply with the requirements forSubstantial Completion under the Contract Documents for that portion of the Work. Consent of theContractor to partial occupancy or use by the Owner shall not be unreasonably withheld.

Rev. October 2020C&S Engineers, Inc.

General Provisions-56

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

CONTROL OF WORKSECTION GP 50

Immediately prior to such partial occupancy or use, the Owner, OAR, Contractor and Designershalljointlyinspect the area to be occupied or portion of the Work to be used in order to determine and record thecondition of the Work.

Unless otherwise agreed upon, partial occupancy or use of a portion or portions of the Work shail notconstitute acceptance of Work which is not in conformance with the requirements of the ContractDocuments.

50-24 SUBSTANTIAL COMPLETIONThe Subslanliai Completion dateis the point at which, as certifiedin writing by the Contractor and agreedto by the Owner, OAR and Designer, the Work is at the level of completion and in conformance with therequirements of the Contract Documents, where:

a. The Certificate of Occupancy or Completion has beenissued by the City of Orlando, if applicable, andall required sign offby the Authorities Having Jurisdiction (AHJ) and other public regulatory authoritieshas been given. The date of the Certificate of Occupancy or Completion does not establish the dateof Substantiai Completion.

b. The Owner has received all required warranties (draft form), Operation & Maintenance Manuals, As-built drawings and other documentation required by the Contract Documents; and

c. The Owner will have complete use or occupancy and may use, operate, and maintain the Work in allrespects, for itsintended purpose and without undueinterference by the Contractor's Final Completionefforts,

When the Contractor considers that the Work or designated portion thereofis close to being SubslanliallyComplete, the Contractor shall prepare and submit to the OAR a comprehensive punch list ofitems lo becompleted or corrected and the schedule to complete each item. The punch list shall be transmitted to theOAR a minimum of five (5) business days prior to Contractor's anticipated date of achieving SubstantialCompletion. The Contractor shall proceed promptly to complete and correct items on the list. Failure toinclude an item on the punch list does not alter the responsibility of the Contractor Io complete all Workinaccordance with the requirements of the Contract Documents.

Upon notice to the OAR by the Contractor that its punch list has been completed and the Work is ready forthe Substantial Complelion Inspection, the OAR will conduct a prelimmaryinspection to determine whetherthe Work or designated portion thereof is Substantially Complete. If the OAR's preliminary inspectiondiscloses any item that is not in accordance with the requirements of the Contract Documents, whether ornot included on the Contractor's punch list, the OAR shall so notify the Contractor and the Contractor shalladd the items to its punch list. The Contractor shall proceed to complete or correct every item on therevised punch list and request re-inspection from the OAR. If the OAR determines that the Work is ready,the Substantial Completion Inspection will be scheduled at a minimum of three (3) business days after theOAR's preliminaryinspection.

The OAR, the Designer and others, during the Substantial Completion Inspection, will prepare the Owner'spreliminary Substanlial Completion punch list of all remaining work to be completed or corrected. The OARshall combine the items from all parties into one Substantial Completion punch list. Failure to include anitem on the Substantial Completion punch list does not alter the responsibility of the Contractor to completeall Work in accordance with the requirements of the Contract Documents. The OAR shall distribute theSubstantial Completion punch list to the Contractor within a maximum of fifteen (15) business days afterthe date of Substantial Completion. AII items on the substantial completion punch list must be completedprior to the date of Final Completion.

Rev. October 2020C&S Engineers, Inc.

General Provisions-57

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

CONTROL OF WORKSECTION GP 50

When the Work or designated portion thereofis Substantially Complete, the OAR shall prepare a Certificateof Substantial Compietlon signed by the OAR and Designer which shall establish the date of SubstantialCompletion, shall establish lhe responsibilities of lhe Owner and Contractor for security, maintenance,operations, cleaning and housekeeping, heating and cooling, utilities, damage to the Work andinsurance,and shall fix the time within which the Contractor shall finish all items on the combined punch listaccompanying the Certificate. The Certificate of Substantial Completion shall be submitted to theContractor for appropriate acceptance and signature. Warranties required by the Confract Documents shallcommence on the date of Substantial Completion of the Work or designated portion thereof unlessotherwise providedin lhe Contract Documents.

50-4525 FINAL ACCEPTANCE.Upon due notice from the Contractor of presumptive completion of the entire project and upon receipt of afinal application for payment, the PRP Designer, OAR and Owner will make an inspection. Final completionshall be achieved by the Contractor within the timeframe set forth in GP-20, unless otherwise required ln

the Contract. If all construction provided for and contemplated by the Contract is found to be complete in

accordance with the Contract, plans, and specifications, and all close-out documentation has beendelivered to the OAR, such inspection shall constitute the final inspection. The RPFt OAR shall notify theContractor in writing of final acceptance as of the date of the final inspection and the OAR shall execute afinal Certification for Payment in the form acceptable to the Owner.

If, however, the inspection discloses any Work, in whole or in part, as being unsatisfactory, the RPR OARwill notify the Contractor and the Contractor shall correct the unsatisfactory work. Upon correction of theWork, another inspection will be made which shall constitute the final inspection, provided the Work hasbeen satisfactorily completed. In such event, the RPFI OAR will make the final acceptance and notify theContractor in wiiting of this acceptance as of the date of Final inspection.

Refer to GP-90-08, Acceptance and Final Payment for additional requirements for final acceptance.

504S26 CLAIMS FOR ADJUSTMENT AND DISPUTES.If for any reason the Contractor deems that additional compensation is due for Work or materials not clearlyprovided for in the Contract, Plans, or Specifications or previously authorized as extra work, the Contractorshall notify the RPR OAR in writing of their intention to claim such additional compensation before he beginsthe work on which he bases the Claim. If such notification is not given or the RPR OAR is not affordedproper opportunity by the Contractor for keeping strict account of actual cost as required, then theContractor hereby agrees to waive any Claim for such additional compensation. Such notice by theContractor and the fact that the RPR OAR has kept account of the cost of the work shall not in any way beconstrued as proving or substantiating the validity of the Claim.

Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final paymentbased on differences in measurements or computations.

Rev. October 2020C&S Engineers, Inc.

General Provisions-58

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

CONTROL OF WORKSECTION GP 50

50-27 PROCEDURES FOR SUBMITTING CLAIMS AND D/SPUTES1. Claims and Disputes

.1 Time Limits and Claim Substantiation. AII Claims by the Contractor must be made within fourteen(14) days after occurrence of the event giving rise to such Claim or within fourteen (14) days afterthe Contractor first recognizes the condition giving rise to the Claim, whichever is later. Claimsmust be initiated by written nolice to the Owner, provided in accordance with this Contract, andcontain a thorough description of the basis of the Claim, with a copy served to the Owner and theOAR. RCOs, Daily reports, updated monthly schedules, Requests for Information, Applications forPayments, meetings and meeting minutes, and other administrative documents required by thecontract do not constitute written notice of a Claim.

.2 The Contractor shall be responsible for substantialing and quantifying its Claim within thirty (30)days of the wrilten notice by submitting anitemized, detailed cosl breakdown sufficient to analyzethe value and impact of the Claim, stating applicable cost and time impacts in accordance with therequirements of GP-40. Failure to comply with the time requirements for providing written noticeand substantiation of Claims shall result in a waiver of the applicable Claim. Under nocircumstances shall the Contractor be entitled to anyindirect, incidental, special, or consequentialdamagesin any proceeding arising out of or relating to this Contract or the breach thereof.

.3 Continuing Contract Performance. Pending final resolution of a Claim, including, but not limited toduring the process set forth in Paragraphs 1.4 and 1.5, the Contractor shall proceed di/igently withperformance of the Work. Neither the Owner's payment on an Application for Payment pendingfinal resolution of a Claim nor the Owner's agreement to reliefin connection with a Ciaim, RCO, orotherwise shall be deemed to expressly, impliedly, by course of conduct or othenvise, waive therequirements for notice and substantialion of Claims.

By making final payment, the Owner does not waive any ofits rights in law or under the Contractarising from: (a) liens, claims, security interests or encumbrances arising out of the Contract andunknown or unsettled at the time final paymentis made; (b) latent defects; (c) failure of the Workto comply wilh the Contract Documents; (d) terms of special warranties required by the ContractDocuments; or (e) any claim for overpayment, including, but not limited to, those resulting directlyor indirectly from any erroneous measurement, estimate or quantity.

.5 Claims for Concealed, Unforeseen or Unknown Conditions. If conditions are encountered at thesite that are (1) concealed physical conditions which differ materially from those indicated in theContract or (2) unknown physical conditions of an unusual nature, which differ materially from thoseordinarily found to exist and generally recognized as inherent in construction aclivities of thecharacter provided for in the Contract, then the Contractor shall give written notice to the OARpromptly before condilions are disturbed and in no event later than seven (7) days after firstobservance of the conditions. This notice shallinclude a written description of the concealed orunknown condition and the Contractor's proposed method to resolve the concealed or unknowncondition. If the OAR determines that the conditions at the site are not materially different fromthose indicated in the Contract and that no changein the terms of the Contractisjustified, the OARshall so notffy the Owner and Contractor in writing. The Contractor shall notify the OAR of anyopposition to the OAR's determination within seven (7) days after the OAR has given notice ofitsdetermination. Substantiation and quantification of any Claims related to concealed or unknownconditions must be provided within thirty (30) days ofthe date that the Contractor's Claim noticeisreceived by the OAR. If such concealed or unknown site conditions are encountered, and if thecritical path is directlyimpacted as a result, the Contractor shall be entitled to an adjustment in theTotal Contract Time for the delay caused by the correction of concealed or unknown conditions,subject to the requirements of GP-40. if such concealed or unknown site conditions areencountered, requests for compensation for the reasonable direct costs that are caused solely by

Rev. October 2020 AC 150/5370-10H 12/21/2018C&S Engineers, Inc.

General Provisions-59

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8G REHABILITATION

CONTROL OF WORKSECTION GP 50

the delay are subject to the requirements of GP-40. If the concealed or unknown condition causesa decrease in the cost ofperforming the Work, the Owner shall be entitled to deduct the decreasedcost from the Total Contract Price.

.6 Injury or Damage to Person or Property. /f Contractor suffersinjury or damage to person or propertybecause of an act or omission of the Owner, of Owner'semployees or agents, or of others for whoseacts the Owner is legally liable, written notice of such injury or damage, whether or not insured,shall be given to Ihe Ownerin accordance with this Contract no later than fourteen (14) days afterfirst observance. The notice shali provide sufficient detail to enable the Owner toinvestigate thematter.

2. MANDATORY PRE-SUIT MEDIATION

AII Claims, disputes, or other mattersin question arising out of or relating to the Contract, shall be subjectto mandatory pre-suit mediation under the auspices of a mediator to be selected by the parties. Mediationmust occur before a lawsuit is filed. Discovery prior to the scheduled mediation shall be limited to one (1)request for production of documents and two (2) depositions per party not exceeding 8 hours total time perdeposition. Each party shall equally bear the costs of mediation and shall be solely responsible forits ownattorneys'ees and other legal costs prior to and during the mediation process. In the event the case doesnot setlle ai mediation, the parties may re-depose eilher or both witnesses on non-repetitive matters.

3. CERTIFICATIOIV OF SUBCONTRACTOR CLAIM

For any Claim made by the Contractor against the Owner, the basis of which includes a claim by aSubcontractor, or any other person or entity under the Contractor's control, for acts or omissions allegedlyattributable to the Owner, the Contractor must certify by affidavit that it has carefully examined eachSubcontractor's claim and has verified the truth and accuracy of each claim. Such certification under oathmust be made by the Conlractor prior to the submission of any Subcontractor claim to the Owner and shallconstitute an express condition precedent to the Contractor having a cause of action against the Ownerthat includes a Subcontractor's claim. A copy of such certification shall be provided io the Ownercontemporaneous with the submission of any Subcontractor claim to the Owner. The Owner will notconsider any Claim that has not been properly certified by the Contractor nor is the Contractor entitled torelief by the Owner unless the certification contemplated by this Section has been properly furnished to theOwner.

4. RESOLUTIOIV OF DISPUTES

The parties agree that all legal proceedings that relate in any way to this Contract shall be brought only inthe Circuit Court of the Ninth Judicial Circuitin and for Orange County, Florida.

The Contractor shall, within fifteen (15) business days from delivery of notice from the Owner or OAR,produce for examination by the Owner, OAR or an authorized representative of either of them, all of theContractor's records related to the Work or under the Contract, including, but not limited to, books ofaccount, bills, invoices, payrolls, Subcontracts, Subcontractor payment requests, time sheetslcards,progress records, daily logs, daily reports, cost accounting records, correspondence, and any otherdocument or record, regarding all of the Contractor's acts and transactions in connection with or relating toor arising by reason of the Conlract, and provide appropriate personnel familiar with such records to explainsuch records and answer questions regarding any Claims made under this Contract. The Contractor'sfailure to furnish the requested information or appear for examination shall resultin the Contractor's waiverand release of all Claims arising out of, relating to, or by reason of this Contract, except for the sums certifiedby the OAR to be due under the provisions of the Contract. In addition to the foregoing, to the extent anyClaim by ihe Contractorincludes any claims by Subcontractors, arising under or by reason of this Contract,

Rev. October 2020C&S Engineers, Inc.

General Provisions-60

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABII ITATION

CONTROL OF WORKSECTION GP 50

the Owner shall also have the right throughits designees, upon written notice, to require the Subcontractorto produce the above described records related to the Work in connection with this Contract in theSubcontractor's possession and to submit itself and persons in its employ to similarly explain its recordsand answer questions, within fifteen (15) business days from delivery of written notice from the Owner tothe Contractor requesting same. The Contractor shall ensure that the Subcontractor timely complies withthis provision.

itis further stipulated and agreed that no person or entity has power to waive any of the foregoing provisionsof this subparagraph 4, and that in any action against the Owner to recover on any claim or any sum inexcess of the sums certified by the OAR to be due under or by reason of this Contract, the Contractor mustallege inits complaint, and prove at trial, compliance with the provisions of this subparagraph 4.

50-28 MULTIPLE CONTRACTS WITH CONTRACTOR SETOFFThe Owner and Contractor may enter into more than one contract for the performance of labor or theprovision of materials, equipment or supplies. The Owner shall be entitled to setoff any claims against theContractor which it may have pursuant to the terms of the Contract against any sums due or claimed to bedue to the Contractor from the Owner under any other contract or agreement between the Owner andContractor.

50-29 OWNER'S AUDIT RIGHTSThe Contractor's records, including both electronic and traditional paper files, she/i be open toinspeclionand subject to audit or reproduction by the Owner or its authorized representative to the extent necessaryto adequately permit examination, evaluation and verification of the Cost of the Work, and any invoices,Change Orders, Construction Change Directives, Field Change Orders, Force Account payments or Claimssubmitted by the Contractor or any of its Subcontractors or Suppliers pursuant to the execution of theContract, The Contractor's records include but are not limited to the following: accounting records(including monthly job cost detail, detailedjob cost history, monthly labor distribution detail, tote/job labordistribution, daily foreman reports, daily superintendent reports, detailed subcontract staius reports,executed subcontracts, subcontract change orders and all documentation supporting alljob costs, such assubcontractor payment applications, vendor invoices, internal cost charges), written policies andprocedures, time sheels, payroil registers, payroll records, cancelled payroll checks, subcontract files(including proposals of successful and unsuccessful bidders, bid recaps and negotiation notes), originalestimates, estimating work sheets, correspondence, change order files (including documentation coveringnegotiated settlements), backcharge logs and supporting documentation, the general ledger For the projectalong with all supporting data, information detailing cash and trade discounts and rebates earned, insurancerebates and dividends, documents describedin GP40 and any other data or evidence deemed necessaryby the Owner or!hat may have a bearing on matters ofinterest to the Owner (ali foregoing hereinafterreferred to as "Contractor's Records'. The Contractor's records described above shall be maintained andmade available to the Owner orits authorized representative for not less than ten (50) years after date offinal payment or longer if required by law. Owner or its authorized representative may (without limitation)conduct verifications such as counting employees on the Project witnessing the distribution of payroll,verifyinginformation and amounts through interviews and written confirmations with Contractor employees,field and agency tabor, Subcontractors, and vendors.

Audits may requireinspection, scanning and copying from time to time and at reasonable times and placesof any and a//information, materials and data of every kind and character, including without limitation, theContractor's Records listed in the preceding paragraph, books, papers, documents, subscriptions,recordings, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, dailydiaries, superintendent reports, drawings, receipts, vouchers and memoranda, and any and all otheragreements, sources ofinformation and matters that may in the Owner'sjudgment have any bearing on or

Rev. October 2020C&S Engineers, Inc.

General Provisions-61

AC 150/5370-10H 12/21/2018

ORLANDO EXECLITIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

CONTROL OF WORKSECTION GP 50

pertain to any matters, rights, duties or obligations under or covered by any Contract Document. SuchContractor's Records subject to audit shall aisoinclude, but not be limited to, those Contractor's Recordsnecessary to evaluate and verify direct and indirect costs (including overhead allocations), as they mayapply to cosls associated with this Contract.

The Owner or its authorized representative shall be afforded access lo all of the Contractor's Records, andshall be allowed to interview any and all of the Contractor's current or former employees, pursuant to theprovisions of this article throughout the term of this Contract and fora period of ten years after final payment.

The Conlractor shail require all Subcontractors, insurance agents, and Suppliers to comply with theprovisions of this article by insertion of the requirements hereof in a written contract agreement betweenthe Contractor and its Subcontractors insurance agents and Suppliers. Such requirements will also applyto Sub-subcontractors and Subcontractors'uppliers. The Contractor will cooperate fully and will cause ailoflhe Conlractor's Subcontractors (including those enteringinto lump sum Subcontracts) to cooperate fullyin furnishing or in making available to Owner from time to time whenever requested in an expeditiousmanner any and all such information, materials and data.

The Owner, OAR and Designer or their authorized representalive shall have access lo the Contractor'sfacilities, shall have access to all necessary Contractors'ecords, and shall be provided adequate andappropriate work space, in order to conduct audits in compliance with this article.

If an auditinspection or examination in accordance with this article, discloses overcharges (of any nature)by the Contraclor to the Owner in excess of one percent (156) of the total contract billings, the actual costof the Owner's audit shall be reimbursed to the Owner by the Contractor. Any adjustments or paymentswhich must be made as a result of any such audit orinspection of the Contractor's Records shall be madewithin a reasonable amount of time (not to exceed 90 days) from presentation of the Owner's finding to theContractor. Any overpayments to the Conlractor by the Owner shall include the legal rate ofinterest, fromthe date such additional amounts were overpaid by the Owner,

END OF SECTION 50

Rev. October 2020C&S Engineers, Inc.

General Provisions-62

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

CONTROL OF MATERIALSSECTION GP 60

SECTION 60 CONTROL OF MATERIALS

60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS.The materials used on the work shall conform to the requirements of the contract, plans, andspecifications. Unless otherwise specified, such materials that are manufactured or processed shall benew (as compared to used or reprocessed).

In order to expedite the inspection and testing of materials, the Contractor shall furnish documentation tothe RPP OAR as to the origin, composition, and manufacture of all materials to be used in theWork. Documentation shall be furnished promptly after execution of the contract but, in all cases, prior todelivery of such materials.

At the RPFA OAR's option, materials may be approved at the source of supply before delivery. If it is foundafter trial that sources of supply for previously approved materials do not produce specified products, theContractor shall furnish materials from other sources,

The Contractor shall furnish airport lighting equipment that meets the requirements of the specifications;and is listed in AC 150l5345-53, AIRPORT LIGHTING EQUIPMENT CERTIFICATION PROGRAM ANDADDENDUM, that is in effect on the date of Advertisement.

60.02 SAMPLES, TESTS, AND CITED SPECIFICATIONS.All materials used in the work shall be inspected, tested, and approved by the RPR OAR beforeincorporation in the work unless otherwise designated. Any work in which untested materials are usedwithout approval or written permission of the RPR OAR shall be performed at the Contractor's risk. Materialsfound to be unacceptable and unauthorized will not be paid for and, if directed by the RPR-, OAR, shall beremoved at the Contractor's expense.

Unless otherwise designated, quality assurance tests will be made by the OAR and at the expense of theOwner in accordance with the cited standard methods of ASTM, American Association of State Highwayand Transportation Officials (AASHTO), federal specifications, Commercial Item Descriptions, and all othercited methods, which are current on the date of Advertisement for Bids.

The testing organizations performing on-site quality assurance field tests shall have copies of all referencedstandards on the construction site for use by all technicians and other personnel. Unless otherwisedesignated, samples for quality assurance will be taken by a qualified representative of the RPR OAR. Allmaterials being used are subject to inspection, test, or rejection at any time prior to or during incorporationinto the work. Copies of all tests will be furnished to the Contractor's representative at their request afterreview and approvaf of the RPR OAR.

A copy of all Contractor QC test data shall be provided to the OAR daily, along with printed reports, in anapproved format, on a weekly basis. After completion of the project, and prior to final payment, theContractor shall submit a final report to the OAR showing all test data reports, plus an analysis of all resultsshowing ranges, averages, and corrective action taken on all failing tests.

All test data from the Contractor shall be furnished in the Close-out Manuals, paper format and electronicformat on an optical disk.

Rev. October 2020C&S Engineers, Inc.

General Provisions-63

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

CONTROL OF MATERIALSSECTION GP 60

60-03 CERTIFICATION OF COMPLIANCE/ANALYSIS (COC/COA) .

The RPR OAR may permit the use, prior to sampling and testing, of certain materials or assemblies whenaccompanied by manufacturer's COC stating that such materials or assemblies fully comply with therequirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materialsor assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is

clearly identified. The COA is the manufacturer's COC and includes all applicable test results.

Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at anytime and if found not to be in conformity with contract requirements will be subject to rejection whether in

place or not.

The form and distribution of certificates of compliance shall be as approved by the RPR OAR.

When a material or assembly is specified by "brand name or equal" and the Contractor elects to furnish thespecified "or equal," the Contractor shall be required to furnish the manufacturer's certificate of compliancefor each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearlyidentify each lot delivered and shall certify as to:

a. Conformance to the specified performance, testing, quality or dimensional requirements; and,

b. Suitability of the material or assembly for the use intended in the contract work.

The RPR Designer shall be the sole judge as to whether the proposed "or equal" is suitable for use in thework.

The RPR Owner reserves the right to refuse permission for use of materials or assemblies on the basis ofcertificates of compliance.

60-04 PLANT INSPECTION.The RPR OAR or their authorized representative may inspect, at its source, any specified material orassembly to be used in the work. Manufacturing plants may be inspected from time to time for the purposeof determining compliance with specified manufacturing methods or materials to be used in the work andto obtain samples required for acceptance of the material or assembly.

Should the RPR OAR conduct plant inspections, the following conditions shall exist::

a. The RPR OAR shall have the cooperation and assistance of the Contractor and the producer withwhom the Contractor has contracted for materials.

b. The RPR OAR shall have full entry at all reasonable times to such parts of the plant that concernthe manufacture or production of the materials being furnished.

c. If required by the RPR OAR, the Contractor shall arrange for adequate office or working space thatmay be reasonably needed for conducting plant inspections. Office or working space should beconveniently located with respect to the plant.

It is understood and agreed that the Owner shall have the right to retest any material that has been testedand approved at the source of supply after it has been delivered to the site. The OAR shall have the rightto reject only material which, when retested, does not meet the requirements of the Contract, plans, orspecifications.

Rev. October 2020C&S Engineers, Inc.

General Provisions-64

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

CONTROL OF MATERIALSSECTION GP 60

60-05 OWNER'S AUTHORIZED REPRESENTA TIVE (OAR)FIELD OFFICE.When required by the Contract, the Contractor shall provide dedicated space for the use of the engineer,OAR, and inspectors, as a field office for the duration of the project. This space shall be located convenientlynear the construction and shall be separate from any space used by the Contractor. The Contractor shallfurnish water, sanitary facilities, heat, air conditioning, and electricity.

60-06 STORAGE OF MATERIALS.Materials shall be so stored as to assure the preservation of their quality and fitness for the wWork. Storedmaterials, even though approved before storage, may again be inspected prior to their use in thewWork. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shallcoordinate the storage of all materials with the RPR OAR. Materials to be stored on airport property shallnot create an obstruction to air navigation nor shall they interfere with the free and unobstructed movementof aircraff. Unless otherwise shown on the plans, and/or CSPP, the storage of materials and the locationof the Contractor's plant and parked equipment or vehicles shall be as directed by the RPR OAR. Privateproperty shall not be used for storage purposes without written permission of the eOwner or lessee of suchproperty. The Contractor shall make all arrangements and bear all expenses for the storage of materialson private property. Upon request, the Contractor shall furnish the RPR OAR a copy of the property owner'spermission.

All storage sites on private or airport property shall be restored to their original condition by the Contractorat thetr Contractor's expense, except as otherwise agreed to (in writing) by the Owner or lessee of theproperty.

The Contrac/or shall be responsible for ail loss or damage to the Contractor's equipmeni and tools on the/ob site including, but not limited Io, loss or damage from theft, malicious mischief or vandalism. TheContractor shall be responsible for ai/ loss or damage of stored materials or equipment located on theOwner's property until the Work reaches Final Comp/e//on, including but not limited io aII loss or damagearising from theft, malicious mischief or vandalism.

At the Owner's soIe d/screl/on, payment may be made for the cost of materials and equipment deliveredand suitably stored at a location approved by Owner, in /ts sole discretion, for subsequent incorporation inihe Work.. Payment for stored materials wii/ be limited io the actual cost of the equipment or material asdocumented by invoices, excluding a/I other costs such as shipping, handling, and storage. In order forstored material to qualify for early payment hereunder, the value of the materials must exceed $ 10,000 andthe stored materials must not be scheduled to be incorporated into the Work within sixty (60) days, unlessotherwise allowed by Owner. Payment for such stored items shall noi relieve the Conlractor of iisobligations io furnish and insta/I the items in accordance with the Contract Documents and io adequatelyprotect, insure, secure, and maintain such stored items until the Work reaches Final Completion. Paymentfor such stored items shel/ be conditioned upon the following information and documentation being obtainedby Contrac/or and provided to Owner:

.1 Inventory schedule detailing the specific type of stored materials for which payment is requested,including bui not limited to, quanli/ies, types and sizes;

,2 Invoices evidencing the costs ofsuch stored materials, attached as back-up documentation to theApp/ica//on for Payment under which payment for stored materials is sought;

.3 A bill of sale, invoice or other documentation evidencing that the Owner has received the storeditems free and clear of a/I claims and liens. This evidence shall be submitted io the Owner inContractor's next pay application; Failure to comply with this requirement may resuIt /n the Ownerwffhholding payment until the evidence is furnished;

.4 A consent of surety for the Owner's paymeni for such stored items;

Rev. October 2020C&S Engineers, Inc.

General Provisions-65

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

CONTROL OF MATERIALSSECTION GP 60

.5 A certificate ofinsurance evidencing that stored materials not located on the Owner's property areInsured for the full replacement value of the stored materials for which payment is requested.Failure of the Contractor to obtain and maintain insurance coverages required herein shall giverise to a breach of this Contract, thereby allowing Owner all recourse permitted by law, includingrecovery under the Payment and Periormance Bonds posted for this Proj ect.

Contractor agrees to separately mark and identify the stored materials with the Project name and name of theContractor. All such stored materials shall be made available for Owner's periodicinspections. Contraclorshall be responsible for ali loss or damage to such stored materials until the Work reaches Final Completion,including but not limited to all loss or damage arising from theft, malicious mischief or vandalism. Contractorassumes all risk of transit with respect to such stored materials.

If so requested by the Owner, the Contractor shall submit, within 30 days after the dale of commencement ofthe Work and thereafter as the Owner requires, material delivery schedules for each category or subcontractfor which application for payment for stored materials will be made, which schedules shall include items,quantities, value or unit prices with extensions and the month in which Application for Payment with respecttheretois expected to occur. Schedules shall be updated on a monthly basis and submitted as an attachmentto the Contractor's Application for Payment. The Owner has no obligation to pay the Contractorif the updatedmonthly scheduleis not provided.

The Contractor warrants that title to all Work covered by an Application for Payment will pass to the Ownerno later than the time ofpayment on such Application for Payment by the Owner to the Contractor, and thatthe Contractor shall retain ell obligations under this Contract related to the Work, including but not limitedto responsibility to adequately insure, maintain, secure and protect all Work and all materials and equipmentrelated to the Work until the Work reaches Final Completion, including, but not limited to, adequatelyinsuring, securing and protecting all such Work and materials and equipment related to the Work fromweather damage. The Contractor further warrants that upon submission of an Application for Payment, allWork for which CertiTications for Payment have been previously executed or all Work for which paymentshave been received from the Owner shall be free and clear of liens, claims, security interests orencumbrances in favor of the Contractor, Subcontractors, material Suppliers, or other persons or entitiesmaking a ciaim by reason ofhaving provided labor, materials, and equipment relating to the Work.

60*07 UNACCEPTABLE MATERIALS.Any material or assembly that does not conform Io the requirements of the contract, plans, or specificationsshall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected materialor assembly from the site of the work, unless otherwise instructed by the RPR OAR.

Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not bereturned Io the site of the work until such time as the RPR OAR has approved its used in the work.

60-08 OWNER FURNISHED MATERIALS.The Contractor shall furnish all materials required Io complete the work, except those specified, if any, Iobe furnished by the Owner. Owner-furnished materials shall be made available to the Contractor at thelocation specified.

All costs of handling, transportation from the specified location Io the site of work, storage, and installingOwner-furnished materials shall be included in the unit price bid for the contract item in which such Owner-furnished material is used.

Rev. October 2020C&S Engineers, Inc.

General Provisions-66

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

CONTROL OF MATERIALSSECTION GP 60

After any Owner-furnished material has been delivered to the location specified, the Contractor shall beresponsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor'shandling, storage, or use of such Owner-furnished material. The Owner will deduct froin any monies dueor to become due the Contractor any cost incurred by the Owner in making good such loss due to theContractor's handling, storage, or use of Owner-furnished materials.

END OF SECTION 60

Rev. October 2020C&S Engineers, Inc.

General Provisions-67

AC 1 50/53TO-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

CONTROL OF MATERIALSSECTION GP 60

THIS PAGE INTENTIONALLY LEFT BLANK

Rev. October 2020C&S Engineers, Inc.

General Provisions-68

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS FBG REHABILITATION

LEGAL REGULATIONSSECTION GP 70

SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC

70-01 LAWS TO BE OBSERVED.The Contractor shall keep fully informed of all federal and state laws, all local laws, ordinances, andregulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which inany manner affect those engaged or employed on the work, or which in any way affect the conduct of thework. The Contractor shall at all times observe and comply with all such laws, ordinances, regulations,orders, and decrees; and shall protect and indemnify the Owner and all their officers, agents, or servantsagainst any claim or liability arising from or based on the violation of any such law, ordinance, regulation,order, or decree, whether by the Contractor or the Contractor's employees.

70-02 FAA REQUIRED PROVISIONS.1 A reements with the United States and State of Florida. This Contract shall be subject to a/I

restriclions of record affecting the Airport and the use thereof, al/ Federal and state laws and regulationsaffecting the same, and shall be subject and subordinate to the provisions of eny existing agreement betweenthe Owner and the United States of America or the State of Florida, their boards, members, agencies orcommissions and to future agreemenls between the foregoing relative to the operation or maintenance of theAirport, the execution of which may be required as a condition precedent to the expenditure of Federal or statefunds for ihe development of the Airport, or as a condition precedent to the use of the Airport, or any partthereof, by the Contractor, the Owner or otherwise, All pmvisions hereof shall be subordinate to the right oflhe United States of America to terminate the right of the Contractor, the Owner, or others, to occupy or to usethe Airport, or any part thereof, during the time of war or national emergency.

.2 Fair Prices. //'the Contractor shall furnish any services to the public at the Airport, it shall furnish saidservices on a fair, equal and not unjustly discriminatory basis to a/I users thereof and shall charge fair,reasonable and not unjustly discriminatory prices for each unit of service, provided that the Contractor shall beallowed to make reasonable and non-discriminatory discounts or rebates or other similar types of pricereductions to volume purchasers, if any.

.3 Textin When Drivin . In accordance with Executive Order 13513, "Federal Leadership onReducing Text Messaging While Driving" (10/1/2009) and DOT Order 3902.10 "Text Messaging WhileDriving" (12/30/2009), the FAA encourages recipients of Federal grant funds to adopt and enforce safetypolicies that decrease crashes by distracted drivers, including policies to ban text messaging while drivingwhen performing work related to a grant or sub-grant. In support of this initiative, the Owner encouragesthe Contractor to promote policies andinitiatives forits employees and other work personnel that decreasecrashes by distracted drivers, including policies that ban text messaging while driving motor vehicles whilepertorming work activities associated with the project. The Contractor must include the substance of thisclause in ail sub-tier contracts exceeding $3,500 and involve driving a motor vehicle in performance of workactivities associated with the project.

.4 Ener Conservation Re uirements Contractor and Subcontractor agree to comply withmandatory standards and policies relating to energy efficiency as contained in the state energyconservation plan issued in compliance with the Energy Policy and Conservation Act (42 U.S.C. 6201etseq). This provision must be included in a/I lower tier contracts.

.5 Interferin Structures and Electronics. The Contractor will not erect or permit the erection onthe Airport property of any permanent or temporary structure or facility which would interfere materially withthe use, operation or future development of the Airport, or permit the generation of electronic emissionsthat wouldinterfere with communications and navigation by aircraff using the Airport.

Rev. October 2020C&S Engineers, Inc.

General Provisions-69

AC 150/5370-10H 12/21/2018

ORI ANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

LEGAL REGULATIONSSECTION GP 70

.6 Landin Area and Air Navi ation Facili . This Contract confers no right upon the Contractor touse any landing area or air navigation facility at the Airport, and hence, nothing conlained in this Contractshall be construed to grant, or to authorize the granting of, an exclusive right for the use of any such landingarea or air navigation facility in violation of Section 308 of the Federal Aviation Act of 1958.

T~TS.A R I P '.h S I I h S Ply Ilh II PPII hl T *p h II S ItyAdministralion (TSA) regulations concerning Airport security.

.8 Pollution. The Contractor shall not, in its operations hereunder, generate any odors, fumes,smoke, noise, glare, vibration, electronic emissions, soot, dust or atmospheric pollution, sewage, industrialor other wastes, in violation of any applicable law, regulation or procedure of any Federal, state, county orcity authority havingjurisdiction with respect to such matters.

.9 Air ort 0 erations. The Owner reserves untoitself,its successors and assigns, for the use andbenefit of the public, a right of flight for the passage of aircraft in ihe airspace above the surface of theAirport, together with the right to cause in said airspace such noise as may be inherent in the operation ofaircraft, now known or hereafter used, For navigation or flight in the said airspace, and for use of saidairspace for landing on, taking off from or operating on the Airport.

.10 Hei ht Restrictions. The Contractor expressly agrees for itself, its successors and assigns, toreslrict the height of struclures, objects of natural growth and other obstructions on the Airport to such aheight so as to comply with Federal Aviation Regulations, Part 77.

.11 Construction Li htin . The Contractor agrees foritselfandits Subcontractors to require any lightson the Airport to be constructed, focused or arranged in a manner that will prevent the lights from castingbeamsin an upward direction so as to interfere with the vision of pilots in aircraft.

.12 Undue Rislr and Interference. If the FAA determines that any right or claim of right in or to theproperty herein creates an undue risk orinterference wilh the operation of the Airport or the performanceof or compliance wilh any covenants and condilions to which the use of the Airportis subject, said right orclaim shall be extinguished or modified in a manner acceptable to the FAA.

.13 Occu ation I Safet and Nealth Act of 1970. All contracts and subcontracts that result from thissolicitation incorporate by reference the requirements of 29 CFR Pert 1910, with the same force and effectas if given in full text. Contractor must provide a work environment that is free from recognized hazardsthat may cause death or serious physical harm to the employee. The Contractor retains full responsibilityto monitor Its compliance and their subcontractor's compliance with the applicable requirements of theOccupational Safety and Health Act of 1970 (20 CFR Part 1910). Contractor must address any claims ordisputes that pertain to a referenced requirement directly with the U.S. Department of Labor — OccupationalSafety and Health Administration.

. 14 Procurement ofRecovered Materials. Contractor and subcontractor agree to comply with Section6002 of the Solid I/I/aste Disposal Act, as amended by the Resource Conservation and Recovery Act, andthe regulatory provisions of 40 CFR Part 247. In the performance of this Contract and to the extentpracticable, the Contractor and subcontractors are to use of products containing the highesl percentage ofrecovered maten'als foritems designated by the Environmental Protection Agency (EPA) under 40 CFRPart 247 whenever: a) The Contract requires procurement of $ 10,000 or more of a designated item duringthe fiscal year; or, b) The Contractor has procured $ 10,000 or more of a designated item using Federalfunding during the previous fiscal year. The list of EPA-designated items is available atwww.epa.gov/epawaste/conserve/tools/cpg/products/. Section 6002(c) establishes exceptions to thepreference for recovery of EPA-designated products if the contractor can demonstrate the item is: a) Notreasonably available within a timeframe providing for compliance with the contract performance schedule;

Rev. October 2020C8S Engineers, Inc.

General Provisions-70

AC 150I5370-10H 12l21I2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

LEGAL REGULATIONSSECTION GP 70

b) Fails to meet reasonable contract performance requirements; or c) Is only available at an unreasonableprice.

.15~!!i 1 hit.th 5 t t 5 t thl tt kpd d 5 tll Cincluding work performed by Subcontractors, conforms to a bui/ding code standard that provides a level ofseismic safety substantially equivalent to standards established by the National Earthquake HazardsReduction Program (NEHRP). Loca/ building codes that model their code after the current version of theInternational Building Code (IBC) meet the NEHRP equivalency /eve/ for seismic safety.

16 Federal Fair Labor Standards Act Federa/ Minimum Wa e 29 USC 201 et se Ailcontracts and subcontracts thai result from this solicitation incorporate by reference, the provisions of 29CFR Par 205, the Federal Fair Labor Standards Act (FLSA), with the same force and effect as if giveninfull text. The FLSA sets minimum wage, overtime pay, recordkeeping, and child labor standards for full andpart time workers. The Conlractor has full responsibility to monitor compliance to the referenced statute orregu/al/on. The Contractor musi address any claims or disputes that arise from this requirement direct/ywith the U.S. Department of Labor — Wage and Hour Division. AII subcontractors must comp/y with theFLSA.

70-023 PERMITS, LICENSES, AND TAXES.The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all noticesnecessary and incidental to the due and lawful execution of the work.

70-004 PATENTED DEVICES, MATERIALS, AND PROCESSES.If the Contractor is required or desires to use any design, device, material, or process covered by letters ofpatent or copyright, the Contractor shall provide for such use by suitable legal agreement with the Patenteeor Owner, The Contractor and the surety shall defend against any lawsuits or claims made against lheOwner and shall indemnify and hold harmless the Owner, any third party, or political subdivision from anyand all claims for infringement by reason of the use of any such patented design, device, material orprocess, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, anddamages which it may be obliged to pay by reason of an infringement, at any time during the execution orafter the completion of the Work.

70-045 RESTORATION OF SURFACES DISTURBED BY OTHERS.The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public orprivate utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utilityservice of another government agency at any time during the progress of the work. To the extent that suchconstruction, reconstruction, or maintenance has been coordinated with the Owner, such authorized work(by others) ie shall be as indicated~: on the Project Plans or describedin the Contract Documents.

Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate orotherwise disturb such utility services or facilities located within the limits of the Work without the writtenpermission of the R/zR OAR.

Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of anothergovernment agency be authorized to construct, reconstruct, or maintain such utility service or facility duringthe progress of the Work, the Contractor shall cooperate with such owners by arranging and performing thework in this contract so as to facilitate such construction, reconstruction or maintenance by others whetheror not such work by others is listed above. When ordered as extra work by the R/zR OAR, the Contractorshall make ail necessary repairs to the work which are due to such authorized work by others, unless

Rev. October 2020C &S Engineers, Inc.

General Provisions-71

AC 150/5370-10H 12/25/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS FBG REHABILITATION

LEGAL REGULATIONSSECTION GP 70

otherwise provided for in the contract, plans, or specifications. It is understood and agreed that theContractor shall not be entitled to make any claim for damages due to such authorized work by others orfor any delay to the work resulting from such authorized work.

70-088 FEDERAL PARTICIPATION.The United States Government has agreed to reimburse the Owner for some portion of the Contract costs.The Contract Work is subject to the inspection and approval of duly authorized representatives of the FAAAdministrator. No requirement of this Contract shall be construed as making the United States a party tothe Contract nor will any such requirement interfere, in any way, with the rights of either party to the Contract

70-087 SANITARY, HEALTH, AND SAFETY PROVISIONS.The Contractor's worksite and facilities shall comply with applicable federal, state, and focal requirementsfor health, safety and sanitary provisions.

70-078 PUBLIC CONVENIENCE AND SAFETY.The Contractor shall control their operations and those of their subcontractors and all suppliers, to assurethe least inconvenience to the traveling public. Under all circumstances, safety shall be the most importantconsideration.

The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic withrespect to their own operations and those of their own subcontractors and all suppliers in accordance withSection 40, paragraph 40-07, MAINTENANCE OF TRAFFIC, and shall limit such operations for theconvenience and safety of the traveling public as specified in Section 80, paragraph 80-05, LIMITATIONOF OPERATIONS.

The Contractor shall remove or control debris and rubbish resulting from its work operations at frequentintervals, and upon the order of the RPR OAR If the RPR OAR determines the existence of Contractordebris in the work site represents a hazard to airport operations and the Contractor is unable to respond in

a prompt and reasonable manner, the RPR OAR reserves the right to assign the task of debris removal toa third party and ~assess the resulting costs against the Contractor.

70-089 Construction Safety and Phasing Plan (CSPP). The Contractor shall complete the Work in

accordance with the approved Construction Safety and Phasing Plan (CSPP) developed in accordancewith AC 150I5370-2, Operational Safety on Airports During Construction. The CSPP is included as anattachment to Specification Section C-106.

70~10 USE OF EXPLOSIVES.USE OF EXPLOSIVES IS STRICTLY PROHIBITED

70-4011 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE.The Contractor shall be responsible for the preservation of all public and private property, and shall protectcarefully from disturbance or damage all land monuments and property markers until the Engineer/RPROAR has witnessed or otherwise referenced their location and shall not move them until directed.

Rev. October 2020C&S Engineers, Inc.

General Provisions-72

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABII ITATIQN

LEGAL REGULATIONSSECTION GP 70

The Contractor shall be responsible for all damage or injury to property of any character, during theexecution of the Work, resulting from any act, omission, neglect, or misconduct in manner or method ofexecuting the Work, or at any time due to defective work or materials, and said responsibility will not bereleased until the project shall have been completed and accepted.

When or where any direct or indirect damage or injury is done to public or private property by or on accountof any act, omission, neglect, or misconduct in the execution of the Work, or in consequence of the non-execution thereof by the Contractor, the Contractor shall restore, at their own expense, such property to acondition similar or equal to that existing before such damage or injury was done, by repairing, or otherwiserestoring as may be directed, or the Contractor shall make good such damage or injury in an acceptablemanner.

70SS12 INDEMN/FICA T/ON

TO THE FULLEST EXTENT PERMITTED BY LAW, THE CONTRACTOR SHALL DEFEND, INDEMNIFY,AND HOLD HARMLESS THE OWNER, OAR, DESIGNER, AND AGENTS, SUBCONSULTANTS, ANDEMPLOYEES OF ANY OF THEM FROM AND AGAINST CLAIMS, DAMAGES, LOSSES ANDEXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEYS'EES, (AND OTHER LEGAL COSTSSUCH AS THOSE FOR PARALEGAL, INVESTIGATIVE, LEGAL SUPPORT AND THE ACTUAL COSTSINCURRED FOR EXPERT WITNESS TESTIMONY), TO THE EXTENT CAUSED IN WHOLE OR IN PARTBY ACTS, ERRORS, OMISSIONS, NEGLIGENCE, RECKLESSNESS OR WILLFUL MISCONDUCT OFTHE CONTRACTOR, ONE OF ITS SUBCONTRACTORS, ANYONE DIRECTLY OR INDIRECTLYEMPLOYED BY THEM OR ANYONE FOR WHOSE ACTS THEY MAY BE LIABLE. THISINDEMNIFICATION OBLIGATION INCLUDES ANY PENALTIES OR FINES ASSESSED BY THE FAAOR TSA AS WELL AS ANY OTHER COSTS TO THE OWNER, SUCH AS INVESTIGATION ANDSECURITY TRAINING, INCURRED AS A RESULT OF ANY VIOLATION OF FEDERAL REGULATIONS,INCLUDING THE AIRPORT SECURITY PLAN, BY THE CONTRACTOR, ITS SUBCONTRACTORS, ORANYONE DIRECTLY OR INDIRECTLY EMPLOYED BY THEM OR ANYONE FOR WHOSE ACTS THEYMAY BE LIABLE. THE CONTRACTOR SHALL ALSO DEFEND, INDEMNIFY, AND HOLD HARMLESSTHE OWNER AND ITS MEMBERS, OFFICERS, AGENTS AND EMPLOYEES AGAINST ANYASSERTION OF CLAIMS FOR FAILURE OF PAYMENT, OR FAILURE TO PROVIDE APPROPRIATEBONDS, MADE BY SUBCONTRACTORS OR MATERIAL SUPPLIERS, AND AGAINST ANYASSERTIONS OF SECURITY INTERESTS BY SUPPLIERS OF GOODS, SERVICES OR MATERIALS.THE CONTRACTOR'S INDEMNIFICATION OBLIGATION SHALL ALSO EXTEND TO ALL CLAIMS,DEMANDS, EXPENSES, AND COSTS ASSERTED BY THIRD PARTIES ARISING FROMCONTRACTOR'S FAILURE TO PERFORM STRICTLY IN ACCORDANCE WITH THIS CONTRACT,INCLUDING, WITHOUT LIMITATION, ANY DELAYS TO THE PROJECT. SUCH OBLIGATION SHALLRev. October 2020 AC 150/5370-10H 12/2 1/2018C&S Engineers, Inc.

General Provisions-73

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 6 REHABILI'TATION

LEGAL REGULATIONSSECTION GP 70

NOT BE CONSTRUED TO NEGATE, ABRIDGE, OR REDUCE OTHER RIGHTS OR OBLIGATIONS OFINDEMNITY WHICH WOULD OTHERWISE EXIST. THE INDEMNIFICATION OBLIGATIONS OF THISCONTRACT SHALL NOT BE LIMITED BY A LIMITATION ON THE AMOUNT OR TYPE OF DAMAGES,COMPENSATION OR BENEFITS PAYABLE BY OR FOR THE CONTRACTOR, A SUBCONSULTANTOR SUBCONTRACTOR UNDER WORKERS'OMPENSATION ACTS, DISABILITY BENEFITS ACTSOR OTHER EMPLOYEE BENEFIT ACTS. IN CONNECTION WITH THE DEFENSE ANDINDEMNIFICATION OBLIGATION OF THIS SECTION, THE CONTRACTOR SHALL PROVIDE ANDPAY FOR COUNSEL REASONABLY ACCEPTABLE TO THE OWNER. IN THE EVENT OF APOTENTIAL CONFLICT OF INTEREST, THE CONTRACTOR SHALL PAY FOR COUNSEL OF THEOWNER'S CHOOSING. THE CONTRACTOR SHALL NOT, HOWEVER, BE REQUIRED TO INDEMNIFYOWNER FOR OR AGAINST CLAIMS, DEMANDS, EXPENSES, AND COSTS ARISING OUT OFOWNER'S SOLE NEGLIGENCE.

The indemnification obligations of this Contract shall not be limited or reduced by Liquidated Damages thatmay be assessed againsl the Contractor or by a limitation on the amount or type of damages, compensationor benefits payable by or for the Contractor, a Subconsultant or Subcontractor under workers'ompensationacts, disability benefits acts or other employee benefit acts.

If the aboveindemnity provisions are deemed void in whole orin part under Florida law, then the followingindemnification obligations shall apply to the extent such provisions are deemed void: Contractor shallindemnify and hold harmless the Owner, its oMicers and employees, from liabilities, damages, losses andcosts, including but not limited to, reasonable attorney's fees, to the exlent caused by the negligence,recklessness, orintenlional wrongful misconduct of the Contractor and persons employed or utilized by theContraclorin the performance of the Contract.

Theindemnification provisions shall survive the expiration or termination of this Contract. The Owner's rightto indemnification is in addition to and not in lieu of any other right, obligation, or remedy under the Contractor applicable law, including, without limitation, the Owner's ability to assess Backcharges and LiquidatedDamages. The Owner may seekindemnification at any time.

70-4313 THIRD PARTY BENEFICIARY CLAUSE.It is specifically agreed between the parties executing the Contract that it is not intended by any of theprovisions of any part of the Contract to create the public or any member thereof a third party beneficiaryor to authorize anyone not a party to the Contract to maintain alawsuit pursuant to the terms or provisions of the Contract.

704314 OPENING SECTIONS OF THE WORK TO TRAFFIC.If it is necessary for the Contractor to complete portions of the Ceontract iit4ivork for the beneficial occupancyof the Owner prior to completion of the entire Ceontract, such "phasing" of the work shall be specified belowand indicated on the approved Construction Safety and Phasing Plan (CSPP) and the project plans. Whenso specified, the Contractor shall complete such portions of the work on or before the date specified or asotherwise specified.

Upon completion of any portion of work listed above, such portion shall be accepted by the Owner inaccordance with Section 50, paragraph 50-23, PARTIAL ACCEPTANCE.

Rev. October 2020C&S Engineers, Inc.

General Provisions-74

AC 150I5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

LEGAL REGULATIONSSECTION GP 70

No portion of the Work may be opened by the Contractor for public use until ordered by the Owner OAR inwriting. Should it become necessary to open a portion of the Work to public traffic on a temporary orintermittent basis, such openings shall be made when, in the opinion of the RPR OAR, such portion of thework is in an acceptable condition to support the intended traffic. Temporary or intermittent openings areconsidered to be inherent in the Work and shall not constitute either acceptance of the portion of the Workso opened or a waiver of any provision of the Contract. Any damage to the portion of the Work so openedthat is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at theirexpense.

The Contractor shall make their own estimate of the inherent difficulties involved in completing the Workunder the conditions herein described and shall not claim any added compensation by reason of delay orincreased cost due to opening a portion of the eentreet Work.

The Contractor must conform to safety standards contained AC 150/5370-2 and the approved CSPP.

Contractor shall refer to the plans, specifications, and the approved CSPP to identify barricaderequirements, temporary and/or permanent markings, airfield lighting, guidance signs and other safetyrequirements prior to opening up sections of work to traffic.

704415 CONTRACTOR'S RESPONSIBILITY FOR WORK.Until the RpiR-'s OAR's final written acceptance of the entire completed work, excepting only those portionsof the work accepted in accordance with Section 50, paragraph 50-24, PARTIAL ACCEPTANCE, theContractor shall have the charge and care thereof and shall take every precaution against injury or damageto any part due to the action of the elements or from any other cause, whether arising from the executionor from the non-execution of the work. The Contractor shall rebuild, repair, restore, and make good allinjuries or damages to any portion of the work occasioned by any of the above causes before finalacceptance and shall bear the expense thereof except damage to the work due to unforeseeable causesbeyond the control of and without the fault or negligence of the Contractor, including but not restricted toacts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature,or acts of the public enemy or of government authorities.

If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shalltake such precautions necessary to prevent damage to the work. The Contractor shall provide for normaldrainage and shall erect necessary temporary structures, signs, or other facilities at their own expense.During such period of suspension of work, the Contractor shall properly and continuously maintain in anacceptable growing condition all living material in newly established planting, seeding, and soddingfurnished under the contract, and shall take adequate precautions to protect new tree growth and otherimportant vegetative growth against injury.

70-4616 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS.The Contractor represents that// is familiar with the Project site and has received a//information it needsconcerning the conditions of the Project site. The Contractor represents that it has /nspecled the locationof the Work and has satisfied itself as to the location and condition thereof, including, without limitation, thelocation and condition of a/I structures, utilities, and surface and subsurface conditions. At no additionalcost to the Owner, the Contractor shall undertake a/I furtherinvestigations and studies as may be necessaryor useful to determine the location and condition of structures, utilities, surface and subsurface conditions.

As provided in paragraph 70-04, RESTORATION OF SURFACES DISTURBED BY OTHERS, theContractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utilityservice of another government agency that may be authorized by the Owner to construct, reconstruct or

Rev. October 2020C&S Engineers, Inc.

General Provisions-75

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

LEGAL REGULATIONSSECTION GP 70

maintain such utility services or facilities during the progress of the Work. In addition, the Contractor shallcontrol their operations to prevent the unscheduled interruption of such utility services and facilities.

To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of anothergovernmental agency are known to exist within the limits of the contract work, the approximate locationshave been indicated on the plans.

It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of thelocation information relating to existing utility services, facilities, or structures that may be shown on theplans or encountered in the work. Any inaccuracy or omission in such information shall not relieve theContractor of the responsibility to protect such existing features from damage or unscheduled interruptionof service.

It is further understood and agreed that the Contractor shall, upon execution of the Ceontract, notify theOwners of all utility services or other facilities of their plan of operations. Such notification shall be in writing.

. A copy of each notification shell be given to the RPR OAR.

In addition to the general written notification provided, it shall be the responsibility of the Contractor to keepsuch individual Owners advised of changes in their plan of operations that would affect such Owners.

Prior to beginning the work in the general vicinity of an existing utility service or facility, the Contractor shallagain notify each such Owner of their plan of operation. If, in the Contractor's opinion, the Owner'sassistance is needed to locate the utility service or facility or the presence of a representative of the Owneris desirable to observe the work, such advice should be included in the notification. Such notification shallbe given by the most expeditious means to reach the utility owner-'s—"Perseri-te-Centaetr no later than twonormal business days prior to the Contractor's commencement of operations in such general vicinity. TheContractor shall furnish a written summary of the notification to the RPpt OAR.

The Contractor's failure to give the two days'otice shall be cause for the Owner to suspend theContractor's operations in the general vicinity of a utility service or facility.

Where the outside limits of an underground utility service have been located and staked on the ground, theContractor shall be required to use hand excavation methods within 3 feet (1 m) of such outside limits atsuch points as may be required to ensure protection from damage due to the Contractor's operations,

Should the Contractor damage or interrupt the operation of a utility service or facility by accident orotherwise, the Contractor shall immediately notify the proper authority and the RPR OAR and shall take all

reasonable measures to prevent further damage or interruption of service. The Contractor, in such events,shall cooperate with the utility service or facility owner and the RPR QAR continuously until such damagehas been repaired and service restored to the satisfaction of the utility or facility owner.

The Contractor shall bear all costs of damage and restoration of service to any utility service or facility dueto their operations whether due to negligence or accident. The Owner reserves the right to deduct suchcosts from any monies due or which may become due the Contractor, or their own surety.

7045:417 FAA FACILITIES AND CABLE RUNS.The Contractor is hereby advised that the construction limits of the project include existing facilities andburied cable runs that are owned, operated and maintained by the FAA. The Contractor, during theexecution of the project Work, shall comply with the following:

Rev. October 2020C&S Engineers, Inc.

General Provisions-76

AC 150/53?0-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS FB G REHABILITATION

LEGAL REGULATIONSSECTION GP 70

a. The Contractor shall permit FAA maintenance personnel the right of access to the project work sitefor purposes of inspecting and maintaining all existing FAA owned facilities.

b. The Contractor shall provide notice to the FAA Air Traffic Organization (ATO)/TechnicalOperationsiSystem Support Center (SSC) Point-of-Contact through the airport Owner a minimumof seven (7) calendar days prior to commencement of construction activities in order to permitsufficient time to locate and mark existing buried cables and to schedule any required facilityoutages. If prosecution of the pre)eat-werk-Project Work requires a facility outage, the Contractorshall contact Owner a minimum of five (5) days 48-hearsprior to the time of the required outage.

c. If execution of the pProject Work requires a facility outage, the Contractor shall contact the Ownera minimum of five (5) days Z24vsure prior to the time of the required outage..

d. Any damage to FAA cables, access roads, or FAA facilities during construction caused by theContractor*s equipment or personnel whether by intentional conduct, negligence or accident willrequire the Contractor to repair or replace the damaged cables, access road, or FAA facilities toFAA requirements at the Contractor's sole cost. The Contractor shall not bear the cost to repairdamage to underground facilities or utilities improperly located by the FAA.

e. If the pProject Work requires the cutting or splicing of FAA owned cables, the Owner FAA-Peiet-ef-Geriteet shall be contacted a minimum of five (5) days~ prior to the time the cable workcommences. The FAA reserves the right to have a FAA representative on site to observe thesplicing of the cables as a condition of acceptance. All cable splices are to be accomplished inaccordance with FAA specitications and require approval by the FAA Point-of-Contact as acondition of acceptance by the Owner. The Contractor is hereby advised that FAA restricts thelocation of where splices may be installed. If a cable splice is required in a location that is notpermitted by FAA, the Contractor shall furnish and install a sufficient length of new cable thateliminates the need for any splice.

70-48:818 IVAVAIDS AIVD OTHER SIGNALSThere are installed on the Airport FAA NAVAIDs or Owner NAVAIDs and other electronic and visual signals(hereinaffer collectively NAVAIDS) which may include but not be limited to, ASR, UHF, IVDB and VHFReceivers and Transmitters, National Weather Service Facilities, lighting, electric cables and controls relatingto such NAVAIDs and facilities and other electric power cables serving other facilities. Such IVAVAIDs, NationalWeather Service and other facilities and electric cables must be fully protected during the entire constructiontime. Work under this Contract can be accomplished in the vicinity of these facilities and cables only at approvedperiods of time, which approval is subject to withdrawal at any time because of changes in the weather,emergency conditions on the existing airfield areas, anticipation of emergency condition and for any otherreason as determined by the OAR acting under the orders and instructions of the Owner or the designatedFAA representative. Any instructions to the Contractor to clear any given area, at any time by the OAR, theAirport Director of Operations or the Air Traffic Control Tower (by radio or other means) shall be immediatelyexecuted. Construction Work will be commencedin the cleared area only when additionalinstructions to thiseffect areissued. To the extent that they are known, the approximate locations of NAVAIDs, Ivational WeatherService and other facililies have been indicated on the Contract Drawings. The Owner does not wanant orguaranty the accuracy or completeness of the location information relating to NAYAIDs, National WeatherService and other feei/ilies appearing on the Contract Documents. Anyinaccuracy or omission shall not relievethe Contractor ofits responsibility to protect such existing facilities fiom damage or unscheduledinterruption ofservice.

Rev. October 2020C8S Engineers, Inc.

General Provisions-77

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

LEGAL REGULATIONSSECTION GP 70

Power and control cables leading to and from any NAVA/Ds, National Weather Service and other facilitieswill be markedin the field by the Conlractor, before any workin its general vicinilyis started. Thereafter,through the entire time of this construction, they shall be protected from any possible damage.

These special provisions intend to make perfectly clear the need for protection of FAA NAVAiD's, NationalWeather Service and other facilities and cables by this Contractor at ail times.

The Contractor shat/ immediately repair at its expense, with identical material by skilled workers, anyunderground cables serving FAA NA VA/Ds, National Weather Service and other Airport faciii ties, which aredamaged by its workers, equipment or Work. Prior approval of the FAA must be obtained for the materials,workers, time of day or night, method of repairs, or for any temporary or permanent repairs the Contractorproposes to make lo any FAA NAVA/Ds, National Weather Service facilities or olher cables and controlsserving such NAVA/Ds and facilities which are damaged by the Contractor. Prior approvai by the Ownermust be obtained for the materials, workers, lime of day or night, method of repairs for any temporary orpermanent repairs the Contractor proposes to make to any of the airport facilities and cables damaged bythe Contractor.

704019 FURNISHING RIGHTS-OF-WAY.The Owner will be responsible for furnishing all rights-of-way upon which the work is to be constructed in

advance of the Contractor's operations.

70-4720 PERSONAL LIABILITY OF PUBLIC OFFICIALS.In carrying out any of the contract provisions or in exercising any power or authority granted by this contract,there shall be no liability upon the Engineer, RPR OAR, their authorized representatives, or any officials ofthe Owner either personally or as an official of the Owner. It is understood that in such matters they actsolely as agents and representatives of the Owner.

70-4021 NO WAIVER OF LEGAL RIGHTS.Upon campletion of the work, the Owner will expeditiously make final inspection and notify the Contractorof final acceptance. Such tlnal acceptance, however, shall not preclude or stop the Owner from correctingany measurement, estimate, or certificate made before or after cern pletion of the Work, nor shall the Ownerbe precluded or stopped from recovering from the Contractor or their surety, or both, such overpayment asmay be sustained, or by failure on the part of the Contractor to fulfill their obligations under the Contract. A

waiver an the part of the Owner of any breach of any part of the Contract shall not be held to be a waiverof any other or subsequent breach.

The Contractor, without prejudice to the terms of the Contract, shall be liable ta the Owner for latent defects,fraud, or such gross negligence mistakes, or as regards the Owner's rights underany warranty or guaranty.

By making the final payment, the Owner does not waive any ofits rights in law or under the Contract arisingfrom:

.2

.3

.5

liens, claims, securityinterests or encumbrances arising out of the Contract and unknownor unsettled at the time final payment is made;latent defects;failure of the Work to comply with the requirements of the Coniract Documents;lerms of special warranties required by the Contract; orany claim for overpayment, including, but not limited to, those resulting directly or indirectlyfrom any erroneous measurement, estimate or quantity.

Rev. October 2020C&S Engineers, Inc.

General Provisions-78

AC 150/5370-10H 12/21/2018

ORI ANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 6 REHABILITATION

LEGAL REGULATIONSSECTION GP 70

70-4922 ENVIRONMENTAL PROTECTION.The Contractor shall comply with all federal, state, and local laws and regulations controlling pollution ofthe environment. The Contractor shall take necessary precautions to prevent pollution of streams, lakes,ponds, and reservoirs with fuels, oils, asphalts, chemicals, or other harmful materials and to preventpollution of the atmosphere from particulate and gaseous matter.

70~23 ARCHAEOLOGICAL AND HISTORICAL FINDINGS.Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not withinany property, distriict, or site, and does not contain any building, structure, or object listed in the currentNational Register of Historic Places published by the United States Department of Interior.

Should the Contractor encounter, during their operations, any building, part of a building, structure, or objectthat is incongruous with its surroundings, the Contractor shall immediately cease operations in that locationand notify the RPR OAR. The RPR OAR will immediately investigate the Contractor's finding and the Ownerwill direct the Contractor to either resume operations or to suspend operations as directed.

Should the Owner order suspension of the Contractor's operations in order to protect an archaeological orhistorical finding, or order the Contractor to perform Extra Work extra-werk, such shall be covered by anappropriate Contract Modification as provided in Section40, paragraph 40-Q6, EXTRA WORK, and Section 90, paragraph 90-11, PAYMENT FOR EXTRA WORKAND FORCE ACCOUNT WORK. If appropriate, the Contract Modification

shall include an extension of contract time in accordance with Section 80,paragraph 80-09, DETERMINATION AND EXTENSION OF CONTRACT TIME.

70~24 PROTECTION OF PERSONS AND PROPERTYA, Safety Precautions and ProgramsThe Contractor shall be responsible forinitiating, maintaining and supervising all safety precautionsand implementing and monitoring a safety program in connection with the performance of the Workincluding but not limited to those requirementsin this GP80. The Contractor shall submit to the Ownera copy of its safety plan within ten (10) business days ofissuance of the Notice to Proceed. TheContractor's Safety Plan shall, at a minimum, meet the requirements of the latest edition ofANSI/A SSEA10. 38.

In the event the Contractor fails to initiate, maintain, supervise and monitor the safety ofits operationsduring the performance of the Work, including the operations ofits Subcontractors, Suppliers and anyothers for whom the Contractoris responsible, then the Owner may, without reservation, pursue anyrights or remedies against the Contractor that are available, under this Contract or by law, includingwithholding of payment.

B. Safety Of Persons and PropertyThe Contractor shall take reasonable precautions for safety of, and shall provide reasonable protectionto prevent damage, injury or loss to:

1. employees and other persons who may be affected thereby;

2. the Work, materials and equipment to beincorporated therein, whetherin storage, on or off the site,that is under the care, custody or control of the Contractor or the Contractor's Subcontractors; and

Rev. October 202QC&S Engineers, Inc.

General Provisions-79

AC 150I5370-1QH 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS FSG REHABILITATION

LEGAL REGULATIONSSECTION GP 70

3. other property at the site or adjacent thereto, such as trees, shrubs, lawns, walks, pavements,roadways, structures and utilities not designated for removal, relocation or replacement in the courseof construction.

The Contractor shall comply with applicable laws, ordinances, codes, rules, regulations and lawfulorders of public authorities bearing on safety of persons or property or thea protection from damage,injury or loss.

The Contractor shal/ erect and maintain, as required by existing conditions and the ContractDocuments, reasonable safeguards for safety and protection, including posting danger signs and otherwarnings against hazards, promulgating safety regulations and notifying the owners and users ofadjacent sites and utilities of hazardous or dangerous conditions.

When use or storage of hazardous materials or equipment or unusual methods are necessary forexecution of the Work, the Contractor shall exercise utmost care and carry on such activities undersupervision of properly qualified personnel.

The Contractor shall, at its sole cost and expense, promptly pay or, repair, or remedy all damage, injury,and loss to property referred to in Paragraphs 2 and 3 above caused in whole or in part by theContractor, a Subcontractor or anyone directly orindirectly employed by any of them; by a defectin theWork or any element of the Work; or by anyone for whose acts they may be responsfble for, to theextent the damage or loss is not attributable to acts or omissions of the Owner, OAR or Designer oranyone directly or indirectly employed by any of them, or by anyone for whose acts any of them maybe liable. The foregoing obligations of the Contractor are in addition to the Contractor's other obligalionsunder this Contract, The Owner, at its option andin its sole discretion, may repair or remedy damagesto property caused by the Contractor, or for which the Contractis otherwise responsible, and chargethe Contractor all cost for such repair or remedy as a Backcharge.

The Contractor shall designale a respons(ble member of the Contractods organization as the onsitesafety representative whose duty shall be the safety of persons and property as provided herein. Thisperson shall be the Contractor's Superintendent unless otherwise designated by the Contractor inwriting to the Owner and OAR. The Contractor shall notify the Owner and OAR immediately when aserious injury occurs on the Project and shall provide written notice of the injury on the same businessday of the occurrence, if at all possible. The notice shall provide a description of the incident, includingthe location and time of the incident, the names of the peopleinvolved and the names of witnesses, ifany. The Contractor shall cooperate with any investigation of the incident.

The Contractor shel/ not load (for example, by delivery of materials, structural or physical loads/ orpermit any part of the construction or site to be loaded so as to endanger the safety of the travelingpublic, the a(rlines, tenants, or other airport users, the Owner, OAR, Designer, Contractor or theiragents, representatives or employees.

The Contractor shall protect adjoining private or municipal property and shel( provide barricades,temporary fences, and covered walkways required to protect the safety of passers-by, as required byprudent construclion practices, local building codes, ordinances or other laws, or the ContractDocuments.

The Contractor shall take all reasonable precautions to protect and keep the Work, materials andequipment free from injury or damage from rain, wind, storms, frost or heat. If extreme adverse weatherconditions prevent the Contractor from continuing operations safely in spite of having implementedweather precautions, the Contractor shall cease Work and notify the Owner and the OAR of suchcessation. The Contractor shall not permit open fires on the Project site.

Rev. October 2020CKS Engineers, Inc.

General Provisions-80

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

LEGAL REGULATIONSSECTION GP 70

The Contractor shall, at its sole cost and expense, promptly repair any damage or disturbance to walls,utilities, sidewalks, curbs and the property of the Owner or any other person (including municipalities)resulting from the performance of the Work, whether by it or by its Subcontractors at any tier. TheContractor shall maintain streets and working roads in good repair and in an acceptable and usablecondition.

C. HAZARDOUS MATERIALSIn the event the Coniractor encounters on the site material reasonably believed to be hazardousmaterial, such as asbestos or polychlorinated biphenyl (PCB), the Contractor shall immediately stopwork in the area affected and verbally report the condition to the Owner and OAR followed bynotification in writing. The Workin the affected area shall not thereafter be resumed except by writtenagreement between the Owner and Contractor ifin fact the material is hazardous and has not beenrendered harmless. The Workin the affecled area shall be resumedif the maten'elis not hazardous,orifit has been rendered harmless, by written agreement of the Owner and Contractor.

The Contractor shall not be required to perform without its consent any Work relating to hazardousmaterial.

To the fullest extent permitted by law, the Owner shall indemnify and hold harmless the Contractor,Subcontractors, OAR, Designer, Designer's subconsultants and agents and employees of any of themfrom and against claims, damages, losses and expenses, including but not limited to attorney's fees,arising out of or resulling from performance of the Work in the affected area ifin fact the material ishazardous, and has not been rendered harmless, provided that such claim, damage, loss or expenseis attributable io bodily injury, sickness, disease or death, or to injury to or destruction of tangibleproperty (other than the Work itself) and provided that such damage, loss or expense is not due to thesole negligence ofa party seekingindemnity.

D. EMERGENCIESIn an emergency affecting the safety of persons or properly, the Contractor shall act so as to preventthreatened damage, inju/y or loss. Additional compensation or extension of time claimed by theContractor on account of an emergency shall be determinedin accordance with GP-40. In addition toany other right under the Contract,in an emergency affecting the safety of persons or property, theOwner may take any action that, in its sole discretion, it deems necessary to prevent threateneddamage, injury, or loss.

70-2425 INSURANCEA. CONTRACTOR'5 LIABILITY INSURANCEThe Contractor shall purchase from and maintainin a company or companies lawfully authorized to dobusiness in Florida (which company or companies shall, at a minimum, have a rating of not less than"A-" as to management and 'V/II" as to strengthin the latest edition of Best's Insurance Guide), suchinsurance as will protect the Contractor from ciaims set forth below which may arise out of or resultfrom the Contraclor's operations under the Contract and for which the Contractor may be legally liable,whether such operalions be by the Contractor or by a Subcontractor or by anyone directly orindirecllyemployed by any of them, or by anyone for whose acts any of them may be liable. Insurance providedby Contractor will apply on a primary basis and anyinsurance maintained by Owner will be excess andwill not contribute to theinsurance provided by Contractor. The Contractor's insurance shall provide, ata minimum, the following coverages:

a. Workers'ompensation in statutory limits to cover full liability under the Workers'ompensation Lawsof the work sile(s), and Employer's Liabilily coverage of $500,000 each accident, $500,000 disease-pok'cy limit, and $500,000 disease-each employee. Thisinsurance may be provided by selfinsurance

Rev. October 2020C&S Engineers, Inc.

General Provisions-81

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXII/I/AYS F&G REHABILITATION

LEGAL REGULATIONSSECTION GP 70

if approved by the State of Florida. This insurance mustinclude an endorsementin a form approvedor permitted by the applicable statutes or regulations of Florida, waiving the carifer's right ofsubrogation with respect to the Owner;

b. Bodilyinjury, including damages for care and loss ofservices, because of bodilyinjury, occupationalsickness or disease, or death at any time resulting therefrom, sustained by any person or persons;

c. Personal Injury including damages for care and loss of services, because ofpersonal injury, includingdeath at any time resulting therefrom, sustained by any person or persons;

d. Property Damage for damages, other than to the Work itself, because ofinjury to or destruction ofIangible properly, including loss of use resulting therefrom and including damage to and loss of use ofstored matenals, for which payment is sought, that are not stored on Owner's property;

e. Automobile Liability for all owned, non-owned and hired automobiles and other vehicles used in

connection wiN the Work or arising oui of ownership, maintenance or use of a motor vehicle; and

f. Contractual Liability applicable to the Contractor's obligations under Paragraph 70-11.

The requiredinsurance shall be written in amounts specifiedin the Instructions to Bidders. These limits

may be provided under a single policy or through a combination of standard and excess liabilitycoverage. Coverages, whether written on an occurrence or claims made basis, shall be maintainedwithoutinterruption from date of commencement of the Work until date of final payment and terminationof any coverage required to be maintained after final payment. If the Contractor's coverage is writtenon a claim made basis, the Contractor shall also provide tail coverage to include claims made after!hecompletion of the Work. The CGL coverage shel/include Completed Operations Coverage for theentire period of repose under Chapter 95 of the Florida Statutes. The CGL Policy shall not have anyexclusions or riders that delete coverage for subcontractor error, including but not limited to ISO Form2294.

Certificates of Insurance shall be filed with the Owner prior to commencement of the Work on a formacceptable to Owner, along with an acceptable Statement of Agent or Broker and a copy of the additionalinsured endorsement. If suchinsurance coverages are required to remainin force alter final payment, anadditional cenificate evidencing continuation of such coverage shall be submitted with the final Applicationfor Payment. Contractor shall provide the Owner immediate written notice upon Contractor's knowledge,but not less than 30 days, of any adverse material changein Contractor's required insurance coverage.For purposes of thisinsurance section, an "adverse material change" shall mean any reduction in the limitsof the insurer's liability, any reduction of anyinsurance coverage, any increase in the Contractor's self-insured retention or deductible, or any non-renewal or cancellalion ofrequiredinsurance. Ifsuch insuranceis reduced, cancelled or otherwise ceases without immediate replacement, then the Contractor and theContractor's suretyshall be liable for all damages incurred by the Owner as a result thereof. Any deductibleor selfinsurance retention should be indicated on the Certificate of Insurance.

The Owner, City of Orlando and their members (inc/uding, without limitation, members of the Owner'sBoard and the City's Council and members of the citizens'dvisory committees of each), officers,agents and employees of each, the OAR and the Designer shall be named as additional insureds onall coverages except workers'ompensation or employer's liability coverage. If the Owner or itsinsurance carrier requests the Contractor to provide new or additional insurance coverage or termsother than theinsurance required herein, the Contractor agrees to enterinto such suitable modificationsofits coverages provided the Owner bears any additional costs reasonably occasioned thereby.

Rev. October 2020C&S Engineers, Inc.

General Provisions-82

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXII/I/AYS F&G REHABILITATION

LEGAL REGULATIONSSECTION GP 70

The Contractor shall be responsible for all loss or damage to the Contractor's equipment and tools onthe job siie including, but not limited to, loss or damage from theft, malicious mischief or vandalism.The Contractor shalt be responsible for all loss or damage, including but not limited to, loss or damage

arising from theft, malicious mischief or vandalism, of stored materials or equipment located on theOwner's property until the Workis Substantially Complete.

The Contractor is not hereby absolved of any responsibility for losses or damages to property otherthan the Work.

B. PROPERTYINSURANCEUnless otherwise addressedin the Contract Documents, the Owner shall purchase and maintain anOwner's Property Insurance Program on behalf of the Owner, the Contractor and Subcontractors asdescribed in this Paragraph. For purposes of this Paragraph, the term "Owner's Property InsuranceProgram" shall refer to the commercialinsurance policy or policies obtained from commercialinsurancecompanies by the Owner pursuant to the Owner's obligation to maintain the Owner's PropertyInsurance Program, including Equipment Breakdowninsurance underthis Paragraph. A Covered Lossfor the purposes of this Paragraph shall refer to a loss which, but for the application of deductibles in,or limits of, or exclusions to the Owner's Property Insurance Program areinsured as described herein.

The Owner's Property Insurance Program shall commence with respect to the Work at the later date ofreceipt of blot/'ce to Proceed by the Contractor under this Contract or upon commencement of the Workat the Constructionjobsite of the Project as described in this Contract.

The Owner's Property Insurance Program coverage for the Contractor and its Subcontractors shallterminate at the earliest of the following dates;

a. With respect to any completed portion of the Work, if, pursuant to GP-50, the Owner elects to occupyandfor use such completed portion of the Work prior to Substantial Completion, the date the Ownerfirst occupies oi uses such completed portion of the Work;

b. The date of Substantial Completion as certifiedin accordance with GP-50 of this Contract;

c. If Work by the Contractoris permanently abandoned or terminated prior to substantial Completion, atthe time such Workis permanently abandoned or terminated; or,

d. Termination of this Contract by the Owner.

Property insurance shall be on a special form all-risk, causes of loss poiicy form and shall providecoverage on a replacement cost basis and shall insure against the perils of fire and physical loss ordamage for theft, vandalism, malicious mischief, collapse, false-work, temporary buildings and debrisremoval including demolition occasioned by enforcement of any applicable legal requirements, andshall cover reasonable compensation for OAR's and Designer's services and expenses required as aresult of such insured loss.

Owner shail have no obligation to file a claim against the propertyinsurance for losses arising fromContractor's improper performance of its obligations under the Contract and the Contractor is nothereby absoived of any responsibility for such losses.

Property insurance provided by the Owner will not provide coverage for equipment or tools of theContractor, its Subcontractors and Suppliers of any tier. The Contractor shall be responsible forinsuring the full value of its own interests and the Owner's interests in any porfion of the Work which is

Rev. October 2020C&S Engineers, Inc.

General Provisions-83

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTNE AIRPORTBP-00045, TAXIWAYS FKG REHABILITATION

LEGAL REGULATIONSSECTION GP 70

located off the Project site, or whichisin transit.

Notwithstanding any provision(s) to the contrary in the Owner's Property Insurance Program, thecoverage under the Owner's Insurance Program for Contractor and its Subcontractors will not includecoverage for any loss ofincome, business interruption, extra expense or any olher time element typelosses.

The Owner shall notify the Contractor in writing prior to commencement of the Work if the Owner doesnot intend to provide such property insurance. In that event, the Contractor shall then procure suchinsurance as will protect theinterests of the Owner, Contractor and Subcontractors, and by appropriateChange Order, shall be reimbursed for the actual cost of suchinsurance.

The Contractor shall be responsible for the first $ 100,000, per occurrence, of loss or damage coveredby the propertyinsurance provided by the Owner including but not limited to any loss or damage to theWorkitself. In addition, the Contractor shall be responsible for all loss or damage arising from theft,malicious mischief or vandalism as provided in this GP-70.

Equipment Breakdown Insurance. The Owner shall purchase and maintain Equipment Breakdowninsurance required by the Contract Documents or by law, which shall specifically cover such boiler andmachinery equipmenl for Covered Losses during installation and until final acceptance by the Owner.Conlractor shall be responsible for the first $ 100,000 of any loss covered by Equipment Breakdowninsurance.

Loss of Use insurance. The Owner, at the Owner's option, may purchase and maintain suchinsuranceas will insure the Owner against loss of use of the Owner's property due to fire or other hazards.

If the Contractor requests in writing that insurance for risks other than those described herein or forother special hazards be included in the property insurance policy, the Owner shall, if possible andcommercially reasonable, include such insurance, and the cost thereof shall be charged to theContractor by appropriate Contract Modification.

If, during the Project construction period, the Ownerinsures properties, real, personal orboth, adjoiningor adjacent to the site by propertyinsurance under policies separate from thoseinsuring ihe Project, orif after finai payment propertyinsurance is to be provided on the completed Project through a policy orpolicies other than those insuring the Project during the construction period, the Owner and theContractor shall waive certain rights in accordance with the terms of the following Paragraph. AII

separaie policies shall provide this waiver of subrogation by endorsement or otherwise.

Waivers of Subrogation. The Owner and Contractor waive all rights against (1) each other and any oftheir Subcontractors, agents and employees, each of the other; and (2) the OAR, Designer, their sub-consultants, separate contractors described in GP-50, if any, and any of their subcontractors, agentsand employees, for damages caused by fire or other perils to the Workitself to the extent covered bypropertyinsurance obtained pursuant to this Paragraph or other property insurance applicable to theWork, except such rights as they have to proceeds of such insurance held by the Owner as fiduciary.There shall be no waiver of subrogation or any claims pertaining to losses or damages to property otherthan to the Work itself. The foregoing waiver afforded the OAR, Designer, their subconsultants, agentsand employees or any of them shall not extend to the liability imposed by GP-70-11. The Contractorshall require from its subcontractors, agents and employees of any of ihem similar we/vers for each infavor of other parties enumerated herein. The policies shall provide such waivers. A waiver ofsubrogation shall be effecti ve as to a person or entity even though that person or entity would otherwisehave a duty ofindemniFication, contractual or otherwise, did not pay the insurance premium directly orindirectly, and whether the person or entity had aninsurableinterestin the property damaged.

Rev. October 2020C&S Engineers, Inc.

General Provisions-84

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABII ITATION

LEGAL REGULATIONSSECTION GP 70

A loss insured under the Owner's property insurance shall be adjusted by the Owner as fiduciary andail proceeds shall be made payable to the Owner as fiduciary for the insureds, as their interests mayappear. The Contractor shall pay lhe Subcontractors theirjust shares ofinsurance proceeds receivedby the Contractoi and shall require Subcontractors to make payments to their Sub-subcontractors insimilar manner.

Partial occupancy or use shall not commence until the insurance company or companies providingproperty insurance have consented to such partial occupancy or use by endorsement or othenvise.The Owner and the Contractor shall take reasonable steps to obtain such consent of the insurancecompany or companies and shall take no action with respect to partial occupancy or use that wouldcause cancellation, lapse or reduction ofinsurance.

C. CON7RACTOR'S POLLUTION LIABILITYThe pollution insurance provided by Contactor shall conform to the requirements set forth herein:

Such insurance shaii be on a form acceptable to Owner„and shallinclude coverage for liability resultingfrom pollution or other environmental impairment arising oui of, orin connection with, Ihe Work performedunder this Agreement, or which arises out of, orin connection with this Agreement. At a minimum, suchinsurance mustinclude coverage for the following:

a. Liability for clean-up of pollution conditions and third party bodiiyinjury and property damage claimsarising from pollution conditions.

b. Clean-up costs and third party liability arising out of the transportation of hazardous materials to orfrom the Jobsite, including while such hazardous materials arein transit.

c. Clean-up costs and third party liability arising out of the disposal, or the recycling, of hazardousmaterials at a non-owned disposal site.

d. Clean-up costs and third party liability arising out, of or relating to, the presence of mold or fungi.

e. Liability arising out of acts of terrorism. Such terrorism coverage may be provided in accordancewith the Tenorism Risk Insurance Act.

The coverage shall be provided on an occurrence basis.

Such insurance shall include coverage for losses arising out of pollution conditions arising out of the Workunder this Agreement that are discovered atter all Work under this Agieementis completed (i.e., completedoperations coverage). Such coverage shall be subject to the "Per Pollution Incident" limit, and shall applyfor a period not less than ten (10) years from the date of Final Completion.

The policy must be endorsed to provide Owner with a minimum of 30 days'otice of cancellation, exceptfor non-payment of premium for which a minimum of 10 days'otice shall be provided,

Owner Additional Insureds - Pollution Insurance shall include Owner Additional Insureds as "AdditionalInsureds" for liability caused, in whole or in part, by the acts or omissions of a Named insured or the actsor omissions of those acting on behalf of a Named Insured. Blanket additional insured provisions orendorsements which do not specifically designate Owner Additional Insureds as addi tionai insureds shallnot be acceptable.

Rev. October 2020C&S Engineers, Inc.

General Provisions-85

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

LEGAL REGULATIONSSECTION GP 70

Sfmilady, an additionalinsured endorsement or provision which provides that the coverage foran additionalinsured:

a. is limited: to the extent to which theinsuredis obligated, or permitted, to indemnify the additionalinsured; or to the additionalinsured's vicarious liability; oris limited to the extent that the liabilitywas caused by the named insured, or others acting on the named insured's behalf; or

b. does not include the additional insured's strict liability, or the liability of the additional insured forthe breach of the addi/iona/insured's non-delegable duty; or

c. does notinciude liability caused by the negligence or other culpability ofthe add/I/one/insured shallnoi be acceptable.

d. The m/nimum iimits to be maintained by Contractor (inc/usive of any amounts provided by anumbrella or excess policy) shall be:

$3,000,000 Per Pollution Incident and Annual Aggregate

Any aggregate limits of coverage shall not be subject to erosion or exhaustion from any liability orcleanup costs other than those connected to the Work under this Agreement.

70-26 CONFIDENTIALITYThe Contractor agrees, during the term of this Agreement and forever thereafter, not to knowingly divulge,furnish or make available to any third person, firm or organization, without the Owner's prior written consent,or unlessincident to the proper performance of the Contractor's obligations hereunder, orin the course of

judicial or legislative proceedings where such information has been properly subpoenaed, any informationgenerated by ihe Contractor or received from the Owner, concerning the Work rendered by the Contractoror any subcontractor pursuant to this Agreement. Contractor shall provide Owner with immediate noticeand provide an opportunity to defend or object to the production of suchinformation if Contractoris servedwith a subpoena or otherjudicial or legislative process. The Owner's intent is to protect security andproprietaryinformationin accordance with State or Federal Regulations.

70-27 PUBLIC RECORDSWhen the Contractor receives any request to inspect or copy any records that relate to this Contract, it shallpromptly provide the Owner with a copy of the request. The Owner will respond to each such request onbehalf of itself and the Contractor and the Contractor agrees to fully cooperate with the Owner with regardto all records requests and comply with all decisions made by the Owner regarding theproduction/disclosure. The Contractor shall:

a. Keep and maintain public records that ordinarily and necessarily would be required by the Ownerin order to perform the services being performed by the Contractor.

b. Upon request from the Owner's cuslodian ofpublic records, provide the public with access to publicrecords on the same terms and conditions that the Owner would provide the records and at a costthat does not exceed the cost provided in chapter 119, Florida Statutes, as amended, or asotherwise provided by law.

c. Except as authorized by law, ensure that public records that are exempt or confidential and exemptfrom public records disclosure requirements are not disclosed for the duration of the Contract term,as well as following completion or termination of the Contract if the Contractor does not transfer therecords to the Owner.

Rev. October 2020C&S Engineers, inc.

General Provisions-86

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

LEGAL REGULATIONSSECTION GP 70

d. Upon completion or termination of the Contract, transfer, at no cost, to the Owner all public recordsin possession of the Contractor or keep and maintain the public records required by the Owner andthe law to perform the Work. If the Contractor transfers all public records to the Owner uponcompletion or termination of the Contract, the Contractor shall destroy any duplicate public recordsthat are exempt or confidential and exempt from public records disclosure requirements. All recordsstored eleclronically must be provided lo the Owner in a formal that is compatible with lheinformation technology systems of the Owner. If the Contractor keeps and maintains public recordsupon completion or termination of the Contract, the Contractor shall meet all applicablerequirements for retaining public records.

e. Failure to grant such public access or otherwise comply with the Owner's request for records willbe grounds for immediate termination of this Contract by the Owner. In the event of such failure,the Owner shall also enforce the Contract provisions in accordance with the Contract.

f. Failure to provide the public records to the Owner within a reasonable time may also subject theContractor to penalties under section 119.10, Florida Statutes.

g. If a civil actionis filed against Contractor to compel produclion of public records relating to thisContract, Contractor will be solely responsible and liable for its allorney's fees and any resultingdamages.

IF THE CONTRACTOR HAS QUESTIONS REGARDING THEAPPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THECONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TOTHIS CONTRACT, THE CONTRACTOR MUST CONTACT THE OWNER'SCUSTODIAN OF PUBLIC RECORDS, WHO CAN BE REACHED AT: (407)825-2032; [email protected]; OR "GREATER ORLANDOAVIATION AUTHORITY, PUBLIC RECORDS" ONE JEFF FUQUABOULEVARD, ORLANDO, FLORIDA 32827.

70-28 WHISTLE BLOWER REPORTING LINEThe Owner is committed to the highest level of integrity in its operations and is fully committed to protectingthe organization, its operations, and its assets against fraud, waste and abuse. The Owner has establisheda Whistle-Blower Reporting Line with a third-party service provider as a means to report suspected fraud,waste or abuse of Owner resources in connection with Owner operations. Should Contractor suspect anyfraud, waste or abuse in connection with any Work under this Contract, including any work of itssubcontractors or laborers, it shall promptly report such activity by calling 1-877-370-6354, through emailto GoAAginte rit counts.ca or through the online reporting form atwww.inte rit counts.ca/or /GOAA. The Contractor shall include this reporting requirement in allsubcontracts and vendor agreements. The Contractor is further encouraged to report any suspected fraud,waste or abuse it suspects in connection with any other airport operation or project.

Rev. October 2020C&S Engineers, Inc.

General Provisions-87

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

LEGAL REGULATIONSSECTION GP 70

70-29 E-VERIFYEffective January 1, 2021, the Contractor shall register with and utilize the U.S. Department of HomelandSecurity's Employment Eligibility Verification System (E-Verify), in accordance with the terms governing theuse of the system, to verify the work authorization status of all newly hired employees, performing work in

the United States. The Contractor shall include an express provision in all Subcontracts requiring theSubconsultants and Subcontractors to do the same and require all Subconsultants and Subcontractors toprovide the Contractor with an affidavit stating that the Subconsultant/Subcontractor does not employ,contract with, or subcontract with an unauthorized alien. The Contractor must retain all such affidavits forthe duration of the Contract. In accordance with Florida Statutes ra448.095, the Owner shall terminate thisContract if Owner has a good faith behef that the Contractor knowingly employs an unauthorized alien orhas otherwise violated Florida Statute $448.09(1). The Owner shall require the Contractor to terminate thecontract of a Subconsultani/Subcontractor if Owner has a good faith belief that theSubconsultant/Subcontractor has knowingly violated Florida Statute $448.09(1). The Contractor maychallenge any such termination in accordance with Florida Statutes IJ448.095. Consequences for a wolationof this subsection also include liability for the Owner's costs as a result of the termination and debarmentfor at least one (1) year in accordance with Florida Statutes $448.095.

END OF SECTION 70

Rev. October 2020C&S Engineers, Inc.

General Provisions-88

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

PROSECUTION AND PROGRESSSECTION GP 80

SECTION 80 EXECUTION ANO PROGRESS

80-01 SUBLETTING OF CONTRACT.The Owner will not recognize any subcontractor on the Work. The Contractor shall at all limes when wWorkis in progress be represented either in person, by a qualified superintendent, or by other designated,qualified representative who is duly authorized to receive and execute orders of the Reskteat-4zrejeet

OAR.

The Contractor shall perform, with his organization, an amount of work equal to at least 25% percent of theTotal total Contract eeet-Pri ce.

Should the Contractor elect to assign their Contract, said assignment shall be concurred in by the surety,shall be presented for the consideration and approval of the Owner, and shall be consummated only on thewritten approval of the Owner. The Owner may withhold its consent for any reason whatsoever.

The Contractor shall provide copies of all subcontracts to the RttR OAR as soon as practicable afterNotice of Intent to Award, and in no event not less than 14 days prior to the subcontractor beingutilized on the project. As a minimum, the information shall include the following:

~ Subcontractor's legal company name.

~ Subcontractor's legal company address, including County name.

~ Principal contact person's name, telephone and fax number.

~ Complete narrative description, and dollar value of the work to be performed by thesubcontractor.

~ Copies of required insurance certificates in accordance with the specifications.

~ Minorityi non-minority status.

Any transfer of this Contract by merger, consolidation or liquidation or (unless the stock of the Contractoris traded on a national stock exchange orin a generally recognized over the counter securities market) anychange in ownership of or power to vote a majority of the outstanding voting stock or ownership interestsof the Contractor shall constitute an assignment of this Contract for the purposes of this Contract. In theevent the Contractor assigns or attempts to assign any right or obligation arising under this Contract withoutthe Owner*s prior written consent, the Owner shall be entitled to terminate this Contract, in the Owner 's solediscretion.

Unless otherwise staled in lhe Contract Documents or the bidding requirements, the Contractor, as soonas practicable after Notice of Intent to Award shall furnish in writing to the OAR the names of persons orentities (including, but nol limited to, those who are to furnish specially fabricated materials or equipment)proposed for each portion of the Work. The Owner shall have the right, but not the obligation, toinvestigateand object, on a reasonable basis, to any such proposed person or entity. The OAR shall promptly notifythe Contractor if any such objection exists.

The Contractor shall not contract with a proposed person or entity to whom the Owner or OAR has madereasonable and timely objection.

Iflhe Owner has reasonable objection to a person or entity proposed by the Contractor, the Contractor shallpropose another to whom the Owner has no reasonable objection. The Total Contract Price shall not beincreased by the dil'ference in cost occasioned by such change if the Owner's objection arises from the

Rev. October 2020C&S Engineers, Inc.

General Provisions-89

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 6 REHABILITATION

PROSECUTION AND PROGRESSSECTION GP 80

failure of such person or entity to conform to the requirements of the Contract Documents, orif the personor firmis proposed as a DBE, MWBE, or LDB, andis not certifiedin accordance with the Owner's Policiesand Procedures. If the Owner's objection is for some other reason, such as apparent lack of responsibility(i.e., poor performance on prior projects, lack of experience, capacity or financial viability), then theContractor may be allowed an increase in the Total Contract Price provided that the Contractor has actedpromptly and responsively in submitting substitute subcontractors.

Once the Contractor enters into a subcontract, the Contractor may only replace a Subcontractor whenrequired by the Owner or when the Contractor can demonstrate to the Owner's satisfaction that theSubcontractor lacks financial viability, cannot meet construction schedules, or produces inferior orsubslandard work. If the replacement resultsin a decrease in the Contractor's costs, Owner shall receivea deductive Change Order. If, however, the replacement results in an increase in the Contractor's costs,anincrease in the Total Contract Price will only be allowed if the replacementis required by the Owner.

80-02 SUBCONTRACTUAL RELATIONSThe Contractor shall make available to each proposed Subcontractor, prior to the execution of thesubcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and,upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of theproposed subcontract agreement which may be at variance with the Contract Documents. Subcontractorsshall similarly make copies of applicable portions of such documents available to their respective proposedSub-subcontractors.

All work performed for the Contractor by a Subcontractor shall be pursuant to an appropriate writtenagreement bet~san the Contractor and the Subcontractor. The Contractor shall provide to the Owner orOAR if requested, copies of all Subcontracts within seven (7) days following the Owner's or OAR's request.

The Owner shall have no contractual liability or obligation to any Subcontractor for Work performedpursuant to their agreement with the Contractor. The Contractor shall be liable to the Owner for ail actsand omissions of the Subcontractors and the Contractor shall be solely responsible for scheduling andcoordinating the Work ofall Subcontractors, suppliers and any other person performing work on the project.

80-023 NOTICE TO PROCEED (NTP).The Owner's Notice to Proceed will state the date on which Contract Time commences. The~streeter-is

The date of commencement of the Workis the effective date of the Notice To Proceed. The date shall notbe postponed by the Contractor's failure to act or by such failures of persons or entities for which theContractor is responsible.

The Contractor shall not commence operations for the Work on the Owner's property prior to the effectivedate of a Notice to Proceed and prior to the effective date of the Contractor's compliance with GP-70.

The Contraclor shall proceed expeditiously with adequate forces and shall achieve Substantial and FinalCompletion within the time frames established by the Contract Documents.

80-084 EXECUTION AND PROGRESS.

. The

Rev. October 2020C8 S Engineers, Inc.

General Provisions-90

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

PROSECUTION AND PROGRESSSECTION GP 80

Contractor's progress schedule, once accepted by the OAR, will represent the Contractor's baseline planto accomplish the project in accordance with the terms and conditions of the Contract. The OAR willcompare actual Contractor progress against the baseline schedule to determine that status of theContractor's performance. The Contractor shall provide sufficient materials, equipment, and labor toguarantee the completion of the project in accordance with the plans and specifications within the time setforth in the Bid Documenls.

Preliminary Schedule. The Contractor shall submit to lhe OAR a Preliminary Schedule within fourteen (14/days after the date of the Notice of Intent to Award the Contract. The Preliminary Schedule shall be in abar chart format covering all majoritems of the Workincluding construction activities, milestone dates, andprocuremenf of msteriais and equipment. The Preliminary Schedule shallidentify approximate start andfinish dates and the sequence in which the Contractor proposes to cany out the Work The PreliminarySchedule shall be based upon the Contract Time specifiedin the Contract Documents. Upon receipt by theContractor of the hloiice to Proceed and until the Baseline Schedule is accepted by the OAR, the Contractorshall proceed with the Workin accordance with the Preliminary Schedule.

Baseline Schedule. Within thirty (30) days of the issuance of the Notice to Proceed, the Contractor shallsubmil to the OAR a proposed Baseline Schedule which shall tie in the format as required by theSpecifications and Drawings. The OAR will review ths proposed Baseline Schedule and present theContractor wilh any comments. The Contractor shall resubmit the proposed Baseline Schedule for reviewwithin fourteen (14/ days after receipt of comments. Upon the OAR's acceptance of the Baseline Schedule,the Contractor shall proceed with the workin accordance with the accepted Baseline Schedule. The OAR'sacceptance of the Baseline Schedule shall nol impose on the Owner any responsibility to the Contractorfor the accuracy or reasonableness of the Baseline Schedule nor shall the review and acceptance relievethe Contractor from full responsibility. Upon acceptance by the OAR, the Baseline Schedule shall be thebasis for evaluation of ail time related issues, unless and until a Progress Schedule is accepted whichsupersedes the Baseline Schedule logic. The Owner shall have no obligation to process or issue paymentfor an Application for Payment until the Con/rector's baseline schedule has been accepled by the OAR.

Progress Schedules. Each month the Contractor shall submit a Progress Schedule io update the progressof the Work. Progress Schedules must be subm/hed with each Contracior's Application for Payment andthe data contained in the Progress Schedule must accurately correspond lo the progress of the workinformation contained in the Conlraclor's Application for Payment. The Contractor's Progress Schedulemust accurately reflect the actual progress of the Work as well as any revisions to the logic, sequence,durations of work activities, or level of detail of lhe number, description, or division of the work activities.The Owner may refuse to process orissue payment for an Application for Payment without the Contractor'ssubmission of a current, accurate, and updated Progress Schedule that is satisfactory to the OAR. TheOAR may specify the format in which the Progress Schedules shall be delivered by the Contractor. TheContractor's failure to submit such updated Progress Schedule with an Application for Paymenl shall resultin a waiver by Contractor of any and all claims for the time extensions for the time period covered by theApplication for Payment.

If the Contractor's Progress Schedule reflects that completion of the Contract or a Contract milestone dateis not within the Contract Time, then the Contractor must submit with the Progress Schedule theContractor's proposed recovery plan for completing the Work within the Contract Time. /n the event theContractor claims entillsment lo a time extension which is disputed by the Owner, the Contractor's recoveryplan shall not be based upon receiving disputed time extensions.

The Contractor shall fully comply with all time and other requirements of the Contracl Documents, TheOwner's approval and payment of an Application for Payment, without the submission of a current, accurateBaseline or Progress Schedule, shall not constitute a waiver of either the requirement for such updates orthe Owner's right to withhold payment, and the Contractor shall nol be relieved /rom the obligation tocomplete the Work within lhs Contract Time.Rev. October 2020 AC 150/53?0-10H 12/21/2018C&S Engineers, Inc.

General Provisions-91

ORI ANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

PROSECUTION AND PROGRESSSECTION GP 80

The Contractor's preliminary, baseline or progress~ schedules, when approved by the EngineerOAR, may be used to establish major construction operations and to check on the progress of the work.The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of theproject in accordance with the plans and specifications within the time set forth in the prepesat Bid.

Time limits slated in the Contract are of the essence of the Contract. The Contractor, by executing theAgreement, confirms that the Contract Time is a reasonable period forperforming the Work. The Contractorshall proceed expeditiously with adequate forces and shall achieve Substantial and Final Completion withinthe time frames established by lhe Contract.

~ Should the execution of the work be discontinued for any reason, the Contractor shall notify theRPR OAR at least 24 in advance of resuming operations.

The Contractor shall not commence any actual construction prior to the date on which the NTP is issuedby the Owner,

The project schedule shall be prepared as a network diagram in Critical Path Method (CPM), ProgramEvaluation and Review Technique (PERT), or other format, or as otherwise specified. It shall includeinformation on the sequence of work activities, milestone dates, and activity duration. The schedule shallshow all Work items identified in the Bid Documents for each work area and shall include the pProject startdate and end date.

The Contractor shall maintain the Work schedule and provide an update and analysis of the progressschedule on a twice monthly basis, or as otherwise specified in the Contract. Submission of the Workschedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, andcoordinating all wWork to comply with the requirements of the Contract.

80-045 LIMITATION OF OPERATIONS.The Contractor shall control their operations and the operations of their subcontractors and ail suppliers toprovide for the free and unobstructed movement of aircraft in the air operations areas {AOA) of the airport.

When the Work requires the Contractor to conduct their operations within an AOA of the airport, the Workshall be coordinated with

' the OAR at least 72 hours prior tocommencement of such Work, The Contractor shall not close an AOA until so authorized by the RPR OARand until the necessary temporary marking, signage and associated lighting is in place as provided in

Section 70, paragraph 70-09, CONSTRUCTION SAFETY AND PHASING PLAN (CSPP).

When the Contract Work requires the Contractor to work within an AOA of the airport on an intermittentbasis (intermittent opening and closing of the AOA), the Contractor shall maintain constant communicationsas specified; immediately obey all instructions to vacate the AOA; and immediately obey all instructions toresume work in such AOA. Failure to maintain the specified communications or to obey instructions shallbe cause for suspension of the Contractor's operations in the AOA until satisfactory conditions are provided.The areas of the AOA identified in the Construction Safety Phasing Plan (CSPP) and as listed below, cannotbe closed to operating aircraft to permit the Contractor's operations on a continuous basis and will thereforebe closed to aircraft operations intermittently. ee-fegewe-: The Contractor shall refer to the Contract Drawingsfor specific information on work phasing and airfield safety for times of closure and closure information.

Rev. October 2020C&S Engineers, Inc.

General Provisions-92

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

PROSECUTION AND PROGRESSSECTION GP 80

The Contractor shall be required to conform to safety standards contained in AC 150/5370-2, OperationalSafety on Airports During Construction and the approved CSPP.

The Contractor shall not commence any new work which is prejudicial to the work already started.

Personal vehicles of employees and vehicles operated by vendors of goods or services w//I not be permittedbeyond the Contractor's parking area.

No signs shall be placed on the site, nor shall any photographs be taken without the OAR's pn'or writtenconsent. bio visitors other than persons engagedin the Work shall be permitted on the conslruction site withoutthe OAR's prior written consent.

80-04-.46 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION.All Contractor's operations shall be conducted in accordance with the approved pProject ConstructionSafety and Phasing Plan (CSPP) and the Safety Plan Compliance Document (SPCD) and the provisionsset forth within the current version of AC 150/5370-2, Operational Safety on Airports During Construction.The CSPP included within the Contract Documents conveys minimum requirements for operational safetyon the airport during construction activities. The Contractor shall prepare and submit a SPCD that detailshow it proposes to comply with the requirements presented within the CSPP.

The Contractor shall implement all necessary safety plan measures prior to commencement of any workactivity. The Contractor shall conduct routine checks to assure compliance with the safety plan measures.

The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the PProj ect.The Contractor shall assure that all subcontractors are made aware of the requirements of the CSPP andSPCD and that they implement and maintain all necessary measures.

No deviation or moditications may be made to the approved CSPP and SPCD unless approved in writingby the Owner. The necessary coordination actions to review Contractor proposed modifications to anapproved CSPP or approved SPCD can require a significant amount of time.

80*087 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT.The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the Work to fullcompletion in the manner and time required by the Contract, plans, and specifications.

The resumes of the Contractor's key personnel, including but not limited to the Project Manager andSuperintendent, that the Contractor intends to use on the Project and an organlzationa/ chart shall besubmitted to the OAR prior to the commencement of Work.

All workers shall have sufficient skill and experience to perform properly the work assigned tothem. Workers engaged in special work or skilled work shall have sufficient experience in such work andin the operation of the equipment required to perform the work satisfactorily.

Any person employed by the Contractor or by any subcontractor who violates any operational regulationsor operational safety requirements and, in the opinion of the RPR OAR, does not perform his work in aproper and skillful manner or is intemperate or disorderly shall, at the written request of the RPR OAR, beremoved immediately by the Contractor or subcontractor employing such person, and shall not be employedagain in any portion of the Work without approval of the RPR-OAR. Removal and replacement of personnelpursuant to this Section shel/ not give rise to entitlement by the Contractor to additional time or money, norshall it constitute intentional interference or activeinterference by the Owner.

Rev. October 2020C&S Engineers, Inc.

General Provisions-93

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

PROSECUTION AND PROGRESSSECTION GP 80

Should the Contractor fail to remove such person or persons, or fail to furnish suitable and sufficientpersonnel for the proper execution of the work, the RPR OAR may suspend the Work by written notice untilcompliance with such orders.

Failure to fully staff the project with skilled workers, supervision, or project management personnel shall because for termination of the Contract or such other remedies as set forth in the Contract. The Contractorassumes all risks of delays or extra costs which may be associated with improper Department of Laborclassifications and labor disputes involving the Contractor its Subcontractors or Suppliers and in no eventshall the Contractor be entitled to additional compensation or an extension of Contract Time due to anysuch improper Department of Labor classifications and labor disputes.

Unless otherwise provided ln the Contract Documents, the Contractor shall provide and pay for labor,services, materials, equipment, tools, construction equipment and machinery, water, heat, utilities,transportation, and all other facilities and services necessary for proper execution and completion of theWork, whelher temporary or permanent and whether or not incorporated or to be incorporated in the Work.The Contractor shail not be entitled, under any circumstances, to any increased cost of doing business,including but not limited to, increased costs of materials, trucking, and fuel.

All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanicalcondition as to meet requirements of the work and to produce a satisfactory quality of work. Equipmentused on any portion of the work shall be such that no injury to previously completed work, adjacent property,or existing airport facilities will result from its use.

When the methods and equipment to be used by the Contractor in accomplishing the work are notprescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish thework in conformity with the requirements of the contract, plans, and specifications.

When the Contract specifies the use of certain methods and equipment, such methods and equipment shallbe used unless otherwise authorized by the RPR OAR. If the Contractor desires to use a method or typeof equipment other than specified in the contract, the Contractor may request authority from the RPR OARto do so. The request shall be in writing and shall include a full description of the methods and equipmentproposed and of the reasons for desiring to make the change. If approval is given, it wltl be on the conditionthat the Contractor will be fully responsible for producing work in conformity with contract requirements. If,

after trial use of the substituted methods or equipment, the RPR OAR determines that the work produceddoes not meet contract requirements, the Contractor shall discontinue the use of the substitute method orequipment and shall complete the remaining work with the specified methods and equipment. TheContractor shall remove any deficient work and replace it with work of specified quality, or take such othercorrective action as the RtzR OAR may direct. No change will be made in basis of payment for the Contractitems involved nor in contract time as a result of authorizing a change in methods or equipment under thisparagraph,

80-088 TEMPORARY SUSPENSION OF THE WORK.The Owner shall have the authority to suspend, delay orinterrupt the Work wholly, or in part, fereiteh-pened

without cause, or for reasons including but not limited toabnormalinclement weather (as definedin GP40), or other conditions or circumstances which,

in the Owner's discretion, are considered unfavorable for the execution of the Work—,e~r-each-4lme

. The suspension, delay orinterruption shall be for such period or periods as theOwner may deem necessary. An order by the Owner to suspend the Work shall be in writing except incases of bona fide emergencies.

Rev. October 2020C&S Engineers, Inc.

General Provisions-94

AC 150f5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS FB 6 REHABILITATION

PROSECUTION AND PROGRESSSECTION GP 80

In the event that the Contractor is ordered by the Owner—,ie-writing-, to suspend werk, delay or interrupt theWork for some unforeseen cause not otherwise provided for in the Contract and over which the Contractorhas no control, and which could nol have reasonably been antic/pated or avoided by the Contractor, theContractor shaii be granted an appropriate extension of Contract Time for the per/od of suspension, whichshall not exceed the day-for-day period of suspension, and the Contractor may be reimbursed for anequitable adjustment lo the Total Contract Price for the increased direct costs of maintaining and securingthe Work during the suspension period, subject io the limitations of GP-40.tNerk

'.

'n such an event, the Contractor sha/Inot be entitled lo compensation for home office overhead or anticipated profits- during the period ofsuspension. The period of shutdown shall be computed from the effective date of the written order tosuspend wWork to the effective date of the written order to resume the wWork. Claims for suchcompensation shall be filed with the RPR OAR within the time period defined in GP-BO. stated-Iri-the

. The Contractor shall submit with their ewe-eClaim informationsubstantiating the amount and time shown on the Claimas required by GP-40 and 80. The Rppt OAR willforward the Contractor's Claim to the Owner for consideration in accordance with local laws or ordinances.No provision of this article shall be construed as entitling the Contractor to compensation for delays due toinclement weather or for any other delay provided for in the eContract, plans, or specifications.

If it becomes necessary to suspend wWork for an indefinite period, the Contractor shall store all materialsin such manner that they will not become an obstruction nor become damaged in any way. The Contractorshall take every precaution to prevent damage or deterioration of the wWork performed and provide fornormal drainage of the wWork. The Contractor shall erect temporary structures where necessary to providefor traffic on, to, or from the airport.

The Contractor shall nol be ent/I/ed lo receive any increase in the Contract Time or the Total Contract Pricefor suspensions which are: (I) made at the request of the Contractor for lls own convenience; (2)attributable to circumstances caused by the Contractor or those for which the Contractor is responsible; (3)attributable lo circumstances which reasonably could have been anticipated or avoided by the Contractor;(4) attributable io /nclement weather conditions usually experienced at the Pprojeci site during the re/evan/time period; (5) attributable lo circumstances otherwise anticipated in the Contract; (8) lo the extent thatperformance is, was or would have been so suspended, delayed or interrupted by another cause for whichthe Contractoris responsible; or (7) lo the extent an equltab/e adjustment is made or denied under anotherprovision of this Contract,

80-Oqg DETERMINATION AND EXTENSION OF CONTRACT TIME.The number of calendar days allotted in the Contract Documents for Subsianlial Completion of the Workehaffbe is stated in the~ GP-20, BID REQUIREMENTS AND CONDITIOIVS~ and shall beknown as the Contract Time.

The Contract Time shall be adjusted only by a Contract Modification.

If the Contract Time requires extension for reasons beyond the Contractor's control, it shall be adjusted asfollows:

RCOs and Claims relating to Contract Time shall be made in accordance with applicable provisions ofSection 40-4. A copy of any RCO or Claim for a Contract Time extension shall be delivered to the OAR.The Contractor shall lake a/I steps reasonably possible to minimize the adverse impact of delay events onthe Work.The Work under thIs Contract is only a part of the Owner's construction program. As a result, Work underthis Contract may be required io be completed by certain milestone dates sei forth in the ContractDocuments ("mi/estone dates") in order to interface with the work on other components of the Owner's

Rev. October 2020C&S Engineers, Inc.

General Provisions-95

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

PROSECUTION AND PROGRESSSECTION GP 80

construction program. The schedule for the Owner's construction program or the specification of milestonedates is not intended lo take the place of complete Work scheduling by the Contractor, bui is provided toshow certain critical milestone dates for various phases of the Work on which the Contractor's BaselineSchedule or Progress Schedules must be based. There shall be no changesin the milestone dates, exceptby CO, FCO or CCD. In the event thai the Contractor fails to complete any required portions of the Workby the milestone dates, the Contractor and its Surety shall be liable to the Owner for the LiquidatedDamagesidentifiedin GP-20,in addition to all other obligations and liabilities under the Contract Documentsand applicable law.. In lhe event that the Contractor completes any required portions of the Work aheadof the milestone dates or is precluded from doing so by acts of the Owner or third parties, the Contractorshall not be entitled to damages against the Owner for completing or failing io complete the Work earlier.There is no incentive payment for early completion of any milestone dates.

The Contractor shall cooperate with the OARin order to maintain the progress of the Work in accordancewith the Contractor's current accepted schedule and Contract Time requirements. In addition to therequirements of GP-80 regarding Progress Schedule updates, if the Owner or OAR determines that theContractoris failing to maintain the progress of the Work, through no fault of the Owner, the Contractormust, within seventy iwo (72) hours of written request of the OAR, submit a written response detailing theContractor's plan of action to recover lost time in order to maintain the progress of the Work in accordancewith the Contractor's current accepted schedule or Contract Time requirements. In such event, theContractor shall comply with the OAR's written orders to take whatever steps are necessary to recover losttime and maintain Ihe progress of the Work. These steps mayinclude, but are not limited to, resequencingthe Work activities, increasing the number of Contractor's shifts, work/cree, supervision, work days,overtime operations, equipment resources, or expediting delivery of materials or equipment. Regardlessof the manner in which the schedule is recovered, the Contractor shall not be enittled to additionalcompensation, such as for acceleration, for actions that relate to the recovery of the schedule.

In addition to other remedies available to the Owner, if the Contractor fails to maintain the progress of theWork in accordance with the Contractor's current accepted schedule or Contract Time requirements, theOwner may, in its sole discretion, upon seven (T/days written notice to the Contractor and its Surety, orderthe Contractor to suspend or cease all or a portion of the Work and the Owner may demand that theContractor's Surety prosecute all or a portion of the Work in accordance with the Contract Documents.Failure of the Surety to so pertorm within seven (7) days of receipt of such notice shall be grounds For theOwner to prosecute the Work at Surely's and Contractor's expense. The right of the Owner to issue suchnotice, under this Section, to insist on prosecution of the Work by the Contractor's surety, and for Owner toprosecute the Workitself shall not give rise to any duty on the party of the Owner to exercise those, or anyother, rights for the Contractor, the Surety, or any other person or entity.

80-10 DELAY TO CONTRACTORNotwithstanding any provisionin the Contract to the contrary, If the Contractoris delayedin performance ofihe Work by any act or omission of the Owner, OAR or by any member, officer, employee, agent, servant, orrepresentative of the Owner or OAR, or by any separate contractor or consultant engaged by the Owner orOAR, or by changes in the Work ordered by the Owner (as reffectedin Contract Mod/7/cations), or by fire, orany unforeseen cause which the Contractor lacked any ability to control or manage, aii of which occurredwithout any responsibility, fault or negligence on the part of the Contractor and, in the opinion of the Owner,neither could have been anticipated nor avoided by the Contractor, then the Contract Time shal/ be extendedfor an appropnaie period of time to compensate the Contractor for the delay, which in no event shall exceed aday-for-day extension for the period of proven actual delay to the critical path as described above; providedthat the Contractor has complied with the notice requirements of GP-50 and submitted full documentationsupporting the request as set forthin GP 40. Neither labordisputesinvolving the Contractor its Subcontractorsor any other laborers or materialmen performing the Work, nor abnormal inclement weather conditions, shallbe considered to be unforeseeable, unavoidable or unanticipated.

Rev. October 2020CES Engineers, inc.

General Provisions-96

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABII ITATION

PROSECUTION AND PROGRESSSECTION GP 80

An extension of the Contract Time shall be the Contractor's sole and exclusive remedy for any delay of anykind or nature, except to the extent the delays were solely caused by (1) material acts or material omissions bythe Owner or parties for whom the Owner bears responsibility constituting active interference or (2J concealedor unknown conditions as set forth in GP-50. For these delays, the Contractoris only entitled to the reasonableactual costs that are caused directly and solely by the delay and allowed for Contract Modifications as set forthin GP40. The Owner's exercise ofany ofits rights or remedies including, without limitation, ordering changesin the Work, or suspending, rescheduling or ordering correction of the Work, regardless of the extent orfrequency of Owner's exercise of such righls or remedies, shall not be construed as active interference.

In no event, including circumstances in which it is alleged or proven that Ownerintenlionallyinterfered with theContractor's performance of the Work, shall the Contractor be entitled to recover from the Owner, for itself orits Subcontractors, suppliers or other parties claiming a right or damage by or through Contractor, any of thefollowingilems or damages arising out of or related to this Contract or the breach thereof:

1. loss of profits or anticipated profits2. inefficiency or loss of productivity3, acceleration costs not specifically agreed tain advance, in writing, by the Owner4. home office overhead5, any cost thatis not specifically allowed by GP-40.6, indirect, incidental, consequential or special damages, including but not limited to, loss of

bonding capacity, loss of bidding or loss of business or contracting opportunities or otherimpact costs.

804811 FAILURE TO COMPLETE ON TIME.For each calendar day ', ', that any work-portion of the Workremains uncompleted after expiration of Ihe Contract Time (Including all extensions and adjustments inContract Modifications,CONTRACT-TIME the sum specified in GP-20 as Liquidated Damages (LDjshall be paid by the Contractor or will be deducted from any money due or Io become due the Contractoror their own surety. Such deducted sums shall not be deducted as a penalty but shall be considered asliquidation of a reasonable portion of the damages

to the Owner that are attributable to the delay should the Contractor fail Iocomplete the wWorkin the time provided in the Contract. If the amount of the Liquidated Damages exceedsthe amount otherwise due to the Contractor, the Contractor or the Contractor's Surety shall pay theLiquidated Damages to the Owner within thirty days or wilhin the reasonable time as set forth in the noticeof Liquidated Damages, their-eei'itraeL

804812 DEFAULT AND TERMINATION OF CONTRACT.The Contractor shall be considered in default of their Contract and such default will be considered as causefor the Owner Io terminate the Contract, in whole or in part, for any of the following reasons, if the Contractor:

a. Fails Io begin the work under the contract within the time specified in the "Notice Io Proceed," or

Rev. October 2020C&S Engineers, Inc.

General Provisions-97

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

PROSECUTION AND PROGRESSSECTION GP 80

b. Fails to perform the Work, or fails to maintain adequate progress towards completion of the Work,or fails to provide sufficient workers, equipment and/or materials to assure completion of Work in

accordance with the terms of the Contract, or

c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew suchWork as may be rejected as unacceptable and unsuitable, or

d. Discontinues the execution of the Work, or

e. Fails to resume work which has been discontinued within a reasonable time after notice to do so,or

f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or

g. Allows any final judgment to stand against the Contractor unsatisfied for a period of 10 days, or

h. Makes an assignment for the benefit of creditors, or

i. Fails to carry out the requirements ofthe Owner's DBE Participatio Program, or

j. If at any time the Surety executing the bondis determined by the Owner to be unacceptable andthe Contractor fails to furnish an acceptable substitute Surety within ten (10) days after notice fromthe Owner. This ten (10) day notice and cure period is in lieu of the seven (7) day period set forthbelow, or

k. For contracts that exceed One Million Dollars ($ 1,000,000.00), Owner may terminate thisAgreement if the Contractoris found to have submitted a false certification or has been placed onthe Scrutinized Companies with Aclivitiesin Sudan List, the Scrutinized Companies with Activitiesin the iran Petroleum Energy Sector List, or

For any other cause whatsoever, fails to carry on the Work in an acceptable manner, or

m. For any other cause explicitly provided forin this Contract as a cause for termination,

Should the Owner or OAR consider the Contractor in default of the Contract for any reason above, theOwner shall immediately give written notice to the Contractor and the Contractor's surety as to the reasonsfor considering the Contractor in default and the Owner's intentions to terminate the Contract. If the Ownerterminates the Contract for one of the reasons stated above, the Contractor shalt not be entitled to receivefurther payment until the teiminated Work is completed.

If the Contractor or Surety, within a period of 10 days after such notice, does not proceed in accordancetherewith, then the Owner will, upon written notification from the Rppt OAR of the facts of such delay,neglect, or default and the Contractor's failure to comply with such notice, have full power and authoritywithout violating the Contract, to take the execution of the terminated Work out of the hands of theContractor. The Owner may appropriate or use any or all materials and equipment that have been mobilizedfor use in the Work and are acceptable and may enter into an agreement for the completion of said theterminated Work Contrast according to the terms and provisions of the Contract thereef, or use such othermethods as in the opinion of the Eigiteee OAR will be required for the completion of said the terminatedWork Contrast in an acceptable manner, including, but not limited to accepting assignment of any or a/ISubcontracts and finishing the terminated Work by whatever reasonable method the Owner may deemnecessary. reaeeer-.

Rev. October 2020C&S Engineers, Inc.

General Provisions-98

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABII ITATION

PROSECUTION AND PROGRESSSECTION GP 80

If the Contractor is found to have submitted a false certification orhas been placed on the ScrutinizedCompanies that Boycott Israel List oris engagedin a boycott of Israel, Owner may terminate this Contract forcause and without the opportunity to cure, or for Contracts of One Million Dollars ($ 1,000,000.00) or more,Owner may terminate this Contract for cause and without the opportunity to cure if the Contractor is found tohave submitted a false certification or has been placed on the Scrulinized Companies with Activities in SudanList or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List oris engagedinbusiness operations in Cuba or Syria.

All costs and charges incurred by the Owner, together with the cost of completing the Work under theContract, including compensation for the Designer's and OAR's services and all other expenses madenecessary thereby, will be deducted from any monies due or which may become due the Contractor. Ifsuch expense exceeds the sum which would have been payable under the Contract, then the Contractorand the Surety shall be liable and shall pay to the Owner the amount of such excess. The amount to bepaid to the Contractor or Owner, as the case may be, shall be certified by the OAR and this obligation forpayment shalt survive termination of the Contract. Termination of the Contract, or a portion thereof, shallneither relieve the Contractor ofits responsibility for the completed Work nor shaliit relieveits Surety ofitsobligation for and concerning any claim arising out of the Work performed. If only a portion of the Work isterminated, the Contractor shall continue to complete the remaining portions of the Work that were notterminated in accordance with Contract Documents. The Contractor's obligations to the Owner arising fromthe Contractor's improper acts, omissions, or defaults shall survive the termination of this Contract. Theduties and obligations imposed by the Contract and the rights and remedies available hereunder are inaddition to, and not a limitation of, any duties, obligations, rights, and remedies otherwise imposed oravailable by law.

80-13 TERMINATION FOR CONVENIENCE.a. The Owner may, by written notice, terminate this Contract or the Work performed hereunder, in

whole orin part at any time, for the Owner's convenience or because of failure to fulfill the Contractobligations. Such action will be without prejudice to any other nghl or remedy of Owner. Uponreceipt of such notice, all services, work, and orders for materials or services associated with theterminated Work must be immediately discontinued (unless the notice directs otherwise) and allmaterials as may have been accumulatedin performing the terminated Work, whetiier completedorin progress, shall be delivered to the Owner.

b. If the termination is for the convenience of the Owner, an equitable adjustmentin the Contractprice will be made the portion of the Work that was terminated as set forthin this Section, and, .theContractor shall be paid for:

1. the reasonable actual cost for the portion of all Work that was terminated and which wasfuily completed under the Contract and accepted by the Owner, based upon the approvedSchedule of Values and/or Unit Price Schedule.

2. the reasonable actual cost for the portion of all Work that was terminated and which wasfully completed under the Contract and accepted by the Owner, based upon theContractor's Bid if the Bid contained line item pricing all or a portion of the terminatedWork. The amount of equitable adjustment for such Work shall not exceed ihe Bid amountfor that lineitem.

3. at the sole option of the Owner, the reasonable actual cost of acceptable materials orequipment obtained or ordered by the Contractor for the portion of the Work that wasterminated prior to the date notice of Owner's termination for convenience is served and

Rev. October 2020C&S Engineers, Inc.

General Provisions-99

AC 150i5370-10H 12I21I2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

PROSECLITION AND PROGRESSSECTION GP 80

which are notincorporatedin the Work, as shown by receipted bills and actual cost recordsat such points of delivery as may be designated by the Owner.

4. at the sole option ofthe Owner, the reasonable actual cost ofbonafidefrrevocable ordersmade for the portion of the Work that was terminated prior to the date notice of Owner'stermination for convenienceis served for materials and equipment but not yet delivered tothe Project site. However, such materials and equipment must be delivered to the Ownerto a site or location designated by the Owner prior to release of payment for such materialsand equipment.

Any request for equitable adjustment shall be subject to the limitations of GP-40 and supported byactual invoices, time sheets, and other documentation of the actual costs incurred. The Contractorshall substantiate its request for payment in accordance with the requirements ot'he ContractDocumenls.There is no entitlement to anticipatory profits or revenue or other economic ioss arising out of orresulting from Owner's termination, unless explicitly agreed to, in writing, by the Owner as part ofa final Contract Modification that fully resolves all outstanding issues on the Project.

c. If the terminationis due to failure to fulfill the Contractor's obligations, the Owner may take over thework and prosecute the same to completion by contract or otherwise. In such case, the Contractoris liable to the Owner for any additional cost occasioned to the Owner thereby.

d. If, after notice of termination For failure to fulfill Contract obligations, it is determined that theContractor had not so failed, the termination will be deemed to have been elfected for theconvenience of the Owner. In such event, adjustment in the Contract price will be made asprovidedin paragraph b of this clause.

e. The rights and remedies of the Owner provided in this clause are in addition to any other rightsand remedies provided by law or under this Contract. The Contractor shall proceed to completeany part of the Work, as directed by the Owner, and shall attempt to settle allSubcontractor/Supplier claims and obligations under the Contract with the Owner. Subject to thelimitations in GP-40, the Contractor shall be compensated by the Owner for the Contractor'sreasonable costs actually expended and profit earned on Work that has been fully completed andaccepted by the Owner.

f. If only a portion of the Work is terminated, whether for convenience or for cause, the Contractorshall continue lo complete the remaining portions of the Work that were not terminated inaccordance with Contract Documents. Termination of the Contract, or a portion thereof, shallneither relieve the Contractor of its responsibility for the completed Work nor shall it relieve itsSurety ofits obligation for and concerning any claim arising out of the Work performed,

80-4814 TERMINATION FOR NATIONAL EMERGENCIES.The Owner shall terminate the Ceontract or portion thereof by written notice when the Contractor isprevented from proceeding with the construction contract as a direct result of an Executive Order of thePresident

When the Contract, or any portion thereof, is terminated before completion of all items of Work in theContract, compensation will be made per GP-80-13.Section

orbe-considered perm4ted:

Rev. October 2020C&S Engineers,!nc.

General Provisions-100

AC 150I53TO-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

PROSECUTION AND PROGRESSSECTION GP 80

Termination of the Ceontract or a portion thereof shall neither relieve the Contractor of his/herresponsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerningany just claim arising out of the work performed.

80-4414 WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS.The Contractor shall obtain approval from the RPR OAR prior to beginning any work in all areas of theairport. No operating runway, taxiway, or Air Operations Area (AOA) shall be crossed, entered, orobstructed while it is operational. The Contractor shall plan and coordinate Work in accordance with theapproved CSPP and SPCD. A/I Contractor equipment and material stockpiles shall be stored outside therunway object free area or a minimum distance as shown on the plans from the centerline of an activerunway, hto equipment will be allowed to park within the approach area of an active runway at any time. Noequipment shali be inside the runway object free area or within the distance shown on the Plans from anactive runway at any time.

END OF SECTION 80

Rev. October 2020C&S Engineers, Inc.

General Provisions-101

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

PROSECUTION AND PROGRESSSECTION GP 80

THIS PAGE INTENTIONALLY LEFT BLANK

Rev. October 2020C&S Engineers, Inc.

General Provisions-102

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAVS F&G REHABII ITATION

MEASUREMENT AND PAYMENTSECTION GP 90

SECTION 90 MEASUREMENT AND PAYMENT

90-01 MEASUREMENT OF QUANTITIES.All work completed under the Ceontract will be measured by the RPR OAR, or their authorizedrepresentatives, using United States Customary Units of Measurement or the International System of Units.

The method of measurement and computations to be used in determination of quantities of materialfurnished and of work performed under the Ceontract will be those methods generally recognized asconforming to good engineering practice.

Unless otherwise specified, longitudinal measurements for area computations will be made horizontally,and no deductions will be made for individual fixtures (or leave-outs) having an area of 9 square feet (0.8square meters) or fess. Unless otherwise specified, transverse measurements for area computations willbe the neat dimensions shown on the plans or ordered in writing by the RPR OAR.

Unless otherwise specified, all Ceontract items which are measured by the linear foot such as electricalducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base orfoundation upon which such items are placed.

When requested by the Contractor and approved by the~ OAR in writing, material specified to bemeasured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubicyards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volumemeasurement will be determined by the RPR OAR and shall be agreed to by the Contractor before suchmethod of measurement of pay quantities is used.

Terni

Excavation andEmbankmentVolumeMeasurement andProportion byWeight

Measurement byVolume

Asphalt Material

Rev. October 2020C&S Engineers, Inc.

Measurement and Payment Terms

DescriptionIn computing volumes of excavation, the average end area method will be usedunless otherwise specified.

The term "ton" will mean the short ton consisting of 2,000 pounds (907 km)avoirdupois. All materials that are measured or proportioned by weights shall beweighed on accurate, independently certified scales by competent, qualifiedpersonnel at locations designated by the RPR OAR. If material is shipped by rail,the car weight may be accepted provided that only the actual weight of material ispaid for. However, car weights will not be acceptable for material to be passedthrough mixing plants. Trucks used to haul material being paid for by weight shallbe weighed empty daily at such times as the OAR directs, and each truck shallbear a lainl le ible identification mark.Materials to be measured by volume in the hauling vehicle shall be hauled in

approved vehicles and measured therein at the point of delivery. Vehicles for thispurpose may be of any size or type acceptable for the materials hauled, providedthat the body is of such shape that the actual contents may be readily andaccurately determined. All vehicles shall be loaded to at least their water levelcapacity, and all loads shall be leveled when the vehicles arrive at the point ofdeliveAsphalt materials will be measured by the gallon (liter) or ton (kg). When measuredby volume, such volumes will be measured at 60'F (16'C) or will be corrected tothe volume at 60 F (16 C) using ASTM D1250 for asphalts. Net certified scalewei hts or wei hts based on certified volumes in the case of rail shi ments will be

AC 150/5370-10H 12/21/2018

General Provisions-103

ORI ANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

MEASUREMENT AND PAYMENTSECTION GP 90

Term

CementStructure

Timber

Plates and Sheets

MiscellaneousItems

Scales

Description

used as a basis of measurement, subject to correction when asphalt material hasbeen lost from the car or the distributor, wasted, or otherwise not incorporated in

the work. When asphalt materials are shipped by truck or transport, net certifiedweights by volume, subject to correction for loss or foaming, will be used forcorn utin uantities.Cementwillbemeasuredb the ton k orhundredwei ht kmStructures will be measured according to neat lines shown on the plans or asaltered to fit field conditions.Timber will be measured by the thousand feet board measure (MFBM) actuallyincorporated in the structure. Measurement will be based on nominal widths andthicknesses and the extreme len th of each iece.The thickness of plates and galvanized sheet used in the manufacture ofcorrugated metal pipe, metal plate pipe culverts and arches, and metal cribbingwill be s ecified and measured in decimal fraction of inch.When standard manufactured items are specified such as fence, wire, plates,roiled shapes, pipe conduit, etc„and these items are identified by gauge, unitweight, section dimensions, etc., such identification will be considered to benominal weights or dimensions. Unless more stringently controlled by tolerancesin cited specifications, manufacturing tolerances established by the industriesinvolved will be aces ted.Scales must be tested for accuracy and serviced before use. Scales for weighingmaterials which are required to be proportioned or measured and paid for byweight shall be furnished, erected, and maintained by the Contractor, or becertified permanently installed commercial scales. Platform scales shall beinstalled and maintained with the plafform level and rigid bulkheads at each end.Scales shall be accurate within 0.5% of the correct weight throughout the range ofuse. The Contractor shall have the scales checked under the observation of theOAR before beginning work and at such other times as requested. The intervalsshall be uniform in spacing throughout the graduated or marked length of the beamor dial and shall not exceed 0.1% of the nominal rated capacity of the scale, butnot less than one pound (454 grams). The use of spring balances will not bepermitted.In the event inspection reveals the scales have been "overweighing" (indicatingmore than correct weight) they will be immediately adjusted. All materials receivedsubsequent to the last previous correct weighting-accuracy test will be reduced bythe percentage of error in excess of 0.5%.In the event inspection reveals the scales have been under-weighing (indicatingless than correct weight), they shall be immediately adjusted. No additionalpayment to the Contractor will be allowed for materials previously weighed andrecorded.Beams, dials, platforms, and other scale equipment shall be so arranged that theoperator and the RPR OAR can safely and conveniently view them.Scale installations shall have available ten standard 50-pound (2.3 km) weightsfor testing the weighing equipment or suitable weights and devices for otherapproved equipment.All costs in connection with furnishing, installing, certifying, testing, andmaintaining scales; for furnishing check weights and scale house; and for all otheritems specified in this subsection, for the weighing of materials for proportioningor payment, shall be included in the unit contract prices for the various items ofthe ro'ect.

Rev. October 2020C&S Engineers, Inc.

General Provisions-104

AC 150/5370-10H 12/21/2018

ORLANDO EXECLITIVE AIRPORTBP-00045, TAXIWAYS FKG REHABILITATION

MEASUREMENT AND PAYMENTSECTION GP 90

Term

Rental Equipment

Pay Quantities

DescriptionRental of equipment will be measured by time in hours of actual working time andnecessary traveling time of the equipment within the limits of the Work. Specialequipment ordered in connection with extra work will be measured as agreed inthe Change Order authorizing such work as providedin paragraph 90-11 PAYMENT FOR EXTRA WORK AND FORCE ACCOUNTWORK.When the estimated quantities for a specific portion of the Work are designatedas the pay quantities in the Contract, they shall be the final quantities for whichpayment for such specific portion of the work will be made, unless the dimensionsof said portions of the work shown on the plans are revised by the RPR OAR. If

revised dimensions result in an increase or decrease in the quantities of suchWork, the final quantities for payment will be revised in the amount representedb the authorized chan es in the dimensions.

90-02 SCOPE OF PAYNIENT.The Contractor shall receive and accept compensation provided for in the Ceontract as full payment forfurnishing all materials, for performing all Work under the Contract in a complete and acceptable manner,and for all risk, loss, damage, or expense of whatever character arising out of the nature of the Work or theexecution thereof, subject to the provisions of Section 70, paragraph 70-18, NO WAIVER OF LEGALRIGHTS.

When the "basis of payment" subsection of a technical specification requires that the Ceontract price (pricebid) include compensation for certain work or material essential to the item, this same work or material willnot also be measured for payment under any other contract item which may appear elsewhere in thecontract, plans, or specifications.

90-03 TOTAL CONTRACT PRICEThe Total Contract Price is the amount stated in the Contract, Section 00 52 13, pius any adjustmentsincluded in a Contract Modificaiion and is the total amount payable by the Owner io the Contractor forperformance of the Work under the Contract Documents.

Noiwiihsianding anything lo the contrary contained in the Contract Documents, the Owner may withholdany payment io ihe Coniraclor, if, and for so long as a good faith dispute exists, which may include theConiracior's failure io perform any of iis obligations hereunder, in the Contractor's default under any of theContract Documents or there is reasonable evidence indicating that the Work will not lie completed withinthe Contract Time, as may be adjusted by Contract Modifications, and the unpaid balance would beinsufficient lo cover the anticipated Liquidated Damages; provided, however, that any such holdback shallbe limited io an amount sufficientin the reasonable opinion of the Owner lo cure any such default or failureof performance by ihe Coniracior.

90-04 SCHEDULE OE VALUESBefore the first Application for Payment on lump sum contracts, including those which contain unit pricesfor certain portions of the Work, the Contractor shall submit io the Owner and OAR for approval, a scheduleof values agocaied io various portions of the Work, prepared in such form and supported by such data iosubstantiate iis accuracy and reasonableness (in relationship io actual costs) as the Owner or OAR mayrequire. The Schedule of Values shall be prepared in such a manner that each major item of Work andeach subconfracied item of Work is shown as a separate line item on the Owners form of AlA DocumentG702, Application and Certificate for Payment, Continuation Sheet or other form acceplable io the OAR.

Rev. October 2020 AC 150/5370-10H 12/21/2018C&S Engineers, Inc.

General Provisions-105

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

MEASUREMENT AND PAYMENTSECTION GP 90

The Contractor's Schedule of Values must contain a separate line item for General Conditions which aredefined as general overhead and administrative charges for onsite personnel, office space, and other costsincludedin the definition of markupin GP40. The total amount for General Conditions must be reasonablein relationship to the Work and approved by the Owner and OAR. Payment for General Conditions shallbe prorated according to the work-in-place (excluding stored materials) reportedin the approved applicationfor payment.

90-05 APPLICATION AND CERTIFICATE OF PAYMENTThe Conlractor shall submit to the OAR two (2) originalitemized Applications and Certificate for Paymentfor Work completed in accordance with the approved schedule of values or unit price schedule.Applications for Payment aha/I be submitted no later than the 5th of the monlh for afl Work completed thepriormonth. Each Application and Certificate for Payment shallinclude only Work completed and/or costsincurred through the submission date of the Application and Certificate for Payment, but not previouslyinvoiced. No payment will be made for Work not yet completed. Each Appflcation and Certificate forPayment must clearly identify the submission date (a/k/a the "period ending date"). Each Application andCertificate for Payment shell be notarized and supported by such data required by the Contract Documentssubstantiating the Contractor's right to payment (such as copies of requisitions from Subcontractors andmaterial Suppliers) and reflecting the amount of retainagein accordance with GP-90-06, unless otherwiseprovidedin the Contract Documents or agreed to„ in writing, by the Owner, at its sole discretion. The OARshall be deemed the Owner's agent for purposes of Chapter 718, Florida Statutes. Ifan OARis not assignedto this Project, the Owner will assign an agent or employee responsible for receiving and processingApplications and Certificates for Payment.

Each Applicalion and Certificate for Payment shall contain unmodified Certifications stating the following:

"Contractor hereby certifies that, except as indicated on the attached documents, there are no claims ofContractor, its Subcontractors or Suppliers as of the date of this Application and Certificate for Paymentthat have not been completely resolved, that the Contractor has no knowledge of any unsolved claims bySubcontractors or Suppiiers, that all Subcontractors and Suppliers have been paid lo date from fundsreceived for previous Applications and Certificates for Payment, that there is no known basis for the filingof any claim on the Work and Contractor, and upon receipt of funds due in this Application and Certificatefor Payment, hereby releases the Owner from any claims arising from the Work, except for retainage.Contractor further certifies that the amounts containedin the Application and Certificate For Payment havebeen verified and are correct."

Upon request by the Owner, the Contractor shall submit waivers of lien/bond rights and otherdocumentation from Subcontractors and Suppliers to evidence the status of payments.

Applications and Certificates for Payment may not include requests for paymeni of amounts the Contractordoes not intend to pay to a Subcontractor or material Supplier because of a dispute or other reason.

Applications and Certificates for Payment may include requests for payment on account of changes in theWork which have been included in fully executed CCDs or FCOs and properly authorized COs that havebeen executed by the Contractor.

The failure to comply with the requirements of this Article may result in the withholding of approval of theApplication for Payment until compliance is achieved.

Concurrent with the Contractor's submission of an Application and Certificate for Payment, the Contractorshall submit an updated Progress Schedule and make available for review and inspection by the Owner,Designer or OAR an updated version of the As-built Drawings, prepared in accordance with the

Rev. October 2020C&S Engineers, Inc.

General Provisions-106

AC 150/5370-10H 12/21/2018

ORI ANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

MEASLIREMENT AND PAYMENTSECTION GP 90

requiremenls of the Contract, reflecting all items of Work for which the Contractor is seeking payment.Failure to have the updated Asbuilt Drawings available for review or to reflectitems of Work on the updatedAs-built Drawings for which payment is sought may result in the Owner's withholding payment or partialpayment from the Contractor until such time as properly updated As-built Drawings are prepared.

Tiie Contractor warrants that title to all Work covered by an Application and Certificate for Payment willpass to the Owner no later than the time of payment on such Application and Certificate for Payment by theOwner to the Contractor, and that the Contractor shail retain all obligations under this Contract related tolhe Work, including but not limited to responsibility to adequately insure, mainlain, secure and protect allWork and all materials and equipment related to the Work until the Work reaches Final Completion,including, but not limited lo, adequately insuring, securing and protecting all such Work from weatherdamage. The Contractor further warrants that upon submittal of an Application and Certificate for Paymentall Work for which Applications and Certificates for Payment have been previously executed and paymentsreceived from the Owner shall be free and clear of liens, claims, security interests or encumbrances in favorof the Contractor, Subcontractors, material Suppliers, or other persons or entities making a claim by reasonof having provided labor, materials and equipment relating to the Work.

90-06 CERTIFICATIONS FOR PAYMENTWithin fifteen (15) business days after the OAR "s receipt of the Contractor's Application and Certificate forPayment, the Owner and OAR shall either (1) approve lhe Application and Certificate for Payment bysigning the Application and Certificate for Paymentin the appropriate places or (2) the OAR shall noti'fy theContractor in writing of reasons for withholding approval in whole or in part and the action necessary tomake the Application and Certificate for Payment acceptable.

The OAR's execulion of the Application and Certificate for Payment will constitute a representation by theOAR to the Owner, based upon the OAR's observations at the site and the data compnsing the Applicationand Certificate for Payment, that the Work has progressed to the pointindicated and that the quality of theWork is in accordance w/th the Contract. The Contractor shall not rely upon these representations as theOwner's acceptance of Ihc Work since they are made for payment purposes only and are subject to anevaluation of the Work for conformance with the Contract upon Substantial Completion, to results ofsubsequent tests and inspections, to minor deviations from the Contract correctable prior to completion andto specific qualifications expressed by the Designer or OAR. However, execution of the Application andCertificate for Paymenlis not a representation that the OAR has (1) made exhaustive or continuous on-siteinspections to check the quality or quantity of the Work (2) reviewed construction means, methods,techniques, sequences or procedures (3) reviewed copies ofrequisitions received from Subcontractors andmaterial Suppliers and other data requested by the Owner to substantiate the Contractor'aright to paymentor (4) made examination to ascertain how or for what purpose the Contractor has used money previouslypaid on account of the Total Contract Price. The Contractor may not rely upon any Application andCertificate of Payment as approval and acceptance of the Work reflected thereon.

The Owner's signature on the Application for Payment does not constitute approval and acceptance of theWork.

At all times during the processing of an Application and Certificate for Payment, inciuding resolution of anyrelated disputes, the Contractor shall continue to expeditiously prosecute the Work.

The Owner shall make payment to the Contractor oF the amount specified in the approved Application andCertificate for Payment (which shall provide for all applicable retentions, including, but not limited to theproper amount oF retainage on all progress payments as provided forin the following paragraph), withintwenty-five (25) business days from the date that the Application and Certificate for Paymentis stamped asreceived by the OAR. If the payment has not been made within that time, Contractor may deliveran overdue

Rev. October 2020C&S Engineers, Inc.

General Provisions-107

AC 150/53T0-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

MEASUREMENT AND PAYMENTSECTION GP 90

notice to the Owner. Within four (4) business days after receipt of the overdue notice, either payment shallbe made or the OAR shall notify the Contractorin writing that the approval of the Application and Certificatefor Payment has been withdrawn. Otherwise, in accordance with Section 218.735(1)(a), the paymentrequest shall be deemed accepted, except for any portion of the request thatis frauduient or misleading.Payment by the Owner shall not constitute approval or acceptance of any item of costin the Application forPayment. No partial payment made hereunder shall be or be construed to be final acceptance or approvalof that portion of the Work to which such partial payment relates or relieve the Contractor of any of itsobligations hereunder.

Retai nage

The Owner may withhold up to 10% of the payment certified as due to the Contractor as retainage until the TheOwner may withhold up to five percent (5%) of the payment certified as due to the Contractor as retainsge.

After achieving Substantial Completion, the Contractor msy request paymeni for the retsinsge; provided,however, the Owner shall continue to retain an amount equal to the estimated cost of completion of the punchlist, in addition to any anticipated Backcharges, anticipated Liquidated Damages, and any other changes to theWork, as deemed necessary by the Owneritits sole discretion.

The OAR may withhold approval of the Application and Certificate for Payment for the release of the retainage,if thereis a good faith dispute, claim, or demand that exceeds the amount being withheld, ss long as it complieswith the notice requirement contained in GP-90-05.

90-07 DECISIONS TO WITHHOLD CERTIFICATIONThe OAR msy withhold approval, in whole or in part, to the extent reasonably necessary to protect theOwner, if the OAR cannot certify that the Work has progressed to the pointindicated and that the quality ofthe Work is in accordance with the Contract Documents, or reasonably inferable therefrom. In addition,notwithstanding anything to the contrary contained in the Contract Documents, the Owner msy withholdany payment to the Contractor, if, and for so long as a good faith dispute exists, which may include theContractor's failure to perform any of its obligations hereunder; the Owner's assessment of LiquidatedDamages; in the Contractor's default under any of the Contract Documents or if there is reasonableevidence indicating that the Work will not be completed within the Contract Time, as may be adjusled byContract Modifications, snd the unpaid balance would be insufficient to cover the anticipated LiquidatedDamages; provided, however, that any such holdback shall be limited to an amount sufficient in thereasonable opinion of the Owner to cure any such default or failure of performance by the Contractor. TheOAR may withhold approval, in whole orin part, to the extent reasonably necessary to pay any expense orcost, or remedy anyinjury incurred by Owner arising out ofany default or neglect by Contractor, or otherwiseattributable to the Contractor ("Backcharge"). Any such Backcharge (after processing an appropriateChange Order, Construction Change Directive, or other appropriate process determined by Owner) maybe deducted by Owner from payments then or thereafter due the Contractor, or from the final paymentotherwise due the Contractor. In addition, if the Owner or OAR subsequently discovers that an Applicationfor Payment wasimproperly paid, the Owner or OAR may withhold payment on any future Applications forPayment, in whole or in part, to the extent necessary to recover the funds improperly paid. In addition,notwithstanding anything to the contrary contained in the Contract Documents, in the event the Ownerdetermines that the Contractor has failed to comply with any prevailing wage requirement, the Owner maywithhold all payments until compliance is property certified by the Contractor and verified to the Owner'ssatisfaction. If the Ownerdetermines that the reasons for withholding payment no longerexist, the Ownerwill so notify the Contractor and will make payment for the amount of the holdback within ten (10) businessdays.

Rev. October 2020C&S Engineers, Inc.

General Provisions-108

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

MEASUREMENT AND PAYMENTSECTION GP 90

Upon notification that an Application and Certificate for Payment is not approved, the Contractor and theOAR shall conduct discussions to determine whether a revised Application and Certificate for Payment canbe agreed upon. If no agreementis reached within ten (10) business days after notification, the OAR orOwner will adjust the original Application and Certificate for Payment to delete the disputed amounts andwill then approve payment for the undisputed amount and send a copy of the adjusted Application andCertificate for Payment to the Contractor. If an agreement can be reached on the disputed portions of theApplication within ten (10) days, the Contractor will submit a revised and signed Applicaffon and Certificatefor Payment for the agreed amount, if any, to ihe OAR and Owner for approval. Payment will be madewithin ten (10) business days after the Owner's approval of the revised Application and Certificate forPayment.

90-08 CONTINUED PERFORMANCE PENDING PA YMENTThe Owner's obligation to make timely payments and the Contractor's obligations to diligently prosecutethe Work shall continue uninterrupted during lhe pendency of any bona fide dispute between the Ownerand the Contractor.

904I809 COMPENSATION FOR ALTERED QUANTITIES.When the accepted quantities of work vary from the quantities in the~ Bid, the Contractor shallaccept as payment in full, so far as Ceontract items are concerned, payment at the original Ceontract pricefor the accepted quantities of work actually completed and accepted. No allowance, except as providedfor in Section 40, paragraph 40-03, ALTERATION OF WORK AND QUANTITIES, will be made for anyincreased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed bythe Contractor which results directly from such alterations or indirectly from their own unbalanced allocationof overhead and profit among the Ceontract items, or from any other cause.

904410 PAYMENT FOR OMITTED ITEMS.As specified in Section 40, paragraph 40-05, OMITTED ITEMS, the RPR Owner or the OAR shall have theright to omit from the work (order nonperformance) any Ceontract item, except major contract items, in thebest interest of the Owner.

Should the RpiR Owner or the OAR omit or order nonperformance of a Ceontract item or portion of suchitem from the work, the Contractor shall accept payment in full at the Ceontract prices for any work actuallycompleted and acceptable prior to the RPRe Owner or OAR's order to omit or non-perform such Ceontractitem.

Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the RtaReOwner or OAR's order to omit will be paid for at the actual cost to the Contractor and shall thereuponbecome the property of the Owner.

In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actualcosts incurred for the purpose of performing the omitted Ceontract item prior to the date of the RPRe Owneror OAR's order. Such additional costs incurred by the Contractor must be directly related to the deletedCeontract item, anti-shall be supported by certified statements by the Contractor as to the nature the amountof such costs and shall comply with requirements for compensation as defined in GP-80.

904I811 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK.Extra Work, performed in accordance with the subseclion titled EXTRA WORK of GP 40, will be paid for atthe Contract prices or agreed prices specifiedin the Contract Modification. When the Contract Modification

Rev. October 2020C&S Engineers, Inc.

General Provisions-109

AC 150I53?0-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

MEASUREMENT AND PAYMENTSECTION GP 90

authorizing the Extra Work requires thatit be done by force account, such force account shall be measuredand paid for based on expended labor, equipment, and materials, plus an allowance for overhead and profit,as set forthin GP 40-04.

90-12 SUBCONTRACTOR PAYMENTSPrompt Payment ($26.20)- The Contractor agrees to pay each Subcontractor under this Contract forsatisfactory performance of its contract no later than ten (10) days from the receipt of each payment theContractor receives from the Owner. The Contractor agrees further to return retainage payments to eachSubcontractor within 10 days after the Subcontractor's work is satisfactorily compieted. Any delay orpostponement of payment from the above referenced time frame may occur only for good cause followingwritten approvai of the Owner. This clause applies to both DBE and non-DBE Subcontractors.

The Contractor shall, by appropriate agreement with each Subcontractor, require each Subcontractor to makepayments to Sub-subcontractors within seven (7) days after receipt ofpayment from the Subcontractor,

Neither Owner, OAR, nor Designer shall have any obligation to pay or cause the payment of money to aSubcontractor or Supplier for Work. If required by the Owner, within fifteen (15) business days of receipt ofpaymenl from the Owner, the Contractor shall send to the Owner copies of checks paid lor all items of theContractor's costs listed in the Application for Payment that were not paid prior to the date on which theApplication for Payment was submitted.

If the Contractor fails to pay a Subcontractor or Supplier within ten (10) days of receipt of funds from the Owner,then the Owner may, at its option, following a request from the unpaid Subcontractor or Supplier, pay suchSubcontractor or Supplier the applicable sums paid the Contractor on account of the Subconlractor's work orSupplier's materials, and deduct such sums from any monies due the Contractor in tire future unless theContractor can furnish information satisfactory to the Owner that the payment should not be made andContractor is actively taking steps to resolve a dispute, if applicable. The Owner may, butis under no obligation

Rev. October 2020C&S Engineers, Inc.

General Provisions-110

AC 150I5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

MEASUREMENT AND PAYMENTSECTION GP 90

to, communicate with a Subcontractor or Supplierin attempts to resolve allegations of delayed payments. TheOwner's options in this paragraph are in addition to any other rights set forth in the Contract.

At any time, the Contractor may request payment from Owner for Subcontractor's retainage. At the time suchretainageis requesled, Contractor must provide Owner with a Final Release Form from each Subcontractorfor which retainage payments are requested. Any early reduction of a portion of retainage shall have no effecton Contractor's warranty and other obligations that are preliminary to Subslantial or Fina/ Completion.Contractor shall remain liabie to Owner for all items of work in accordance with the Contract Documentsnotwithstanding any early release of Contractor's retainage.

DBE Sub-subcontractor Payments

If any Subconlractor fails to pay any DBE Subsubcontractor within seven (7/ days of receipt of funds fromthe Contractor, then the Owner may, at its option, following a request from the unpaid DBE Sub-subcontractor, pay such DBE Sub-subcontractor, the applicable sums paid the Contractor on account ofthe Sub-subcontraclor's work, and deduct such sums from any monies due the Contractorin the futureunless the Contractor can furnish information satisfactory to the Owner thai the payment should not bemade and Contractor is actively taking steps to resolve a dispute, if applicable. The Owner's options inthis paragraph are in addition to any other rights set forth in the Contract.

Upon satisfactory completion of each DBE Sub-subcontractor's work, the Contractor shall, by appropriateagreement with each Subcontractor, require each Subcontractor to pay each DBE Sub-subcontractor'sretainage within seven (7) days atter payment from the Contractoris received.

At any time, the Contractor may request payment from Owner on behalfofany Subcontractor for any DBESub-subcontractor's retainage. At the time such retainage is requested, Contractor must provide Ownerwith a Final Release Form from the DBE Sub-subcontractor for which retainage payments are requested,Any early reduction of a portion of retainage shall have no effect on Contractor's warranty and otherobligations that are preliminary to Substantial or Final Completion. Contractor shall remain liable to Ownerfor all items of workin accordance with the Contract Documents notwithstanding any early release ofContractor's retainage.

The Owner may, however, demand sworn statements of accounts from Subcontractors or Suppliers and,at the Owner's sole discretion, pay Subcontractors or Suppliers by joint checks or directly for thoseamounts agreed by the Contractor as due and owing. In such event, the Contractor agrees any suchpayments shall be treated as a direct payment lo the Contractor's account.

Contractor shall include in all subcontracts language providing thai Contractor and Subconlractor willresolve payment disputes by alternative dispute resolution mechanisms. Contractor shall promptly takethe initiative to commence such resolution process if Contractor has withheid a payment to aSubcontractor for cause that is disputed by Subcontractor. Contractor shall make every effort to resolvesuch payment disputes with its Subcontractors quickly andin a reasonable manner, so as not to delaythe Work. The Conlractor shall also require all Subcontractors to include in the Sub-subcontractorAgreemenis language providing that payment disputes will be resolved through alternative disputeresolution mechanisms and that every effort to resolve such payment disputes will be resolved quicklyand in a reasonable manner, so as not to delay the Work.

Rev. October 2020C&S Engineers, Inc.

General Provisions-111

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

MEASUREMENT AND PAYMENTSECTION GP 90

Rev. October 2020C&S Engineers, Inc.

General Provisions-112

AC 150/5370-10H 12/21/2018

ORI ANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8G REHABILITATION

MEASUREMENT AND PAYMENTSECTION GP 90

Rev. October 2020C&S Engineers, Inc.

General Provisions-113

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

MEASUREMENT AND PAYMENTSECTION GP 90

90-0914 ACCEPTANCE AND FINAL PAYMENT.When the Contract Work has been accepted in accordance with the requirements of Section 50, paragraph50-26, FINAL ACCEPTANCE, the RPR OAR will prepare the final estimate of the items of Work actuallyperformed. The Contractor shall approve the RPRe OAR final estimate or advise the RFiR OAR of theContractor's objections to the final estimate which are based on disputes in measurements or computationsof the final quantities to be paid under the Contract as amended by an approved Contract Modification..The Contractor and the RPR OAR shall resolve all disputes (if any) in the measurement and computationof final quantities to be paid within 30 calendar days of the Contractor's receipt of the RPRe OAR's finalestimate. If agreement is reached on the final quantities, Owner shall process a final quantity adjustmentChange Order to define the final Contract Price. If, after such 30-day period, a dispute still exists, the

disputed quantities shall be considered by the Owner as a eClalm in accordance with Section 50, paragraph50-27, CLAIMS FOR ADJUSTMENT AND DISPUTES and the Owner shall process a Cons/ruction ChangeDirective to adjusf the final quantities per the OAR's estimate to allow paymenl for al/undisputed amounts.

After the Contraclor has executed the final quantity adjustment Change Order based on~ erthe RPR'a OAR's final estimate, and after the OAR's receipt of the project closeout

documentation required in paragraph 90-17,PROJECT CLOSEOUT and a Final Application for Payment, final payment will be processed based on thesatire aum Total Contract Price, including all approved Contract Modifications. If the Contractor hasdisputed the OAR's estimate of final quantities, after the Contractor's receipt of a fully executedConstruction Change Directive based on the OAR's final quantity estimate and the OAR's receipt of theproject closeout documentation required in paragraph 90-17 and an Application for Payment for er-theundisputed ', amount determined to be due the Contractor less allprevious payments and all amounts to be deducted under the provisions of the Contract will be processed.All prior partial estimates and payments shall be subject to correction in the final estimate and payment.

If the Contractor has filed a e-Claim for additional compensation under the provisions of Section 50,paragraph 50-27, CLAIMS FOR ADJUSTMENTS AND DISPUTES, or under the provisions of thisparagraph, such eC/aims will be considered by the Dwner in accordance with local laws or ordinances andthis Contract. Upon final adjudication of such eC/alms, any additional payment determined to be due theContractor will be paid pursuant to a eupplwvieatal-final Change Order.~FINAL COMPLETION AND FINAL PAYMENTFinal Completion shall be achieved by the Contractor within the number of days after SubstantialCompletion specified GP-20-03, unless otherwise required in the Contract Documents. Upon receipt ofwritten notice that the Work is ready for final inspection and acceptance and upon receipt of a finalApplication for Payment, the OAR and Designer will promptly make such inspection with the Contractorand, when the OAR and Designer finds the Work acceptable under the Contract Documents and theContract fully performed, including the delivery of all close-out documentation required below, the OAR will

promptly certify a final Application and Certificate for Payment. Contractor's submittal of the final Applicationand Certificate for Payment is Contractor's certification that, to the best of their knowledge, information andbelief, the Work has been completed in accordance with the terms and conditions of the ContractDocuments and that the amount noted in the final Certification for Payment has been earned, subject tothe Owner's claims, Liquidated Damages or Backcharges, if any. The OAR's execution of the finalApplication and Certificate for Payment will constitute a further representation to the Owner that theconditions precedent to the Contractor's being entitled to final payment have been fulfilled.

Rev. October 2020C&S Engineers, Inc.

General Provisions-114

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

MEASUREMENT AND PAYMENTSECTION GP 90

Neither final payment nor final retainage shall become due until the Contractor submits to the OAR all c/ose-out documentation, whichis defined as all of the following: (1) an affidavit that payrolls, bills for materialsand equipment, and other indebtedness connected with the Work have been paid or otherwise satisfied;(2) a certificate evidencing thatinsurance required by the Contract Documenls to remain in force after finalpaymentis currentlyin effect and will not be canceled or allowed to expire untilat least 30 days prior writtennotice has been given to the Owner; (3) a written statement that the Contractor knows of no substantialreason that the insurance will not be renewable to cover the period required by the Contract Documents;(4) consent of surety, if any, to final payment; (5) if required by the Owner, other data establishing paymentor satisfaction of obligations, such as receipts, releases and waivers of liens, claims, security interests orencumbrances arising out of the Contract, to the extent and in such form as may be designated by theOwner; (8) ali required As-built Drawings, operating and maintenance instructions and manuals, andacceplable warrantyfguaranty documents; (7) Subcontractor Final Release Forms; and (8) Final ReleaseForm. If a Subcontractor refuses to furnish the release required by the Owner, the Owner may retain allmoney that the Owner may be compelled to pay in discharging such claim, including all costs andreasonable atlorneys'ees. However, the Owner may elect not to retain any moniesif the Contractorcertifies that it is proceeding diligently and in good faith to resolve its dispute with the Subcontractor inaccordance with the Subcontract Dispute Resolution Process and the Contractor's Surety consents to theOwner's payment to the Contractor despite such claim.

Acceptance of final payment shall constitute a waiver of a/I claims by the Contractor, Subcontractor orSupplier, except those Claims previously madein accordance with GP-50 and identified by the Contractoras unsettled on the final Application for Payment.

904915 CONSTRUCTION WARRANTYa. In addition to any other warranties in this Ceontract, the Contractor warrants that all work performed

under this Ceontract conforms to the Ceontract requirements and is free of any defect in equipment,material, workmanship, or design furnished, or performed by the Contractor or any subcontractoror supplier at any tier.

b. This warranty shall continue for a period of one year from the date or final acceptance of the Wwork,except as noted. If the Owner takes possession of any part of the MAvork before final acceptance,this warranty shall continue for a period of one year from the date the Owner takes possession.However, this will not relieve the Contractor from corrective items required by the final acceptanceof the project Mrtrrork,

c. The Contractor shall remedy at the Contractor's expense any failure to conform, or any defect. Inaddition, the Contractor shall remedy at the Contractor's expense any damage to Owner real orpersonal property, when that damage is the result of the Contractor's failure to conform to Contractrequirements; or any defect of equipment, material, workmanship, or design furnished by theContractor.

d. The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause.The Contractor's warranty with respect to work repaired or replaced will run for one year from thedate of repair or replacement.

e. The Owner will notify the Contractor, in writing,failure, defect, or damage.

affer the discovery of any

f. If the Contractor fails to remedy any failure, defect, or damage within 14 days after receipt of notice,the Owner shall have the right to replace, repair, or otherwise remedy the failure, defect, or damageat the Contractor's expense.

Rev. October 2020CBS Engineers, Inc.

General Provisions-115

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8G REHABILITATION

MEASUREMENT AND PAYMENTSECTION GP 90

g. With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliersfor work performed and materials furnished under this Ceontract, the Contractor shall: (1) Obtainall warranties that would be given in normal commercial practice; (2) Require all warranties to beexecuted, in writing, for the benefit of the Owner, as directed by the Owner, and (3) Enforce allwarranties for the benefit of the Owner.

h. This warranty shall not limit the Owner's rights with respect to latent defects, gross mistakes, orfraud.

90-1416 CONTRACTOR FINAL PROJECT DOCUMENTATION.Approval of final payment to the Contractor is contingent upon completion and submittal of the items listedbelow. The final payment will not be approved until the RPR OAR approves the Contractor's final submittal.The Contractor shall, /n addition to the requirements of GP 90-15:

a. Provide two (2) copies of all manufacturers warranties specified for materials, equipment, andinstallations.

b. Provide weekly payroll records (not previously received) from the general Contractor and allsubcontractors.

c. Complete final cleanup in accordance with subsection 40-10, FINAL CLEANUP.

d. Complete all punch list items identified during the Final Inspection.

e. Provide complete release of all claims for labor and material arising out of the Contract.

f. Provide a certified statement signed by the subcontractors, indicating actual amounts paid to theDisadvantaged Business Enterprise (DBE) subcontractors and/or suppliers associated with theproject.

g. When applicable per state requirements, return copies of sales tax completion forms,

h. Manufacturer's certifications for all items incorporated in the work.

All required record drawings, as-built drawings or as-constructed drawings.

j. Project Operation and Maintenance (08 M) Manual.

k. Security for Construction Warranty.

I. Equipment commissioning documentation submitted, if required.

END OF SECTION 90

Rev. October 2020C&S Engineers, Inc.

General Provisions-116

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 - FEDERAL CONSTRUCTIONBP-00045, TAXIWAYS F&G REHABILITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

SPECIAL PROVISIONS - 1

FEDERAL CONSTRUCTION CONTRACT CLAUSES AT AIRPORT FACILITIES

1.0 DBE CONTRACT ASSURANCE (49 CFR g 26.13)

1.1 The Contractor or Subcontractor shall not discriminate on the basis of race, color, national origin,or sexin the performance of this Contract. The Contractor shall carry out applicable requirementsof 49 CFR Part 26 in the award and administration of Department of Transportation-assistedcontracts. Failure by the Contractor to carry out these requirements is a malerial breach of thisContract, which may resultin the termination of this Contract or such other remedy as the Ownerdeems appropriate, which mayinclude, but is not limited to:

1) Withholding monthly progress payments;2) Assessing sanctions;3) Liquidated damages; and/or4) Disqualifying the Contractor from future bidding as non-responsible.

1.2 The Contractor or Subcontractor shall not discriminate on the basis of race, creed, color, nationalorigin, sex, age or disability in the performance of this Contract. The Contractor agrees that theUnited States has a right to seekjudicial enforcement with regard to any matter arising under theacts, the regulations, and this paragraph. This Contract is subject to and the Contractor shallcomply with ail applicable nondiscrimination authorities, which are hereby incorporated herein,including but not limited to:

~ Civil Rights Act of 1964, Title Vl (78 Stat. 252, 42 USC 200d to 2000d-4 and 49 CFRPart 21)

~ Requirement for Affirmative Action to Ensure Equal Employment Opportunity(Executive Order 11246), as amended;

~ Americans with Disabilities Act of 1990, as amended, (42 U.S.C. tI 12101 et seq.);~ Age Discrimination Act of 1975 - 42 U.S.C. 6101, et seq4~ American Indian Religious Freedom Act, P.L. 95-341, as amended;~ 41 CFR Part 60 — Equal Opportunity;~ 49 CFR Part 26 — Disadvantaged Business Enterprise Program;~ 49 CFR Part 27 — Nondiscrimination on the Basis of Handicap in Programs and

Activities Receiving or Benefiting from Federal Financial Assistance;~ 49 CFR Part 28 — Enforcement of Nondiscrimination on the Basis of Handicap in

Programs or Activities conducted by the Department of Transportalion;~ 28 CFR 650.3 — United States Department of Justice Guidelines for Enforcement of

Title VI of the Civil Rights Act of 1974;~ 49 CFR Part 21 — Nondiscrimination in federally-assisted programs of the Department

of Transportation — effectuation of Title Vl of the Civil Rights Act ol 1964;~ Rehabilitation Act of 1973 — 29 USC 794;~ Architectural Barriers Act of 1968 — 42 USC 4151 et seq.;~ Title 49, USC subtitle V/I, as amended;~ Executive Order 12898 — Environmental Justice; and~ 49 CFR Part 37 — Transportation Services for Individuals with Disabilities (ADA).

Rev. October 2020C&S ENGINEERS, INC.

Special Provisions-1

AC 150i5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 - FEDERAL CONSTRUCTIONBP-00045, TAXIWAYS F&G REHABILITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

2.0 CONTRACTS IN EXCESS OF $50,000.00.1 For contracts of $50,000.00 or more, a contractor having 50 or more employees, and his

subcontractors having 50 or more employees and who may be awarded a subcontract of$50,000.00 or more, will be required to maintain an affirmative action program within 120days of the commencement of contract.

2.1 ADDITIONAL NOTICES FOR $ 1,000,000.00 CONTRACTS.1 Pre-award Equal Opportunity Compliance Reviews — Where the Bid of the apparent low

responsive Bidder is in the amount of $1,000,000.00 or more, the Bidder and his knownali-tier Subcontractors which will be awarded subcontracts of $ 1,000,000.00 or more willbe subiect to full on-site, pre-award equal opportunity compliance reviews before the awardof the Contract for the purpose of determining whether the Bidder and his Subcontractorsare able to comply with the provisions of the Equal Opporlunity Clause.

.2 Within 30 days after award of this Contract, the Contractor shall file a compliance report(Standard Form 100) if:

The Contractor has not submitted a complete compliance report within 12 monthspreceding the data of award; andThe Contractor is within the definition of "employer" in Paragraphs 2(e)(3) of theinstruction includedin Standard Form 100.The Contractorshall require the Subcontractoron all tier subcontracts irrespectiveof dollar amount, to file Standard Form 100 within 30 days after award of thesubcontractif the above two conditions apply. Standard Form 100 will be furnishedupon request.

3.0 STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACTSPECIFICA TIONS (41 CFR 60-4.3)

.1 As used in these specifications:

"Covered area" means the geographical area described in the solicitation fromwhich this Contract resulted;"Director" means Director, Olfice of Federal Contract Compliance Programs(OFCCP), U.S. Department of Labor, or any person to whom the Directordelegates authority;"Employer identification number" means the Federal social security number usedon the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form941;"Minority"includes:

.(2)

.(3)

.(4)

Black (a//) persons having origins in any of the Black African racial groupsnot of Hispanic origin);Hispanic (a/I persons of Mexican, Puerto Rican, Cuban, Central or SouthAmerican, or other Spanish culture or origin regardless of race);Asian and Pacific Islander (all persons having originsin any of the originalpeoples of the Far East, Southeast Asia, the Indian Subcontinent, or thePacific Islands); andAmerican Indian or Alaskan native (all persons having originsin any of theoriginal peoples of North America and maintaining identifiable tribal

Rev. October 2020C&S ENGINEERS, INC.

Special Provisions-2

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 - FEDERAL CONSTRUCTIONBP-00045, TAXIWAYS F8G REHABILITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

affiliations through membership and participation or communityidentification).

Vyhenever the Contractor, or any subcontractor at any tier, subcontracts a portion of thework involving any construction trade, it shall physically include in each subcontract inexcess of $ 10,000 the provisions of these specifications and lhe Notice which contains theapplicable goals for minority and female participation and which is set forth in thesolicitations from which this Contract resulted.

lf the Contractoris participating (pursuant to 41 CFR 60 4.5) in a Hometown Plan approvedby the U.S. Department of Labor in the covered area eitherindividually or through anassociation, its affirmative action obligations on all workin!he Plan area (including goalsand timetables) shall bein accordance with that Plan for those trades which have unionsparticipatingin the Plan. Contractors shall be able to demonstrate iheir participationin andcompliance with the provisions of any such Hometown Plan. Each Contractor orSubcontractor participating in an approved plan is individually required to comply with itsobligations under the EEO clause and to make a good faith effort to achieve each goalunder the Plan in each trade in whichit has employees. The overall good faith pertormanceby other contractors or subcontractors toward a goal in an approved Plan does not excuseany covered Contractor's or Subcontractor's failure to take good faith efforts to achieve thePlan goals and timetables.

The Contractor shall implement the specific affirmative action standards provided inparagraphs Ta through Tp of these specifications. The goals set forth in ihe solicilationfrom which this Contract resulted are expressed as percentages of the total hours ofemployment and training of minority and female utilization the Contractor shouldreasonably be able to achievein each construction trade in which it has employees in thecovered area. Covered construction contractors performing construction work in ageographical area where they do not have a Federal or federally assisted constructioncontract shall apply the minority and female goals established for the geographical areawhere the work is being performed. Qoa/s are published periodically in the FederalRegister in notice form, and such notices may be obtained from any Offtce of FederalContract Compliance Programs office or from Federal procurement contracting officers.The Contractoris expected to make substantially uniform progress in meeting its goals ineach craft during the period specified.

Neither the provisions of any collective bargaining agreement nor the failure by a unionwith whom the Contractor has a collective bargaining agreement to refer either minoritiesor women shall excuse the Contractor's obligations under these specifications, Executi veOrder 11246 or the regulations promulgated pursuant thereto.

.6 In order for the non-working training hours of apprentices and trainees to be counted inmeeting the goals, such apprentices and trainees shall be employed by the Contractorduring the lraining period and the Contractor shall have made a commitment to employ theapprentices and trainees at the completion of their training, subject to the availability ofemployment opportunities. Trainees shall be trained pursuant to training programsapproved by the U.S. Department of Labor.

The Contractor shall take specific affirmative actions to ensure equal employmentopportunity. The evaluation of the Contractor's compliance with these specifications shallbe based upon its effort to achieve maximum results fromits actions. The Contractor shall

Rev. October 2020C&S ENGINEERS, INC.

Special Provisions-3

AC 150/53?0-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 - FEDERAL CONSTRUCTIONBP-00045, TAXIWAYS FBG REHABILITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

document these efforts fully and shall implement affirmative action steps at least asextensive as the following:

Ensure and maintain a working environment free of harassment, intimidation, andcoercion at all sites, and in all facilities at which the Contractor's employees areassigned to work. The Contractor, where possible, will assign two or more womento each construction project. The Contractor shall specifically ensure that allforemen, superintendents, and other onsite supervisory personnel are aware ofand carry out the Contractor's obligation to maintain such a working environment,with specific attention to minority or femaleindividuals working at such sites orinsuch facilities.Establish and maintain a current list of minority and femaie recruitment sources,provide written notification to minority and female recruitment sources and tocommunity organizations when the Contractor orils unions have employmentopportunities available, and maintain a record of the organizations'esponses.Maintain a current file of the names, addresses, and lelephone numbers of eachminority and female off the street applicant and minority or female referral from aunion, a recruitment source, or community organization and of what action wastaken with respect to each such individual. /fsuchindividual was sent to the unionhiring hall for referral and was not referred back to the Contractor by the union or,if referred, not employed by the Contractor, this shall be documented in the filewith the reason therefore along with whatever additional actions the Contractormay have taken.Provideimmediate written notifi'cation to the Director when the union or unions withwhich the Contraclor has a collective bargaining agreement has not referred tothe Contractor e minority person or female sent by the Contractor, or when theContractor has otherinformation that the union referral process has impeded theContractor's efforts to meet its obligations.Develop on thejob training opportunities andlor participate in training programs forthe area which expressly include minorities and women, including upgradingprograms and apprenticeship and trainee programs relevant to the Contractor'semployment needs, especially those programs funded or approved by theDepartment of Labor. The Contractor shall provide notice of these programs tothe sources compiled under 7b above.Disseminate the Contractor's EEO policy by providing notice of the policy to unionsand training programs and requesting their cooperation in assisting the Contractorin meeting its EEO obligations; by including itin any policy manual and collectivebargaining agreement; by publicizing itin the company newspaper, annual report,etc.; by specific review of the policy with al/ management personnel and with ai/minority and female employees at least once a year; and by posting the companyEEO policy on bulletin boards accessible to all employees at each location whereconstruction workis performed.Review, at least annually, the company's EEO policy and affirmative actionobligations under these specifications with all employees having any responsibilityfor hiring, assignment, layoff termination, or other employment decisionsincludingspecific review of these items with onsite supervisory personnel such asuperintendents, general foremen, etc., prior to the initiation of construction workat anyjob site. A written record shall be made and maintained identifying the timeand place of these meetings, persons attending, subject matter discussed, anddisposition of the subject matter.Disseminate the Contractor's EEO policy externally by including it in anyadvertising in the news media, specifically including minority and female newsmedia, and providing written notification to and discussing the Contractor's EEO

AC 150/5370-10H 12/21/2018Rev. October 2020CBS ENGINEERS, INC.

Special Provisions-4

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 - FEDERAL CONSTRUCTIONBP-00045, TAXIWAYS F&G REHABILITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

policy with other contractors and subcontractors with whom the Contractor does oranticipates doing business.Direct its recruitment efforts, both oral and written, to minority, female, andcommunity organizations, to schools with minority and female students; and tominority and female recruitment and training organizations serving the Contractor'srecruitment area and employment needs. Not later than one month prior to thedate for the acceptance of applications for apprent(ceship or other training by anyrecruitment source, the Contractor shall send written notification to organizations,such as the above, describing the openings, screening procedures, and tests tobe used in the selection process.Encourage present minority and female employees to recruit other minoritypersons and women and, where reasonable provide after school, summer, andvacation employment to minority and female youth both on the site and in otherareas of a Contractor's workforce.Validate all tests and other selection requirements where there is an obligation todo so under 41 CFR Part 60 3.Conduct, at least annually, aninventory and evaluation at ieast of ail minority andfemale personnel, for promotional opportunities and encourage these employeesto seek or to prepare for, through appropriate training, etc., such opportunities.Ensure that seniority practices, job classifications, work assignments, and otherpersonnel practices do not have a discriminatory effect by continually monitoringall personnel and employment related activities to ensure that the EEO policy andthe Contractor's obligations under these specifications are being carried out.Ensure that all facilities and company activities are nonsegregated except thatseparate or single user toilet and necessary changing facilities shall be providedto assure privacy between the sexes.Document and maintain a record of all solicitations of offers for subcontracts fromminority and female construction contractors and suppliers, including circulation ofsolicitations to minority and female contractor associations and other businessassociations,Conduct a review, at least annually, of all supervisor's adherence to andperformance under the Contractor's EEO policies and afffrmative actionobligations.

Contractors are encouraged to participate in voluntary associations which assistin fulfiilingone or more of their affirmative action obligations (7a through p). The efforts of a contractorassociation, joint contractor union, contractor community, or other similar groups of whichthe Contractoris a member and participant, may be asserted as fulfilling any one or moreof its obligations under 7a through p of these specifications provided that the Contractoractively participatesin the group, makes every effort to assure that the group has a positi veimpact on the employment of minorities and women in the industry, ensures that theconcrete benefits of the program are reflected in the Contractor's minor/ty and femaleworkforce participation, makes a good faith effort to meet its individual goals andtimetables, and can provide access to documentation which demonslrates theeffectiveness of actions taken on behalf of the Contractor. The obligation to comply,however, is the Contractor's and failure of such a group to fulfill an obligation shall not bea defense for the Contractor's noncompliance.

.9 A single goal for minorities and a separate single goal for women have been established.The Contractor, however, is required to provide equal employment opportunity and to takeaffirmative action for all minority groups, both male and female, and all women, bothm/nority and non-minority. Consequently, if the particular group is employed in asubstantially disparate manner (for example, even though the Contractor has achieved its

Rev. October 2020 AC 150/5370-10H 12/21/2018C&S ENGINEERS, INC.

Special Provisions-5

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 — FEDERAL CONSTRUCTIONBP-00045, TAXIWAYS F&G REHABILITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

goals for women generaliy) the Contractor may be in violation of the Executive Order if aspecific minority group of womenis underutilized.

.10 The Contractor shall not use the goals and timetables or affirmative action standards todiscriminate against any person because of race, color, religion, sex, or national origin.

.11 The Contraclor shall not enterinto any subcontract with any person or firm debarred fromGovernment contracts pursuant to Execuli ve Order 11246.

.52 The Contractor shall carry out such sanctions and penalties for violation of thesespecifications and of the Equal Opportunity Clause, including suspension, termination, andcancellation of existing subcontracts as may be imposed or ordered pursuant to ExecutiveOrder 11246, as amended, and its implementing regulations, by lhe Office of FederalContract Compliance Programs. Any contractor who fails to carry out such sanctions andpenalties shall be in violation of these specifications and Executive Order 11246, asamended.

.13 The Contractor, in fulfilling its obligations under tiiese specilicalions, shall implementspecific affirmative aclion steps, at least as extensive as those standards prescribed inparagraph 7 of these specifications, so as to achieve maximum results from its efforts toensure equal employment opportunity, if the Contractor fails to comply witli therequirements of the Executive Order, the implementing regulations, or these specifications,the Director shall proceed in accordance with 41 CFR 60 4.8.

.54 The Contractor shall designate a responsible official to monitor aii employment relatedactivity to ensure that the company EEO policy is being carried out, to submit reportsrelating to the provisions hereof as may be required by the Government, and to keeprecords. Records shall at least include for each employee, the name, address, telephonenumber, construction trade, union affiliation if any, employee identification number whenassigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee,helper, or laborer), dates of changes in status, hours worked per week in the indicatedtrade, rate of pay, and locations at which the work was performed. Records shall bemaintained in an easily understandable and retrievable form; however, to the degree thatexisting records satisfy this requirement, contractors shall not be required to maintainseparate records.

.15 Nothing herein provided shall be construed as a limitation upon the application of otherlaws which establish different standards of compliance or upon the application ofrequiremenls for the hiring of local or other area residents (e.g., those under the PublicWorks Employment Act of 1977 and the Community Development Block Grant Program).

4.0 CONTRACTUAL REQUIREMENTS PURSUANT TO CIVIL RIGHTS ACT OF 1964, TITLE VI (49CFR PART 21)During the performance of this Contract, the Contractor, for itself, its assignees and successors ininterest (hereinaffer referred to as the "Contractor") agrees as follows:

.1 Compliance with Regulations. The Contractor shall comply with the Title Vl List of Pertinent/Vondiscnmination Acts and Authorities (identified herein), as they may be amended fromtime to time which are herein incorporated in full by reference and made a part of thisContract.

Rev. October 2020C&S ENGINEERS, INC.

Special Provisions-6

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 - FEDERAL CONSTRUCTIONBP-00045, TAXIINAYS F8G REHABII ITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

Nondiscrimination. The Contractor, with regard to the work performed by it during theContract, shall not discriminate on the grounds of race, color, or national origin in theselection and retention of Subcontractors, including procurements of materiais and leasesof equipment. The Contractor shall not participate either directly or indirectly in thediscrimination prohibited by the Nondiscrimination Acts and Authorities, includingemployment practices when the Contract covers any activity, project, or program set forthin Appendix B of49 CFR Part 21. The Owner may from time to time adopt additional oramended nondiscrimination provisions concerning this Contract, and the Contractor agreesthat it will adopt and be bound by any such requirements as a part of this Contract.

So/le/tat/ons for Subcontracts, Including Procurements of Materials and Equipment. In allsolicitations either by competitive bidding or negotiation made by the Contractor for workto be performed under a subcontract, including procuremenls of materials or leases ofequipment, each potential Subcontractor or supplier shall be notified by the Contractor ofthe Contractor's obligations under this Contract and the Nondiscrimination Acts andAuthorities on the grounds of race, color„or national origin.

information and Reports. The Contractorshall provide a//information and reports requiredby the Nondiscrimination Acts and Authorities, Acts, the Regulations and directives issuedpursuant thereto and shall permit access to its books, records, accounts, other sources ofinformation„and its facilities as may be determined by the Owner or the Federal AviationAdministration (FAA) to be pertinent to ascertain compliance with such NondiscriminationActs and Authorities, Acts, Regulations, orders, and instructions. Where anyinformationrequired of a Contractor is in the exclusive possession of another who fails or refuses tofurnish this information, the Contractor shall so certify to the Owner or lhe FAA, asappropriate, and shall set forth whet efforts it has made to obtain the information.

Sanctions for Noncompliance. In the event of the Contractor's noncompliance with thenondiscrimination provisions of this Contract, the Owner shall impose such contractsanctions asit or the FAA may determine to be appropriate, including, but nol limited to:

.a Withholding of payments to the Contractor under the Contract unti/ the Contractorcomplies, andlor

.5 Cancellation, termination, or suspension of the Contract, in whoie or in part.

Incorporation of Provisions. The Contractor shallinclude the provisions of paragraphs 4.1through 4.6 in every subcontract, including procurements of materials and leases ofequipmenl, unless exempt by the Nondiscrimination Acts and Authorities, Acts,Regulations, or directivesissued pursuant thereto. The Contractor shall take such actionwith respecl lo any subcontract or procurement as the Owner or the FAA may direct as ameans of enforcing such provisions including sanctions for noncompliance, Provided,however, thatin the event a Contractor becomes involvedin, oris threatened with, litigationwith a Subcontractor or supplier as a result of such direction, the Contractor may requestthe Owner to enterinto such litigation to protect theinterests of the Owner and, in addition,the Contractor may request the United States to enterinto such litigation lo protect theinterests of the United States.

Rev. October 2020C&S ENGINEERS, INC.

Special Provisions-7

AC 150/53?0-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 - FEDERAL CONSTRUCTIONBP-00045, TAXIWAYS F&G REHABILITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

5.0 GENERAL CIVIL RIGHTS PROVISION.The Contractor agrees thatit will comply with pertinent statutes, Executive Orders and such rules asare promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin,sex, age, or disability be excluded from participatingin any activity conducted with or benefiting fromFederal assistance.

This provision binds the Contractor, Subcontractors, and sub tier contractors from the bid solicitationperiod through the completion ofthe Contract. This provisionisin addition to thai required of Title Vl

of the Civil Rights Act of 1964.

6.0 EQUAL EMPLOYMENT OPPORTUNITY CLAUSE (41 CFR PART 60 1 4(b)}During the performance of this Conlract, the Contractor agrees as follows:

The Contractor will not discriminate against any employee or applicant for employmentbecause of race, color, religion, sex, or national origin. The Contractor wig take affirmativeaction to ensure that applicants are employed, and that employees are treated duringemployment wilhoul regard to their race, color, religion, sex, or national origin. Such actionshat/include, but not be limited to the following: employment, upgrading, demotion, ortransfer; recruitment or recruitment advertising; layoff or termination; rates of pay or otherforms ofcompensation; and selection for training, including apprenticeship. The Contractoragrees to post in conspicuous places„available to employees and applicants foremployment, notices to be provided setting forth the provisions of this nondiscriminationclause.

.2 The Contractor will, in all solicitations or advertisemonts for employees placed by or onbehalf of the Contractor, state that all qualified applicants will receive considerations foremploymenl without regard to race, color, religion, sex, or national origin.

.3 The Contractor will send to each labor union or representative of workers with which hehas a collective bargaining agreement or other contract or understanding, a notice to beprovided advising the said labor union or workers'epresentatives of the Contractor'scommitments under this section, and shall post copies of the notice in conspicuous placesavailable to employees and applicants for employment,

.4 The Contractor will comply with all provisions of Executive Order 11246 of September 24,1965, as amended, and of the rules, regulations, and relevant orders of the Secretary ofLabor.

The Contractor will furnish at/information and reports required by Executive Order 11246of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, orpursuant thereto, and will permit access to his books, records, and accounts by theadministering agency and the Secretary of Labor for purposes ofinvestigation to ascertaincompliance with such rules, regulations, and orders.

ln the event of the Contractor's noncompliance with the nondiscrimination clauses of thisContract or with any of the said rules, regulations, or orders, this Contract may be canceled,terminated or suspendedin whole orin part and the Contractor may be declaredineligiblefor further Government contracts or federally assisted construction contracls in accordancewith procedure authorized in Executive Order 11246 of September 24, 1965, and suchother sanctions may be imposed and remedies invoked as provided in Execulive Order

Rev. October 2020C&S ENGINEERS, INC.

Special Provisions-8

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 - FEDERAL CONSTRUCTIONBP-00045, TAXIWAYS FBG REHABILITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, oras otherwise provided by law.

The Contractor willinclude the portion of the sentence immediately preceding paragraph 1

and the provisions of paragraphs 1 through 7 in every Subcontract or purchase orderunless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuantto section 204 of Executive Order 11246 of September 24, 1965, so that such provisionswill be binding upon each Subcontractor or vendor. The Contractor will take such actionwith respect to any Subcontract or purchase order as the administering agency may direclas a means of enforcing such provision, including sanctions for noncompliance: Provided,however,!hat in the event a Contractor becomes involvedin, oris threatened with, litigationwith a Subcontractor or vendor as a result of such direction by the administering agencythe Contractor may request the United States to enterinto such liiigation to protect theinterests of the United States.

This clause must be included in any subcontract that exceeds $ 10,000.

7.0 VETERANS PREFERENCE.In the employment of labor (exceptin execulive, administrative, and supervisory positions), preference shallbe given to Vietnam era veterans, Persian Gulf veterans, Afghanistan-Iraq war veterans, disabled veteransand small business concerns owned and controlled by disabled veterans as defined in Section 47112 ofTitle 49, United States Code. However, this preference shall apply only where theindividuals are availableand qualified to perform the work to which the employment relates.

8.0 SUBCONTRACTS.The Contractor shallinserti each subcontract the provisions contained in this General Provisions Section130 and require the subcontractors toinclude these provisionsin any lower tier subcontracts, together witha clause requiring thisinsertionin all lower tier subcontracts.

9.0 BUY AMERICAN — IRON, STEEL AND MANUFACTURED PRODUCTS FOR CONSTRUCTIONCONTRACTS (49 USC Chapter 50101)

The Contractor agrees to comply with 49 USC $50101 (the "Buy American Requirements', which providesthat Federal funds may not be obligated unless all steel and manufactured goods used in AIP-fundedprojects are produced in the Uniled States, unless the FAA hasissued a waiver for the product; the productis listed as an Excepted Article, Material Or Supplyin Federal Acquisition Regulation subpart 25.108; orisincluded in the FAA Nationwide Buy American Ififaivers Issued list. The Contractor is responsible forensuring that lower-tier Subcontractors are also in compliance with the Buy American Requirements.

A bidder must submit the appropriate Buy America certification (herein) with all bids on AIP funded projects.Bids that are not accompanied by a completed Buy America certification will be rejected as nonresponsive.

Type of Certificationis based on Type of Project:There are two types of Buy American certifications.

For projects for a facility, the Certificate of Compliance Based on Total Facility (Terminal or BuildingProject) must be submitted.For all other projects {Non-building construction projects such as runway or roadway construction; orequipment acquisition projects), the Certificate of Compliance for Manufactured Products, Equipmenland Materials Used on the Project must be submitted.

Rev. October 2020C&S ENGINEERS, INC.

Special Provisions-9

AC 150/5370-1{}H 12/21/2018

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 - FEDERAL CONSTRUCTIONBP-00045, TAXIWAYS FRG REHABILITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

10.0 ACCESS TO RECORDS AND REPORTS.The Contractor musl maintain an acceptable cost accounting system. The Contractor agrees to provide theOwner, lhe FAA, and the Comptroller General of the United States or any of their duiy authorizedrepresentatives access to any books, documents, papers, and records of the Contractor which are directlypertinent to the specific contract for the purposes of making audit, examination, excerpts, and transcriptions.The Contractor agrees to maintain all books, records and reports required under this contract for a periodof not less than three years after final payment is made and all pending matters are closed. (2 CFR 20036and 2 CFR 200333). The Contractor shallinsert this provision into any lower tier contract.

11.0 RIGHTS TO INVENTIONS.AII rights to inventions and materials generated under this Contract are subject to requirements andregulations issued by the FAA and the Owner of the Federal grant under which this Contract is executed.(2 CFR tI 200, Appendix I/ (F)).

12.0 AIRPORT AND AIRWAY IMPROVEMENT PROGRAM PROJECT. FEDERAL GOVERNMENT ISNOT A PARTY.

The Work in this contracl is included in Airporl Improvement Project No. BP-00045, TAX/WAYS FSGREHABILITATION which is being undertaken and accomplished by Ownerin accordance with the termsand conditions of a gran/ agreement between the Owner and the United States, under the Airport andAirway Improvement Act of 1982 (P.L. 97-248) as amended by the Airport and Airway Safety and CapacityExpansion Act of 1987 (P.L. 100-223) and Part 152 of the Federal Avialion Regulations (14 CFR Part 152),pursuant to which the United States has agreed to pay a certain percentage of the costs under those Acts.The United States is not a party to this contract and no reference in this contract to the FAA or anyrepresentative thereof, or the United States, by the Contract, makes the United States a party to thisContract.

13.0 CONVICT LABOR.No convict labor may be employed under this Contract.

14.0 COPELAND "ANTI-KICKBACK" ACT.Contractor must compiy with the requirements of the Cope/and "Anti-Kickback" Act (18 U.S.C. 874 and 40U.S,C. 3145), as supplemented by Department of Labor regulation 29 CFR Part 3. Contractor andsubcontractors are prohibited frominducing, by anymeans, any person employed on the project to give upany part of the compensation to which the employee is entitled. The Contractor and each Subcontractormust submit to the Owner a weekly statement on the wages paid to each employee performing on coveredwork during the prior week. Owner must report any violations of the Act to the Federal AviationAdmi ni strati on.

15.0 RESTRICTIONS ON FEDERAL PUBLIC WORKS PROJECTS - CERTIFICATION (49 C.F.R. $30. 13).(a) Definitions. The definitions pertaining to this provision are those that are set forth in 49 CFR 30.7—30.9.(b) Certification. By signing this solicitation or by the submission of a Proposal, the Proposer certifies thatwith respect to this solicitation, and any resultant contract, the Proposer—

(1) Is not a contractor of a foreign country included on the list of countries that discriminated againstU.S. firms published by the Office of the United States Trade Representative (U.S.T.R,);

(2) Has not entered into any contract or subcontract with a subcontractor of a foreign country includedon the list of countries that discriminate against U.S. firms published by the U.S. T R.; and

Rev. October 2020C&S ENGINEERS, INC.

Special Provisions-10

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 — FEDERAL CONSTRUCTIONBP-00045, TAXIWAYS F&G REHABILITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

(3) Has not entered into any subcontract for any product to be used on the Federal pubiic works projectthat is produced in a foreign country included on the list of countries thai discriminate against U.S. firmspublished by the U.S. T R.

(c) Applicability of 18 US.C. 1001. This certificationin this solicitation provision concerns a matter withinthe jurisdiction of an agency of the United States and the making of a false, fictitious, or fraudulentcertification may render the maker subject to prosecution under Title 18, United States Code, Section 1001.(d) Notice. The Offeror shall provideimmediate written notice to the Contracting Officerif, at any time priorto contract award, the Offeror learns that its certification was erroneous when submitted or has becomeerroneous by reason of changed circumstances.(e) Reslrictions on contract award. No contract will be awarded to an offeror

(1) who is owned or controlled by one or more citizens or nationals of a foreign country included on thelist of countries that discriminate against U.S. firms published by the U.S. TR. or

(2) whose subcontractors are owned or controlled by one or more citizens or nalionals of e foreigncountry on such U.S.T.R. list or

(3) who incorporates in the public works project any product of a foreign country on such U.S. T R. list;unless a waiver to these restrictionsis granted by the President of the United States or the Secretary ofTransportation. (Notice of the granting of a waiver will be publishedin the Federal Register)(f) System. Nothing containedin the foregoing shall be construed to require establishment of a system ofrecords in order to render, in good faith, the certification required by paragraph (b) of this provision. Theknowledge and information of an Offeroris not required to exceed that which is normally possessed by aprudent person in the ordinary course of business dealings.(g) Subcontracts. The Offeror agrees that, if awarded a contract resulting from ibis solicitation, it willincorporate this solicitation provision, including this paragraph (g), in each solicitation issued under suchcontract.

15.1 RESTRICTIONS ON FEDERAL PUBLIC WORKS PROJECTS (49 C.F.R. $ 30.15).(a) Definitions. The definitions pertaining to this clause are those that are set forthin 49 CFR 30.7-30.9.(5) General. This clause implements the procurement provisions contained in the Continuing Resolution onthe Fiscal Year 1988 Budget, Public Law No. 100-202, and the Airport and Airway Safety and CapacityExpansion Act of 1987, Public Law No. 100-223.(c) Restrictions. The Contractor shall not knowingly enter into any subcontract under this contract:

(1) with a subcontractor of a foreign country included on the list of countries that discriminate againstU.S. firms published by the United States Trade Representative (U.S. T.R.); or

(2) for the supply of any product for use on the Federal Public works project under this contract that isproduced or manufactured in a foreign country included on the list of countries that discriminate againstU.S. firms published by the U.S.T.R.(d) Certification. The Contractor may rely upon the certification of a prospective subcontractor that it is nota subcontractor of a foreign country included on the list of countries that discriminates against U.S. firmspublished by the U.S.TR. and that products supplied by such subcontractor for use on the Federal publicworks project under this contract are not products of a foreign countryincluded on the list of countries thatdiscriminate against U.S. firms published by the U.S.T.R., unless the contractor has knowledge that thecertification is erroneous.(e) Erroneous certification. The certificationin paragraph (b) of the provision entitled "Restriction on FederalPublic Works Projects—Certification," is a material representation of fact upon which reliance was placedwhen making the award. If it is later determined that the Contractor knowingly rendered an erroneouscertification, in addition to other remedies available to the Government, the Contracting Officer may cancelthis contract for default at no cost to the Government.(I) Cancellation. Unless the restrictions of this clause are waived as provided in paragraph (e) of theprovision entitled "Restriction on Federal Public Works Projects—Certification,"if the Contractor knowinglyentersinto a subcontract with a subcontractor that is a subcontractor of a foreign country included on thelist of countries that discriminate against U.S. firms published by the U.S. T.R. or that supplies any productfor use on the Federal public works project under this contract of a foreign country included on the list of

Rev. October 2020C8S ENGINEERS, INC.

Special Provisions-11

AC 150l5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 - FEDERAL CONSTRUCTIONBP-00045, TAXIWAYS F&G REHABILITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

countries that discriminate against U.S, firms published by the U.S.T R., the Contracting Officer may cancelthis contract for default, at no cost to the Government.(g) Subcontracts. The Contractor shall incorporate this clause, without modification, including thisparagraph (g) in all solicitations and subcontracts under this contract:

Certification Regarding Restrictions on Federal Public Works Projects—Subcontractors(1) The Offeror/Contractor, by submission of an offer and/or execution of a contract certifiesthat the Offer or/Contractor is

(i) not an Offeror/Contractor owned or controlled by one or more citizens or nationais ofa foreign country included on the list of countries that discriminate against U.S. firmspublished by the United States Trade Representative (U.S. TR) or

(ii) nol supplying any product for use on the Federal public works project thatis producedor manufacturedin a foreign country included on the /ist of foreign countries that discriminateagainst U.S. firms published by the U.S.T R.

THIS CERTIFICATION CONCERNS A MATTER WITHIN THE JURISDICTION OF ANAGENCY OF THE UNITED STATES AND THE MAKING OF A FALSE FICTITIOUS, ORFRAUDULEIVT CERTIFICATION MA Y RENDER THE MAKER SUBJECT TOPROSECUTION UNDER TITLE 18, UNITED STATES CODE, SECTION 1001.

(2) The Offeror shall provide immediate written notice to the Contractorif, at any time, theOfferor learns that its certification was erroneous by reason of changed circumstances.(3) The Contractor shall not knowingly enterinto any subcontract under this contract:

(i) with a subcontractor of a foreign countryincluded on the list of countries that discriminateagainst U.S. firms published by the U.S. T.R.; or

(ii) for the supply of any product for use on the Federal public works project under thiscontract thatis produced or manufacturedin a foreign country included on the ffst of countriesthat discriminate against U.S, firms published by the U.S.T.R. The contractor may rely uponthe certification in paragraph (g) (1) of this clause unless it has knowledge that the certificationis erroneous.(4) Unless the restrictions of this clause have been waived under the contract for the Federalpublic works project, if a contractor knowingly enters into a subcontract with a subcontractorthat is a subcontractor of a foreign country included on the list of countries that discriminateagainst U.S. firms published by the U.S.T R. or that supplies any product for use on theFederal public works project under this contract thatis produced or manufacturedin a foreigncountry included on the list of countries that discriminate against US. firms published by theU.S.T.R., the Government Contracting Officer may direct, through higher-tier contractors,cancellation of this contract at no cost to the Government.(5) Definitions. The definitions pertaining to this clause are those that are set forth in 49 CFR30. 7—30.9.(6) The certification in paragraph (g)(1) of this ciauseis a material representation of fact uponwhich reffance was placed when making the award. Ifitis later determined that the Contractorknowingly rendered an erroneous certification, in addition to other remedies available to theGovernment, the Government Contracting Officer may direct, through higher-tierContractors, cancellation of this subcontract at no cost to the Government.(7) The Contractor agrees to insert this clause, without modification, including this paragraph,in all solici lations and subcontracts under this clause.

(End of clause)

Rev. October 2020C&S ENGINEERS, INC.

Special Provisions-12

AC 150/5370-10H 12/21/2018

ORLANOO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 — FEOERAL CONSTRUCTIONBP-00045, TAXIWAYS F8G REHABILITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

SECTION APPENDIX A — FOR CONTRACTS EXCEEDING $2,000 - DAVIS-BACON A CTREQUIREIyIENTS (29 CFR PART 5J

A copy of the current Davis-Bacon Wage Determination applicable to the Project isincluded on the followingpages.

Rev. October 2020C&S ENGINEERS, INC.

Special Provisions-13

AC 150/5370-1QH 12/21/2018

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 - FEDERAL CONSTRUCTIONBP-00045, TAXIWAYS F&G REHABILITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

I!22,8221 fm d Bn 9 9 . Bsa '"Gene! al fkecis ion uumber: t L29219189 81/81/2821

Superseded General Decision Wumber: tL28289188

State: tlariaa

I anstructian 'fype: ntgtway

I.ounty orange County in florida.

WIC dxAY Cfrlsf RJ' lav PRO/tf I 1

mate: under kxecutive of der (ko) tseta, an hourly mtnimum wageof 519.91 for calendar year /821 applies to all contractssubject to the Javts-Bacon Act for which the contract is a~arded(and any solicitatio~ was issued) on or after January 1, 29th,If this contract is covered by the ta, the contractor must payall wof kers in afy classification ltsted on this 'wagedate! mknation at least 5te.es per hour (or the applicablewage rate listed on this wage determination, it't is higher)Far all hours spent perfofmtng on the contract in calendaryear 2821. If this cortract is covered by the IO and aclassification considered necessary for performance of work onthe contr act does not appear on this wage determinatlan, thecontractor must pay workers tn that classification at leastthe wage rate determined through the conformance pracess setForth in 18 clif s.s(a)(1)(ii) (or tha Io minimum wage rate,If it Is higher than the conformed wage rate). Ihe tD mtnfmfmwage rate will be adjusted annually. please note thatthis ta appltes to the above.mentioned types of contractsentered into by the federal gavernment that are subjectta the Davis.Bacon Act itself, but it does not applyta contracts subject only to the Davis-Bacon Related Acts,Includkng those set forth at 29 II R t.l(a)(2) ~ (68). AdditianalInformation on contractor reRuif ements and worker protectionsunder the to ts available at dwd.dol.gov/whd/govcontrarts.

Modificatton 'uumbef

9Publkcation Date81/81/ 2821

t LLCOPIS. 98d 12/81/2828

t Lt CI RI I.IA'I...

Rates

JB. 84

tf inges

dbg 58.ss

1 Jt L291I-941 88/19/281 J

Rates trtnges

CARPt IItR, Includes form Work....$ 1\./I

ctmt'If MAWJR/co%Pltik tixkbdtn...i 12.9\

tt'ICt tRtCfan.. ...5 lb.2I 9.98

diaddAY/PARCIV LOI kdf RIPIVP:operator (strtping Machine).....5 Lt.ds

dff ra!AY/PARCIW LOI 5'RIPIVG:Painter................,...., ...5 12.1J 8.98

'xx ruwasuv srw!nmk d ww m rrdakfafaoaf 'xl -'r s rn'nl ruxadd ' d a!Idm 'ad w . dawawdrvp wa 8 '. I!I

Rev. October 2020C&S ENGINEERS, INC.

Special Provisions-14

AC 150/5370-10H 12/21/20 1 8

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 - FEDERAL CONSTRUCTIONBP-00045, TAXIWAYS F&G REHABII ITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

u 22.902 I «SAV 9 ~ 9«

I RUVdoack R, URVAPL VIAL .. ..5 1).aa

Iaovdoacka, Rkf'viogcl'16......,,,,5 16.28

I ROVRORRk 8, S IR Jk1 JRAL .. ..5 16.42

LABORLR ( ir a/fic I.ontrolSpecialist)................ ..5 11.61

LABORta: Asphalt, IncludesRaker, Shoveler, Spreader andass tf'lbftof'.................. 5 14.96

LABORIR: I.eamon or Veneral......j 19.96

LABORIR: flagger... ..5 lf.89

LABORtR: Grade inecker..........5 16.26

LABURtR: Mason fenderI.«sent/l.oncrete........... ..5 12.68 9.99

LABORLR: Pipe)a)rer.. ..5 14.12

OPLRAIOR:Backhoe/t xcavatar/Irackhoe.......j 18.))

OPkRAIoit: Bobcat/SkidSteer/Skid Leader,....... ..5 12.88 9.99

UPtRA f08: Brea«/s«raper,........j 12.91

OPLRAIOR: Bulldorer... .5 16.22

0 irk IVI I 0 8Machine.

0 PL RA fOR

concrete 1inishlng

l.r an e ..

..5 16.44

2).11

OILRAIOR: lurb MaChir e,...,.....5 18.46

UPk IVI foe: Jr tl1.....OPLRAIUR: forklift..

OPt RA IUR: I r ad all...

LJ.84

, . 5 19.4)

.,5 14./1

OPtRAIOR: lr ader/Blade......,..j 18.29

OPLPAIOR: Leader.

0Pt RA 108: ~Iecharic.

..5 14.64

..5 18.9\

OPtfVIIOR: fltlling Machire.......j 14./9

OPtRAIUR: Oiler.. 16.1 /

OPtRAIUR; paver (Asphalt,Aggregate, and loncrete).........5 14.91

OptRAIOR: Piledriver. 1/.2)

OPLRAIUR: Post ar iver&Guardrai)/fences)....,.. ,,5 1\.9/

.rc«!M«e««2 2 2 4 «n «u f'24/fafaaof «fo-volts «4 «-1«lklee '«nd .Uad« d r «c:u df«6«drrp«nia«6 .. 2'5

Rev. October 2020C&S ENGINEERS, INC.

Special Provisions-15

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 — FEDERAL CONSTRUCTIONBP-00045, TAXIWAYS F&G REHABILITA'TION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

v22.do21

OPt HA IOR: Caller .. ...5 15.58

OptRAIOH: Scraper... ...5 12.21 8.88

OptRAIOR: Screed.. ...5 14.2.4

OPtRAIOR: trencher...

PAt Vf tR: Spr ay..........5 14.25

...5 19.S/

I HAtt fc SfoffALI/AI fou:Iraffic Sig~al installation......i 1/.22

IRJIK JRfvtR: ounp fruck........g 12.82

IRJIK Jafvtk: flatbed fruck.....i 14.28

IRJIK akfvtk: Lracboy truck......i 15.89

IRJIK JRIvtn: slurry Irurk......5 11.98

IRJIK JHfvti\: water Iruck.......i 12.29

wt tat Its . Receive rate prescribed for craft perfarmingoperatIon to which welding is incidental,

Hate: txecuttve order (to) 11/88, tstabli shing paid sick leavefar t ader al I ontr actors applies to all contracts subject to theoavis.bacon Act for which the contract is a~arded (and anysolicitation was issued) on or after January 1, 281/. If thiscontract is covered by the ta, the contractor must provideemployees with 1 hour of paid sick leave for every 28 hoursthey vmrk, up ta Sb hours of paid sick leave each year .

tmployees must be permttted to use paid sick leave for theirown illness, injury or other health-related needs, includingpreventive carel to assist a family member (or person wha islike family ta the employee) wha is ill, injured, or has etherhealth. related needs, including preventive care; or for reasonsresulting from, or to assist a family manner (or person wha islike family to the employee) who is a victim of, domesticviolence, sexual assault, or stalking. Addit1onal informationon contractor reauir amenti and worker protections under the tois available at fe/w. dot. Hov/who/gavcontracts.

Jnlisted classifications needed far work not included withinthe scope of the classifications 11sted may be added afteraward anly as provided ir the labor standards contract clauses(29ktn S.S (a) {1) (ii)).

I he body of each wage determination lists the classif1cationand wage rates that have been found ta be prevailing for thecited type(s) of construction in the area cover ed by the wagedetermination, the classifications ar e listed in alphabeticalorder of '"tdentifiers"" that indicate ~bather the particularrate is a union rate (current union negotiated rate for local),a survey rate {weighted average rate) or a union average rate(feeighted union aver age rate).

rtm lhmaa 9 .'Xua 4 em. marri2921araaa'I u -Vda m/.':matme 'W ndmafklam ad Seema .4 Wa dtrmdaum 1'5

Rev. October 2020C&S ENGINEERS, INC.

Special Provisions-16

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 - FEDERAL CONSTRUCTIONBP-00045, TAXI{/I/AYS F&G REHABII ITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

T. 22,2927 «RAWO 8 «.u

union Rate Identtfiers

/I fouI letter classiftcation abbreviatton Ldenttfter enclasedin dotted lines beginning with characters other than 'su" 'r'Jnvo" 'enotes that the union classificatian and rate wereprevailtng Far that classificatton in the survey. Lxample:PLJM8198.88S 8//81/2814. PLJM Ls an abbreviatian identifier ofthe union whtch prevailed Ln the survey for thisclasstftcatian, mich Ln this exmaple ~auld be plusher s. 9198indicates the local unton nueber or district council nusberwhere applicable, i.e., Plunbers Local 8198. the next number,89S in the example, is an tnternal number used in processingthe wage determinatton. 8//81/2814 is the effective date of themast current negotiated rate, which tn this example is July 1,2814.

anion prevailing wage rates are updated to reflect all 7 atechanges in the collect tve bargaining agreement {LRA) governingthis classification ard rate.

Suc vey Rate Identifters

classifications listed ~nder the '"SJ '" identifier indicate thatno one rate prevatled &or this classiftcatton in the survey andthe publtshed rate is derived by ccmputtng a weighted averagerate based on all the rates reported in the survey for thatclasstficatian. As thts weighted average rate includes allrates I epee ted in the survey, it may Include both union andnon uTTion rates, Ixample: SJI/72912.88/ S/1)/2914. SJ indicatesthe rates are survey rates based on a weighted averagecalculation of rates and are not majority rates. IA indicatesthe state of Louisiana. 2912 ts the year of survey on whichthese classifications ana Tates are based. the next number, 88/in the exmnple, Ls an internal number used in producing thewage detenninaticm. S/LI/2814 indicates the survey campletiandate Far the classifitattons and rates under that identifier .

Survey wage rates ar e not updated and remain in eFfect until 2new survey is conducted.

Jnion Ave?'age Rate Identif ters

Llasstftcatton{s) ltsted urdar the Jnvb identifter indicatethat no single majority rate prevailed for thoseclasstftcations; ho«ever, 1881 of the data reported far theclasstfications «as anton data. IXAMI Lt 7 unsex-94-891898/22/2814. JAvu tndicates that the I ate is a weighted unionaverage rate. 9« indicates the state. The next number, 8818 inthe example, is an interral number used in producing the wagedeterminatian. 88/22/2914 indicates the survey completian datefor the classiftcations and rates under that identifter.

A JAYC rate»ill be updated once a year, usually in January ofeach year, to reflect a wetghted average oF the currentnegotiated/can rate of the union locals from «hich the rate isbased.

MAui Ji ILRMIMAI IIPI APPLALS Pxuci SS

1.) nas there been ar Lrttial dectsion in the matter? Ihts can

van.'." «47« r ecw/«79 4 wm 8 97 U921974997 9 diss mum "7 lkl«e 'r d« -at«me es m .dswa dttu 9 . a -. 2?I

Rev. October 2020C&S ENGINEERS, INC.

Special Provisions-17

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 - FEDERAL CONSTRUCTIONBP-00045, TAXIWAYS F&G REHABILITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

r«22pb21

be:

usr«wm s

an exksting published wage determinationa survey underlying a wage determinationa «rage and Hour Division letter setting forth a position ona wage determination mattera canformance (additional classification and rate) ruling

Dn survey related matter s, initial contact, including requestsfor sunmar tea af surveys, should be with the Wage and HourRegional Office for the area in which the survey was conductedbecause those Regtonal Offices have responsibility for theJavIs.Racon survey progr ms. If the response from this initialcontact is not satisfactor y, then the process descr ibad In 2.)and 1.) should be folio«ed.

with regard ta any other matter not yet ripe for the formalprocess descrIbed here, initial contact should be with thebranch of «.onstruct«or wage Jetermtnations. wrtte to:

branch of Lonstruction wage DeterminationsWage 2nd Hour DtvisionJ.s. Department of Labor29D «orle«i'tutlDn Avenue, 4 ',Washington, DL ierke

2.) If the answer to the question In 1.) Is yes, then arlInterested party (these affected by the action) can requestreview and reconsideratton from the Wage and lour Administrator(see Jg r.kq r art I.s and Ie «r R f&art I) . write tor'age

and Hour AdministratorJ.b. Jepar Dnent of I.aborcee constitution Avenue, v.w,washingran, DL RO21e

I he request should be accompanied by a full statement of theinterested party's position and by any information (wagepayment data, pra)ect descriptIan, area practice material,etc.) that tne requester considers relevant to the issue.

1.) «f the decisIor of the Administrator is not favorable, aninterested party may appeal directly ta the AdninistrativeReview board (formerly the wage Appeals board). Write to:

Adninistrative Review boardJ.S. Department of Labor2«ra «onstitutson Avenue, 'I.sr.wasnkngton, Dc Jelle

4.) r«ll aecis«ons by the Adninistratkve t«eview board are frnal.

142 Dk uk'rkRAL Dkclskoq

rm rheum. 2 reug de o auvr«2«121aM«lor de-wdar aa v-ra«mime '%e aaduw ~ d r =.. d wa dtru -d «1 m Rs

Rev. October 2020C&S ENGINEERS, INC.

Special Provisions-18

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 - FEDERAL CONSTRUCTIONBP-00045, TAXIWAYS F8G REHABILITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

A-1 MINIMuM WAGES(i) AII laborers and mechanics employed or working upon the site of the work will be paid unconditionally

and not less often than once a week, and without subsequent deduction or rebate on any account (exceptsuch payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time ofpayment computed at rates not less than those containedin the wage determination of the Secretary ofLabor which is attached hereto and made a part hereof regardless of any contractual relationship whichmay be alleged io exist between lhe contractor and such laborers and mechanics.

Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) ofthe Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers ormechanics, subject to the provisions ofparagraph (1)(iv) of this section; also, regular contnbutions madeor costsincurred for more than a weekly period (but not less often than quarterly) under plans, funds, orprograms which cover the particular weekly period, are deemed to be constructively made or incurredduring such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate andfringe benefits on the wage determination for the classification of work actually performed, without regardto skill, except as provided in 29 CFR Part 55(a)(4). Laborers or mechanics performing workin more thanone classification may be compensated at the rate specified for eacli classificati'on for the time actuallyworked therein: Provided, That the employers payroll records accurately set forth the time spent in eachclassification in which work is performed. The wage determination (including any additional classificationand wage rates conformed under (1)(ii) of this section) and the Davis-Bacon poster (WH-1321) shall beposted at all times by the contractor and ils subcontractors at the site of ihe work in a prominent andaccessible place where it can easily be seen by the workers.

(ii) (A) The contracling officer shall require that any class of laborers or mechanics, including helpers, whichis not listed in the wage determination and which is to be employed under the contract shall beclassified in conformance with the wage determination. The contracting officer shall approve anadditional classification end wage rate and fringe benefits therefore only when the following criteriahave been met:

(1) The work to be performed by the classification requested is noi performed by a classification inIhe wage determination; and

(2) The classification is utilizedin the area by the construction industry; and(3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship

to the wage rates contained in the wage determination.

(B) If the contractor and the laborers and mechanics to be employedin the classification (if known), ortheir representatives, and the contracting officer agree on the classification and wage rate (includingthe amount designated for fringe benefits where appropriate), a report of the action taken shall besent by the contracting officer to the Administrator of the Wage and Hour Division, EmploymentStandards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator,or an authorized representative, will approve, modify, or disapprove every additional classificationaction within 30 days ofreceipt and so advise the contracting officer or will notify the contracting officerwithin the 30-day period that additionai time is necessary.

(C) In the event the contractor, the laborers or mechanics to be employed in the classification or theirrepresentatives, and the contracting

officer

d not agree on the proposed classification and wage rate(including the amount designated for fringe benefits where appropriate), the contracting officer shallrefer the questions, including the views of all interested parties and the recommendation of thecontracting officer, to the Administrator for determination. The Administrator, or an authorizedrepresentative, will issue a determination within 30 days of receipt and so advise the contractingofficer or will notify the contracting officer within the 30-day period that additional time is necessary.

Rev. October 2020C&S ENGINEERS, INC.

Special Provisions-19

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 - FEDERAL CONSTRUCTIONBP-00045, TAXIWAYS F&G REHABILITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

(D) The Miage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs(1)(ii) (B) or (C) of this paragraph, shall be paid to all workers performing workin ihe classificationunder Ibis contract from the first day on which workis performed in the classificalion.

(iii) Whenever the minimum wage rate prescribed in the contract for a class oflaboreis or mechanics includesa fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit asstatedin the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalentthereof.

(iv) If the contractor does not make payments to a trustee or other third person, the contractor may consideras part of the wages of any laborer or mechanic the amount of any cosls reasonably anticipated inproviding bona fide fringe benefits under a plan or program, Provided, That lhe Secretary of Labor hasfound, upon the wntten request of the contractor, that the applicable standards of the Davis-Bacon Acthave been met. The Secretary of Labor may require the contractor to set aside in a separate accountassets for the meeting of obligations under the plan or program.

A-2 WITHHOLDINGThe Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of anauthorized representative of the Department of Labor withhold or cause to be withheld from the contractorunder this contract or any other Federal contract with the same pnme contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same primecontractor, so much of the accrued payments or advances as may be considered necessary to pay laborersand mechanics including apprentices, trainees, and helpers, employed by the contractor or any subconlractorthe full amount of wages required by the contract. In the evenl of failure to pay any laborer or mechanic,including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wagesrequired by the contract, the Federal Aviation Administration and the Sponsor may, after written notice to thecontractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension ofany further payment, advance, or guarantee of funds until such violations have ceased,

A-3 PAYROLLS AND BASIC RECORDS(i) Payrolls and basic records relating thereto shall be maintained by the contractor during ihe course of the

work and preserved for a period of three years thereafter for all laborers and mechanics working at thesite of the work. Such records shall contain the name, address, and social security number of each suchworker, his or her correct classification, hourty rates of wages paid (including rates of contributions orcosts anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made andactual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wagesof any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefitsunder a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shallmaintain records which show that the commitment to provide such benefitsis enforceabie, that the planor programis financially responsible, and that the plan or program has been communicatedin writing tothe laborers or mechanics affected, and records which show the costs anticipated or the actual costsincurred in providing such benefits. Contractors employing apprentices or trainees under approvedprograms shall maintain written evidence of the registration of apprenticeship programs and certificationof trainee programs, the registration of the apprentices and trainees, and the ratios and wage ratesprescribed in the applicable programs.

(ii) (A) The contractor shall submit weekly for each weekin which any contract workis performed a copy ofall payrolls to the Federal Aviation Administration ) if the agencyis a party to the contract, but if theagencyis not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owner,

Rev. October 2020C&S ENGINEERS, INC.

Special Provisions-20

AC 150/53TO-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 - FEDERAL CONSTRUCTIONBP-00045, TAXIWAYS F&G REHABILITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

as the case may be, for transmission to Federal Aviation Administration. The payrolls submitted shallset out accurately and completely all of the information required to be maintained under 29 CFR5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included onweekly transmiNals. Instead the payrolls shall only need to include anindividuallyidentifying numberfor each empioyee (e.g., the last four digits of the employee's social securtty number). The requiredweekly payroliinformation may be submittedin any form desired. Optional Form WH—347is availablefor this purpose from the Wage and Hour Division Web site athttpi/Avww.dol.govfesa/whdfforms/wh347instr.htm ori ts successor site. The prime contractor isresponsible for the submission of copies of payroiis by all subcontractors. Contractors andsubcontractors shall maintain the full social security number and current address of each coveredworker, and shall provide them upon request to the Federal Aviation Administralion if the agencyis aparty to the contract, but if the agencyis not such a party, the contractor will submit them to theapplicant, sponsor, or owner, as the case may be, for transmission to the Federal AviationAdministration, the contractor, or the Wage and Hour Division of lhe Department of Labor forpurposes of an investigation or audit of compliance with prevailing wage requirements. It is not aviolation of this section for a prime contractor to require a subcontraclor to provide addresses andsoci ai security numbers to the prime contractor forits own records, without weekly submission to thesponsoring government agency (or the applicant„sponsor, or owner).

(B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by thecontractor or subcontractor or his or her agent who pays or supervises the payment of the personsemployed under the contract and shall certify the following:

(1) That the payroll for the payroll period contains the information required to be provided under 29CFR $ 55(a)(3)(ii), the appropriate informationis being maintained under 29 CFR t3 55 (a)(3)(i),and that such information is correct and complete;

(2) That each taborer and mechanic (including each helper, apprentice and trainee) employed on thecontract during the payroll period has been paid the full weekly wages earned, without rebate,either direclly or indirectly, and that no deductions have been made either directly or indirectlyfrom the full wages earned, other than permissible deductions as set forthin Regulations 29 CFRPart 3;

(3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringebenefits or cash equivalents for the classification of work performed, as specified in the applicablewage determination incorporatedinto the contract.

(C) The weekly submission of a properly executed certification set forth on the reverse side of OptionalForm WH347 shall satisfy the requirement for submission of the "Statement of Compliance" requiredby paragraph (3)(ii)(B) of this section.

(D) The falsification of any of the above certifications may subject the contractor or subcontractor to civilor criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United StatesCode.

The contractor or subcontractor shall make the records required under paragraph (3}fi) of this sectionavailable for inspection, copying or transcription by authorized representatives oi the Sponsor, the FederalAvialion Administration or the Department of Labor, and shall permit such representatives to interviewemployees during working hours on thejob. If the contractor or subcontractor fails to submit the requiredrecords or to make them available, the Federal agency may, after written notice to the contractor, sponsor,applicant or owner, take such action as may be necessary to cause the suspension of any furtherpayment, advance, or guarantee of funds. Furthermore, failure to submit the required records uponrequest or to make such records available may be grounds for debarment action pursuant to 29 CFR5.12. (or 2 CFR Part 1200 and/or 2 CFR Part 180).

Rev. October 2020C&S ENGINEERS, INC.

Special Provisions-21

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 - FEDERAL CONSTRUCTIONBP-00045, TAXIWAYS F&G REHABII ITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

A-4 APPRENTICES AND TRAINEESApprentices. Apprentices will be permitted to work at less than the predetermined rate for the work theyperformed when they are employed pursuant to and individually registered in a bona fide apprenticeshipprogram registered with the U.S. Department of Labor, Employment and Training Administration, Bureauof Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, orif aperson is employed in his or her first 90 days of probationary employment as an apprentice in such anapprenticeship program, who is notindividually registered in the program, but who has been certified bythe Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to beeligible for probationary employment as an apprentice. The allowable ratio of apprentices tojoumeymenon thejob site in any cratt classification shall not be greater than the ratio permitted to the contractor asto the entire work force under the registered program. Any worker listed on a payroll at an apprenticewage rate, who is not registered or otherwise employed as stated above, shall be paid not less than theapplicable wage rate on the wage determination for the classification of work actually performed. Inaddition, any apprentice performing work on the job site in excess of the ratio permitted under theregistered program shall be paid not less than the applicable wage rate on the wage determination for thework actually performed. Where a contractoris performing construction on a project in a locality otherthan thatin which its program is registered, the ratios and wage rales (expressed in percentages of the

journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall beobserved. Every apprentice must be paid at not less than the rale specifiedin the registered program forthe apprentice's level of progress, expressed as a percentage ofthejourneymen hourly rate specifiedinthe applicable wage determination. Apprentices shall be paid fringe benefits in accordance with theprovisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits,apprentices must be paid the full amount of fringe benefits listed on the wage determination for theapplicable classification. If the Administrator determines that a different practice prevails for the applicableapprentice classification, fringes shall be paid in accordance with that determination. In the event theBureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau,withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilizeapprentices at less than the applicable predetermined rate for the work performed untii an acceptableprogram is approved.

Trainees. Except as providedin 29 CFR 5.16, trainees will not be permitted to work at less than thepredetermined rate for the work performed unless they are employed pursuant to and individuallyregistered in a program which has received prior approval, evidenced by formal certification by the U.S.Department of Labor, Employment and Training Administration. The ratio of trainees to

journeymen

onthejob site siiall not be greater than permitted under the plan approved by the Employment and TrainingAdministration. Every trainee must be paid at not less than the rate specifiedin the approved program forthe trainee's level ofprogress, expressed as a percentage of thejourneyman hourly rale specified in theapplicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisionsof the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid thefull amount of fringe benefits listed on the wage determination unless the Administrator of the Wage andHour Division determines that thereis an apprenticeship program associated with the corresponding

journeyman wage rate on the wage determination which provides for less than full fiinge benefits forapprentices. Any employee listed on the payroll at a trainee rate whois not registered and participatingin a training plan approved by the Employment and Training Administration shall be paid not less than theapplicable wage rate on the wage determination for the classification of work actually performed. Inaddition, any trainee performing work on thejob sitein excess of the ratio permitted under the registeredprogram shai! be paid not less than the applicable wage rate on the wage determination for the workactualiy performed, in the event the Employment and Training Administration withdraws approval of atraining program, the contractor will no longer be permitted to utilize trainees at fess than the applicablepredetermined rate for the work periormed until an acceptable program is approved.

Rev. October 2020C&S ENGINEERS, INC.

Special Provisions-22

AC 150/5370-1QH 12/21/2018

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 - FEDERAL CONSTRUCTIONBP-00045, TAXIINAYS F&G REHABILITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

(iii) Equal Employment Opportunity. The utilization of apprentices, trainees andjoumeymen under this partshall be in conformity with the equal employment opportunity requirements of Executive Order 11246, asamended, and 29 CFR Part 30.

A-5 COMPLIANCE WITH COPELAND ACT REQUIREMENTSThe Contractor shall comply with the requirements of 29 CFR Part 3, which areincorporated by reference inthis contract.

A-6 SUBCONTRACTSThe contractor or subcontractor shallinsert in any subcontracts the clauses containedin 29 CFR Part 5 5(a)(1)through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructionsrequire, and also a clause requiring the subcontractors to include these clausesin any lower tier subcontracts.The prime conlractor shall be responsible for the compliance by any subcontractor or lower tier subcontractorwith all the contract clausesin 29 CFR Part 5.5.

A-7 CONTRA C T TERMINA TION: DEBARMENTA breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for termination ofthe contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12 (or 2 CFRPart 1200 andlor 2 CFR Part 180).

A-8 COMPLIANCE WITH DAVIS-BACON AND RELATED ACT REQUIREMENTSAll rulings andi nlerpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 arehereinincorporated by reference in this conlracl.

A-9 DISPUTES CONCERNING LABOR STANDARDSDisputes arising out of the labor standards provisions of this contract shall not be subject to the generaldisputes clause of this contract. Such disputes shall be resolvedin accordance with the procedures oflheDepartment of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause includedisputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S.Department of Labor, or the employees or their representatives.

A-10 CERTIFICATION OF ELIGIBILITY(i) By enteringinto this contract, the contractor certifies that neitherit (nor he or she) nor any person or firm

who has an interest in Ihe contractor's firm is a person or firm ineligible to be awarded Governmentcontracls by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

(ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Governmentcontract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).

(iii) The penalty for making false statements is prescribed in the US. Criminal Code, 18 USC. 1001.

Rev. October 2020C&S ENGINEERS, INC.

Special Provisions-23

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 - FEDERAL CONSTRUCTIONBP-00045, TAXIWAYS F&G REHABILITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

APPENDIX B-FOR CONTRACTS EXCEEDING $ 100,000- CONTRACT WORKHOURS AND SAFETYSTANDARDS ACT REQUIREMENTS (29 CFR 5 200 Appendix II (E))

B-1 Overtime Requirements.No Contractor or Subcontractor contracting for any part of the Work which may require or involve theemployment of laborers or mechanics shall require or permit any such laborer or mechanic, includingwatchmen and guards, in any workweek in which he or she is employed on such work to work in excess offorty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less thanone and one-half times the basic rate ofpay for all hours workedin excess of forty hoursin such workweek.

B-2 Violation; Liability for Unpaid Wages; Liquidated Damages.In the event of any violation of the clause set forth paragraph 1 of this clause, the Contraclor and anySubconlractor responsible therefor shall be liable for the unpaid wages. In addition, such Conlractor andSubcontractor shall be liable to the United States (in the case of work done under contract for the District ofColumbia or a temtoiy, to such District or to such territory), for liquidated damages. Such liquidated damagesshall be computed with respect to each individual laborer or mechanic, including watchmen and guards,employedin violation of the clause set forthin paragraph 1 of this clause, in the sum of $ 10 for each calendarday on which suchindividual was required or permitted to workin excess of the standard workweek of fortyhours without payment of the overtime wages required by the clause set forth in paragraph 1 of this clause.

B-3 Withholding for Unpaid Wages and Liquidated Damages.The Federal Aviation Administration or the Owner shall upon its own action or upon written request of anauthorized representative of the Department of Labor withhold or cause to be withheld, from any moniespayable on account of work performed by the Contractor or Subcontractor under any such contract or anyother Federal contract with the same prime Contractor, or any other Federally-assisted contract subject to theContract Work Hours and Safely Siandards Act, whichis held by the same prime Contractor, suchsums as may be determined to be necessa/y to satisfy any liabilities of such Contractor or Subcontractor forunpaid wages and I/quidated damages as provided in the clause set forth in paragrapti 2 of this clause.

BA Subcontractors.The Contractor or Subcontractor shallinsertin any subcontracts the clauses set forth in paragraphs 1 through4 and also a clause requiring the Subcontractor to include these clauses in any lower tier subcontracts. Thepn'me Contractor shall be responsible For compliance by any Subcontractor or lower tier Subcontractor withthe clauses set forth in paragraphs 1 through 4 of this clause.

B-5 Working Conditions.No Contractor or Subcontractor may require any laborer or mechanic employed in the performance of anyContract to workin surroundings or under working conditions that are unsanitary, hazardous or dangerous tohis health or safety as determined under conslruction safety and health standards (29 CFR Part 1926) issuedby the Department of Labor.

Rev. October 2020C&S ENGINEERS, INC.

Special Provisions-24

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 — FEDERAL CONSTRUCTIONBP-00045, TAXIWAYS F&G REHABILITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

APPENDIX C — FOR CONTRACTS EXCEEDING $150,000 - CLEAN AIR AND WATER POLLUTIONCONTROL REQUIREIyIENTS (2 CFR $ 200, Appendix II (G))

C-1Contractor, in carrying out Work under this Contract, agrees to comply with all applicable standards, orders,and regulationsissued pursuant to the Clean Air Act (42 U.S.C. 5 740-7671q) and the Federal WaterPollution Control Acl as amended (33 U.S.C. g 1251-1387). The Contractor agrees to report any violationto the Owner immediately upon discovery. The Owner assumes responsibility for notifying theEnvironmental Protection Agency (EPA) and the Federal Aviation Adminislration. Contractor also agreesthatit shall at all times comply with all applicable state air and water quality standards; with all poilulion controllaws; and with such rules, regulations, and directives as may be lawfully issued by a local, state, or federalagency having within its jurisdiction the proteclion of the environment in the area surrounding where workunder this Contract will be performed. In addition, the Contractor shall comply with directives given by theProject Engineerin implementation of the letter and intent of FAA Advisory Circular 150/5370-10, Item P-156,Temporary Air and Water Pollution, Soil Erosion and Siltation Control. Contractor must include thisrequirementin all subcontracts that exceed $ 150,000.

C-2 Contractors and Subcontractors agree:a. That any facility to be used in the performance of the Contract or subcontract or to benefit from

the Contractis not listed on the Environmental Protection Agency(EPA) List of Violating Facilities;b. To comply with all the requirements of Section 114 of the Clean Afr Act, as amended, 42 U.S.C,

1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C.1251 et seq. relating toinspection, monitoring, entry, reports, and information, as wali as all otherrequirements specified in Section 114 and Section 308 of the Acts, respectiveiy, and all otherregulations and guidelinesissued thereunder;

c. That, as a condition for the award of this Contract, the Contractor or Subcontractor will notify theawarding officia of the receipt of any communication from the EPA indicaling that a facility to beused for the performance of or benefit from the Contract is under consideration to be listed onthe EPA List of Violating Facilities;

d. To include or cause to be included in any construction contract or subcontract which exceeds$ 150,000 the aforementioned criten'a and requirements.

Rev. October 2020C&S ENGINEERS, INC.

Special Provisions-25

AC 150/53?0-10H 12)21/2018

ORLANDO EXECUTIVE AIRPORT SPECIAL PROVISIONS 1 — FEDERAL CONSTRUCTIONBP-00045, TAXIWAYS F&G REHABILITATION CONTRACT CLAUSES AT AIRPORT FACILITIES

SECTION SP-1

APPENDIX D - MANDATORY REQUIREMENT FOR ALL AIP FUNDED CONSTRUCTIONPROJECTS INVOLVING ELECTRICAL ENERGY OR OTHER HAZARDOUS ENERGY SOURCES

For projects involving electrical energy or other hazardous energy source, the Contractor shallsubmit a copy of their Lockout/Tagout program which meets the requirements of 29 CFR 1910.331,Safety Related Work Practices (OSHA). During the performance of electrical work, it isrecommended than an unannounced inspection be performed by the Owner or his agent todetermine if the Lockout/Tagout program is being followed. Immediate action shall be taken tocorrect noncompliance, including suspension of work when necessary.

END OF SECTION SP-1

Rev. October 2020C&S ENGINEERS, INC.

Special Provisions-26

AC 150/5370-10H 12/21/2018

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

PROJECT DIRECTORYSECTION 00 31 11

SECTION 00 31 11 - PROJECT DIRECTORY

OWNER

Greater Oriando Aviation AuthorityOrlando International AirportMr. Davin Ruohomaki, MBA, CGCSenior Director, Engineering and ConstructionOne Jeff Fuqua Blvd.Orlando, FL 32827Phone: (407) 825-3105

CONSULTANT

C&S Engineers, Inc.Department Manger Douglas R. Saunders, P.E.605 East Robinson Street, Suite 210, Orlando, Florida 32801Phone: (407) 422-1118Email; [email protected]

END OF SECTION 00 31 11

C&S Engineers, Inc.00 31 11 - 1

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

PROJECT DIRECTORYSECTION 00 31 11

THIS PAGE INTENTIONALLY LEFT BLANK

C&S Engineers, Inc.00 31 11 - 2

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

ORICINi(LBID FORM

(SINGLE-PRIME CONTRACT)SECTION 00 41 13

SECTION 00 41 13 — BID FORM (SINGLE-PRIME CONTRACT)

BIDFOR THE GREATER ORLANDO AVIATION AUTHORITY

Submitted By: Gibbs 8 Re ister, Inc.(Bidder's Name)

Date: March 30, 2021

The undersigned, as Bidder, hereby declares that the only person or persons interested in this Bid asprincipal or principals is or are named herein and that no person other than herein mentioned has anyinterest in this Bid or in the Contract to be entered into; that this Bid is made without connection with anyother person, company or parties making a Bid; and that it is in all respects fair and in good faith withoutcollusion or fraud. Bidder represents to the Owner that, except as may be disclosed in an Addendum hereto,no person who is presently (or for Contracts which are being funded in whole or in part by the FloridaDepartment of Transportation, who has within the past year been) an officer, employee or agent of theOwner has any interest, either directly or indirectly, in the business of the Bidder to be conducted under thisContract, and that no such person shall have any such interest at any time during the term of the Contract,should it be awarded the Bidder.

The Bidder further represents that it has examined the site of the Work and informed itself fully in regard toall conditions pertaining to the place where the work is to be done; that it has examined the plans andspecifications for the Work and other Contract Documents relative thereto and has read all of the Addendafurnished prior to the opening of the Bids, as acknowledged below; and that it has otherwise fully informeditself regarding the nature, extent, scope and details of the Work to be performed.

If provided with a Notice of Intent to Award the Contract by the Owner, the Bidder shall execute and deliverto the Owner all of the documents required by the Contract Documents, including but not limited to, theContract Agreement and the Performance and Payment Bonds in the form contained in the ContractDocuments, furnish the required evidence of the specified insurance coverages, furnish all necessarypermits, licenses, materials, equipment, machinery, maintenance, tools, apparatus, means of transportationand labor necessary to complete the Work provided for in the Contract Documents for "Bid Package BP-00045, Taxiways F8 G Rehabilitation, Orlando Executive Airport," Orlando, Florida.

The Bidder shall commence work specified herein within the time limits set forth in the General Provisions,Section 20, Bid Requirements and Conditions, which time limits the Bidder acknowledges are reasonable.

If the Bidder improperly withdraws its Bid or fails to execute and deliver to the Owner any of the documentsrequired by the Contract Documents, within ten (10) days after the date of the Notice of Intent to Award,the Owner may seek recourse against the Bid Security as provided for in the Contract Documents.

If the Bidder fails to complete the Work within the scheduled time or any authorized extension thereof,Liquidated Damages, in accordance with the Contract Documents, shall be deducted from the TotalContract Price.

Acknowledgment is hereby made of the following Addenda (identified by number) received since issuanceof the Plans and Specifications

C8 S Engineers, Inc.0041 13-1

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIVVAYS F8 G REHABILITATION

BID FORM(SINGLE-PRIME CONTRACT)

SECTION 00 41 13

EQUAL OPPORTUNITY REPORT

The Bidder shall complete the following statement by checking the appropriate space.

The Bidder has X has not participated in a previous contract subject to the equal opportunity clauseprescribed by Executive Order 10925, or Executive Order 11114, or Executive Order 11246.

The Bidder has X has not submitted all compliance reports in connection with any such contract dueunder the applicable filing requirements; and that representations indicating submission of requiredcompliance reports signed by proposed Subcontractors will be obtained prior to award of subcontracts.

If the Bidder has participated in a previous contract subject to the equal opportunity clause and has notsubmitted compliance reports due under applicable filing requirements, the Bidder shall submit a compliancereport on Standard Form 100, "Employee Information Report EEO-1" prior to the award of contract.

For contracts equal to or exceeding $25,000 - CERTIFICATION OF BIDDER REGARDINGDEBARNIENT AND SUSPENSION

The Contract that ultimately results from this solicitation is a "covered transaction" as defined by Title 2 CF RPart 180. The Bidder certifies, by submission of this proposal Bid or acceptance of this Contract, thatneither it nor its Principals is presently debarred, suspended, proposed for debarment, declared ineligible,or voluntary excluded by any Federal department or agency from participation in this transaction. It furtheragrees that by submitting this -Bid that, if it is the successful Bidder, it will comply with Titie 2 CFR Pert1200 and Title 2 CFR Part 180, Subpart C by administering each lower tier subcontract that exceeds$25,000 as a "covered transaction."

For contracts equal to or exceeding $25,000 - CERTIFICATION OF LOWER TIER CONTRACTORSREGARDING DEBARMENT AND SUSPENSION

The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "coveredtransaction," must verify each lower tier participant of a "covered transaction'* under the project is notpresently debarred or otherwise disqualified from participation in this Federally assisted project. Thesuccessful bidder shall accomplish this by: (i) Checking the System for Award Management atwebsite; httpuywww.sam.gov, (ii) Collecting a certification statement similar to the previous Certificate ofBidder Regarding Debarment and Suspension, above, and (iii) Inserting a clause or condition in thecovered transaction with the lower tier contract.

If the FAA later determines that a lower tier participant failed to disclose to a higher tier participant that theywere excluded or disqualified at the time it entered the covered transaction, the FAA may pursue anyavailable remedy, including suspension and debarment of the non-compliant participant.

C&S Engineers, Inc.00 41 13-2

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

BID FORM(SINGLE-PRIME CONTRACT)

SECTION 00 41 13

For all contracts — CERTIFICATION OF BIDDER AND ALL LOWER TIER CONTRACTORSREGARDING THE OWNER'S DEBARMENT LIST

Any entity or individual placed on the Owner's Debarment List pursuant to the Owner's Policy, Section130.04, may not provide any goods or services to the Owner, on behalf of the Owner, or on the Owner'sproperty, regardless of whether there is a contractual relationship with the Owner. You may request a copyof the Owner's Debarment List for your review at the following email:debarmentlist oaa.or . Thesuccessful bidder hereby certifies that neither it nor its subcontractors or subconsultants, of any tier, is onthe Owner's Debarment List at any time during performance under this Contract.

Bu American Certification

BIDDER MUST CHECK ONE OF THE FOUR BOXES.

Certificate of Buy American Compliance for Total Facility(Use only for solicitations construction of buildings such as Terminal, SRE, ARFF, etc.)

As a matter of Bid responsiveness, the Bidder must complete, sign, date, and submit this certificationstatement with their Bid. The Bidder must indicate how they intend to comply with 49 USC II 50101 byselecting one of the following certification statements. These statements are mutually exclusive. Biddermust select one or the other (i.e. not both) by inserting a checkmark (/) or the letter "X".

Bidder hereby certifies that it will comply with 49 USC. 50101 by:

1. Only installing steel and manufactured products produced in the United States; or2. Installing manufactured products for which the FAA has issued a waiver as indicated by

inclusion on the current FAA Nationwide Buy American Waivers Issued listing; or3. Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition

Regulation Subpart 25.108.

By selecting this certification statement, the Bidder agrees:

1. To provide to the Owner evidence that documents the source and origin of the steel andmanufactured product.

2. To faithfully comply with providing US domestic products3. To refrain from seeking a waiver request after establishment of the contract, unless

extenuating circumstances emerge that the FAA determines are justified.

0 Bidder hereby certifies it cannot comply with the 100'io Buy American Preferences of 49 USCg 50101(a), but may qualify for either a Type 3 or Type 4 waiver under 49 USC ('f 50101(b). Byselecting this certification statement, the apparent Bidder agrees:

1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiverrequest and required documentation that supports the type of waiver being requested.

2. That failure to submit the required documentation within the specified timeframe is causefor a non-responsive determination may result in rejection of the Bid, offer, or proposal.

3. To faithfully comply with providing US domestic products at or above the approved USdomestic content percentage as approved by the FAA.

4. To furnish US domestic product for any waiver request that the FAA rejects.

C&S Engineers, Inc.00 41 13 - 3

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

BID FORM(SINGLE-PRIME CONTRACT)

SECTION 00 41 13

5, To refrain from seeking a waiver request after establishment of the Contract, unlessextenuating circumstances emerge that the FAA determines are justified.

Re uired Documentation

Type 3 Waiver - The cost of components and subcomponents produced in the United States is morethat 60'k of the cost of all components and subcomponents of the "facility." The requireddocumentation for a Type 3 waiver is:

1. Listing of all manufactured products that are not comprised of 100'/o US domestic content(Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing andproducts excluded by Federal Acquisition Regulation Subpart 25.108; products of unknownorigin must be considered as non-domestic products in their entirety),

2. Cost of non-domestic components and subcomponents, excluding labor costs associatedwith final assembly and installation at project location.

3. Percentage of non-domestic component and subcomponent cost as compared to total"facility" component and subcomponent costs, excluding labor costs associated with finalassembly and installation at project location.

Type 4 Waiver — Total cost of project using US domestic source product exceeds the total projectcost using non-domestic product by 25'/o. The required documentation for a type 4 of waiver is:

1. Detailed cost information for total project using US domestic product2. Detailed cost information for total project using non-domestic product

False Statements: Per 49 USC 5 47126, this certification concerns a matter within the jurisdictionof the Federal Aviation Administration and the making of a false, fictitious or fraudulent certificationmay render the maker subject to prosecution under Title 18, United States Code

Bu American Certification

Certificate of Buy American Compliance for Manufactured Products(Use for only for solicitations for non-building construction projects, equipment acquisition projects)

As a matter of Bid responsiveness, the Bidder must complete, sign, date, and submit this certificationstatement with their Bid. The Bidder must indicate how they intend to comply with 49 USC 5 50101 byselecting one on the following certification statements. These statements are mutually exclusive. Biddermust select one or the other (not both) by inserting a checkmark (~) or the letter "X".

Bidder hereby certifies that it will comply with 49 USC jj 50101 by:1. Only installing steel and manufactured products produced in the United States, or;2. Installing manufactured products for which the FAA has issued a waiver as indicated by

inclusion on the current FAA Nationwide Buy Amencan Waivers Issued listing, or;3. Instalhng products listed as an Excepted Article, Material or Supply in Federal Acquisition

Regulation Subpart 25.108.

By selecting this certification statement, the bidder agrees:

1. To provide to the Owner evidence that documents the source and origin of the steel andmanufactured product.

2. To faithfully comply with providing US domestic product

C&S Engineers, Inc.00 41 13 -4

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

BID FORM(SINGLE-PRIME CONTRACT)

SECTION 00 41 13

3. To furnish US domestic product for any waiver request that the FAA rejects4. To refrain from seeking a waiver request after establishment of the contract, unless

extenuating circumstances emerge that the FAA determines are justified.

0 The Bidder hereby certifies it cannot comply with the 100% Buy Amencan Preferences of 49USC 5 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC 5 50101(b).By selecting this certification statement, the apparent Bidder with the apparent low Bid agrees:1. To the submit to the Owner within 15 calendar days of the Bid opening, a formal waiver

request and required documentation that supports the type of waiver being requested.2. That failure to submit the required documentation within the specified timeframe is cause

for a non-responsive determination may result in rejection of the Bid, offer, or proposal.3. To faithfully comply with providing US domestic products at or above the approved US

domestic content percentage as approved by the FAA.4. To refrain from seeking a waiver request after establishment of the contract, unless

extenuating circumstances emerge that the FAA determines justified.

Re uired Documentation

Type 3 Waiver - The cost of the item components and subcomponents produced in the United Statesis more that 60% of the cost of all components and subcomponents of the "item." The requireddocumentation for a Type 3 waiver is:

1. Listing of all product components and subcomponents that are not comprised of 100% USdomestic content (Excludes products listed on the FAA Nationwide Buy American WaiversIssued listing and products excluded by Federal Acquisition Regulation Subpart 25.108;products of unknown origin must be considered as non-domestic products in their entirety).

2. Cost of non-domestic components and subcomponents, excluding labor costs associatedwith final assembly at place of manufacture.

3. Percentage of non-domestic component and subcomponent cost as compared to total"item" component and subcomponent costs, excluding labor costs associated with finalassembly at place of manufacture.

Type 4 Waiver — Total cost of project using US domestic source product exceeds the total projectcost using non-domestic product by 25%. The required documentation for a Type 4 of waiver is:

1. Detailed cost information for total project using US domestic product2. Detailed cost information for total project using non-domestic product

False Statements: Per 49 USC 5 47126, this certification concerns a matter within the jurisdictionof the Federal Aviation Administration and the maki ficationmay render the maker subject to prosecution under

March 30 2021

Date

Gibbs & Re ister Inc

Company Name

CEO & President

Title

C&S Engineers, Inc.0041 13-5

GOAA October 2020Federal Version

ORLANDO EXECLITIVE AIRPORTBP-00045, TAXIWAYS FB G REHABILITATION

BID FORM(SINGLE-PRIME CONTRACT)

SECTION 00 41 13

ADDITIONAL INSURED COST DISCLOSURE

Contractor's commercial liability and automobile insurance must include an endorsement for all additionalinsureds as provided in QP70-25(A). The cost, if any, of obtaining insurance that covers the Owner is noteligible for reimbursement from Airport Improvement Program grant proceeds. Contractor must disclosethis cost by checking (v) and/or completing one of the following statements:

X Contractor's insurance company does not charge for this endorsement, or

Contractor's insurance company does charge for this endorsement and the cost is

DBE PROGRAM ACKNOWLEDGEMENT

By submitting a Bid under this solicitation, Bidder represents that it has reviewed and familianzed itself withthe Owner's Disadvantaged Business Enterprise Participation Program (DBE). See the Advertisementfor the DBE Participation Goal.

By submitting a Bid:SCRUTINIZED COMPANY CERTIFICATION

A (applicable to all contracts, regardless of value) — Bidder hereby certifies that it is not on theScrutinized Companies that Boycott Israel List and is not engaged in a boycott of Israel, as definedin Florida Statutes () 287,135, as amended;

AND

B. (applicable to contracts that may be $ 1,000,000 or more) - Bidder hereby certifies that it is'1) noton the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies withActwities in the Iran Petroleum Energy Sector List as defined in Florida Statutes 5 287.135; and (2)not engaged in business operations in Cuba or Syria, as defined in Florida Statutes () 287.135, asamended.

C&S Engineers, Inc.00 41 13 -6

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

BID FORM(SINGLE-PRIME CONTRACT)

SECTION 00 41 13

CERTIFICATION OF BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS

The Bidder inust complete the following two certification statements. The Bidder must indicate its currentstatus as it relates to tax delinquency and felony conviction by inserting a checkmark (I') in the spacefollowing the applicable response. The Bidder agrees that, if awarded a Contract resulting from thisSolicitation, it will incorporate this provision for certification in all lower tier subcontracts.

Certifications:

(1) The Bidder represents that:

it is

it is notX

a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial andadministrative remedies have been exhausted or have lapsed, and that is not being paid in a timely mannerpursuant to an agreement with the authority responsible for collecting the tax liability.

(2) The Bidder represents that:

a corporation that was convicted of a criminal violation under any Federal law within the preceding twenty-four (24) months.

If a Bidder responds in the affirmative to either of the above representations, the Bidder is ineligible toreceive an award unless the sponsor has received notification from the agency suspension and debarmentofficial (SDO) that the SDO has considered suspension or debarment and determined that further action isnot required to protect the Government's interests. The Bidder therefore must provide information to theOwner about its tax liability or conviction to the Owner, who will then notify the FAA Airports District Office,which will then notify the agency's SDO to facilitate completion of the required considerations before awarddecisions are made.

Term Definitions for this Certification:Felony conviction: Felony conviction means a conviction within the preceding twenty-four (24) months ofa felony criminal violation under any Federal law and includes conviction of an offense defined in a sectionof the U.S. code that specifically classifies the offense as a felony and conviction of an offense that isclassified as a felony under 18 U.S.C. 5 3559.

Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for whichall Iudicial and administrative remedies have been exhausted, or have lapsed, and that is not being paid ina timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.

C&S Engineers, Inc0041 13-7

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

BID FORM(SINGLE-PRIME CONTRACT)

SECTION 00 41 13

BID

FOR ALL WORK REQUIRED IN ACCORDANCE WITH THE APPLICABLE DRAWINGS,SPECIFICATIONS AND OTHER CONTRACT DOCUMENTS, INCLUDING ALL COSTS RELATED TOTHE WORK, AND ANY REQUIRED PERMITS, TAXES, BONDS AND INSURANCE, THE UNDERSIGNEDSUBMITS A TOTAL BID PRICE OF:

TOTAL BID PRICE: $

ILL/o Iftfhl kKP 5El/FA 7''RVNO 7 d /ft/4PQD +%TV kA/() /dD Dollars(Total Bid Price is the Base Bid plus Alternates, if any.)

CEO & President(Bidder's Title)

March 30, 2021(Date)

estimatin ibbsre .com(Email)

C&S Engineers, Inc.0041 13-9

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

BID FORM(SINGLE-PRIME CONTRACT)

SECTION 00 41 13

BIDDER:Gibbs & Register, Inc.

FOR ALL WORK REQUIRED IN ACCORDANCE WITH THE APPLICABLE DRAWINGS, SPECIFICATIONS AND OTHER CONTRACTDOCUMENTS, INCLUDING ALL COSTS RELATED TO THE WORK, AND ANY REQUIRED PERMITS, TAXES, BONDS AND INSURANCE, THE

UNDERSIGNED SUBMITS:

ITEM No. SPEC DESCRIPTION QUANTITY UNITS UNIT PRICE TOTAL

C 00 CONTRACTOR QUALITY CONTROL PROGRAM- 00(CQCP)

LS 30 (DOO,OO/

C-102 INSTALLATION AND REMOVAL OF SILT FENCE 650 LF Z Z YLS.OQ

INSTALLATION AND REMOVAL OF FLOATINGC-102 TURBIDITY BARRIERS AND STAKED

TURBIDRY BARRIERS2,485 LF

C-102 INLET PROTECTION SYSTEM EACH gZDO.E/D / OLZTO. C7G

C-102 TEMPORARY CONSTRUCTION ENTRANCE EACH /0/ OE)01. (T0) /01 57ZTCI GZ)

C-105 MOBILIZATION LS /9O/00D.E)O /9O, 6)C)O CEO

C oSAFETY'ECURITY AND MAINTENANCE OFTRAFFIC

LS95 ovO. C)o

C oSAFETY PLAN COMPLIANCE DOCUMENTS(SPCD)

LS /00 00)

C-106 PORTABLE RUNWAY CLOSURE MARKERS LSZE)/ (X3Q. ()C) zo Zrt)E) dt-')

/

10 P-101 COLD MILLING 17,750 SY Z, oD

P-101 REMOVAL OF PIPE 440 LF 301, (Ft3

C&S Engineers, Inc.0041 13-11

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

BID FORM(SINGLE-PRIME CONTRACT)

SECTION 00 41 13

THIS PAGE INTENTIONALLY LEFT BLANK

C&S Engineers, Inc.0041 13-12

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

BID FORM(SINGLE-PRIME CONTRACT)

SECTION 00 41 13

ITEM No. SPEC DESCRIPTION OUANTITY UNITS UNIT PRICE TOTAL

12 P-101 REMOVAL OF DRAINAGE STRUCTURES EACH / 5'CXO. CTO(

/ 547EJ. dC)

13 P-101 REMOVAL OF ELECTRICAL STRUCTURES EACH / &47E3.OO/ g 2 CITD.42K)

(

14 P-101 REMOVAL OF EDGE LIGHT I JUNCTION CANAND FOUNDATION

80 EACH /Z P,de),C5Q

15 P-101REMOVAL OF GUIDANCE SIGN ANDFOUNDATION

13 EACH /0( 7/on. dD

16 P-152 UNCLASSIFIED EXCAVATION 5,405 CY /2, dD / 2/7 Q,O. 0G

17 P-152 MUCK EXCAVATION 1,000 CY /g crt/TD. oD

18 P-211 LIME ROCK BASE COURSE 3,210 CY

19 P-401 ASPHALT SURFACE COURSE 3,710 TON Q Z/( r(2S. Ot:3

20 P-602 EMULSIFIED ASPHALT PRIME COAT 1,180 GAL 5;UO

21 P-603 EMULSIFIED ASPHALT TACK COAT 1,180 GAL 5( 900. OO

22 P-620 SURFACE PREPARATION LS 3Z r/r/0.0D 32, Ot2D.CID

23 P-620 MARKING 19,000 SF Z3 WO. CIC3

24 P-620 REFLECTIVE MEDIA 660 LBS // / L5.06

C&S Engineers, Inc.0041 13-13

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

BID FORM(SINGLE-PRIME CONTRACT)

SECTION 00 41 13

THIS PAGE INTENTIONALLY LEFT BLANK

CBS Engineers, Inc00 41 13-14

GQAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS FB G REHABILITATION

BID FORM(SINGLE-PRIME CONTRACT)

SECTION 00 41 13

ITEM NO. SPEC DESCRIPTION QUANTITY UNITS UNIT PRICE TOTAL

25 P-620 TEMPORARY RUNWAY AND TAXIWAYMARKING

7,250 SF y ZSO,E)TD

26 D-70118 INCH REINFORCED CONCRETE PIPE,CLASS V

150 LF /8,+5O OD

27 D-701 24 INCH REINFORCED CONCRETE PIPE,CLASS V

460 LF YI/ 300 OCO

28 D-751 INLET EACH /5, faut).m 30 C7PO. ~I

29 D-751 MITERED END SECTIONS EACH g Sce.C)O 3 5cxz&. &TED

30 D-752 CONCRETE SLOPE PROTECTION LS35 OUG.C)O 3Q (D(DE) .~

31 T-904 SODDING 26,750 SY 80 25O. CR-'I

32 T-905TOPSOIL (OBTAINEO ON SITE OR REMOVEDFROM STOCKPILE)

3,125 CY47 5O. ETC'

33 T-905 TOPSOIL (FURNISHED FROM OFF THE SITE) 500 CY

34 L-108 NO. 8 AWG, 5 KV, L-824, TYPE C CABLE,INSTALLED IN DUCT BANK OR CONDUIT

11,850 LF 2 S/ VETO Cr(-")

35 L-108

NO. 6 AWG, SOLID, BARE COPPERCOUNTERPOISE WIRE, INSTALLED IN

TRENCH, INCLUDING CONNECTIONSITERMINATIONS

4,750 LF/9/ One&. CTO

36 L-1 08

NO. 6 AWG, SOLID, BARE COPPERCOUNTERPOISE WIRE, INSTALLED ABOVETHE DUCT BANK OR CONDUIT, INCLUDINGCONNECTIONSI TERMINATIONS

1,550 LFLI (05O. CrO

37 L-109

INSTALLATION OF EQUIPMENT WITHINEXISTING VAULT OR PREFABRICATED METALHOUSING IN PLACE (20 KW REGULATOR ANDANCILLARY EQUIPMENT)

LS

C&S Engineers, Inc.0041 13-15

GOAA October 2020Federal Version

ORLANOO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

BID FORM(SINGLE-PRIME CONTRACT)

SECTION 00 41 13

THIS PAGE INTENTIONALLY LEFT BLANK)

C8 S Engineers, Inc,0041 13-16

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

BID FORM(SINGLE-PRIME CONTRACT)

SECTION 00 41 13

ITEM NO. SPEC DESCRIPTION QUANTITY UNITS UNIT PRICE TOTAL

38 L-109AIRFIELD LIGHTING CONTROL & MONITORINGSYSTEM MODIFICATIONS CONTRACTORPORTION

LS

39 L-109AIRFIELD LIGHTING CONTROL!1 MONITORINGSYSTEMMODIFICATIONS UPDATEALCMSIPLC

AL $15,000.00 $ 15,000 00

40CONCRETE ENCASED, ELECTRICAL PVC

L-110 CONDUIT,2-WAY 2-INCH

350 LF g /oD. oCO

41NON-ENCASED, ELECTRICAL PVC CONDUIT, I

WAY 2-INCH 6,000 LF

42 L-110 REMOVAL OF EXISTING DUCT BANK 420 LF 2/ /GG. CIC)

43 L-115 ELECTRICAL JUNCTION CAN (NON-LOADBEARING)

EACH/I SCTTJ.OCJ / 43 Cr(O. CTQ

I

44 ELECTRICAL JUNCTION STRUCTURE (2-WAYPLAZA)

EACH 5 /QQ.ob 30& (P~. CTO

45MEDIUM INTENSITY TAXIWAY LIGHT, LED,BASE MOUNTED

77 EACH 27 /OO. CR)

46HIGH INTENSITY RUNWAY EDGE LIGHT, BASEMOUNTED (REUSE EXISTING FIXTURE)

EACHZ.J /OO. OD Zr /C)0 - CFO

47AIRFIELD GUIDANCE SIGN, SIZE 2, I MODULEON FOUNDATION

EACH5; /TT0). r707

49AIRFIELD GUIDANCE SIGN, SIZE 2, 2 MODULEON FOUNDATION

EACH 227 800. CTO

49 AIRFIELD GUIDANCE SIGN, SIZE 2, 3 MODULEON FOUNDATION

EACH /, 5am.OE7 /g 5(rO.od

50 L-125AIRFIELD GUIDANCE SIGN, SIZE 2, 4 MODULEON FOUNDATION

EACH /4/ Ot)TD. C7Q

CBS Engineers, Inc.0041 13-17

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8G REHABILITATION

BID FORM(SINGLE-PRIME CONTRACT)

SECTION 00 41 13

THIS PAGE INTENTIONALLY LEFT BLANK

C8 S Engineers, Inc.00 41 13-18

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

BID FORM(SINGLE-PRIME CONTRACT)

SECTION 00 41 13

C&S Engineers, Inc.0041 13-19

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

BID FORM(SINGLE-PRIME CONTRACT)

SECTION 00 41 13

Certification — All of the information contained on this Bid Form Section 00 41 13 is true andcomplete to the best of my knowledge and belief.

(If Bidder is ajoint venture or partnership, complete this signature block)Fill in name of joint venture or partnership, followed by the signature of each partner of the joint venture orpartnership. By signing below, each partner of the joint venture or partnership acknowledges and agreesthat the partner is jointly and severally liable for all obligations of the joint venture or partnership pursuant

C&S Engineers, Inc.0041 13-21

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

BID FORM(SINGLE-PRIME CONTRACT)

SECTION 00 41 13

THIS PAGE INTENTIONALLY LEFT BLANK

C8 S Engineers, Inc.00 41 13 - 22

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

BID FORM(SINGLE-PRIME CONTRACT)

SECTION 00 41 13

lf Bidder is a cor oration or LLC, com lete this si nature blockFill in the name of the corporation or LLC, followed by the signature of the officer signing on behalf of thecorporation or I LC, name and officer's title and Secretary attestation.)

The below Corporation is organized and existing under the laws of the State of Floridaauthorized by law to make this bid and perform all work and furnish materials and equipment required underthe Contract Documents, and is authorized to do business in the State of Florida.

Federal ID ¹ 59-3026022

Phone: 407-654-6133

Fax: 407-654-6134

Date; March 30, 2021 Title: CEO & President

Name: Theodore Fer uson

Address: 232 S. Dillard Street, Winter Garden, FL 34787

BID,„

(Affix Corporate Seal)Att

The full name, address and title of every Officer of the Corporation (including the President, Vice President,Secretary, and Treasurer) and every member of the LLC is as follows (attach additional pages if necessary):

Theodore Fer uson 232 S. Dillard St. Winter Garden FL 34787 CEO & PresidentName Address Title

Mark BatemanName

232 S. Dillard St., Winter Garden, FL 34787Address

CFOTitle

John Rodri uezName

Heather WintersName

232 S. Dillard St. Winter Garden FL 34787Address

232 S. Dillard St., Winter Garden, FL 34787Address

Vice President 0 erationsTitle

SecretaTitle

C8S Engineers, Inc.0041 13-23

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

BID FORM(SINGLE-PRIME CONTRACT)

SECTION 00 41 13

THIS PAGE INTENTIONALLY LEFT BLANK

C8 S Engineers, Inc.00 41 13 - 24

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

EXHIBIT DSECTION 00 41 13.15

SECTION 00 41 13.15 - EXHIBIT DBidder'ibbs & Register, Inc.

SCHEDULE OF DBE SUBCONTRACTOR PARTICIPATION OF TOTAL BID PRICE

I IAIDO

NAME OF CERTIFIED

DBE FIRM, MANUFACTURER,VENDOR/SUPPLIER

D 5 T~SPDILTATIDKI, lklc..

2

(5 7ILA(I +Of/TA710/I

"B"

ADDRESS AND PHONE NUMBER

/02. I 5

54AIF(r(Lt(( Fl Szw+(HOP 83Z- SVIO

/OL (tu /I(7f M/LILT HATT IHI-6

$4dfcnQ ( FL $2.R/409 — z - 87-/o

"C"

SCOPE OF WORK

LIA( E.(LocT Fuft((ISH I/I/

LI/A~CC(f /I/dURLV'/.~I/L./(d 6

«DPI

ESTIMATED

SUBCONTRACT AMOUNT

$ *

«Ell

VENDOR/SUPPLIERSUBCONTRACT AMOUNT

$ **

3 .t/. Box !POD7o(tRE5 ~T(t,K.AL APPLY

C o. /Ale.. T(PZ- Z8G - 5o'/'tTU // E~IO4t f1~&/I,L-AP( Y'uLI/4(TEP/'Tug Ll-f'50 A(J Fu/TULA(-f ~/ 5~i

STt/A(t,i FL. 3H9~9 'Og Fuuu& -,'X/r red f 1/P4R. tTO

Exam le Firm, ManufacturerExam le Vendor/Su lier

TOTALS

$60 $ 100$ 100

*"D" Show DBE Bid Values: The Bid value in this column for Vendor/Supplier Subcontracts is shown as 60% of column "E" 100% value.** "E" Sh DBEV d /S I V I F IIS b t torBidAmountThe e above DBE subcontractors for work listed in the schedule conditioned upon execution ofa coBy:

00 41 13.16 - 1

C&S Engineers, Inc. GOAA October 2020Federal Version

Fl ri U P DBE Di e

Number of Records Returned:l)election Criteria:Iendor : DS TRANSPORTATION INC

Former Name:

)endor Name: DS TRANSPORTATION INC

JBE Certification:CERTIFIED MBE Certification:DBA:

)usiness Description: TRUCKING BOBCAT SERVICES

Mailing AddressJ:102 ROYALTY CIRCLE

SUITE 141-8

t

SANFORD, FL 32771-

Contact Name DYANAND SINGH Phone; (407) 832-8710 Pax: (407) 549-7330smail:

Statewide Availability:ACDBE Status:N

)ertified NAICS

238910 Site Preparation Contractors484220 Specialized Freight (except Used Goods) Trucking, Local

I

I.

Run on : 03/30/2021

[ age:

o da U P DBE Dire toNumber of Records Returned:lSelection Criteria:'endor : TORRES ELECTRICAL SUPPLY CO INC

7endor Name~TUBERS ELECTRICAL SUPPLY CO INC

JBE Certification:CERTIFIED MBE Certification:DBA: Former Name:lusiness Description: WE ARE A FULL LINE DISTRIBUTOR OF ELECTRICAL EQUIPMENT AND SUPPLIES

Mailing AddressJ:PO BOX 1908STUART, FL 34995-

Contact Name; OSCAR L TORRES

Pmail: OLT RRE T E L AL

Statewide Availability: N

Phone: (772) 286-5049

ACDBE Status:N

Fax: (772) 286-5496

:ertified NAICS

423610 Electrical Apparatus and Equipment, Wiring Supplies, and Related Equipment MerchantWholesalers

Run on : 03/30/2021

$'age:

1 U D D r ctoNumber of Records Returned:l3election Criteria:1endor; UNLIMITED TURF LLC

render Name: UNLIMITED TURF LLC

JBE Certification:CERTIFIEDDBA

susiness Description: DEBRIS REMOVAL

f Mailing Addressd:850 NW FEDERAL HWY

STE 170I'TUART, FL 34994-

Contact Name: LAZARO CABALLERO

I.Email: MANA ER UNLIMITED RF

'tatewide Availability: N

MBE Certification; CertifiedFormer Name:

Phone: (863) 357-5700

ACDBE Status:N

Fax: (863) 357-5701

(,ertified NAICS

561730 Landscaping Services562119 Other Waste Collection

Run on : 03/30/2021

[

'age:

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

EXHIBIT D

SECTION 00 41 13.15

THIS PAGE INTENTIONALLY LEFT BLANK

C&S Engineers, Inc.00 41 13.16 — 2

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

BID SECURITY FORMSECTION 00 43 13

SECTION 00 43 13- BID SECURITY FORM

KNOW Al L MEN BY THESE PRESENTS, that we, the undersignedGibbs & Register, Inc. as Principal, andGreat American Insurance Com an , as Surety, are held and

firmly bound unto the Greater Orlando Aviation Authority (herein "Owner"), in the penal sumof *** TEN PERCENT OF AMOUNT BID *** DOLLARS($ —— 10'/o of Amount Bid —— for the payment of which, well and truly to be made we herebyjointly and severally bind ourselves, our successors and assigns.

SIGNED THIS 30th DAY OF March 2021

The condition of the above obligation is such that whereas the Principal has submitted to the Owner a certainBid, attached hereto and made a part hereof, to enter into a contract in the form contained in the BidDocuments, for BP40045, Taxiways F&G Rehabilitation, Orlando Executive Airport.

NOW, THEREFORE, if

said Bid shall be rejected; or

if the Guarantee Period, as defined in the Instructions to Bidders, expires from the time and datefixed for opening of Bids before Notice of Intent to Award the Contract is given to Principal; or

if Notice of Intent to Award the Contract is given to the Principal and the Principal shall, within ten(10) business days of the date of the Notice of Intent to Award the Contract; execute and delwer acontract in the form of Contract Agreement contained in the Bid Documents, properly completed inaccordance with the Instructions to Bidders; and shall furnish a Performance Bond for its faithfulperformance of the Contract, and a Payment Bond for the payment of all persons performing laboror furnishing materials or supplies in connection therewith, in the forms contained in the BidDocuments; and shall provide satisfactory evidence of all required insurance coverage; and shallprovide evidence satisfactory to the Owner of the authority of the person or persons executing theContract and all other documents on its behalf; and shall provide the statements, certifications anddata relating to DBE participation identified in the Instructions to Bidders; and shall in all otherrespects perform its obligations pursuant to the terms of the Bid;

then this obligation shall be void, otherwise the same shall be forfeited to the Owner, not as a penalty, but inliquidation of and compensation for damages; it being expressly understood and agreed that the liability of theSurety for any and all claims hereunder shall, in no event, exceed the Penal Sum of this obligation as hereinstated.

The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its Bondshall be in no way impaired or affected by any extension of the time within which the Owner may provide Noticeof Intent to Award the Contract or within which the Principal or the Owner may execute, deliver, furnish, provideor perform its obligations and the Surety does hereby waive notice of any such extensions, provided, however,the Guarantee Period may be extended when the written consent of the Surety is obtained.

IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals and suchof them as are corporations have caused their corporate seals to be hereto affixed and these presents to besigned by their proper officers, on the day and year first set forth above.

C&S Engineers. Inc.00 43 13 - 1

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

BID SECURITY FORMSECTION 00 43 13

Signed, sealed and deliveredin the presence of:

, C/)la Jl1r~:I~

I

Theodore Ferguson, QEQ & PresidentName and Title

Great American Insurance CompanySure

"')g '. '

-(SEAL

By:

Kelly Phelan, Attorney in FactName and TitleGui nard Cpm anAgency1904 Boothe Circle Lon wood FL 32750

Address

(Countersignature by a Florida Licensed Agent)

Kelly Phelan, FL Licensed Resident AgentName and TitleGui nard Cpm an

Agency1904 Boothe Circle Lon wood FL 32750

Address Inquiries: (4Q7) 934-QQ22

NOTE: If Principal or Surety are corporations,the respective corporate seals should be affixed.Additionally, a certified copy of a Power-of-Attorneyappointing the individual Attorney-in-Fact for theSurety, as well as the Power-of-Attorney appointingthe Florida licensed agent, should be attached.

END OF SECTION 00 43 13

C8 S Engineers, Inc.00 43 13 - 2

GOAA October 2020Federal Version

GREAT AMERICAN INSURANCE COMPANY Administrative Office: 301 E 4TH STREET ' CINCINNATI, OHIO 45202 ' 513-369-5000 ' FAX 513-723-2740

The number ofpersons authorized bythis power of attorney is not more than TEN

No. 0 20715

Limit of PowerALL

$ 100,000,000

AddressJ.W. GUIGNARD LONGWOOD, FLORIDA

BRYCE R. GUIGNARD LONGWOOD, FLORIDA

PAUL J. CIAMBRIELLO LONGWOOD, FLORIDA

APRIL L. LIVELY LONGWOOD, FLORIDA

ALLYSON FOSS WING LONGWOOD, FLORIDA

DEBORAH ANN MURRAY TAMPA, FLORIDA

This Power ofAttorney rcvokcs all previous powers issued on behalf of thc anorncy(s)-in-fact named above.

IN WITNESS WHEREOF thc GREAT AMERICAN INSURANCE COMPANY has caused thcsc prcscnts to bc signed and ace stcd by its appropriate7THotftcers and its corporate seal hereunto atffxed this day of APRIL 2020

GREAT AMERICAN INSU ANCE COMPAN

POWER OF ATTORNEYKNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY, a corporation organized and existing under

and by virtue of the laws of thc State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more thanonc is named, its true and lawful auorncy-in-fact, for it and in its name, place and a(cad to cxccute on behalf of thc said Company, as surety, any and all bonds,undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that thc liability of the said Company on any such bond,undertaking or contract of suretyship cxccutcd under this authority shall not cxcecd thc limit stated below.

Aee(e(ee( Seen (ary D(vfsiene(Senior Vice Psw(dee(

STATE OF OHIO, COUNTY OF HAMILTON - ss: MARK VICAnto (877-377-2400)

On this 77H day of APRIL 2020, before mc personally appeared MARK V I CA RID, to me known,

being duly sworn, dcposcs snd says that hc rcsidcs in Cincinnati, Ohio, that hc is 3 Divisional Senior Vice Prcsidcnt of thc Bond Division of Great AmericanInsurance Company, the Company described in and which cxccuted the above instrument; that hc knows the seal of the said Company; that the seal aflixed to thesaid instrument is such corporate seal; that it wss so a(lixed by authority of his office under the By-Laws of said Company, and that he signed his name thereto

by like authority.

SUSAN A KOHORST

Notary PublicState of Ohio

Ry Comm. EstpltesJkay 14, 1014

This Power ofAuorncy is granted by authority of the following resolutions adopted by thc Board of Directors of Great American Insurance Company

by unanimous written consent dated June 9, 200$ .

RESOLVED: Tha(the Divisional Presiden(, (he several DivisionalSenior Vice Presidents, Divisional Vice Presiden(s and Divisonal Assis(ant Vice

Presidents, or any one of(hem, be and hereby is outhorized from (ime lo lime, (o appoint one or more Anorneys inFac( lo execu(e on behalfof rhe Company,

os surety, any and all bonds, unde(takings and con(rac(s of suretyship, or other wri nen obligations in (he na(ure (here% ro prescribe (heir respecrive dss(ice andihe respec(i ve (imi(s of(heir au(hori (y( and (o revoke any such appoin(men( a( any rime.

RESOI VED FURTHER: Tha( rhe Con(pany seal and (he signnru(z ofany of(he oforvsnid off(cers and ony Secretary or Assis(an( Secretory ofd(e

Company n(ay be afgxed byfacsimile (o any power ofonorney or cernjicare ofei(her given for (he execurion ofnny bond, under(aki (sg, con(rac( ofsure(yship,or o(her wri nen obligation in the nature (hereof such signaiure and seol when so used being hereby adopred by (he Company as the original signa(ure %(uchoff(cer ond the original seal ofd(e Co(npany, (o be valid and binding upon (he Conryany tri (h the sa(ne force and e4Fec( as (hough (annually afRsed.

CERTIFICATIONI '57( '.

I, STEPHEN C. BERAHA, Assistant Sccrctary ofGreat American Insurance Company do hcrcby certify that thc foregoing Power ofAttomcy andthc Resolutions of the Boa'rd of Directors of June 9, 200g have not bccn revoked and arc now in full force and clfcct.

Signed and sealed this 30 th da& of MarCh 2021

""! v

'~ef;2Ass(s(oe( Secre(esy

3(020AH (03(20)

ORLANDEXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

BIDDER'S QUALIFICATIONSSECTION 00 45 13

1.0 BIDDER'S QUALIFICATIONS

I, (name) Theodore Fer uson (title) CEO 8 President an authorized officer of (firm)

Gibbs 8 Re ister, Inc. certify that the Bidder has, within the last five years, successfully performed the following projectswhich included construction activities that are similar to this Project. The following projects demonstrate my firm's experience in the installation of FAA P-401paving, airfield electrical work, airfield pavement markings and signage and overall experience working in an airport.

(LIST AS MANY PROJECTS AS REQUIRED TO INCLUDE ALL TYPES OF WORK SPECIFIED. ADDITIONAL PAGES MAY BE SUBMITTED AS NECESSARY):

PROJECT NAME OWNER OWNER'S CONTACT PERSON,ADDRESS, PHONE, FAX

DESIGNPROFESSIONAL

PRIME OR SUB* ONSTRUCTIONVALUE **

COMPLETION DATE

Runway IncursionMitigation 8 Relatedwork: BP-043

GOAA

Douglas Saunders, P.E.605 E. Robinson St., ¹210Orlando, FL 32801 - 407-422-1118

C&S Engineers, inc. Prime $4,202,580.00 April 2020

Center of ExcellenceNorthrop Grumman

Facilities ExpansionCorporation

Melbourne, FL

Kevin Mills

2000 W. Nasa Blvd.

Melbourne, FL 32901310-930-2311 P / N/A F

JACOBS Sub $22,441,037. 83 May 2018

Burnt Store Road Charlotte County

Brian Barnes18500 Murdock CirclePort Charlotte, FL 33948941-575-361 2 / 941-575-3664

Kimley-Horn 8

Associates, Inc.Prime $ 19,018,656.50 March 2016

* STATE WHETHER THE WORK WAS PERFORMED BY THE BIDDER AS A PRIME OR SUBCONTRACTOR.**

If Work was performed as a subcontractor, list the construction value of the Work performed (not the Construction value of the entire project)

March 30, 2021Date:

C&S Engineers, Inc.00 45 13 - 1

GOAA October 2020

ORLANDEXECUTIVE AIRPORTBP-00045, TAXIWAYS F8G REHABILITATION

BIDDER'S QUALIFICATIONSSECTION 00 45 13

THIS PAGE INTENTIONALLY LEFT BLANK

CB S Engineers, Inc.004513-2

GOAA October 2020

ORLANDEXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

BIDDER'S QLIALIFICATIONSSECTION 00 45 13

2.0 QUALIFICATIONS SUPPLEMENT

BIDDER SHALL IDENTIFY ALL CONTRACTS WITHIN THE PAST FIVE YEARS WHICHRESLILTED IN LITIGATION OR ARBITRATION DESCRIBE THE PROJECT, THE PARTIES TOTHE ACTION, THE INITIATOR OF THE ACTION AND THE RESOLUTION OR, IF NOTRESOLVED THE CURRENT STATUS. IF ADDITIONAL SPACE IS NEEDED, THE BIDDERSHALL ATTACH ADDITIONAL PAGES

1. NAME & LOCATION OF PROJECT:N/A

A. NAME OF OWNER OR OTHER PARTY TO CONTRACT:

B. AMOUNT OF DAMAGES ASSESSED AND CIRCUMSTANCES:

C. DID THIS CONTRACT RESULT IN LITIGATION OR ARBITRATION?

D. WHO INITIATED THE ACTION?

E. WHAT WAS THE OUTCOME OR WHAT IS THE STATUS?

2. NAME & LOCATION OF PROJECT:

A. NAME OF OWNER OR OTHER PARTY TO CONTRACT:

B. AMOUNT OF DAMAGES ASSESSED AND CIRCUMSTANCES:

C. DID THIS CONTRACT RESULT IN LITIGATION QR ARBITRATION?

D. WHO INITIATED THE ACTION?

E. WHAT WAS THE OUTCOME OR WHAT IS THE STATUS?

END OF SECTION 00 45 13

C&S Engineers, Inc.00 45 13 - 3

GQAA October 2020Federal Version

r

I

l.

I

l.

L

L

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

CERTIFICATE AS TO CORPORATE PRINCIPALSECTION 00 45 49

SECTION 00 45 49 - CERTIFICATE AS TO CORPORATE PRINCIPAL

Gibbs & Re ister, Inc.Name of Corporation Submitting Bid

IIJC,

c,'r''nr

r/

(Corporate Seal)

END OF SECTION 00 45 49

C&S Engineers, Inc.00 45 49 - 1

GOAA October 2020

I, Heather Winters certify that I am the Secretary of thecorporation named as Principal in the foregoing Bid Bond; that Theodore Fer uson

who signed the said Bond on behalf of the Principal was thenCEO & President of said t that I know [h s he ) si t d [h

her] signature thereto is genuine, and that said Bond wof said corporation by authority of its governing body.

CORPORATE RESOLUTIONREGARDING AUTHORITY TO EXECUTE BIDS) CONTRACTS

) AND OTHER LEGAL DOCUMENTS

Resolution of the Board of Directors of Gibbs & Register, Inc., passed at a special meeting of the Corporation held at its offices,December I, 2020.

"Resolved that the Officers of tliis Corporation" are as follows:

Chief Executive Officer,Director

r Chief Financial OfficerDirector

Presidentl'irectorVice PresidentDirector

Theodore P. Ferguson

Mark G. Bateman

Theodore P. Ferguson

John E. Rodriguez

SecretaryDirector Heather Gibbs Winters

'Resolved that the following officers" are authorized to execute contracts, subcontract agreements or other legal documents on behalfof the Corporation:

Chief Executive Officer Theodore P. Ferguson

President Theodore P. Ferguson

Vice President

Chief Financial Officer

Secretary

Director((uuu u/ui

IN tt)t/TNFSS.WHEREOF I have hereunto affixed mynaitie,tts'Secretaiy and have caused the corporate sealo'flan d Corpo'ration to be hereunto affixed this 1st day

~ofDecembpr, 2020.

ye Affix"';..'t';

John E. Rodriguez

Mark G. Bateman

I leather Gibbs Winters

Ketan Patel

I, THEODORE P. FERGUSON, a Director of saidCorporation do hereby certify that the foregoing is a correctcopy of a resolution adopted as above set forth.

Secretoty

l.u~ord Metitber

'JBS & REGISTER, INC.ChiefExecutive OfficerGIBBS & REGISTER, INC.

r

r

I

I'

L

L

L

ROM DESANTISGOYEIINOR

Florida Departzzzezzt of Trazzsportati ozz605 Sutvannee Street

Tallahassee, FL 32399-0450KEVIN 3. TIIIBAIILT, P.E.

SECRETARY

April 14, 2020

GIBBS & REGISTER, INC.232 S. DZLLARD STREETWINTER GARDEN, FLORIDA 34787

Dear Sir/Madam:RE: CERTIFICATE OF QUALIFICATION

The Department of Transportation has qualified your company for the type of workindicated below. Unless your company is notified otherwise, this Certificate ofQualification will expire 6/30/2021. However, the new application is due 4/30/2021.

In accordance with S.337.14 (1) F.S. your next application must be filed within (4)months of the ending date of the applicant's audited annual financial statements.

Once logged in, select "View" for the most recently approved application, and thenclick the "Manage" and "Application Summary" tabs.

FDOT APPROVED WORK CLASSES:DRAINAGE, FENCING, FLEXIBLE PAVING, GRADING, GRASSING, SEEDING AND SODDING, HOT PLANT-MIXED BITUM. COURSES, INTERMEDIATE BRIDGES, MINOR BRIDGES, R&R MINOR BRIDGES,SIDEWALK, CURBS, DRIVEWAYS, AND UNDERGROUND UTILITIES.

You may apply for a Revised Certificate of Qualification at any time prior to theexpiration date of this certificate according to Section 14-22.0041(3), FloridaAdministrative Code (F.A.C.), by accessing your most recently approved application asshown above and choosing "Update" instead of "View." If certification in additionalclasses of work is desired, documentation is needed to show that your company has donesuch work with your own forces and equipment or that experience was gained withanother contractor and that you have the necessary equipment for each additional classof work requested.

All prequalified contractors are required by Section 14-22.006(3), F.A.C., to certifytheir work underway monthly in order to adjust maximum bidding capacity to availablebidding capacity. You can find the link to this report at the website shown above.

Sincerely,

n Office

AA:cg

www.fdot.gov

If your company's maximum capacity has been revised, you can access it by logging intothe Contractor Prequalification Application System via the following link:HTTPS://fdot l.dot.state.fl.us/ContractorPreQualification/

Ron Desantis, Governor

STATE OF FLORIDA

EPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION

CON

THE GEN

PRO

ARD

ER THE

ES

EXPlRATlON DATE: AUGUST 31, 2022Always verify licenses online at MyFloridaLicense,corn

Do not alter this document in any form.

This is your license. It is unlawful for anyone other than the licensee to use this document.

Ron DeSantis, Governor

dbmsSTATE OF FLORIDA

EPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION

CON

THE UNDERGROU

PRO

ARD

lFIED UNDER THE

TES

EXPIRATION DATE: AUGUST 31, 2022Always verify licenses online at lviyFioridaLicense.corn

Do not alter this document in any form.

This is your license. It is unlawful for anyone other than the licensee to use this document.

Ron Desantis, Governor Hafsey Beshears, Secretary

STATE OF FLORIDAEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION

CONSTRUCTION..lNOUWRY=UCENSING BOARD

THE GENERAL CONTR'ACTtOR;.REREtlPS-:C~ERTIFIED UNDER THE

PROVISIONS 'GF,.CHAPTER':485'~O'Rl'E)A ST'ATUTES

-F;E~~W'7:. -' =,--" " -'EP-— —,''..':,'~- GlB'BS4'REgfST+WC..-,-==:-. -.

=. =. -':==".-23'2"-''S'D~3"55. -'='-.VCNTER=.GAR98R'::='~~787--

LICENSE-bfUQBER 'CGC~10925EXPIRATION DATE: AUGUST 31, 2022

Always verify licenses online at lviyFloridalicense.corn

Do not alter this document in any form.

This is your license. It is unlawful for anyone other than the licensee to use this document.

IIllTKRCiA RDCH

CITY OF WINTER GARDEN300 WEST PLANT STREET

WINTER GARDEN, FL 34787: 'P: 467.656.4111

WWW.WINTERGAROEN-FL.GOV

LOCAL BUSINESS TAX RECEIPT FOR CITY OF WINTER GARDEN

Business Name:Receipt No:Tax/Add'ti Tax:Late Penalty:Total Paid

GIBBS & REGISTER INC21-00004435.$.65rOII $$ 0.00$0.00

Location:Class:Issue Date:Expires:Restrictions:

Comments;

232 S DILLARD STGENERALCONTRACTORAugust 07, 2020September 30, 2021MUST COMPLY WITH LOCALBUSINESS TAXREQUIRMENTS

GIBBS & REGISTER INC232 S DILLARD ST

WINTER GARDEN FL 34767

BUSINESS TAX RECEIPT MUST BE POSTED IN CONSPICUOUS PLACE AT ALL TIMES.

"**PLEASE NOTE THE TOP PORTION IS YOUR LOCAL BUSINESS TAX RECEIPTAND IS PAID THRU SEPTEMBER 30th OF NOTED YEAR ABOVE ***

1. Business Tax Year is from October 1" through September 30'". Tax fees areprorated after April 1" as a half-year fee.

2. All new commercial business tax must be inspected by the Fire Department tomeet all applicable state and city code requirements. You will be contacted to makearrangements for your inspection by the City Fire Inspector.

3. An Orange County Business Tax must be registered and paid AFTER YOU HAVE

BEEN ISSUED THE WINTER GARDEN BUSINESS TAX RECEIPT. They arelocated in the SunTrust Building at 200 S. Orange Ave, 16th Floor- Suite 1600,Orlando, FL 32801 and their office phone number is (407) 836-5650.

, Tax Collectol'cott Randolph Local Business Tax Receipt Orange County, Florida'his local Business Tax Receipt Is In addition to and not In lieu of any other tax required by lsw or municipal ordinance. Businesses sre subject ar regulation of zoning, health and other

lawful authorlues. This receipt Is valid from Odober 1 thmugh September 30 of receipt year Degnquent penalty ls added October 1.

2020 EXPIRES 9/30/2021 1801-00785501801 CERT GENERAL CONTR $40.00 11 EMPLOYEES

I5000 BUSINESS OFFICE $40.00 20 EMPLOYEES

I

TOTAL TAXPREVIOUSLY PAIDTOTAL DUE

$M.DO$80.DO

$0.00FERGUSON THEODORE - QUALIFIER

232 S DILLARD STC - WINTER GARDEN, 34787

PAID: $80.00 2006-06210315 7/30/2020

GIBBS 8 REG(STER INCFERGUSONTHEODORE-QUALIFIER232 S DILLARD STWINTER GARDEN FL 34787-3586

This receipt is oglclal when validated by the Tax Collector.

Orange County Code requlnm this local Business Tax Receipt to be displayed conspicuously at the phrce ofbusiness In public view. It Is subject to inspection by all duly authorized ofgcers of the County.

octaxcol.corn I g I&i +loci octaxcol

State ofFloridaDepartment ofState

I certify from the records of this office that GIBBS k REGISTER, INC. is acorporation organized under the laws of the State of Florida, filed on September17, 1990, effective September 13, 1990.

The document number of this corporation is S02325.

I furthe certify that said corporation has paid all fees due this office throughDecember 31, 2021, that its most recent annual report/uniform business reportwas filed on Ianuary 6, 2021, and that its status is active.

I further certify that said corporation has not filed Articles of Dissolution.

Given under tny hand and lheGreat Seal of the State of Floridaat Tallahassee, the Capital, thisthe Sip;th day ofJanuary, 202l

Secretary ofState

GREATER ORLANDO AVIATION AUTHORITYOrlando International Airport

5850-8 Cargo RoadOrlando,flonda 32827-4399

MEMORANDUM

I"

l

L.

L

To: Members of the Construction Committee

From: George I. Morning, Director of Small Business Development

Date: Apnl 20, 2021

Re: Request for Recommendation of Award of BP-045 ORL Taxiways F & G Rehabilitation to Gibbs &

Register, Inc., Orlando Executive Airport

The Aviation Authority established a 12% DBE goal for project BP-045 ORL Taxiways F & G Rehabilitation atthe Orlando Executwe Airport. We have reviewed the bid from Gibbs & Register, Inc. and determined thatGibbs & Register, Inc. proposed 13% DBE participation

Our analysis indicates that Gibbs & Register, Inc. is eligible for award of the subject project.

DBE UTILIZATION FOAM FOR NON-FEDERALLY FUNDEO PROIECTS

PLEASE COMPLETE THIS FORM

Th s form should be used to re ort Construction and En ineenn Profess onal Sere ce acl t es

Na ne of Airport Orlando international Airport Te:ephone t'o (4D7) 025-713D

Address One feff Fu ua Boulevard, Orlando, FL 32627

Proiert Name 3 Number Request for Recommendation of Award of BPRI45 ORL Taxiways F & 6 Rehabilitation to Gibbs Ik Register, Inc., Orlando Executive Airport

1 Construction Information: e. Engineering/Professional sennces information.

TOTAL 52,307,260.00 TOTAL

ProPosed DBE Gosh 12'H Actual Result; 13% Actual Result:

2. DBE Goal by Group Representation:Asian Paofic AmencanAs an Subcontment AmencanBlack Am en canCaucasian Female Anier can

~ i spam c Amen«anNative Am en can

OtherTotal DBE Partiopation

170,500 00

131,373 00

301,873.00

Actual ResultActual ResuhActual ResultActual ResultActual ResultActual ResuhActual ResultActual Result

6%

13ys

5. DBE Goal by Group Representation:Asia PadfcAme 'anAsian Subtend ent Amer canMac'me, can

adcasian Female AmencanHispa,, A.ner.cai:

Nat ve Amen«a.OtherTotal DBE Paafcfpatron

ActualActualActualActual

Actual

Actual

ActualActual

ResultResultResultResultResultRes ~ It

ResultResult

3.a Prime Contractor InformationName Gibbsg Re ister, Inc

Address 232 S. Digard StreetCity, State, Z p Winter Garden, FL 34787

Telephone (407) 654-6133

6.3. Engineering I Professional Serwce Firm Information.Na r:e

AddressCitv, 5tate, Zxr

: el en none

3.b. Name and Address of DBE SubcontractorName Pleaseseeattached

Address

City, State, Zip

Telephone3.c. 'Identity:

WorkItem(s)'mount

of Subcontractpercent of Prime Contract (%):

6.b. Name and Address of DBE SubconsultantName

Address.Cdy, State, Zip

Telepho .e6 c. 'Identity:

Work item(shAmount of Subcontractpertent of pnme contract {%).

It 3 a dsc aho p fyth de ttvdioets h t«t dE/psr iles al ka,x pa cA e ca,Asia 5 I «tl tA,A pack 4 e ca,ca casts Fe aleA etc,N ti eA e c aoth

Prolect Name 8 Number:

OBE Subcontractor/Subconsuitant Certification

Request for Recommendation of Award of BP-045 ORL Taxiways F & G Rehabihtation to Gibbs & Register, Inc.,

Orlando Executive Airport

Prime Firm: Gibbs & Register, Inc.

TOTAL $2,307,260.00

Company Name

Address

City, State, Zip

Phone

IdentityWork Item

Amount of Subcontra«t

Percentage of Prime Contract

DS Transpohation, Inc.

102 Royalty Circle

Sanford, FL 32771

407-832 8710

Asian Su ben nt ment Am en can

Limerock furnishing and hauhng

$ 170,500.00

7%

Torres Electrical Supply Co., Inc.

3190 5 E Oomir ica Terrace

Stuart, FL 34997

772 286-5049

Hispamc Amencan

Electncal Suppher ($ 116000 00 x 6IP/)

$69,600 00

Company Name

Address

City, State, Zip

Phone

IdentityWork Item

Amount of Subcontract

Percentage of Prime Contract

Unlimited Turf, LLC

850 NW Federal HWY, Ste 170

Stuart, I L 34994

863.3&7.5700

Hispanic Amencan

Sodding

$61,773.00

Company Name

Address

City, State, Zip

Phone

IdentityWork Item

Amount of Subcontract

Percentage of Prime Contract

Company Name

Address

City, State, Zip

Phone

Identity

Work Item

Amount of Subcontra«t

Percentage of Prime Contract

$301,873.00 13%

$2,307,260.00

Orlando Executive Airport

BP-045, Taxiways F 8 G Rehabilitation

CONTRACT FORM — STIPULATED SUM(SINGLE-PRIME CONTRACT)

SECTION 00 52 13

SECTION 00 52 13 - CONTRACT FORM - STIPULATED SUM (SINGLE-PRIME CONTRACT)

THIS CONTRACT made and entered into this Z- day ofyear 20 Z I, by and between the GREATER ORLANDOcalled the Owner, and Gibbs & Register, Inc., hereinafter called the Contractor.

, in theeinafter

The Contractor, for and in consideration of the Total Contract Price specified below, hereby agrees tofurnish all labor, equipment, materials, supplies and services, to complete the Work in conformity withthe Contract Documents for "Bid Package 045, Taxiways F 8 G Rehabilitation, Orlando ExecutiveAirport." The Contractor agrees to make payment of all proper charges for labor, equipment, materials,supplies and services, and to defend, indemnify, and hold harmless the Owner in accordance with theContract Documents. If the Contractor shall fail to comply with any of the terms of the ContractDocuments, the Owner may avail itself of any or all remedies provided in the Contract Documents. Theacceptance of final payment by the Contractor shall be considered as a release in full of all claimsagainst the Owner or any of their members, officers, agents, employees or servants, directly or indirectlyrelating to, arising out of, or by reason of, this Contract, except for those Claims that have been properlyraised in accordance with the Contract Documents and specifically identified by the Contractor asunsettled in the final Application for Payment.

The Owner will pay the Contractor for the Work, according to the terms set forth in the ContractDocuments the Total Contract Price of TWO MILLION THREE HUNDRED SEVEN THOUSAND TWOHUNDRED SIXTY AND NO/100 DOLLARS ($ 2,307,260.00) subject to approved ContractModifications, if any.

The Contractor hereby certifies it will utilize the U.S. Department of Homeland Security's EmploymentEligibility Verification System, in accordance with the terms governing the use of the system, to confirmthe employment eligibility of persons employed by the Contractor, during the term of the Contract, toperform employment duties within Florida. The Contractor specifically represents that it will notdiscontinue use of the System until every Contract with the Owner has reached Final Completion andall contractual obligations have been fulfilled. The Contractor further certifies that it will include thisprovision in each Subcontract that involves work for the Owner.

C & S Engineers, Inc.005213-1

Rev. 11/14

Orlando Executive Airport

BP-045, Taxiways F & G Rehabilitation

CONTRACT FORM — STIPULATED SUM(SINGLE-PRIME CONTRACT)

SECTION 00 52 13

IN WITNESS WHEREOF, the said GREATER ORLANDO AVIATION AUTHORITY has caused thisContract to be executed in its name by its Chief Executive Officer or an Aviation Authority Officer; andattested by its Secretary or its Assistant Secretary, and has caused its seal to be hereto attached; and theC t t d th' tract to be executed in its name by

its President, attested bys Secretary, and has caused the seal of said corporation to

be hereunto attached, all on the day and year first above written.

Signed, sealed and delivered'1in the presence of:

G ITY

By:

Chief Executive Officer

(SEAL)

Gibbs &

(SEAL)

C & S Engineers, Inc.00 52 13-2

Rev. 11/14

June 23, 2021

GUIGNARDAN UNCOMMON BOND

Greater Orlando Aviation Authority11312 Terminal C Service RoadOrlando, FL 32324

Re: Authority to Date Bonds and Powers of AttorneyPrincipal: Gibbs & Register, Inc.Bond No.: 9826579Proiect: BP-045, Taxiways FBG Rehabilitation, Orlando Executive

Airport, Orlando, FL

Dear Sir or Madam:

Please be advised that as Surety on the above referenced bond, executedon your behalf for this project, we hereby authorize you to date the bondsand the powers of attorney concurrent with the date of the contractagreement.

Once dated, please send a copy of the dated bonds to our office.

Best regards,

Great American Insurance Company

Attorney in Fact

1904 Boothe Circle I Longwood, FL 32750

'rlando Executive AirportBP-045, Taxiways F & G Rehabilitation

PERFORMANCEIPAYMENT BONDCOVER SHEET

SECTION 00 61 13

SECTION 00 61 13 - PERFORMANCEIPAYMENT BOND COVER SHEETThis cover sheet is an integral part of the attached bonds and must not be separated from them.

GREATER ORLANDO AVIATION AUTHORITYAND CITY OF ORLANDO, FLORIDA

(Public Work)In Compliance with Florida Statute Chapter 255.05(1){a)

PERFORMANCE BOND NO.:

PAYMENT BOND NO.:

CONTRACTOR INFORMATION; Name:Address:

Phone:

9826579

9826579

Gibbs 8 Re later, Inc232 S. Dillard StWinter Garden FL 34787407-6544 1 33

SURETY PRINCIPAL:BUSINESS INFORMATION

OWNER INFORMATION;

BONO AMOUNT:

CONTRACT NO. (if applicable):

Name:Address:

Phone

Name:Address:

Phone:

Great American Insurance Company301 East 4th StreetCincinnati, OH 45202(513) 369-5000

Greater Orlando Aviation Authorit11312 Terminal C Service RoadOrlando, FL 32824(407 825-2001

$2,307,260.00

BP-045

DESCRIPTION OF WORK: Taxiways F & G Rehabilitation

PROJECT LOCATION:

AGENT INFORMATION: Name:Address:

Phone

Orlando Executive Airport, Orlando, FL

Gui nard Com an1904 Boothe CircleLon wood, FL 32750(407 834-0022

C & S Engineers, Inc.00 61 13 -1

GOAA 11/14

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

PERFORMANCE AND PAYMENT BONDCOVER SHEET

SECTION 00 61 13

THIS PAGE INTENTIONALLY LEFT BLANK

C&S Engineers, Inc.00 61 13-2

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORT

BP-045,Taxiways F & G Rehabilitation

PERFORMANCE BONDFORM

SECTION 00 61 13.13

GREATER ORLANDO AVIATION AUTHORITYORLANDO, FLORIDA

SECTION 00 61 13.13 - PERFORMANCE BOND BOND NO.: 9826579

The cover page that lists the contact information for the entees involved in this bond is considered the front page of this bond and is an integral partof this bond and, therefore, must not be separated from this bond.

KNOW ALL MEN BY THESE PRESENTS that Gibbs & Register, Inc., hereinafter called Principal, andGreat American Insurance Com an

, a corporation organized under the laws of the Stateof Ohio and licensed to do business in the State of Florida, hereinafter called Surety, are heldand firmly bound unto the Greater Orlando Aviation Authority, hereinafter called Owner, in the Penal Sum of TWOMILLION THREE HUNDRED SEVEN THOUSAND TWO HUNDRED SIXTY AND NO/100 DOLLARS($2,307,260.00), for the payment of which sum well and truly made, Principal and Surety bind ourselves, our heirs,personal representatives, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, Principal has by written agreement dated l-2-2 ( entered into aContract with Owner for "Bid Package 045, Taxiways F & G Rehabilitation, Orlando Executive Airport," inaccordance with the Contract Documents which are incorporated herein by reference and made a part hereof,and are herein referred to as the Contract.

WHEREAS, Surety is authorized to do business in the State of Florida.

NOW, THEREFORE, the condition of this obligation is such that if Principal:

1. Promptly and faithfully performs the Contract including, but not limited to, its design (if any), constructionand warranty provisions in the time and manner prescribed in the Contract, and correction of defective work, and

2. Pays Owner all losses, damages, expenses, costs, attorneys'ees and other legal costs (including, butnot limited to, those for investigative and legal support services and appellate proceedings), that Owner sustainsresulting directly or indirectly from the conduct of the Principal including, but not limited to, breach or default underthe Contract, want of care or skill, negligence, patent infringement, or intentionally wrongful conduct on the partof the Principal, its officers, agents, employees or any other person or entity for whom the Principal is responsible,

then this bond is void; otherwise it shall remain in full force and effect.

3. In the event that the Principal shall fail to perform any of the terms, covenants and conditions of theContract during the period in which this Performance Bond is in effect, the Surety shall remain liable to the Ownerfor all such loss or damage (including reasonable attorneys'ees and other legal costs) resulting from any failureto perform up to the amount of the Penal Sum.

4, In the event that the Surety fails to fulfill its obligations under this Performance Bond, then the Surety shallalso indemnify and save the Owner harmless from any and all loss, damage, cost and expense, includingreasonable attorneys'ees and other legal costs for all trial and appellate proceedings resulting directly or indirectlyfrom the Surety's failure to fulfill its obligations hereunder. This paragraph shall survive the termination orcancellation of this Performance Bond. The obligations set forth in this paragraph shall not be limited by the PenalSum of this Bond.

5. The Surety's obligations hereunder shall be direct and immediate and not conditional or contingent uponOwner's pursuit of its remedies against Principal, and shall remain in full force and effect notwithstanding (i)amendments or modifications to the Contract entered into by Owner and Principal without the Surety's knowledgeor consent, (ii) waivers of any default under the Agreement or the Contract granted by Owner to Principal withoutthe Surety's consent, (iii) the discharge of Principal from its obligations under the Contract as a result of any

C & S Engineers, Inc.00 61 13.13 - 1

Rev. 11/14

ORLANDO EXECUTIVE AIRPORT

BP-045,Taxiways F & G Rehabilitation

PERFORMANCE BONDFORM

SECTION 00 61 13.13

proceeding initiated under The Bankruptcy Code of 1978, as the same may be amended, or any similar state orfederal law, or any limitation of the liability of Principal or its estate as a result of any such proceeding, or (iv) anyother action taken by Owner or Principal that would, in the absence of this clause, result in the release or dischargeby operation of law of the Surety from its obligations hereunder.

6. The institution of suit upon this Bond shall be in accordance with Section 95.11(2)(b), Florida Statutes.

7, Any changes in or under the Contract Documents (which include the Plans, Drawings and Specifications)and compliance or noncompliance with any formalities connected with the Contract or the changes therein shallnot affect Surety's obligations under this Bond and Surety hereby waives notice of any such changes. Further,Principal and Surety acknowledge that the Penal Sum of this bond shall increase or decrease in accordance withapproved changes or other modifications to the Contract Documents.

IN WITNESS WHEREOF, the Principal and Surety have executed this instrument under their several seals on thisZ. day of 20 ~f, to

beeffectiveasofthedate ofthe

Contrac, the nameand corporate seal of each corp ate party being hereto affixed and these presents fully signed by its undersignedrepresentative, pursuant to authority of its governing body.

Signed, sealed and deliveredin the presence of:

SEAL

PRES LDENTName and Title

Great American Insurance CompanySur

By:

(SEAL)

Guignard CompanyAgency1904 Boothe Circle, Longwood, FL 32750

Address

Jennifer L. Hindley, Florida Licensed Resident AgentName and TitleGuignard Company

Agency1904 Boothe Circle, Longwood, FL 32750

Address

NOTE: If Principal or Surety are corporalions, the respective corporate seals should be alfixed. Additionally, a certified copy of aPower-of-Attorney appointing the indwidual Adorney-rn-Fact for the Surety, as well as the Power-of-Attorney apponbng theFlorida licensed agent, should be attached

C & S Engineers, inc,0061 13.13 -2

Rev. 11f14

GREAT AMERICAN INSURANCE COMPANY Administrative Office: 301 E 4TH STREET e CINCINNATI, OHIO 45202 ' 513-369-5000 ~ FAX 513-723-2740

The number of persons authorized bythis power of attorney is not more than TEN

Nso 0 20715POWER OF ATTORNEY

KNOW ALL SIEN BY THESE PRESENTS: That thc GREAT AMERICAN INSURANCE COMPANY a corporation organized and existing underand by virtue of the laws of thc State of Ohio, docs hcrcby nominate, constitute and appoint thc person or persons named below, each individually if morc thanonc is named, its true and lawful attomcy-in-fact, for it and in its name, place and stead to cxccutc on behalf of the said Company, as surety, any and all bonds,undertakings and contracts of suretyship, or other svnucn obligations in thc nature thereof; provided that the liability of thc said Company on any such bond,undertaking or contract of surctyshtp cxccutcd under this authority shall not cxcccd thc limit stated below.

NameJENNIFER L. HINDLEY

CHRISTINE MORTON

KELLY PHELANMARGIE L. MORRIS

J.W. GUIGNARDBRYCE R. GUIGNARD

PAUL J. CIAMBRIELLOAPRIL L. LIVELY

ALLYSON FOSS WINGDEBORAH ANN MURRAY

This Power ofAttorney rcvokcs all previous posvcrsIN WITNESS WHEREOF thc GREATAMERICAN

olllcers and its corporate seal bereunlo alftxed this

Limit of PowerALL

$ 100,000,000

GREAT AMERICAN INSU ANCE COMPAN

AddressLONGWOOD, FLORIDALONGWOOD, FLORIDA

LONGWOOD, FLORIDALONGWOOD, FLORIDALONGWOOD, FLORIDA

TAMPA, FLORIDAissued on bchall'of thc attorney(s)-in-fact named above.INSURANCE COMPANY has caused thcsc prcscnts to bc signed and a(tea(cd by its appropriate

7TH day of APRIL 2020

Assis(44( secre(ary Dw(siva«(sensor Vsse Pres(drss(

STATE OF OHIO, COUNTY OF HAMILTON - ss: MARK V(CAR(O (977-377-2403)

On this 7TH day of APRIL 2020, bcforc mc personally appcarcd MARK VICAR IO, to mc known,being duly sworn, dcposcs and says that hc rcsidcs in Cincinnati, Ohio, that hc is a Divisional Senior Vtcc Prcsidcnt of thc Bond Division of Great AmericanInsurance Companv, the Company described in and svhich executed the above instrument; that he knosvs the seal oRhe said Company; that the seal aAixrd to thesaid instrument is such corporate seal; that it tvas so aliixed bl authority ol'his otT(ce under the BJ-Laws of said Compan&, attd that he signed his name thmvtoby like authority.

SUSAN A KOH015TNotary PublicState of Ohio

My Comm. ExpiresMay 18, 2025

This Power ofAttomcy is granted by authority of thc following resolutions adopted by thc Board ol'Directors of Great American Insurance Companyby unanimous written consent dated Junc 9, 2008.

RESOLVED: That (he Divisional Presidem, the several Divisional Senior I (re Presiden(s, Divisional Vice Pmsiden(s «ad Divisoaal Assis(an( VicePresi den(s, or any one of (he(a, be and hereby is a«rhori red fm(a (i (ne (o ri rue, (o appoi 0( one or «rare daa(neys i«par( (0 exec(r(e on behalfof the Ca(apany,as s«re(y any and ag bonds, (mder(«lings and ronrrac(s ofs«re(yship, or 0(her sv(iaen abliga(ious m (he nan(re (hereof (0 prescribe their respee(i ve d«(ies aad(he re spec(i ve li «ri (4 of(heir a(ahori ry( and (o revol e any such appai 0

(men (

a( a(ry (i (ne.

RESOL I'ED FORT((ER( Tha( (he Caa(pm(y seal aad the signa(ure ofany of (lse aforesaid aff(vers and any Secre(my or gssis(a(a Secre(a(J of (i(vCompany (nay be a/ised byfacsi(«i le (o any potrer ofaaoraey or cer(i)c ra(e ofei(her gi re«for (he execution ofa«v hami, (mder(aling, eoa(rar( ofs«rr(J ship,or o(her «vine« obli ga(ion in rhe na(«re (hereof such signa«(re and seal (rhea sa «sed being irereby adop(ed by (he Co(«puny as (he original signa«(re ofsuch0+err a«d (he original seal af(hr Comparry, (o be valid«ad binding «poa (he Ca(«puny «'id( the sa(asforce and effrr( as (ha«gh (nm(«ally affssed.

CERTIFICATION

I, STEPHEN C. BEILAHA, Assistant Sccrctary ofGreat American Insurance Company, do hcrcby certify that thc Iorcgoing Posvcr ofAttorney andthc Resolutions of thc Board of Directors of Junc 9, 2008 have not bccn rcvokcd and arc now tn full force and clfccL

Signed and scaled thisQi'ayol'~qI

2df(I j

Ass(s(os( Sss.s (40

31029AR (03/90)

'RLANDO EXECUTIVE AIRPORTBP-045, Taxiways F & G Rehabilitation

PAYMENT BOND FORMSECTION 00 61 13.16

GREATER ORLANDO AVIATION AUTHORITYORLANDO, FLORIDA

SECTION 00 61 13.16- PAYMENT BOND FORM BOND Noz 9826579

The cover page that lists the contact information for the entities involved in this bond is considered the front page of this bond and is an integral partof this bond and, therefore, must not be separated from this bond.

KNOW ALL MEN BY THESE PRESENTS that Gibbs & Register, Inc., hereinafter called Principal, andGreat American Insurance Company a corporation organized under the

laws of the State of~ having its home office in the City of Cincinnati andlicensed to do business in the State of Florida, hereinafter called Surety, are held and firmly bound unto the GreaterOrlando Aviation Authority, hereinaffer called Owner, for the use and benefit of claimants as hereinbelow defined, inthe Penal Sum of TWO MILLION THREE HUNDRED SEVEN THOUSAND TWO HUNDRED SIXTY AND NO/100DOLLARS ($2,307,260.00) for the payment of which sum well and truly to be made, Principal and Surety bindourselves, our heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS Pi ipib by It g tdtd,7.E Zt t dititbo *i "EidP kg bdg,y i y EAGRE biiitti,oi d E ti Aip

accordance with the Contract Documents which are incorporated herein by reference and made a part hereof, andare herein referred to as the Contract.

WHEREAS, Surety is authorized to do business in the State of Florida.

NOW, THEREFORE, the condition of this obligation is such that if Principal shall promptly make payments to allclaimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials, or supplies, useddirectly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this obligation shallbe void; otherwise, it shall remain in full force and effect subject, however, to the following conditions:

1. This bond is given to comply with Section 255.05, Florida Statutes, and any action instituted by aclaimant under this bond for payment must be in accordance with Sections 255.05(2) and 255.05(10),Florida Statutes, as amended, including, but not limited to, the notice and time limitation provisionstherein.

2. Therefore, a claimant, except a laborer, who is not in privity with the Contractor shall, before commencing ornot later than 45 days after commencing to furnish labor, services or materials for the prosecution of the work, servethe Contractor with a written notice that he or she intends to look to the bond for protection. A claimant who is not inprivity with the Contractor and who has not received payment for furnishing his or her labor, services, or materialsshall, serve a written notice of nonpayment on the Contractor and on the Surety. Notices must be served in accordancewith Section 255.05(2), as amended. The notice of non-payment shall be under oath and served during the progressof the work or thereafter, but may not be served earlier than forty-five (45) days after the first furnishing of the labor,services or materials by the claimant or later than ninety (90) days after the final furnishing of the labor, services ormaterials by the claimant, or, with respect to rental equipment, later than 90 days after the date that the rentalequipment was last on the job site available for use. Any notice of nonpayment served by a claimant who is not inprivity with the contractor which includes sums for retainage must specify the portion of the amount claimed forretainage. No action for the labor, services, or materials may be instituted against the Contractor or the Surety unlessboth notices have been served. No action shall be instituted against the Contractor or the Surety on the bond afterone (I) year from the performance of the labor or completion of the delivery of the materials or supplies.

3. The Surety's obligations hereunder shall remain in full force and effect notwithstanding (i) amendmentsor modifications to the Contract entered into by Owner and Principal without the Surety's knowledge or consent,(ii) waivers of compliance with or any default under the Contract granted by Owner to Principal without the Surety's

C & S Engineers, Inc.00 61 13.16 - 1

Rev. 10/19

ORLANDO EXECUTIVE AIRPORTBP-045, Taxiways F & G Rehabilitation

PAYMENT BOND FORMSECTION 00 61 13.16

knowledge or consent, (iii) the discharge of Principal from its obligations under the Contract as a result of anyproceeding initiated under The Bankruptcy Code of 1978, as the same may be amended, or any similar state orfederal law, or any limitation of the liability of Principal or its estate as a result of any such proceeding, or (iv) anyother action taken by Owner or Principal that would, in the absence of this clause, result in the release or dischargeby operation of law of the Surety from its obligations hereunder.

4. Any changes in or under the Contract Documents (which include the, Drawings and Specifications) andcompliance or noncompliance with any formalities connected with the Contract or the changes therein shall notaffect Surety's obligations under this Bond and Surety hereby waives notice of any such changes. Further,Principal and Surety acknowledge that the Penal Sum of this Bond shall increase or decrease in accordance withthe approved changes or other modifications to the Contract Documents.

IN Wl/NESS WHEREOF, the Principal and Surety have executed this instrument under their several seals on this2." day of 20 ~ (, to be effective as of the date of the Contract, the name

and corporate seal of each corpor e party being hereto affixed and these presents fully signed by its undersignedrepresentative, pursuant to authority of its governing body.

Signed, sealed and deliveredIn the presence of:

ODOR FERGUSON, CEO/PRESIDENT

(SEAL)Great American Insurance Company

Surety

(SEAL)

By:

Jenn y

Name and TitleGui nard Com anAgency1904BootheCirde Lon wood FL32750Address

Jennifer L. Hindley, FL Licensed Resident AgentName and TitleGui nard Com anAgency1904 Boothe Circle Lon wood FL 32750Address

NOTE: If princpat or surety are corporations, the respective corporate seals should be afFixed. Add fiona liy, a ceniried copy of aPower-ofvrrtlorney appoirting the individual Attorney-irvpact for the Surety, as well as the Power-of-Attorney appointing theFlorida licensed agent, should be attached,

C & S Engineers, Inc.0061 13.16-2

Rev. 10/19

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

PERFORMANCE AND PAYMENTBOND CERTIFICATION FORM

SECTION 00 61 13.19

SECTION 00 61 13.19 — PERFORMANCE AND PAYMENT BOND CERTIFICATION FORM

GREATER ORLANDO AVIATION AUTHORITYORLANDO, FLORIDA

Heather G. Winters certify that I am the Secretary of thecorporation, the General Partner of the Partnership or Manager or the Managing Member of the LLC, namedas Principal in the foregoing Performance and Payment Bonds; that

who signed the said Bonds on behalf of the Principalwas then President or Vice-President of said corporation, the General Partner of the Partnership or theManager or Managing Member of the LLC; that I know ]his, her] signature, and [his, her] signature thereto isgenuine, and that said Bonds were duly signed, sealed and attested for and in behalf of said Principal byauthority of its governing body or is otherwise authorized b h P 'erformanceand Payment Bonds.

Heather G. WintersSecretary Printed Name

(Corporate Seal)

C&S Engineers, Inc.00 61 13.19 - 1

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

PERFORMANCE AND PAYMENTBOND CERTIFICATION FORM

SECTION 00 61 13.19

THIS PAGE INTENTIONALLY LEFT BLANK

C&S Engineers, Inc.00 61 13.19-2

GOAA October 2020Federal Version

GREAT AMERICAN INSURANCE COMPANY Administrative Office: 301 E 4TH STREET ~ CINCINNATI, OHIO 45202 ~ 513-369-5000 ~ FAX 513-723-2740

The number of persons authorized bythis power of attorney is not more than TEN

No. 0 20715POVI'ER OFATTORNEY

KNO&V ALL &I EN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY a corporation organized and existing underand by vinuc of thc laws of thc State of Ohio, docs hcrcby nominate, constitute and appoint thc person or persons named below, each individually if morc than

onc is named, its true and latvful attomcy-in-fact, for it and in its name, place and stead to cxccutc on behalf of thc said Company, as surety, any and all bonds,undcnakings and contracts of suretyship, or other wrincn obligations in thc nature thereof; provided that the liability of the said Company on any such bond,

undertaking or contract of suretyship cxccutcd under this authority shall not cxcccd thc limit stated below.

NameJENNIFER L. HINDLEY

CHRISTINE MORTON

KELLY PHELAN

MARGIE L. MORRIS

Attest

C

J.W. GUIGNARDBRYCE R. GUIGNARD

PAUL J. CIAMBRIELLO

APRIL L. LIVELY

ALLYSON FOSS WING

DEBORAH ANN MURRAY

This Power ofAttorncy rcvokcs all previous powersIN WITNESS WHEREOF thc GREAT AMERICAN

ollicers and its corporate seal hereunto a)lixed this

AddressLONGWOOD, FLORIDA

LONGWOOD, FLORIDA

LONGWOOD, FLORIDA

LONGWOOD, FLORIDA

LONGWOOD, FLORIDA

TAMPA, FLORIDA

issued on behalf of thc attorney(s)-in-fact named above.INSURANCE COMPANY has caused thcsc prcscnts to bc signed and at tea(cd by its appropriate

7TH dav of APRIL 2020GREATAMERICAN INSU ANCE COMPAN

4 arr(44( Secre(vr( D(r(siovvl Scmtv Vree rrrrrdrn(

STATE OF OHIO, COUNTY OF HAMILTON - ss: MARK v(CAR(0 (377-377-2405'I

On this 7TH day of APRIL 2020, bcl'orc mc personally appcarcd MARK VICARIO, to mc knovvn,

being duly sworn, dcposcs and says that hc rcsidcs in Cincinnati, Ohio, that hc is a Divisional Senior Vice Prcsidcnt of thc Bond Division of Great AmericanInsurance Company, the Company described in and tvhich executed the above instrument; tlmt hc Mtotvs the seal ol'the said Com pan&1 that the seal agixcd to thesaid instrument is such corporate seal; that it tvas so aAixcd by authority of his oAice under the 0&-Laws of said Company, and that he signed his name (hectoby hkc authority.

SUSAN A KOHORST

Notary PublicState of Ohio

My Comm. EzplreaMay 18, 2025

This Power of Attorney is granted by authority of thc following resolutions adopted by thc Board of Directors of Great American Insurance Companyby unanimous written consent dated Junc 9, 2008.

RESOLVED: That (he Divisional Presi den(, the several Divisionvl Senior Vice Presi den(s. Divisivavl (4(re Presiden(4 aad D((isvaal Assis(aai IR(ce

Presi den(s, or any one of them, be aad hereby is va(hvrized f(vm (i are (0 (i me, (o vppoi n( one or more (laoraeys in Far( ro execu(e on behalf ofd(e Company,vs (are(y, any aad all bonds, voder(vlings avd roa(rar(s ofsu(e(yship, or v(hera riven obligations in the va(are thereof (0 prescribe their respective d(vie( aad(he re(per(ive li (vi(s of their au(hori(y( aad Ia revoke vay sark appoi avnca( v( vay (i (ae.

RESOLI'ED FORT(IER( Tha( the Coa(pony seal aad Ihe signa(vre ofnay of Ihe vforesnid agirers vad any Secre(a(y or dssis(an( Secretory ofIhe

Co(npaay vmy be off(red byfnrsia(i le Iv nny potrer ofa((oracy or rer(if(ro(r ofei rher gi rea far (he execu(ion ofany bond, «ader(ali vg, contract of surert ship,or 0(her tt ri((ea vbhga(ion in (he narare Ihemvf, such signa(are and seal (chen so nsed being hereby advp(ed by the Company as (he or(gina( sigaan(re of such

off(rer avd Ihe original seal of(he Co(apany, (o br mhd nad hindi vg upon the Company tri(h (he smneforce and effec( as (hough a(av vallv aff( red.

CERTIFICATION

I, STEPHEN C. BERAHA, Assistant Sccrctary ofGreat American Insurance Company, do hcrcby certify that thc foregoing Potvcr ofAttorney andthc Resolutions of thc Board of Directors of Junc 9, 2008 have not been rcvokcd and arc now in full force and cffcct.

Signed and scaled this

Q»;:

0'7'" idly, ZGW I

4 aavv( secre(vr&

31023AK (03/201

ORLANDO EXECUTIVE AIRPORT

BP-045,Taxiways F 8 G Rehabilitation

PERFORMANCE BONDFORM

SECTION 00 61 13.13

GREATER ORLANDO AVIATION AUTHORITYORLANDO, FLORIDA

SECTION 00 61 13.13 - PERFORMANCE BOND BOND NO.:

The cover page that Sets the contact information for the entities invoived in this bond is considered the front page of this bond and is an integral partof this bond and, therefore, must not be separated from this bond

KNOW ALL MEN BY THESE PRESENTS that Gibbs & Register, Inc., hereinafter called Pnncipal, and, a corporation organized under the laws of the State

of and licensed to do business in the State of Florida, hereinaffer called Surety, are heldand firmly bound unto the Greater Orlando Aviation Authority, hereinafter called Owner, in the Penal Sum of TWOMILLION THREE HUNDRED SEVEN THOUSAND TWO HUNDRED SIXTY AND NQ/100 DOLLARS($2,307,260.00), for the payment of which sum well and truly made, Principal and Surety bind ourselves, our heirs,personal representatives, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, Pnncipal has by wntten agreement dated, entered into a

Contract with Owner for "Bid Package 045, Taxiways F 8 G Rehabilitation, Orlando Executive Airport," inaccordance with the Contract Documents which are incorporated herein by reference and made a part hereof,and are herein referred to as the Contract

WHEREAS, Surety is authorized to do business in the State of Florida

NOW, THEREFORE, the condition of this obligation is such that if Principal

1 Promptly and faithfully performs the Contract including, but not limited to, its design (if any), constructionand warranty provisions m the time and manner prescribed in the Contract, and correction of defectwe work, and

2. Pays Owner all losses, damages, expenses, costs, attorneys'ees and other legal costs (including, butnot limited to, those for investigattve and legal support services and appellate proceedings), that Owner sustainsresulting directly or indirectly from the conduct of the Pnncipal including, but not limited to, breach or default underthe Contract, want of care or skill, negligence, patent infnngement, or intentionally wrongful conduct on the partof the Principal, its officers, agents, employees or any other person or entity for whom the Principal is responsible,

then this bond is void; otherwise it shall remain in full force and effect

3. In the event that the Pnncipal shall fail to perform any of the terms, covenants and conditions of theContract during the period in which this Performance Bond is in effect, the Surety shall remain hable to the Ownerfor all such loss or damage {including reasonable attorneys'ees and other legal costs) resulting from any failureto perform up to the amount of the Penal Sum.

4. In the event that the Surety fails to fulfill its obligations under this Performance Bond, then the Surety shallalso indemnify and save the Owner harmless from any and all loss, damage, cost and expense, includingreasonable attorneys'ees and other legal costs for all trial and appellate proceedings resulting directly or indirectlyfrom the Surety's failure to fulfill its obligations hereunder. This paragraph shall survive the termination orcancellation of this Performance Bond The obligations set forth in this paragraph shall nol be limited by the PenalSum of this Bond.

5. The Surety's obligations hereunder shall be direct and immediate and not conditional or contingent uponOwner's pursuit of tts remedies against Principal, and shall remain in full force and effect nohvithstanding (i)amendments or modifications to the Contract entered into by Owner and Pnncipal without the Surety's knowledgeor consent, (ii) waivers of any default under the Agreement or the Contract granted by Owner to Principal withoutthe Surety's consent, (iii} the discharge of Pnncipal from its obligations under the Contract as a result of any

C & S Engineers, Inc.0061 13.13 -1

Rev 11/14

ORLANDO EXECUTIVE AIRPORT

BP-045,Taxiways F & G Rehabilitation

PERFORMANCE BONDFORM

SECTION 00 61 13.13

proceeding initiated under The Bankruptcy Code of 1978, as the same may be amended, or any similar state orfederal law, or any limitation of the liability of Pnncipal or its estate as a result of any such proceeding, or (iv) anyother action taken by Owner or Principal that would, in the absence of this clause, result in the release or dischargeby operation of law of the Surety from its obhgations hereunder.

6 The institution of suit upon this Bond shall be in accordance with Section 95.11{2)(b), Flonda Statutes

7 Any changes tn or under the Contract Documents (which include the Plans, Drawings and Specifications)and comphance or noncomphance with any formalities connected with the Contract or the changes therein shallnot affect Surety's obligations under this Bond and Surety hereby waives notice of any such changes Further,Principal and Surety acknowledge that the Penal Sum of this bond shall increase or decrease in accordance withapproved changes or other modifications to the Contract Documents.

IN WITNESS WHEREOF, the Pnncipal and Surety have executed this instrument under their several seals on thisday of

, 20, to be effective as of the date of the Contract, the nameand corporate seal of each corporate party being hereto affixed and these presents fully signed by its undersignedrepresentative, pursuant to authority of its governing body

Signed, sealed and deliveredin the presence of; ~Gibe s ~

Principal

By

(SEAL)Name and Title

Surety

By;Name and Title

(SEAL) Agency

Address

(Countersignature by a Flonda Licensed Agent)

Name and Title

Agency

Address

NOTE. lf Pnncipal or Surety are corporations, the respective corporate seals should be affixed Additionally a cenified copy of aPower-of-Attorney appomting the indiwdual Attorney-in-Fact for the Surety, as well as the Power-of-Attorney appointmg theFlorda licensed agent, should be attached

C & S Engineers, inc00 61 13 13 -2

Rev 11/14

ORLANDO EXECUTIVE AIRPORTBP-045, Taxiways F 8 G Rehabilitation

PAYMENT BOND FORMSECTION 00 61 13.16

GREATER ORLANDO AVIATION AUTHORITYORLANDO, FLORIDA

SECTION 00 61 13.16- PAYMENT BOND FORM BOND Nod

The cover page that hats the contact informahon for the entities involved in this bond is considered the front page of this bond and is an integral partof this bond and, therefore, must not be separated from this bond

KNOW ALL MEN BY THESE PRESENTS that Gibbs & Register, Inc., hereinafter called Principal, anda corporation organized under the

laws of the State of , having its home office in the City of andlicensed to do business in the State of Florida, hereinafter called Surety, are held and firmly bound unto the GreaterOrlando Aviation Authonty, hereinafter called Owner, for the use and benefit of claimants as herembelow deftned, inthe Penal Sum of TWO MILLION THREE HUNDRED SEVEN THOUSAND TWO HUNDRED SIXTY AND NO/100DOLLARS ($2,307,260.00} for the payment of which sum well and truly to be made, Pnncipai and Surety bindourselves, our heirs, personal representatives, successors and assigns, jointly and severally, firmly by these presents.

WHEREAS, Principal has by written agreement dated , entered into acontract with Owner for "Bid Package 045, Taxiways F & G Rehabilitation, Orlando Executive Airport," inaccordance with the Contract Documents which are incorporated herein by reference and made a part hereof, andare herein referred to as the Contract

WHEREAS, Surety is authorized to do business in the State of Florida

NOW, THEREFORE, the condition of this obligation is such that if Principal shall promptly make payments to alfclaimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials, or supphes, useddirectly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this obligation shallbe void; otherwise, it shall remain in full force and effect subject, however, to the following conditions

1 This bond is given to comply with Section 255.05, Florida Statutes, and any action instituted by aclaimant under this bond for payment must be in accordance with Sections 255.05(2} and 255.05(10),Florida Statutes, as amended, including, but not limited to, the notice and time limitation provisionstherein.

2, Therefore, a claimant, except a laborer, who is not in privity with the Contractor shall, before commencing ornot later than 45 days affer commencing to furnish labor, services or materials for the prosecution of the work, servethe Contractor with a written notice that he or she intends to look to the bond for protection. A claimant who is not inpriwty with the Contractor and who has not received payment for furnishing his or her labor, services, or materialsshall, serve a wntten notice of nonpayment on the Contractor and on the Surety. Notices must be served in accordancewith Section 255.05{2), as amended. The notice of non-payment shall be under oath and served during the progressof the work or thereafter, but may not be served earlier than forty-five (45) days after the first furnishing of the labor,services or matenals by the claimant or later than ninety (90) days after the final furnishing of the labor, services ormatenals by the claimant, or, with respect to rental equipment, later than 90 days after the date that the rentalequipment was last on the job site available for use. Any notice of nonpayment served by a claimant who is not inpnwty with the contractor which includes sums for retainage must specify the portion of the amount claimed forretainage. No action for the labor, services, or materials may be instituted against the Contractor or the Surety unlessboth notices have been sewed. No action shall be instituted against the Contractor or the Surety on the bond afterone (1) year from the performance of the labor or completion of the delivery of the materials or supphes.

3. The Surety's obligations hereunder shall remain in full force and effect notwithstanding (i) amendmentsor modifications to the Contract entered into by Owner and Principal without the Surety's knowledge or consent,(ii) waivers of compliance with or any default under the Contract granted by Owner to Principal without the Surety's

C & S Engineers, inc00 61 13.16 - 1

Rev. 10/19

ORLANDO EXECUTIVE AIRPORTBP-045, Taxiways F & 6 Rehabilitation

PAYMENT BOND FORMSECTION 00 61 13.16

knowledge or consent, (iii) the discharge of Principal from its obligations under the Contract as a result of anyproceeding initiated under The Bankruptcy Code of 1978, as the same may be amended, or any similar state orfederal law, or any limitation of the liability of Principal or its estate as a result of any such proceeding, or (iv) anyother action taken by Owner or Principal that would, in the absence of this clause, result in the release or dischargeby operation of law of the Surety from its obligations hereunder.

4 Any changes in or under the Contract Documents (which include the, Drawings and Specifications) andcompliance or noncomphance with any formahties connected with the Contract or the changes therein shall notaffect Surety's obligations under this Bond and Surety hereby waives notice of any such changes. Further,Principal and Surety acknowledge that the Penal Sum of this Bond shall increase or decrease in accordance withthe approved changes or other modifications to the Contract Documents.

IN WITNESS WHEREOF, the Pnncipal and Surety have executed this instrument under therr several seals on thisday of , 20, to be effective as of the date of the Contract, the name

and corporate seal of each corporate party being hereto affixed and these presents fully signed by its undersignedrepresentative, pursuant to authonty of its governing body.

Signed, sealed and deliveredIn the presence of

Gibbs & Re ister Inc.Principal

By.Name and Title

(SEAL)

Surety

By:

(SEAL) Name and Title

Agency

Address

(Countersignature by a Florida Licensed Agent)

Name and Title

Agency

Address

NOTE If Pnncipai or Surety are corporations, the respecbve corporate seals should be affixed Addrtronatty, a candied copy of aPower-of-Attorney appointing the individual Attorney-in-Fact for the Surety, as well as the Power-of-Attorney appomting theFlonda licensed agent, should be attached

C 8. S Engineers, Inc0061 1316-2

Rev. 10/19

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

CERTIFICATE OF INSURANCE FORMSECTION 00 62 16

SECTION 00 62 16 — CERTIFICATE OF INSURANCE FORM

The Contractor shali provide commercial general and contractual liability, automobile insurance, worker'scompensation and employer's liability coverage with limits as listed in Section 20 of the General Provisions.Certificates of Insurance shall be executed in a form acceptable to the Owner and the "Statement of Agentor Broker" provided herein shall be executed by the Agent/Broker and submitted to the Owner's Contractsand Grants Manager prior to contract execution. An deductible or self-insurance retention should beindicated on the Certificate of Insurance

The Certificate of Insurance shall state the following as certificate holder:

The Greater Orlando Aviation AuthorityEngineering and ConstructionOne Jeff Fuqua Blvd.Orlando, FL 32827

The insurance coverage shall include the additional insureds as indicated in the General Conditions.

END OF SECTION 00 62 16

C&S Engineers, Inc.00 62 16 - 1

GOAA October 2020Federal Version

ORLANOO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

CERTIFICATE OF INSURANCE FORMSECTION 00 62 16

THIS PAGE INTENTIONALLY LEFT BLANK

C&S Engineers, inc.00 62 16 - 2

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORT INSURED: Gibbs & Re ister, Inc.BP-00045, TAXIWAYS F8 G REHABILITATION

STATEMENT OF AGENT OR BROKER

Your insured is required to provide Evidence of Insurance to the Greater Orlando Aviation Authority(hereafter "Authority" ). In order for the Authority to determine if your insured's contractual obligations havebeen fulfilled, the Authority requires the current ACORD form certificate of insurance AND the completionof this Statement of Agent or Broker.

In order for your insured's Evidence of Insurance to be acceptable to the Authority, you must affirm (check)all items on ihe following checklist:

X I represent to Authority that I am authorized by each of the insurers to complete this Statement ofAgent or Broker.

X A copy of the cedificate has been sent to each of the insurers.

I have verified and confirmed an A.M. Best Rating of A-, Vill or better for each insurer from the A.M.Best's Insurance Re ort except with respect to the following:

X I am aware the Authority requires 30 days'otice of any adverse material changes in the coveragesor nonrenewal of the policies on this certificate. I have requested an endorsement to such effect,An adverse material change includes any reduction in the limits of the insurer's liability, anyreduction, non-renewal or cancel)ation of any insurance coverage or any increase in the insurer'sself-insured retention.

I have requested each insurer endorse its policies to state: "The Greater Orlando AviationAuthority, the City of Orlando and their members (including, without limitation, members of theAuthority's Board and the City's Council and members of the citizens advisory committees of each),officers, agents and employees, are hereby included as additional insureds as required by theterms of the Contract between the named insured party and the Greater Orlando AviationAuthority." Or alternatively to state, "additional insured status applies when required by contract"or "blanket additional insured applies". I have requested an endorsement to such effect.

The coverage provided by the policies shown is primary in respect to any valid and collectibleinsurance that the Authority may possess.None of the policies (except Excess Umbrella or Professional Liability) contains a self-insuredretention or deductible provision with respect to third-party coverage. If you cannot affirm thisstatement, please specify which policy(les) contains a self-insured retention or deductible and theamount.

X Each of the insurers will pay third party claims from first dollar at 100% value viithout a requirementthat the insured party pay its deductible prior to such time. If not, please explain:

X All of the insurers shown on the Certificate of Insurance are authodized or approved to write thecoverages shown in the State of Florida.

X I have completed this Statement and my signature appears on the Certificate of Insurance provided.

Signature: Date 6/24/2021

Printed Name: Bobbi Barlow Broker/Agency Name; Brown & Brown of Florida, Inc.

Phone 386-944-5804 Fax: 386-333-6113 E-maik .Com

END OF SECTION 00 6216

RM-5 (6/99)006216-3

GOAA October 2020

ACORD CERTIFICATE OF LIABILITY INSURANCEDATE (uu/DD/YYYY)

pi)/24/2021

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIF(CATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.

IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed.If SUBROGATION IS WAIVED, subJect to the terms and conditions of the policy, certain policies may require an endnrsement. A statement onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s),

PRODUCER

Brown & Brown of Flodida, Inc

PO Box2412

Daytona Beach FL 32115-2412

0 ACT Elinn peacockNAME:PHQ ~ 386 944.5804

Aonmmbss [email protected]

i N 5URER(5) AF FOR O(NG COVERAGE

rnsunan„. Zurich American Insurance Company

(386) 333-6113

NA(C ¹16535

INSURED

GIBBS & REGISTER INC

232 S DILLARD ST

wsuRER s i Marks(Amencan Insurance Company

,NSGRERC fBridgefield Employers Insurance CompanY

wsunpn p . XL SPecialty Insurance Company

28932

1 0701

37885

WINTER GARDEN

COVERAGES

FL 34787

CERTIFICATE NUMBER. 20-21

wsuRER 9, Ategn(y Specialty Insurance Company

insuRER F .

REVISION NUMBER:

16427

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABQVE FOR THE POL(CY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT IMTH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTA(N, THE INSIJRANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,FXCLUSfONS AND COND(TIONS OF SUCH POLICIES LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.

LTR TYPE OF (NSURANC6 IN 0 Wl/D PQL(CY NUMBER MN/OD/YYYY (JM(on Uu(TS

CQNNERCIAL GENERAL UAeiLirY

Cuilua-MAGE + OCCUR

EACH OCCURREi(CE

PREMISES a ocmrreoce

1,000,000

s 500,000

GEN'(.AGGfiEGAT('i liiiiiTAPPl lbs PEfi

POLICY X JECT LQC

OTHER

AUTOMOBILE UAeiL(ry

GLO019423604 07/01/2020uEQ EXP (Aoy one pe it i os)

07/01/2021 PFRSQNALs/Ovfutuny 1 1,000,000

GENERALAGGREGATE 1

r RQQucrs-QQupfppnpo 1

CQua)NCQ Sin()LE(furr1 I ppp pppFa scbdocr

A~ ANYAUTQ

QWNEfiAUTOS ONLYHiREOAUTOS ONLY

scusuui.puAUTOSNQNOWNEQA(Jl'QS ONLY

BAP019423604 07/01/2020

aoo(LY INJURY (Per penna)

07/01/2021 euo(LY iN iunY (per socideol)

PROPERTY QANAGEPfr r imdlfa pi

P(P-Bss(c 1 10,000

UMBRELLA UAS QGQVR

ExcEss L(Ae c(AfusbuALE MKI.M7FU(.100290 07/01/2020 07/01/2021EAC)i OCCURRENCE 1

5 000 ppp

AGGREGATE 1 5 000 000

Qsi) JN RETEN'f(QN 1

WORKERS CQMPENSAT(QNANO EMPLOYERS'Ae(UTY Y/NANY PRQPRiETOR/PARTNERiEXECuf(VEQFFiCERiuEuesR EXCLUQaps(mande(cry In NH)if res, descobe underDESCRIPT(ON OF QPERAT(QNS below

Equipment FloaterD

NiA 0830-58791

UM00077629MA20A

07/01/2020

07/01/2020

QTH-STATUTE ER

07/pi/2py I E L EACH Accrornf

E L QisEASE-EAENPLQYEE

E L C(6EASE-PQUCY i.iu)T 1

InslaEa(ion Floaler

07/01/2021 Leased/ Rented Equip

1,000,000

$ 1,000,000

$500,000

DESCR(P T(ON OF OPERATIONS i LQCAllQN5 r VEHICLES (ACQRO 1¹f, Addidoes i Remarks Schedue, may be aim chad if more space is required)

SEE NOTES FOR POLICY COVERAGE FORMSPROJECT: BP-045, ORL TAX(WAYS F 8 G REHABILITATIONTHE OWNER, CITY OF ORLANDO AND THEIR MEMBERS, (INCLUDING WITHOUT LIMITATION, MEMBERS QF THE AUTHORITY'S BOARD AND THECITY'S COUNCILAND MEMBERS OF THE C(TIZENS'ADVISORY COMMITTEES OF EACH), OFFICERS, AGENTS AND EMPLOYEES OF EACH, ANDTHE OARARE ADDITIONAL INSUREDANDA WAIVER OF SUBROGATION APPLIES,AS REQUIRED BY WRITTEN CONTRACTAND (FAPPL(CABLE,PER THE FORMS LISTED ON THE ATTACHED ADDITIONAL REMARKS SCHEDULE.

CERTIFICATE HOLDER CANCELLATION

THE GREATER ORIANDO AVIATION AUTHORITY

ENGINEERING & CONSTRUCTION

11312 TERM((VAL C SERVICE RD

ORLANDO FL 32824

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, NOT(CE WfLL BE DELIVERED IN

ACCORDANCE WITH THE POLICY PROVISIONS.

AUTHOR(ZEO REPRESENTATIVE

VI)(9/p(cl'. AQklD~

ACORD 25 (2016/03)

0 1988-2015 ACORD CORPORATION. Ag rights reserved.The ACORD name and logo are registered marks of ACORD

~8ACORD

AGENCY CUSTOMER ID:

LOC ¹:

ADDITIONAL REMARKS SCHEDULE Page of

AGENCY

Brown & Brown of Flonda, Inc.

POLICY NUMBER

NAMEDiNSURED

GIBBS & REGISTERING

CARRIER

ADDITIONAL REMARKS

NAIC CODE

EFFEcltua DATE:

THIS ADDITIONAL REMARKS FORNI IS A SCHEDULE TO ACORD FORM,

FORM NUMBER, 25 FORM TITLE Certificate of Liabikty Insurance. Notes

POLLUTION AND PROFESSIONALCARRIER: INDIAN HARBOR iNSURANCE COMPANYPOLICY NUMBER: PEC004496206EFFECTIVE DATES: 12/07/2020-12/07/2021LIMITSPOLLUTION $1M EACH CONDITION WITH 33M AGGREGATEPROFESSIONAL $ 1M EACH NEGLIGENTACT llNTH $3M AGGREGATERETENTION-$25,000

EXCESS LIABILITYCARRIER'POLICY M 01PXLP700004830EFFECTIVE DATES. 07/01/2020 TQ 07/01/2021LIMITS: $4,000,000 EXCESS OF UMBRELLAAT $5,000,000

CURRENT BLANKET POLICY FORliilS:

GENERAL LIABILITY.

1) UGL1175F CW 0413 - ADDITIONAL iNSURED -AUTOMATIC - OWNERS, LESSEES OR CONTRACTORS (ADDITIONAL INSURED, INCLUDINGONGOING AND COMPLETED OPERATIONS, ADDITIONAL INSURED-LESSOR OF FQUIPMENT, ADDITIONAL INSURED-MGR OR LESSQR OFPREMISES, ADDITIONAL INSURED-ARCH/ENG/SURVEYS EMPLOYED BY OTHERSAND INSURED, PRIMARYAND NON-CONTRIBUTORY)

2) UGL925BCW1201 -WAIVER OF SUBROGATION (WAIVER OF SUBROGATION)3) UGL1521A CW 1012 - BLANKET NOTIFICATION TQ OTHERS CANCEI tATION/NONRENEWAL (30 QAY NOTICE OF CANCELLATION)

AUTO LIABILITY:

1) CA2048 1013 - DES/GNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE (ADDITIONAL INSURED, ADDITIONAL INSURED - RENTAL

CAR COMPANY, PRIMARY AND NQN-CONTRIBUTORY)2) CA0444 1013- WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS (WAIVER OF SUBROGATION)

4) UCA832ACW 0113- BLANKET NOTIFICATION TO OTHERS CANCFLLATION/NONRENEWAL (30 DAY NOTICE)

WQI(KERB COMPENSATION:1) WC000313 0484-WAIVER OF OLIR RIGiiT fQ RECOVER FROM OTHERS ENDORSEMFNT (WAIVER OF SUBROGATION)

2) WC990641A- BLANKET NOTIFICATION TO OTHERS OF CANC ELI ATION OR NONRENEWAL ENDORSFMFNT (30 OAY NOTICE)

UMBRFLLA LIABILITY:

1) MADUB1000 0115 ~ (ADDITtONAL INSURED, PRIMARY AND NON-CQNTRIBUTORYAND WAIVER OF SUBROGATION)UMBREI.LA LIABELTY GOES OVER GFNERAL LIABILITY, AUTO LIABILITY, & EMPLOYERS LIABILITY

EQUIPMENT FLOATER1) CO1072 0402- LOSS PAYABLE SCHEDULE {LOSS PAYEE)

ACORD 101 (2008/01) 200S AGGRO CORPORATION. Ag rights reserved.

The ACORD name and logo are registered marks of ACORD

Additional Insured — Automatic — Owners, Lessees Or ZUgigHContractors

Policy No Eff Date of Pol Exp. Date of Pol. Eff. Date of End Producer No Add'I. Prem Rerum Prem.

GLO 0194235-04 07/01/2020 07/01/2021 84037000 INC L

THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.

Named Insured:Address (including ZIP Code}:

This endorsement modifies insurance provided under the:

Commercial General Liability Coverage Part

A. Section II — Who Is An Insured is amended to include as an additional insured any person or organization whom youare required to add as an additional insured on this policy under a written contract or written agreement. Such personor organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personaland advertising injury" caused, in whole or in part, by:

1. Your acts or omissions; or

2. The acts or omissions of those acting on your behalf,

in the performance of your ongoing operations or "your work" as included in the "products-completed operationshazard", which is the subject of the written contract or written agreement.

However, the insurance afforded to such additional insured:

1. Only applies to the extent permitted by law; and

2. Will not be broader than that which you are required by the written contract or written agreement to provide forsuch additional insured.

B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies:

This insurance does not apply to:

"Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure torender, any professional architectural, engineering or surveying services including:

a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys,field orders, change orders or drawings and specifications; or

b. Supervisory, inspection, architectural or engineering activities.

This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in thesupervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the"bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved therendering of or the failure to render any professional architectural, engineering or surveying services.

includes copynghted material of Insurance Services Office, Inc., with its permission.

u-GL-1175-F CW (04/13)Page 1 of 2

C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV—Commercial General Liability Conditions:

The additional insured must see to it that:

We are notified as soon as practicable of an "occurrence" or offense that may result in a claim;

2. We receive written notice of a claim or "suit" as soon as practicable; and

3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued byanother insurer under which the additional insured may be an insured in any capacity. This provision does notapply to insurance on which the additional insured is a Named Insured if the written contract or written agreementrequires that this coverage be primary and non-contributory.

D. For the purposes of the coverage provided by this endorsement:

1. The following is added to the Other Insurance Condition of Section IV — Commercial General LiabilityConditions:

Primary and Noncontributory insuranceThis insurance is primary to and will not seek contribution from any other insurance available to an additionalinsured provided that:

a. The additional insured is a Named Insured under such other insurance; and

b. You are required by written contract or written agreement that this insurance be primary and not seekcontribution from any other insurance available to the additional insured.

2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition of Section IV — CommercialGeneral Liability Conditions:

This insurance is excess over:

Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additionalinsured, in which the additional insured on our policy is also covered as an additional insured on another policyproviding coverage for the same "occurrence", offense, claim or "suit". This provision does not a I tpo icy in w ich the additional insured is a Named Insured on such other policy and where our policy is required byoli''

written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis.

E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsementshowing the additional insured in a Schedule of additional insureds, and which endorsernent applies specifically tothat identitied additional insured.

F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added toSection III — Limits Of Insurance:

The most we will pay on behalf of the additional insured is the amount of insurance:

1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or

2. Avai(able under the applicable Limits of insurance shown in the Declarations,

whichever is less.

This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations.

All other terms and conditions of this policy remain unchanged.

includes copydighted material of Insurance services Office, Inc., with its permission.

U-GL-I 175-F CW (04/I 3)Page 2 of 2

Waiver Of Subrogation (Blanket) Endorsement

Pohcy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of Eod Producer Add'I Prem Rerum Prem

GLO 0194235-{14 07/01/2020 07/01/2021 84037000 $ INCL $

THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.

This endorsement modifies insurance provided under the:

Commercial General Liability Coverage Part

The following is added to the Transfer Of Rights Of Recovery Against Others To Vs Condition:

lf you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery fmmothers, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to

any other operations in which the insured has no contractual interest.

U-GE-925-8 CW (12/01)Page I of I

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

PARTIAL RELEASE FORREDUCTION OF RETAINAGE

SECTION 00 62 76.19

SECTION 00 62 76.19 - PARTIAL RELEASE FOR REDUCTION OF RETAINAGE

GREATER ORLANDO AVIATION AUTHORITY

KNOW ALL PERSONS BY THESE PRESENTS, that the undersigned, conditioned upon payment ofthe sum of

DOLLARS (5 ) (payment amount), paid by the Greater Orlando AviationAuthority (hereinafter referred to as "Owner" ), does hereby fully and completely discharge and release theOwner from and waives any and all debts, accounts, promises, damages, liens, encumbrances, causes ofaction, suits, bonds, judgments, claims and demands whatsoever, in law or in equity, which the undersignedever had, now has or might hereafter have on account of labor performed, material furnished or servicesrendered, directly or indirectly, for the Contract between the parties, datedknown as "BP-00045, Taxiways F&G Rehabilitation, Orlando Executive Airport," except for the followingClaims, if any, which have been properly raised in accordance with the Contract Documents:

(list brief description of Claim or list None). All Claimsnot specifically listed are hereby waived.

The undersigned further covenants that it will use this payment to make full and final payments to allsubcontractors, suppliers, materialmen and any or all other persons supplying material, supplies, servicesor labor used directly or indirectly in the prosecution of the Work.

The undersigned shall maintain in full force and effect the provisions of the Contract Documents respectingthe guaranty against defective work, and any other special guaranties required by the Contract Documents,for the terms provided in the Contract Documents, which terms shall begin to run from the date specified inthe Contract Documents.

The undersigned represents and warrants that the statements contained in the foregoing Release are trueand correct and that the person signing this Release has full authority to bind the Contractor.

IN WITNESS WHEREOF, I hereunto set my hand and seal this day of

WITNESSES:CONTRACTORBy:

Title: President

(CORPORATE SEAL)(If Applicable)

State of:County of:

day ofOn this before meas (office) of

, who, being duly sworn, did execute theand who is personally known by me or who presented (type of identification)who did take an oath.

Notary Public:(Seal)

Printed Name:

Commission Expires:

appeared (name)(name of Firm)foregoing affidavit,

, and

C&S Engineers, inc.00 62 76.19 - 1

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

PARTIAL RELEASE FORREDUCTION OF RETAINAGE

SECTION 00 62 76.19

THIS PAGE INTENTIONALLY LEFT BLANK

C&S Engineers, Inc.00 62 76.19 - 2

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

CONSTRUCTION ADMINISTRATION FORMSSECTION 00 62 93

SECTION 00 62 93 - CONSTRUCTION ADMINISTRATION FORMS

PART 1 - GENERAL

The following listed forms are hereby made a part of the Construction Documents.

PART 2 - PRODUCTS

Index of Construction Administration Forms for Contractor

Form ¹001002003006

007008009010

010A013A015016017018

018A018B018C018D018E018F018G018H019020021023024025026

Descri tionParking Permit Office - Release FormBadge & ID Office (Access Control Office) — Release FormKey Shop - Release FormLDB Designated Mobilization Payment Release Form (Shall not apply ifthe State of Florida and requires Disadvantaged Business Enterprisedefined in the Instructions to Bidders)Certificate of Substantial Completion (CoSC)Substantial Completion Acceptance (SCA)Partial Occupancy/Use Agreement (POUA)Application for Payment Forms

010-Cover Cover Sheet010-Bkdwn Breakdown010-SM Stored Materials010-DISS Contractor Disbursements to Subcontractors/SuppliersRemittance Information RequestOwner's Close-Out Documentation ChecklistRequest for InformationRequest for ClarificationJob MemorandumElectrical System Interruption/Utility Outage NotificationUON Procedures for Contractors and UON ChecklistRoofing Impact Notification (RIN)Security System Interruption/Utility Outage NotificationUtility Outage NotificationEnergized Electrical Work PermitMaintenance of Traffic (MOT) NotificationSmoke Detector NotificationTBD Blank NotificationDesigner's Supplemental InstructionsUtility Service Request (to OUC by Owner)Request for Use of Lot(s) on Canal RoadSubcontractor's Sworn Statement of AccountPowder Actuated Tools PermitReceipt for Commissioning Closeout DocumentsCity of Orlando Wastewater Division Construction Closeout ChecklistConstruction Coordination Phone ListAirport Layout Plan (ALP) Change RequestHot Work (Burn) PermitKey Plans and Instructions

the Project is funded by(DBE) participation as

RM-5 (6/99)00 62 93 -1

GOAA October 2020

ORLANDO EXECUTIVE AIRPORT CONSTRUCTION ADMINISTRATION FORMSBP-00045, TAXitltfAYS F&G REHABILITATION SECTION 00 62 93

PART 3 - EXECUTION

3.1 During the administration of the Contract, the Contractor will be required to complete variousconstruction administration forms as a part of the Greater Orlando Aviation Authority's ManagementSystem. These forms are identified in the "Index of Construction Forms" and will be issued at the Pre-Construction Conference. These forms are available upon request prior to that time. The Forms may berevised during the construction period and the Contractor will be required to comply with these revisions.

END OF SECTION 00 62 93

C&S Engineers, Inc.00 62 93-2

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

FINAL RELEASE FORMSECTION 00 65 19.29

SECTION 00 65 19.29 - FINAL RELEASE FORM

GREATER ORLANDO AVIATION AUTHORITY

KNOW ALL PERSONS BY THESE PRESENTS, that the undersigned, conditioned upon payment ofthe sum of DOLLARS($ ) (final total Contract amount), paid by the Greater Orlando AviationAuthority (hereinafter referred to as "Owner" ), does hereby fully and completely discharge and release theOwner from and waives any and all debts, accounts, promises, damages, liens, encumbrances, causes ofaction, suits, bonds, judgments, claims and demands whatsoever, in law or in equity, which the undersignedever had, now has or might hereafter have on account of labor performed, material furnished or servicesrendered, directly or indirectly, for the Contract between the parties, datedknown as" BP-00045, Taxiways F&G Rehabilitation, Orlando Executive Airport," except for those claims,disputes and other matters arising out of or relating to said Contract which have been raised by writtendemand in accordance with the Contract Documents prior to this date and identified by the Contractor asunsettled in the final Application for Payment,The undersigned further covenants that all subcontractors, suppliers, materialmen and any or all otherpersons supplying material, supplies, services or labor used directly or indirectly in or for the Work will bepaid in full upon receipt of final payment from Owner.

The undersigned shall maintain in full force and effect the provisions of the Contract Documents respectingthe guaranty against defective work, and any other special guaranties required by the Contract Documents,for the terms provided in the Contract Documents, which terms shall begin to run from the date specified inthe Contract Documents.

The undersigned represents and warrants that the statements contained in the foregoing Release arecorrect.

IN WITNESS WHEREOF, I hereunto set my hand and seal this

WITNESSES:CONTRACTOR

By:

Title:

(CORPORATE SEAL)(If Applicable)

State of:County of:

Final Release Form must be signed by acorporate officer or such other representative ofthe Contractor with authority to bind theContractor to this Release.

On this day of before meas (office) of

, who, being duly sworn, did execute theand who is personally known by me or who presented (type of identification)who did take an oath.

Notary Public:(Seal)

Printed Name:

appeared (name)(name of Firm)foregoing affidavit,

, and

C&S Engineers, Inc.

Commission Expires:

00 65 19.29 - 1

GOAA October 2020Federal Version

ORI ANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

FINAL RELEASE FORMSECTION 00 65 19.29

THIS PAGE INTENTIONALLY LEFT BLANK

C&S Engineers, Inc.00 65 19.29 - 2

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABII ITATION

SUBCONTRACTOR FINALRELEASE FORM

SECTION 00 65 19.33

SECTION 00 65 19.33 — SUBCONTRACTOR FINAL RELEASE FORM

GREATER ORLANDO AVIATION AUTHORITY

KNOW Al L PERSONS BY THESE PRESENTS, that the undersigned, conditioned upon payment ofthe sum of

DOLLARS ($ ) (final totalContract amount), paid by the Contractor does hereby fully and completely discharge and release theGreater Orlando Aviation Authority from and waives any and all debts, accounts, promises, damages, liens,encumbrances, causes of action, suits, bonds, judgments, claims and demands whatsoever, in law or inequity, which the undersigned ever had, now has or might hereafter have on account of labor performed,material furnished or services rendered, directly or indirectly, for the Project known as " BP-00045, TaxiwaysF&G Rehabilitation, Orlando Executive Airport," except for those Claims made in accordance with theContract Documents prior to this date and identified by the Contractor as unsettled in the Contractor's finalApplication for Payment.

This Final Release and Waiver is conditioned upon receipt of the final payment from the Contractor in theamount of Dollars ($ ) and is not effective until that payment is received.

The undersigned further covenants that all sub-subcontractors, suppliers, materialmen and any or all otherpersons supplying material, supplies, services or labor used, directly or indirectly, on or for the Project havebeen paid in full.

The undersigned shall maintain in full force and effect all guaranties against defective work, and any otherspecial guaranties required by the Subcontract.

The undersigned represents and warrants that the statements contained in the foregoing Release are trueand correct.

IN WITNESS WHEREOF, I hereunto set my hand end seal this dsy of

WITNESSES:SUB CONTRACTOR

By:

Title:

(CORPORATE SEAL)(If Applicable)

State of:County of:

Final Release Form must be signed by acorporate officer or such other representative ofthe Sub Contractor with authority to bind the SubContractor to this Release.

On this day ofas (office)

, who, being duly sworn, did executepersonally known by me or who presented (type of identification)

before me appeared (name)of (neme of Firm)

the foregoing affidavit, end who is, snd who did take an oath.

(Seal)Notary Public:

Printed Name:

Commission Expires:

C&S Engineers, Inc.00 65 19.33 - 1

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

SUBCONTRACTOR FINALRELEASE FORM

SECTION 00 65 19.33

THIS PAGE INTENTIONALLY LEFT BLANK

C&S Engineers, Inc.00 65 19.33 - 2

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

SUPPLEMENTARY CONDITIONSSECTION 00 73 00

SECTION 00 73 00 — SUPPLEMENTARY CONDITIONS

The following supplements modify the "General Provisions." Where a portion of the General Provisions ismodified or deleted by these Supplementary Conditions, the unaltered portions of the General Provisionsshall remain in effect.

DISPUTE REVIEW BOARD Modifications to the General Provisions:

Replace the first paragraph in Article 4. RESOLUTION OF DISPUTES in Section 50-2B of the GeneralProvisions with the following:

Any Claim, dispute or other matter in question arising out of or relating to the Contract Documents or the breachthereof, if not resolved by the parties at the time such Claim or dispute arises, shall be subject to the DisputeReview Board process identified in Section 00 73 83.13 of the Contract Documents, which process, conditionsand procedures are incorporated herein by reference. The Dispute Review Board process shall be a conditionprecedent to any party filing legal action. Following the conclusion of the Dispute Review Board process,unresolved Claims shall be brought only in the Circuit Court of the Ninth Judicial Circuit in and for OrangeCounty, Florida.

CBS Engineers, Inc.00 73 00-1

GOAA October 2020Federal Version

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS Ftt G REHABILITATION

SUPPLEMENTARY CONDITIONSSECTION 00 73 00

END OF SECTION 00 73 00

C&S Engineers, Inc.00 73 00-2

GOAA October 2020Federal Version

ORI ANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

HAZARDOUS MATERIALSSECTION 00 73 19.13

SECTION 00 73 19.13- HAZARDOUS MATERIALS

PART 1 - GENERAL

1.1. SECTION INCLUDES

A. Alerting Contractors against the presence of hazardous materials in certain items in the buildingand alerting against the use of hazardous materials.

1.2. DEFINITION

A. As used in this Section, Hazardous Materials shall mean any hazardous substance as defined in42 USC Section 9601 or regulations adopted pursuant to that Section or any material listed on theFlorida Substance List required by Section 442.103, Florida Statutes.

1.3. CONSTRUCTION

A. Asbestos, asbestos containing material, lead or other hazardous materials are not allowed duringthe construction of new work or renovations at the Airport.

B. The Contractor will identify hazardous materials that are currently used in the construction processand in the way of new construction and shall seek specific approval, both as to the type of hazardousmaterial and as to limits of usage, from the Owner.

PART 2 - PRODUCTS (Not Applicable)

PART 3 - EXECUTION (Not Applicable)

ENO OF SECTION 00 73 19.13

C&S Engineers, Inc.00 73 19.13 - 1

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

HAZARDOUS MATERIALSSECTION 00 73 19.13

THIS PAGE INTENTIONALLY LEFT BLANK

C8S Engineers, Inc.00 73 19.13 - 2

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

DISPUTE REVIEW BOARDSECTION 00 73 83.13

SECTION 00 73 83.13 — DISPUTE REVIEW BOARD

1.0 OVERVIEW

A Dispute Review Board (DRB) will be established for this Project to assist in the resolution ofdisputes arising out of the Work. This Section 00 73 83.13 describes the purpose, procedure,function and features of the DRB.

1.2 The DRB will provide special expertise to assist and facilitate the timely and equitable resolution ofdisputes and controversies between the Owner and the Contractor. The DRB is not intended as asubstitute for the Owner and Contractor to proceed in good faith to cooperate with another and toresolve fairly and expeditiously disputes that arise during the performance of the Work. The Ownerand Contractor are to make every reasonable effort to resolve disputes before submitting them tothe DRB.

1.3 The DRB will be used when the procedure for resolving disputes, as set forth in the ContractDocuments and this section, is unsuccessful. The submission to the DRB of any unresolveddispute is a condition precedent to litigation or arbitration of the unresolved dispute.

1.4 The DRB will fairly and impartially consider the disputes referred to it and will provide writtenrecommendations to assist in the resolution of the disputes. The recommendations of the DRB willnot be binding on either the Owner or the Contractor and will not be admissible in any subsequentlitigation proceedings.

1.5 During the dispute resolution process, the Contractor will continue with the Work in accordancewith the Contract Documents in a diligent manner and without delay. With respect to the Work thatis the subject of a dispute, the Contractor will keep complete records of extra costs and timeincurred in accordance with the Force Account provisions of the Contract Documents (unless notreasonably possible). In accordance with the Contract Documents, the Contractor will permit theOwner, its designated representatives and the DRB access to any records needed for evaluatingthe dispute, without any claim of privilege or confidentiality. Such access will be provided afterreasonable notice. Copying costs will be paid by the party requesting the copies.

An agreement will be entered into between the Owner, Contractor and DRB members thatincorporates the terms and procedures set forth in this Section 00 73 83.13. A copy of thisagreement, titled Three Party Agreement, is located in Section 00 73 83.19.

2.0 DRB MEMBERSHIP

2.1 The DRB will consist of three members, one member selected by the Owner and approved by theContractor, and one member selected by the Contractor and approved by the Owner. The firsttwo members shall select and agree on the third member which third member shall not be subjectto approval by either the Contractor or the Owner. Normally, the third member will act as Chair forall DRB activities. If the third member of the DRB declines to act as Chair, then the chairmanshipshall be alternated with the Owner's selected member assuming this position at the first resolutionmeeting.

2.2 The Contractor and the Owner shall each submit the name and credentials of their proposedmember to the other within ten (10) business days of the date of the Notice of Intent to Award theContract. The two members, upon acceptance, shall mutually agree on the third member. If there

C&S Engineers, Inc.00 73 83.13-1

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

DISPUTE REVIEW BOARDSECTION 00 73 83.13

is an impasse in the selection of the third member, the third member will be selected by the Ownerand the Contractor, with the first consideration to the nominees reviewed by the first two members.All three members shall attend the Pre-Construction Meeting.

2.3 All DRB members shall be experienced with the type of construction methods associated with theProject, in the interpretation of contract documents and in contract dispute resolution. The goal in

selecting the third member is to complement the construction experience of the first two membersand to provide leadership to the DRB's activities. It is imperative that DRB members show nopartiality to either the Contractor or the Owner or have any conflict of interest.

2.4 The criteria and limitations for membership will be as follows:

A. The persons selected will have no direct or indirect ownership or financial interest in theContractor, the OAR, the Designer (i.e., the Architect or Engineer of the Project), anysubcontractor or supplier of the Project or the employer of other DRB members.

B. Except for services as a DRB member of the Owner's projects, no member shall have been anemployee, contractor or consultant to the Contractor or the Owner, the OAR, the Designer, anysubcontractor or supplier of the Project within a period of five years prior to the Contract award.

C. No member shall have had a personal, professional or business relationship with the Owner orthe Contractor or either's subcontractors or sub-consultants of the project (or an employee orofficer of the Owner or the Contractor).

D. No member shall have had any prior involvement in the Project (other than as a DRB member)of a nature which could be construed to compromise the ability to impartially resolve disputes.

E. No member shall be employed by the Contractor or the Owner, the OAR, the Designer, or anysubcontractor or supplier of the Project during the term of the Contract, except as a DRBmember pursuant to the Three Party Agreement,

F. During the term of the Contract, no discussion or agreement shall be made between a DRBmember and Owner or the Contractor regarding employment after the Contract is completed.

G. During the term of the Contract, ex parte communications between a DRB member and theOwner or the Contractor or either's subcontractors or sub-consultants of the project areprohibited.

2.5 Before appointments are final, the first two prospective members will submit complete disclosurestatements for the approval of both the Owner and the Contractor. Each disclosure statement (inthe form prepared by the Owner) will include the prospective member's experience and adeclaration describing all past, present and anticipated or planned future relationships to the Projectand with the parties to the Contract. The third DRB member will supply a similar statement to thefirst two DRB members (and to the Owner and the Contractor) before the third member appointmentis finalized. The Owner's and Contractor's DRB members will ensure that the third member meetsall of the selection criteria listed above.

2.6 In the event of death, disability or resignation of a member, such member shall be replaced in thesame manner as the member being replaced was selected. If for whatever other reason a memberfails or is unable to serve, the Chair (or failing the action of the Chairman, then either of the othermembers) shall inform the parties and such non-serving member shall be replaced in the samemanner as the member being replaced was selected. Any replacement made by the parties shallbe completed within fifteen (15) business days after the event giving rise to the vacancy on theDRB, failing which the replacement shall be made by the two remaining members of the DRB.Replacement shall be considered completed when the new member executes the Three PartyAgreement.

C&S Engineers, Inc.00 73 83.13-2

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

DISPUTE REVIEW BOARDSECTION 00 73 83.13

3.0 DRB PROCEDURES

3.1 The DRB will formulate procedures of operation that shall be flexible with respect to the functioningof the DRB and consistent with the existing procedures for contract administration.

3.2 Each DRB member shall be provided a complete set of the Contract Documents. The Owner andthe Contractor shall, before each DRB meeting, if requested by the members, provide each withcopies of biweekly or monthly reports already in use on the project.

3.3 The DRB will visit the Project once a month during the first three months of construction of theProject unless the Owner and Contractor decide otherwise. The Owner and Contractor shalltogether have the discretion to determine the frequency of meetings thereafter, unless a meetingis required to hear a disputed issue that could not be otherwise resolved by the parties. Themeetings will be scheduled in connection with the Owner's Job Coordination Meetings (JCMs),except for meetings for unresolved disputes.

3.4 The first three monthly meetings will consist of an informal discussion and a field inspection of theWork. The informal discussion will be attended by the DRB and selected personnel from theOwner and the Contractor. The field inspection will cover all active segments of the Work. TheDRB will be accompanied by representatives of both the Owner and the Contractor during the fieldinspection. Soliciting any DRB member's advice or consultation regarding the Work or the Contractis expressly prohibited.

In circumstances of unresolved disputes, the DRB will meet until the unresolved disputes areconcluded. Subsequent meetings do not have to take place at the Project site. The location andfrequency of subsequent meetings will be agreed upon by the Owner, the Contractor and the DRBdepending upon the progress of the Work.

3.6 Agenda for regularly scheduled meetings of the DRB will generally include the following:

A. Meeting opened by the Chair of the DRB.B. Description by the Contractor of the work accomplished since the last meeting, current status

of the work schedule, anticipated work to be completed prior to the next scheduled DRBmeeting, potential problems and proposed solutions.

C. Discussion by the Owner of work schedule, potential problems and any general observationsof issues that might possibly become problems or disputes.

D. Update by DRB on status of its recommendation of the resolution of a pending disputed matter,if applicable.

E. If there is a new dispute, initial discussion commences with remarks by the party requestingthe meeting summarizing the dispute, the issues involved and that party's requested resolution.The other party will then respond with its position.

F. If there is an ongoing dispute that has not yet been resolved, each party shall addressinformation previously requested by the DRB followed by the other party's response.

G. Discussion of the dispute, followed by identification of further action or information needed fromthe parties and set target dates for providing such action or information to the DRB.

H. Set a place, date and time for next meeting.A site visit will be conducted, accompanied by both the Owner and the Contractor..

3.7 During the regularly scheduled meetings, the DRB shall be provided, by the Owner, with anadministrative assistant who shall prepare meeting minutes and circulate them for comments,revisions and/or approval by all concerned.

C&S Engineers, Inc.00 73 83.13-3

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

DISPUTE REVIEW BOARDSECTION 00 73 83.13

3.8 The Contractor and the Owner shall participate in the DRB meetings without the presence of legalcounsel, although each party is free to consult with counsel before or after the meetings to preparefor or respond to DRB meeting issues.

4.0 RESOLUTION OF DISPUTES

4.1 Disputes will be considered as quickly as possible, taking into consideration the particularcircumstances and the time required to prepare detailed documentation. Steps may be omitted asagreed by both parties and the time periods stated below may be shortened in order to hastenresolution or lengthened when the issues are complex.

A. If the Owner or Contractor objects to any final decision or position by the other regarding anyclaim or change order request or other action, and all avenues for resolving such objections bydirect negotiation have been exhausted, then either party may file a written request for hearingto the DRB within fifteen (15) business days after the last event giving rise to the objection,stating clearly the specific issue to be addressed by the DRB, the basis for the party's objectionto the final decision made by the other party, and the requested recommendation of the DRB.

B. Upon receipt by the DRB of a written request for hearing, the DRB will first decide when andwhere to conduct the meeting to hear the dispute. For an urgent matter, the DRB will meet atits earliest convenience. Only disputes or claims that have been duly preserved under the termsof the Contract, as determined by the Board, will be eligible to be heard by the Board.

C. Either party furnishing written documentation to the DRB will furnish copies of such informationto the other party. Initial written documentation will be furnished a minimum of fifteen (15)business days prior to the date the DRB sets the meeting to hear the dispute. Respondingwritten documentation, if any, will be furnished to the DRB and the other party a minimum ofone week prior to the DRB meeting. If the DRB requests additional documentation prior to,during or after the meeting, the Owner and/or the Contractor will provide the requestedinformation to the DRB and to the other party. All written documentation provided by the DRBand the other party shall be and remain confidential settlement negotiations and shall not beadmissible in any subsequent legal proceeding or arbitration; furthermore, each party and theDRB shall not disseminate this written documentation except to the DRB participants and theirrepresentatives.

D. Written documentation and arguments from both parties shall be sent to each DRB memberand the other party for study before the hearing begins.

E. The Contractor and the Owner will each be afforded an opportunity to be heard by the DRBand to offer documentation or whatever information they deem appropriate.

F. The DRB's initial recommendation of entitlement must be provided to the parties in writingwithin fifteen (15) business days of completion of the meeting(s). If both parties agree, theDRB will be granted additional time to formulate its recommendation of entitlement in cases ofextreme complexity.

G. Unless otherwise agreed by the parties, the DRB's initial recommendation shall addressmatters of entitlement only. If the DRB determines that there is no entitlement, the DRBprocess shall be complete and either party may seek recourse in accordance with the Contract.

H. If the DRB determines that there is entitlement, the parties shall carefully consider the DRB'srecommendation and attempt to negotiate a full resolution of the dispute, If the parties cannotagree on an amicable resolution of the dispute within thirty (30) days from the receipt of theDRB's initial written recommendation, either party may request that the DRB make a finalrecommendation to resolve the entire dispute in accordance with the Contract, including arecommendation of equitable adjustment to the contract and/or an extension of time, if

applicable. The DRB may schedule additional meetings to facilitate the rendition of a finalrecommendation.

C&S Engineers, Inc.00 73 83.13-4

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

DISPUTE REVIEW BOARDSECTION 00 73 83.13

Within five (5) business days after receipt of the DRB's recommendation either party maysubmit to the DRB and the other party a written request for clarification or additional explanationof the DRB's recommendation, The DRB will not consider appeals, protests or the introductionof new evidence. Within five (5) business days after receipt of such a request, the DRB willeither respond with a written clarification or will respond explaining that the request was notvalid.

J. Within fifteen (15) business days of receiving the DRB's final recommendation of resolution, orfifteen (15) business days after the DRB has responded to a written request for clarification,whichever is longer, both the Owner and the Contractor will accept or reject the DRB's finalrecommendation of resolution in writing. The failure of a party to respond within the fifteen (15)day period will be deemed an acceptance by such party of the DRB's final recommendation ofresolution.

K. If the Owner and the Contractor are able to resolve the dispute (with or without the aid of theDRB's recommendations), the Owner will promptly process any required Contract changes.

L. If the dispute remains unresolved, either party may seek reconsideration of therecommendation by the Board, but only when there is new evidence to present.

M. If the DRB's final recommendation of resolution is rejected, by either party, either party mayseek recourse in accordance with the Contract.

4.2 The fact that the DRB considered the dispute, the qualifications of the DRB members, the DRB'srecommendation, the DRB meetings, whether the parties accepted or rejected the DRB'srecommendation and all information submitted in connection with the DRB procedure areconfidential settlement negotiations and are not admissible in any subsequent legal proceedings.

5.0 THE DRB RESOLUTION MEETING

5.1 The DRB shall be provided with documentation from both parties for study before the meeting tohear disputes. Copies of such materials shall be provided to each party. All written documentationprovided to the DRB and the other party, and any records of the DRB meeting, shall be and remainconfidential settlement negotiations and shall not be admissible in any subsequent legal proceedingor arbitration.

While the DRB may keep a record of its sessions during consideration of a dispute, the DRB willnot be required to keep a formal record. Audio or video recording of the meeting is not allowed.

5.3 The Owner and the Contractor will have representatives at all dispute resolution meetings. Theparty requesting DRB review will first discuss the dispute, t'ollowed by the other party. Each partywill then be allowed successive rebuttals until all aspects are fully covered. The members and theparties may ask questions, request clarification or ask for additional data. In large or complexcases, additional meetings may be necessary in order to consider and fully understand all of theinformation presented by both parties. During the meetings, no member will express any opinionconcerning the merit of any facet of the dispute.

5.4 After the meeting is concluded, the DRB will meet in private to formulate recommendationssupported by two or more members. All DRB deliberations will be conducted in private, withindividual views kept strictly confidential. No minutes shall be prepared for the DRB privatemeetings. As set forth above, the DRB's recommendation must be in writing and provided to bothparties. The recommendation shall be based on the pertinent Contract provisions, the documentssubmitted and the facts and circumstances involved in the dispute.

CLS Engineers, Inc.00 73 83.13-5

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

DISPUTE REVIEW BOARDSECTION 00 73 83.13

5.5 The DRB will make every effort to reach a unanimous decision. If a unaniinous decision is notpossible, the dissenting member may (but is not required to) prepare a minority report.

5.6 Board members are to act impartially and independently in the consideration of Contract provisions,and the facts and conditions surrounding any written documentation submitted to the Board byeither party. Board members shall not discuss or communicate any matters relating to any aspectof the construction project or specific disputes except at duly scheduled meetings of the Board, withthe exception of communications between the Chairman and other parties on administrativematters relating to the operation of the Board.

6.0 FEES AND EXPENSES OF DRB MEMBERS

6.1 The Owner and Contractor shall equally share the fees and expenses of all three DRB membersfor services rendered under the Three Party Agreement. The Owner shall provide a monetaryallowance as indicated on the Bid Form for its estimated share of the DRB fees and expenses. TheContractor shall include in its bid or proposal price the amount the Contractor estimates is neededfor its share of such fees and expenses. Should the Owner's total pro-rata share exceed theallowance during the performance of the DRB process then the Owner shall process a changeorder to pay its additional share with the Contractor paying its additional share from its own funds.The Owner shall not be responsible for paying the Contractor's share of the DRB fees andexpenses.

6.2 The Owner or the OAR will prepare for review and deliver to the DRB and the parties, the minutesof meetings and provide administrative services, such as conference facilities and secretarialservices.

6,3 If the DRB desires special services, such as legal consultation, accounting, data research and etc.,both parties must agree and the Contractor and the Owner will share the costs equally.

7.0 THREE PARTY AGREEMENT

7.1 The DRB members, the Owner and Contractor shall execute the Three Party Agreement as soonas reasonably possible after the members are selected.

END OF SECTION 00 73 83.13

C&S Engineers, Inc.00 73 83.13-6

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

DISPUTE REVIEW BOARDTHREE PARTY AGREEMENT

SECTION 00 73 83.19

SECTION 00 73 83.19 — DISPUTE REVIEW BOARD THREE PARTY AGREEMENT

DISPUTE REVIEW BOARD THREE PARTY AGREEMENT

THIS THREE PARTY AGREEMENT, hereinafter called "Agreement", made and entered into thisday of , 20, between the Greater Orlando Aviation Authority ("Owner" ) and

("Contractor" ) and the Dispute Review Board, ("Board" ), andconsisting of three members:andWITNESSETH, thatWHEREAS, the Owner is now engaged in the construction of BP-00045, andWHEREAS, the BP-00045 contract provides for the establishment and operation of the Board to assist inresolving disputes and claims; andWHEREAS, the Board is composed of three members, one selected by the Owner, one selected by theContractor, and the third member selected by these two;WHEREAS, each member has completed a Disclosure Statement which is attached hereto and made apart of this Agreement;NOW THEREFORE, in consideration of the terms, conditions, covenants, and performance containedherein, or attached and incorporated and made a part hereof, the parties hereto agree as follows:

I

DESCRIPTION OF WORKIn order to assist in the resolution of disputes and claims between the Contractor and the Owner, the Ownerhas provided, in the BP-00045 Contract, for the establishment of the Board. The intent of the Board is tofairly and impartially consider disputes placed before it and provide written recommendations for resolutionof these disputes to both the Owner and the Contractor. The members of the Board shall perform theservices necessary to participate in the Board's actions described in Section 00 73 83.13, Dispute RewewBoard, of the Contract Documents, which is incorporated herein by reference.

II

TIME FOR BEGINNING AND COMPLETIONThe Board is to be in operation throughout the life of the active BP-00045 contract and, if needed, for areasonable post-construction period following final acceptance of the project but not to exceed the date theOwner administratively closes the Contract for construction of the project.

III

PAYMENTThe Board members shall be paid by the Contractor for services rendered under this Agreement asprovided hereinafter. Such payments shall be full compensation for work performed or services rendered,and for all labor, materials, supplies, equipment, and incidentals necessary to the operation of the Board.The Board members shall comply with all applicable portions of 48 CFR 31 {Federal AcquisitionRegulations: Contract Cost Principals and Procedures), if applicable to the funding for the Contract.

All Inclusive Fee: Each Board Member will be paid a lump sum fee of $ 1,200 per day for each day theBoard meets for regularly scheduled project meetings. This daily rate includes salary and all expensesrelated to membership on the Board. In addition, Board members shall be compensated for a maximum offour (4) hours per month at the rate of $200 per hour for time spent reviewing project records outside ofmeeting days. Subsequent changes in the billing rate must be authorized by a Supplemental Agreementto this Agreement.

An all-inclusive per hearing cost of $8,000 has been established for compensation for all members of theBoard for participation in each hearing. The Board chairman will receive $3,000 for participation in thehearing while the two remaining members will receive $2,500 each. If an additional day is required for the

C&S Engineers, Inc.00 73 83.19 -1

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

DISPUTE REVIEW BOARDTHREE PARTY AGREEMENT

SECTION 00 73 83.19

hearing, additional compensation will be made for each additional day in the amount defined for a regularlyscheduled project ineetings. No other preparation costs will be reimbursed for each hearing.

If a Board member is required to travel more than 50 miles one way to attend a regularly scheduled meetingor a hearing, then each such member shall receive compensation for mileage at the current StandardMileage Rates published by the Internal Revenue Service. In addition, if a member is required to spend anight associated with each regularly scheduled Board meeting or a hearing, lodging costs shall bereimbursed at the current Per Diem Rates for Orlando, Florida as published by the U.S. GovernmentServices Administration (GSA). If air travel is required, such travel must be arranged by the Owner in

accordance with the Owner's travel policy. No other compensation will be made for travel related expenses.

IVNO ASSIGNMENT

The Board members shall not assign any of the work of this Agreement.

VTERMINATION OF AGREEMENT

This Agreement may be terminated by mutual agreement of the Owner and the Contractor at any time,upon not less than four weeks written notice to all other parties. Board members may withdraw from theBoard by providing four weeks written notice to all other parties. This Agreement will remain in force untilanother Dispute Review Board Three Party Agreement to replace it has been fully executed, Boardmembers may be terminated for or without cause only by their original appointer; the Owner may onlyterminate the Owner-appointed member, the Contractor may only terminate the Contractor-appointedmember, and the first two members must agree to terminate the third member, except in the instance of anapparent conflict of interest, when a member may be terminated for cause by a vote of both the other twomembers plus either the Owner or the Contractor.

VlINDEPENDENT CONSULTANT

The parties hereto mutually understand and agree that each Board member in the performance of dutieson the Board is acting in the capacity of an independent consultant and not as an employee or agent ofeither the Owner or the Contractor. The parties agree that no Board member shall be personally liable forany act or omission in the scope of their capacity as a Board member pursuant to this Agreement unlesssuch Board member acted in bad faith or with malicious purpose or in a manner exhibiting wanton andwillful disregard of their responsibilities hereunder.

VllVENUE, APPLICABLE LAW

In the event that any party deems it necessary to institute legal action or other proceedings to enforce anyright or obligation under this Agreement, the parties hereto agree that any such action shall be brought in

Orange County, Flodida the exclusive venue for such action, and shall be governed by Florida law.

VillPUBLIC RECORDS

Upon receipt of any public records request for documents, papers, letters, or other materials made orreceived by the parties to this Agreement, the parties hereto shall immediately notify the Owner and obtainprior written consent from the Owner before releasing such records. The Owner shall be afforded anopportunity to assert any privilege or exemption that is available under Florida law concerning theproduction of such records to third parties prior to production.

C&S Engineers, Inc.00 73 83.19 -2

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

DISPUTE REVIEW BOARDTHREE PARTY AGREEMENT

SECTION 00 73 83.19

IX

NO BONUSThe parties hereto agree that they shall not agree to pay or receive any commission, percentage, bonus,or consideration of any nature, other than the payment provided for in Section III above, for theirperformance and services under this Agreement.

XCONVICTED VENDOR LIST

The undersigned acknowledges the following notice: "A person or affiliate who has been placed on theconvicted vendor list following a conviction for a public entity crime may not submit a proposal on a contractto provide any goods or services to a public entity, may not submit a proposal on a contract with a publicentity for the construction or repair of a public building or public work, may not submit proposals on leasesor real property to a public entity, may not be awarded or perform work as a contractor, supplier,subcontractor, or consultant under a contract with any public entity, and may not transact business with anypublic entity in excess of the threshold amount set forth in Florida Statutes, Section 287.017, forCATEGORY TWO, for a period of 36 months from the date of being placed on the convicted vendor list."

IN WITNESS WHEREOF, the parties hereto have executed this Agreement as of the day and year firstabove written.

Owner's Board Member Contractor's Board Member

By: By:

Board Selected Member

By:

Greater Orlando Aviation Authority Contractor

By: By:

Title: Title:

C&S Engineers, Inc.00 73 83.19 -3

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

DISPUTE REVIEW BOARDTHREE PARTY AGREEMENT

SECTION 00 73 83.19

THIS PAGE INTENTIONALLY LEFT BLANK

C&S Engineers, inc.00 73 83.19 -4

GOAA October 2020

ORLANDO EXECLITIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

DISPUTE REVIEW BOARDTHREE PARTY AGREEMENT

SECTION 00 73 83.19

DISCLOSURE STATEMENT

Pursuant to Section 00?3 83.13, of the BP-00045, TAXIWAYS F&G REHABILITATION ContractDocuments, each prospective member of the Dispute Review Board shall submit complete disclosurestatements for the approval of both the Owner and the Contractor.

1. Please describe your experience or attach a recent biography or resume of experience. Ifpreviously provided, this part may be omitted:

It is vital to the success of the Dispute Review Board that the parties to the Contract have completeconfidence in the DRB's impartiality. Therefore, please disclose any past or present relationshipwith the parties, directly or indirectly, whether financial, professional, social or of any other kind.See attached Disclosure Guide for assistance. If any relationships arise during the course of theDRB or if there is any change at any time in the biographical information that you have provided, itmust also be disclosed. Any doubt should be resolved in favor of disclosure. If you are aware ofsuch relationship, please describe it below.

I have nothincO to disclose

I hereby disclose the following:

Owner's DRB Member Dated

APPROVED:

Contractor Greater Orlando Aviation Authority(Owner)

By:

Title:

By:

Title:

C&S Engineers, Inc.00 73 83.19 -5

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

DISPUTE REVIEW BOARDTHREE PARTY AGREEMENT

SECTION 00 73 83.19

THIS PAGE INTENTIONALLY LEFT BLANK

C&S Engineers, Inc.00 73 83.19 -6

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

DISPUTE REVIEW BOARDTHREE PARTY AGREEMENT

SECTION 00 73 83.19

DISCLOSURE STATEMENT

Pursuant to Section 00 73 83.13, of the BP-00045, TAXIWAYS F&G REHABILITATION ContractDocuments, each prospective member of the Dispute Review Board shall submit complete disclosurestatements for the approval of both the Owner and the Contractor.

1. Please describe your experience or attach a recent biography or resume of experience. If previouslyprovided, this part may be omitted:

2. It is vital to the success of the Dispute Review Board that the parties to the Contract have completeconfidence in the DRB's impartiality. Therefore, please disclose any past or present relationship with theparties, directly or indirectly, whether financial, professional, social or of any other kind. See attachedDisclosure Guide for assistance. If any relationships arise during the course of the DRB or if there is anychange at any time in the biographical information that you have provided, it must also be disclosed. Anydoubt should be resolved in favor of disclosure. If you are aware of such relationship, please describe itbelow,

I have ~nothin to disclose

I hereby disclose the following:

Contractor's DRB member Dated

APPROVED:

Contractor Greater Orlando Aviation Authority(Owner)

By:

Title:

By:

Title:

C8 S Engineers, Inc.00 73 83.19 -7

GOAA October 2020

ORI ANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

DISPUTE REVIEW BOARDTHREE PARTY AGREEMENT

SECTION 00 73 83.19

THIS PAGE INTENTIONALLY LEFT BLANK

C&S Engineers, Inc.00 73 83.19 -8

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8G REHABILITATION

DISPUTE REViEW BOARDTHREE PARTY AGREEMENT

SECTION 00 73 83.19

DISCLOSURE STATEMENT

Pursuant to Section 00 73 83.13, of the BP-00045, TAXIWAYS F&G REHABILITATION ContractDocuments, each prospective member of the Dispute Review Board shall submit complete disclosurestatements for the approval of both the Owner and the Contractor.

1. Please describe your experience or attach a recent biography or resume of experience. If previouslyprovided, this part may be omitted:

2. It is vital to the success of the Dispute Review Board that the parties to the Contract have completeconfidence in the DRB's impartiality. Therefore, please disclose any past or present relationship with theparties, directly or indirectly, whether financial, professional, social or of any other kind. See attachedDisclosure Guide for assistance. If any relationships arise during the course of the DRB or if there is anychange at any time in the biographical information that you have provided, it must also be disclosed. Anydoubt should be resolved in favor of disclosure. If you are aware of such relationship, please describe itbelow.

I have ~nothin to disclose

I hereby disclose the following:

Board Selected Member Dated

APPROVED:

Contractor Greater Orlando Aviation Authority(Owner)

By:

Title:

By;

Title:

C&S Engineers, Inc.00 73 83.19 - 9

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8G REHABII ITATION

DISPUTE REVIEW BOARDTHREE PARTY AGREEMENT

SECTION 00 73 83.19

THIS PAGE INTENTIONALLY LEFT BLANK

C&S Engineers, Inc.00 73 83.19 - 10

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8G REHABILITATION

DISPUTE REVIEW BOARDTHREE PARTY AGREEMENT

SECTiON 00 73 83.19

DISCLOSURE GUIDE

The following should be used as a guideline for making disclosures. The term "Project participants"includes the Contractor, Owner, Owner's Authorized Representative (OAR), the Designer (Architect orEngineer), subcontractors, suppliers or the employer of other Dispute Review Board members.

1. Have you in the past or do you presently have a direct or indirect ownership or financial interestin any of the Project participants?

2. Except for services as a DRB member of the Owner's projects, have you in the past been anemployee, contractor or consultant to any of the Project participants within a period of five yearsprior to the Contract award?

3. Have you in the past or do you presently have a personal, professional or business relationshipwith any of the Project participants?

4. Have you had any prior involvement in the Project (other than as a DRB member) of a naturethat could be construed to compromise the ability to impartially resolve disputes?

5. Have you ever served as a DRB member for other projects in which any of the Projectparticipants were parties?

6. Have you ever served as an arbitrator in a proceeding in which any of the Project participantswere parties?

7. Have you ever served as an expert witness on behalf of any of the Project participants?

8. Have any of the Project participants appeared before you in past Dispute Review Boardproceedings?

9-. Have you ever sued or been sued by any of the Project participant.

C8S Engineers, Inc.00 73 83.19 - 11

GOAA October 2020

ORLANDO EXECLITIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

DISPUTE REViEW BOARDTHREE PARTY AGREEMENT

SECTION 00 73 83.19

THIS PAGE INTENTIONALLY LEFT BLANK

C&S Engineers, Inc.00 73 83.19 - 12

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

SPECIAL CONDITIONS REGARDINGCONSTRUCTION AT AIRPORT FACILITIES

SECTION 00 73 93

SPECIAL CONDITIONS REGARDING CONSTRUCTIONAT AIRPORT FACILITIES

Table of Contents

ARTICLE 1

ARTICLE 2

ARTICLE 3

ARTICLE 4

ARTICLE 5

ARTICLE 6

ARTICLE 7

ARTICLE 8

ARTICLE 9

ARTICLE 10

ARTICLE 11

AIRPORT LAYOUT PLAN CHANGE REQUEST

RESTRICTIONS REGARDING AIR OPERATIONS AREA....

CONTRACTOR OPERATIONS ON THE AOA.

AOA CLOSURES.

NAVAIDS AND OTHER SIGNALS .

FAA REQUIRED PROVISIONS.

USE OF SITE

BARRICADES, WARNING SIGNS AND HAZARD MARKINGS .....

CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OFOTHERS.

ARCHAEOLOGICAL AND HISTORICAL FINDINGS ...,INSPECTION BY OTHERS .

C&S Engineers, Inc.00 73 93 - i

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

SPECIAL CONDITIONS REGARDINGCONSTRUCTION AT AIRPORT FACILITIES

SECTION 00 73 93

THIS PAGE INTENTIONALLY LEFT BLANK

C&S Engineers, Inc.007393-ii

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

SPECIAL CONDITIONS REGARDINGCONSTRUCTION AT AIRPORT FACILITIES

SECTION 00 73 93

SECTION 00 73 93 - SPECIAL CONDITIONS REGARDING CONSTRUCTION AT AIRPORTFACILITIES

ARTICLE 1 AIRPORT LAYOUT PLAN CHANGE REQUEST

1.1 Prior to the start of construction, the Contractor shall be required to review the FAA permit for theconstruction equipment and machinery planned to be used at the Airport for the Project. If there isany modification required, an amendment shall be filed to the FAA by the Contractor through theOAR. The review and approval process requires a minimum of forty-five (45) days. No constructionequipment or machinery shall be permitted on the Airport property without prior approval from theFAA and the Owner. This construction equipment and machinery, with the approval, shall bemarked and lighted in accordance with the FAA requirements or as shown and specified in theconstruction documents.

ARTICLE 2 RESTRICTIONS REGARDING AIR OPERATIONS AREA

2.1 The Contractor shall control its operations and the operations of its Subcontractors and Suppliersso as to provide for the free and unobstructed movement of aircraft in the Air Operations Area("AOA") of the Airport. When the Work requires the Contractor to conduct its operations within theAOA, the Work shall be coordinated with the Owner's operations department (through the Owner'sAuthorized Representative-OAR) at least seventy-two (72) hours prior to commencement. TheContractor shall not close an AOA until authorized by the OAR and until the necessary temporarymarkings and lighting are in place as provided in Paragraph 4, AOA CLOSURES.

ARTICLE 3 CONTRACTOR OPERATIONS ON THE AOA

3.1 Aircraft traffic will continue to use existing runways, aprons, and taxiways of the Airport during thetime that Work under the Contract is being performed. The Contractor shall at all times conduct itsWork so as to create no hindrance, hazard or obstacle to aircraft using the Airport and must, at alltimes, conduct the Work in conformance with requirements of the Owner and the FAA Chief ControlTower Operator or authorized representatives.

3.2 The Contractor shall identify each motorized vehicle or piece of construction equipment inconformance to the current edition FAA Advisory Circular 150/5370-2.

3.3 All runways, taxiways, and aprons which have been used by the Contractor's vehicles or equipmentshall be returned to the condition existing prior to any closing or crossing and prior to the reopeningof these areas to aircraft traffic. All existing wooded or grassed areas beyond the limit of Workdamaged by the Contractor's operations shall be restored to its original condition by the Contractor.

3.4 If the Contractor is given approval to work at night, the Contractor shall provide lights at the worksite and along the access route. Type, direction, number and location of lights shall be subject tothe approval of the Owner and FAA Chief Control Tower Operator.

3.5 Open flame type lighting is prohibited on the AOA.

3.6 The Contractor is to develop and provide the Safety Plan Compliance Document (SPCD) for theproject in conformance with the current edition of FAA Advisory Circular 150/5370-2G OperationalSafety at Airports During Construction.

C&S Engineers, Inc.00 73 93 - 1

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

SPECIAL CONDITIONS REGARDINGCONSTRUCTION AT AIRPORT FACILITIES

SECTION 00 73 93

ARTICLE 4 AOA CLOSURES

4.1 If absolutely essential, in order to permit construction, runways or taxiways may be closed to aircraftoperations during periods when weather or other conditions do not require its use by aircraft, uponadvance written application by the Contractor to the Owner or its OAR on a form to be provided bythe Owner. The Contractor will schedule and organize its Work so that a minimum of closings orcrossing of runways and taxiways will be required during the performance of the Work.

4.2 When the Work requires closing an AOA of the Airport or portion of such area, the Contractor shallfurnish, erect and maintain temporary markings and associated lighting conforming to therequirements of the current edition FAA Advisory Circular 150/5340-1, Marking of Paved Areas onAirports.

ARTICLE 5 NAVAIDS AND OTHER SIGNALS

5.1 There are installed on the Airport FAA NAVAIDs or Owner NAVAIDs and other electronic and visualsignals (hereinafter collectively NAVAIDS) which may include but not be limited to, ASR, UHF, NDBand VHF Receivers and Transmitters, National Weather Service Facilities, lighting, electric cablesand controls relating to such NAVAIDs and facilities and other electric power cables serving otherfacilities. Such NAVAIDs, National Weather Service and other facilities and electric cables mustbe fully protected during the entire construction time. Work under this Contract can beaccomplished in the vicinity of these facilities and cables only at approved periods of time, whichapproval is subject to withdrawal at any time because of changes in the weather, emergencyconditions on the existing airfield areas, anticipation of emergency condition and for any otherreason as determined by the OAR acting under the orders and instructions of the Owner or thedesignated FAA representative. Any instructions to the Contractor to clear any given area, at anytime by the OAR, the Airport Director of Operations or the Air Traffic Control Tower (by radio orother means) shall be immediately executed. Construction work will be commenced in the clearedarea only when additional instructions to this effect are issued. To the extent that they are known,the approximate locations of NAVAIDs, National Weather Service and other facilities have beenindicated on the Contract Drawings. The Owner does not warrant or guaranty the accuracy orcompleteness of the location information relating to NAVAIDs, National Weather Service and otherfacilities appearing on the Contract Drawings. Any inaccuracy or omission shall not relieve theContractor of its responsibility to protect such existing facilities from damage or unscheduledinterruption of service,

5.2 Power and control cables leading to and from any NAVAIDs, National Weather Service and otherfacilities will be marked in the field by the Contractor, before any work in its general vicinity isstarted. Thereafter, through the entire time of this construction, they shall be protected from anypossible damage.

5.3 These special provisions intend to make perfectly clear the need for protection of FAA NAVAID's,National Weather Service and other facilities and cables by this Contractor at all times.

5.4 The Contractor shall immediately repair at its expense, with identical material by skilled workers,any underground cables serving FAA NAVAIDs, National Weather Service and other Airportfacilities, which are damaged by its workers, equipment or work. Prior approval of the FAA mustbe obtained for the materials, workers, time of day or night, method of repairs, or for any temporaryor permanent repairs the Contractor proposes to make to any FAA NAVAIDs, National WeatherService facilities or other cables and controls serving such NAVAIDs and facilities which aredamaged by the Contractor. Prior approval by the Owner must be obtained for the materials,

C&S Engineers, lnc,00 73 93 - 2

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

SPECIAL CONDITIONS REGARDINGCONSTRUCTION AT AIRPORT FACILITIES

SECTION 00 73 93

workers, time of day or night, method of repairs for any temporary or permanent repairs theContractor proposes to make to any of the airport facilities and cables damaged by the Contractor.

ARTICLE 6 FAA REQUIRED PROVISIONS

6.1 Agreements with the United States and State of Florida.

6.1.1 This Contract shall be subject to all restrictions of record affecting the Airport and the use thereof,all Federal and Florida laws and regulations affecting the same, and shall be subject andsubordinale to the provisions of any existing agreement between the Owner and the United Statesof America or the State of Florida, their boards, members, agencies or commissions and to futureagreements between the foregoing relative to the operation or maintenance of the Airport, theexecution of which may be required as a condition precedent to the expenditure of Federal or statefunds for the development of the Airport, or as a condition precedent to the use of the Airport, orany part thereof, by the Contractor, the Owner or otherwise. All provisions hereof shall besubordinate to the right of the United States of America to terminate the right of the Contractor, theOwner„or others, to occupy or to use the Airport, or any part thereof, during the time of war ornational emergency.

Fair Prices.

6.2.1 If the Contractor shall furnish any services to the public at the Airport, it shall furnish said serviceson a fair, equal and non-discriminatory basis to all users thereof and shall charge fair, reasonableand non-discriminatory prices for each unit of service, provided that the Contractor shall be allowedto make reasonable and non-discriminatory discounts or rebates or other similar types of pricereductions to volume purchasers, if any.

6.3 Non-Discrimination

6.3.1 During the performance of this Contract, the Contractor, for itself, its assignees and successors ininterest (hereinafter referred to as the "Contractor" ) agrees as follows:

1. Compliance with Regulations. The Contractor shall comply with the Regulations relative tonondiscrimination in federally assisted programs of the Department of Transportation(hereinafter, "DOT"), Title Vl List of Pertinent Nondiscrimination Acts and Authorities, and 49,Code of Federal Regulations, Part 21, as they may be amended from time to time, which areidentified herein, incorporated by reference, and made a part of this Contract.

2. Nondiscrimination. The Contractor, with regard to the work performed by it during the Contract,shall not discriminate on the grounds of race, color, or national origin in the selection and retentionof Subcontractors, including procurements of materials and leases of equipment. The Contractorshall not participate either directly or indirectly in the discrimination prohibited by theNondiscrimination Acts and Authorities and Regulations, including employment practices whenthe Contract covers any activity, project, or program set forth in Appendix B of49 CFR Part 21.The Contractor agrees to comply with pertinent statutes, Executive Orders and such rules as arepromulgated to assure that no person shall, on the grounds of race, creed, color, national origin,sex, age, or disability be excluded from participating in any activity conducted with or benefitingfrom Federal assistance. This provision binds the Contractor and subcontractors of all tiers fromthe bid solicitation period through the completion of the Contract. This provision is in addition tothat required of Title Vl of the Civil Rights Act of 1964.

3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment. In allsolicitations, either by competitive bidding or negotiation, made by the Contractor for work to be

C&S Engineers, Inc.00 73 93 - 3

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

SPECIAL CONDITIONS REGARDINGCONSTRUCTION AT AIRPORT FACILITIES

SECTION 00 73 93

4

5.

performed under a subcontract, including procurements of materials or leases of equipment, eachpotential Subcontractor or supplier shall be notified by the Contractor of the Contractor'sobligations under this Contract and the Nondiscrimination Acts and Authorities on the grounds ofrace, color, or national origin.Information and Reports. The Contractor shall provide all information and reports required by theNondiscrimination Acts and Authorities, the Regulations, and directives issued pursuant theretoand shall permit access to its books, records, accounts, other sources of information, and itsfacilities as may be determined by the Owner or the Federal Aviation Administration (FAA) to bepertinent to ascertain compliance with such Nondiscrimination Acts and Authorities, Regulations,orders, and instructions. Where any information required of a Contractor is in the exclusivepossession of another who fails or refuses to furnish this information, the Contractor shall socertify to the Owner or the FAA, as appropriate, and shall set forth what efforts it has made toobtain the information.Sanctions for Noncompliance. In the event of the Contractor's noncompliance with thenondiscrimination provisions of this Contract, the Owner shall impose such contract sanctions asit or the FAA may determine to be appropriate, including, but not limited to:

a. Withholding of payments to the Contractor under the Contract until the Contractorcomplies, and/or

b. Cancellation, termination, or suspension of the Contract, in whole or in part.

Incorporation of Provisions. The Contractor shall include the provisions of paragraphs 6,3.1through 6.3,6 in every subcontract, including procurements of materials and leases of equipment,unless exempt by the Nondiscrimination Acts and Authorities, the Regulations, or directivesissued pursuant thereto. The Contractor shall take such action with respect to any subcontract orprocurement as the Owner or the FAA may direct as a means of enforcing such provisionsincluding sanctions for noncompliance. Provided, however, that in the event a Contractorbecomes involved in, or is threatened with, litigation with a Subcontractor or supplier as a resultof such direction, the Contractor may request the Owner to enter into such litigation to protectthe interests of the Owner and, in addition, the Contractor may request the United States toenter into such litigation to protect the interests of the United States.

Failure by the Contractor to carry out these requirements is a material breach of this Contract,which may result in the termination of this Contract or such other remedy as the Owner deemsappropriate.

6.3.2 Title Vl List of Pertinent Nondiscrimination Acts and Authorities.

1. During the performance of this Contract, the Contractor, for itself, its assignees, andsuccessors in interest (hereinafter in this section referred to as the "contractor" ) agrees tocomply with the following nondiscrimination statutes and authorities; including but notlimited to:

a. Title Vl of the Civil Rights Act of 1964 (42 U.S.C. tJ'000d ef seq., 78 stat. 252),(prohibits discrimination on the basis of race, color, national origin};

b. 49 CFR part 21 (Non-discrimination In Federally-Assisted Programs of TheDepartment of Transportation—Effectuation of Title Vl of The Civil Rights Act of 1964);

c. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970,(42 U.S.C. g 4601), (prohibits unfair treatment of persons displaced or whose propertyhas been acquired because of Federal or Federal-aid programs and projects);

d. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. () 794 et seq.}, as amended,(prohibits discrimination on the basis of disability); and 49 CFR part 27;

C&S Engineers, Inc.00 73 93 - 4

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS FRG REHABILITATION

SPECIAL CONDITIONS REGARDINGCONSTRUCTION AT AIRPORT FACILITIES

SECTION 00 73 93

e. The Age Discrimination Act of 1975, as amended, (42 U.S.C. g 6101 et seq.), {prohibitsdiscrimination on the basis of age);

f. Airport and Airway Improvement Act of 1982, (49 USC g 471, Section 47123), asamended, (prohibits discrimination based on race, creed, color, national origin, or sex);

g. The Civil Rights Restoration Act of 1987, (PL 100-209), {Broadened the scope,coverage and applicability of Title Vl of the Civil Rights Act of 1964, The AgeDiscrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, byexpanding the definition of the terms "programs or activities" to include all of theprograms or activities of the Federal-aid recipients, sub-recipients and contractors,whether such programs or activities are Federally funded or not);

h. Titles II and III of the Americans with Disabilities Act of 1990, which prohibitdiscrimination on the basis of disability in the operation of public entities, public andprivate transportation systems, places of public accommodation, and certain testingentities (42 U.S.C. Q 12131 — 12189) as implemented by Department ofTransportation regulations at 49 CFR parts 37 and 38;The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. 5 47123)(prohibits discrimination on the basis of race, color, national origin, and sex);

j. Executive Order 12898, Federal Actions to Address Environmental Justice in MinorityPopulations and Low-Income Populations, which ensures non-discrimination againstminority populations by discouraging programs, policies, and activities withdisproportionately high and adverse human health or environmental effects on minorityand low-income populations;

k. Executive Order 13166, Improving Access to Services for Persons with Limited EnglishProficiency, and resulting agency guidance, national origin discrimination includesdiscrimination because of limited English proficiency (LEP). To ensure compliance withTitle Vl, you must take reasonable steps to ensure that I EP persons have meaningfulaccess to your programs (70 Fed. Reg, at 74087 to 74100);Title IX of the Education Amendments of 1972, as amended, which prohibits you fromdiscriminating because of sex in education programs or activities (20 U.S.C. 1681 etseq).

6.4 Miscellaneous Provisions:

2.

The Contractor will not erect or permit the erection on the Airport property of any permanentor temporary structure or facility which would interfere materially with the use, operation orfuture development of the Airport, or permit the generation of electronic emissions that wouldinterfere with communications and navigation by aircraft using the Airport.This Contract confers no right upon the Contractor to use any landing area or air navigationfacility at the Airport, and hence, nothing contained in this Contract shall be construed to grant,or to authorize the granting of, an exclusive right for the use of any such landing area or airnavigation facility in violation of Section 308 of the Federal Aviation Act of 1958.The Contractor shall comply with all applicable Transportation Security Administration (TSA)regulations concerning Airport security, including but not limited to 49 CFR 1542 and theAirport Security Plan (ASP)..The Contractor shall not, in its operations hereunder, generate any odors, fumes, smoke,noise, glare, vibration, electronic emissions, soot, dust or atmospheric pollution, sewage,industrial or other wastes, in violation of any applicable law, regulation or procedure of anyFederal, state, county or city authority having jurisdiction with respect to such matters.The Owner reserves unto itself, its successors and assigns, for the use and benefit of thepublic, a right of flight for the passage of aircraft in the airspace above the surface of the Airport,together with the right to cause in said airspace such noise as may be inherent in the operationof aircraff, now known or hereafter used, for navigation or tlight in the said airspace, and foruse of said airspace for landing on, taking off from or operating on the Airport.

C&S Engineers, Inc.00 73 93 - 5

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

SPECIAL CONDITIONS REGARDINGCONSTRUCTION AT AIRPORT FACILITIES

SECTION 00 73 93

The Contractor expressly agrees for itself, its successors and assigns, to restrict the height ofstructures, objects of natural growth and other obstructions on the Airport to such a height soas to comply with Federal Aviation Regulations, Part 77.The Contractor agrees for itself and its Subcontractors to require any lights on the Airport tobe constructed, focused or arranged in a manner that will prevent the lights from casting beamsin an upward direction so as to interfere with the vision of pilots in aircrafbIf the FAA determines that any right or claim of right in or to the property herein creates anundue risk or interference with the operation of the Airport or the performance of or compliancewith any covenants and conditions to which the use of the Airport is subject, said right or claimshall be extinguished or modified in a manner acceptable to the FAA.

ARTICLE 7 USE OF SITE

7.1 Personal vehicles of employees and vehicles operated by vendors of goods or services will not bepermitted beyond the Contractor's parking area.

7.2 No signs shall be placed on the site, nor shall any photographs be taken without the OAR's priorwritten consent, No visitors other than persons engaged in the Work shall be permitted on theconstruction site without the OAR's prior written consent,

ARTICLE 8 BARRICADES, WARNING SIGNS AND HAZARD MARKINGS

8.1 For work on the AOA, the following requirements are in addition to those prescribed in Section01500, Construction Facilities and Temporary Controls.

8.2 The Contractor shall furnish, erect and maintain markings and associated lighting of open trenches,excavations, temporary stock piles and parked construction equipment that may be hazardous tothe operation of emergency fire-rescue or maintenance vehicles on the Airport in reasonableconformance to the current edition FAA Advisory Circular 150/5370-2, Safety on Airports DuringConstruction Activity.

8,3 The Contractor shall furnish and erect all barricades, warning signs, and marking for hazards priorto coinmencing work which requires such erection and shall maintain the barricades, warning signs,and markings for hazards until their dismantling is approved in writing by the OAR.

8.4 The Contractor shall identify each motorized vehicle or piece of construction equipment inreasonable conformance to the most current version of AC 150/5370-2 and AC 150/5210-5.

8.5 All cranes used on the site shall be marked in the following manner:

During daylight hours, a flag shall be installed at the highest point of the equipment. The flagshall be aviation surface orange and be a minimum of five (5) feet square.During non-daylight hours, at least one steady burning light should be installed at the highestpoint of equipment on a horizontal plane in a manner to insure unobstructed visibility of aircraftat any normal angle of approach.

C&S Engineers, Inc.00 73 93-6

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8G REHABILITATION

SPECIAL CONDITIONS REGARDINGCONSTRUCTION AT AIRPORT FACILITIES

SECTION 00 73 93

ARTICLE 9 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OFOTHERS

9.1 For work on the AOA, the following requirements are in addition to those prescribed in Section01500, Construction Facilities and Temporary Controls.

9.2 To the extent that such public or private utility services, FAA or National Oceanic and AtmosphericAdministration (NOAA) facilities, or utility services of other governmental agency are known by theOwner to exist within the limits of the Contract Work, the approximate locations have been indicatedon the Contract Drawings.

9.3 The Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA,or a utility service of another governmental agency that may be authorized by the Owner toconstruct, reconstruct or maintain such utility services or facilities during the progress of the Work.In addition, the Contractor shall control its operations to prevent the unscheduled interruption ofsuch utility services and facilities.

ARTICLE 10 ARCHAEOLOGICAL AND HISTORICAL FINDINGS

10.1 Unless otherwise specified in the Contract Documents, the Contractor is advised that the site ofthe work is not within any property, district or site, and does not contain any building, structure orobject listed in the current National Register of Historic Places published by the United StatesDepartment of the Interior.

10.2 Should the Contractor encounter, during its operations, any building, part of a building, structure,or object which is incongruous with its surroundings, the Contractor shall immediately ceaseoperations in that location and notify the OAR. The OAR will investigate the Contractor's findingand will direct the Contractor to either resume or suspend operations.

ARTICLE 11 INSPECTION BY OTHERS

11.1 Pursuant to a Public Transportation Grant Agreement between the State of Florida Department ofTransportation and the Owner, the State of Florida may pay a portion of the costs of thisimprovement. The construction work and labor shall be done in accordance with the laws affectingand regulations of the State of Florida Department of Transportation. The construction work andmaterials, therefore, will be subject to inspection by the State of Florida Department ofTransportation or its agents as it or they may deem necessary; provided, however, that suchinspections shall not be construed so as to make the State of Florida Department of Transportationa party to this Contract and shall not interfere with the performance of the obligations of any partyto this Contract.

END OF SECTION 00 73 93

C8 S Engineers, Inc.00 73 93 - 7

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

SPECIAL CONDITIONS REGARDINGCONSTRUCTION AT AIRPORT FACILITIES

SECTION 00 73 93

THIS PAGE INTENTIONALLY LEFT BLANK

C&S Engineers, Inc.00 73 93 - 8

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F&G REHABILITATION

SECURITY AND BADGING AT AIRPORTSSECTION 00 73 93.01

SECTION 00 73 93.01 - SECURITY AND BADGING AT AIRPORTS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. The Contractor and their subcontractors shall comply with all security requirements specifiedherein.

1.2 DEFINITIONS

B. AOA — Aircraft Operating Area

C. Airport Identification Media — identification badge issued by the Owner

D. Photo ID Badges (security) — photo identification badge issued by the Owner for Secured, Sterileandior AOA areas

E. Photo ID Badges (white) — photo identification badge issued by the Owner for non-security areasonly

F. Non-photo ID Badges (construction) — identification badge issued by the Owner for escorted accessto Secured, Sterile and AOA areas

G. Non-photo ID Badges (white) — identification badge issued by the Owner for escorted access tonon-security areas only

H. Automobile Decal — Owner issued emblem displayed on vehicle

1.3 CONTRACTOR PERSONNEL SECURITY DRIENTATION

A. Prior to working in the construction area, the Contractor shall inform all Contractor personnel ofthese requirements and, from time to time, other security provisions adopted by the Owner. All

new employees shall also be briefed on these requirements prior to working in the constructionarea. Ail authorized unescorted employees requiring access will receive security training prior tobeing issued identification media. All authorized signatories for each company requesting accesswill receive specialized training from the Access Control Office regarding processes, access andrequired documentation as well as fees.

1.4 ACCESS TO SITE

A. Contractors access the site as shown on the plans or as directed by the OAR. The Contractor shallnot permit any unauthorized construction personnel or traffic on the site. The Contractor shall beresponsible for traffic control to and from the various construction areas on the site. The Contractoris responsible for immediate cleanup of any debris deposited along any access road as a result ofhisiher construction traffic. Directional signage at the access gate and along the delivery route to

C&S Engineers, Inc.00 73 93.01 - 1

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

SECURITY AND BADGING AT AIRPORTSSECTION 00 73 93.01

the storage area or work site shall be as directed by the OAR. Should a construction gate accessthe AOA, the Contractor shall coordinate with the Owner's Security through the Owner/OAR torequest access point and schedule the Owner's security staff.

1.5 MATERIAL DELIVERY TO THE SITE

A. All Contractor's material orders for delivery to the site shall use as a delivery address the accesspoint at the Contractor's storage site at the airport to avoid delivery trucks from entering into theairport or taking short cuts through the perimeter gate and entering into aircraft operations areasinadvertently. Deliveries to the terminal facility or the AOA shall be arranged with the OAR prior todelivery to ensure no operational interruptions and the Owner will make arrangements forplacement on the vendor list.

1.6 CONSTRUCTION AREA LIMITS

A. The location of construction material storage areas, equipment storage areas, parking areas andother areas required for the Project will be requested by the Contractor and approval will becoordinated by the OAR. The Contractor shall erect and maintain suitable fencing, marking and/orwarning devices suitable for both day/night use to delineate the perimeter of all such areas.

PART 2 - PRODUCTS (not applicable)

PART 3 - EXECUTION

3.1 AIRPORT IDENTIFICATION MEDIA, AUTOMOBILE DECALS AND KEY REQUESTAPPLICATIONS

A. Authorization to apply for any Airport Identification Media (badges), Automobile Decals and KeyRequests will be in the form of an Introduction Letter signed by GOAA. Introduction letters will beprovided for the Contractor and its subcontractors.

B. The Contractor and each Subcontractor shall designate representatives, in writing on companyletterhead (format to be provide by the Access Control Office), to be the authorized signatories forbadge, decal and key requests. All authorized signatories must receive required training, even if

they are not applying for an ID.

All personnel applying for a pictured ID badge must attend an Airport Security Training Programclass and, if applicable, a Vehicle Operating Class and/or Movement Area Training Class. TheComputer Based Training Classes are provided on a walk in basis. The training office hours in

Access Control Office are Monday through Friday from 0730 — 1400 hours.

D. Any outstanding fees for badges, decals or keys will be deducted from Contractor's ffnal payment.

C&S Engineers, Inc.00 73 93.01 - 2

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8G REHABILITATION

SECURITY AND BADGING AT AIRPORTSSECTION 00 73 93.01

3.2 BADGE APPLICATION PROCESS

A. All new applicants requiring unescorted access to a Secured or Sterile area of the airport mustundergo a Criminal History Records Check (CHRC), a Security Threat Assessment (STA), and aresubject to the requirements of Title 49 of the Code for Federal Regulations Part 1542 or 1544 andthe Airport Security Improvement Act of 2000. The CHRC and STA typically take less than 7-10calendar days but may take longer depending on applicant's history. If granted access, a picturedID badge will be issued in a color representative of the work area.

If an applicant has a Criminal History Record, their application must be reviewed by the AirportSecurity Coordinator. The applicant may be required to submit additional documentation. If anindividual has ever pleaded guilty or nolo-contendere (no contest) to, had an adjudication withheld,been convicted or found not guilty by reason of insanity to any of the crimes listed in Title 49 of theCode of Federal Regulations, they may be prohibited access.

Non-photo ID badges do not require a CHRC or fingerprinting.

Badges will be issued for the duration of the project but no badges will be issued for longer thantwo years. In the event the project exceeds two years, an additional introduction letter requestingan extension will need to be submitted to the Access Control Department. Contractor personnelwith movement area designations on their badge will be issued a badge with duration of one yearfrom the date of the movement area training class. In the event a badge expires prior to renewal,Applicant will need to follow all new applicant procedures which include attendance of classes andfingerprinting. Alf outstanding and/or expired or non-returned badges and/or keys must be resolved,by paying fees or physically returning the badges(s) and/or key(s), before renewals, extensions ornew badges and/or keys will be authorized.

3.3 FEES ASSOCIATED WITH ACCESS CONTROL MEDIA

A. Identification Badges — new, renewal, additional insignia,insignia, or name change $25.00

Non-returned Badges - (fee charged to employer) $ 100.00

D.

F.

Lost identification badge — Replacement

Stolen Identification badge - No charge with proper documentation

Fingerprints

Security Background Check

Keys

$50. 00

$00.00

$27.00

$ 11.00

$ 10,00

H. Lost key replacement $50.00

Non-returned keys - (fee charged to employer)

AOA Vehicle Decals

$50.00

$25.00

C&S Engineers, Inc.00 73 93.01 - 3

GQAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8 G REHABILITATION

SECURITY AND BADGING AT AIRPORTSSECTION 00 73 93.01

K. Fees can be paid by company check or cash at time of processing. The Owner will not reimburseContractor for any fees or costs associated with the security requirements.

3.4 AUTOMOBILE DECAL REQUIREMENTS

A. Applications for vehicle access to the AOA shall be obtained from the Owner's ConstructionDepartment. Applicant and vehicle must be covered by the company's general and automobileliability insurance policies of not less than Five Million Dollars ($5,000,000) for each policy andproof of insurance must be submitted, along with a copy of the vehicle registration, with the AOADecal Form. A $25.00 payment, per vehicle, must be submitted at this appointment.

Automobile decals will expire on the expiration date of either the project or the insurance, whicheveris sooner.

C. All vehicles must have AOA decals on the front and rear windows and have appropriate companylogos on the right and left side of the vehicles. Logos shall be of a size to be seen from 100 feetand may be magnetic. Unless escorted, all drivers of vehicles on the AOA must attend a "VehicleOperations" class and have the appropriate symbol added to the ID badge. Only employees withphoto ID badges, permitted for driving, are allowed to drive on the AOA or to escort other vehicles.

In the event a vehicle needs terminal access only, access to the terminal must be approved andcompany added to the authorized vendor list. A parking location must be obtained to park underthe terminal.

3.5 VEHICLE REQUIREMENTS ENTERING AND DRIVING ON THE AOA TO ACCESSTERMINAL/AIRS IDES

A. All unescorted vehicles must display valid AOA vehicle decals and appropriate company signageon exterior of vehicle.

All vehicles will be searched before entering the AOA.

Vehicles can be left unattended/parked in designated areas while on the AOA, including beingparked in the baggage makeup areas, if authorized by OAR to be parked for project purposes.

D. Vehicles left unattended shall remain unlocked with keys available.

Coordinate with the Owner's Operations about parking in and around aircraft at Airsides,particularly international aircraft.

F. Coordinate with the Owner's Operations regarding parking in the baggage makeup areas — vehicleswill be towed if parked in non-designated areas.

3.6 VEHICLE REQUIREMENTS ENTERING AND DRIVING UNDER TERMINAL BUILDING

A. All vehicles must display appropriate company signage on exterior of vehicle.

All vehicles will be searched before entering terminal first level parking and loading dock areas.

C&S Engineers, Inc.00 73 93.01 - 4

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F/kG REHABILITATION

SECURITY AND BADGING AT AIRPORTSSECTION 00 73 93.01

C. Vehicles can be left unattended while parked in the terminal first level parking and loading dockareas if permission from OAR is received.

D. Vehicles must always be locked when left 'unattended'.

3.7 VEHICLE REQUIREMENTS NEAR TERMINAL AND TERMINAL TOP PARKING AREA

A. OAR must coordinate authorization for access and parking near the Terminal, including Curbs, andTerminal Top parking area. Authorization will be project specific.

B. All vehicles will be attended by contractor personnel at all times when located/parked at allcommercial lanes, ticketing and baggage ramps, loading/off-loading operations.

C. All contractor vehicles parked at the terminal building, commercial lanes, ticketing and baggageramps, loading/off-loading operations must have the contractors name and logo on both sides ofthe vehicle.

D. All contractor vehicles are subject to search when located near the terminal building.

3.8 CONSTRUCTION SITES/LAYDOWN AREAS

A. Demising areas will be locked at all times with Owner's lock, unless attended by contractorpersonnel. Lock is available from Owner's lock shop.

B. Stored materials located within the terminal/airsides area will be enclosed with demisingwall/fencing and will be subject to searches.

C. Dumpsters located within 300 feet of the terminal will be located inside a demised/fenced enclosureand will not be required to have a photo ID badged monitor,

D. Dumpsters located in a public area (outside of a demised/fenced enclosure) will be required to havea photo ID badged monitor.

E. Dumpsters will be emptied by the end of every business day.

F. There shall also be a means to remove the dumpster within reasonable time due to an emergencyor security issues.

G. Alf prohibited items in the Sterile Area must be secured or controlled at all times.

C&S Engineers, Inc.00 73 93.01 - 5

GOAA October 2020

ORLANDO EXECUTIVE AIRPORTBP-00045, TAXIWAYS F8G REHABILITATION

SECURITY AND BADGING AT AIRPORTSSECTION 00 73 93.01

3.9 SECURITY VIOLATIONS

A. The Owner will enforce all security procedures. Any violators will have their Access removed for aminimum period of seven calendar days.

B. An individual who has had access privileges removed may not be escorted into any security areduring that time. Remedial security training must also be taken for security violations.

DURING PERIODS OF HEIGHTENED HOMELAND SECURITY ALERT LEVELS, ADDITIONALSECURITY MEASURES WILL BE IMPOSED.

END OF SECTION 00 73 93.01

C&S Engineers, Inc.00 73 93.01 — 6

GOAA October 2020

DIVISION i

PAGE INTENTIONALLY LEFT BLANK

DIVISION 1

PAGE INTENTIONALLY LEFT BLANK

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F 8 G REHABILITATION

DIVISION 01 TABLE OF CONTENTS

DIV 01 GENERAL REQUIREMENTS EDITION

01 11 0001 21 0001 25 0001 29 7301 31 0001 31 14.1301 31 1901 32 1301 32 3301 33 2301 42 0001 45 0001 50 0001 60 0001 71 2301 73 2901 74 2301 78 00

Summary of WorkAllowancesSubstitution ProceduresSchedule of ValuesProject Management and CoordinationSystem Interruptions/Utility Outage NotificationProject MeetingsScheduling of WorkPhotographic DocumentationShop Drawings, Product Data and SamplesReferencesQuality ControlTemporary Facilities and ControlsProduct RequirementsField EngineeringCutting and PatchingFinal CleaningCloseout Submittals

Procedures

July 2019July 2019July 2019July 2019July 2019July 2019July 2019July 2019July 2019July 2019July 2019July 2019July 2019July 2019July 2019July 2019July 2019July 2019

C&S ENGINEERS, INC. GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F 8, G REHABILITATION

Page Intentionally Blank

C&S ENGINEERS, INC. GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORI TAXIWAYS F & G REHABILITATION

SUMMARY OF WORKSECTION 01 11 00

SECTION 01 11 00- SUMMARY OF WORK

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and General Conditions of Contract, including other Division 1 Specification Sections,apply to this Section.

1.2 PROJECT DESCRIPTION

A. Project/Work Identification:

1. The General overall description of the Work of the Contract for the:

BP-045, ORL TAXIWAYS F & G REHABILITATIONOrlando Executive AirportOrlando, Florida

can be summarized for purposes of administration and payment in the manner of projectsegments as follows:

2. The Project consists of the Rehabilitation of Taxiways F and G, which includes paving,lighting, markings and signage. The demolition of approximately 400 feet of Taxiway F,situated diagonally between Runway 13-31 and its parallel Taxiway K and the constructionof Taxiway K1. Taxiway K1 will be approximately 300 feet long, between Runway 13-31 andits parallel Taxiway K. This work will include paving lighting markings and signage. Updatesto the Airport Lighting Control and Monitoring System and electrical vault are also included.

1.3 CONTRACTOR USE OF PREMISES

A. Limit use of the premises to construction activities within areas indicated; allow for any Owner andtenant occupancy, and use by the public.

Minimize any disruption to all operating areas, including parking areas.

Existing public services and utility systems shall remain in operation during theconstruction period, excluding times required for installation of new work unlessspecifically allowed by the Contract.Schedule and coordinate outages and interruptions of public service with the OAR.See the specific forms for processes and time constraints. Utilize the following forms:

1)2)3)4)

Form ¹018 System Interruption/Utility Outage Notification.Form ¹018a System Interruption/Utility Outage Notification Procedured.Form ¹018b Roofing Impact NotificationForm ¹018c Security System Interruption/Outage Request

C&S ENGiNEERS, INC.011100-1

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SUMMARY OF WORKSECTION 01 11 00

2. Provide all temporary directional signage, safety, and barricading required for passengerservices.

Submit a plan indicating signage, safety, and barricading for access routes, storageareas and work sites, at the pre-construction meeting.Directional signing at the access gate and or along the delivery route to the storagearea or work site shall be as directed by the OAR.

Confine operations to areas within Contract limits indicated. Portions of the site beyond areasin which construction operations are indicated are not to be disturbed.Access to site shall be shown on the plans or as directed by the OAR. Do not permit anyunauthorized construction personnel or traffic on the site. Provide for traffic control to andfrom the various construction areas. Immediately clean-up any debris deposited along theaccess road as a result of construction traffic.

a. Keep driveways and entrances serving the premises clear and available to the Owner,Tenant, their employees at all times, and the public. Do not use these areas for parkingor storage of materials. Schedule deliveries to minimize space and time requirementsfor storage of materials and equipment on site.

5. All material orders for delivery to the site will use as a delivery address the access point atthe Contractor's storage site.

b.

Coordinate with the OAR and allow for the least possible disruption of the facilitiesnormal operations for delivery of materials and removal of demolished and discardedmaterials.Delivery of materials and removal of demolished and discarded materials shall bescheduled as follows:

1) Schedule and coordinate all deliveries and removal of debris with the OAR.

The limits of construction material storage areas, equipment storage areas, and parkingareas shall be as indicated in the documents or as directed by the OAR. Erect and maintainsuitable fencing, marking and warning devices suitable for both day/night use to delineatethe perimeter of all such areas. Refer to specification Section 01 55 30 Requirements forUse of Canal Road.

a. Parking management cards may be used to provide contractor parking in the terminalgarages and terminal top parking. These cards will cost $60 per card per month, taxesnot included.

Use of the Existing Building: Maintain the existing building in a weathertight condition throughoutthe construction period. Repair damage caused by construction operations. Take all precautionsnecessary to protect the building and its occupants during the construction period.

1.4 OWNER OCCUPANCY

Full Owner Occupancy: The Owner, its tenants, and the public will occupy the site and existingbuilding and adjacent facilities (outside the limits of the construction area unless specified) duringthe entire construction period. Cooperate with the Owner during construction operations tominimize conflicts, facilitate occupancy usage, and protect persons and property in the project area

C&S ENGINEERS, INC.01 11 00 - 2

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SUMMARY OF WORKSECTION 01 11 00

during the entire construction period. Perform the Work so as not to interfere with the Owner'soperations.

1. All work may be carried out without time restrictions, unless otherwise directed by the Owner.2. Unless otherwise directed by the Owner, work shall be scheduled between the hours of 7:00

AM until 6:00 PM each day.

1.5 LAWS, PERMITS, AND REGULATIONS

A. Comply with all applicable laws, ordinances, regulations, codes, ADA requirements.

B. Obtain and pay for all license and permits, all fees and charges for connection to outside servicesand parking for Contractor's vehicles.

C, Abide by FAA and Owner's safety and security regulations and procedures relative to access to,and work in, Airport Operations Areas and secured facilities.

D. Comply with Owner's insurance requirements.

PART 2 - PRODUCTS {Not Applicable)

PART 3 - EXECUTION (Not Applicable)

ENO OF SECTION 01 11 00

C&S ENGINEERS, INC.01 11 00-3

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SUMMARY OF WORKSECTION 01 11 00

THIS PAGE INTENTIONALLY LEFT BLANK

C&S ENGINEERS, INC.01 11 00 - 4

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

ALLOWANCESSECTION 01 21 00

SECTION 01 21 00 - ALLOWANCES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and General Conditions of the Contract, including other Division 1 Specification Sections,apply to this Section.

1.2 SUMMARY

A. This Section includes administrative and procedural requirements governing allowances.

B. All applicable allowances are listed on the Bid Form.

1.3 SCOPE, SELECTION AND PRICING

For each Work item covered by an allowance, including concealed conditions, the Contractor shallsubmit a Request for Change Order (RCO) at the earliest practical date after award of the Contractor upon discovery of the condition. The RCO shall include the scope of work, the schedule and theamount of allowance to be used for the Work item. The OAR will process a Contract Modificationfor the Work item in accordance with the terms of the Contract. Note that the General Conditionsoutline the various types of Contract Modifications as well as various methods of payment, includingForce Account provisions.

B. At the OAR's request, submit proposals for each applicable allowance item for use in making finalselections. Include recommendations that are relevant to performing the Work.

C, Purchase products and systems selected by the OAR. Do not begin Work on an item covered byan allowance until a Contract Modification has been authorized by the Owner.

1.4 SUBMITTALS

A. General: Submit proposals for the work included in allowances, in the form specified for ChangeOrders.

1. Submit invoices or delivery slips to show the actual quantities of materials delivered to thesite for use in fulfillment of each allowance.

1.5 ALLOWANCES

A. Use the allowance only as directed by the OAR or Owner for the Owner's purposes. The inclusionof Allowances in the Contract is not a guarantee that payment will be made for any amount of theallowance unless the Owner has determined there has been full compliance with the ContractDocuments for each Allowance.

C&S ENGINEERS, INC.01 21 00-1

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

ALLOWANCESSECTION 01 21 00

B. Allowances shall only include the Contractor's direct costs and mark-up in accordance with theChanges in the Work Article of the General Conditions.

1.6 UNUSED ALLOWANCES

A. At Project close-out, credit all unused Allowance monies to the Owner by Change Order.

PART 2 - PART 2 - PRODUCTS (Not Applicable)

PART 3 — PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine products covered by an Allowance promptly upon delivery for damage or defects. Reportfindings and proposed corrective action to the OAR in writing.

3,2 PREPARATION

A. Coordinate all work for each Allowance with related materials and installations to ensure that eachallowance item is completely integrated and interfaced with related work.

3.3 SCHEDULE OF ALLOWANCES

A. L-109, Airfield Lighting Control & Monitoring System Modifications: Update ALCMS I PLC-See Bid Form

B. Dispute Resolution (DRB) — Owners Share — Allowance — See Bid Form

END OF SECTION 01 21 00

C&S ENGINEERS, INC.01 21 00-2

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABII ITATION

SUBSTITUTION PROCEDURES

SECTION 01 25 00 — SUBSTITUTION PROCEDURES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and General Conditions of Contract, including other Division 1 Specification Sections,apply to this Section.

1.2 SUMMARY

A. This Section specifies administrative and procedural requirements for handling requests forsubstitutions made after the Project is advertised.

B. Procedural requirements governing the Contractor's selection of products and product options areincluded under Section "Materials and Equipment."

1.3 DEFINITIONS

A, Definitions used in this Section are not intended to change or modify the meaning of other termsused in the Contract Documents.

B. Substitutions: Requests for Substitution are changes proposed by the Contractor in products,materials, equipment, and methods of construction required by Contract Documents.

1. The following are not considered Substitutions:

a.b.

Revisions to Contract Documents requested by the Owner or Designer.Specified options of products and construction methods included in ContractDocuments.Revisions required for the Contractor to comply with governing regulations and ordersissued by governing authorities.

C. Substitutions requested by Bidders during the bidding period are subject to the requirementsspecified in this Section for substitutions. The Owner's decision on the Request for Substitutionduring bidding will only be made by means of a Bid Addendum.

1.4 SUBMITTALS

A. Substitution Request Submittal: Requests for substitution during bidding may be considered if

submitted as directed in the Instructions to Bidders at least fourteen (14) days before Bid date.Requests received after this time may be rejected at the discretion of the Owner. Request forsubstitution received after Contract award must be made to the OAR. The OAR will render adecision on such a Request for Substitution within thirty (30) days after the complete Request forSubstitution has been received by the OAR.

C&S ENGINEERS, INC.01 25 00 - 1

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F L G REHABILITATION

SUBSTITUTION PROCEDURES

B. Each Request for Substitution (whether during bidding or after Contract award) must be submittedas follows: Submit four (4) copies of each request for substitution for consideration. Submitrequests in the form and in accordance with procedures required for Change Order proposals in

the General Conditions. Substitution Request Form: Use "Contractor's Request For Substitution"form (3 pages) provided at end of this Section.

Identify the product, or the fabrication or installation method to be replaced in each request.Include related Specification Section and Drawing numbers. Provide completedocumentation showing compliance with the requirements for substitutions, and the followinginformation, as appropriate:

b.C.

Product Data, including Drawings and descriptions of products, fabrication andinstallation procedures.Samples, where applicable or requested.A detailed comparison of significant qualities of the proposed substitution with those ofthe Work specified. Significant qualities may include elements such as size, weight,durability, code compliance, maintenance requirements, energy usage, andsustainable design requirements, performance, key components and visual effect,Coordination information, including a list of changes or modifications needed to otherparts of the Work and to construction performed by the Owner and separateContractors that will become necessary to accommodate the proposed substitution.A statement indicating the substitution's effect on the Contractor's ConstructionSchedule compared to the schedule without approval of the substitution. Indicate theeffect of the proposed substitution on overall Contract Time.Cost information, including a proposal of the net change, if any in the Contract Sum.When specifically required by the OAR, the cost information shall include a 10-yearreturn on investment study indicating both First Costs, Operation and Maintenancecosts as well as energy usage variations (as applicable) at a minimum.Certification by the Contractor that the substitution proposed is equal-to or better in

every significant respect to that required by the Contract Documents, and that it will

perform adequately in the application indicated. Include the Contractor's waiver ofrights to additional payment or time that may subsequently become necessary as aresult of downstream constructability issues that may arise or failure of the substitutionto perform adequately.A paragraph by paragraph comparison and analysis of the related specification sectionindicating compliance or variation from specification standard. If specified with a "Basisof Design", provide a comparison and analysis of each component of themanufacturers'etailed specification for the "Basis of Design". Each variation shall besubstantiated with necessary submission to validate products compliance withspecifications.Failure to include the above requirements in the Request for Substitution may because for rejection in its entirety.

The Contractor must, prior to submitting to the OAR, thoroughly review ail requests for substitutionproposed by its subcontractors to ensure that the reuest is not only complete as outlined above butalso that the Contractor endorses the request. Requests for Substitution from subcontractorsreceived by the OAR which have not been thoroughly reviewed and endorsed by the Contractorwill be rejected,

D. OAR's Action: Additional information or documentation necessary for evaluation of the requestmay be requested. Notification of approved substitutions will be made by Addendum prior to bidand by a Change Notice after bid.

C&S ENGINEERS, INC.01 2500-2

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SUBSTITUTION PROCEDURES

PART 2 - PRODUCTS

2.1 SUBSTITUTIONS

A. Conditions: The substitution request will be received and considered by the OAR when one ormore of the following conditions are satisfied, as determined by the OAR; otherwise requests willbe returned without action except to record noncompliance with these requirements.

1.2.3.4.

10.

Extensive revisions to Contract Documents are not required.Proposed changes are in keeping with the general intent of Contract Documents.The request is timely, fully documented and properly submitted.The request is directly related to an "or approved substitution" clause or similar language inthe Contract Documents.The specified product or method of construction cannot be provided within the Contract Time.The request will not be considered if the product or method cannot be provided as a resultof failure to pursue the Work promptly or coordinate activities properly.The specified product or method of construction cannot receive necessary approval by agoverning authority, and the requested substitution can be approved.A substantial advantage is offered the Owner, in terms of cost, time, energy conservation orother considerations of merit, after deducting offsetting responsibilities the Owner may berequired to bear. such as additional compensation required for the OAR and Designer forredesign and evaluation services, increased cost of other construction by the Owner orseparate contractors, and similar considerations.The specified product or method of construction cannot be provided in a manner that iscompatible with other materials, and where certification is provided that the substitution willovercome the incompatibility.The specified product or method of construction cannot be coordinated with other materials,and where certification is provided that the proposed substitution can be coordinated.The specified product or method of construction cannot provide a warranty required by theContract Documents and where certification is provided that the proposed substitutionprovides the required warranty.Where a proposed substitution involves more than the Contractor, each subcontractor shallcooperate with the Contractor to coordinate the Work, provide uniformity and consistency,and to assure compatibility of products.

B. The submittal and the OAR's acceptance of Shop Drawings, Product Data or Samples that relateto construction activities not complying with the Contract Documents does not constitute anacceptable or valid request for substitution, nor does it constitute approval.

C. If the use of a substitute product requires additional work or modifications to new or existingfacilities, all such additional work, including utility modifications shall be borne by the Contractor.

2.2 PROCEDURES

A. Selection Procedures: Options in product selection is governed by the Contract Documents andgoverning regulations, not by previous industry tradition or project experience. Proceduresgoverning product selection include, but are not limited to the following:

1. Proprietary Specification Requirements: Where a single product or manufacturer is named,provide the product indicated. Other products will not be considered by the OAR.

C&S ENGINEERS, INC.01 25 00 - 3

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SUBSTITUTION PROCEDURES

a. Advise the OAR before proceeding when it is discovered that the named product is nota feasible solution.

2. Semi-proprietary Specification Requirements: Where two or more products andmanufacturers are named, provide one of the products indicated. No substitutions will bepermitted unless the specification indicates consideration of other products.

When products are specified by one manufacturer's model numbers or performancecriteria with reference to other acceptable manufacturers, products manufactured bythe acceptable manufacturers listed must meet minimum performance criteriaspecified or meet quality of models specified.Advice the OAR before proceeding when it is discovered that the named product is nota feasible solution.

Performance Specification Requirements: Where Specifications require compliance withperformance requirements, provide products that comply with the requirements and arerecommended by the manufacturer for the application indicated. General overallperformance of a product is implied where the product is specified for a specific application.

4. Sustainable Design Requirements: Where Specifications require compliance with specificLEED Credits or Sustainable Design components, provide products that comply with thosesame requirements or components.

5, Compliance with Standards, Codes, and Regulations: Where the Specifications only requirecompliance with an imposed code, standard, or regulation, select a product that complieswith the standards, codes or regulations specified.

PART 3- EXECUTION (Not Applicable)

END OF SECTION 01 25 00

C&S ENGINEERS, INC.01 2500-4

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SUBSTITUTION PROCEDURES

CRFS NOc

CONTRACTOR'S REQUEST FOR SUBSTITUTION

The undersigned hereby submits for consideration the following request for substitution in lieu of the specified item.

Specification Section and Paragraph:

Drawings and Details affected.

Specified Item/Mfr/Model Non

Proposed Substitution: (Define)

It is the Contractor's responsibility to provide all information necessary to determine the proposed substitution is equalor better than the specified item. Submit complete product description, drawings, photographs, performance and testdata, samples and other information necessary for side-by-side evaluation. Fill in ALL BLANKS below;

1. Provide specific reason why this request for substitution is being made:

2. Identify the recycled materials or components, or the features of this proposed substitution which support its statusas "environmentally friendly".

3. Does the substitution meet the specified sustainability and/or LEED requirements? Yes"yes",explain:

No

4. Will approval of the proposed substitution affect dimensions, locations, or configurations shown on drawings&Yes No . If "yes", explain:

5. What are the differences between the specified item and the proposed substitution?

6. Will changes be required to the building or other construction in order to properly install or accommodate therequested substitution? Yes No: If "Yes", explain:

7. Will the Contractor pay for any changes to the building design including re-design, engineering and detailingcosts caused by this approval? Yes No If "No", explain

C&S ENGINEERS, INC.01 2500-5

GQAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILI'TATION

SUBSTITUTION PROCEDURES

8. Will the requested substitution meet all applicable Codes, Ordinances, and regulations for this specificapplication? Yes No If "No", explain:

g. Will approval of the requested substitution affect the Work of other trades? Yes No If "Yes", explain:

10. Will approval of the requested substitution affect the specified warranty? Yes No If "Yes", explain:

11. Has the requested substitution been used locally in similar applications? Yesidentify nearest location:

No If "Yes",

12. Will maintenance and service parts be locally available for the requested substitution? Yes No

If ""no", identify nearest location;

13. Will the requested substitution require waiving of any qualifications or other requirements? Yes

If "Yes", explain:

No

14, Are there any license fees or royalties associated with the requested substitution? Yes

If "Yes", explain

No

15. Will the requested substitution affect the construction progress schedule? Yes No If "Yes", explain:

16. Will Owner receive a credit ($$$ $ ) for this proposed substitution? Yes No If "Yes"—

state the amount: $ if "No", explain:

17. Will the date of Substantial Completion be decreased in time if he requested substitution is approved? Yes

No If "Yes", date number of calendar days ( ); if "No", explain:

The Architect and Owner will not be re uired to rove an roduct is not e ual or suitable for the Pro'ect.

CONTRACTOR'6 CERTIFICATION OF EQUAL PERFORMANCE ANO ASSUMPTION OF LIABILITY FOREQUAL PERFORMANCE

The undersigned Contractor states that the performance, function, quality and durability are equivalent or supenor tothe specified item. If Contractor is a corporation, the legal name of the corporation shall be set for1h below, togetherwith signature(s) of he officer of officers authorized to sign contracts, on behalf of the corporation and corporate seal.If Contractor is a partnership, the true name of the firm and the name(s) of the general partner{a) shall be set forth

C&S ENGINEERS, INC.01 25 00 - 6

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SUBSTITLITION PROCEDURES

below with the signature(s) of the partner or partners authorized to sign contracts on behalf of the partnership, and ifthe Contractor is an individual, his signature shall be placed below. Failure to provide legally binding signature(s) willresult in non-consideration of this Request For Substitution..

Submitted By

Signature Date

Corporate Seal}

Attest (lf Corporation)

Name (Print)

Title

Firm (Print)

Street Address

City, State, 2ip

Witness:(If partnership or individual)

ARCHITECT'S ACTION

~Aroved

~NA d

OAR ACTION

By

By

(Signature Required)

(Print Firm Name)

(Signature Required)

(Pnnt Firm Name)

Date:

Date:

Date;

Date:

A~roved By

NNtA N d By

(Signature Required)

(Print Firm Name)

(Signature Required)

(Pnnt Firm Name)

Date:

Date:

Date:

Date:

C&S ENGINEERS, INC.01 25 00 - 7

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SUBSTITUTION PROCEDURES

THIS PAGE INTENTIONALLY LEFT BLANK

C&S ENGINEERS, INC.01 25 00 - 8

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SCHEDULE OF VALUESSECTION 01 29 73

SECTION 01 29 73- SCHEDULE OF VALUES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and General Conditions of Contract, including other Division 1 Specification Sections,apply to this Section.

1.2 SUMMARY

A. Section includes: Schedule of Values.

1. When requested by the OAR, support values given with substantiating data.2. Use Schedule of Values as a basis for the Applications for Payment.

B. Time Coordination: In coordination of initial submittals and other administrative start-up activities,submit Schedule of Values to the OAR at the earliest feasible date, but in no case later than seven(7) days before initial payment request is to be submitted. The Contractor's Application for Paymentcannot be processed for payment until the Contractor has submitted a Schedule of Valuesacceptable to the OAR.

1.3 FORM OF SUBMITTAL

A. Use AIA Document G-703 Continuation Sheet for the submittal format and provide to the OAR in aMS Excel electronic file.

B. Unless otherwise directed by the OAR, use Table of Contents of the Project Manual as a basis forformat or, if a unit price contract, use unit price schedule.

C. Identify each line with number and title as listed in Table of Contents of the Project Manual or unitprice schedule.

1.4 PREPARING AND SUBMITTING SCHEDULE OF VALUES

A. The Schedule of Values willbe used as a basis for determining progress payments on the Contract.The Schedule of Values shall be a schedule of cost loaded construction activities equal, in total, tothe awarded Contract Price and shall be in a form and of sufficient detail to correctly represent areasonable apportionment of the Contract Price. Prepare Schedule of Values, in coordination withProgress Schedule. Correlate line items with other administrative schedules and forms required forthe Work, including progress schedule, Application for Payment form, listing of subcontractors,schedule of Alternates, schedule of Allowances, listing of products and principal suppliers andfabricators, and schedule of submittals.

B. Provide breakdown of Contract Price in sufficient detail to facilitate continued evaluation of paymentrequests and progress reports. Breakdown amounts of major cost items into several line items.Round off to nearest whole dollar, but with total equal to Contract Sum.

C&S ENGINEERS, INC.01 29 73 - 1

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SCHEDULE OF VALUESSECTION 01 29 73

C. Submit one (1) copy of the Schedule of Values to the OAR.

D. Arrange schedule of values with columns to indicate generic name of item, related SpecificationSections; subcontractor, supplier, manufacturer, or fabricator; change orders which have affectedvalue; dollar value of item, and percentage of Contract Sum to nearest one-hundredth percent andadjusted to total 100 percent.

E. Margins of Cost:

Show line items of indirect costs, and margins on actual costs, only to extent such items will

be individually listed in payment requests.Establish each item in Schedule of Values and in payment requests to be complete with totalexpenses and proportionate share of general overhead and profit margin.Major cost items, which are not directly cost of actual work-in-piace, such as distincttemporary facilities, may be either shown as line items in Schedule of Values or distributedas general overhead expense.

F. Break down installed cost into:

1. Cost of product, delivered and unloaded at Job Site with taxes paid. (List under Column F,G-703)

2. Total installed cost, with overhead and profit. (List under Column C, G-703).

1.5 SUBSCHEDULE OF UNIT MATERIAL VALUE

A. Submit a sub-schedule of unit costs and quantities for products for which payments will berequested for stored materials.

B. The form of submittal shall parallel that of the Schedule of Values, with each item identified thesame as the line item in the Schedule of Values.

C. The unit quantity for bulk materials shall include Contractor's overages for normal waste.

D. The unit values for the materials; the cost of the material including taxes, delivered and unloadedat the Site.

E. The installed unit value multiplied by the quantity listed shall equal the cost of that item in theSchedule of Values.

1.6 REVIEW AND RESUBMITTAL

A. After review by the OAR, revise and re-submit Schedule (and Schedule of Material Value) asrequired.

PART 2 - PRODUCTS (Not Applicable)

PART 3 - EXECUTION (Not Applicable)

C&S ENGINEERS, INC.01 29 73 - 2

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F 8 G REHABILITATION

SCHEDULE OF VALUESSECTION 01 29 73

PART 4 - END OF SECTION 01 29 73

C&S ENGINEERS, INC.01 29 73 - 3

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SCHEDLILE OF VALUESSECTION 01 29 73

THIS PAGE INTENTIONALLY LEFT BLANK

C&S ENGINEERS, INC.01 29 73-4

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORI TAXIWAYS F Ir G REHABILITATION

PROJECT MANAGEMENT AND COORDINATIONSECTION 01 31 00

SECTION 01 31 00- PROJECT MANAGEMENT AND COORDINATION

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and General Conditions of the Contract, including other Division 1 Specification Sections, applyto this Section.

1.2 SUMMARY

This Section includes administrative and supervisory requirements necessary for coordinatingconstruction operations including, but not necessarily limited to, the following:

1.

2.3.45.

General project coordination procedures,Conservation.Coordination Drawings.Administrative and supervisory personnel.Cleaning and protection.

1.3 COORDINATION

A. Coordinate construction operations included in various Sections of these Specifications to assure efficientand orderly installation of each part of the Work. Coordinate construction operations included underdifferent Sections that depend on each other for proper installation, connection, and operation.

Schedule construction operations in the sequence required to obtain the best results whereinstallation of one part of the Work depends on installation of other components, before or after itsown installation.Coordinate installation of different components to assure maximum accessibility for requiredmaintenance, service, and repair.Make provisions to accommodate items scheduled for later installation,

B. Where necessary, prepare memoranda for distribution to each party involved, outlining specialprocedures required for coordination. Include such items as required notices, reports, and attendance atmeetings.

1. Prepare similar memoranda for the OAR and separate contractors where coordination of their workis required.

C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures withother construction activities to avoid conflicts and assure orderly progress of the Work. Suchadministrative activities include, but are not limited to, the following:

1. Preparation of schedules.2. Installation and removal of temporary facilities.3. Delivery and processing of submittals.

Cft S ENGINEERS, INC.01 31 00-1

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F 8 G REHABII ITATION

PROJECT MANAGEMENT AND COORDINATIONSECTION 01 31 00

4. Progress meetings.5. Project closeout activities.

D. Conservation: Coordinate construction operations to assure that operations are carried out withconsideration given to conservation of energy, water, and materials.

1. Salvage materials and equipment involved in performance of, but not actually incorporated in, theWork.

1.4 SUBMITTALS

A. Coordination Drawings: Prepare coordination drawings where careful coordination is needed forinstallation of products and materials fabricated by separate entities. Prepare coordination drawingswhere limited space availability necessitates maximum utilization of space for efficient installation ofdifferent components.

1. Show the relationship of components shown on separate Shop Drawings.2. Indicate required installation sequences.3. Comply with the Article "Submittals" contained in each section.

Staff Names: At the Pre-Construction meeting, submit a list of the Contractor's principal staffassignments, including the superintendent and other personnel in attendance at the Project Site. Identifyindividuals and their duties and responsibilities. List their addresses and telephone numbers.

1. Post copies of the list in the Project meeting room, the temporary field office, and each temporarytelephone.

PART 2 - PART 2 - PRODUCTS (Not Applicable)

PART 3 - PART 3 - EXECUTION

3.1 GENERAL COORDINATION PROVISIONS

A. Inspection of Conditions: Require the Installer of each major component to inspect both the substrateand conditions under which Work is to be performed. Do not proceed until unsatisfactory conditions havebeen corrected in an acceptable manner.

B. Coordinate temporary enclosures with required inspections and tests to minimize the necessity ofuncovering completed construction for that purpose.

3.2 CLEANING AND PROTECTION

A. General: Refer to Division 01 74 23 for cleaning and environmental requirements, as well as all otherrequirements outlined within the General Conditions of the Contract for Construction.

C&S ENGINEERS, INC.01 31 00-2

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F fr G REHABILITATION

PROJECT MANAGEMENT AND COORDINATIONSECTION 01 31 00

B. Cleaning: Cleaning shall be performed by the Contractor on a daily basis. The entire Work area shall beleft in a broom clean, or equivalent condition.

Clean and protect construction in progress and adjoining materials in place, during handling andinstallation. Apply protective covering where required to assure protection from damage ordeterioration until Substantial Completion is accepted.Clean and provide maintenance on completed construction necessary through the remainder of theconstruction period. Adjust and lubricate operable components to assure operability withoutdamaging effects.

C. Protection - Limiting Exposures: Supervise construction operations to assure that no part of theconstruction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwisedeleterious exposure during the construction period.

END OF SECTION 01 31 00

C&S ENGINEERS, INC.01 31 00 - 3

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

PROJECT MANAGEMENT AND COORDINATIONSECTION 01 31 00

THIS PAGE INTENTIONALLY LEFT BLANK

C&S ENGINEERS, INC.01 31 00-4

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SYSTEM INTERRUPTIONS / UTILITYOUTAGE NOTIFICATION PROCEDURES

SECTION 01 31 14.13

SECTION 01 31 14.13 — SYSTEM INTERRUPTIONS / UTILITY OUTAGE NOTIFICATION PROCEDURES

PART 1 - GENERAL

RELATED DOCUMENTS

A. Drawings and General Conditions of the Contract, including other Division 1 Specification Sections,apply to this Section.

B. The Contractor and their subcontractors shall comply with all system interruptions and utility outagenotification requirements, procedures and/or forms specified herein.

Documents

1. Use the latest version of the UON Procedures for Contractors and the UON Checklist inSection 00 62 93 Construction Administration Forms

D. GOAA Construction Forms

1. Use the latest version of the UON Forms listed in Section 00 62 93 ConstructionAdministration Forms

1.2. DEFINITIONS

Acron mUONGOAAOARAARMSDSPPELOTOAPMBHSITGPRSAMMOTAOCAOAAHJ

Refers to.Utility Outage NotificationGreater Orlando Aviation AuthorityOwner's Authorized RepresentativeAuthority's Authorized RepresentativeMaterial Safety Data SheetPersonal Protection EquipmentLock-Out Tag-Out (electrical safety procedures)Automated People MoverBaggage Handling SystemsInformation TechnologyGround Penetrating RadarSecurity Area MonitorMaintenance of TrafficAirport Operations CenterAirport Operations AreaAuthority Having Jurisdiction

1.3. GENERAL INSTRUCTIONS

A. System interruptions and utility outage notifications (UONs) are required during maintenance tasks,renovation work, tenant moves, and new construction work (the Work) in any and all instanceswhere existing systems, utilities, services or operations are understood to be impacted by the Work.

C&S ENGINEERS, INC.01 31 14.13 - 1

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F 8 G REHABILITATION

SYSTEM INTERRUPTIONS / UTILITYOUTAGE NOTIFICATION PROCEDURES

SECTION 01 31 14.13

B. The Contractor is required to plan, research, communicate, conduct and close out all utility outagenotifications issued as required for the Contractor to effectively and expeditiously conduct the Work.

C. The Contractor is required to ensure that all execution steps, those outlined herein and thoseimplied, and those required to plan, research, communicate, conduct and close out all utility outagenotifications, have been followed to minimize interruptions to existing operations while completingthe Work.

D. The Contractor is required to submit the completed UONs at least 120 hours (144 hours for aSecurity UON) in advance of execution of the Work. The advance submittal duration for UONssubmitted after 5;00 pm on a normal business day or Noon on a normal business Friday does notbegin until the next normal business day. Note that advance notification time starts after OwnerAuthorization of the UON.

E. UONs shall be sent to the Clearinghouse by the OAR or AAR for Action; the Clearinghouse has a48 hour clock to Accept, Reject, or Accept the UON with Modifications. The Owner (GOAA Sponsoror OAR) will authorize the UON.

F. UONs associated with Security systems must be published at least 96-hours in advance of thework, whereas all other UONs must be published at least 72-hours in advance of the work. Notethat these advance notification times start after Owner's Authorization of the UON.

G. In cases where there is both a Security UON and another type of UON (2nd UON) needed for thework, both UONs shall be sent together for Clearinghouse Action.

H. The Contractor is required to follow/make use of the latest revision of the UON Construction Formsand associated UON Procedures for Contractors and the UON Checklist.

PART 2 - PRODUCTS (not applicable)

PART 3 - EXECUTION

3.1. UON PLANNING

A. Research

The Contractor is required to research all available information, including review ofconformed documents, as-built drawings, previous and associated UONs, and, as required,field installations and conditions, for preparation of a complete UON.The Contractor is required to provide all required permits prior to execution of the Work.

B. Site Installation Crew Conference

1. The Contractor is required to conduct and evidence a site installation UON conference withthe trade crew personnel that will be executing the Work outlined in the UON, on location.

C. MOT (where required)

C&S ENGINEERS, INC.01 31 14.13-2

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SYSTEM INTERRUPTIONS / UTILITYOUTAGE NOTIFICATION PROCEDURES

SECTION 01 31 14.13

1. The Contractor is required to include MOT information should the UON or any activity toenable the Work as outlined in the UON, impact existing vehicular or pedestrian traffic flowor patterns.

D. UON Which includes Slab Drilling

1. The Contractor is required to include Ground Penetrating Radar or X-Ray services for allUONs that involve drilling into or through ground or concrete slabs or decks.

E. Site Safety Plan Review and Briefing

The Contractor is required to review the site-specific safety plan with the trade crewpersonnel, and evidence that the review/briefing covered proper requirements andprocedures associated with Arc Flash Studies, Personal Protection Equipment (PPE), andLock-Out/Tag-Out, as required for the Work outlined in the UON.

F. UON Affecting APM

1. The Contractor is required to coordinate with, and where required, be trained by Bombardieror Crystal Mover, on any and all Work anticipated to affect the Automated People Moverssystems.

G. UON Affecting BHS

1. The Contractor is required to coordinate with GOAA Operations on al! work anticipated toaffect the Baggage Handling Systems.

H. UON Affecting IT

The Contractor is required to formally request access into Communications Rooms to theOAR who will then coordinate with the Owner. Access into any Communications Room islimited to experienced and certified personnel having GOAA photo identification badges,performing the Work and for a limited amount of time. The Owner will most likely limit accessto only the firm actually performing the work in the Communications Rooms. The Contractorshall allow sufficient time (a minimum of 72 hours) for the processing of an access requestfor Communications Rooms.

2. The Contractor is required to coordinate with GOAA IT, through the OAR, all work anticipatedto affect the infrastructure, telecommunication systems, and/or emergency telephones at theelevators.

UON Affecting Life Safety

2.

3.

The Contractor is required to research sprinkler valve locations and Fire Alarm PointNumbers affected; this information MUST be included in any UON submitted and must becoordinated with GOAA Life Safety, through the OAR.The Contractor MUST be in communication with the COMM Center at every step outlined inthe UON ChecklistThe Contractor CANNOT leave a closed valve unattended for ANY reason (or leave property)in the closed position without either restoring the valve to its normal operating condition orestablishing an OAR-approved, ongoing fire watch.

C&S ENGINEERS, INC.01 31 14.13 - 3

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SYSTEM INTERRUPTIONS / UTILITYOUTAGE NOTIFICATION PROCEDURES

SECTION 01 31 14.13

External Resources to Support UON

2.3.

lt is not unusual for UONs to require external resources that enable and support the actualwork to be performed as outlined in the UON. The Contractor is required to provide all

external resources necessary to successfully execute the UON.The Contractor is required to identify the external resources required to complete the UON.External resources may include, but are not limited to; personnel to direct the public aroundaffected areas (Greeters), Security Area Monitors (SAMs), Off-Duty law enforcement officers,flagmen, elevator technicians, certified systems technicians (Life Safety — CSG), and/ortemporary signage.

3.2. SITE PERMITS

A. Electrically Safe Work Condition Permit

All UON work associated with an energized electrical power source will require an ElectricallySafe Work Condition Permit. The Contractor is required to have a qualified and licensedelectrician complete all information required on the Electrically Safe Work Condition Permit.The Contractor is required to coordinate, through the OAR, with GOAA Safety for its reviewand authorization of the Work once the appropriate safe work items and tasks have beenverified.The Contractor is required to display the completed and signed-off Electrically Safe WorkCondition Permit in the area of Work during the entire time covered by the UON.

B. Hot Work (Burn} Permit

3.

All UON work that involves grinding, welding, or dust-generating tasks will require a Hot Work(Bum) Permit. The Contractor is required to complete all information required on the HotWork (Burn} Permit.The Contractor is required to coordinate with the Airport's Safety Consultant for its reviewand authorization of the Work once the Hot Work (Burn) Permit information is deemedaccurate.The Contractor is required to display the completed and signed-off Hot Work (Burn) Permitin the area of Work.

Sunshine 1 Notification for non-GOAA Owned Utility Work

1. The Contractor is required to obtain required Sunshine 1 notifications for all non-GOAAowned utility work and submit to the OAR prior to start of the UON. The Contractor is requiredto display notifications at the area of Work.

3.3. PRIOR TO EXECUTION OF UON WORK

A. Prior to the execution of the Work as outlined in the UON, the Contractor is required to;

1.2.3.4.

Ensure that all equipment, tools and materials required for the Work is on siteEnsure adequate number of qualified personnel required for the Work is on siteReassess and confirm that the timeframe to conduct the Work is adequateRevisit the UON work plan and trade crew logic to complete the Work

C&S ENGINEERS, INC.01 31 14.13-4

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SYSTEM INTERRUPTIONS / UTILITYOUTAGE NOTIFICATION PROCEDURES

SECTION 01 31 14.13

Ensure the UON has been approved, and that a signed copy is in hand and displayed at theWork areasWhen applicable, verify transfer switches go to an alternate power source before the start ofthe outage

B. Should temporary electrical power be required to execute the Work as outlined in the UON, theContractor is required to:

2.3.4.

6.

8.

10.

Ensure the temporary electrical power source or generation unit{s) has been adequatelysized to handle the loadEnsure the temporary electrical power source or generation unit(s) is on site and readyEnsure its location has been approved by the OAREnsure proper conductors to connect the temporary electrical power generation unit(s) andtransfer switch(es) are on siteEnsure the temporary electrical power source or generation unit(s) has been started, andvoltage and rotation verifiedEnsure sufficient fuel for the temporary electrical power generation unit(s)Ensure a refueling source and spill kit have been set upEnsure a dedicated fire extinguisher is available for the temporary electrical power generationunit(s)Ensure a successful test run of the temporary electrical power generation unit{s) and transferswitch(es) through a complete cycleEnsure that emergency contact information is displayed on the temporary electdical powergeneration unit(s)Ensure that the temporary electrical power generation unit(s) and transfer switch(es) havebeen left in their proper configuration

3.4. VERBAL NOTIFICATION PRIOR TO EXECUTION OF UON WORK

A. Prior to the execution of the Work outlined in the UON, the Contractor is required to complete alltasks associated with verbally notifying interested or affected parties. The Contractor is requiredto complete the UON Checklist with the entities listed below:

1.2.3.4

5.6.

10.

Revisit recipients on Call ListBriefly describe the UON work to those on the Call ListContact Maintenance Dispatch / Central Plant on ALL UONs: (407) 825-4000Contact Airport Operations Center on ALL UONs: (407) 825-3840 for an updatedassessment of late flight departures and arrivals and/or other potential operational impactsto airlines or airlines use of BHSContact Airport BHS Operations on ALL UONs: (407) 825-BAGSContact Airfield Operations on UONs where high-mast lighting is involved or if trafficmovement on AOA will be affected: (407) 825-2036Contact Communications Center on UONs where Fire Alarm and/or Life Safety systems(including fire doors or suppressions systems) are affected: (407) 825-2065Coordinate with Life Safety Department to ensure that proposed UON does not interfere withother previously scheduled workContact Bombardier or Crystal Mover on UONs where the APM is affected: (407) 825-2406or (407) 825-5080. The Contractor is hereby notified that if flights are delayed the proposedUON work may be delayed as a result.Contact Schindler on UONs where elevators or escalators are affected: (407) 825-7327 orcall Central Plant via radio. The Contractor is hereby notified that only Schindler techniciansare qualified to remove units from service, should their services be required.

C&S ENGINEERS, INC.01 31 14.13 - 5

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SYSTEM INTERRUPTIONS / UTILITYOUTAGE NOTIFICATION PROCEDURES

SECTiON 01 31 14.13

3.5. EXECUTION OF UON WORK

A. The Contractor is required to ensure that only qualified, and where required, licensed Installationpersonnel will be performing the Work as described in the UON.

B. For Life Safety- Sprinkler Valves

Once a valve is closed, verification from the COMM Center MUST confirm that themanagement system has flagged that particular valve in a trouble state and it notes that thevalve has been closed.A tag must be affixed to the valve, by the Contractor to include the following information:

a.b.C.

d.

f.

g.

Company NameTechnician Closing the ValveTime and Date of ClosureContact Information of person closing the valveProject numberExpected duration (or attach a copy of the UON)Area affected (or attach copy of the UON)

3.6. POST EXECUTION OF UON WORK

After completion of the Work as outlined in the UON, the Contractor is required to have its qualifiedsupervisor;

1. For Life Safety — Sprinkler Valves

Once the valve is put back to its normal position, the COMM Center must be called toreset the valve—give locationOnce the valve is confirmed reset and back to normal, only then can the TAG beremoved by the Contractorlf for some reason the Contractor finds an issue with the valve and it cannot be opened,tamper switch malfunctions, leaks, or won't reset, a work order must be submittedimmediately for GOAA to address.Contractor CANNOT leave the valve unattended for ANY reason (or leave property) in

the closed position without either restoring the valve to its normal operating conditionor establishing an OAR-approved, ongoing fire watch.The Contractor's Project Manager (PM)/Superintendent is responsible to confirm thatthe system is back to normal before shift's endIn the event of a malfunction in the Tamper Switch which causes the valve to remainin trouble (which would "indicate" still closed) but the valve is actually open, theContractor's PM/Superintendent MUST call the COMM Center to make sure thetrouble is annotated and written confirmation that the valve IS openIn NO CASE shall a sprinkler valve ever be disabled electronically on the fire alarmsystem.

2.3.4.

Ensure that the Work has been in fact completed as plannedEnsure that no tools have been left inside electrical gear/equipmentAuthorize removal of LOTO items, only after confirming completion of the UON Work, and asdescribed in items 1 and 2 aboveEnsure posted UON is removed as soon as the Work has been completed

C&S ENGINEERS, INC.01 31 14.13 - 6

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORI TAXIWAYS F & G REHABII ITATION

SYSTEM INTERRUPTIONS / UTILITYOUTAGE NOTIFICATION PROCEDURES

SECTION 01 31 14.13

Verbally notify all recipients on the Call List, as described in section 3.4, that the UON Workhas been completedEnsure that a weekly inspection/test plan is in place and communicate inspection dates tothe OARNotify, in writing, to the OAR, of any and all Code compliant items or other anomaliesencountered during the UON Work for resolutionUpdate panel schedules with any new information immediately after the completion of theUON work. The Contractor is hereby notified that a typed panel schedule update, per NEC408.4, must be in place within seven (7) days of the UON work completion

3.7. FAILURE TO COMPLY

A. The Contractor*s adherence to the UON process and procedures herein outlined is critical inensuring minimal impacts to ongoing airport operations during and after the completion of the Workrequiring UONs.

B. Adverse impacts to the Contractor's schedule caused by the Contractor's failure to comply with theprocess and procedures herein outlined, will require the Contractor to recover the time and any andall associated costs will be borne by the Contractor.

C. Should the Contractor's noncompliance become chronic, the Owner will contract the requiredresources to complete the UON process and procedures from others, but the associated costs, if

any, will be borne by the Contractor.

END OF SECTION 01 31 14.13

C&S ENGINEERS, INC.01 31 14.13 - 7

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SYSTEM INTERRUPTIONS / UTILITYOUTAGE NOTIFICATION PROCEDURES

SECTION 01 31 14.13

THIS PAGE INTENTIONALLY LEFT BLANK

C&S ENGINEERS, INC.01 31 14.13 - 8

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

PROJECT MEETINGSSECTION 01 31 19

SECTION 01 31 19- PROJECT MEETINGS

PART 1 - GENERAL

1. 1 RELATED DOCUMENTS

A. Drawings and General Conditions of the Contract, including other Division 1 Specification Sections,apply to this Section.

1. 2 SUMMARY

A. This Section specifies administrative and procedural requirements for project meetings, including,but not limited to, the following:

1. Job coordination meetings (JCMs).2. Preconstruction/preinstallation conferences.

1. 3 PROGRESS MEETINGS

A. General: Conduct Job Coordination Meetings (JCMs) at the Project Site, or at an alternate locationdesignated by the OAR on a bi-weekly basis.

The Owner may request additional Job Coordination Meetings or may require the Contractorto increase the frequency of JCMs, to once-a-week, depending upon project progress.Additional meetings or changes in meeting frequency, as directed by the OAR, shall notaffect the cost of the original Contract.

B. Attendees: In addition to the Contractor, Designer and OAR, each subcontractor, supplier, or otherentity concerned with current progress or involved in planning, coordination, or performance offuture activities shall be represented. All participants at the conference shall be familiar with theProject and authorized to conclude matters relating to the Work.

Agenda: The OAR will record meeting minutes and update the agenda.

1. Contractor's Construction Schedule: Review progress since the last meeting. Determinewhere each activity is in relation to the Contractor's Construction Schedule, whether on timeor ahead or behind schedule. Discuss whether schedule revisions are required to insure thatcurrent and subsequent activities will be completed within the Contract Time.

2. Contractors Look Ahead: Contractor shall present and distribute a three {3) week look aheadschedule during the "Schedule" portion of the meeting.

3. Review the present and future needs of each entity present, including such items as:

a.b.C.

d.e.

Interface requirements.Time.Sequences.Deliveries.Off-site fabrication problems.

C&S ENGINEERS, iNC.01 31 19 - 1

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

PROJECT MEETINGSSECTION 01 31 19

f.

g.h.

I.k.I.

n.o.P.q.

s.t.

Access.Site utilization.Submittals.Requests for information.Non-compliance notices.Temporary facilities and services.Hours of work.Resource allocation.Hazards and risks.Housekeeping.Quality and work standards.Safety issues.Change orders.Documentation of information for payment requests.Sustainable Design Requirements

D. Reporting: Transcript copies of each meeting will be distributed to each attendee and to thoseparties who were scheduled but unable to attend.

E. Schedule Updating: Refer to Section 01 32 13, Scheduling of Work.

F. As-Built Documents; Review progress of as-built documents for all disciplines of work. TheContractor and OAR shall coordinate a time to review the as-built documents the same day as theJCM.

1. 4 PRECONSTRUCTION/ PREINSTALLATION CONFERENCES

A. General: Where required by the OAR or by individual specification sections, conductpreconstruction conferences at the Project Site before each construction activity that requirescoordination with other construction.

B. Attendees: The Installer and representatives of manufacturers and fabricators involved in oraffected by the installation, and its coordination or integration with other materials and installationsthat have preceded or will follow, shall attend the meeting. Advise the OAR of scheduled meetingdates.

Review the progress of other construction activities and preparations for the particular activityunder consideration at each preconstruction conference, including, but not limited to, thefollowing:

a.b.C.

d.e.f.

9.h.

j.

Contract Documents.Options.Shop Drawings, Product Data, and quality-control samples.Coordination requirements.Time schedules.Weather limitations.Manufacturer's recommendations.Warranty requirements.Governing regulations.Inspecting and testing requirements.Recording requirements.

C&S ENGINEERS, INC.01 31 19 - 2

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

PROJECT MEETINGSSECTION 01 31 19

I.

o.P.q.r.

s.t.u.V.

Protection.Related change notices.Purchases.Deliveries.Possible conflicts.Compatibility problems.Acceptability of substrates.Temporary facilities.Space and access limitations.Safety.Required performance results.

Record significant discussions of each conference, and the approved schedule. Promptlydistribute a typewritten copy of the record of the meeting to all attendees.

PART 2 — PRODUCTS (Not Applicable)

PART 3 — EXECUTtON (Not Applicable)

END OF SECTION 01 31 19

C8S ENGINEERS, INC.01 31 19 - 3

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABII ITATION

PROJECT MEETINGSSECTION 01 31 19

THIS PAGE INTENTIONALLY LEFT BLANK

C&S ENGINEERS, INC.01 31 19-4

GOAA July 2019

ORLANDO EXECUTNE AIRPORTBP-045, ORL TAXIWAYS F ff G REHABILITATION

SCHEDULING OF WORKSECTION 01 32 13

SECTION 013213 — SCHEDULING OF WORK

PART 1 — GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and General Conditions of Contract, including other Division 1 Specification Sections,apply to this Section.

1.2 SUMMARY

A. This Section provides for the comprehensive depiction, measurement, assessment and reportingof project progress and status pursuant to the sub-articles entitled "Contractor's ConstructionSchedules" of the General Conditions, The Contractor's responsibility shall include scheduling ofall work within its Contract scope of work, creation of a Preliminary Schedule, a Baseline Schedule,production of reports, narratives, execution of the plan described by the current accepted schedule,participation in meetings with the OAR, and submission of Progress Schedules and revision data,as set forth herein. Conventional Critical Path Method (CPM) techniques must be utilized to satisfythe requirements of this section.

1.3 DEFINTIONS

A. Activity: A discrete entity of a project schedule that when combined relationally with others developa network that can be used for planning, scheduling and monitoring of a construction project.Activities contain durations derived from applied resources such as cost, manpower, equipmentand material.

1. Critical Activity: An activity that must start and finish as planned.2. Predecessor Activity: An activity preceding another activity in a network.3. Successor Activity: An activity succeeding another activity in a network.

B. Critical Path Method (CPM): An analytical process of scheduling activities using formalizedprocedures such as "forward pass" and "backward pass" establishing the optimum sequence andduration of operation inclusive of the interrelation of the effort required for the timely completion ofthe project. Forward pass calculations provide the earliest time in which a project can completeproviding "early" dates. Backward pass calculations provide the latest time in which a project cancomplete providing "late" dates.

Total Float: The difference between the early and late dates and is the amount of time an activitycan be delayed without delaying the overall project completion.

1. Float is not intended for the exclusive use or benefit of either the Owner or Contractor. It is

considered jointly owned by both parties and is a resource available as needed to meet theContract Times.

C8 S ENGINEERS, INC.

01 32 13-01GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SCHEDULING OF WORKSECTION 01 32 13

2. Float suppression techniques such as use of discretionary logic, inflated activity durationand/or lag/lead is prohibited.

D. Critical Path: The longest continuous path of interrelated activities with the least amount of totalfloat establishing the minimum overall duration of the project from the data date to completion.

E. Data Date: The date (and time) by which all progress is captured for a given time period.

F. Work Breakdown Structure (WBS): A hierarchical arrangement that defines the project by phases,deliverables and work packages.

1. WBS shall be the Contractor's primary means to organize the schedule. The OAR may needto dictate the Contractor's WBS levels to adhere to the overall program organization.

2. Activity Coding at the PROJECT LEVEL can be used by the Contractor as a secondarymeans of organizing the schedule but GLOBAL Activity Coding is prohibited.

G. Cost Loading: The allocation of the schedule of values necessary for the completion of an activityas planned. The sum of the costs for all activities must equal the total Contract Price unlessotherwise approved by the OAR.

1. Cost Loading, at a minimum, must inherently depict the monthly cash flow derived from theCPM Schedule.

H. Resource Loading: The allocation of manpower, material and equipment necessary for thecompletion of an actiwty as planned.

1. Manpower loading must be defined utilizing manhours per activity.

Relationship Types: Activity dependency or CPM Schedule logic

3.

Finish-to-Start (FS) - A relationship between activities in which the start of a successor activitydepends on the finish of its predecessor activity.Start-to-start (SS) — A relationship between activities in which the start of a successor activitydepends on the start of its predecessor activity.Finish-to-Finish (FF) — A relationship between activities in which the finish of a successoractivity depends on the finish of its predecessor activity.Start-to-Finish (SF) - A relationship between activities in which the finish of a successoractivity depends on the start of its predecessor activity. (Rarely used)

J. Open-Ends: Activities without predecessor or successor activities.

K. Dangling Activities; Activities with FF or SF predecessor relationship types (open start) or SS or SFsuccessor relationship types (open finish).

C&S ENGINEERS, INC.

01 32 13-02GGAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABII ITATION

SCHEDULING OF WORKSECTION 01 32 13

1.4 QUALITY ASSURANCE

A. Scheduling Qualifications: The Contractor must employ a designated Project Scheduler orScheduling Consultant. This specialist must be experienced in CPM Schedule development,management and reporting and have a minimum of 5 years'xperience with Primavera SchedulingSoftware, preferably P6, on Projects of similar size and complexity.

1. At any time the OAR may order the Contractor to replace the designated scheduler withanother if the current scheduler is deemed unacceptable based on qualifications orperformance.

B. Required Computerized CPM Scheduling System: For Projects exceeding $2 million in ContractPrice, Oracle Primavera P6 Professional Project Management (P6 PPM) or Oracle Primavera P6Enterprise Project Portfolio Management (P6 EPPM) must be the computer scheduling softwaresystem utilized. For Projects less than $2 million, any other planning software may be employed(e.g. Primavera Contractor, Microsoft Project, etc.) providing the Critical Path can be derived.Schedules for projects less than $2 million do not require resource or cost loading.

Schedule Alignment Meeting; Conduct a Prescheduling conference at Project Site to ensurecompliance with all requirements within this Section as well as related documents as it relates toCPM Schedule development, management and reporting including but not limited to:

1.

2.3.

4,5.

6.7.

8.

Review Planning Sofhvare.Verity Scheduling Qualifications.CPM Schedule Organization (WBS) and Detail.Owner i Interface Milestones between concurrent or other Projects.Review time required for Owner / OAR activity such as submittal review, testing andinspecting, commissioning, training and closeout.Updating Procedures.Activity ID Coding and File Nomenclature and submission.Coordination and time commitments for subcontractors and all other entities involved.

1.5 SUBMITTALS

A. Submit the following in accordance with the General Conditions of the Contract for Construction(00 72 13).

B. Format: Submit required submittals via email unless directed otherwise by the OAR in the followingformat:

1. Working P6 electronic (XER) file with the following File Naming Structure indicative of Bid

Package Number, Data Date and file extension:

a. BP-fiffff DD=dd-mmm-yy.xer(mpp)

C&S ENGINEERS, INC

01 32 13-03GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SCHEDULING OF WORKSECTION 01 32 13

PDF files for Detailed (All Activities) CPM Schedule and Longest Path with the following Title

Block information (use Header and/or Footer):

a.

C.

d.e.f.

g.h.

Contractor's NameOwner's Bid Package Number & Project NameSchedule Type (e.g. "Detailed Schedule", "Longest Path", etc.)Data DateRun DateFile NameSymbol LegendP6 Project ID

Layout & Filter Name

PART2-PRODUCTS

2.1 CONTRACTOR'S PROJECT SCHEDULES

A. Produce the following Construction Schedules in accordance with the General Conditions of theContract for Construction (00 72 13).

1. Preliminary Schedule2. Baseline Schedule3. Progress Schedules

Produce the following Schedules as required and in accordance with the General Conditions of theContract for Construction (00 72 13) as applicable.

1. Recovery Schedules

If at any time the Contractor's Progress Schedule indicates the project is two or moreweeks (14 calendar days) behind any current Contract completion date(s), theContractor must first submit both a graphic (Longest Path) and written (narrative) reportmeasuring the extent of the delay regardless of assumed causation and then aseparate Recovery Schedule indicating means by which the Contractor intends toregain schedule compliance.

Job Coordination Meeting (JCM) Look-Ahead Schedules

With each monthly Progress Schedule, the Contractor must develop a Four WeekLook-Ahead Schedule derived from the update indicating one week of As-Built

progress prior to the Data Date and four weeks of As-Planned progress beyond theData Date. It is intended that this document shall serve as the working scheduledocument at the JCM to ascertain incremental weekly progress until the following

monthly Progress Schedule is updated. If at the discretion of the OAR this documentbecomes unusable due to out of sequence progress or for other reasons such that the

C&S ENGINEERS, INC.

01 32 13-04GQAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SCHEDULING OF WORKSECTION 01 32 13

incremental weekly progress cannot be ascertained, the Contractor must implementweekly updates until the OAR is satisfied that the progress is being accuratelydepicted.

b. Look-Ahead Schedules must be submitted in colored .pdf format via email to the OARat least 48 hours prior to the JCM.

3. Delay Claim Entitlement Schedules

if at the Contractor's discretion a delay beyond the Contractors control is encounteredand after the Contractor has made every effort and reasonable attempt to mitigate theimpacts of the delay without additional costs to the Owner or disruption to the project,a request for additional time may be requested. All requests for extensions of timemust be submitted within the confines of the Contract and accompanied by a reputabledelay analysis technique and narrative in accordance with the General Conditions.Time extensions shall only be granted if the delay is excusable and impacts the criticalpath of the project at the time of the delay.

4. As-Built Schedules

After all Contract work items are complete, and prior to final payment, the Contractorshall submit the final Progress Schedule that will be called the "As-Built" Schedule,showing actual start and actual finish dates for all schedule activities and milestones.

Early Completion Schedules

a. The contract completion date shall not be changed by submission of a schedule thatshows an early completion unless specifically authorized by OAR Change Order.

2.2 CONTRACTOR'S SCHEDULE NARRATIVES

A. Any and all Project Schedules (e.g. Preliminary, Baseline, Progress, Recovery andior Request forTime Extension) shall be submitted with an accompanying narrative explaining the scheduleconsistent with its purpose.

2.3 MONTHLY REPORTS

A, Summary Level Schedules, Cash Flow Curves and physical percent complete based on manpoweranalysis derived from the monthly Progress Schedule must accompany the Contractor's MonthlyReports.

PART 3 - EXECUTION

3.1 SCHEDULE REQUIREMENTS

C&S ENGINEERS, INC.

01 32 13-05GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SCHEDULING OF WORKSECTION 01 32 13

A. Activity Types: In addition to construction activities, the CPM Schedules shall include otherindividual activities and milestones as applicable:

2.

3.

4.

5.

6.

7.

Contractual milestones, such as Notice to Proceed, Substantial Completion, Certificate of

Occupancy, Final Completion or any other Contract milestones.Design deliverables and milestones as applicable.Permitting Activities as applicable.Procurement Activities such as: subcontractor scope review and buyout, submittal and shopdrawing preparation, submittal approval, release and order of material and equipment,material and equipment fabrication and delivery.Interim Contractor's milestones as applicable.All Utility Outage Notifications (UON's) as required.Owner Activities such as Owner Furnished Contractor Installed (OFCI), Owner Furnishedand Owner installed (OFOI), Tenant move-out and occupancy, swing space and Ownerrequired utility payments or any other Owner activity that may affect schedule.Completion Activities such as Commissioning, testing, turnover, training, Contractor andOAR punch and final inspections by system.

B. The OAR may identify additional interfaces during the course of the Work and the Contractor will

incorporate these in the Progress Schedule as required. No composite activities allowed. The CPM

Schedules must break out all activities into their respective trades. At a minimum, at least oneconstruction activity and one procurement string must be identified in the CPM Schedules for eachsubcontractor on the project as applicable.

C. Activity ID's: The Contractor's CPM Schedule shall contain an intelligent activity identificationcoding system that must include the Bid Package Number (BP-¹¹¹) as a prefix to all Activity ID's

in the schedule, If activities are deleted from the schedule after the Baseline has been accepted,the Contractor must log these occurrences and submit this information to the OAR consistent with

the schedule submission inclusive of the activity deletions, It is recommended that the Contractorinclude this information with the accompanying schedule narrative, Duplication of Activity ID's with

differing activity descriptions is prohibited.

D. Activity Duration: With exception to the Preliminary Schedule, the duration for each activity shall bebased on manpower assignment and production rates estimated in work days and may not exceed20 days except for:

Procurement Activities such as fabrication or lead time. Procurement activity strings mustinclude separate activities for submittal preparation, approval, release and order, fabricateand delivery. Any procurement activity requiring duration greater than 60 days must beexplained by the Contractor before accepted into the CPM Schedules by the OAR.

E. Activity Relationships: Precedence diagramming method with the four conventional relationshiptypes shall be utilized to show activity dependence. At a minimum, each activity shall have one FSor SS predecessor and one FS or FF successor with the exception of the first and last activities in

the network such that no other activities shall be open-ended or dangling.

C&S ENGINEERS, INC.

01 32 13-06GQAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SCHEDULING OF WORKSECTION 01 32 13

F. Legs and Leads: The use of lags or leads between activities is not encouraged. Instead, it ispreferable to use an activity to represent the time lapse between two activities. The use of negativelegs is prohibited.

G. Date Constraints: The use of constraints is not encouraged but at times necessary especiallyconsidedng internal Owner operation and external Owner projects that may be occurringsimultaneously with inter-project dependency. Any use of constraints must be explained by theContractor consistent with the schedule submission inclusive of the constraint(s). Depending onthe type of constraint(s) used and where the constraint(s) are applied may lead to suspect schedulecalculations specifically related to total float. It is the responsibility of the Contractor to verify theaccuracy of the schedule calculations derived from the use of constraints.

H. Calendars: With the sole exception of the required Global Resource Calendar, all calendars mustbe represented on the Project Level and shall not inherit holidays or exceptions derived from theiroriginating Global Calendar. Any other use of Global Calendars is prohibited. Any schedulesubmitted with Global Calendars will be rejected and not accepted until remedied. It isrecommended that the Contractor develop the following Project Calendars with the following labels:

BP4/¹¹: 5 Day-8hrs/day (with 7 standard holidays) depicting the standard work week (M-F)with Saturday, Sundays and the Standard Holidays represented as non-work days. Standardholidays include: New Year's Day, Memorial Day, Fourth of July, Labor Day, ThanksgivingDay and Friday after and Christmas Day.

a. Assign this calendar to all Contractors'eneral work activities.b. Assign this calendar to all Owner activity,

2. BP-¹¹¹: 7 Day-Bhrs/day (All Days) depicting all days containing no holidays or non-workdays.

a, Assign this calendar to all Summary or Level of Effort Activities.b. Assign this calendar to Contractual Milestones.

Other Project Calendars may be used as needed by the Contractor on a case by case basis but in

each case, supporting documentation explaining its use must be submitted to the OAR foracceptance. All Project Calendars detailed work hours by work day must be set to 8:00am-12:00pmand from 1:00pm-5pm with 12:00pm-1:00pm represented as a non-work hour such that each workday is representative of 8 hours unless approved otherwise by the OAR.

J. Activity Coding: The Contractor must utilize WBS to organize the CPM Schedules. Prior to andpart of the OAR's Baseline Schedule acceptance, the Contractor must provide the OAR theirproposed WBS for OAR approval.

K. Data Dates: The Data Date shall be controlled by the OAR so that all Contractors are using theexact same dates each month consistent with the Owner's overall program. The Owner shallprovide the Contractor reporting calendar information where monthly update Data Dates will bespecified.

C& S ENGINEERS, INC.

01 32 13-07GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAVS F & G REHABILITATION

SCHEDULING OF WORKSECTION 01 32 13

3.2 CONTRACT MODIFICATIONS

For each proposed contract modification and concurrent with its submission, the Contractor shallprepare a delay analysis demonstrating the impact of the proposed change on the overall projectschedule or interim contract milestone(s) if applicable. If said change is approved by the OAR, theContractor shall incorporate the contract modification into the Progress Schedules for the period in

which the change was issued.

3.3 SCHEDULE CALCULATIONS AND DIAGNOSTICS

A. Multiple Project Schedules will be maintained within the OAR's scheduling system. As such, all

schedule data submitted by the Contractor must be submitted on the Project Level. No Global datashall be accepted unless specified otherwise herein.

B. Schedule Calculations and Settings:

1.2.

3.

4

5.

6.7.

Maintain open-ended activities as non-critical.All project schedule tiles shall be updated with actual progress using retained logic prior tosubmission. Progress override is prohibited.Start-to-Start lag shall be calculated from Early Start.Define critical activities as Longest Path providing it is a continuous path emanating from theData Date to project completion. Otherwise, use total fioat less than or equal to zero days.Compute total float as finish float.Relationship Lag shall be calculated based on the Predecessor Activity Calendar.Use Remaining Duration to ascertain activity progress and not percent complete.

C. Schedule Diagnostics: All Project Schedules shall be calculated and analyzed then corrected forall open ended and dangling activities, out of sequence progress and associated schedulecorrections as applicable. No activities shall be progressed beyond the Data Date.

3.4 SPECIAL SCHEDULE REPORTS

A. At times and within reason, the OAR may direct the Contractor to develop special reports asneeded.

END OF SECTION 01 32 13

C&S ENGINEERS, INC.

01 32 13-08GGAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F S G REHABILITATION

PHOTOGRAPHIC DOCUMENTATIONSECTION 01 32 33

SECTION 01 32 33 - PHOTOGRAPHIC DOCUMENTATION

PART 1 - GENERAL

1. 1 RELATED DOCUMENTS

A. Drawings and General Conditions/Provisions of the Contract, including Contractual Conditions andother Division 1 Specification Sections, apply to this Section.

1. 2 SUMMARY

Section includes administrative and procedural requirements for the following:

1. Preconstruction videos.2. Periodic construction photographs.3. Final completion construction photographs,

1. 3 INFORMATIONAL SUBMITTALS

A. Key Plan: Submit key plan of Project site and building with notation of vantage points marked forlocation and direction of each photograph and video recording. Indicate elevation or story ofconstruction. Include same information as corresponding photographic documentation.

B. Digital Photographs: Submit image files within three days of taking photographs.

2.

Submit photos by uploading to Owner's web-based project software site. Include copy of keyplan indicating each photograph's location and direction.Identification: Provide the following information with each image description in web-basedproject software site:

a.b.C.

d.e.f.

g.

Name of Project.Name and contact information for photographer.Name of OARName of Contractor.Date photograph was taken.Description of location, vantage point, and direction.Unique sequential identifier keyed to accompanying key plan.

Video Recordings: Submit video recordings within seven days of recording.

1. Submit video recordings by uploading to the Owner's web-based project software site.Include copy of key plan indicating each video's location and direction.

2. Identification: With each submittal, provide the following information on web-based projectsoftware site:

a. Name of Project.b. Name and address of photographer.c. Name of OAR

C&S ENGINEERS, INC.01 32 33 - 1

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

PHOTOGRAPHIC DOCUMENTATIONSECTION 01 32 33

d.e.f.

Name of Contractor.Date video recording was recorded.Description of vantage point, indicating location, direction (by compass point), andelevation or story of construction.

1. 4 FORMATS AND MEDIA

A. Digital Photographs: Provide color images in JPG format, produced by a digital camera withminimum sensor size of 12 megapixels, and at an image resolution of not less than 3200 by 2400pixels, and with vibration-reduction technology. Use flash in low light levels or backlit conditions.

B. Digital Video Recordings: Provide digital video in MPEG format. If specified in ContractDocuments, provide high-resolution, digital video in MPEG format, produced by a digital camerawith minimum sensor resolution of 12 megapixels and capable of recording in full high-definitionmode with vibration-reduction technology. Provide supplemental lighting in low light levels or backlitconditions.

C. Digital Images: Submit digital media as originally recorded in the digital camera, without alteration,manipulation, editing, or modifications using image-editing software.

D. Metadata; Record accurate date and time and GPS location data from camera.

E. File Names: Name media tiles with date, Project area, and sequential numbering suffix.

PART 2- PRODUCTS (Not Used)

PART 3 - EXECUTION

3.1 PRE-CONSTRUCTION VIDEOS

A. Before starting construction, record video of the site and surrounding properties from differentpoints of view. Record pre-existing conditions of the site and abutting properties obtained fromseveral perspectives. Provide narrative describing the vantage point and area being recorded.

Take videos in sufficient number to show existing conditions adjacent to the property beforestarting work.Take videos of existing improvement adjoining the property in sufficient detail to recordaccurately the physical conditions at the start of construction.

3.2 CONSTRUCTION PHOTOGRAPHS

A. General: Take photographs with maximum depth of field and in focus.

1. Maintain key plan with each set of construction photographs that identifies each photographiclocation.

C&S ENGINEERS, INC.01 32 33 - 2

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

PHOTOGRAPHIC DOCUMENTATIONSECTION 01 32 33

B. Periodic Construction Photographs: Take photographs weekly coinciding with the cutoff dateassociated with each Application for Payment. Select vantage points to show status of constructionand progress since last photographs were taken.

LEED Photographs:

1. All LEED photographs shall include date and description.2. Take weekly photographs of each of the following categories (unless noted otherwise).

Photographs are needed as applicable to each stage of the Work. Examples are listed foreach category below:

a. Storm Water Pollution Prevention Plan — weekly photographs and photographs afterrainfall of 0.5-inches or more.

1)2)3)4)5)6)7)6)9)

Silt FenceTemporary Seed/Mulch AreaStabilized retention pondsTemporary Swales/berms/detentionDust Control (watering)Gravel construction entries (all locations)Protection of Storm InletsTemporary Rip-RapDewate ring

b. Site Conditions

1)2)3)4)5)6)

Concrete Washout containerMasonry ground protection for mobilization areaOil Containment areaTree protectionHoses and construction waterSoil condition (concrete fines etc.)

Indoor Air Quality

1)2)3)4)5)6)7)8)9)10)11)12)13)14)15)16)

Duct protection (plastic wrap on ducts)Gravel entrances to building including dust mitigation measuresNo smoking, no eating, no drinking inside building signsDesignated smoking areasCleanly swept floorsEquipment with sanding bagsVOC Compliant Materials (photos of containers, paint, glue, etc.)Construction FiltersSource SeparationStored material on dunnage and protected from damageWater intrusion prevention proceduresDehumidifiersFansWaterproofingCleaning productsCleaning equipment and other IAQ measures

C&S ENGINEERS, INC.01 3233-3

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

PHOTOGRAPHIC DOCUMENTATIONSECTION 01 32 33

CONSTRUCTION WASTE

a.b.C.

d.e.

Food dumpsterCo-mingled recycled dumpsterConcrete-only dumpsterConcrete wash outPiles of materials such as asphalt, concrete to be removed off site and recycled bysubcontractorsSteel Dumpster

END OF SECTION 01 32 33

C&S ENGINEERS, INC.01 3233-4

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SHOP DRAWINGS, PRODUCTDATA, AND SAMPLES

SECTION 01 33 23

SECTION 01 33 23- SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES

PART 1 - GENERAL

RELATED DOCUMENTS:

A. Drawings and General Conditions of Contract, includingother Division 1 Specification Sections,apply to this Section.

1.2 SUMMARY;

This Section specifies administrative and procedural requirements for submittal of Shop Drawings,Product Data and Samples to verify that products, materials and systems proposed for use complywith provisions of the Contract Documents,

Shop Drawings include, but are not limited to, the following:

1.2.3.45.6.7.8.

Fabrication Drawings.Installation Drawings.Setting diagrams.Shop-work manufacturing instructions.Templates and patterns.Schedules.Design mix formulas.Coordination Drawings.

C. Product Data include, but are not limited to, the following:

1.

2.3.4.5.6.7.8.

10.11.

Manufacturer's product Specifications.Manufacturer's installation instructions.Standard color charts.Catalog cuts.Roughing-in diagrams and templates.Standard wiring diagrams.Printed performance curves.Operational range diagrams.Mill reports.Standard product operating and maintenance manuals.Material Safety Data Sheets (MSDS).

D. Samples include, but are not limited to, the following:

2.3.4.5.6.

Partial Sections of manufactured or fabricated components.Small cuts or containers of materials.Complete units of repetitively-used materials.Swatches showing color, texture and pattern.Color range sets.Components used for independent inspection and testing.

C&S ENGINEERS, INC.01 33 23-1

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SHOP DRAWINGS, PRODUCTDATA, AND SAMPLES

SECTION 01 33 23

E. Administrative Submittals: Refer to other Division 1 Sections and other Contract Documents forrequirements for administrative submittals. Such submittals include, but are not limited to:

1.2.3.

5.6.7.8.9.

Schedule of SubmittalsPermits.Applications for payment.Performance and payment bonds.Insurance certificates.Listing of subcontractors.Contractor's construction schedule.Progress SchedulesProgress reports.

F. Sustainable Design Submittals: Refer to Section 01 81 13.14 "Sustainable DesignRequirements - LEED v4 BD+C" for submittal requirements.

1.3 SUBMITTAL PROCEDURES:

Coordination: Coordinate preparation and processing of submittals with performance of the Work.

The Contractor shall review submittals before submitting to the OAR. Transmit eachsubmittal to the OAR sufficiently in advance of scheduled performance of related constructionactivities to avoid delay, but in no case later than Forty Five (45) days before the work relatedto that submittal is scheduled to commmence. Contractor shall coordinate submittals so asto not affect other trade submissions. If one submittal effects the installation or fabrication ofanother submittal, then those submittals shall be submitted silmultaneously. If any submittalswill be delayed, inform the OAR in writing giving reasons for the delay and a revised submittalschedule. Delays will be subject to OAR's approval. No extension of time will be authorizedbecause of a Contractor's failure to transmit submittals to the OAR sufficiently in advance ofthe Work to permit processing.The OAR will review all Administrative Submittals. The OAR will review all other submittalsfor conformance with the Contract Documents prior forwarding the submittals to theDesigner.Request for payment of stored materials will not be considered until subrnittals have beenreceived and approved by the OAR.Transmit submittals to the OAR to prevent delays. The Contractor is responsible for delaysaccruing directly or indirectly from submission or resubmission of submittal date.Coordinate each submittal with other submittals and related activities that require sequentialactivity including:

a.b.C.

d.

Testing.Purchasing.Fabrication.Delivery.

Coordinate transmittal of different types of submittals for the same element of the Work anddifferent elements of related parts of the Work so that processing will not be delayed by theOAR's and Designer's need to review submittals concurrently for coordination.

C&S ENGINEERS, INC.01 33 23-2

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SHOP DRAWINGS, PRODUCTDATA, AND SAMPLES

SECTION 01 33 23

a. The OAR and Designer reserve the right to withhold action on a submittal requiringcoordination with other submittals until related submittals are delivered to the OAR andDesigner.

7. Processing: Allow sufficient review time so that installation will not be delayed as a result ofthe time required to process submittals, including time for re-submittais.

C.

d.

Allow fourteen (14) days for the OAR and Designers'nitial review of each submittal.Where processing must be delayed to permit coordination with subsequent submittals,allow additional time. The OAR will advise the Contractor promptly when a submittalbeing processed must be delayed for coordination.Where necessary to provide an intermediate submittal between the initial and finalsubmittals, process the intermediate submittal in the same manner as the initialsubmittal.Allow fourteen (14) days for reprocessing each submittal.No extension of time will be authorized because of a Contractor's failure to transmitsubmittals to the OAR sufficiently in advance of the Work to permit processing.

B. Submittal Preparation - Division 2 through 49; Place a permanent label or title block on eachsubmittal for identification, and submit the information in PDF format. The Contractor shall provideSubinittals in electronic (PDF) format. PDF files will be required for all O&M and Close-outdocuments. The PDF file shall be enabled for Adobe Reader's Comment and Markup functionality.All stamps and markings described herein shall be electronically duplicated or added beforescanning. The PDF files shall be transmitted by way of email or an FTP site to the OAR.

1.2.3.

Place a permanent title block on each submittal for information.Indicate the name of the firm or entity that prepared each submittal on the~ title block.Provide a space approximately 4 inches by 5 inches on the labeler adjacent to the title blockto record the Contractor's review and approval markings and the action taken by the OARand Designer.Include the following information ea4hetebet for processing and recording action taken.

a.b.C.

d.e.f.

g.h.

j.k.

Project name.Date.Name and address of OAR.Name and address of Designer.Name and address of Contractor.Name and address of subcontractor.Name and address of supplier.Name of manufacturer.Number and title of appropriate Specification Section.Drawing number and detail references, as appropriate.Similar definitive information as necessary.

Provide and electronic stamp on each page (sheet) of the submittal with the Contractor'scertification statement, or other approval statement, as follows:

"I hereby certify that the (equipment) (material) (article) shown and marked in thissubmittal is that proposed to be incorporated in the work, is in compliance with theContract Documents, can be installed in the allocated spaces, and is submitted forreview by the OAR and Designer.

C&S ENGINEERS, INC.01 3323-3

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SHOP DRAWINGS, PRODUCTDATA, AND SAMPLES

SECTION 01 33 23

Certified by Submittal Reviewer . Date:

a. Sign the certifying statement or approval statement. The signatures shall be in

electronic format.

C. Submittal Transmittal: Package each submittal appropriately for transmittal end4as4ing. Transmiteach submittal from Contractor to OAR, as indicated, by use of a transmittal form. Submittalsreceived from sources other than the Contractor will be returned to the sender without action.Electronic transmittals must have descriptive subject lines for ease of retdieval. The transmittalform should be the first page in the attached PDF.

Record relevant information and requests for data on the transmittal form. On the form, oran attached separate sheet, call attention to deviations from requirements of the ContractDocuments, including minor variations and limitations.Include the Contractor's signed certification stating that information submitted complies withrequirements of the Contract Documents.Provide places on the form for the following information:

a.b.C.

d.e.f.

g.h.

Project name.Date.Destination (To:).Source (From: ).Names of subcontractor, manufacturer and supplier.Category and type of submittal.Submittal purpose and description.Submittal and transmittal distribution record,Remarks.Signature of transmitter.

1.4 SPECIFIC SUBMITTAL REQUIREMENTS:

A. Shop Drawings: Submit newly prepared information, drawn to accurate scale. DO NDTREPRODUCE CONTRACT DOCUMENTS OR COPY STANDARD PRINTED INFORMATION ASTHE BASIS OF SHOP DRAWINGS.

1. Include the following information on Shop Drawings:

a.b.C.

d.e.

Dimensions.Identification of products and materials included.Compliance with specified standards.Notation of coordination requirements.Notation of dimensions established by field measurement.

3.

Submit Coordination Drawings where required for integration of different constructionelements. Show construction sequences and relationships of separate components wherenecessary to avoid conflicts in utilization of the space available.Encircle, identify with arrow, or otherwise indicate deviations from the Contract Documentson the Shop Drawings.

a. DO NOT USE COLORED HIGHLIGHTERS TO INDICATE SELECTIONS.

C&S ENGINEERS, INC.01 33 23-4

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SHOP DRAWINGS, PRODUCTDATA, AND SAMPLES

SECTION 01 33 23

Do not allow Shop Drawing copies which do not have an appropriate final stamp or othermarking indicating action taken by the OAR and Designer to be used for construction.Except for templates, patterns and similar full-size Drawings, submit Shop Drawings onsheets at least 8-1/2" x 11" but no larger than 30" x 42". Shop drawings submitted as PDFfiles shall be generated full size of the original and not scale to fit.

B. Product Data: Collect Product Data into a single submittal for each element of construction orsystem. Sustainable Design Action Submittals shall be submitted as part of the product datasubmittal package.

1. Encircle, identify with arrow, each copy to show which choices and options are applicable tothe Project.

a. Do not use colored highlights to indicate selection.

4

Where Product Data has been printed to include information on several similar products,some of which are not required for use on the Project, or are not included in this submittal,mark copies to clearly indicate which information is applicable.Where Product Data must be specially prepared for required products, materials or systems,because standard printed data are not suitable for use, submit as "Shop Drawings" not"Product Data."Include the following information in Product Data:

a.b.C.

d.e.f.

Manufacturer's printed recommendations.Compliance with recognized trade association standards.Compliance with recognized testing agency standards.Application of testing agency labels and seals.Notation of dimensions verified by field measurement,Notation of coordination requirements.

Do not submit Product Data until compliance with requirements of the Contract Documentshas been confirmed.In submitting paper, submit a sufficient number of copies to enable the Owner and the OARto retain 4 copies of each required Product Data submittal; submit two (2} additional copieswhere copies are required for operating and maintenance manuals. The OAR will return theother marked copies with the action taken and corrections or modifications required.

a. Unless the OAR and or Designer observes noncompliance with provisions of theContract Documents or requires re-submittal for other reasons, the initial submittal mayserve as the final submittal.

7. Furnish copies of final Product Data submittal to manufacturers, subcontractors, suppliers,fabricators, installers, governing authorities and others as required for performance of theconstruction activities. Show distribution on transmittal forms.

a. Do not proceed with installation of materials, products and systems until a copy ofProduct Data applicable to the installation is in the installer's possession.

b. Do not permit use of unmarked copies of Product Data in connection with construction.

C. Samples: Submit Samples physically identical with the material or product proposed for use; submitfull-size, fully fabricated Samples, cured and finished in the manner specified.

C&S ENGINEERS, INC.01 33 23-5

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SHOP DRAWINGS, PRODUCTDATA, AND SAMPLES

SECTION 01 33 23

1. Mount, display, or package Samples in the manner specified to facilitate review of qualitiesindicated. Prepare Samples to match Designers'ample where so indicated. Include thefollowing information:

a.b.C.

d.e.f.

g.h.

Generic description of the Sample.Size limitations.Sample source.Product name or name of manufacturer.Compliance with recognized standards.Compliance with governing regulations.Availability.Delivery time.

2. Submit three samples (sets); one set will be returned marked with the action taken. TheOAR and Designer will each retain copies,

D. Operating and Maintenance Manuals: Operating and maintenance manuals shall be initiallysubmitted for review at the appropriate 30 percent completion stage of Work under these Sections.The manuals will be reviewed and returned to the Contractor. Corrections shall be made beforesubmittal of the manuals at Project Close-out,

E. In order to facilitate review of product data and shop drawings, they shall be noted, indicating bycross reference the contract drawing sheet number, note, and specification paragraph numbers,where and what item(s) are used for and where item(s) occur in the contract documents.

1.5 OAR AND OR DESIGNER(S) ACTION:

A. Except for submittals for the record, for information and similar purposes, where action and returnon subrnittals is required or requested, the OAR and Designer will review each submittal, mark withappropriate "action," and where possible return within fourteen (14) days of receipt. Where thesubmittal must be held for coordination the OAR will so advise the Contractor without delay,

1. Compliance with specified characteristics is the Contractor's responsibility, and notconsidered part of the OAR or Designer review and indication of action taken.

B. The OAR and or Designer will stamp each submittal sheet or page to be returned with a uniform,self-explanatory action stamp appropriately marked and executed to indicate whether the submittalreturned is for unrestricted use (no exceptions taken), final-but-restricted use {as marked), must berevised and resubmitted (use not permitted), or without action (as explained on the transmittalform), or other similar type wording.

The OAR's and or Designer's review of submittals is for design conformity and generalconformance of the contract documents only and does not relieve the Contractor from responsibilityfor any deviations from the requirements of the Contract Documents. The OAR and or Designer'sreview shall not be construed as a complete check nor shall it relieve the Contractor fromresponsibility for errors of any sort in shop drawings or schedules, of from the necessity of furnishingany work required by the Contract Documents which may have been omitted on the shop drawings.The OAR and or Designers'eview of a separate item shall not indicate review of the completeassembly in which it functions.

C&S ENGINEERS, INC.

01 3323-6GOAA July 2019

ORLANDO EXECUTiVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SHOP DRAWINGS, PRODUCTDATA, AND SAMPLES

SECTION 01 33 23

1,6 SUBMITTAL BROCHURE BINDERS: Applicable only to hard copy submittals.

A. Brochure Binders: 3-ring, vinyl covered, with clear view insert type cover and spine.

Binder Size: 8.5 x 11.0 inches x size (spine) adequate to easily contain the requiredsubmittals. Minimum spine size shall be l-inch, maximum shall be 3-inches. Provideadditional binders if the 3-inch size is not sufficient to properly contain submittals.Binder Cover: Binders shall have a clear view, vinyl pocket on the front cover, adequate tohold an 8.5 inch by 11 inch description sheet. The binder shall have a clear view, vinyl spinepocket adequate to hold an 11 inch long description sheet.

B. Binder Contents: Include the following.

2.3.45.

6.7.

Cover sheet; cover sheet shall be white with black letters, minimum 11-inches high and fullwidth of spine pocket. See "EXAMPLES" included at end of this Section.First page shall be a copy of the Specification table of contents.Second page shall be a list of project addresses (see "EXAMPLE" ).Third page shall be Project information (see "EXAMPLE" ).Provide reinforced separation sheets tabbed with appropriate specification referencenumber.Product data sheets.Shop drawings.

PART 2 - PRODUCTS {Not Applicable)

PART 3 - EXECUTION

3.1 SCHEDULE OF SUBMITTALS DESCRIPTION (SD) AND SUBMITTAL REGISTER

General: The following is a description of each submittal type, specified in other Sections, requiredfor the Project. Include each submittal description (SD) in the Submittal Register included as partof this Section.

3.

SD-01: Product Data; submittals that provide calculations, descriptions or otherdocumentation regarding the work.SD-02: Manufacturer's Catalog Data (Product Data); data composed of informationsheets, brochures, circulars, specifications and product data, and printed information insufficient detail and scope to verify compliance with requirements of the Contract Documents.SD-03: Manufacturer's Standard Color Charts (Product Data); preprinted illustrationsdisplaying choices of color and finish for a material or product.SD-04: Shop Drawings; graphic representations which illustrate relationship of variouscomponents of the work, schematic diagrams of systems, details of fabrications, layout ofparticular elements, connections, and other relational aspects of the work.SD-05: Design Data (Shop Drawings); design calculations, mix designs, analyses, or otherdata written and pertaining to a part of the work.SD-06: Instructions (Product Data); preprinted material describing installation of a product,system, or material, including special notices and Material Safety Data Sheets, if any,concerning impedance, hazards, and safety precautions.

C&S ENGINEERS, INC.01 33 23-7

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F 8 G REHABILITATION

SHOP DRAWINGS, PRODUCTDATA, AND SAMPLES

SECTION 01 33 23

10.

12.

13.

14.

15.

16.

17.

18.

19.

SD-07: Schedules (Shop Drawings); a tabular list of data or a tabular listing of locations,features, or other pertinent information regarding products, materials, equipment, orcomponents to be used in the work.SD-08: Statements (Shop Drawings); a document, required of the Contractor, or throughthe Contractor by way of a supplier, installer, manufacturer, or other lower tier contractor, thepurpose of which is to further the quality or orderly progression of a portion of the work bydocumenting procedures, acceptability of methods or personnel, qualifications, or otherverification of quality.SD-09: Reports (Product Data); reports of inspection and laboratory tests, includinganalysis, an interpretation of test results. Each report shall be properly identified. Testmethods used and compliance with recognized test standards shall be described.SD-10: Test Reports (Product Data); a report signed by an authorized official of a testinglaboratory that a material, product, or system identical to the material, product or system tobe provided has been tested in accordance with requirements specified by naming the testmethod and material. The test report must state the test was performed in accordance withthe test requirements; state the test results; and indicate whether the material, product, orsystem has passed or failed the test. Testing must have been within three years of the dateof award of this Contract.SD-11: Factory Test Reports (Shop Drawings); a written report which includes the findingsof a test required to be performed by the Contractor or an actual portion of the work orprototype prepared for this project before it is shipped to the job site. The report must besigned by an authorized official of a testing laboratory and must state the test was performedin accordance with the test requirements; state the test results; and indicate whether thematerial, product, or system has passed or failed the test.SD-12: Field Test Reports (Shop Drawings); a written report which includes the findingsof a test made at the job site, in the vicinity of the job site, or on a sample taken from the jobsite, on a portion of the work, during or after installation. The report must be signed by anauthorized official of a testing laboratory or agency and must state the test was performed in

accordance with the test requirements; state the test results; and indicate whether thematerial, product, or system has passed or failed the test.SD-13: Certificates (Shop Drawings); statements signed by responsible officials of amanufacturer of a product, system, or material attesting that the product, system, or materialmeet specified requirements. The statements must be dated after the award of this contract,name the project, and list the specific requirements which it is intended to address.SD-14: Warranties (Product Data); statements signed by responsible officials of amanufacturer of a product, system, or material attesting that the product, system, or materialwill perform its specific function over a specified duration of time. The statement must bedated, and include the name of the project, the Owner's name, and other pertinent datarelating to the warranty.SD-15: Samples; samples, including both fabricated and non-fabricated physicalexamples of materials, products, and units of work as complete units or as portions of unitsof work.SD-16: Color Selection Samples (Samples); samples of the available choice of colors,textures, and finishes of a product or material, presented over substrates identical in textureto that proposed for the work.SD-17: Sample Panels (Samples); an assembly constructed at the project site in a locationacceptable to the OAR and using materials and methods to be employed in the work;completely finished; maintained during construction; and removed at the conclusion of thework or when authorized by the OAR. A type of sample.SD-18: Sample Installations (Samples); a portion of an assembly or material constructedwhere directed and, if approved, retained as a part of the work.SD-19: Records; documentation to ensure compliance with an administrative requirementor to establish an administrative mechanism.

C8S ENGINEERS, INC.01 33 23-8

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SHOP DRAWINGS, PRODUCTDATA, AND SAMPLES

SECTION 01 33 23

20. SD-20: Operating and Maintenance Manuals (Records); data intended to be incorporatedin an Operating and Maintenance Manual

21. SD-21: Test Reports of Existing Conditions; a document describing existing conditions andoperations of systems and components prior to the start of any work. Testing shall be heldin the presence of the OAR and Designer. Provide copies of the test reports to the OAR andDesigner.

22. SD-22: Demonstrations; physical operation of equipment and systems by factoryauthorized representatives to demonstrate to the Owner's facility personnel proper operationof systems. Provide all required documentation that certified completed demonstration.

23. SD-23: As-Built Drawings; delineated documentation accurately depicting final installationlocation of components and systems of the building.

24. SD-24: Shop Drawings in Electronic format; when drawings are required all materials shallbe provided in AUTOCAD latest release and POF on a CD.

25. SD-25: Coordination Drawings; special type of Shop Drawing that show the relationshipand integration of different construction elements that require close and careful coordinationduring fabrication or during installation to fit in the restricted space provided or to function asintended.

26. SD-26: Certification of Approved Disposal of Hazardous Materials; certification signed bythe Contractor indicating legal disposal of hazardous materials.

27. SD-27: CD/DVD Training Tape; taped training instructions to be used by the Owner'spersonnel.

28. SD-28: Spare Parts Memo; a listing of spare parts required; refer to29. Section 01 70 00 Execution and Closeout Requirements.30. SD-29: UL Letter of Finding; a document from Underwriters Laboratories Inc., attesting

compliance with UL's standard 1'or connection to an existing lightning protection system; adocument from Underwriters Laboratories Inc., attesting compliance with UL's standard forUL Master Label.

31. SD-30: Equipment Check-Out Memos; document signed by the manufacturer's authorizedrepresentative stating that equipment has been installed and is operating in accordance withthe manufacturer's specifications; refer to Section 01 70 00 Execution and CloseoutRequirements.

Submittal Register: The Contractor is to maintain an accurate updated submittal register and willbring this register to each scheduled JCM with the OAR and the Designer. This register shouldinclude the following items:

1.2.3.4.5.6.7.8.9.10.11.

Submittal-Description and Number assigned.Date to OARDate to Designer.Date returned to OAR from Designer.Date returned to Contractor from OAR.Submittal Status.Date of Re-submittal and Return (as applicable).Date material released (for fabrication).Projected date of fabrication.Projected date of delivery to site.Status of submittal.

C&S ENGINEERS, INC.01 33 23-9

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SHOP DRAWINGS, PRODUCTDATA, AND SAMPLES

SECTION 01 33 23

SUBMITTAL REGISTER (PART A) - Headings

Contract

Number:

Project Title:

SUBMITTAL REGISTER (PART B) - Headings

Location: Contractor:

C&S ENGINEERS, INC.01 33 23 - 10

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SHOP DRAWINGS, PRODUCTDATA, AND SAMPLES

SECTION 01 33 23

EXAMPLE - List of Project Addresses

PROJECT ADDRESSES

OWNER:

OAR:

DESIGNER:

MECHANICAL ENGINEER:

ELECTRICAL ENGINEER:

CIVIL ENGINEER:

GENERAL CONTRACTOR:

SUBCONTRACTORS:

C&S ENGINEERS, INC.01 3323-11

GOAA July 2019

ORLANDO EXECLITIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SHOP DRAWINGS, PRODUCTDATA, AND SAMPLES

SECTION 01 33 23

EXAMPLE - Project Information

PROJECT INFORMATION

NOTE TO CONTRACTOR: Fill in the blanks below and insert one copy as page number 3 in eachSubmittal Brochure.

Project Number and Name:Contractor's Job Superintendent:

Subcontractor's Job Superintendent:

Date Project Bids:

Official Project Starting Date:

Job Phone No.:

Job Phone No.:

Date Technical Information Brochures Submitted:

Days Allowed for Construction:

Target Completion:

The following items shall be completed before date of Contractor's Request for Substantial Completion:

Date of Performance Verification Information Submitted:

Date Check-Out Memos Submitted:

Date Written Operating Instructions Submitted:

Date Maintenance Information Submitted:

Date Marked-Up Progress Prints Submitted:

Date As-Built Corrections Submitted:

Date Contractor's Instruction Conference with Owner:

Date Contractor's Request for Acceptance:

Date Project Accepted:

C&S ENGINEERS, INC.01 33 23 - 12

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SHOP DRAWINGS, PRODUCTDATA, AND SAMPLES

SECTION 01 33 23

EXAMPLE - Description Sheet Cover

GREATER ORLANDOAVIATION AUTHORITY

ORLANDOEXEUTIVEAIRPORT

BID PACKAGE NO. 045

ORL TAXIWAYS F & G REHABILITATION

ELECTRICAL SUBMITTAL BROCHURES

C&S ENGINEERS, INC.01 3323-13

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F 8 G REHABILITATION

SHOP DRAWINGS, PRODUCTDATA, AND SAMPLES

SECTION 01 33 23

EXAMPLE - Description Sheet — Cover

GREATER ORLANDOAVIATION AUTHORITY

ORLANDOEXEUTIVEAIRPORT

BID PACKAGE NO. 045

ORL TAXIWAYS F S G REHABILITATION

SYSTEMS SUBMITTAL BROCHURES

CLS ENGfNEERS, INC.01 33 23-14

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SHOP DRAWINGS, PRODUCTDATA, AND SAMPLES

SECTION 01 33 23

EXAMPLE - Description Sheet - Spine

END OF SECTION 01 33 23

C&S ENGINEERS, INC.01 33 23 - 15

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

SHOP DRAWINGS, PRODUCTDATA, AND SAMPI ES

SECTION 01 33 23

THIS PAGE INTENTIONALLY LEFT BLANK

C&S ENGINEERS, INC.01 33 23 - 16

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F II G REHABILITATION

REFERENCESSECTiON 01 42 00

SECTION 01 42 00 — REFERENCES

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and General Conditions of the Contract, including other Division 1 Specification Sections,apply to this Section.

1.2 DEFINITIONS

A. General: Basic Contract definitions are included in the General Conditions of the Contract.

B. "Approved": The term "approved," when used in conjunction with the OAR's or Designer(s) actionon the Contractor's submittals, applications, and requests, is limited to the OAR's or Designer dutiesand responsibilities as stated in the Conditions of the Contract.

C. "Directed": Terms such as "directed," "requested," "authorized," "selected," "approved," "required,"and "permitted" mean directed by the OAR, requested by the OAR, and similar phrases.

D. "Furnish": The term "furnish" means to supply and deliver to the Project site, ready for unloading,unpacking, assembly, installation, and similar operations.

E. "Indicated": The term "indicated" refers to graphic representations, notes, or schedules on theDrawings; or to other paragraphs or schedules in the Specifications and similar requirements in theContract Documents. Terms such as "shown," "noted", "scheduled," and "specified" are used tohelp the user locate the reference. Location is not limited.

F. "Install": The term "install" describes operations at the Project site including the actual unloading,unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing,curing, protecting, cleaning, and similar operations.

G. "Installer"; An installer is the Contractor or another entity engaged by the Contractor, either as anemployee, subcontractor, or contractor of lower tier, who performs a particular activity includinginstallation, erection, application, or similar operations. Installers are required to be experienced inthe operations they are engaged to perform.

H. "Manufacturer": The manufacturer is the individual entity with responsibility for and control of theassembly of the major components.

"Project site" is the space available to the Contractor for performing installation activities, eitherexclusively or in conjunction with others performing work as part of the Project. The extent of theProject site is shown on the Drawings.

J. "Provide": The term "provide" means to furnish and install, complete and ready for the intendeduse.

C&S ENGINEERS, INC.01 42 00 - 1

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

REFERENCESSECTION 01 42 00

K. "Regulations": The term "regulations" includes laws, ordinances, statutes, and lawful orders issuedby authorities having jurisdiction, as well as rules, conventions, and agreements within the industrythat control performance of the Work.

The term "experienced," when used with the term "installer," means having successfullycompleted a minimum of 5 previous projects similar in size and scope to this Project; beingfamiliar with the special requirements indicated; and having complied with requirements ofauthorities having jurisdiction.

L. "Testing Agencies": A testing agency is an independent entity engaged by the Owner, to performspecific inspections or tests, either at the Project site or elsewhere, and to report on and, if required,to interpret results of those inspections or tests.

1.3 SPECIFICATION FORMAT AND CONTENT EXPLANATION

A. Specification Format: These Specifications are organized into Divisions and Sections based onthe Construction Specifications Institute's 6-digit and 50-division "MasterFormat" system.

Specification Content: These Specifications use certain conventions for the style of language andthe intended meaning of certain terms, words, and phrases when used in particular situations.These conventions are as follows:

1. Abbreviated Language: Language used in the Specifications and other Contract Documentsis abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, butnot stated, shall be interpolated as the sense requires, Singular words will be interpreted asplural and plural words interpreted as singular where applicable as the context of the ContractDocuments indicates,

2. Imperative mood and streamlined language are generally used in the Specifications.Requirements expressed in the imperative mood are to be performed by the Contractor, Atcertain locations in the Text, subjective language is used for clarity to describe responsibilitiesthat must be fulfilled indirectly by the Contractor or by others when so noted.

The words "shall," "shall be," or "shall comply with," depending on the context, areimplied where a colon (:) is used within a sentence or phrase.

1.4 INDUSTRY STANDARDS

A. Applicability of Standards: Unless the Contract Documents include more stringent requirements,applicable industry standards have the same force and effect as if bound or copied directly into theContract Documents to the extent referenced. Such standards are made a part of the ContractDocuments by reference.

B. Publication Dates: Comply with the standards in effect as of the date of the Contract Documents,unless otherwise indicated.

C. Conflicting Requirements: Where compliance with 2 or more standards is specified and thestandards establish different or conflicting requirements for minimum quantities or quality levels,comply with the most stringent requirement. Refer uncertainties and requirements that are differentbut apparently equal to the OAR for a decision before proceeding.

C&S ENGINEERS, INC.01 42 00 - 2

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABII ITATION

REFERENCESSECTION 01 42 00

D. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be theminimum provided or performed. The actual installation may comply exactly with the minimumquantity or quality specified, or it may exceed the minimum within reasonable limits. To complywith these requirements, indicated numeric values are minimum or maximum, as appropriate, forthe context of the requirements. Refer uncertainties to the OAR for a decision before proceeding.

E. Copies of Standards: Each entity engaged in installation on the Project must be familiar withindustry standards applicable to its installation activity. Copies of applicable standards are notbound with the Contract Documents.

1. Where copies of standards are needed to perform a required installation activity, theContractor shall obtain copies directly from the publication source and make them availableon request.

F. Abbreviations and Names: Trade association names and titles of general standards are frequentlyabbreviated. Where abbreviations and acronyms are used in the Specifications or other ContractDocuments, they mean the recognized name of the trade association, standards-generatingorganization, authorities having jurisdiction, or other entity applicable to the context of the textprovision. Refer to Gale Research inc.'s "Encyclopedia of Associations," which is available in mostlibraries.

1.5 GOVERNING REGULATIONS AND AUTHORITIES

A. Copies of Regulations: Obtain copies of the current codes and regulations being utilized by theAuthority Having Jurisdiction and retain at the Project site to be available for reference by partieswho have a reasonable need.

1.6 SUBMITTALS

A. Permits, Licenses, and Certificates; For the Owner's records, submit copies of permits, licenses,certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for feepayments, judgments, correspondence, records, and similar documents, established forcompliance with standards and regulations bearing on performance of the Work.

PART 2 - PRODUCTS (Not Applicable)

PART 3 — EXECUTION (Not Applicable)

END SECTION 01 42 00

CLS ENGINEERS, INC.01 42 00 - 3

GOAA July 2019

ORLANOO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

REFERENCESSECTION 01 42 00

THIS PAGE INTENTIONALLY LEFT BLANK

C&S ENGINEERS, INC.01 42 00 - 4

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F 8 G REHABILITATION

QIJALITY CONTROLSECTION 01 45 00

SECTION 01 45 00- QUALITY CONTROL

PART 1 - GENERAL

1. 1 RELATED DOCUMENTS

A. Drawings and General Conditions of Contract, including other Division 1 Specification sections,apply to this section.

1. 2 SUMMARY

A. Section includes: quality control and quality assurance services.

1. Quality control services; inspections, tests, and related actions including reports, performedby independent agencies, governing authorities, and the Contractor. They do not includeContract enforcement activities performed by the OAR and Designer. Unless otherwisespecified in the Contract Documents, all quality control services, inspections, tests andrelated actions shall be coordinated and provided by Contractor.

2. Quality assurance services: Inspection and testing services to assist the OAR and Designerin the determination of compliance of the Work with the Contract Documents. These serviceswill be provided by the Owner but do not relieve the Contractor of responsibility forcompliance with Contract Document requirements or for quality control services.

B. Requirements of this Section relate to customized fabrication, on site construction and installationprocedures, not production of standard products.

Inspections, test and related actions specified are not intended to limit the Contractor's qualitycontrol procedures that facilitate compliance with Contract Document requirements.Requirements to provide quality control services required by the Owner, OAR, Designer, orAuthorities Having Jurisdiction are not limited by provisions of this Section.

1. 3 TESTING BY THE OWNER

A. The Owner may engage the services of an independent agency to perform inspections and testsspecified as the Owner's responsibilities. The OAR will inform the Contractor of such services.

1. Where the Owner has engaged a testing agency or other entity for testing and inspection ofa part of the Work, and the Contract Documents require the Contractor to engage an entityfor the same or related element, the Contractor shall not employ the same entity engaged bythe Owner, unless otherwise agreed in writing with the Owner.

B. Owner Responsibilities: The Owner may provide inspections, tests and similar quality assuranceservices to determine whether the Work is in conformance with the requirements of the ContractDocuments. Costs for these services are not included in the Contract Price.

1. The Owner may employ and pay for the services of an independent agency, testinglaboratory or other qualified firm to perform acceptance and quality assurance testing.

2. The Owner may employ threshold inspection services.

CLS ENGINEERS, INC.01 45 00 - 1

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

QUALITY CONTROLSECTION 01 45 00

1. 4 CONTRACTOR RESPONSIBILITIES

A. Contractor Responsibilities: Provide inspections, tests and similar quality control services, specifiedin individual specification sections and required by governing authorities, except where they arespecifically indicated to be the Owner's responsibility, or are provided by another identified entity.Costs for these services shall be included in the Contract Price.

Testing Agency: Employ and pay an independent agency, to perform specified quality controlservices.Re-testing: Provide the cost of re-testing where results of required inspections, tests orsimilar services prove non-compliance with Contract Document requirements.

a. Provide the cost of re-testing construction revised or replaced.

3. Associated Services; Cooperate with the OAR and with agencies performing requiredinspections, tests and similar services and provide reasonable auxiliary services asrequested. Notify the OAR and the agency sufficiently in advance of operations to permitassignment of personnel. Auxiliary services required include but are not limited to thefollowing:

Providing access to the Work and furnishing incidental labor and facilities necessaryto facilitate inspections and tests.Taking adequate quantities of representative samples of materials that require testingor assisting the agency in taking samples.Providing facilities for storage and curing of test samples, and delivery of samples totesting laboratories.Providing the agency with a preliminary design mix proposed for use for materialsmixes that require control by the testing agency.Security and protection of samples and test equipment at the Project site.

B. Duties of the Testing Agency: The independent testing agency engaged by the Contractor toperform inspections, sampling and testing of materials and construction specified in individualSpecification Sections shall cooperate with the OAR, Designer and Contractor in performance ofits duties, and shall provide qualified personnel to perform required inspections and tests.

The agency shall notify the OAR, Designer and Contractor promptly of irregularities ordeficiencies observed in the Work during performance of its services.The agency is not authorized to release, revoke, alter or enlarge requirements of the ContractDocuments, or approve or accept any portion of the Work.The agency shall not perform any duties of the Contractor,

C. Coordination: The Contractor and each agency engaged by the Contractor to perform inspections,tests and similar services shall coordinate the sequence of activities to accommodate requiredservices with a minimum of delay. In addition, coordinate activities to avoid the necessity ofremoving and replacing construction to accommodate inspections and tests.

1. Schedule times for inspections, tests, taking samples, and similar activities. Provide arninimurn of one (1) day (excluding weekends and holidays) notification to the OAR andDesigner for each inspection, test, sampling, and similar activities.

1. 5 SUBMITTALS

C&S ENGINEERS, INC.01 45 00 - 2

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F 5 G REHABII ITATION

QUALITY CONTROLSECTION 01 45 00

A. The independent testing agency shall submit two (2) certified copies and PDF on a CD of the writtenreport of each inspection, test or similar service, to the OAR unless the Contractor is responsiblefor the service. If the Contractor is responsible for the service, submit four {4) certified copies andPDF on a CD of the written report of each inspection, test or similar service through the Contractorto the OAR. The PDF file shall be enabled for Adobe Reader's Comment and Markup functionality.All stamps and markings described herein shall be electronically duplicated.

1. Submit additional copies of each written report directly to the governing authority, when theauthority so directs.

2. Report Data: Written reports of each inspection, test or similar service shall include, but notbe limited to:

a.b.

d.e.f.

g.h.f.

jk.

I.

m.

Date of issue.Project title and number.Name, address and telephone number of testing agency.Dates and locations of samples, tests, and inspections.Names of individuals making the inspection or test.Designation of the Work and test method.Identification of product and Specification Section,Complete inspection or test data.Test results and interpretations of test results.Ambient conditions at the time of sample-taking and testing.Comments or professional opinion as to whether inspected or tested Work complieswith Contract Document requirements.Name and signature of laboratory inspector.Recommendations on re-testing.

PART 2 - PRODUCTS (Not Applicable)

PART 3 - EXECUTION

3.1 REPAIR AND PROTECTION

A. General: Upon completion of inspection, testing, sample-taking and similar services, repairdamaged construction and restore substrates and finishes to eliminate deficiencies, includingdeficiencies in visual qualities of exposed finishes. Comply with Contract Document requirementsfor "Cutting and Patching."

Remove ail deficient Work and replace it with Work of specified quality, or take such othercorrective action as the OAR and Designer may direct. No increase will be made in theContract Sum or in Contract Time as a result of authorizing a change in methods orequipment under this Article.

B. Protect construction exposed for quality control services.

END OF SECTION 01 45 00

C&S ENGINEERS, INC.01 45 00 - 3

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

QUALITYCONTROLSECTION 01 45 00

THIS PAGE INTENTIONALLY LEFT BLANK

C&S ENGINEERS, INC.01 45 00 - 4

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, OR! TAXIWAYS F & G REHABII ITATION

TEMPORARY FACILITIES AND CONTROLSSECTION 01 50 00

SECTION 01 50 00 - TEMPORARY FACILITIES AND CONTROLS

PART 1 - GENERAL

1.1 RELATED DOCLIMENTS

A. Drawings and General Conditions of the Contract, including other Division 1 Specification Sections,apply to this Section.

1.2 SUMMARY

A. This Section specifies requirements for temporary services and facilities, including utilities,construction and support facilities, maintenance of traffic, security and protection.

B. Temporary utilities which may be required include but are not limited to:

1.2.3.45.

Temporary electric power and light.Telephone service.Temporary project identification sign - all other signs are prohibited.Drinking water.Sanitary facilities.

C. Temporary construction and support facilities which may be required include but are not limited to:

1.2.3.45.6.7.8.9

Storage sheds,Dewatering facilities and drains.Temporary enclosures including demising walls.Waste disposal services,Construction aids and miscellaneous services and facilities.Storm and sanitary sewer.Fuel tanks larger than 15 gallons.Temporary Wayfinding Signage.Designated smoking areas and applicable signage.

D. Temporary construction and support facilities, Contractor's option:

1. Field office.

a. Temporary field offices WILL be allowed on the construction site.

b. If a field office is used it shall be located at the Contractor's staging area.

Security and protection facilities which may be required include but are not limited to:

1.2.3.4.

Temporary fire protection.Barricades, warning signs, lights.Sidewalk bridge or enclosure fence for the site.Environmental protection.

C&S ENGINEERS, INC.01 5000-1

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

TEMPORARY FACILITIES AND CONTROLSSECTION 01 50 00

1.3 SUBMITTALS

A. Temporary Utilities: Maintain reports of tests, inspections, meter readings and similar proceduresperformed on temporary utilities for review by the OAR.

B. Implementation and Termination Schedule: Show implementation and termination of temporaryutilities in the baseline schedule required by Section 01 32 13 Scheduling of Work.

C. Maintenance of Traffic Plan: Submit a "Maintenance of Traffic Plan" within fourteen (14) days ofthe date established for commencement of work requiring the maintenance of traffic.

D. Temporary Project Identification Sign: Submit complete shop drawings identifying locations,material, layout, sign content„ font type and size, and sample colors. Make sign and lettering toscale, clearly indicating condensed lettering if used. The sign details will be submitted to GOAAPlanning — Signage Team for approval prior to fabrication. Submit method of erection to includematerials, fasteners, and other items to assure compliance with the requirements for windpressures f speed as required by the authorities having jurisdiction. Submit signs in accordancewith any details provided in the drawings as shown on standard detail drawing at the end of thissection (Construction Sign Detail).

1.4 QUALITY ASSURANCE

A. Regulations: Comply with industry standards and applicable laws and regulations of AuthoritiesHaving Jurisdiction, including but not limited to:

1.2.3.4

Building Code requirements.Health and safety regulations.Utility company regulations.Environmental protection regulations.

B. Standards: Comply with NFPA Code 241, "Building Construction and Demolition Operations,"ANSI-A1 0 Series standards for "Safety Requirements for Construction and Demolition," and NECAElectrical Design Library "Temporary Electrical Facilities."

Refer to "Guidelines for Bid Conditions for Temporary Job Utilities and Services", preparedjointly by AGC and ASC, for industry recommendations.Electrical Service: Comply with NEMA, NECA and UL standards and regulations fortemporary electric service. Install service in compliance with National Electric Code (NFPA70).

Inspections: Arrange for authorities having jurisdiction to inspect and test each temporary utilitybefore use. Obtain required certifications and permits.

1.5 PROJECT CONDITIONS

A. Temporary Utilities: Include in the project schedule dates for implementation and termination ofeach temporary utility. Coordinate with the OAR change over from use of temporary service to useof the permanent service.

C&S ENGINEERS, INC.01 50 00-2

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

TEMPORARY FACILITIES AND CONTROLSSECTION 01 50 00

B. Conditions of Use: Keep temporary services and facilities clean and neat in appearance. Operatein a safe and efficient manner. Take necessary fire prevention measures. Do not overload facilities,or permit them to interfere with progress. Do not allow hazardous dangerous or unsanitaryconditions, or public nuisances to develop or persist on the site.

PART 2 - PRODUCTS

2.1 MATERIALS

A. General: Where visible to the public, provide new materials suitable for the use intended. Wherenot visible to the public, Contractor may provide undamaged previously used materials, suitable forthe use intended. Demising walls may be moved and re-used only at the discretion of the OAR; thecondition of the materials must be like new.

B. Tarpaulins: Provide waterproof, fire-resistant, UL labeled tarpaulins with flame-spread rating of 15or less. For temporary enclosures provide translucent nylon reinforced laminated polyethylene orpolyvinyl chloride fire retardant tarpaulins.

C. Water: Provide potable water meeting the requirement of the local health authorities.

2.2 EQUIPMENT

A. General: Provide new equipment or previously used equipment in serviceable condition suitablefor use intended.

B. Electrical Outlets: Provide properly configured NEMA polarized outlets to prevent insertion of110-120 volt plugs into higher voltage outlets. Provide receptacle outlets equipped withground-fault circuit interrupters, reset button and pilot light, for connection of power tools andequipment.

C. Electrical Power Cords: Provide grounded extension cords; use "hard-service" cords whereexposed to abrasion and traffic. Provide waterproof connectors to connect separate lengths ofelectric cords, if single lengths will not reach areas where construction activities are in progress.Eliminate trip hazards.

D. Lamps and Light Fixtures: Provide general service incandescent lamps of wattage required foradequate illumination. Provide guard cages or tempered glass enclosures, where exposed tobreakage. Provide exterior fixtures where exposed to moisture.

E. Heating Units: Provide temporary heating units that have been tested and labeled by UL, FM oranother recognized trade association related to the type of fuel being consumed.

F, Temporary Toilet Units: Provide self-contained single-occupant toilet units of the chemical type,properly vented and fully enclosed with a glass fiber reinforced polyester 2'shell.

G. First Aid Supplies: Comply with governing regulations.

1. Fire Extinguishers: Provide hand-carried, portable UL-rated, class "A" fire extinguishers fortemporary offices and similar spaces. In other locations provide hand-carried, portable,

C8 S ENGINEERS, INC.01 50 00 - 3

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

TEMPORARY FACILITIES AND CONTROLSSECTION 01 50 00

UL-rated, class "ABC" dry chemical extinguishers, or a combination of extinguishers of NFPArecommended classes for the exposures.

2. Comply with NFPA 10 and 241 for classification, extinguishing agent and size required bylocation and class of fire exposure.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Use qualified personnel for installation of temporary facilities. Comply with all applicable codes.Relocate and modify facilities as required.

3.2 TEMPORARY LITILITY INSTALLATION

A. General: Engage the appropriate local utility company to install temporary service or connect toexisting service. Where the company provides only part of the service, provide the remainder withmatching, compatible materials and equipment; comply with the company's recommendations.

Arrange with the utility company and the OAR for a time when service can be interrupted,where necessary, to make connections for temporary services.Provide adequate capacity at each stage of construction. Prior to temporary utilityavailability, provide trucked-in services.Cost or use charges for temporary facilities are not chargeable to the Owner, OAR or theDesigner, and will not be accepted as a basis of claims for a Change Order.

A. Water Service: Install water service and distribution piping of sizes and pressures adequate forconstruction.

1. Provide a backflow prevention device.

A. Temporary Electric Power Service: Provide weatherproof, grounded etectric power service anddistribution system of sufficient size, capacity, and power characteristics during construction period.

B. Temporary Lighting: Whenever overhead floor or roof deck has been installed, provide temporarylighting with local switching.

1. Install and operate temporary lighting that will fulfill security and protection requirements,without operating the entire system, and will provide adequate illumination for constructionoperations and traffic conditions.

C. Temporary Telephones: Provide temporary telephone service for personnel engaged in

construction activities, throughout the construction period.

3.3 TEMPORARY CONSTRUCTION AND SUPPORT FACILITIES INSTALLATION

A. General: Locate field offices, storage sheds, sanitary facilities and other temporary constructionand support facilities as indicated.

CLS ENGINEERS, INC.01 5000-4

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

TEMPORARY FACILITIES AND CONTROLSSECTION 01 50 00

Maintain temporary construction and support facilities until near Final Acceptance. Removeprior to Final Acceptance. Personnel remaining after removal will be permitted to usepermanent facilities, under conditions acceptable to the OAR.Provide non-combustible construction for offices, shops and sheds located within theconstruction area, or within 30 feet of building lines. Comply with requirements of NFPA 241.

B. Temporary Heat: Provide temporary heat required by construction activities, for curing or drying ofcompleted installations or protection of installed construction from adverse effects of lowtemperatures or high humidity. Select safe equipment that will not have a harmful effect oncompleted installations or elements being installed. Coordinate ventilation requirements to producethe ambient condition required and minimize consumption of energy.

C. Heating Facilities: Except where use of the permanent system is authorized, provide ventedself-contained LP gas or fuel oil heaters with individual space thermostatic control.

D. Use of gasoline-burning space heaters, open flame, or salamander type heating units is prohibited.

E. Storage and Fabrication Sheds: Install storage and fabrication sheds, sized, furnished andequipped to accommodate materials and equipment involved, including temporary utility service.Sheds may be open shelters or fully enclosed spaces within the building or elsewhere on the site.

F. Sanitary Facilities: Sanitary facilities include temporary toilets, wash facilities and drinking waterfixtures. Comply with local health authorities for the administration of these facilities.

Provide toilet tissue, paper towels, paper cups and similar disposable materials for eachfacility, Provide covered waste containers for used material.Temporary Toilets shall be self-contained toilet units. Shield toilets to ensure privacy. Useof pit-type privies will not be permitted.Wash Facilities: Install wash facilities supplied with potable water at convenient locations forpersonnel involved in handling materials that require wash-up for a healthy and sanitarycondition. Dispose of drainage properly. Supply cleaning compounds appropriate for eachcondition.Drinking Water Accommodations: Provide drinking water accommodations as necessary,including paper supply.

G. Dewatering Facilities and Drains: For temporary drainage and dewatering facilities and operationsnot directly associated with construction activities included under individual Sections, comply withdewatering requirements of applicable Division 2 Sections. Where feasible, utilize the samefacilities. Maintain the site, excavations and construction free of water.

H. Temporary Enclosures — Demising Walls: Provide temporary enclosure for protection ofconstruction in progress from public view and foul weather.

Temporary Project Identification Sign /Construction Company Identification Sign: Contractor shallfurnish, install and maintain all sign materials including sign posts, weighted stands, brackets, anyrequired mounting hardware and miscellaneous materials required for temporary projectidentification signs as required by location. Prepare project identification sign of the size indicated;install sign where indicated to inform the public and persons seeking entrance to the Project.Securely attach, as required, to demising wail. Install sign at commencement of construction andremove upon issuance of the Certificate of Occupancy/Certificate of Completion (CofO).

1. Size:

C&S ENGINEERS, INC.01 5000-5

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

TEMPORARY FACILITIES AND CONTROLSSECTION 01 50 00

b.

Exterior: Four by Six feet(4' 6') landscape orientation utilizing provided templatewithin this section.Interior: Eleven by seventeen inches (11" x 17") portrait orientation utilizing providedtemplate within this section..

2. Materials for exterior signage:

Structure and Framing: New construciton grade lumber, structurally adequate andsuitable for exterior application and specified finish.Sign Panels: New A-B Grade, exterior type. APA MDO plywood both sides. Thicknessas required by standards to span framimg members, to provide even, smooth surfacewithout waves or buckles, minimum 3/4 inch.

3. Materials for interior signage:

11" x 17" paper, Ledger size, 28 Ib, paper, 100 Bright min., inserted into 11" x 17" clearvinyl sheet protector, adhesdive backing, installed on demising wall.

4. Rough Hardware for extenor signage: Galvanized steel, of sizes and types to enable signassemblies to resist wind loads as required by authorities having jurisdiction but not less thanwind velocity of 50 mph. Use minimum 1/2 inch diameter button head carriage bolts to fastensign panels to supporting structures or f/10 x 3.5" zinc wood screw spaced at 10" to centerof pole. Bolt heads to be painted to match sign face.

5. Paint: Exterior quality, as specified in Division 9 or as a minimum as specified herein.

a. Primer and finish coat: exterior, semi-gloss, enamel.b. Colors for structure, framing, back of sign: white.

6. Quality Assurance: Engage an experienced sign painter, or company to apply graphics.7. Graphic Description: Information shall include at a minimum, the Project Name, Project

Number, Owner, Contractor, and Designer name and logo, and completion date. Utilizestandard detail drawing template on subsequent pages (Construction Sign Detail).

a.b.C.

d.

Type Style: Frutiger 55 RomanColor: Provide per standard detail drawing template at the end of this section.Quantity: One sign per project.Project Identification sign design to be reviewed by GOAA Sigange Team prior tofabrication and installation.

10.

Install sign at a heaight for optimum visibility, on ground mounted poles or attached totemporary structural surfaces.Erect the sign on the site at a lighted location of high public visibility, adjacent to mainentrance to site or project, as approved by the OAR. The sign must be located 5-feet fromthe right-of-way and 20-feet from all property lines.Mairitain signs and supports in a neat, clean condition; repair damages to structure, framing,or sign.

J. Pardon our dust sign may be provided via the Owner's sign shop. Coordinate request throughGOAA Signage Team Project Manager.

K. Collection and Disposal of Waste: Collect waste from construction areas daily. Comply withrequirements of NFPA 241 for removal of combustible waste material and debris. Enforce

C&S ENGINEERS, INC.01 5000-6

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

TEMPORARY FACILITIES AND CONTROLSSECTION 01 50 00

requirements strictly. Do not hold materials more than seven (7) days during normal weather orthree (3) days when the temperature is expected to rise above 80 degrees F (27 degrees C).Handle hazardous, dangerous, or unsanitary waste materials separately from other waste bycontainerizing properly. Dispose of material in a lawful manner.

1. The Contractor shall not use the Owner's waste disposal systems.2. The Owner will not provide waste disposal services.

L. Fuel tanks larger than 15 gallons

1. All Equipment

The Contractor will follow the guidance provided with regard to ali equipment used onthe work site. All equipment with Aboveground Storage Tanks (AST's) fuel tanks thathave a capacity of 15 gallons or more but less than 550 gallons will adhere to thefollowing guidelines. Equipment with tanks that have a capacity of 550 and moregallons will adhere to Florida Administrative Code 62-761.Each piece of equipment with a tank capacity of 15 gallons or more will be required tohave secondary containment. The capacity of the secondary containment will be110% of the tank. As a minimum, five sheets of 10-mil visqueen will be used to linethe secondary containment. The visqueen will overlap the outside walls of thesecondary containment a minimum of 24 inches. The Owner recommends a singlesheet of puncture resistant neoprene of '8 inch thick as a liner in the secondarycontainment or concrete containment.The secondary containment will be checked on a periodic basis and the fluid buildupwill be disposed accordingly. Visible sheen will indicate contaminated water and willbe disposed on in accordance with Florida Administrative Code (FAC) 62-777.Mobile storage tanks that meet the criteria of FAC 62-677 are exempt from theseprocedures.

M. Temporary Wayfinding Signage

3.

Provide temporary signs as required to maintain proper airport operations during all aspectsof the Work.Provide temporary signage that duplicates any removed or hidden permanent signs as aresult of the Work.Coordinate all temporary signs with the OAR and GOAA Planning Signage Team. Developa temporary sign plan for review by the OAR and GOAA Planning Signage Team. At aminimum, the plan shall show where all temporary signs are to be located, the messagesthat are to appear, when the signs will be installed, how the signs will be installed,, when thesigns will be removed, the sign face layouts, the sign colors, and the materials to be used.Temporary signs shall be safely and securely installed. Repair any damage to any walls,building surfaces, or building finishes resulting from the installation or the removal of thetemporary signs. Once they have been taken down, remove from the site and properlydispose of the temporary signs.Coordinate the installation and removal of the temporary signs with the OAR. Also coordinatethe installation and removal of the temporary signs with the Project phases and constructionprogress,

N. Designated Smoking Areas and Applicable Signage

C&S ENGINEERS, INC.01 5000-7

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F ff G REHABILITATION

TEMPORARY FACILITIES AND CONTROLSSECTION 01 50 00

1. Smoking shall be prohibited throughout the project/construction site with exception ofdesignated areas. "No Smoking" signs shall be conspicuously posted at all entrances andthroughout the site. See attached template at the end of this section.

3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION

A. General: Except for use of permanent fire protection as soon as available, do not change over fromuse of temporary security and protection facilities to permanent facilities until SubstantialCompletion, or longer as requested by the OAR.

B. Temporary Fire Protection: Install and maintain temporary fire protection facilities of the typesneeded to protect against reasonably predictable and controllable fire losses. Comply with NFPA10 "Standard for Portable Fire Extinguishers," and NFPA 241 "Standard for SafeguardingConstruction, Alterations and Demolition Operations."

2.3.

Locate fire extinguishers where convenient and effective for their intended purpose, but notless than one extinguisher on each floor at or near each usable staiiweii.Store combustible materials in containers in fire-safe locations.Maintain unobstructed access to fire extinguishers, fire hydrants, temporary fire protectionfacilities, exitways and other access routes for fighting fires.Provide supervision of welding operations, combustion type temporary heating units, andsimilar sources of fire ignition.

C. Barricades, Warning Signs and Lights: Comply with standards and code requirements for erectionof structurally adequate barricades, Paint with appropriate colors, graphics and warning signs toinform personnel and the public of the hazard being protected against. Where appropriate andneeded provide lighting, including flashing red or amber lights.

D. Environmental Protection: Provide protection, operate temporary facilities and conductconstruction in ways and by methods that comply with environmental regulations, and minimize thepossibility that air, waterways and subsoil might be contaminated or polluted, or that otherundesirable effects might result. Avoid use of tools and equipment which produce harmful noise.Restrict use of noise making tools and equipment to hours that will minimize complaints frompersons or firms near the site.

3.5 OPERATION, TERMINATION AND REMOVAL

A. Maintenance: Maintain facilities in good operating condition until removal. Protect from damageby the elements.

B. Termination and Removal: Unless the OAR requests that it be maintained longer, remove eachtemporary facility when the need has ended, or when replaced by authorized use of a permanentfacility, or no later than Final Acceptance. Complete or, if necessary, restore permanentconstruction that may have been delayed because of interference with the temporary facility.Repair damaged Work, clean exposed surfaces and replace construction that cannot besatisfactorily repaired.

1. Materials and facilities that constitute temporary facilities are property of the Contractor.2. Prior to Final Acceptance, clean and renovate permanent facilities that have been used

during the construction period, including but not limited to:

C&S ENGINEERS, INC.01 5000-8

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

TEMPORARY FACILITIES AND CONTROLSSECTION 01 50 00

Repair of any and all damages to existing materials or finishes. Repair shall becomplete and made to the satisfaction of the OAR at no additional cost.Replace air filters and clean inside of ductwork and housings.Replace existing significantly work parts and parts that have been subject to unusualoperating conditions due to the Work.Replace lamps that are burned out or noticeably dimmed by substantial hours of use.

C&S ENGINEERS, INC.01 5000-9

G0AA J uly 201 9

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

TEMPORARY FACILITIES AND CONTROLSSECTION 01 50 00

Greater orlando Aviation Authority Construction Project Sign Detail (exterior)

314'bidMOO/Ply d t I!a k

*I I eh I*

2

2'I'Project Name

COMPLETION DATE (season( (year)s.5

35od

(Sn PM)

4''I

14'

:e- 13'Mil o is'ih VV''

oii

ed 52 3''a'3

Wood Po'Oi

(p i v*x 42

Ip 'rd h'Io)

n wcW*dP'rade

Level

33'e-pack Dirt I 5 mtin top part of hole

Concrete in bottomFill SD(( of Hole

12' 12" x

33'oles

G adeLevel

' 0 P""O" " '*" "kale I/2" I'

de Vie5 I I I/2" ~I'5

25'ott*5 k

Notes

I Frutiger font family as required (14 5M LS. 1112aM W 5 3

2 Prelect name he ght year( depending on length3 Prolectgraph cs ce ay aqr n width per pro(act.4 project team na es may van slightly with longer names5 Found t on to only have 50'6 concrete (o«e o al p pons d e to weather erne gene es.

4Q~& QoOAA EI Wh t P I o 3M 1110PMS 3025 C O *0 I CI

3MDOO IP I Md G

C&S ENGINEERS, INC.01 50 00 - 10

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

TEMPORARY FACILITIES AND CONTROLSSECTION 01 50 00

Greater Orlando Aviation Authority Construction Project Sign Detail (interior)

10 5

0 set bbol gael

~oeiaimo mmmmtmn~l~~n Guwnr

Project NameCOMPLETION DATE:

(SEASON) (YEAR)

M- T"(bg )

wall ordoor

)7" 165'wtbleedl e)

ProieE4Graphic

Paper Pnntor

Dig tal Printapplied to

.125 thick or lesslightweightsutntnght mount vnth

double stick tapeuse 3M YNB if uunga ridge substnght)

5525 it 3

2'oaaoaR.IM 0 I I

G a "kyew5c,tel*.l .4. Wague

Scale Ii I" 4"

Notes

I rrutiger font family as required (14 5M ( 5 6 120% W 5)2 Prelect name height varies depe di g on length3 Prolect graphic size may vary in size per prolect.4 Pole«tteemnamesmayvarysbghtlywthlo ge na es

Goaaei a waa r monPMS 3023 C 0 apus3M034 IP' 4G pm

3M 1110CI

4Q~& Q

C&S ENGINEERS, INC.01 50 00-11

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

TEMPORARY FACILITIES AND CONTROLSSECTION 01 50 00

12.00"

%II

CDCD00 NO SMOKING

IN THIS AREAFlorida Statute g 386.204

Smoking/Yapping only allowed in

Designated Smoking Areas

END OF SECTION 01 50 00

C&S ENGINEERS, INC.01 5000-12

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

PRODUCT REQUIREMENTSSECTION 01 60 00

SECTION SECTION 01 60 00 — PRODUCT REQUIREMENTS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and General Conditions of the Contract, including other Division 1 Specification Sections,apply to this Section.

1.2 SUMMARY

A. This Section includes administrative and procedural requirements governing the Contractor'sselection of products for use in the Project.

1.3 DEFINITIONS

A. Definitions used in this Article are not intended to change the meaning of other terms used in theContract Documents, such as "specialties," "systems," "structure," "finishes," "accessories," andsimilar terms. Such terms are self-explanatory and have well-recognized meanings in theconstruction industry.

1. "Products" are items purchased for incorporation in the Work, whether purchased for theProject or taken from previously purchased stock. The term "product" includes the terms"material," "equipment," "system," and terms of similar intent.

"Named Products" are items identified by the manufacturer's product name, includingmake or model number or other designation, shown or listed in the manufacturer'spublished product literature, that is current as of the date of the Contract Documents."Foreign Products," as distinguished from "domestic products," are items substantiallymanufactured (50 percent or more of value) outside the United States and itspossessions, Products produced or supplied by entities substantially owned (morethan 50 percent) by persons who are not citizens of, nor living within, the United Statesand its possessions are also considered to be foreign products.

"Materials" are products substantially shaped, cut, worked, mixed, finished, refined orotherwise fabricated, processed, or installed to form a part of the Work."Equipment" is a product with operational parts, whether motorized or manually operated,that requires service connections, such as wiring or piping.

1.4 SUBMITTALS

A. Product List: Prepare a list of specified products. Include the manufacturer's name and proprietaryproduct names for each item listed.

B. Coordinate product list with the Contractor's Construction Schedule and the Schedule ofSubmittais.

C&S ENGINEERS, INC.01 60 00 - 1

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

PRODUCT REQUIREMENTSSECTION 01 60 00

C. Form: Prepare product list with information on each item tabulated under the following columnheadings:

1.

2.3.

5.6.

Related Specification Section number.Generic name used in Contract Documents.Proprietary name, model number, and similar designations.Manufacturer's name and address.Supplier's name and address.Installer's name and address.Projected delivery date or time span of delivery period.

D. Submit list following procedures and requirements as outlined in Division 1 Specifications SectionShop Drawings, Product Data, and Samples.

1.5 QUALITY CONTROL

A. Source Limitations: To the fullest extent possible, provide products of the same kind from a singlesource.

1. When specified products are available only from sources that do not, or cannot, produce aquantity adequate to complete project requirements in a timely manner, consult with the OARto determine the most important product qualities before proceeding.

2. Qualities may include attributes, such as visual appearance, strength, durability, orcompatibility, When a determination has been made, select products from sources producingproducts that possess these qualities, to the fullest extent possible.

B. Compatibility of Options: When the Contractor is given the option of selecting between 2 or moreproducts for use on the Project, the product selected shall be compatible with products previouslyselected, even if previously selected products were also options.

1. The Contractor is responsible for providing products and construction methods that arecompatible with products and construction methods of the subcontractors.

2. If a dispute arises over concurrently selectable, but incompatible products, the OAR will

determine which products shall be retained and which are incompatible and must bereplaced.

C. Nameplates: Except for required labels and operating data, do not attach or imprint manufacturer'sor producer's nameplates or trademarks on exposed surfaces of products that will be exposed toview in occupied spaces or on the exterior.

D. Labels: Locate required product labels and stamps on concealed surfaces or, where required forobservation after installation, on accessible surfaces that are not conspicuous,

Equipment Nameplates: Provide a permanent nameplate on each item of service-connectedor power-operated equipment. Locate on an easily accessible surface that is inconspicuousin occupied spaces. The nameplate shall contain the following information and otheressential operating data:

a. Name of product and manufacturer.

C&S ENGINEERS, INC.01 60 00 - 2

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F 6 G REHABILITATION

PRODLICT REQUIREMENTSSECTION 01 60 00

b.C.

d.e.f.

Model and serial number.Capacity.Speed.Ratings.UL Listing or other Owner approved listing agency.

1.6 PRODUCT DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle products according to the manufacturer's recommendations, usingmeans and methods that will prevent damage, deterioration, and loss, including theft.

B. Schedule delivery to minimize long-term storage at the site and to prevent overcrowding ofconstruction spaces.

Coordinate delivery with installation time to assure minimum holding time for items that areflammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses.Deliver products to the site in an undamaged condition in the manufacturer's original sealedcontainer or other packaging system, complete with labels and instructions for handling,storing, unpacking, protecting, and installing.Inspect products upon delivery to ensure compliance with the Contract Documents and toensure that products are undamaged and properly protected.Store products at the site in a manner that will facilitate inspection and measurement ofquantity or counting of units.Store heavy materials away from the Project structure in a manner that will not endanger thesupporting construction.Store products subject to damage by the elements above ground, under cover in aweathertight enclosure, with ventilation adequate to prevent condensation. Maintaintemperature and humidity within range required by manufacturer's instructions,

PART 2 - PRODUCTS

2.1 PRODUCT SELECTION

A. General Product Requirements: Provide products that comply with the Contract Documents, thatare undamaged and, unless otherwise indicated, new at the time of installation.

Provide products complete with accessories, trim, finish, safety guards, and other devicesand details needed for a complete installation and the intended use and effect.Standard Products: Where available, provide standard products of types that have beenproduced and used successfully in similar situations on other projects.

Product Selection Procedures: The Contract Documents and governing regulations govern productselection.

Visual Matching: Where Specifications require matching an established Sample, theDesigner(s) decision will be final on whether a proposed product matches satisfactorily.

a. Where no product available within the specified category matches satisfactorily andcomplies with other specified requirements, comply with provisions of the Contract

C&S ENGINEERS, INC.01 60 00 - 3

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

PRODUCT REQUIREMENTSSECTION 01 60 00

Documents concerning "substitutions" for selection of a matching product in anotherproduct category.

2. Visual Selection: Where specified product requirements include the phrase "...as selectedfrom manufacturer's standard colors, patterns, textures..." or a similar phrase, select aproduct and manufacturer that complies with other specified requirements. The Designer will

select the color, pattern, and texture from the product line selected.3. Allowances: Refer to individual Specification Sections and "Allowance" provisions (if

included) in Division 1 for allowances that control product selection and for proceduresrequired for processing such selections.

PART 3 - EXECUTION

3.1 INSTALLATION OF PRODUCTS

A. Comply with manufacturer's instructions and recommendations for installation of products in theapplications indicated. Anchor each product securely in place, accurately located and aligned withother Work.

1. Clean exposed surfaces and protect as necessary to ensure freedom from damage anddeterioration.

END OF SECTION 01 60 00

C&S ENGINEERS, INC.01 6000-4

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

FIELD ENGINEERINGSECTION 01 71 23

SECTION 01 71 23- FIELD ENGINEERING

PART 1 - GENERAL

1. 1 RELATED DOCUMENTS

A. Drawings and General Conditions of the Contract, including other Division 1 SpeciTication Sections,apply to this Section.

1. 2 SUMMARY

A. General: This Section specifies administrative and procedural requirements for field-engineeringservices including, but not limited to, the following:

1.2.3.45.6.

Land survey work.Civil-engineering services.Damage surveys,Geotechnical monitoring.As-Built documentation.Non-destructive testing services through electromagnetic investigation.

1. 3 SUBMITTALS

A. Certificates: Submit a certificate signed by the land surveyor or professional engineer certifyingthe location and elevation of improvements.

B. Final Property Survey and As-Built documentation Survey: Submit 2 paper copies, 1 mylar andand CD of AutoCAD & PDF files of the final property survey (42"x30" format).

1. 4 QUALITY CONTROL

A. Surveyor Qualifications: Engage a land surveyor registered in the State of Florida to performrequired land-surveying services.

B. Engineer Qualifications: Engage an engineer of the discipline required, licensed in the State ofFlorida to perform required engineering services.

PART 2 — PRODUCTS {Not Applicable)

PART 3- EXECUTION

3.1 EXAMINATION

A. Identification: The Contractor will be required to establish its own Project control points.

C&S ENGINEERS, INC.01 71 23-1

GOAA July 2019

ORI ANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

FIELD ENGINEERINGSECTION 01 71 23

Verify layout information shown on the Drawings, in relation to the property survey, existingbenchmarks and location of existing underground or concealed utilites and conduits, beforeproceeding to lay out the Work. Locate and protect existing benchmarks and control points.Preserve permanent reference points during construction.

Do not change or relocate benchmarks or control points without prior written approval of theOAR. Promptly report lost or destroyed reference points or requirements to relocatereference points because of necessary changes in grades or locations.Promptly replace lost or destroyed Project control points utilizing the original survey controlpoints.

C. Establish and maintain a minimum of 2 permanent benchmarks on the site, referenced to dataestablished by survey control points.

1. Record benchmark locations, with horizontal and vertical data, on Project As-BuiltDocuments.

D. Existing Utilities and Equipment: The existence and location of underground and other utilities andconstruction indicated as existing are not guaranteed. Before beginning sitework, investigate andverify the existence and location of underground or concealed utilities and other construction byuse of non-destructuve testing such as electromagnetic investigation or other applicable means.

Prior to construction, verify the location and invert elevation at points of connection of sanitarysewer, storm sewer, and water-service piping. Document the information on the As-BuiltDocuments.Develop a detailed plan for non-destructive testing service by use of electromagnetic or otherapplicable means of investigation that includes the following (at a minimum):

a.b.C.

d.

area of investigationdepth of investigationitems to be locatedoperational constraints

3.2 PERFORMANCE

A, Work from lines and levels established by the Contract Documents, Establish benchmarks andmarkers to set lines and levels at each story of construction and elsewhere as needed to locateeach element of the Project. Calculate and measure required dimensions within indicated orrecognized tolerances. Do not scale Drawings to determine dimensions.

1. Advise entities engaged in construction activities of marked lines and levels provided for theiruse.

2. As construction proceeds, check every major element for line, level, and plumb.

Surveyor's Log: Maintain a surveyor's log of control and other survey work. Make this fog availablefor reference to the OAR and the Designer.

1. Record deviations from required lines and levels, and advise the OAR when deviations thatexceed indicated or recognized tolerances are detected. On Project As-Built Drawings,record deviations that are accepted and not corrected.

C&S ENGINEERS, INC.01 71 23 - 2

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

FIELD ENGINEERINGSECTION 01 71 23

C. Site Improvements: Locate and lay out site improvements, including pavements, stakes forgrading, fill and topsoil placement, utility slopes, and invert elevations.

D. Building Lines and Levels: Locate and lay out batter boards for structures, building foundations,column grids and locations, floor levels, and control lines and levels required for mechanical andelectrical work.

E. Existing Utililies: Furnish information necessary to adjust, move, or relocate existing structures,utility poles, lines, services, or other appurtenances located in or affected by construction.Coordinate with the appropriate Utility and the local Authorities Having Jurisdiction.

F. As-Built Documents: All concealed and underground utilities, equipment, foundations or otherpermanent conditions shall be surveyed and documented on the As-Built Documents. Thisincludes all discovered conditions. All shall be tied to permanent benchmarks showing horizontaland vertical data. GPS coordinates are to be provided for all beginning/end points and changes indirection. See Closeout Submittals 01 78 00 for all As-built requirements.

G. Final Property Survey: Prepare a final property survey showing significant features (real property)for the Project. Include on the survey a certification, signed by the surveyor, that principal metes,bounds, lines, and levels of the Project are accurately positioned as shown on the survey.

1. Recording: At Substantial Completion, have the final property survey recorded by or withlocal governing authorities as the official "property survey."

END OF SECTION 01 71 23

CLS ENGINEERS, INC.01 71 23 - 3

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

FIELD ENGINEERINGSECTION 01 71 23

THIS PAGE INTENTIONALLY LEFT BLANK

C&S ENGINEERS, INC.01 71 23-4

GQAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F ff G REHABILITATION

CUTTING AND PATCHINGSECTION 01 73 29

SECTION 01 73 29 - CUTTING AND PATCHING

PART 1 - GENERAL

1. 1 RELATED DOCUMENTS

A. Drawings and General Conditions of Contract, including other Division 1 Specification Sections,apply to this Section. Refer to other Specification Sections for specific requirements and limitationsapplicable to cutting and patching individual parts of the work.

1. 2 SUMMARY

This Section includes cutting into existing construction to provide for installation or performance ofthe Work, subsequent fitting, and patching required to restore surfaces to original condition.

1. Execute cutting, fitting, and patching, including excavation and backfill, required to performWork and to:

a.b.C.

d.

Make parts fit together properly.Remove and replace defective work.Remove and replace Work not conforming to requirements of Contract Documents.Uncover Work to allow for the OAR's observation of covered Work which has beencovered prior to required observation of the OAR,

Drilling of holes for the installation of fasteners and similar operations is not considered to becutting and patching.

1, 3 BUILDING MODIFICATIONS

A, General: Modifications to existing facililties and structures shall be provided as indicated and asnecessary to accomplish the Work of these Contract Documents,

Modifications shall include the removal of existing structure, relocation of materials indicated,termination and relocation of utilities, cutting, patching, cleaning, adjusting, and refinishing,and all incidental work related and required for the installation of new Work,It is intended to maintain daily occupancy functions during the progress of this Work. TheContractor shall closely coordinate his Work to minimize any inconvenience to the Owner orOwner's operations.No Public Services or utility systems shall be interrupted without first notifying the OAR andobtaining concurrence for the interruption as instructed in the Summery of Work.

1. 4 SUBMITTALS

A. Cutting and Patching Proposal: Submit a proposal describing procedures well in advance of thetime cutting and patching will be performed and request approval to proceed. Include the followinginformation, as applicable:

C&S ENGINEERS, INC.01 7329-1

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

CUTTING AND PATCHINGSECTION 01 73 29

1.2.

3.4.5.

Describe the extent of cutting and patching required and how it is to be performed.Describe anticipated results in terms of changes to existing construction; include changes tostructural elements and operating components as well as changes in the building'sappearance and other significant visual elements.List products to be used and firms that will perform Work.Indicate dates when cutting and patching is to be performed.List utilities that will be disturbed or affected, including those that will be relocated and thosethat will be temporarily out-of-service. Indicate how long service will be disrupted.Where cutting and patching involves addition of reinforcement to structural elements, submitdetails and engineering calculations to show how reinforcement is integrated with the originalstructure.Where cutting and patching activities occur within the building evelope, provide details ofcompliance with the project "Indoor Air Quality Plan".Approval by the OAR to proceed with cutting and patching does not waive the Owner's rightto later require complete removal and replacement of Work found to be cut and patched in

an unsatisfactory manner.

Hot Work and Dust Hazard - Notify the OAR 48 hours (excluding weekends and holidays) in

advance of any welding, cutting, burning, soldering, any dust creating activities or any hot work.Utilize the Owners Hot Work/Dust Hazard Permit Forms.

1. 5 QUALITY ASSURANCE

A. Requirements for Structural Work: Do not cut and patch structural elements in a manner that wouldreduce their load-carrying capacity or load-deflection ratio.

B. Operational and Safety Limitations: Do not cut and patch operating elements or safety relatedcomponents in a manner that would result in reducing their capacity to perform as intended, orresult in increased maintenance, or decreased operational life or safety.

1. Obtain approval of the cutting and patching proposal before cutting and patching the followingoperating elements or safety related systems:

a.b.C.

d.e.f.

9.h.

t.k.I.

n.

Water, moisture, or vapor barriers.Membranes and flashings.Electrical wiring systems.Control systems.Communications systems.Conveying systems.Shoring, bracing, and sheeting.Primary operational systems.Air or smoke barriers.Fire protection systems.Noise and vibration control elements and systems.Water lines.Sewer lines.Other special construction.

C. Visual Requirements: Do not cut and patch construction in a manner that would degrade thebuilding's aesthetics, or result in visual evidence of cutting and patching. Remove and replaceWork cut and patched unsatisfactorily.

C&S ENGINEERS, INC.01 73 29-2

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

CUTTING AND PATCHINGSECTION 01 73 29

PART 2 - PRODUCTS

2.1 MATERIALS

A. Use materials that are identical to existing materials. If identical materials are not available orcannot be used where exposed surfaces are involved, obtain the OAR's approval to use substitutematerials that match existing adjacent surfaces to the fullest extent possible with regard to visualeffect. Use materials whose installed performance will equal or surpass that of existing materials.

B. Verify that new materials are compatible with existing materials in all respects where cutting andpatching occurs.

PART 3- EXECUTION

3.1 INSPECTION

Before cutting existing surfaces, examine surfaces to be cut and patched and conditions underwhich cutting and patching is to be performed. Take corrective action before proceeding, if unsafeor unsatisfactory conditions are encountered.

1. Before proceeding, meet at the site with all parties involved in cutting and patching. Reviewareas of potential interference and conflict. Coordinate procedures and resolve potentialconflicts with OAR before proceeding.

3.2 PREPARATION

A. Temporary Support: Provide temporary support of Work to be cut.

B. Protection: Protect existing construction during cutting and patching to prevent damage. Provideprotection from adverse weather conditions for portions of the Project that might be exposed duringcutting and patching operations.

1. Avoid interference with use of adjoining areas or interruption of free passage to adjoiningareas.

C. Cutting: Take all precautions necessary to avoid cutting existing pipe or conduit serving thebuilding, but scheduled to be removed or relocated until provisions have been made to bypassthem.

3.3 PERFORMANCE

A. General: Employ skilled workmen to perform cutting and patching. Proceed with cutting andpatching at the earliest feasible time and complete without delay.

Cut existing construction to provide for installation of other components or performance ofother construction activities and the subsequent fitting and patching required to restoresurfaces to their original condition.

C&S ENGINEERS, INC.01 73 29 - 3

GOAA J uly 201 9

ORLANDO EXECLITIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

CUTTING AND PATCHINGSECTION 01 73 29

B. Cutting: Cut existing construction using methods least likely to damage elements to be retained oradjoining construction. Where possible review proposed procedures with the original installer;comply with the original installer's recommendations.

In general, where cutting is required, use hand or small power tools designed for sawing orgrinding, not hammering and chopping. Cut holes and slots neatly to size required withminimum disturbance of adjacent surfaces. Temporarily cover openings when not in use.To avoid marring existing finished surfaces, cut or drill from the exposed or finished side intoconcealed surfaces.Cut through concrete and masonry using a cutting machine such as a carborundum saw ordiamond core drill.

Comply with requirements of applicable sections of Division 31 specifications where cuttingand patching requires excavating and backfill.By-pass utility services such as pipe or conduit, before cutting, where services are shown orrequired to be removed, relocated or abandoned. Cut-off pipe or conduit in walls or partitionsto be removed. Cap, valve or plug and seal the remaining portion of pipe or conduit to prevententrance of moisture or other foreign matter after by-passing and cutting.

C. Patching: Patch with durable seams that are as invisible as possible. Comply with specifiedtolerances.

1.2.

Where feasible, inspect and test patched areas to demonstrate integrity of the installation.Restore exposed finishes of patched areas and extend finish restoration into retainedadjoining construction in a manner that will eliminate evidence of patching and refinishing.Where removal of walls or partitions extends one finished area into another, patch and repairfloor and wall surfaces to provide an even surface of uniform color and appearance. Removeexisting floor and wall coverings and replace with new materials, if necessary to achieveuniform color and appearance.

a. Where patching occurs in a smooth painted surface, extend final paint coat over entireunbroken surface containing the patch, after the patched area has received primer andsecond coat.

4, Patch, repair, or rehang existing ceilings as necessary to provide an even plane surface ofuniform appearance.

3.4 CLEANING

A. Thoroughly clean areas where cutting and patching is performed or used as access. Removecompletely any paint, mortar, oils, putty and items of similar nature. Thoroughly clean piping,conduit and similar features before painting or other finishing is applied. Restore damaged pipecovering to its original condition.

END OF SECTION 01 73 29

C&S ENGINEERS, INC.01 73 29 - 4

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

FINAL CLEANINGSECTION 01 74 23

SECTION 01 74 23 - FINAL CLEANING

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and General Conditions of the Contract, including other Division 1 Specification Sections,apply to this Section.

1.2 SUMMARY

A. Section includes: final cleaning at completion of work by individual trade and at SubstantialCompletion.

B. Environmental Requirements: When specified, final cleaning shall comply with Green SealStandard GS 42.

C. Conduct cleaning and waste-disposal operations in compliance with local laws and ordinances.Comply fully with federal and local environmental and antipollution regulations.

D. Sustainable Design Requirements: When specified, final cleaning shall comply with the requirmentin Section 01 81 13.14 "Sustainable Design Requirements - LEED v4 BD+C".

E. Environmental Requirements: Conduct cleaning and waste-disposal operations in compliance withlocal laws and ordinances. Comply fully with federal and local environmental and antipollutionregulations.

1. Do not dispose of volatile wastes, such as mineral spirits, oil, or paint thinner, in storm orsanitary drains.

B. Burning or burying of debris, rubbish, or other waste material on the premises is not permitted,

PART 2 - PRODUCTS

2.1 MATERIALS

A. Cleaning Agents: Use cleaning materials and agents recommended by the manufacturer orfabricator of the material to be cleaned. Do not use cleaning agents that are potentially hazardousto health or property or that might damage finished surfaces.

1. The cleaning products utilized shall be Green Seal complying with one or more of thefollowing standards; by category:

a. Green Seal GS-37, for general-purpose, bathroom, glass and carpet cleaner use forindustrial and institutional purposes

C&S ENGINEERS, INC.01 74 23-1

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

FINAL CLEANINGSECTION 01 74 23

1) Environmental Choice CCD-110, for cleaning and degreasing compounds2) Environmental Choice CCD-146, for hard-surface cleaners3) Environmental Choice CCD-148, for carpet and upholstery care.

a) Disinfectants, metal polish, floor finishes, strippers or other products notaddressed by GS-37 or Environmental Choice CCD-110, 146, or 148 shallmeet at least one of the following standards for the appropriate category:

IV.

V.

Green Seal GS-40, for industrial and institutional floor-care productsEnvironmental Choice CCD-112, for digestion additives for cleaningand odor controlEnvironmental Choice CCD-113, for drain or grease-trap additivesEnvironmental Choice CCD-115, for odor-control additivesEnvironmental Choice CCD-147, for hard-floor care

b)

c)

d)e)

California Code of Regulations maximum allowable VOC levels for thespecific product category.The product shall not contain alkyl phenol ethorylates, dibutyl phthalateheavy metals, ozone-depleting compounds or optical brighteners.The product shall not be tested on animals.Cleaning materials and agents shall be in accordance with manufacturersrecommendations, Do not use cleaning agents that are potentiallyhazardous to health or property or that might damage finished surfaces.

2.2 PROHIBITED PRODUCTS

A. The following products shall not be utilized within the Work:

1.2.

3.4

Diversey Care a division of Sealed Air; Bravo Heavy-Duty Low Odor Stripper.Diversey Care a division of Sealed Air; BreakDown XC 40 Odor Eliminator ConcentrateFresh.Diversey Care a division of Sealed Air; Alpha-HP Multi-Surface Cleaner.Diversey Care a division of Sealed Air; Crew Clinging Toilet Bowl Cleaner,

PART 3 — EXECUTION

3.1 FINAL CLEANING

A. General: Provide final-cleaning operations. Employ experienced workers or professional cleanersfor final cleaning, Clean each surface or unit of Work to the condition expected from a commercialbuilding cleaning and maintenance program. Comply with manufacturer's instructions.

B. Cleaning Operations; Complete the following cleaning operations before requesting inspection forcertification of Substantial Completion for the entire Project or a portion of the Project.

1. Clean the Project Site, yard and grounds, in areas disturbed by construction activities,including landscape development areas, of rubbish, waste material, litter, and foreignsubstances.

C&S ENGINEERS, INC.01 74 23 - 2

GOAA July 2019

ORLANDO EXECIJTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

FINAL CLEANINGSECTION 01 74 23

3.4.5.

10.11.

12.

13.

14.15.

Sweep paved areas broom clean. Rake grounds that are neither planted nor paved to asmooth, even-textured surface.Broom clean concrete floors in unoccupied spaces.Remove petrochemical spills, stains, and other foreign deposits.Remove tools, construction equipment, machinery, and surplus material from the site.Vacuum clean carpet and similar soft surfaces, removing debris and excess nap. Shampoo,if required.Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free ofstains, films, and similar foreign substances. Avoid disturbing natural weathering of exteriorsurfaces. Restore reflective surfaces to their original condition.Remove debris and surface dust from limited access spaces, including roofs, plenums,shafts, trenches, equipment vaults, manholes, and similar spaces.Remove marks, stains, fingerprints, and other soils or other dirt from painted, decorated, andnatural finished woodwork and other Work.Clean cabinet work removing stains, paint, dirt and dust.Remove spots, plaster, soil and paint from ceramic tile, marble, and other finished materials,and wash or wipe clean.Clean transparent materials, including mirrors and glass in doors and windows. Removeglazing compounds and other substances that are noticeable vision-obscuring materials.Replace chipped or broken glass and other damaged transparent materials. Polish mirrorsand glass, taking care not to scratch surfaces.Clean flooring materials thoroughly, comply with materials manufacturer's instructions andrecommendations.Remove labels that are not permanent labels.Touch up and otherwise repair and restore marred, exposed finishes and surfaces. Replacefinishes and surfaces that cannot be satisfactorily repaired or restored or that already showevidence of repair or restoration.

All restoration efforts shall be in strict accordance with LEED v4 requirements for LowEmitting Materials.Do not paint over "UL" and similar labels, including mechanicai and electricalnameplates.

16.

17.

18.

19.

20.

21.22,

23.

Clean food-service equipment to a sanitary condition, ready and acceptable for its intendeduse.Wipe surfaces of mechanical and electrical equipment, elevator equipment, and similarequipment. Remove excess lubrication, paint and mortar droppings, and other foreignsubstances.Clean plumbing fixtures to a sanitary condition, free of stains, including stains resulting fromwater exposure,Clean light fixtures, lamps, globes, and reflectors to function with full efficiency. Replaceburned-out bulbs.Replace disposable air filters and clean permanent air filters. Clean exposed surfaces ofdiffusers, registers, and grille.Clean ductwork, blowers, and coils of units that were operated during construction.Remove debris and surface dust from limited access spaces, including roofs, plenums,shafts, trenches, equipment vaults, manholes, attics, and similar spaces.Leave the Project clean and ready for occupancy.

C. Pest Control: Engage an experienced, licensed exterminator to make a final inspection and rid theProject of rodents, insects, and other pests. Comply with regulations of local authorities.

C&S ENGINEERS, INC.01 7423-3

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

FINAL CLEANINGSECTION 01 74 23

D. Removal of Protection: Remove temporary protection and facilities installed during construction toprotect previously completed installations during the remainder of the construction period.

Compliances: Comply with governing regulations and safety standards for cleaning operations.Remove waste materials from the site and dispose of lawfully and in strict compliance with theproject Construction Waste Management Plan.

Where extra materials of value remain after completion of associated Work, they become theOwner*s property. Dispose of these materials as directed by the OAR.The Contractor shall not dispose of debris or waste materials on the Owner's property withoutthe prior approval of the Owner.

F. Maintenance: Provide maintenance on completed construction as frequently as necessary throughthe remainder of the construction period. Adjust and lubricate operable components to assureoperability without damaging effects.

3.2 PROTECTIONS

General: Supervise construction operations to assure that no part of the construction, completedor in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposureduring the construction period, Where applicable, such exposures include, but are not limited to,the following:

1. Excessive static or dynamic loading.2. Excessive internal or external pressures.3. Excessively high or low temperatures.4. Thermal shock.5. Excessively high or low humidity.6. Air contamination or pollution.7. Water or ice.8. Solvents.9. Chemicals,10. Light.11. Radiation.12. Puncture.13. Abrasion.14. Heavy traffic.15. Soiling, staining, and corrosion.16. Bacteria.17. Rodent and insect infestation.18. Combustion.19. Electrical current.20. High-speed operation.21. Improper lubrication.22. Unusual wear or other misuse.23. Contact between incompatible materials.24. Destructive testing.25. Misalignment.26. Excessive weathering.27. Unprotected storage.28. Improper shipping or handling.

C&S ENGINEERS, INC.01 7423-4

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

FINAL CLEANINGSECTION 01 74 23

29. Theft.

END OF SECTION 01 74 23

C&S ENGINEERS, INC.01 7423-5

GOAA July 2019

ORLANDO EXECLITIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

FINAL CLEANINGSECTION 01 74 23

THIS PAGE INTENTIONALLY LEFT BLANK

C&S ENGINEERS, INC.01 74 23 - 6

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F 8 G REHABILITATION

CLOSEOUT SUBMITTALSSECTION 01 78 00

SECTION 01 78 00- CLOSEOUT SUBMITTALS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and General Conditions of Contract, including other Division 01 Specification Sections,apply to this Section. Refer to other specification sections for requirements and limitationsapplicable to Project Closeout.

1.2 SUMMARY

Closeout is defined to include general requirements near end of Contract Time, in preparation forSubstantial Completion, Final Completion and Acceptance, Final Payment, normal termination ofContract, occupancy by Owner and similar actions evidencing completion of the Work. Specificrequirements for individual units of Work are specified in other sections.

1,3 SUBSTANTIAL COMPLETION

A. General: Refer to the General Conditions of the Contract.

Procedures to achieving Substantial Completion:

1. The Contractor shall, five (5) business days prior to requesting inspection for certification ofSubstantial Completion, prepare and submit to the OAR the following:

The Contractor's prepared comprehensive punch list of items to be completed orcorrected. The punch list shall include all incomplete Work items and the schedule tocomplete each item.Draft Operation and Maintenance (OLM) Manuals for review by the OAR forconformance with the Contract documents. These will be returned to the Contractor.As-Built Documents (from Contractor) for review by the OAR for conformance with theContract Documents. These will be returned to the Contractor.

2. The Contractor will request a preliminary inspection from the OAR for the determination thatthe Project is ready for the Substantial Completion Inspection. The Contractor will prior to therequest;

a. Complete its punch list and provide a copy to the OAR.b. Schedule inspections from the Authorities Having Jurisdiction and provide the time and

date to the OAR.

3. If the OAR's preliminary inspection discloses any item that is not in accordance with therequirements of the Contract Documents, whether or not included on the Contractor's punchlist, the OAR shall so notify the Contractor and the Contractor shall add the items to its punchlist. The Contractor shall proceed to complete or correct every item on the revised punch listand request re-inspection from the OAR.

CKS ENGINEERS, INC.01 78 00 - 1

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORI TAXIWAYS F & G REHABILITATION

CLOSEOUT SUBMITTALSSECTION 01 78 00

If the OAR determines that the Work is ready, the Substantial Completion Inspection will bescheduled at a minimum of three (3) business days after the OAR's preliminary inspection.Form ¹008 Substantial Completion Acceptance (SCA) will be used to: document the timeand place of the project closeout inspections, establish the participants to be involved in theinspections, establish the date of Substantial Completion, document the acceptance of theSubstantial Completion punch list, document the date all Substantial Completion punch listitems were completed and document the date of Final Completion.The following parties will attend the Substantial Completion inspection: the OAR, theContractor, and the Designer. The following Owner representatives may attend: GOAAARFF, GOAA Construction, GOAA Engineering, GOAA Environmental, GOAA IT, GOAAMaintenance, GOAA Operations, GOAA Properties, GOAA Risk Management, and anyinvolved tenant(s).Following the inspection, the OAR and Designer will determine if the Work is substantiallycomplete. If it is determined to be Substantially Complete, the OAR will use this date in thepreparation of Form ¹007 Certificate of Substantial Completion (CoSC) and the Contractorin the preparation of the written warranties. The following will be used in the determinationof the Substantial Completion date:

d.e.

Certificate of Occupancy/Certificate of Completion (CofO) or Agency Sign Off (asrequired). The date of the CofO does not establish the date for Substantial Completion.Recommendation from the OAR and Designer that the Project is SubstantiallyComplete.Acceptance from the Contractor and OAR that the preliminary Substantial Completionpunch lists represent most of the items required for completion of the Work. The OARshall distribute the preliminary Substantial Completion punch lists to the Contractorwithin a maximum of three (3) business days after the date of Substantial Completion.Acceptance by the OAR of the draft warranties.Acceptance by the OAR of the draft Operation 8, Maintenance Manuals.Agreement from the Contractor and OAR that the Owner will have complete use oroccupancy and may use, operate, and maintain the project in all respects, for itsintended purpose and without undue interference by the Contractor's Final Completionefforts.If any of the above items are not accepted or incomplete the Contractor shall correctany items found not to be in accordance with the requirements of the ContractDocuments and once the items have been corrected, the Contractor shall provide awritten request for re-review and or re-inspection.

8. When the Project is determined to be Substantially Complete the OAR will prepare a typedSubstantial Completion punch list which includes any items from the preliminary SubstantialCompletion punch list that have not yet been completed plus all punch list items from theDesigner, OAR, Owner and others, and Form ¹007 Certificate of Substantial Completion(CoSC) within fifteen (15) business days from the date of Substantial Completion. As acondition for Final Completion, the Contractor remains responsible for the correction of anywork which does not comply with the requirements of the Contract, even if not listed on theSubstantial Completion Punchlist and discovered after the Substantial Completion Punchlistand has been published. The OAR will schedule a meeting with the Contractor, Designer,and any Owner's representatives to:

1) Review Form ¹007 CoSC, all of its requirements and submit to the Contractorfor appropriate acceptance and signature.

2) Review the attachments: Form ¹008 SCA, Substantial Completion punch list andthe CofO.

C&S ENGINEERS, INC.01 78 00 - 2

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

CLOSEOLIT SUBMITTALSSECTION 01 78 00

4)

5)

Establish the date for the completion of the Substantial Completion punch listitems.Establish the responsibilities of the Owner and Contractor for security,maintenance, operations, cleaning and housekeeping, heating and cooling,utilities, damage to the Work and insurance.Review and accept the Contractor's written warranties and guarantees from itsSubcontractors and Suppliers bearing the date of Substantial Completion statingthe period of warranty as required by the Contract Documents, the FinalOperation & Maintenance Manuals, and As-built Documents.

1.4 PARTIAL OCCUPANCY OR USE

A. General: Refer to the General Conditions of the Contract.

B. The Owner may occupy or use any completed or partially completed portion of the Work at anystage and, if the Owner chooses such partial occupancy, the Contractor and Owner shall designateby an agreement the conditions of such partial occupancy, provided such occupancy or use isconsented to by the Owner's insurer and authorized by public authorities having jurisdiction overthe Work.

1. Such partial occupancy or use may commence whether or not the portion is SubstantiallyComplete.

C. Procedures to achieving partial occupancy or use:

3.

The Owner will request the OAR to coordinate with the Contractor for a partial occupancy oruse of a portion of the Work.If the OAR determines that the Work is ready, a partial occupancy or use inspection will bescheduled at a minimum of three (3) business days after the OAR's preliminary inspection.Immediately prior to such partial occupancy or use inspection, the Owner, OAR, Contractorand Designer shall jointly inspect the area to be occupied or portion of the Work to be usedin order to determine and record the condition of the Work.

a, The following parties will attend the partial occupancy or use inspection: the OAR, theContractor, and the Designer. The following Owner representatives may attend;GOAA Construction, GOAA Engineering, GOAA Environmental, GOAA Maintenance,GOAA Operations, GOAA Properties, GOAA Risk Management, GOAA ARFF, andany involved tenant(s).

b. Following the inspection, the OAR and Designer will determine if the Work is ready forpartial occupancy or use. If it is determined to be ready, the OAR will use this date inthe preparation of Form ¹009 Partial Occupancy/Use (POUA) and the Contractor inpreparation of any agreed upon written warranties. The following will be used in thedetermination of the POUA date:

2)

Certificate(s) of Occupancy (CofO) / Agency Sign Off (as required) for the areabeing occupied.Recommendation from the OAR and Designer that the Project is ready for partialoccupancy or use.Acceptance from the Contractor and OAR that the preliminary punch listsrepresent most of the items required for completion of the Work. The OAR shall

C&S ENGINEERS, INC.01 78 00-3

GQAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

CLOSEOUT SUBMITTALSSECTION 01 78 00

4)5)

6)

distribute the preliminary punch lists to the Contractor within three (3) businessdays after the date of the POUA.Acceptance by the OAR of the draft warranties if requested.Acceptance by the OAR of the draft Operation & Maintenance Manuals if

requested.Agreement from the Contractor and OAR that the Owner will have completeoccupancy or use and may use, operate, and maintain the Project in all respects,for its intended purpose and without undue interference by the Contractor's FinalCompletion efforts.Agree that partial occupancy or use of a portion or portions of the Work shall notconstitute acceptance of Work which is not in conformance with therequirements of the Contract Documents.

When the Project is determined to be ready for partial occupancy or use the OAR will

prepare a typed punch list which includes any items from the preliminary punch list thathave not yet been completed plus all punch list items from the Designer, OAR, Ownerand others, and Form ¹009 Partial Occupancy/Use (POUA) within a maximum offifteen (15) business days of the date of POUA. As a condition for Substantial and FinalCompletion, the Contractor remains responsible for the correction of any work whichdoes not comply with the requirements of the Contract, even if not listed on the punchlist and discovered after the punch list has been published. The OAR will schedule ameeting with the Contractor, Designer, and any Owner's representatives to:

2)3)4)

5)

Review Form ¹009 POUA, all of its requirements and submit to the Contractorfor appropriate acceptance and signature.Review the attachments: punch list and the CofO,Establish the date for the completion of the punch list items.Establish the responsibilities of the Owner and Contractor for security,maintenance, operations, cleaning and housekeeping, heating and cooling,utilities, damage to the Work and insurance.Review and accept the requested Contractor's written warranties andguarantees from its Subcontractors and Suppliers bearing the date of the POUAstating the period of warranty as required by the Contract Documents.

1.5 FINAL COMPLETION

A. General: Refer to the General Conditions of the Contract.

Procedures: Complete the following.

Before requesting final inspection for certification of Final Completion and final payment,prepare and submit to the OAR the following:

Contractor's certified copy of the Substantial Completion punch list of items to becompleted or corrected, stating that each item has been completed or otherwiseresolved for acceptance, and the list has been endorsed and dated by the OAR.Final meter readings for utilities, and similar data as of the date of SubstantialCompletion, or when the Owner took possession of and responsibility forcorresponding elements of the Work.Closeout Documentation Manual.

C&S ENGINEERS, INC.

01 78 00-4GOAA July 2019

ORLANDO EXECLITIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

CLOSEOUT SUBMITTALSSECTION 01 78 00

2. If the OAR determines that the Work is ready, the Final Completion Inspection will bescheduled at a minimum of three (3) business days after the OAR's preliminary inspection.

3. The following parties will attend the Final Completion inspection: the OAR, the Contractor,and the Designer. The following Owner representatives may attend: GOAA ARFF, GOAAConstruction, GOAA Engineering, GOAA Environmental, GOAA IT, GOAA Maintenance,GOAA Operations, GOAA Properties, GOAA Risk Management, and any involved tenant(s).

4. Upon acceptance of the Final Completion Inspection, the Designer, OAR and GOAAMaintenance are to sign off on Part IV of Form ¹008 SCA and provide the final inspectiondate. The OAR is to provide the Contractor's completed punch list which will be field verifiedand each item initialed complete by the Designer and the OAR. The OAR is to providedocumentation of FAA/FDOT final inspections, as required. Part IV of Form ¹008 SCA mustbe completed prior to processing the Contractor's final pay application.

C. If necessary, re-inspection will be repeated at the Contractor's expense. Re-inspection Procedure:The OAR and Designer will re-inspect the Work upon receipt of notice that the Work, includinginspection list items from earlier inspections, has been completed, except items whose completionhas been delayed because of circumstances acceptable to the OAR and Designer. Repeat FinalCompletion Procedures above until Final Completion is accepted.

1.6 CLOSEOUT DOCUMENTATION MANUAL

A. Description: Submit the manual in a vinyl covered, 3-ring binder; white, with hard cover, with clearvinyl pockets on front (sized to hold 8-1/2" x 11" sheets) and spine (minimum spine size 1",maximum 3"), Binder shall be "View Binder" as manufactured by Avery Consumer Products, AVE0560 series, or approved equal. Each section shall be divided by an 8-1/2" x 11" reinforced, clearring binder index, 5 tabs, as manufactured by Wilson Jones, Stock No. WJ-54125, or approvedequal. Documents shall also be submitted in PDF format on a CD. The PDF file shall be enabledfor Adobe Reader's Comment and Markup functionality. All stamps and markings described hereinshall be electronically duplicated.

1. Full size, machine lettered labels shall be inserted into the front, back, and spine pockets.Labels shall be on white paper with black print, and shall clearly identify the following:

GREATER ORLANDO AVIATION AUTHORITYORLANDO EXECUTIVE AIRPORT

BP-045, ORL Taxiways F & G Rehabilitation(Manual Title)

(Date)

Contents of the Manual shall include:

First page shall be a Cover Page, identifying:

GREATER ORLANDO AVIATION AUTHORITYORLANDO EXECUTIVE AIRPORT

BP-045, ORL Taxiways F & G Rehabilitation(Manual Title)

(Date)

C&S ENGINEERS, INC.01 78 00-5

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

CLOSEOUT SUBMITTALSSECTION 01 78 00

Second page shall be a Table of Contents.The next section shall list the Names, Addresses, Contacts, and Phone Numbers forthe following:

d.e.f.

1) OAR(s)2) Designer(s)3) Contractor4) Subcontractors (first-tier)

Change Order Summary (prepared by GOAA)Summary of Disbursements (prepared by GOAA)Receipt/Acceptance Form for As-Built Documents

1) Progress and As-Built Drawing Certification(s) for each applicable Subcontractor(Exhibit D; prepared by Contractor)

2) GOAA Construction Form ¹ 011 (prepared by OAR) with Transmittal to GOAAENGINEERING (signed by GOAA Engineering)

Receipt Form for O&M Manuals (GOAA Construction Form ¹ 012; prepared by OAR)with Transmittal to GOAA MAINTENANCE (signed by GOAA Maintenance)Parking Permit Office Release Form (GOAA Construction Form ¹ 001; prepared byContractor) (signed by GOAA Ground Transportation)Badge & I.D. Office Release Form (GOAA Construction Form ¹ 002; prepared byContractor) (signed by GDAA Access Control)Key Shop Release Form (GDAA Construction Form ¹ 003; prepared by Contractor)(signed by GOAA Lockshop)Environmental Group Letter of Concurrence for Closeout (if appkcable; prepared byGOAA)Certificate(s) of Substantial Completion (GOAA Construction Form ¹ 007; prepared byOAR)

2)

3)

Substantial Completion Acceptance with Final Substantial Completion Punch listinitialed and dated by Contractor (GOAA Construction Form ¹ 008; prepared byOAR)Partial Occupancy / Use Agreement(s), or POUA (GOAA Construction Form ¹009; prepared by OAR)FAA / FDOT Final inspection(s) (if applicable; if project has FAA and/or FDOTfunding, provide documentation of the invitation to FAA / FDOT and/or theappropriate sign off)

Certificate(s) of Occupancy / Agency Sign Off (furnished by Contractor)Current Certificate of Insurance: (furnished by Contractor)

1) a certificate evidencing that insurance required by the Contract Documents toremain in force after final payment is currently in effect and will not be canceledor allowed to expire until at least 30 days prior written notice has been given tothe Owner: and

2) a written statement that the Contractor knows no substantial reason that theinsurance will not be renewable to cover the period required by the ContractDocuments

C&S ENGINEERS, INC.01 78 00-6

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

CLOSEOUT SUBMITTAI SSECTION 01 78 00

p.

Consent of Surety to Final Payment with Power of Attorney {AIA Form ¹ G707;furnished by Contractor) (original)Final Release Form from General Contractor (Specification Section 00 65 19.29;prepared by Contractor) (original, notarized with corporate seal)Final Release Form(s) from Subcontractors / Suppliers (Specification Section 00 6519.33; prepared by Subcontractor)Final Payment Application (2 originals, signed and notarized by Contractor and signedby Designer and OAR (DBE/MWBE/LDB Disbursement Page completed withSubcontractor performance rating and total payment)Executed Originals of Warranties/Guarantees.

1.7 AS-BUILT DOCUMENTS

A. General: Do not use as-built documents for construction purposes; protect from deterioration andloss in a secure, fire-resistive location; provide access to as-built documents for the OAR'sreference during normal working hours.

1. Submit all As-Built Documents to the OAR as specified in Paragraph 1.3.8.2. Include fire alarm and building control system(s) drawings and specifications.

As-Built Documents: As-Built Documents include Drawings, Specifications, Addenda, ChangeOrders, and other Modifications. Maintain a clean, undamaged set of blue or black line white-pdintsof Contract Drawings and Shop Drawings. Mark the set to show the actual installation where theinstallation vadies from the Work as originally shown. Mark whichever drawing is most capable ofshowing conditions fully and accurately; where Shop Drawings are used, record a cross-referenceat the corresponding location on the Contract Drawings. Give particular attention to concealedelements that would be difficult to measure and record at a later date.

3.4

Mark As-Built sets with red erasable pencil; use other colors to distinguish between variationsin separate categories of the Work.Mark new information that is important to the Owner, but was not shown on ContractDrawings or Shop Drawings.Note related Change Order numbers where applicable.Organize As-Built drawing sheets into manageable sets, bind with durable paper coversheets, and print suitable titles, dates and other identification on the cover of each set.Mark EVERY PAGE of the Drawings with "As-Built".

C. Accurate as-built documents are very important for the Owner and serve several importantfunctions. The Owner utilizes the as-built documents for operation and maintenance, and futuremodifications, renovations, and particularly for mechanical, plumbing and electrical systems, whichare mostly hidden from view.

The working as-built shall show, but shall not be limited to, the following:

a. All concealed and underground utilities, equipment, foundations or other permanentconditions shall be surveyed and documented. This includes all discovered conditions.All shall be tied to permanent benchmarks showing horizontal and vertical dataincluding but not limited to: beginning/end points, changes in direction points, inverts,grades of drainage, depths below the surface, all surface or underground componentssuch as valves, manholes, drop inlets, clean outs, meters, comer points, etc. Each of

C&S ENGINEERS, INC.01 78 00-7

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

CLOSEOUT SUBMITTALSSECTION 01 78 00

C.

d.

e.f.

the above shall also include a description of: actual quantity, size, and material. GPScoordinates are to be provided for all.The location and dimensions of any changes within the building structure andarchitectural components. The dimensions shall be actual field measurements.Correct dimensions and details transferred from shop drawings.Correct grade, elevations, cross section, or alignment of roads, earthwork, structuresor utilities if any changes were made from contract plans.Actual location of anchors, construction and control joints, etc., in concrete.Changes in location of equipment and architectural features.Where Contract drawings or specifications present options, only the option selectedfor construction shall be shown on the final as-built prints. Cross out such words andphrases as "optimal requirement," "or approved substitution," etc., and list specificallythe items of material provided.Unusual or uncharted obstructions that are encountered in the contract work areaduring construction.Changes in details of design or additional information obtained from working drawingsspecified to be prepared and/or furnished by the Contractor; including but not limitedto fabrication, erection, installation plans and placing details, pipe sizes, insulationmaterial, dimensions of equipment foundations, etc.If borrow material for this project is from sources on the Owner's property, or if Owner'sproperty is used as a spoil area, the Contractor shall furnish a contour map of the finalborrow pit/spoil area elevations.Layout and schematic drawings of electrical circuits and piping, See the ElectricalSpecifications for the level of detail required to be accurately documented.Layout and schematic drawings of mechanical and plumbing systems and piping. All

shall be tied to permanent benchmarks showing horizontal and vertical data of primaryand secondary branches,Systems designed or enhanced by the Contractor, such as HVAC controls, fire alarm,fire sprinkler, and irrigation systems. All shall be tied to permanent benchmarksshowing horizontal and vertical data of primary and secondary branches.Changes or modifications that result from the final inspection.

1.8 OPERATION & MAINTENANCE MANUALS

A. General: If all specified information can be submitted in a single binder without being overfilled,submit two (2) copies in a white binder with white labels.

1. If all of the information cannot be submitted in a single binder, submit two (2) per designdiscipline as follows:

a.b.C.

d.e.

Architectural; submit in a white binder with white labels.Mechanical; submit in a white binder with green labels.Fire Protection; submit in a white binder with red labels.Electrical; submit in a black binder with white labels.Civil; submit in a white binder with yellow labels.

2, Submit O&M Manuals to OAR as specified in Paragraph 1.3.B.

Description: Submit the manual in a vinyl covered, 3-ring binder; with hard cover, with clear vinylpockets on front (sized to hold 8-1/2" x 11" sheets) and spine (minimum spine size 1", maximum3"). Binder shall be "View Binder" as manufactured by Avery Consumer Products, AVE 0560

C&S ENGINEERS, INC.01 78 00 - 8

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

CLOSEOUT SUBMITTALSSECTION 01 78 00

series, or approved equal. Provide additional binders if a single 3-inch binder is insufficient tocontain all closeout information. Each section shall be divided by an 8-1/2" x 11" reinforced, clearring binder index, 5 tabs. as manufactured by Wilson Jones, Stock No. WJ-54125, or approvedequal. Documents shall also be submitted in PDF format on a CD. The PDF file shall be enabledfor Adobe Reader's Comment and Markup functionality. All stamps and markings described hereinshall be electronically duplicated.

1. Full size, machine lettered labels shall be inserted into the front, back, and spine pockets.Labels shall be on paper in color(s) specified with black print, and shall clearly identify thefollowing:

GREATER ORLANDO AVIATION AUTHORITYORLANDO EXECUTIVE AIRPORT

BP-045, ORL Taxiways F & G Rehabilitation(Manual Title)

(Date)

2. Contents of the Manual shall include:

a. First page shall be a Cover Page, identifying:

GREATER ORLANDO AVIATION AUTHORITYORLANDO EXECUTIVE AIRPORT

BP-045, ORL Taxiways F & G Rehabilitation(Manual Title)

(Date)

b. Second page shall be a Table of Contents indicating the contents of the binder(s).c. The third page shall list the Names, Addresses, Contacts, and Phone Numbers for the

following:

1)2)3)4)5)6)

OARDesigner(s)General ContractorSubcontractorsSub-subcontractorsSuppliers

The remaining portions of the manual shall be separated by each major division ofwork as identified by the Contract Documents.

1) PROJECT INFORMATION (Exhibit A).2) Within each major division of work, each section shall be individually identified

by a typed index/tab. For each specification requirement, submit the followinginformation in the order outlined below:

a)

b)

Copies of all warranties/guarantees, as specifically required by thespecification section, and Letters of Certification. Executed originalwarranties/guarantees shall be included in the appropriate section of theCloseout Manual(s).Copies of the "Approved" Shop Drawing/Subrnittalsi EquipmentManufacturer's Schematics. Oversized drawings shal! be folded and

C&S ENGINEERS, INC.01 78 00-9

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

CLOSEOUT SUBMITTALSSECTION 01 78 00

inserted in clear vinyl pockets or, for large sets of drawings, provide aninsert page stipulating that the drawings are stored at GOAAENGINEERING. All copies shall be stamped with the appropriate reviewstamp, marked, signed, and dated.

c) Operation and Maintenance Instructions, including but not limited to:

Manufacturer's Recommended Care and Cleaning+ Installation Instructions

Parts ListsLubrication Checklists

+ Equipment Supplier ListsSpecial Instructions

+ Preventive Maintenance Instructions.

d) Service and Maintenance Contracts; Include Name, address, and phonenumber and contact of Manufacturer's authorized repair company.

e) Completed GOAA Turnover Forms;

+ Performance Verification and Demonstration to Owner (Exhibit B)signed by Contractor and GOAA representativeVoltage and amperage Readings (Exhibit C) signed by Contractor,Designer and OARMotor Test Information (Exhibit D) signed by Contractor and OARCheck-out Memo (Exhibit E) signed by Contractor and Manufacturer'srepresentative

f) Equipment and/or Systems Test Data and Conductor InsulationResistance Test Data Sheets by installer and/or manufacturer whererequired. Form(s) to be provided by the installer and/or manufacturerperforming the test [Exhibits G, H (signed by Contractor, Designer andGOAA representative), I (signed by Contractor, Subcontractor andGOAA), J (signed by Contractor and OAR) and K (signed by Contractor,Designer and OAR)].

g) Copies of electrical panel schedules and directories,

Submit one copy of the O&M manual in PDF format on CD-ROM. Create a PDF file for eachsection of the manual. PDF files shall be named BPXXX OM Sec XXXXX.pdf

PART 2 - PRODUCTS (Not Applicable)

PART 3 - EXECUTION

3.1 CLOSEOUT PROCEDURES

A. Operation and Maintenance Instructions: Arrange for each installer of equipment that requiresregular maintenance to meet with the Owner's personnel to provide instruction in proper operationand maintenance. If installers are not experienced in procedures, provide instruction bymanufacturer's representatives. Include a detailed review of the following items:

C&S ENGINEERS, INC.01 78 00 - 10

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

CLOSEOUT SUBMITTALSSECTION 01 78 00

1, Operation and Maintenance manuals.2. As-Built Documents.3. Spare parts and materials.4. Tools.5. Lubricants.6. Fuels.7. Identification systems.8. Control sequences.9. Hazards.10. Cleaning.11. Warranties and bonds.12. Maintenance agreements and similar continuing commitments.

As part of instruction for operating equipment, demonstrate the following procedures:

1.2.3.45.

Start-up.Shutdown.Emergency operations.Noise and vibration adjustments.Safety procedures.

CLEANING

A.

B.

General: General cleaning during construction is required.

Final Cleaning: Refer to Section 01 74 23, Final Cleaning.

3.3 ATTACHMENTS

A. The following information sheets have been included in this Section:

1.2.3.4.5.6.7.8.9.10.11.12.13.

Exhibit A: Project InformationExhibit B: Performance Verification and Demonstration to OwnerExhibit C: Voltage and Amperage ReadingsExhibit D: Motor Test InformationExhibit E: Check-Out MemoExhibit F: Progress and As-Built Document CertificationExhibit G: D-C High Voltage Cable Test ReportExhibit H: Ground Test InformationExhibit I: Spare Parts Certification MemoExhibit J: Existing Facilities Investigation MemoExhibit K: Conductor Insulation Resistance Test MemoExample: Description Sheet — CoverExample: Description Sheet - Spine

C&S ENGINEERS, INC.01 78 00 - 11

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

CLOSEOUT SIJBMITTALSSECTION 01 78 00

EXHIBIT APROJECT INFORMATIONOrlando Executive Airport

Contractor shall fill in the blanks below and insert in the Operation and Maintenance Manuals.Submit one (1 j sheet for each major division of Work.

Project Name:

Specification Division Number & Name:

Subcontractor:

Contact:

Date Project Bid:

Project Start Date:

Days allowed for Construction:

Target Completion:

Substantial Completion Certification Date:

Close-out Documentation Manual:

Operation and Maintenance Manuals:

Owner Performance Verificationand Demonstrations:

Phone:

Date Submitted Date Provided

Manufacturer's Performance Verification Memos:

Manufacturer's Test Data:

Record Documents:

C&S ENGINEERS, INC.01 78 00-12

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F 8 G REHABILITATION

CLOSEOUT SUBMITTALSSECTION 01 78 00

EXHIBIT BPERFORMANCE VERIFICATION AND DEMONSTRATION TO OWNER

Orlando Executive Airport

This form verifies that the Owner has been given a demonstration of the proper operation on the equipmentor systems noted below.

Project Name:

Specification Division Number & Name:

Equipment/Systems Demonstrated:

Along with a complete demonstration of the equipment/system, these items have been reviewed at thisdemonstration and shall be included in the Operation and Maintenance Manuals, under the appropriatespecification section:

1) Written operating instructions.2) Test data and performance verification information as required by the installer and/or manufacturer.3) Maintenance information published by manufacture's representative.4) Check-out Memo signed by manufacturer's representative.5) Printed warranties by manufacturer of equipment.6) Explanation of the warranty/guarantee on the system.7) Prints showing actual "As-Built" conditions.

(Name of General Contractor) (Signature, Title, Date)

(Name of Subcontractor) (Signature, Title, Date)

A demonstration of the system/equipment in operation and of the maintenance procedures has beensuccessfully completed.

GREATER ORLANDO AVIATION AUTHORITY

(Signature, Date) (GOAA Department)

C&S ENGINEERS, INC.01 78 00 -13

GOAA July 2019

ORI ANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

CLOSEOUT SUBMITTALSSECTION 01 78 00

Project Name:

EXHIBIT CVOLTAGE AND AMPERAGE READINGS

Orlando Executive Airport

SwitchgeariPanetboard:

Full Load Amperage Readings: Date:

Phase A:Phase B:Phase C:Neutral:Ground:

Time:

Full Load Voltage Readings: Date:

Phase: Ato NBto N

C to N

Time:

A to B

Ato C8 to C

Voltage at the End of the Longest Branch:

Type of Load;

No Load Voltage Readings: Date:

Phase: Ato NBto N

C to N

A to B

Time

A to CB to C

Contractor's Representative:

Engineer's Representative:

Owner's Authorized Representative:

Date

Date

Date

C&S ENGINEERS, INC.01 78 00-14

GGAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

CLOSEOLIT SUBMITTALSSECTION 01 78 00

EXHIBIT DMOTOR TEST INFORMATION

Orlando Executive Airport

Project Name:

Description of Motor:

Checked By: Date Checked:

a) Name and Identifying Mark of Motor (Indicate at existing):

b) Manufacturer:

c) Model Number:

d) Serial Number:

e)

f)

g)

h)

i)

i)

k)

I)

m)

n)

o)

p)

q)

r)

RPM:

Frame Size:

Code Letter:

Horsepower:

Nameplate, Voltage and Phase:

Nameplate Amps;

Actual Voltage:

Actual Amps:

Starter Manufacturer:

Starter Size:

Heater Size, Catalog No. and Amp Rating:

Manufacturer of Dual-Element Fuse:

Amp Rating of Fuse:

Power Factor:

Contractor's Representative:

Signature of Checker:

Owner's Authorized Representative:

Date

Date

Date

C&S ENGINEERS, INC.01 78 00-15

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

CLOSEOUT SUBMITTALSSECTION 01 78 00

EXHIBIT ECHECK-OUT MEMO

Orlando Executive Airport

This form shall be completed and a copy provided to the Owner at the Owner's Performance Verificationand Demonstration meeting. A copy shall also be included in the specification section of the Operation andMaintenance Manual for the equipment checked.

Project Name:

Type of Equipment Checked:

Equipment Number:

Name of Equipment Manufacturer:

Signature below by the Manufacturer's authorized representative signifies that the equipment has beensatisfactorily tested and checked out on the job by the manufacturer.

1. The attached Test Data and Performance Verification information was used to evaluate the equipmentinstallation and operation.

2. The equipment is properly installed, has been tested by the manufacturer's authorized representative,and is operating satisfactorily in accordance with all requirements, except for items noted below. *

3. Written operating and maintenance information has been presented to the Contractor, and gone overwith him in detail.

4. Sufficient copies of all applicable operating and maintenance information, part lists, lubricationchecklists, and warranties have been furnished to the Contractor for insertion in the Operation andMaintenance Manuals.

Manufacturer's Representative:(Print or Type Name and Title)

(Print or Type Address and Phone Number)

Signature of Manufactureds Representative:Date CheckedWitnessed By:

(Signature and Title of Contractor's Representative)

*Exceptions Noted at Time of Check-Out: (Use additional pages if necessary.)

C&S ENGINEERS, INC.01 78 00-16

GOAA July 2019

ORI ANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

CLOSEOUT SUBMITTALSSECTION 01 78 00

EXHIBIT FPROGRESS AND AS-BUILT DRAWING CERTIFICATION

Orlando Executive Airport

This form shall be completed and submitted with the As-Built Documents. Submit one form for eachcontractor/subcontractor providing as-built information. Include a copy of this form in the Close-outDocumentation Manual.

Project Name:

Specification Division Number & Name;

The Contractor's and Subcontractor's signatures below certify that the attached drawings and specificationswere marked and revised as items were installed/changed during the course of construction, and that thesedocuments represent and accurate "As-Built" condition of the work as actually installed.

(Name of General Contractor)

(Signature, Title, Date)

(Name of Subcontractor)

(Signature, Title, Date)

C&S ENGINEERS, INC.01 78 00 -17

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

CLOSEOUT SUBMITTALSSECTION 01 78 00

Project Name:Location:

EXHIBIT GD-C HIGH VOLTAGE CABLE TEST REPORT

(Refer to Specification Section 26 00 90)

Description:Rated Voltage:

TEST DATA

Set Leakage at Test Voltage

Pri. Voltage

Duct Temp.Cable Status

TEST RESULTS

Phase or ConductorStarting Time

Ambient Temp.

A B C

ma Variac

Sphere Gap

Weather1 hour prior to test,

Remarks

Inches

MA MA MA

015 sec.30 sec.45 sec.1 min.2 min.3 min.4 min.5 min.

Final Test Voltage:Finish:

Time

KV DC After 1 Min.: Test ProcedureJointsWitnessed By:Performed By:

No. of Terminals

C&S ENGINEERS, INC.01 78 00-18

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAVS F & G REHABII ITATION

CLOSEOUT SUBMITTALSSECTION 01 78 00

EXHIBIT H

GROUND TEST INFORMATION(Refer to Specification Section 26 00 10)

Project Name:

Ground Type:

Test By:

Date of Test:

Ground Location:

Ground Type (rod, water pipe, etc.):

Prior to Connection to System:

After Connection to System:

Weather Conditions (Wet/Dry):

Contractor's Representative:

Ground;

Ground;

Soil Conditions (Wet/Dry):

(OHMS)

(OHMS)

Date

Engineer's Representative:Date

Owner's Representative:Date

C&S ENGINEERS, INC.01 78 00 -19

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

CLOSEOUT SUBMITTALSSECTION 01 78 00

EXHIBIT I

SPARE PARTS CERTIFICATION MEMO(Refer to Division 26 Specifications)

This form shall be completed and a copy provided to the Owner at the Owner's Performance Verificationand Demonstration meeting. A copy shall also be included in the specifications section of each Operationand Maintenance Manual for the equipment checked.

Name of Project:

Type of Spare Parts:

Specification Reference:

Quantity of Spare Parts:

Signature below by the Contractor and subcontractor signifies that the spare parts required by the drawingsand/or specifications have been turned over to the Owner. Signature by the Owner acknowledges receiptof the same spare parts.

Name of General Contractor:

Authorized Signature and Title:

Date:

Name of Subcontractor:

Authorized Signature and Title:

Date:

Name of Owner:

Authorized Signature and Title:

Date:

C&S ENGINEERS, INC.01 78 00-20

GQAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXI(/I/AYS F & G REHABILITATION

CLOSEOUT SUBMITTALSSECTION 01 78 00

EXHIBIT JEXISTING FACILITIES INVESTIGATION MEMO

(Refer to Specification Section 26 00 90)

NameProject:

of

The existing systems on the above project have been investigated and checked to determine the existingcondition of all existing electrical systems within the area(s) affected by the scope of work on this project.The investigation consisted of testing all electrical systems/devices as required by Section 26 00 90 ofthese specifications.

All equipment was found to be operational except as noted herein:

Name of Prime Contractor:

Authorized Signature and Title:DateName of Authorized Owner Representative:

Authorized Signature and Title:Date

Note To Contractor: Upon completion of investigation and one week prior to the commencement of work,submit five copies of the completed EXISTING FACILITIES INVESTIGATION MEMO to the Owner'sAuthorized Representative, signed and dated by the Contractor. The Owner's Authorized Representativesignature and date is required to verify receipt of memo. Retain copy(ies) and submit copy of MEMO ineach Operation and Maintenance Manual. Contractor shall submit quantities of Memos as required topresent required information.

C&S ENGINEERS, INC.01 78 00 -21

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

CLOSEOUT SUBMITTALSSECTION 01 78 00

NAME OF PROJECT:

EXHIBIT K

CONDUCTOR INSULATION RESISTANCE TEST MEMO(Refer to Specification Section 26 00 90)

Size

Conductor

Conductor Location From: To:

of

Insulation Type

Date of Test

Weather Conditions

Insulation Voltage Rating

Time of Test

Range

Phase A to Ground

Phase B to Ground

Phase C to Ground

Neutral to Ground

Isolated Ground to Ground

Test Voltage (DC)

Megger Instrument/Serial Number

Testing Methodology

INSULATION RESISTANCE MEASUREMENT(Acceptable Measurement not to be less than one (1) Megohm)

Name of General Contractor:

Authorized Signature and Title:

Name of Consulting Engineer:

Authorized Signature and Title:

Name of Owner's Authorized Representative:

Authorized Signature and Title:

Date

Date

Date

C&S ENGINEERS, INC.

01 78 00-22GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

CLOSEOUT SUBMITTALSSECTION 01 78 00

EXAMPLE - Description Sheet - Cover

GREATER ORLANDOAVIATION AUTHORITY

ORLANDOEXECUTIVE

AIRPORT

BID PACKAGE NO. 045

ORL TAXIWAYS F & G REHABILITATION

OPERATION AND MAINTENANCE MANUAL

C&S ENGINEERS, INC.01 78 00-23

GOAA July 2019

ORLANDO EXECUTIVE AIRPORTBP-045, ORL TAXIWAYS F & G REHABILITATION

CLOSEOUT SUBMITTALSSECTION 01 78 00

EXAMPLE - Description Sheet - Spine

END OF SECTION 01 78 00

C&S ENGINEERS, INC.

01 78 00-24GOAA July 2019